Annexure E' Specifications (For Water Supply Related Works of Nagar Parishad Dabra)
Annexure E' Specifications (For Water Supply Related Works of Nagar Parishad Dabra)
Table of Contents
1.0 General 2
2.0 Pipeline 4
3.0 SCADA-PLC 17
8.0 Sub-Stations 62
                                      1
                                             Chapter 1
General :
            The specifications for this project & various components thereof shall be as follows,
1.0         The specifications for various material to be used for the project shall confirm to BIS standards
            with up-to-date amendments as given below,
                                                      2
      S. No.    IS Code No.                                               Title
      24.      IS 8062                                   Code of practice for cathodic protection for steel structure
               Part1:1976                                General principles
               Part2: 1976                               Underground pipelines
                                                         Code of practice for coating and wrapping of underground
      25.      IS 10221:1982
                                                         steel pipes
                                                         Centrifugally cast(spun) ductile iron pressure pipes for
      26.      IS 8329: 2000
                                                         water, gas, and sewerage
                                                         Ductile iron fittings for pressure pipes for water, gas, and
      27.      IS 9523:1980
                                                         sewerage
                                                         Recommendation for cement mortar lining cast iron, mild
      28.      IS 11906:1986
                                                         steel and ductile iron pipes
      29.      IS 12288:1987                             Code of practice for laying of ductile iron pipes
                                                         HDPE pipes for potable water supplies, sewage and
      30.      IS 4984:1994
                                                         industrial effluents(third revision)
      31.      IS 7634 Part2:1975                        Laying and jointing polyethylene (PE) pipes.
                                                         Injection moulded HDPE fittings for potable water
      32.      IS 8008
                                                         supplies
               Part1:1976                                General requirement
NOTE:-Any other BIS standards as may be required will also be applicable. Quality assurance program of the manufacturer shall
have to be enclosed with the detailed design and drawings.
2.0         The other part of the specifications for various components of the project shall be as per
            provisions of clauses and sub clauses of chapters of Manual on Water supply and Treatment
            (third edition), CPHEEO Ministry of Urban Development Govt. Of India
            a.       Transmission of water, Chapter 6
            b.       Water treatment Chapter 7, 8 and 9
            c.       Distribution system Chapter 10
            d.       Pumping Stations and Machinery Chapter 11
            e.       Instrumentation and Control in Water treatment plant Chapter 12
            f.       Operation and Maintenance Chapter 13
            g.       Laboratory Tests and Procedures Chapter 15
Disclaimer :       Any specifications not covered above shall be as per best Engineering practice
                   or as directed by Engineer In Charge. In the event of any disparity between the
                   written specifications and BIS provisions, the provisions in BIS shall prevail.
The itemise specifications to be followed by the Contractor are given in the subsequent Chapters.
                                                           3
                                                  Chapter 2
Specification for providing laying and jointing of pipelines
1.0     Excavation of trenches, back filling, road restoration
1.1.    Excavation for Pipe Line Trenches
        The excavation in hard rock will have to be carried out either by controlled blasting or chiseling, wedging or
        by mechanical means and the tendered rate is supposed to cover cost of all such means.
1.2.    Site Clearance
        The pipe line alignment shall be cleared of all bushes, shrubs, roots, grass, weeds and if required trees,
        coming in the alignment of pipe line in the trench width portion. The rates for excavation shall cover all such
        site clearance work and no extra payment will be allowed on this account.
1.3.    Alignment marking
        After the work site is cleared as above, pipe line alignment with required trench width shall be marked on
        the ground with apex points, curves etc, as shown on the drawings or as directed by the Engineer-in-
        Charge for the stretch where the work is to be started. The contractor shall provide all labour, survey
        instruments, and materials such as strings, pegs, nails, bamboos, stones, mortar, concrete etc. required for
        setting out and establishment of bench marks. The contractor shall be responsible for the maintenance of
        bench marks and other marks and stakes as long as they are required for the work in the opinion of the
        Engineer-in-Charge.
1.4.    Working survey
        Working survey of the pipeline alignment shall be carried out by the contractor before start of the
        excavation work. Based on the working survey, the alignments, L-section (depth of laying), grade, and
        location of specials, valves and chambers shall be finalized and got approved from the competent
        authority. The gradient and alignment shall be such that minimum horizontal and vertical bends shall be
        required.
1.5.    Use of Machinery:
        All excavations shall be carried out by mechanical equipment’s / machinery unless, in the opinion of the
        Engineer-in-Charge, the work involved and time schedule permit manual excavation.
1.6     Trench Width and Depth:
        All buried pipelines shall be minimum 1 meter +/- 0.2 mtrbelow ground level to maintain proper cover &
        gradient unless other depths are approved by the engineer in charge. The trench width shall be constant
        throughout the trench depth, & shall provide a clearance of about 0.30 m on either side of the pipe line.
        The contractor May, for the facility of work or similar other reasons, excavate and also backfill later, if so
        approved by the Engineer-in-Charges, at his own cost, outside the allowable trench width specified above.
        Should any excavation be taken below the specified trench bottom, contractor shall fill it up to required
        level, at his own cost, with the same material available at the trench bottom including watering and
        compaction.
        The excavation shall be as per approved in drawings, having sufficient depth over the pipe cover, bedding
        below pipe line wherever bedding is required. The trench bottom shall be excavated to proper grade as
        shown on drawings. The contractor shall provide site rails and leveling instruments required for checking
        the grade during excavation, bottom bedding and pipe laying Projections in rock excavation shall be
        removed by chipping.
        The contractor shall carryout extra excavation at the pipeline joints to be welded in the trench, as required
        (minimum 0.6 m deep and 0.9 m lengthwise, all around the pipe), for facilitating proper welding of the
        bottom joint from out side. The work of trench excavation should be commensurate with laying and jointing
        of the pipe line. It should not be dug in advance for a length greater than 250 m ahead of work of laying
        and jointing of pipeline unless otherwise permitted by the Engineer-in-Charge.
1.7     Barricading and Guarding:
        To protect persons from injury and to avoid damage to property, adequate barricades, construction signs,
        red lanterns and guards as required shall be placed and maintained during the progress of work, by the
        contractor at his cost.
        All precautions shall be taken during excavation and laying operation to guard against possible damage to
        any existing structures, underground cables, pipe lines of water, gas, sewage etc. Any damage done to
        such properties will have to be repaired / rectified by the contractor at his cost. The Contractor has to
        ensure the following:
•       safety protections as mentioned above have to be incorporated in the work process
•       hindrances to the public have to be minimized
•       the trench must not be eroded before the pipes are laid
•       the trench must not be filled with water when the pipes are laid
•       the trench must not be refilled before laying of the pipes
                                                           4
        The bed for the laying of the pipes has to be prepared according to the L-Section immediately before
        laying of the pipes.
1.8.    Reuse of surface material
        All surface materials, which in the opinion of the Engineer-in-Charge, suitable for reuse in restoring the
        surface shall be kept separate from the general excavation material, as directed by the Engineer-in-
        Charge.
1.9.    Stacking of excavated material
        All excavated materials shall be stacked in such a manner that it does not endanger the work and avoids
        obstructing foot paths and roads. Hydrants under pressure, surface boxes, fire and other utility controls
        shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clean or other
        necessary provisions made for street drainage and natural water courses shall not be obstructed. All the
        excavated material shall be the property of the Employer and shall be stacked or disposed off as directed
        by the Engineer-in-Charge.
1.10.   Maintenance of traffic
        The work of excavation and pipe laying shall be carried in such a manner that it causes the least
        interruption to traffic and the road / street May be closed in such a manner that it causes the least
        interruption to the traffic. Where it is necessary for traffic to cross open trenches, suitable bridging
        arrangement shall be provided. When the street is closed for traffic, suitable signs indicating that street is
        closed shall be placed and necessary detour signs for proper maintenance of traffic shall be provided.
1.11.   Structure protection
        Temporary support, adequate protection and maintenance of all underground and surface structures,
        drains, sewers and other obstructions encountered in the progress of work shall be furnished under the
        direction of the Engineer-in-Charge. The structures which have been disturbed shall be restored upon
        completion of work.
1.12.   Protection of property
        Trees, shrubbery fences, poles and all other property shall be protected unless their removal is allowed by
        the Engineer-in-Charge. When it is necessary to cut roots and tree branches, such cutting shall be done
        under the supervision and direction of the Engineer-in-Charge.
1.13.   Avoidance of existing services
        As far as possible, the pipeline shall be laid below existing services, such as water and gas pipes, cables,
        cable ducts and drains but not below sewers. Excavation of the trenches shall be carried out to the
        required depth accordingly. If it is unavoidable, the pipeline shall be suitably protected and lesser trench
        depth in such cases can be allowed. A minimum clearance of 150 mm shall be provided between the
        pipeline and such other services. When thrust or auger boring is proposed for laying pipeline across
        roads, railway or other utilities, larger clearance as required shall be provided. Adequate arrangements
        shall be made to protect and support the other services during excavation and pipe laying operations. The
        work shall be so carried out as not to obstruct access to the other services for inspection, repair and
        replacement. When such utilities are met with during excavation, the authority concerned shall be
        intimated and arrangements made to support the utilities in consultation with them.
1.14.   Bailing out of Water
        During the excavation if subsoil water is met with, contractor shall provide necessary equipment and
        labour for dewatering the trenches. If pumping out subsoil water is found necessary, contractor shall
        provide sufficient number of pumps for the same. The TENDERed rate shall cover all costs for bailing out
        of water including hire charges of pumps, cost of diesel and labour etc and hence, no extra payment shall
        be allowed.
1.15.   Disposal of loose boulders etc
        All loose boulders, semidetached rocks, (along with earthy stuff which might move therewith), not directly
        in the excavation but close to the area to be excavated, as to be liable, in the opinion of the Engineer-in-
        Charge, to fall or otherwise endanger the workman equipment’s, or the work etc, shall be stripped off and
        removed away form the area of the excavation. The method used shall be such as not to shatter or render
        unstable or unsafe the portion which was originally sound and safe. The Tendered rate is supposed to
        cover this job and no extra payment will be allowed on this account.
1.16.   Moorum / Sand Bedding below Pipeline
        In case of hard rock and black cotton soil, before lowering of the pipes in trenches, a layer of selected
        moorum, available from excavated material under the same contract shall be provided below the pipe line
        to act as bedding. The bedding shall be compacted properly including required watering and the
        thickness of well compacted layer shall not be less than 150 mm. The bedding shall be provided for full
        trench width with proper grade as shown on drawings.
2.      Refilling the trenches
2.1.    Use of selected excavated material
                                                          5
       Filling of excavated material in trenches shall be commenced as soon as the joints of pipes and specials
       have been tested and passed. The backfilling material shall be properly consolidated by watering and
       ramming, taking due care that no damage is caused to the pipes and the outer coating.
       Selected surplus spoils from excavated material shall be used as backfill. Fill material shall be free from
       clods, salts, sulphate, organic or other foreign material. All clods of earth shall be broken or removed.
       Where excavated material is mostly rock, the boulders shall be broken into pieces not larger than 150 mm
       size, mixed with properly graded fine material consisting of murum or earth to fill up the voids and the
       mixture used for filling.
2.2.   Filling zones
       For the purpose of back-filling, the depth of the trench shall be considered as divided in to the following
       three zones from the bottom of the trench to its top:
        Zone A: From the bottom of the          Back-filling by hand with selected approved material available from
        pipe (top of bedding) to the level of   excavation, placed in layers of 150 mm and compacted by tamping.
        the centre line of the pipe             The back-filling material shall be deposited in the trench for its full
                                                width on each side of the pipe, specials and appurtenances
                                                simultaneously. Special care shall be taken to avoid damage of the
                                                pipe and the coating or moving of the pipe.
        Zone B: From the level of the           Back-filling and compaction shall be done by hand or approved
        centre line of the pipe to a level      mechanical methods in layers of 150 mm; special care shall be
        300 mm above the top of the pipe        taken to avoid damage of the pipe and the coating or moving of the
                                                pipe.
2.3.   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 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 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.
       The back filled layers shall be wetted and compacted to a density of minimum 90 percent of the maximum
       dry density at 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 as refuse or unsuitable soil.
2.4.   Fillings of the trench excavated in rock
       In case of excavation of trenches in rock, the filling up to a level of 30 cm above the top of the pipe shall
       be done with fine materials, such as soft soil, murrum etc. The filling up of the level of the centre line of the
       pipe shall be done by hand compaction in layers not exceeding 15 cm, whereas the filing above the centre
       line of the pipe shall be done by hand compaction or mechanical means in layers not exceeding 15 cm.
       The filling from a level of 30 cm above the top of the pipe to the top of the trench shall be done by
       mechanical methods with broken rock filing of size not exceeding 15 cm mixed with fine material as
       available to fill up the voids.
2.5.   Consolidation
       The consolidation of the filled material shall be done to attain 95 % proctor density. The density of the
       filled and compacted material shall be tested regularly and record maintained accordingly.
3.0    Supply, laying and jointing of DI Pipes and fittings.
3.1    The laying of pipe shall be as per IS 12288:1987 with up to date amendments.
3.2    The manufacturer and their associates (if any) should have the facility to carry out the internal coating
       lining and external coating / painting at factory for pipes and specials confirming to IS 11906:1986.
3.3    The DI pipe manufacturer should have valid BIS license from last 5 years (or valid BIS license from last 2
       years with an experience of manufacturing and supplying at least 500 kms of various diameters of DI pipe
       to any State/Central govt/ board/organization of repute in last 3 years conforming to IS 8329-2000 and
       with upto date amendment.
                                                          6
3.4     The DI pipe manufacturer should have house facility for carry out the following test for size DN 80-
        DN1000:-
        a)      C -value determination arrangement
        b)      Type test for leak tightness as per ISO 2531:2009/BS EN 545/IS 8329:200.
3.5     DI pipe manufacturer should have the ISO 9001:2008 & ISO 2531:2009 certification for manufacture of DI
        pipe.
3.6     Quality assurance program of the manufacturer shall be enclosed with the Tender.
4.0     Laying and jointing of High Density Polyethylene (HDPE) Pipes and fittings.
4.1.    The testing, supplying, laying, jointing and testing at work sites of HDPE pipes shall be as per standards
        and Codes. If requirements of this Specification conflict with the requirements of the standards / Codes,
        this Specification shall govern.
         Code No.      Title/Specification
         IS 4984       High Density Polyethylene Pipes for Water Supply
         IS 2530       Methods of test for polyethylene moulding materials and polyethylene compounds DI K7
                       Pipes, Joints and Fittings for use for Potable Water Supply
         IS 5382       Rubber sealing rings for gas mains, water mains and sewers.
         IS 4905       Methods for random sampling
         IS 7328       High density polyethylene materials for moulding and extrusion
         IS 7634       Laying & Jointing of Polyethylene (PE) Pipes
         IS 9845       Method of analysis for the determination of specific and/or overall migration of
                       constituents of plastics material and articles intended to come into contact with
                       foodstuffs
         IS 10141      Positive list of constituents of polyethylene in contact with food stuffs, pharmaceuticals
                       and drinking water.
         IS 10146      Polyethylene for its safe use in contact with foodstuff, Pharmaceuticals and drinking
                       water.
                                                          7
           Straight lengths should be stored on horizontal racks giving continuous support to prevent the pipe
            taking on a permanent set
           Bare coils shall be wrapped with hesian cloth for long distance (> 300Kms) transportation. The truck
            used for transportation of the PE pipes shall be exclusively used of PE pipes only with no other
            material loaded – especially no metallic, glass and wooden items. The truck shall not have sharp
            edges that can damage the Pipe.
           Pipes manufactured at factory are to be carried to the site of work directly or stacked suitably and
            neatly along the alignment/road side/elsewhere near by the work site or as directed by the
            Engineer-in-Charge.
           Damages during transit, handling, storage will be to the Contractor’s account and replacement for
            such pipes has to be made by the Contractor without any extra cost as directed by the Engineer-in-
            Charge.
4.3   Lowering, Laying of Pipes
            Each pipe shall be thoroughly checked for any damages before laying and only the pipes which are
             approved by the Engineer-in-Charge shall be laid.
            While installing the pipes in trenches, the bed of the trench should be level and free from sharp
             edged stones. In most cases, the bedding is not required, as long as the sharp and protruding
             stones are removed, by sieving the dug earth, before using the same as backfill material. While
             laying in rocky areas suitable bed of sand or gravel should be provided. The fill to about 10 to 15
             cm above the pipe should be fine sand or screened excavated material. Where hard rock is met
             with, bed concrete M15, 15 cm or 20cm thick sand bed as approved by the Engineer-in-Charge
             May be provided.
            As PE pipes are flexible, long lengths of Electro/Butt-fusion jointed pipes having joints made above
             ground can be rolled or snaked into narrow trenches. Such trenches can be excavated by narrow
             buckets.
            During the pipe laying of continuous Electro/Butt-fusion jointed systems, due care and allowance
             should be made for the movements likely to occur due to the thermal expansion/contraction of the
             material. This effect is most pronounced at end connections to fixed positions (such as valves etc)
             and at branch connections. Care should be taken in fixing by finishing the connections at a time the
             length of the pipe is minimal (lower temperature times of the day.)
            For summer time installations with two fixed connection points, a slightly longer length of PE pipe
             May be required to compensate for contraction of the pipe in the cooler trench bottom.
            The final tie-in connections should be deferred until the thermal stability of the pipeline is achieved.
            The flexibility of polyethylene pipes allows the pipe to be cold bend. The fusion jointed PE pipe is
             also flexible as the plain Pipe. Thus the total system enables directional changes within the trench
             without recourse to the provision of special bends or anchor blocks. However, the pipe should not
             be cold bend to a radius less than 25 times the OD of the pipe.
            The Installation of flanged fittings such as connections to sluice/air/gate valves and hydrant tees
             etc., requires the use of stub ends (collars/flange adaptors complete with backing rings and
             gaskets. Care should be taken when tightening these flanges to provide even and balance torque.
            Provision should be made at all heavy fittings installation points for supports (such as anchoring of
             the flange in the soil) for the flange joint to avoid the transfer of valve wheel turning torque on to the
             PE flange joint.
            PE pipe is lighter than water. Hence care should be taken for normal installations where there could
             be a possibility of flooding of the trench thus the trench shall be kept free of water till the jointing
             has been properly done
            When flooded, some soils May lose cohesiveness, which May allow the PE pipe to float out of the
             ground. Several design checks are necessary to see if groundwater flotation May be a concern.
             Obviously, if the pipeline typically runs full or nearly full of liquid, or if groundwater is always below
             the pipe, flotation May not be a significant concern.
            However, weights by way of concrete blocks (anchors) are to be provided so that the PE pipe does
             not float when suddenly the trench is flooded and the soil surrounding the pipe is washed away.
             Thus site conditions study is necessary to ensure the avoidance of flotation.
            Pipe embedment backfill shall be stone-free excavated material placed and compacted to the
             minimum 95% of maximum dry density.
4.4   The pipe ends shall be suitable for Electro-fusion/ Butt- Fusion jointing system that shall provide for fluid
      tightness for the intended service conditions.
                                                          9
4.17   Hydraulic Testing
       Pipes shall be given different hydraulic tests for ensuring quality of manufacture as per clause 11.0 of this
       chapter.
4.18   Site Fabrication of PE Fittings
       Two or more PE specials coming at one place (like PE Tee, Reducer, Flanged end etc.,) shall be jointed
       at contractor’s workshop and transported to the site of works for final installation with proposed PE
       pipelines. In no case, jointing of three or more welds in one place, at site will be allowed.
4.19   Training
       The Contractor shall provide on-site training on PE pipe laying, jointing, testing and maintenance etc., to
       the personnel authorized by EMPLOYER.
4.20   Manuals
       Technical Manual on PE pipes including precautions to be taken during operation of the pipeline shall be
       prepared and submitted by the contractor immediately on completion of work.
4.21   Flanges
       All flanges employed in the project must be compatible whatever material used.
4.22   Marking
       All pipes shall be marked at maximum interval of 1 m. The marking shall indicate at least the following
       information.
       1)       Manufacturer’s name & / or trade mark.
       2)       The dimensions (nominal outside diameter X nominal wall thickness)
       3)       The outside diameter tolerance (A or B)
       4)       The designation of pipes material (PE 100, PE 80 etc)
       5)       The nominal pressure (PN)
       6)       The production period (date or code)
       7)       The number of the International standard.
       8)       The word “Water” shall also be included.
       9)       Lot number/Batch Number
4.23   Packing & Transport
       The pipes should be preferably transported by road from the factory and stored as per the manufacturer
       specifications to protect damage.
4.24   Summary of quality Tests :
       1.       Quality Mark               :       Pipe: IS 4984
       2.       Material                   :       As per IS 4984. However only virgin resin is allowed, reworked
                                                   Material is not allowed.
       3.       Grade of Material          :       PE 100 as per IS 4984 (Certificate from raw ;material
                                                   Manufacturer is required).
       4.       Pressure Rating            :       Minimum PN 6 or above as per requirement.
       5.       Colour                     :       as per IS 4984
       6.       Dimensions                 :
                Diameter                   :       The nominal diameter (outside)
                Wall thickness             :       As per IS 4984.
                Length                     :       For diameter up to 110 mm : min 6 mtr max. 100 meter
                                                   For diameter more than 110 mm : minimum 6 meter.
                                                         10
                   For diameters up and more than 110 mm diameter: Electro-fusion Process
         11.       Quality Assurance :
                   Quality Assurance Plan shall be got approved from the employer before production start.
5.       Field Hydraulic testing of the pipelines
a.       Sectional tests
         After laying and jointing the pipeline shall be tested for tightness of barrels and joints, and stability of
         thrust blocks in sections approved by the Engineer-in-Charge 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 1 km. After successful organizing and execution of tests the length May be
         extended to more than 1 km after approval of the Engineer-in-Charge in Charge. The hydraulic testing
         shall have to be commenced immediately after laying and jointing of 1 km reach is completed.
         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.
6.       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 in Charge. Disinfection of drinking water pipelines should be done
         by Contractor.
7.       above ground pipeline
         DI K9 pipe of appropriate size, conforming to IS: 8329 or MS pipes of appropriate size and thickness,
         conforming to IS :3589 will be used wherever the pipeline is laid above ground. MS pipes will be in-lined
         and out-coated with 15 mm thick Cement concrete mortar or Epoxy coating of 400 Micron DFT.
8.       Flow measuring devices:
         Electromagnetic Flow Meter of appropriate size shall be provided along with 8 hour Battery back-up, at inlet
         and outlet of the Raw water and Clear water pipeline and Feeder pipeline outlet at RCC Overhead tanks; to
         check losses and measure the quantity of water. Reading display of all the Flow meters, along with data
         logging instruments should be made available at single point, wherever decided by the Engineer-in-charge.
         All the Electromagnetic Flow meters shall have the same make and salient features as under.
         Coil housing of the Electromagnetic flow meters of Dican aluminium SS-304 and Flow-tube lining of PTFE /
         EPDM / Neoprene/ Hard rubber/ Poly urethene.
         Recommended make :Krohne-Marshall / Yokogawa / Emerson- Rosemount/ Endress + Hauser/ Seimens
         ABB or equivalent.
9.       Technical Qualifications for procurement of pipes during construction:
9.1.     H.D.P.E. Pipe:
9.1.1.   The Pipe manufacturer should have an annual installed production capacity of quantity equal to this
         TENDER.
9.1.2    The manufacturer should hold valid IS license under IS:4984 consecutively for last five years to
         manufacture ISI marked pipes.
9.1.3    The Pipe manufacturer should have manufactured and supplied in India at least HDPE Pipe of minimum
         __ mm or above dia. More than required in this TENDER during past 3 years ending 2012.Self certified
         document from HDPE Pipe Manufacturer to be attached alongwith technical Tender.
10.0     Installation and Commissioning of HDPE pipes
10.1     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
11.0     Field Hydraulic Test
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.
                                                           11
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 built up allowable drop in pressure during test will be treated as a make up
       water.
f.     The maximum allowable test pressure shall be 1.5 times the system design pressure or pipe rating which
       ever is higher
g.     Notwithstanding the satisfactory completion of the hydraulic test, if there is any discernible leakage of water
       from any pipe or joint, the Contractor shall, at his own cost, replace the pipe, repair the pipe or re-make the
       joint and repeat the hydraulic test with cost including the cost of water.
h.     Test pressures are to be measured in kg/cm2 at the centre of the blank flange situated at the lowest end of
       the pipeline under test. Unless otherwise specified the test pressure shall be as stated below.
12.0   INSTALLATION OF VALVES
       General
       The installation of valves shall be made according to the instructions of the manufacturer and the Engineer.
       Installation of valves
       Butterfly/Sluice valves shall be installed between flanges according to the instructions of the manufacturer.
       Valves shall be placed on a support of concrete so that no shear stress is in the flanges. In case of axial
       thrust due to closure of a valve against pressure the valve shall be anchored in the support in a suitable
       manner to transfer the thrust into the floor slab of the chamber.
       Air valves shall be installed on top of air valve tees.
       SLUICE VALVES
        DESIGN REQUIREMENT
       A.    Sluice valves shall generally conform to IS 14846/BS EN 1171/DIN 3352. Additionally,
             they should also meet specific requirement as stated.
       B.    Spindle, thrust collar and operating arrangement including hand wheel should be
             designed in such a way that one adult male is able to operate the valve against full
             differential pressure by exerting no more than 8 kgf effort (pull and push) on the hand
             wheel.
        FEATURES OF CONSTRUCTION
        a.   Valves shall have inside screw, non rising spindle.
        b.   Valves shall be with appropriate bushing arrangement for replacement of packing without
             leakage (350 mm ø and above), up to 350 mm ø valves shall be glanduss.
        c.   Valves 450 mm ø & above shall be provided with an antifriction device / ball thrust
             bearing arrangement to minimize friction between spindle collar and casting. These
             should be housed away from wet chamber and should have facility for periodic greasing.
        d.   Valves of size 450 mm ø and above shall be provided with enclosed, grease packed spur
             gear box.
        e.   Valves 450 mm ø and above shall be provided with a drain and air plug.
        f.   All valve doors when fully closed would ensure door faces are riding on body seat ring by
             at least 50% of the width of seat ring and there is sufficient room for wear travel.
             Applicable for valves 350 mm and above., up to 300 mm valves shall be resilient seated.
        g.   All face and seat rings will be force/press fitted and additionally riveted (300 ø & above) to
             the recess in the CI casting. No screws are allowed.
        h.   Spindle, thrust collar and operating arrangement including hand wheel should be
             designed in such a way that one adult male is able to operate the valve against full
             differential pressure by exerting no more than 80 N effort (pull and push) on the hand
             wheel. Only single start, square threads with a pitch not exceeding 12 mm in the spindle
             be used.
        i.   Manufacturer to give details of gear box proposed – no. of spur pair, ratio, efficiency etc.
        j.   Manufacturer to justify with calculation that the valve proposed is operable within the
             effort parameters specified and no. of turns to ensure the time required to operate the
             valve from full open to full close is within reasonable limits. This is a vital requirement.
                                                         12
        k.      Nominal size of the valve shall be cast on the body of the valve.
        DATA :
        1.  Size                                  :   150 mm to 350 mm
        2.  Rating (Kg/sq.cm)                     :   PN 1.0
        3.  Drilling                              :   IS 1538 Table 4 & 6 / relevant ISO with latest
                                                      amendments/ BS EN 1092-2
        4.      Material of construction          :
                Body                              :   DI IS 1865 Gr. 500/7 ; 400/15 or
                                                      CI IS 210 Gr. FG 200 for PN 1.0 (all sizes)
                Wedge                             :   DI IS 1865 Gr. 500/7 ; 400/15 ( fully rubber lived
                                                      EPDM, upto 300 mm) or
                                                      CI IS 210 Gr. FG 200 for PN 1.0
                Spindle                           :   St. St. AISI 410 / 316 / relevant ISO with latest
                                                      amendments
                Seat & face rings                 :   Bronze IS 318 LTB II 6 / relevant ISO with latest
                                                      amendments ( for 350 mm above)
                Drain & air plug                  :   Bronze IS 318 LTB II 6 / relevant ISO with latest
                                                      amendments
            Ball thrust bearing                   :   SKF or equivalent
            Bushing arrangement                   :   Halprene on bronze
            Rivets                                :   Soft annealed brass
            Gland packing                         :   Teflon coated / graphite asbestos / hemp
            Fasteners                             :   Carbon Steel
        SHOP TESTING :
        HYDROTEST                                 :
        Seat leakage                              :   10 Kg/cm² (5 min) – for PN 1.0
        Back seat leakage                         :   5 Kg/cm² (2 min) – for PN 1.0
        Body                                      :   15 Kg/cm² (5 min) – for PN 1.0
   BUTTERFLY VALVES
a.  Butterfly valves shall be of double eccentric and resilient sealed type generally as per BS EN 593, BS 5155
    and IS 13095. Valves shall be installed in valve chambers. Valves shall be provided with stainless steel
    extension spindle so that valves can be operated from ground level and without entering the chamber.
b.  Material of construction of butterfly valves shall comply with following requirements :
                                                          13
c.   Butterfly valves shall be suitable for mounting in any position. The valve shall be free from induced vibration.
d.   Butterfly valve shall be suitable for bi directional pressure testing with head tight shut off even after long
     period of operation of 5 years. The valves shall be of double flanged long type.
e.   The valve seal shall be of replaceable design. When the valve is fully closed, the seal shall seat firmly. The
     seat surfaces shall be machined smooth to provide a long life for the seal. All fasteners shall be set flush so
     as to offer the least resistance possible to the flow through the valve.
f.   The shaft shall be stainless steel with bronze or equivalent seal with self-lubricating bearings. Disc pin shall
     be stainless steel. Ring shall be Tenderirectional seal adjusting suitable for pressure and vacuum service.
     Removal and replacement of steel shall be possible without removing the operating mechanism, valve shaft
     and without removing the valve from the pipeline. Valve shaft shall be of one piece unit extending completely
     through the valve disc hubs.
g.   All valve spindle and head wheels shall be positioned to give access for operational personnel. Valves shall
     be provided with enclosed gear arrangement for ease of operation. The gear box shall be worm and worm
     wheel design type totally enclosed grease filled and weather proof. The operation with gearing shall be such
     that they can be opened and closed by one man against an unbalanced head of 1.15 times the specified
     ratings. Valves and gearing shall be such as to permit manual operation in a reasonable time and not exceed
     a required rim pull of 200 N. The valve disc shall be 90 deg turn.
h.   The disc shall be designed to withstand the maximum pressure differential across the valve in either direction
     of flow. The disc shall be contoured to ensure the lowest possible resistance to flow and shall be suitable for
     throttling operation.
i.   It should be possible to open the valve with upstream pipe fully filled and downstream pipe fully empty. The
     shaft shall be designed to withstand the maximum torque that will be imposed by the operator. It shall be
     secured to the disc by tapered stainless steel cotter pins.
j.   Valve shall be provided with mechanism position indicator to show the position of the disc mounted on the
     driven shaft end.
k.   Rigid adjustable stop mechanism shall be provided within the gear box or elsewhere on the valve to prevent
     movement of the disc beyond the fully opened or closed position (i.e. set points).
l.   Valve shall be capable of closing against the maximum flow that can occur in practice. The break way torque
     against maximum differential head conditions shall be within the manufacturer]s limits.
m.   All hand wheels shall be arranged to turn in a clock wise direction to close the valve, the direction of rotation
     for opening and closing being indicated on the hand wheels.
n.   All hand wheels shall be provided with an internal locking device to prevent operation device by unauthorized
     person.
     AIR VALVES
A    SCOPE AND GENERAL DESIGN FEATURE
     This section covers the requirements of double orifice type air valves with tamper proof cover to be used for
     evacuation of accumulation of air in water mains under pressure, for the exhaust of air when such mains are
     being charged with water and for inlet of air when they are emptied of water.
                                                                   2
     The working pressure of the air valves shall be 10 kg/cm (PN 1).
B    FUNCTION
     Automatic air valves generally conforming to IS 14845 / relevant ISO with latest amendments are to be used
     for evacuation of accumulated air in water mains under pressure, for the exhaust of air when such mains are
     being charged with water and for ventilating the mains when they are being emptied of water.
C    DESIGN FEATURES
        a)     Air valves shall be double orifice type and tamper proof unless otherwise directed by Engineer. A
               buoyant rigid float shall seal the large orifice and the chamber housing shall be designed to avoid
               premature closing of the valve by the air whilst being discharged. Small orifice shall discharge small
               air volume during operation under full internal pressures. All air valves shall be provided with isolating
               sluice valves and flanged end connection.
        b)     The valve shall be capable of exhausting air from pipe work automatically when being filled, the air
               being released at a sufficiently high rate to prevent the restriction of the inflow rate. Similarly the valve
               shall be capable of ventilating pipe work automatically when being emptied or under water hammer
               condition, the air inflow rate being sufficiently high to prevent the development of a vacuum in the
               pipelines. The valve shall also automatically release air accumulating in pipe work during normal
               working conditions.
        c)     The valves shall be designed to prevent premature closure prior to all air having been discharges
               from the line. The orifice shall be positively sealed in the closed position with the float only raised by
               the liquid and not by a mixture of air and liquid spray. The seating shall be so designed to prevent the
               float sticking after a long period in the closed position.
        d)     Air valves shall thus be designed to automatically operate so that they will;
                                                           14
                Positively open under internal pressure less than atmospheric pressure to admit air in bulk
                 during pipeline draining operation;
                Exhaust air in bulk and positively close as water, under low head, fills the body of the valve
                 during filling operation;
                Not blow shut under high velocity air discharge; and
                Exhaust accumulated air under pressure while the pipe is flowing full of water.
D   CONSTRUCTION FEATURES
     Material of construction of air valves shall comply with following requirements:
     a)      All air valves shall be constructed so that internal working parts which May become necessary for
             repairs shall be readily accessible, removable, and replaceable without used special tools and
             removing the valve from the line.
     b)      Valves with air intake or exhaust facilities shall have an integral protecting cover top shall be
             supplied to prevent dirt and debris from entering the outlet of the valve.
     c)      The contractor shall verify with the supplier of the valves that the valves have the capacity to
             sustain the pipeline test pressure prior to testing. In the event that the valves do not sustain the
             pressure they shall be removed and the stub pipes from the main pipeline blanked off before
             pressure testing the pipeline.
E   DATA
     a)      Valve size                         :       50 to 400 mm dia
     b)      Suitable for max. differential
             pressure (kg/cm²)                  :       10
     c)      Material of construction
              Body and cover                    :       CI IS 210 Gr FG 200 or SG iron 1865 Gr
                                                        400/12 or grade GGG40
             Float                              :       Rubber coated timber or Polycarbonate up to 50 NB/ SS
                                                        304 above 50 NB
             Internal Linkages                  :       SS 304
             Seat Ring                          :       Dexine (Nitrile Rubber) or bronze seat
             Isolating Sluice Valve              :      Generally conforming to IS 14846/relevan ISO
                                                        with latest amendments
             Spindle for Sluice Valve           :       St. St. AISI 410
             Bolts & Nuts                       :       M.S.
     TESTING AND PERFORMANCE
     a)      When tested as per clauses 11.6.d.1, the air passage and the function of ball floats in a valve shall
             be satisfactory, and the valve shall work smoothly.
     b)      Hydrostatic test of valve body, when tested in accordance with 11.6.d.4 there shall be no leakage
             through pressure sustaining components and joints. There shall be no permanent deformation of
             any part.
     c)      Valve seat and cock, when tested in accordance with 11.6.d.2 and 11.6.d.3 shall not show any
             leakage.
     d)      Function and Performance Test
             d.1 The valve shall be fitted on a test bench. The pressure of the water in pipe shall be
                    developed to working pressure, and the main valve shall be gradually opened to check the air
                    release and float function. Compressed air shall then be slowly put into the valve through
                    underside of the valve, and check the function of floats.
             d.2 High Pressure Orifice Seat Test
                    Subsequent to high pressure orifice performance test, hydraulic pressure shall be reduced
                    upto half of the working pressure to check leakage of orifice seat for a duration of three
                    minutes.
             d.3 Low Pressure Orifice Seat Test
                    Subsequent to high pressure orifice performance test, hydraulic pressure shall be reduced
                    upto half of the working pressure to check leakage of orifice seat for a duration of three
                    minutes.
             d.4 Body Test
                    The valve body (without cover and ball floats) shall be covered by a blank flange, keeping
                    isolating valve open. Hydrostatic pressure of 1.5 times the pressure class of the valve shall
                    be applied for duration of 5 minutes to check the water tightness of the body.
                                                      15
13   VALVE CHAMBERS
     Valve chambers shall be constructed according to the typical drawings suitable for the respective valve and
     special arrangement if any shall be approved by Engineer. They shall be constructed in brick masonry as
     shown in the drawing. The chambers shall be constructed after the laying of the pipes and the assembly of
     specials and valves. The size of the chambers shall be according to the following criteria/ as per direction of
     Engineer.
             Minimum distance of flanges from walls                                  :       45 cm
             Minimum distance of sockets from walls                                  :       45 cm
             Minimum distance between highest point of equipment and roof slab               :     30 cm
             Maximum distance between highest point of equipment and roof slab               :     50 cm
     Pipes passing through walls should be coated by two layer of soft material (Hessian felt) to allow for
     differential settling and longitudinal expansion if directed by Engineer. Only metallic pipes May be cast into
     the walls for anchoring purposes.
     The work shall include excavation, consolidation, leveling, lean concrete as per drawing in foundations,
     finishing, refilling. It shall include all labour and material required for the complete chamber.
14   DISMANTLING JOINTS
     Double flanged Dismantling joints shall be of Cast Iron in such a manner that valves (300 mm and above
     dia) can be dismantled without stress to the joints. These shall be for working pressures of 10 kg/cm2 (1
     Mpa) and shall be completely leak proof with proper gasket arrangement. Flange dimensions shall conform
     to IS 1538 (part I to XXII). Flanged specials shall be supplied with required nuts, bolts and rubber gaskets.
     The nuts and bolts shall be of best quality carbon steel, machined on the shank and electro-galvanized.
     Rubber gasket shall be as per IS 5382. Dimensions and drilling of flat gasket will be as per IS 1538 : 1993,
     suitable for making flanged joint. The dismantling pieces shall provide minimum clearance of + 25 mm (total
     distance 50 mm. The dismantling joint shall be internally and externally coated with hot applied (dip)
     bituminous paint.
15   THRUST BLOCKS
     The thrust blocks shall be of plain/reinforced cement concrete on site as per design and drawings to be
     given by the Contractor and approved by the Engineer In Charge. The thrust blocks shall be cast directly
     against the undisturbed soil.
                                                       16
                                            Chapter - 3
                                              SCADA-PLC
Municipal Council, intends to construct a water distribution system using highest standards to enable
sustained and reliable system in terms of delivery and effectively checking UFW.
Scope of Work
1. The scope of SCADA PLC includes the design and installation of system, sufficient to monitor and
   control the designated flows of raw/clear water. This SCADA System envisages a Master Control
   Centre to be established in a purpose constructed building and Subsidiary Monitoring Centres
   established in the control rooms of WTP. In addition, Local Control Centres are to be established
   at Intake pumping station.
2. The Master Control Centre will be located within the compound ofWTP head works.
3. The Subsidiary Monitoring Centers will be located at pumping station head work.
4. The Local Control Centres are to be located at Intake Pumping Station
Electrical Works
 Provision of dual circuit electricity supply cables to the Master ControlCentre building.
 Provision of LV switchboard in Master Control Centre building to receivethe incoming electricity
      supply cables and distribute accordingly.
 Provision of all necessary building services installation works for the Master Control Centre
      building, including earthing and lightning protection systems.
i)     Server based Master Control Centre SCADA system with all necessary hardware and software.
       Facilities shall be provided to carry out operations of the water Transmission system from the
       operator work stations of the SCADA system located in the control room. The SCADA system
       shall contain facilities for alarms, data logging, data archiving, trending and report generation.
ii)    For this purpose, the Master Control Centre SCADA system shall be interfaced with the ICA
       system of each functional unit on the water Transmission system, such as pumping stations,
       water treatment works, electricity supply system, etc. It shall be responsibility of the Contractor
       to visit the entire site to see the system and to gather allthe technical information,
       documentation, protocol details and data for the telecommunication links to ensure a completed
       and operational system.
iii)   VSAT, ISDN and GPRS communication equipment, including modems and accessories as
       required. A telecommunications server and routers shall be provided to coordinate and
       sequence the communications between the MCC and all other sites.
iv)    For RVPN substation, communication shall be by means of opticfiber cable linked direct to the
       MCC Ethernet bus.
                                                    17
v)     Battery and battery charger and / or UPS for the SCADA System shall be provided for reliable
       power supply. This supply system shall be designed to provide power for 8 hours in the event
       of mains failure.
vi)    Instrumentation, data and control cables.
i)     Minimum PC based Subsidiary Monitoring Centre SCADA system with all necessary hardware
       and Facilities shall be provided to monitor, only, the operations of the relevant local portion of
       the water transmission system, using data provided from the MCCSCADA System. The SCADA
       system shall contain facilities for alarms, data logging, data archiving, trending and report
       generation.
ii)    For this purpose, the Subsidiary Monitoring Centre SCADA system shall be interfaced only with
       the MCC SCADA system.
iii)   VSAT and ISDN communication equipment, including modems and all accessories as required.
       Communication shall be by means of optic fibre cable links direct to the MCC Ethernet bus. At
       the SMC’slocated communication shall be provided by GPRS modem or other suitable links,
       complete with all accessories.
iv)    UPS for the SCADA System shall be provided for reliable power supply. For pumping stations
       and office, the UPS shall provide 8hours backup.
v)     Instrumentation, data and control cables.
i) Distribution Control panel metal enclosure, floor standing and housing the necessary RTU, HMI,
GPRS modem, Power Distribution Board, 24 V DC battery supply and charger and door mounted
controls to effect the complete control of the local distribution system. The RTU shall contain facilities
for alarms, data logging, data archiving and trending.
ii) Fabricated control room enclosure to house the control panel, including building services
installation and air conditioning.
iii) Instrumentation, data and control cables.
                                                   18
Functions at Master Control Centre
At the MCC, the SCADA system will acquire the data regarding the water supply system from all the
SMCs and LCCs, by regular polling, process the same and create displays on the screen of the
operator station monitors in pre-assigned formats. A Wide Area Network (WAN) will be established for
this purpose. The SCADA system will integrate the controls at all the pumping stations, distribution
reservoirs. The MCC shall
Receive data from pumping stations and WTP. The data in the SCADAsystem will be updated at a
regular interval of 15 minutes and will be stored in the memory units for future reference. Selected
information willbe sent to SMCs. The data will be archived for maintaining long-term records.
Remote Controls
Remote controls at MCC will be provided for regulating the flow of water to the inlet of WTP, CWR &
overhead service reservoirs. While the pumping station will be manned round the clock, they will be
designed for automatic / semiautomatic and manual operations and the responsibility of operational
controls rests with the pumping station operators. The pumping station operator will operate the plant
for the required throughput based on inflow and also as per specific advice from the MCC. Interlocks
will be established between the upstream and downstream reservoirs for safe operation of the water
supply system.
Master Control Centre - The proposed master control centre building shallbe erected within the plot
boundary of WTP head works. The overallappearance and architectural look shall match that of the
pumpingstation. The works shall comprise the following but not be limited to:
                                                    19
interconnectivity of the PLC &SCADA systems necessary connection and modems shall be provided
alsoat AEN office.
The voice communication system shall provide connectivity to the fixed
stations at following places:
Minimum 10 mobile units with batteries shall be provided forcommunication with the project staff
within the project area from Intaketo Treatment Plant, CWPH and AE Office at Dag. The bidder shall
designthe system and provide necessary mast towers, Antena, Tans receivers, RFcables, handsets,
battery systems etc., to achieve the above objective.The equipment and material supplied shall be as
per the specifications
given in Volume II of the tender document.The wireless data communication system should be linked
with thePLC/SCADA system setup at treatment plant with necessary modems forsignal conversions.
The PLC system shall also be linked to the SCADA system setup at thetreatment plant unit on a data
highway. The CWR PLC System will beprovided with MMI which will enable visualizing key
parameters of thecomplete system i.eIntake , WTP and CWR.
PLC System which will envisage water and energy audits. The systemshould be able to record
continuous readings from flow meters, pressuretransmitters and energy meters so as to
enable calculation of efficiency atwhich the pump sets are being operated. The system should
also be ableto arrive at water losses in different sections and of the scheme as a whole.
                                                20
Specification for Instrumentation
1.1     General
This section of specifications defines the general requirement ofInstrumentation system to be installed at
pumping stations. For selection offield instruments and control system or anything related to
instrumentation,the Contractor shall follow the specifications contained here in.
Irrespective of the detailed specifications of the respective items detailedin the chapters of pumping
stations, the contractor shall be required toprovide all equipment, accessories, cabling, earthing and shall
providenecessary transducers/sensors, system to achieve the requirements listed inclause 10.2 below.
Electrical System:
      Input voltage, Amperage of 11kV / 415V systems, and input
      voltage, Amperage to individual motors & auxiliary transformers
      Power consumption (kWH), and power factor of 11 Kv/ 415 V
      system and all LT motors
      Status of all breakers
      Status of all LT motors (on/off)/
      Winding temperatures and bearing temperature of LT motors
      Transformer winding temperature, oil gauge pressure.
     
Mechanical Equipments
      Status of all pumps, dewatering pumps and pumps used for
      circulation/cooling, backwash pumps, etc.
     
Instrumentation Equipments
      Flow data (instantaneous flow rates and total flow) from the pump
      house (through flow meter installed on clear water main)
      Level of water in the Clear water reservoirs (1 nos.), dewatering
      sumps, level of water in surge control tanks and water/air levels in
      air vessels.
      Pressures at delivery of each main pump & manifold, compressed
      air tanks of filter plant and air vessels.
Filter Plant
      Pumps fail to start/stop.
      Level of water in CWR abnormally high.
      Delivery pressure of air abnormally low/high.
                                                      21
       After a power failure, when power supply resumes, the instrumentsand associated equipment shall
        start working automatically.
       The instruments shall be designed to permit maximuminterchangeability of parts and ease of
        access during inspectionand maintenance.
       The field instruments i.e. the instruments mounted outside thecontrol panel shall be mounted at a
        convenient height ofapproximately 1.5 m above grade platform.
       Unless otherwise stated, field mounted electrical and electronicinstruments shall be weatherproof
        to IP-65.
       The instruments shall be designed to work at extremes of theambient conditions of temperature,
        humidity, and chlorinecontamination that may prevail. The instruments shall be giveenough
        protection against corrosion.
       Lockable enclosure shall be provided for the field mountedinstruments wherever required.
       All field instruments, and cabinets/panel-mounted instruments shalhave tag plates/name plates
        permanently attached to them.
       The performance of all instruments shall be unaffected for the ±10%variation in supply voltage and
        ±5% variation in frequencysimultaneously.
       All wetted parts of sensors shall be made out of non corrosivematerial capable of working with
        chlorine content of 5 ppm.
       For all instruments (transmitting analogue signals) installed in thefield (outside pump house),
        lightning protection units (LPU) shall beprovided at both ends of the connecting cable for the
        protectionagainst static discharges/lightning and electromagneticinterference.
       Unless otherwise specified, double compression glands shall beused for glanding the cable in field
        instruments and instrumentcontrol panel.
       Pressure transmitters shall be provided with two valve manifold anda test port, so that in site
        calibration can be carried out.
       Two wire transmitters shall be provided with on-line test terminals.
The exterior corners and edges shall be rounded to give a smooth overallappearance with projections kept
to a minimum.
Lifting lugs shall be provided for installation purposes and shall be replacedwith corrosion resistant bolts
after installation.
Control Panel shall be completely metal enclosed and shall be dust, moisture and vermin proof. Panel
enclosures shall provide a degree ofprotection not less than IP 52 in accordance with IS:13947 Part-I
Control Panel shall be free standing type. There shall be sufficient reinforcement to provide level surfaces,
resistance to vibrations and rigidity during transportation and installation.
                                                     22
Metal sills in the form of metal channels properly drilled shall be furnishedalong with anchor bolts and
necessary hardware for mounting the controlpanels. These shall be despatched in advance so that they
may beinstalled and levelled when concrete foundations are poured.
Cable entries to the panels shall be from the bottom with fire retardantspray compound sealing. Control
panels shall be provided with louversalong with washable micron filters AIRIN – AIROUT fans will be
provided.
1.4.2. Mounting
All equipments on front of panel shall be mounted flush or semi-flush. Incase of semi-flush mounting, only
flange or bezel shall be visible from thefront.
Equipment shall be mounted such that removal and replacement can beaccomplished individually without
interruption of service to adjacentequipment.
Equipment mounted inside the panel shall be so located that terminalsand adjacent devices are readily
accessible without the use of specialtools. Terminal markings shall be clearly visible.
All metallic cases of instruments and other panel mounted equipment shallbe connected to the instrument
earth bus.
Looping of earth connections which would result in loss of earthconnection to other devices when the loop
is broken shall not bepermitted. However, looping of earth connections between equipment tocreate
alternative paths to earth bus shall be provided.
A separate instrument earth bus will be created which will be floating andall the cable shields will be
terminated onto this bus. This bus will beconnected to an electronic earth pit.
Each panel shall be provided with 230V, 1 phase, 50 Hz, combined 5 ampsand 15 amps, 3 pin receptacle
with a switch and neon indicating. Thereceptacle with switch shall be mounted inside the panel at a
convenientlocation. If the panel has front and rear doors then maintenance socketshall be provided at both
locations.
                                                     23
1.4.8. Labels
All the equipment mounted on the front face of control panel as well asequipment mounted inside the
panels shall be provided with individuallabels with equipment designation engraved. The labels shall be
mounteddirectly below the respective equipment. Also the panel shall be providedat the top with a label
engraved with panel designation.
Panels shall be supplied completely wired internally, with a colour codingscheme decided mutually
between the Department and the Contractor,to equipment and terminal blocks and ready for external
cableconnections at the terminal blocks.
Wires within the panel shall be continuous i.e. without splicing and shallcomprise stranded copper
conductors. Internal wiring or wiring betweenthe two assemblies shall be commensurate with mechanical
safety.
Wire termination shall be made with solderless crimping type of tinnedcopper lugs which firmly grip the
conductor and insulation. Insulatedsleeves shall be provided at all the wire terminations. Engraved
coredentification plastic ferrules, marked to correspond with panel wiringdiagram shall be fitted at both
ends of each wire. Ferrules shall fit tightly onthe wires and shall not fall off when the wire is disconnected
from terminalblocks. All wires directly connected to trip circuit of breaker or device, shall
be distinguished by the addition of a red coloured unlettered ferrule.
All spare contacts and terminals of the panel mounted equipment anddevices shall be wired to terminal
blocks.
There shall be a minimum clearance of 250 mm between the first row ofterminal blocks and the associated
cable gland plate. Also the clearancebetween two rows of terminal blocks shall be a minimum 250 mm.
Panel internal wiring shall not be looped directly from instrument toinstrument. The same shall be looped
through the panel terminal blockonly.
If accidental short circuiting of certain wires is likely to result in malfunctionof equipment, such as closing or
tripping of a breaker or positive andnegative wires, these wires shall not be terminated on adjacent
terminalblocks.
1.4.13. Terminal/Identification
Every terminal and test plug shall be uniquely identified within the terminalcabinet by means of a terminal
number. Appropriate labels shall be usedto permit quick and unambiguous identification of each terminal
and testplug.
                                                       24
Painting of Control Panel/ Control Desk
All sheet steel work shall be phosphated in accordance with the followingprocedure :
i.       The pre treatment shall be hot process with running water forrinsing.
ii.      Oil, grease, dirt and swarf shall be thoroughly removed by emulsioncleaning.
iii.     Rust and scale shall be removed by trickling with clean waterfollowed by final rinsing with dilute
         dichromate solution.
iv.      The control panel shall be powder coated. Thickness of coating ofminimum 60 microns. QA test
         certificate shall be furnished for thicknessadhesion and hardening of powder coating.
Flow transducers shall be rugged in construction and shall be suitable forcontinuous operation. Flow
transducers shall have waterproof constructionand shall be suitable for installation on underground /above
ground pipelines. Full bore type/removal of flow sensors shall be possible when pipelines are pressurised
and should be leak proof at 1.5 times the workingpressure at that location. This is not applicable to
electromagnetic full boreflow meter.
To avoid the effects of disturbances in the velocity profile, a straight anduninterrupted run, upstream as well
as downstream from the location ofthe flow sensor shall be provided, as required by the flow meter
manufacturer.
Contractor shall finalize the exact location of flow transducers inconsultation with Engineer-in-Charge.
The flow transmitter shall be suitable for field mounting and shall acceptinput from the flow transducer. It
shall process the input signal and provide4-20 mA DC output proportional to flow rate. Flow transmitters
shall haveLCD display to indicate instantaneous flow rate. The flow range shall beadjustable. The flow
meters shall be suitable for measuring flow atvelocities of water from 0 to 4 m/sec.
Contractor shall construct a suitable concrete chamber for enclosing flowtransducer to be mounted on
underground pipe lines. A concrete cabinshall be constructed above the chamber for housing the flow
transmitter.A concrete cabin shall be constructed for housing the flow transducer andthe flow transmitter to
be mounted on surface pipelines.
The Full bore type/Retraction assembly, head of the flow transducers shallbe made of anti corrosive
material.
The flow computer shall be microprocessor based and shall have selfdiagnosis facilities.
                                                      25
S.No.   Details                         Parameter
1       Principal of working            Faradays law of electromagnetic induction
2       Type                            Full Bore Type with integral flow transmitter
3       Size                            150 mm dia. For raw water mains & 200 mmdia. At inlet of WTP,
                                        100mm, 80mm,65mm at PS
4       Signal out put                  4-20 mA DC
5       Time contact                    1 second to 20 second adjustable
6       Pulse out put                   10 – 18000 pulses per houra) Out put to drive
                                        externalelectromagnetic counter of 12 V / 24 V DCdirectly
7       Maximum load Resistance         1000 Ohm
8       Local display                   3.5 Dijet LCB
9       Ingress Protection              IP 65
10      Flow velocity                   0.25 m/sec to 10 m/sec
11      Accuracy                        +/- 2.0 % of actual flow at reference condition
12      Repeatability                   + or – 0.15% of span
13      Power supply                    Normal 240 Volt AC + or – 15 % 50 Hz
14      Media pressure                  As per requirement
15      Powerconsumption                Maximum 20 W
16      Materials
a)      Liner                           Neoprene /Polyurethane
b)      Pipe                            SS316
c)      Flanges                         SS316
d)      Coil housing                    SS
e)      Transmitter                     Cast Aluminum epoxy painted
Note: Digital flow indicator and flow integrator shall be a combined unit
The supplied flow meter must comply with the national/internationalspecifications and must be suitable for
installation of the pulse units of anyremote reading compatible devices of the international standards for
thepurpose of flow analysis and remote reading.
The flow meter must be supplied with a battery with life of 10 years withoutchanging the battery unit and
battery must be an integral part of themeter.
                                                       26
       Should not measure air
       Unaffected by grit and particles
       Low pressure drop
       Visual display and AMR
       No reverse flow measurement
       High pressure rating
       Continuous operation
       Tamper resistant
       Battery life of minimum 10 years
       Protection class IP 68
       Display – Liquid Crystal
       Maximum reading – 999999.999 m3
       Minimum reading – 000000.000 m3
       Should have interface facility to connect it with a remote readingequipment
For maximum hourly flow above 25 cum per hour, 65 or 80 mm meter is tobe supplied. If ultrasonic meter is
not available of sizes 65 mm and above,contractor, after approval of EIC may supply turbine type bulk flow
meterwith AMR.
The RMD shall be installed in the VTC. Its function shall be to receive thereading from the bulk meter at
any fixed moment and transfer the same tocontrol room using GSM network. The unit shall be waterproof
(IP 68). Thecontractor shall also have to provide one SIM card per device for GSMconnection. The system
should also have automated mechanism fordetecting non-functional devices and meters and also notify,
through SMS,in case of tampering.
A Server Module is to be provided, which shall be installed at the controlroom and it will act as a receiver
for the data sent by the remote readingdevice. The server module shall be connected to server computer
througha USB cable for transferring the received data. Contractor shall have toprovide one SIM card for
server module.
Application software- Contractor shall also have to provide customizedapplication software with the system
according to field requirement. Thisapplication will display the daily water meter reading, quantity of
watersupplied in last 24 hours. The reporting software should have functionalitylike tabular and graphical
display of daily meter reading. The reportingsoftware should be customized as per department’s
requirements.
Since power connection is not available at VTC, solar panels, with battery,shall be provided with each
meter. The back-up of the battery, with solarpanel shall be at least 10 days. Alternatively, adequate re-
chargeablebattery may be provided with the remote reading device with back up ofminimum 6 months. The
decision on this shall rest with EIC depending onrecurring costs, ease of maintenance and long life.
                                                     27
   (i)      The level transmitter shall be mounted in suitable weatherprooflockable pedestal enclosures near
            the level sensor.
   (ii)     Float and board type level measuring system shall be additionallyprovided for level measurement
            and local display in each sump.
   (iii)    Level monitoring devices (the level sensor equipment shall be securedto prevent interference by
            unauthorised personnel)
   (iv)     The necessary brack-etry to secure the instruments to be mounted nearsump and surge tank.
   (v)      Ultrasonic type level measuring devices shall comprise of a transducer,a transmitter, remote level
            indicator and all other items required tocomplete the control system.
   (vi)     The level sensor and the field-mounted transmitter shall be separateand interconnected by integral
            cable of sufficient length.
   (vii)    The transducer shall be suitable for flange or bracket mounting asrequired and shall be
            environmentally protected as per IP65. It shallhave ambient temperature compensation and
            adjustable datumsetting facilities.
   (viii)   The design and application of this ultrasonic level meters shall take intoaccount the vessel or
            channel construction, the material size, shape,environment, process fluid or material, the presence
            of foam, granules,size etc.
   (ix)     The installation shall avoid any degradation of performance fromspurious reflections, absorption,
            sound velocity variations, sensordetection area, temperature fluctuations, specific gravity changes
            and condensation. For application where spurious reflections areunavoidable the control unit shall
            be provided with facilities forspurious reflection rejection.
   (x)      The transmitter will provided an isolated 4-20mA 2 wire o/p.
   (xi)     To remove the effect of water turbulence in reservoirs averagingfacility should be provided in the
            transmitter unit.
                                                            28
1.12.3. Level Transmitter (LT)
Level transmitter shall be provided for continuous level measurement.Level transmitter shall be of
capacitance type with 4-20 mA output.Canopy arrangement shall be provided for each LT.
No                          Title                                  Description
                  Name of Instrument                               Level Transmitter
                  Location                                         Outdoor, Tank Mounted
                  Application                                      Transmission of water level
                  Mounting                                         Direct/Flange Mounted
                  Input                                            Water level
                  Output                                           4-20 mA
                  Accuracy                                         2.0% FSR
                  Required Range                                   To suit the requirement
                  Power Supply                                     230 V A.C. or suitable
                  Connection Details                               Single pair screened twisted corecable
                  Enclosure                                        Al Diecast, Weather Proof ,IP65
No Title Description
                                                    29
1.14.4. Pressure Switch
a)      Electro-mechanical pressure switch shall be provided to detect highpressure in the common
        discharge header of all pumping stations.
b)      The pressure switch shall have a manually adjustable set point anddifferential switching level. The
        switch shall be provided complete withimpulse tubing, two valve manifold with drain cock/calibration
        valve,fittings etc.
               1 Type                       :      Non-Indicating
               2 Sensing Element            :      Bourden/Bellows
               3 Switch type                :      Microswitch
               4 Set pressure               :      Adjustable
               5 Accuracy                   :      1% of span
               6 Switch Contacts            :      2 NO + 2 NC
               7 Switch Rating              :      24 V D.C., 2A
               8 Wetted parts material      :      SS 316
                                                      30
                                           bearing temperature, shoulderbag, protective cover, batteries
                                                     31
f)    The annunciator will be split architecture type and the facia will have LEDs.
1.15.2. Technical
Alarm annunciator shall be provided on instrument control panel forannunciation of alarms in control room.
The technical particulars of alarmannunciator are as follows:
(a) Technical Particulars
i.       Type                        :        Microprocessor based, splittype with alarmwindowsmounted
                                              on the front doorand electronic modulesinside the panel
ii.      Mounting                    :        Flush with panel
iii.     Construction                :        Modular
iv.      Inputs                      :        Potential free, NO/NCcontacts
v.       Size of windows             :        60 mm X 26 mm
vi.      Operating sequences         :        First up (user selectabledip switch)
vii.     Bulbs per channel           :        2 (Cluster LEDs)
viii.    Push Buttons                :        For Reset, Accept and Test
ix       Hooter                      :        Required, electronic type
x        Power supply                :        24 V DC/240 V AC
xi.      Power supply status         :        Required indication
xii      Weather protection          :        IP-52 of IS 13947
xiii     No. of Windows              :        120 Nos. min
Cable joints in instrument signals and power supply cables shall not bepermitted.
Cables shall be capable of satisfactory performance when laid on trays, intrenches, conduits, ducts and
when directly buried in the ground.
                                                      32
Cables shall be capable of operating satisfactorily under a power supplysystem voltage variation of ±15%,
a frequency variation of ±5.0% .
1.21 Instrumentation Cables
1.21.1. Cables for Digital Signals and Power Supply to Instruments
660V/1100 V grade multicore cables, multistranded high conductivityannealed 1.0 sq.mm stranded tinned
copper conductor, extruded PVCinsulated, with aluminium mylar tape, ATC drain wire run continuously
incontact with aluminium tape, inner sheathed with extruded PVC,armoured with galvanised steel wire
overall sheathed with extruded PVCconforming to IS:1554 & IEC:189 Part II.
1.21.2. Cables for Analog Signals and Signals from Temperature Sensors
660 V/1100 V annealed, tinned, high conductivity 1.0 sq.mm strandedcopper conductor extruded PVC
insulated two/three cores twisted intopair/traid, laid up collectively, individual pair/traid shielded and overall
shielded with aluminium mylar tape, ATC drain wire run continuously incontact with aluminium side of the
tape, inner sheathed with extrudedPVC, armoured with galvanised steel wire, overall sheathed with
extrudedPVC conforming to IS:1554 & IEC:189 Part II.
Cables shall be laid in accordance with layout drawings and cableschedule which shall be prepared by
Contractor and submitted forEngineer's Representatives approval.
All cable routes shall be carefully measured and cables cut to the requiredlengths, leaving sufficient
amount for the final connection of the cable tothe terminals on either end. Various cable lengths cut from
the cable reelsshall be carefully selected to prevent undue wastage of cables. A loop of1 meters shall be
left near each field instrument before terminating thecable.
Cables shall be complete uncut lengths from one termination to the other.
All cables shall be identified close to their termination point by cablenumbers as per cable interconnection
schedules. Identification tags shallbe securely fastened to the cables at both the ends.
Cable shall be rigidly supported on structural steel and masonry, usingindividually cast or malleable iron
galvanized clips, multiple cable supportsor cable trays.
.
1.23 Programmable Logic Controllers
1.23.1. Codes and Standards
         The design, material, construction features, manufacture, inspection andtesting of Programmable
         Logic Controllers (PLC) shall comply with allcurrently applicable statutes, regulations and safety
         codes. The PLC shallcomply with the latest applicable standards and codes or shall complywith
         the available recommendations of professional institutes like NEMA,IEC, ANSI, ISA, IEEE, DIN
         and VDE.
1.23.2. Design and Construction Requirements
(a)      The PLC shall be provided as a standalone controller to performcombinational and sequential logic
         functions, status monitoringand reporting functions with relays, counters and timer facilities.
(b)      The PLC shall have the following attributes as a stand alonecontroller:
              It shall carry out computation and interfacing for dataacquisition, data storage and retrieval.
             It shall accept downloaded program from a programmer.
             It shall have different functional modules to perform the desiredfunctions.
             It shall scan the inputs in time cycles and update the status ofinputs/outputs.
             To avoid spurious output because of output module failure, allcommands shall be
                associated with release signals. Releasesignals shall include information on healthiness of
                the hardware,software and power supply modules.
             It shall have relays, counter, timer functions, internal registersand flags, watch dog timer,
                set-reset facilities, up-downcounter etc.
  (c)    The PLC system shall be expandable and shall be modular inconstruction so as to carry out future
         expansions.
                                                       33
 (d)    The PLC shall have analog and digital signal monitoring capabilityfor checking the healthiness of
        the signals. In case of detection ofany unhealthy signal ‘PLC trouble’ alarm shall be generated.
 (e)    The PLC shall provide power supply to instruments / transmitters /sensors / transducers which are
        connected as digital or analoginputs, as applicable and also for analog outputs.
 (f)    PLC shall use industrial and open standard protocols and structuresfor communication.
 (g)    In case of system failure or power supply failure all the outputs shallattain pre-determined fail safe
        condition e.g. stopping of pumps orclosing of valves.
 (h)    The PLC used shall have a proven record in the type of applicationconcerned and in the prevailing
        environmental conditions.
 (i)    It shall be possible to perform the simulation functions and testingthe program by changing the
        status of contacts and monitoringthe output.
 (j)    Communication modules shall be provided in the PLC forestablishing the communication links with
        the central SCADAsystem. There will be two communication links for redundancypurpose. The
        Contractor shall provide all the information, data,protocol details and test facilities for establishing
        the exchange ofbidirectional data between the central SCADA system and the PLCsystems at
        each of the pumping stations.
                                                       34
       accuracy for analog signals shall be minimum +/- 0.5%.
       terminals with fuse and LED for indication of ‘fuse blown’ shallbe provided for each analog input
   (d)    Digital Input Modules
          The following design features shall be provided.
         contact bounce protection
         choice of type of contacts
          terminals with fuse and LED for indication of ‘fuse blown’ shallbe provided for each digital input.
   (e)    Digital Output Modules
          The digital output module shall provide contact closure output bydriving relays. The features to
          be provided are as follows :
       contact bounce protection
       relay output to operate pump motors and motorised valveactuators
       fail safe position in case of output module failure and faultindication
The operator interface unit shall have a coloured LCD screen and akeypad / touch screen.
10.24PLC Software
     (a) Wherever applicable PLC programming shall be carried usinglatest available industrial standard
         formats for logic. The PLCprogramming shall be prepared using the PLC
         manufacturersrecommended windows based PLC coding and documentationsoftware. The PLC
                                                      35
          code shall be structured in the manner of thebest industry standard and have comprehensive
          subroutine andrung annotation. The PLC programming languages shall be industrystandards such
          as Ladder language, Instruction List Language orgraphcet language.
      (b) The PLC software shall provide the facilities to carry out theoperations of the pumping station
          described in the control systemand control philosophy, which shall include the following:
          operations in various modes
          Selecting number of pumps to be operated based on desiredflow
          Starting or stopping of pumping station with a single command
          Checking of permissive conditions to start
          Sequence of start / stop of pumps alongwith associatedsuction and discharge valves.
          Duty cyclic operations
          Pumping station operations in line with upstream anddownstream pumping stations operational
          data
(a)    Display status of all the items of the pumping station viz. pumps,valves, switchgears etc. in a
       graphical and tabular format (i.e.running, stopped, fault etc.)
(b)    Display analog values on the appropriate graphic screen
(c)    Annunciate alarms along with time of occurrence of alarm. Thesoftware chosen shall have a
       comprehensive alarm handlingcapability with the ability to annunciate, acknowledge, sort
       andmaintain a historic record of current and past alarms includingdetails of when the alarm
       occurred, when it was acknowledgedand when it returned to normal
(d)    Provide facilities for the operator to:
       Select duty and standby drives
       Adjust process set points
       Select operation modes
       Acknowledge alarms
       View a journal of alarms
       Display the duty / standby status drives
       Display set points
(e)    Provide real time and historic trending of analogue values
(f)    Provide data archiving of all analogue values
(g)    Prepare daily and weekly reports, providing details of daily andweekly throughputs against numbers
       of pump running hours andpower usage
(h)    Display total running hours of pump drives
(i)    Any additional features required to assist in the effective andefficient operation of the pumping
       station.
(j)    Password protection shall be provided for security of operations,change of set points and changes in
       the software. There shall bevarious levels of security.
(k)    Printing of alarms and events alongwith the time of occurrence.
                                                     36
                 the UPS cabinet. The output ofthe inverter shall be a sine wave having less than 2% THD for
                 linear loadsand less than 4% for 50% non linear load. It shall be suitable for load powerfactors
                 0.7 lag to 0.9 lead. The unit shall have a dynamic response suchthat a 100% step load causes
                 an output voltage transient of less than ± 4%with a recovery time of less than 4 ms. For three
                 phase output units theoutput voltage shall not vary by more than ± 1% for an unbalance of
                 10%.The load crest factor shall not be less than 3:1. The efficiency at full loadand 0.8 power
                 factor shall be greater than 88%.
           Indicators to indicate
        o              UPS status
        o              UPS alarm conditions
           The UPS shall provide a volt free contact output to indicate:
        o              warning, i.e. low battery capacity
        o              fault
        o              static bypass in use
              The UPS shall have an overload capacity of 150% for 30 seconds and shallbe protected in the
                 event of a short circuit of the output. The batteriesshall be housed, within the UPS enclosure
                 The batteries shall bemaintenance free lead-acid type sealed for life. Batteries shall
                 becontained within translucent impact resistant flame retardantpolypropylene cases. They shall
                 have life in service of at least 10 years.Terminals shall be shrouded to prevent accidental
                 contact. The batteryenclosure shall be corrosion resistant and ventilated to prevent the buildup
                 of gases. Warning notices shall be provided for wall mounting to warnof the presence of charge
                 gases. The battery supply to the UPS shall be viaa fused load break switch disconnecter circuit
                 breaker.
              The battery recharge time to 90% of full charge shall be approximately tentimes the discharge
                 time at full load.
                                                          37
                                           Chapter 4
The specifications for Road works shall be governed by “Specifications for Road and Bridges works,
5th revision Ministry of Road Transport and Highways, Govt. of India”.
                                                38
                                           Chapter 5
 SPECIFICATION FOR CONSTRUCTION OF R.C.C. OVER HEAD WATER TANK / GSR/INTAKE
                                   WELL
1.    PREAMBLE:
      The work of the aforesaid Overhead tank is to be assigned on Lump Sum contract at Turn-
      key job basis.
2.    Scope of work:
      8nos. RCC Overhead tank as mentioned in Description of work is to be designed and tested
      on Lump sum contract.
      The work includes the following sub work:
      i.      Investigation and testing for foundation.
      ii.     Design and drawing of the structure.
      iii.    Construction as per approved designed and drawing.
      iv.     Providing and fixing of pipes, valves and other appurtenances.
      v.      Testing of the structure for the water tightness and stability.
      vi.     Construction of boundary walls for OHT
      All materials required for satisfactory completion of the work such as cement, steel, pipes,
      specials and valves shall be procured by the contractor himself. The water required for
      construction shall be arranged by the contractor but that required for testing and handed
      over to the department within the time period specified in the Notice inviting TENDER.
3.    LOCATION OF WORK:
      Overhead tank site: 8 Nos. 18 m staging RCC OHT of 1 having cumulative capacity of
      3570KL at specified location by Nagar Parishad Official under Municipal area of Dabra.
4.    GENERAL REQUIREMENT:
4.1   The foundation of the structure should be taken down sufficiently below the average ground
      level for safe transfer of load to undisturbed formation. Suitable Soil test should be carried out
      by the contractor through Govt. Engineering college or any other recognized laboratory to
      ascertain safe bearing capacity of the soil for design purpose.
4.2   The tank shall have RCC round column staging only circular columns shall be preferred. The
      specification laid down in the letter TC No. 236 dated 21.05.97 issued by Engineer-in-Chief
      PHED M.P. Bhopal be strictly followed.
4.3   The type of foundation should be suiting to the determined safe bearing capacity of the soil
                                               2
      and which should be limited to 15 t/m . The excavation shall be done in all sorts of strata and
      if blasting is required, the contractor shall obtain permission from the competent authority and
      all rules regarding safety shall be followed. The depth of foundation should be kept minimum
      1.50m in rock and 3.0 m in soil irrespective of design requirement.
4.4   The tanks can either be rectangular or circular is shaped supported over column staging but
      the location plan of the columns should permit utilization of spacing underneath fully for
      construction of office/staff building.
4.5   The capacity of the tanks specified in para 2.0 above shall be between the outlet level and the
      full tank level. The maximum depth of water in the tanks should not be more than 6.0 m. The
      outlet level should be kept minimum 0.15m above the tank floor level. A free board of 0,5m
      should be provided below the lowest surface of the roof slab or beam. The inlet level should
      be 0.10m above the full tank level. The scour level should be kept flush with the floor slab.
4.6   The height of the staging specified in para 2.0 shall be above the general ground level at the
      tank site of the nearest road level whichever is higher and shall be measured up to tank floor
      level.
4.7   A RCC doglegged staircase 1.2m wide shall be provided from ground level to gallery on outlet
      of the tank. The staircase should have straight flights with intermediate landing at bracing
                                                  39
       levels. The rise of the stairs shall not be more than 25cm. The staircase should have railing
       on both sides comprising of 1.2m high GI medium class pipe of 80 mm dia posts, 1.5 to 1.6m
       apart and medium class 20mm dia I pipes in three rows. The GI pipes posts and the railing
       pipes (class medium) should be secured adequately.
4.8    A RCC gallery 1.2m wide all around the tank at vertical wall ring beam level should be
       provided to facilitate inspection, cleaning and painting of the tank. A railing comprising of
       medium class 80m dia GI pipes posts 1.2m high rigidly fixed in the gallery slab at 1.5m
       maximum spacing with 3 rows of 20mm GI pipes (Class medium) should be provided. The
       gallery should have access from the staircase, A steel door shall be provided at the entrance
       to the gallery or at the far end of the RCC staircase to prevent unauthorized entry.
4.9    Dog- legged RCC ladder supported on separate columns from tank wall with hand rails 0.45m
       in width should be provided outside of the tank from gallery of top of roof slab. The RCC
       ladder shall have atleast one landing in between gallery and roof top and. Mild steel ladder,
       from the manhole in the roof slab to floor slab, inside of the tank to facilitate inspection and
       cleaning. These ladders should be of MS plates 65mmx10mm size with 20mm dia round bars
       fixed at 0.25 centers by holding and welding to MS plates. The insides ladder should be
       properly supported in the mid span for rigidity.
4.10   An apron of cement concrete 1:2:4 i.e. M-15 mix should be provided for an area which is 1.5
       meter more the dimension of the tank of all sides having 100x100 mm drain in cement
       concrete 1:2:4 all around shall be constructed and water will be led to the proper disposal
       point through the drain to be constructed for the purpose. The top of the drain around the
       apron shall be 100mm above the ground level. Outer edge will be covered with sloping earth
       the apron will have a slope of 1.60 from centre towards the drawl. The edge of the drain will
       be flush with the top surface of the apron. The apron will be 100mm thick in cement concrete
       1:2:4 laid on sub base of 100mm thick 1:4:8 cement concrete in case of black cotton/cohesive
       soil the soil will be removed up to 500mm below the ground level and refilled with rammed
       moorum up to 400mm in case of hard strata like moorum, kopra etc. moorum filling will not be
       required.
5.     PIPES AND FITTINGS:
       The inlet, outlet, over flow and scour pipes for the tanks shall be cast iron double flanged
       class A as per IS : 7181-186 all these pipes shall be independent of each other and shall be
       fixed in vertical position rigidly by bolting and clamping properly.
       The size of these pipes in OHT shall be as given below
       inletdia of pipe          _______
       Outlet dia of pipe        _______
       The size of these pipes in Sump well shall be as given below
       inletdia of pipe          _______
       Outlet dia of pipe        _______
       Overflow dia of pipe      _______
       Cast iron bell mouths as per Appendix 10.2 of CPHEEO manual conforming to IS 1538-1976
       shall be provide on the top end of all pipes. These pipes shall have CI puddle collars properly
       embedded in the floor slab at the time of concerting to provide monolithic joint. Cast iron
       strainer shall be provided don the top of outlet and scour pipes, Cast iron duck foot bends
       shall be fixed over cement concrete bed block, to support vertical pipes. The bed blocks shall
       be designed to take the load of pipes and the water column indecently. The double flanged
       Duck foot shall be provided. 1.2m below average ground level at site.
       Cast Iron Double flanged sluice valves with spur gear and hand wheel class PN 1.0
       confirming to IS : 14846 with all revision up to date issued of NIT shall be provided and fixed
       minimum 3.0 m away from the ground level bracing, along with necessary C.I.D.F. pipes. The
       size of the valves shall be as given below:
       Inlet valve   Dia   _______
       Outlet valve Dia    _______
       Scour valve Dia _______
                                                 40
      The overflow pipe shall be left open at minimum 3.00 m distance from bracing CIDF pipes
      shall be provided between Duck foot bends and D.F. sluice. The contract will limit up to fixing
      of DF values.
6     APPURTENANCES:
6.1   Water level indicator:
      A float operated level indicator comprising of stainless steel float pulleys, steel wire rope and
      enameled indicator plate calibrated to read depth of water in metre, shall be provided.
      The pulleys should provide free movement of rope and they should be easily accessible for
      repair and maintenance. The indicate plate should be fixed at about 5m. Above ground level
      on the front side of tank.
      Additionally the following arrangement May be provided as optional
      (a)     Water level indicator, working on physical characteristics.
      (b)     Pressure gauge, calibrated, to read water depth directly.
6.2   Ventilators :
      Mosquito proof ventilators, of suitable design shall be provide on the roof slab of tank to
      facilitate discharge of dissolved gases of water and to keep the inside of tank odour free.
6.3   Man hole:
      An opening of 0.75x0.75m or 0.9m dia size shall be provided in the roof slab fo tank for
      access inside the tank for inspection and cleaning. The opening shall have CI/MS cover with
      locking arrangement.
      Lightening Arrestor:
      Aluminum lightening arrester as per relevant B.I.S. shall be above highest point and 30
      mmx4mm size strip connected to earth electrode shall be provided. The earth strip shall be
      secured rigidly to concrete surface.
7     Finishing and painting
7.1   Form finish:
      All external surfaces on the structure shall have form finish. However all uneven surface and
      small defects shall be made even immediately after removal of forms with 1:1 cement mortar.
      The inside surface of the tank shall be rendered even and water proof by cement plaster in
      1:2 portion.
7.2   Painting of Concrete:
      The outside surface of the Over Head Tank shall be painting with 2 coats of IS marked
      cement colour of approved make. The colour shade shall be decided by the Engineer-in-
      Charge.
7.3   Painting of pipes etc.
      Cast iron pipes, valves and fittings, shall be painted with 2 coats of black bituminous paint.
7.4   Aluminum Ladders and MH Cover:
      As the Aluminum ladder inside of the tank and manhole cover shall be subjected to corrosive
      action of chlorinates water they shall be coated with Aluminum paint
8.    TESTING OF OVER HEAD TANK / SUMPWELL:-
      In addition to the structural test as given in IS 456-1978 revised and amended up to date the
      Over head tanks shall also be tested for water tightness at maximum water level in
      accordance with clause 10.1.1 of IS 3370 (part-I0 1965. The tanks shall be filled more than
      0.25m per day and the settlement of foundation of foundation shall be measured accurately
      before each filling. Any defect of any sort affecting the strength, durability, appearance of
      usefulness of the structure noticed during testing shall be completely removed to the
      satisfaction of executive Engineer with in the specified time for completion of work.
                                                 41
      contractor shall submit completion drawing in six sets along with foundation investigation,
      concrete strength water tightness test reports at the time of handing over of work.
      Additional Specifications
01    The work of construction of RCC reservoir involves workman ship; hence requirement of
      higher standard than general concrete work is essential.
02    The TENDERs submitting their officer in form F (lump-sum TENDER) submit the drawing and
      calculation within one month from the date of acceptance of their TENDER for scrutiny and
      approval of competent authority of Public Health Engg. Department Madhya Pradesh. The
      responsibility for design, construction, structural stability and water tightness for all water tight
      structures will however, rest solely with the contractor and the will have to make good at their
      own const any damage or loss to Government due to defect, if any in the above mentioned
      work.
03    The TENDER submitting their offer in form "F" (lump-sum TENDER) shall indicate the
      approximate quantities of various items involved in the work e.g. cement, concrete and steel
      etc. This information shall be attached with the TENDER itself. The lump sum offer shall
      include provision for balcony railing, lightening arrestor, water level indicator and staircase
      also.
04    The contractor shall have to arrange his own steel whatever the quantity of steel is required to
      complete the whole structure in all respect. The department shall not supply any quantity of
      steel under any circumstances. No extension of time will be granted for late supplies of steel
      of escalation, if any in future. The steel for reinforcement shall conform IS2266-1962 OR IS
      1977-92 (st. 44) only and a certificate shall be required to be produced to the department in
      support in addition to random sample at site duty got checked at contractor cost to see
      whether it confirm to above specification.
05    The tank container shall be designed to take care of corrosive effect of water due to mixing of
      chlorine in the water for disinfections.
06    The department shall not be responsible for providing water required for construction and
      other purpose. The contractor shall make his own arrangement for the same at his own cost.
07    Not extra charges for the plastering if required for the finishing of the surface of structure shall
      be paid under any circumstances.
08.   Whenever bailing out of water or dewatering of foundation is required to be done, nothing
      extra will be paid for it the contractor/firm should quote his rate after taking this factor into
      consideration.
09.   The contractor/firm shall be required to submit the complete drawing in six copies on
      completion of the work in A3 size only.
10.   The contractor shall have to make his own arrangement of electric or telephone connection, if
      required at his own cost.
11.   For blasting if required, in foundation the contractor /firm will make his own arrangement for
      license/permit and materials from the competent authority.
12.   The work shall be treated as complete when the same is completely tested and handed over
      to the department including site clearance.
DESIGN REQUIREMENT
01.   A separate drawing showing only dimension must be given.
02.   Details of reinforcement in different components like footing, columns bottom dome, vertical
      wall rings beams, roof dome and stair case etc.
03.   Orientation and shape of each type of bar must be shown against sketch for the component
      length and total number of bar of each type must be mentioned to avoid confusion.
04.   Location of pipes and other fittings and extra reinforcement at opening should be shown
      separately.
05.   Bar bending schedule and location of construction joints also be made clear in the drawings.
06.   Contractor shall consider the earthquake zone for design purpose.
REINFROCED CONCRETE WORK
                                                  42
       It shall be strictly as per IS 456 & IS 3370 (part (i) to (iv), IS 11682 and other relevant
       specification revised up to date for RCC structure s.
01.    Minimum strength of concrete:
       Minimum strength of concrete for components of elevated tank shall be as below:
       Columns, staging         -       M25 (250kg/sqm.cm)
       Tank including roof      -       M-30 (300kg/sqmc.m)
02     Minimum cement content:
       From durability considerations minimum content shall be as below:
       Concrete MK-25           -       350mg/cum
       Concrete M-30            -       400kg/cum
03     The cover of concrete:
       The minimum cover shall be 40mm all the reinforcement & for foundation this cover shall be
       60mm.
04.    Cement Grade:
       Grade 43 of cement should be used for columns and for the tank portion, including the top
       dome cover only fresh cement should be used in the tank. It is advisable to use cement,
       manufactured by major plant and reputed firms. OPC shall be used for water retaining
       structures and for all other structures OPC or blast furnace slag cement shall be used.
05     Water cement ratio
      Water cement ratio shall be as given in BIS specifications for the particular grade of concrete.
06.   Use of Chemicals
       When the water cement ratio is less he strength and durability of concrete of concrete is
       good. It is advisable to use plasticizers in concrete and reduce water cement ratio up to 0.4
       plasticizers manufactured by reputed combines are recommended.
      (i)     Sika Qualcretae 24-B park street, calcutta, 7000 16 CM bauchemie PVT Vardhman
              chambers sector 17 Vashi new Mumbai 400703
      (ii)     Rioffe, 12 c Vikascenter, S.V. Road Betul, Creuze, West Mumbai 400054.
      (iii)   Fos Rock India Ltd. Hafeea Chambers 2nd floor 111/74 K.H. Road Bangalore 560027.
      (iv)    Shallmar tar products, construction Additive division 16 NGN Vaidya Marg, bank street
              Mumbai. 400023.
              Proportion of plasticiser to be used shall be as per the instruction manual supplied by
              the manufactures.
07     MEASUREING:
       The quantity of cement shall be determined by weight. The quantities of fine and coarse
       aggregates shall be determined either by volume or by weight.
08     Aggregates
       It is advisable to use metal derived form igneous rock preferable of basaltic or granitic origin.
       The coarse sand should be free soil. All aggregates shall conform to all provision and test
       methods of I.S. specification 388-1963.
       01      Fine aggregates when tested by the colorimetric method the color shall of be darker
               than light amber, fine aggregates shall be capable of developing 30% o the
               compressive strength.
       02      Maximum aggregate size shall not be more than 20mm when the spacing of
               reinforcement bar is 20mm.
       03      Fineness modulus shall be more ten plus or minus 0.20 from that of the approved
               sample.
       04      Water shall be clean & free from oil acids of injurious substances.
09.    Storage of material
       Cement shall be stored off the ground in a dry ventilated building. Aggregate shall be stored
       in 0.6 meters layers on planning. reinforced steel shall be stored under cover & protected
                                                  43
        from rusting oil grease or distortion only steel needed for immediate use shall be removed
        from storage.
10      Minimum Dimension And shapes:
        Minimum Dimension shall be as below:
        Circular           400mm
        Tank wall          200mm
        Bottom slab        150mm
        Top slab           125mm
Note:   If a dome is provided at the top, the thickness can be limited to 100mm rectangular square
        columns are not allowed circular shafts are also not allowed. In respect of horizontal braces
        corners shall be properly finished
        Form
        01         The contractor shall provide form that will produce correctly aligned concrete.
        02         The centering shall be true and rigid and thoroughly based both horizon tally and
                   diagonally. The forms shall b sufficiently strong to carry the dead weight of the
                   concrete without defection and tight enough to prevent leakage of mortar.
        03         For exposed interior or exterior concrete surface of columns and walls, steel or other
                   approved corrosion resistance devices shall be used.
        04         Rigid care shall be exercised that all columns are in plum and true & thoroughly cross
                   braced to keep them so.
        05         All floor and beam concreting shall be crowned not less than 6mm in all direction for
                   every 4.8 meter span.
        06         Beveled strains shall be provided in form, angles and in corners of column and beam
                   boxes for chamfering of corners where shown in drawings or as directed.
        07         The inside of forms shall be coated with approved oil thoroughly wetted oil shall be
                   applied before reinforcement is placed.
        08.        Temporary openings for cleaning and inspections shall be provided at the base of
                   vertical forms and at other places when they are necessary.
11.     FORM WORK:
        Wherever intz type of tanks are adopted or where then is an inclined slab having inclination
        steeper than one vertical to three horizontals, inside form work must be provided, the
        procedure for such a form work be
        a)         Place outer form work.
        b)         Place inner form work 300 to 450mm wide Then concrete that portion then fix next
                   strip and concrete.
        c)         In respect of top of bottom domes, place upper form work for lowest circular strip of
                   width equal to 1/4th dia of dome and concrete as stated above, then concrete central
                   half for which top form May not be provided.
12.     REINFORCEMENT STEEL
        01.        Bars and rods shall be free from scale oil structural defects and shall be maintained
                   so on the job.
        02.        Fabrication shall be accurately done to the dimensions shown on the drawings,
                   stirrups and ties shall be bent around a pin having diameter at least twice the bar
                   thickness, other bars shall be bent around a pin having a diameter at least 6 times the
                   bar thickness. All bars shall be bent cold.
        03.        All steel will be rigidly held in place with approved galvanized wire devices in such a
                   manner that all steel will support the weight of the workman without displacement.
        04.        On exterior exposed concrete no metal ties charts or spacer shall remain within
                   40mm of the finished surface.
        05.        The steel bars used for reinforcement shall be strictly as per IS specifications.
13.     Minimum Steel:
                                                      44
      Design requirements as set out in relevant codes in respect of steel shall be full satisfied.
      However, following minimum steel should be provided
a)    Vertical steel in column                  0.8% of cross sectional area actually required &
                                                0.3% when larger section than actually required is
                                                provided.
b)    Horizontal links in columns               not less than 8mm dia at 200mm c/c or 10mm dia
                                                not more than 300mm c/c.
c)    Exposed RCC Surface                       On both faces when thickness is 150mm or more.
                                                2 kg/sqm in one direction.
                                                2 kg/sqm in perpendicular direction.
                                                The above requirement is satisfied if.
                                                8mm bars @ 200mm c/c OR
                                                10mm bars @ 300mm c/c are provided.
                                                Even if design steel is less than above, the above
                                                minimum shall be provided.
d)    Steel in tanks                            As per provision of IS 3370 subject to minimum as
                                                set out in (c) above.
14.   Minimum Spacing of Reinforcement:
      Maximum spacing of main reinforcement in slab or walls shall not be more than 150mm
      center to center. The spacing of secondary bars, such as distribution steel of vertical bars in
      columns shall not be more than 300mm center to center.
15.   Type of Steel:
      It is advisable to use corrosion resistant CR steel such steel is now available.
18.   Transportation
      Concrete shall be handled from the places of mixing to the place of original deposit as rapidly
      as practicable by methods which will prevent segregation or loss o any ingredients. If
      segregation does occur during transport the concrete shall be remixed before begin placed.
19.   PLACING OF CONCRETE
01.   Concrete shall be deposited in its final position with out segregation remanding or flowing.
02.   When possible concreting shall be continues unit the section in completed.
03.   Form shall be clean before concrete is placed.
04.   In no case the concrete shall be laid without vibration, it is desirable to keep two concrete
      vibrators at the construction site so that in case of break down the other vibrator can be used.
                                                 45
05.   Concrete shall be shaped & vibrated with approved mechanical vibrator to maximum
      subsidence without segregation and adjacent to form and joints over vibrating or vibrations of
      very wet mixes will not be permitted and should be avoided Reinforcement bars shall be
      shaken to ensure bond with concrete.
06.   Slabs and beams stems shall be placed in one operation.
07.   Concrete columns & walls settle at least 2 hours before the floor system supported on is
      poured.
08.   Construction joints be treated in accordance with is 456. The surface of already laid concrete
      be cleaned by water jet and cement slurry be applied, Cement mortar 10mm thick of the same
      proportion as in concrete by applied and then fresh concrete of the lift be laid. The form work
      must overlay 100m on the already laid concrete.
09.   Conveying & chatting of concrete shall be done only by approval of the Engineer-in-charge &
      with equipment to insure a continuous flow without segregation.
10.   Water accumulation during placing shall be removed concrete shall not be deposited in such
      accumulation.
11.   The concrete shall be placed and compacted before setting commences and should not be
      subsequently disturbed.
12.   Converting shall be placed and compacted before setting commences and should not be
      subsequently disturbed.
20.   EXPOSED SURFACE
01    Imperfect surfaces where strength is not impaired May be patched and rubbed smooth with
      carborundum brick.
02.   Fins and projection shall be removed and the concrete surface affected there by shall be
      rubbed smooth.
03.   Small voids shall be filled with 1:3 mortar pressed into holes and floated smooth.
04.   Plastering and steel trawling of surface shall not be allowed.
05    Honey comb concrete shall be repaired by removal and replacement of member.
06.   Forms shall be filled tightly so as to minimize fins joints shall be finished with bevels strips as
      directed by the Engineer-in-charge.
21.   CURING CONCRETE
01.   It is extremely important to make arrangement for supply of sufficient water at the construction
      site for curing of the concrete. Continuous and efficient curing is extremely important for
      development of good compressive strength in any concrete structure.
02.   After finishing concreting, curing shall be done by damping concrete at least for one week
      after placing. Floor & vertical surfaces shall be covered with a layer of old gunny bags or
      similar absorbent material and kept constantly wet. Curing operations shall begin as soon as
      the concrete has attained initial set. All materials and facilities for curing concrete shall be on
      hand and ready for use before concrete is placed.
03.   Concrete shall be kept wet and moist for at least two weeks.
22.   FLOOR FINISH
      Tank wall and floor finish shall be monolithic bonded.
23.   REMOVAL OF FORM
01    In no circumstances forms shall be struck until the concrete reaches strength of at least twice
      the stress to which the concrete May be subjected at the time of striking.
02.   In normal circumstances i.e. at temperature 21 C forms May be removed at the following
      minimum times which will be subject to the Engineer's requirement.
      Wall                                                                02 days
      Columns                                                             03 days
      Beams soffits (sides)                                               05 days
      Bottom of beams up to 6m span                                       14 days
      Bottom of beams above 6m span                                       21 days
                                                  46
      Slabs 125mm thick or less, up to 4.6m span                        07 days
      Slabs 125mm thick or less, above 4.6m span                        14 days
      Slabs over 125mm thick or, up to 4.6m span                        18 days
      Slabs over 125mm thick or above 4.6m span                         14 days
04    All concrete shall be inspected for quality before forms are removed.
05.   When struck by a carpenter's hammer it shall ring like stone.
06.   Upon removal of forms the contractor shall place adequate precautions to prevent injury to
      the concrete by construction loads.
07.   The contractor shall be responsible for safe removal of forms and for placing adequate
      precaution.
24.   APPROVAL OF MATERIAL
      Before use, samples of all materials shall be got tested from recognized laboratory by the
      contractor at his won cost and the test certificate shall be furnished to the Engineer-in-charge
      & no material shall be used until it has been approved.
25.   LABORATORY TEST
      Following laboratory test shall be made by the contractor at his own cost and reports
      furnished to the Engineer-in-charge.
       S.No.    Material         Lab test                                            Test method
       01       Cement           Physical & Chemical test                            IS 269-445
       02       Coarse    &      i) Gradation                                        IS 2386 (part-I)
                Fine             ii) Deleterious constituents                        IS 2386(part-I)
                Aggregate
                                 iii) Moisture Content                               IS 2386(part-III)
                                 iv) Bulking of fine aggregate (for volume           IS 2386(Part-III)
                                 batching)
       03       Coarse           i) Los Angles abrasive values (aggregate impact     IS 2386(part-IV)
                aggregate        valve)
                                 ii) Soundness                                       IS 2386(part-V)
                                 iii)Alkali aggregate reactivity                     IS 2386(part-VII
       04       Water            Chemical test                                       IS 456
       05       Concrete         i) Workability (Slump or compacting factor test)    IS 1199
                                 ii) Concrete strength                               IS 516
       06       Bars       and   i) Tensile Strength                                 IS 432 (Part-I)
                Rolls
26    FIELD TEST
01    The contractor shall provide all equipments and make all arrangements for fields tests to
      exercise proper quality control over work specially for test mentions as S.No.2(ii) and S.No. 5
      mentioned under para 28.0.
02    Test for compressive strength of concrete.
03.   Test specimens cubical in shape shall be 15x15x15cm.If the largest nominal size of the
      aggregates does not exceed 20mm; 10cm cubes May be used as an alternative. Cylindrical
      test specimen shall be 15cm in diameter and 30cm long. Smaller test specimen shall have
      ratio of diameter of specimen to maximum size of aggregate of not less than 3 to 1 except
      that the diameter of the specimen shall be not less than 7.5 cm for mixtures containing
      aggregate more than 5% of which retained on is sieve 480.
04    The mould shall be of metal preferable steel or cast iron and should be strong enough to
      prevent distortion. It shall be constructed in such a manner as to falcate the removal of the
      moulded specimen without damage and shall be so machined that when it is assembled
      ready for use. The dimensions and internal faces shall be accurate within the permissible
                                                 47
      limits the mould and base plate shall be coated with a thin film of oil before use in order to
      prevent adhesion of the concrete.
05.   The tamping bar shall be of steel bar 16mm in diameter 0.6 meter long and bullet pointer at
      the lower end.
06.   The test specimen shall be made as soon as practicable after mixing and in such a way as to
      produce full compaction of the concrete with neither segregation nor excessive laitance. The
      concrete shall be filled into the mould in layers approximately 5cm deep in placing each scoop
      full of concrete. The scoop shall be moved around the top edge of the mould as the concrete
      slides from it in order to ensure a symmetrical distribution of the concrete within the mould
      each layer shall be compacted by vibration. After the top layer has been compacted the
      surface of the concrete shall be finished level with the top of the mould using a travel &
      covered with a glass or metal plate to prevent evaporation.
07    When compacting by vibration, each layer shall be vibrated by means of an electric or
      pneumatic hammer or vibrator or by means of a suitable vibrating table until the specific
      condition is attained.
08.   The mode and quantum of vibration of the laboratory specimen shall be as nearly same as
      those adopted in actual concreting operations.
09.   The test specimen shall stored in a place free from vibration it should be kept in molest air of
      at least 90% relative humidity & at a temperature of 2702 C for 24 hours + - 1/2 hours from
      the time of addition of water to the dry ingredients in the fields, it should be kept under matting
      racks or other similar material for 24 hours + 1/2 hour from the time of adding water to the
      other ingredients at a temperature at a temperature range of 22 to 32 C, after this period, the
      specimen shall be marked and remove from the mould and unless required for test within 24
      hours immediately submerged in clean, fresh water or saturated lime solution and kept there
      until taken out just prior to test. The temperature of water or solution shall be maintained at 27
      + - C, the specimen shall not be allowed to become dry at any time until they have been
      tested.
10.   At least 06 test samples on each day concreting should be collected and date mentioned on it
      subject to minimum samples as described in para 25 (05) above.
11.   The contractor shall also provide all equipments and make all arrangements for field test and
      conduct all test as under and submit the test result to the Engineer-in-charge.
                                                  48
                                            Chapter 6
HORIZONTAL SPLIT CASING CENTRIFUGAL PUMPS FOR CLEAR WATER PUMPING
1.1       GENERAL DESIGN CONDITIONS
The pumps shall be high head single stage horizontally split casing type to facilitate easy inspection &
maintenance. The pumps shall be designed to operate satisfactorily while handling a minimum
suction lift of 4.0 from all causes. 3units of pump sets each of capacity of 123 lpsagainst approximate
total Head of124meters for pumping clear water from WTP to OHT’s(Dabra).
The pump shall be horizontally split with the suction and delivery branches cast INLINE on the bottom
half of the casing. The top half should be constructed to allow easy dismantling. There by providing
the facility of inspection and repair to the equipment without any difficulty.
The rotating elements of pumps will be dynamically balanced and over stressing should not occur due
to sudden failure of power, Reverse rotation should not damage the pumps.
The pumps shall be so designed as to have a maximum flow capacity of not less than 110% of the
rated flow capacity.
The pumps shall be designed for continuous operation at any point of head capacity curve between
50% & 110% of pump rates flow without under vibration or overheating.
The pumps shall be so designed as to have a stable non overloading characteristics, capacity head
curve shall be continuously from shut-off point to operating point and shall be suitable for parallel
operation of pumps without any haunting possibility. The shut-off head should not exceed 120% of
duty point head.
The impeller adjustment shall be designed in such a way that impellers run free in any installed
condition.
1.2       GENERAL SPECIFICATION
The pump shall be complete with suction pipe, foundation plate/sole plate and all other necessary
accessories.
The pumps should generally comply with the requirement of following standard.
1.         IS 1520-1972                 :   Horizontal Centrifugal Pumps for clear, cold and fresh water.
2.         IS 5120-1968                 :   Technical requirement of Rotor Dynamic special purpose
                                            pumps.
PUMP MAKE KIRLOSKAR, JYOTI, WORTHINGTON, BEACON AND MATHER & PLATT
EQUIVALENT.
1.3       PUMP CASING
The casing should be made of closed grain Cast Iron smoothly finished and smooth surface finish
inside free from any casting defects capable of withstanding twice the hydrostatic pressure at rated
capacity or 1.5 time the shut off head. Whichever is greater. The water passage shall be completely
smooth.
1.4       IMPELLERS
The pump impellers shall be of double suction type and of non-ferrous materials, preferably zinc free
phosphorus, bronze,(LTBR IS318 –LTB2 ) designed to inherently provide dynamic-static axial
balance. Design of impeller should be such as to prevent cavitations during the working condition
specified. The impeller shall be statically and dynamically balanced depending on design
considerations to minimum vibration at the pump bearings, thereby prolonging their working life.
1.5       PUMP SHAFT
The pump shaft shall be manufactured from high tensile carbon steel and provided with renewable
zinc free bronze sleeves to protect the spindle from the water being pumped.
1.6       INTERNAL PARTS
The pump internal shall be constructed of bronze materials of suitable composition so as to provide
compatibility with regard to rubbing surface. Hardness of wearing surface shall be so adjusted as to
provide maximum economy in terms of replacement of wearing component i.e. casing neck rings shall
be more soft than the impeller neck.
Facilities for gland drainage shall be provided and gland lubrication shall suitably arranged by means
of providing connection from the discharge volutes.
1.7       PUMP BEARING
                                                   49
The pump is to be provided with suitably white metal lined split bush bearing and a deep grove ball
thrust bearing to take up residual axial balance. These bearing should be oil lubricated.
1.8       PUMP COUPLING
This shall be of flexible pin type equipped with a suitable coupling guard.
1.9       SOLE PLATE
Each pump shall be provided with a heavy structural steel sole plate. Sole plate shall be provided and
grouted with foundation. The sole plates shall be designed to permit removal of entire pump without
disturbing sole plate.
1.10      PRESSURE INDICATION DEVICE
Each pump shall be provided with pressure gauges of good quality make to give indications of
delivery pressure & vacuum pressure separately. The pressure gauges should be designed in such a
way that the readings shall not be affected due to mechanical vibrations. The connections sizes shall
be 12mm and diameter size 150m. In addition to above each pump shall be fitted with electronic
pressure transducer with electronic digital display type indicator in control panel to indicate the
delivery vacuum pressure of the pumps.
1.11      BOLTS, NUTS & WASHERS
All bolts, nuts and washers shall be of superior quality conforming to relevant Indian Standard
Specification.
1.12      MATERIAL OF CONSTRUCTION
MATERIAL OF CONSTRUCTION OF PUMP SHALL BE SUCH AS TO RESIST EROSION &
CORROSION. MATERIALS OF CONSTRUCTION OF VARIOUS COMPONENTS SHALL BE AS
UNDER
Pump casing                         :    Cast Iron
Impellers                           :    Zinc free Bronze conforming to relevant IS.
Pump shaft                          :    High Tensile Carbon Steel with renewable Zinc free Bronze
                                         sleeves conforming to relevant IS.
Pump Internal                       :    Bronze materials of suitable composition as per relevant IS.
Sole Plate                          :    Fabricated as per IS 226.
Nuts, Bolts & Washers               :    High Tensile Mild Steel conforming to relevant I.S.
1.13      INSPECTION & TESTING
All the inspection, examination and testing shall be carried out in accordance with relevant In diameter
Standard Specification.
1.        LABORATORY TEST
          Laboratory pump test shall be carried out as per IS : 5120-1968 each pump to assess the
          pump discharge Vs head, horse power and efficiency figure. The pump casing shall be
          subjected to a pressure test of 1.5 times the working pressure at duty point.
2.        FIELD TEST
          The field test shall be carried out as per IS : 1520-1972 & IS : 5120-1968. These test May be
          witnessed by the Engineer-in-charge or his authorized representative if they desire. The
          tolerance as specified in relevant IS code of practice shall not be application on the efficiency
          & KW output. The contractor shall have to demonstrate the quoted efficiency of pump during
          testing.
1.14      GUARANTEES PERFORMANCE & TECHNICAL PARTICULARS
          The contractor shall submit the details of guaranteed performance and technical particulars
          as desired in the performance enclosed vide schedule 'B' along with the TENDER & the
          preliminary out line drawing indicating principal dimension and weight of pumping equipment
          and cross-section, drawing indicating the assembly of pumps & major parts thereof with
          materials of construction and special features, complete descriptive and illustrated literature
          on the equipment and accessories offered.
                                                    50
PART - II
SPECIFICATION FOR 415 V INDUCTION MOTORS
2.1       TYPE
The motor shall be horizontal SOLID shaft squirrel cage type for clear water pumps suitable to
operate on 415 V, 3 phase, 50 Hz. AC supply (with allowable variation of 10%) directly coupled with
pumps. The rotations of clear water pumps shall be 1500 RPM. The motor rating generally conform to
latest revision of IS 325-1971 and other relevant I.S.S.
2.2       VARIATION IN SUPPLY VOLTAGE
The motors shall be capable of deliver integrated output and rated power factor with following
variations :
          VOLTAGE                         :        +10%
          FREQUENCY                       :        +5%
          COMBINED                        :        +10%
          PHASE IN BALANCE                :        +5%
2.3       RATES CAPACITY
The minimum continuous rated capacity of motors shall be such that it meets the power requirements
of pumps in the complete range of its operations. It shall also provide additional power requirement in
the motor by 5% at the maximum power requirement or by 10% at the duty point of operation
whichever is maximum. The contractor shall ascertain the KW requirement and provide the motors of
suitable capacity.
2.4       ACCELARATION CHARACTERISTICS
The accelerating characteristics of motor shall be matched with the driven equipment so that
acceleration is obtained without over heating of motors.
2.5       METHOD OF STARTING
The motors shall be designed for star/delta/soft/starting at full voltage with starting current not
exceeding 2 times the rated full load current. The motor shall also be designed for a minimum pull out
torque of 200%.
2.6       NUMBER OF START
Motors when started with the drive imposing its full starting torque under the specified supply voltage
variation shall be capable of withstanding at least two successive starts from hot condition and one
start from cold condition without damage to the winding.
2.7       CLASS OF INSULATION
The motor winding shall be provided with insulation conforming to thermal class F. The maximum
temperature rise of the winding shall not exceed the limits specified for class 'B' insulation. The
insulation shall be given tropical and fungicidal treatment for successful operation of motor in hot,
humid tropical climate. It shall be of thermo-setting type and shall remain unaffected by heat. The
coils shall be highly uniform with uniform insulation strength and uniform dielectric lose. The dielectric
losses shall be low and the star delta measurement should be not exceed 1% at 440V.
MAKE OF MOTOR CROMPTON, KEC, ABB AND SEIMENS ONLY.
2.8       MOTOR CONSTRUCTION
The motor construction shall be suitable for easy dismantling and reassembly at site with the help of
simple over head crane. The motor shall be of core pack construction attached to the stator frame to
facilitate easy removal and replacement of the winding for maintenance purpose. The over head for
winding at both ends of the core shall be accessible for usual inspection without resorting to major
dismantling.
2.9       MOTOR FRAME
Motor frame shall be of rigid casted steel. They shall be suitably annealed to eliminate up any residual
stresses introduced during process of fabrication and machining.
                                                   51
2.12     LOCKED ROTOR WITH STAND TIME
Locked rotor with stand time under hot conditions at 110% voltage shall be more than starting time at
minimum permissible voltage by at least two seconds.
2.13     TYPE OF ENCLOSURE & DEGREE OF PROTECTIONS
The degree of protection provided by the enclosures of motor shall conform to IS : 4691. The
enclosure for the motors shall be closed air circuit air cooled (CMMMSPY) type, having of protection
I.P. 55.
2.14     SHAFT INSULATION
Suitable insulation shall be provided on shaft bearing housing to prevent shaft current. The insulation
provided shall be such that it shall retain its dialectical properties even after its handling for number of
times during dismantling and reassembly.
2.15     BEARING ASSEMBLY
Bearing assembly shall be such that it prevents dust and water from getting into the bearing. Further,
bearing lubricant shall not find access to the motor winding. The bearing assembly shall be provided
with proper lubricating nipples.
2.16     EARTHING
The motor body shall have two separate earthing terminals for earthing in compliance with I.E.
RULES.
2.17     TERMINAL BOXES
Separate terminal boxes shall be provided for main-Terminals of the motors and for R.T.D. and for
space heaters. The terminals box for main terminals of motor shall be segregated type suitable for 3
core. 440 V. Aluminum conductor PVC insulated armored cables. The terminal boxes shall be
spacious, dust & house proof designed and properly insulated. Adequate clearance should be given
between live motor terminals and covers.
2.18     TEMPERATURE DETECTORS
Motors shall be provided with embedded temperature detectors, two for each phase winding at the
location where the high temperatures May be expected in the stator winding. The temperature
detectors shall also be provided in bearing assembly for monitoring the bearing temperature. The
temperature detectors shall be connected with digital temperature scanners with alarm and trip points
in the control panel.
2.19     ANTI - CONDENSATION HEATERS
Motors shall be have space heaters suitable for 240 V. single phase 50 Hz. A.C. supply, space
heaters shall have adequate capacity to maintain motor internal temperature above due point to
prevent moisture condensation on insulation during shut down periods.
2.20     DIMENSIONS OF MOTORS
Motors shall be properly dimensioned to have greater stability and low vibration limits. Mounting
dimensions should confirm to IS : 2254.
2.21     COUPLING TO PUMPS
The motors shall be coupled to the pumps by means of polished steel shaft and flexible coupling. The
size of line shaft and flexible coupling shall be calculated on the basis of maximum combined shear
stress as per the relevant IS and shall not exceed 30% of the elastic limit in tension or 10% of ultimate
tensile stress, shaft shall be designed taking into consideration that critical speed of the shaft which
shall be higher than the operating or runaway speed.
2.22     DETAILS OF MOTORS TO BE FURNISHED
The TENDERs shall furnish along with their offer, the details of efficiency, total losses and power at
different loads etc. as required in the form of guaranteed performance and technical particulars of
motors in schedule 'B'.
2.23     TESTING
All the motors shall be routine an type tested at the supplier's workshop in the presence of Engineer-
in-charge of work or his authorized representative or a third party inspection directed by Nagar
approve the design.
                                                    52
PART-III   CABLING AND MOTOR CONTROL PANNEL
3.1     CABLE CLEAR WATER PUMP HOUSE
In case of clear water pump house the soft starter panel of each motor of clear water centrifugal pump
shall be connected in L.T. panel in the pump house, through 300sqmm 3-1/2 core armored cable.
Thus in all 2 Nos. of 300sqmm 3-1/2 core armored cable shall be laid in suitable duct and as per
I.E.RULE. And a loop of about 1m should be given in each cable.
3.2     REACTOR TYPE MOTOR SOFTSTARTER [MOTOR CONTROL PANEL]
        TECHNICAL SPECIFICATIONS :
        TYPE OF SOFT STARTER                    NEUTRAL/LINE REACTOR SOFT STARTER
       PRINCIPAL                                SRSS[SERIES REACTOR SOFT STARTER]
        APPLICABLE STANDARD                     IS 3914 [MOTOR STARTER STANDARD
                                                GUIDELINE]
        REACTOR                                 AIR CORE TYPE 100% COPPER WINDING
        REACTOR CONNECTION                      REACTOR TO BE IN SERIES ON LINE OF
        MOTORS
        STARTING CURRENT LIMIT                  2-3 TIMES OF FLSC IN STEPS [DEPENDING
                                                UPON LOAD TORQUE REQUIREMENT
                                                SETTABLE AT SITE]
        HARMONIC                               REACTORS USED IN SOFT STARTERS
                                                CIRCUITS OF AIR CORE SHOULD NOT
                                                DEVELOP HARMONIES IN THE CIRCUITS
        DUTY CYCLE                              6 NO EQUAL SPACED STARTS/PER HOUR
        METHOD OF COOLING                       AIR COOLED
        SPECIFICATIONS FOR OTHER ITEMS SHOULD BE EQUIPPED WITH REQUIRED
        SWITCH GEAR PROTECTIONS AND INDICATIONS
3.3     PUMP WELL WATER LEVEL INDICATOR
        One No. electrical water level indicator with alarming system shall be provided for the pump
        well near which the pump house of clear water has been constructed.
3.4     CIVIL WORK
1.      Construction of covered cable trenches / tray from L.T. panel to panel board in pump house.
        The cable trenches should be covered with sand and type should be broken type connected
        to bridge with bolts etc. by suitable civil work and shall be covered with chequered plates of
        minimum thickness 7mm.
2.      Construction of all other civil works required for erection of pump and motor with all
        foundation bolts, washers including all work pertaining to it.
                                                 53
PART - IV - BUTTER - FLY VALVE
4.1       GENERAL REQUIREMENT
Each pump shall be provided with a butterfly valve in the delivery pipe, and in addition one no
common butter fly valve shall be also required in manifolds of each pump house. The butterfly valve
shall be flanged, water works pattern eccentrically pivoted.
The valve shall have head stock, extension rod & wheel for operation and gearing system if the size is
300mm diameter or above. The valve shall generally confirm to relevant I.S.: 51450.
4.2       CONSTRUCTION
Butter fly valve having diameter equal to the diameter of delivery line suitable for individual flange
bolting of flanges of pipe, with the disc to form a section cut through a sphere, working in conjunction
with a cone shaped seating in body and synthetic rubber seal ring fitted to the disc with the help of a
retaining ring & stainless steel screws, shall be provided, confirming to relevant I.S. STANDARDS.
The disc shaft bearing shall be off set along the pipe axis from the place of the seating so as to get an
unbroken position in full closed position.
4.3       MATERIALS OF CONSTRUCTION
1.        Body                 :   Close grained homogenous cast steel construction tested to 40
                                   kg/cm2
2.        Disc                 :   Same as body tested to 20 kg/cm2
3.        End housing and      :   Cast steel to grade 20 to 25 IS 210 or Cast Iron.
          cover gear box
          housing for manual
          operation
4.        Bearing              :   P.T.F.E. (Glass filled or carbon filled) having friction coefficient 0.04
                                   (Note : Water itself acts as a lubricant for PTFE bearings).
5.        Stub Shaft           :   18/8 quality stainless steel AIST 304/ASTMA351 Gr. CF.
6.        Rubber Seal Ring: For standard water works valve precision moulded nitrite rubber ring
                                (shore hardness 55 to 65).
7.        Hardware used        :   Stainless steel.
          Inside
8.        Retaining Ring       :   S.G. Iron or Cast Steel Nickel plated.
9.        Inside paint         :   Black bit mastic.
4.4       TESTING
The valves shall be subjected to closed ends tests as per relevant IS standard. Test certificate in
triplicate shall be furnished. If necessary, test shall be witnessed by the Engineer's representative.
Working Pressure               :    20 kg/sq.cm.
Test Pressure Body             :   40 kg/sq.cm
Seating                        :   20 kg/sq.cm.
Gear Box Outside               :   1 kg/sq.cm.
                                                       54
PART - V - NON RETURN VALVE
5.1     GENERAL
The non-return valves shall be single door type, free acting quick opening, giving rapid non-clam
closure & with low head loss characteristics when in open position. The valves shall be provided with
by passes and isolating valves conforming to relevant Indian Standard.
Specification ofthe valves shall generally conform to IS : 5321 (Part-II)
5.2     MATERIALS OF CONSTRUCTION
Body, Cover, Door and Hinges              :       Cast steel construction
Hinge pins, Door pins & Door              :       12% Chromium steel conforming to IS:1570
        Suspension pins
Bearing Bushes                            :       Leaded Gun Metal Gr. 2, Conforming to
                                                  IS:318
Body rings and door faces                 :       Leaded Gun Metal Gr.2, conforming to
                                                  IS:318
5.3     TESTING
The valves shall be subjected to closed ends tests as per relevant IS standard. Test certificate in
triplicate shall be furnished. If necessary, test shall be witnessed by the Engineer's representative.
WORKING PRESSURE                :       20 KG/SQ.CM.
TEST PRESSURE BODY              :       40 KG/SQ.CM.
SEATING                         :       20 KG/SQ.CM.
                                                   55
PART - VI DELIVERY PIPES
6.1   GENERAL
      The scope of the work is providing, laying & jointing of all delivery pipes, specials valves of all
      the pump and their connection to the common manifold as shown in drawing inclusive of the
      jointing of the manifolds to the respective conveyance mains fixing with one main butterfly
      valve.
1.    The contractor shall design and fabricate the common manifold which would be made out of
      MS 6mm thick plates conforming to IS : 226 in such a way that it gives minimum frictional loss
      of head to the flow of water and also avoid cavitations or vortices in the manifold. The
      manifolds should be in line and coated with suitable material to protect it from corrosion in
      case of clear water ultimate carrying capacity shall be 18.80 MLD.
2.    The contractor shall provide an expansion joint of his own design duly approved by the
      Engineer-in-charge.
3.    Flanged joints shall be adopted for valves and butt welding joints or flanged joints in jointing of
      delivery pipe with dismantling joints.
4.    Concrete saddles for valves and thrust blocks shall be provided by the contractor as per the
      design and drawings to be furnished by the contractor and subsequently approved by
      Engineer-in-charge.
6.2   MATERIAL OF CONSTRUCTION
      All the pipes of works shall be fabricated out of steel plates conforming to IS:226-1962. The
      fabrication of pipes shall generally conform to IS : 3589-1966.
6.3   TESTING
      The pipes and common manifold shall be hydraulically tested to a pressure of 2 times the
      working pressure. Test certificate to that effect shall be furnished by the contractor.
      The Engineer-in-charge witness the above test if so desired, the contractor shall arrange for
      such test in presence of Engineer-in-charge.
                                                  56
PART - VII   RATING AND NAME PLATES
7.1    RATING PLATE
       Each main and auxiliary item of plate shall have permanently attached to it a rating plates in a
       conspicuous position. This shall be a non-corrodible material preferably chromium plates
       steel. The inscription shall be engraved in black on the plate.
7.2    NAME PLATE
1.     Each item of plant shall be provided with a name plate or label designating the service of the
       particular equipment. The shape and size of the plate and inscription shall be approved by the
       Engineer-in-charge.
2.     Such name plate shall be non-corrodible material preferably chromium plated steel having
       engraved black lettering.
3.     In case of indoor equipment like circuit breakers, starters etc. the plate shall be of transparent
       plastic material with black lettering engraved on the back.
4.     The name plate shall be screwed to the body of the equipment.
                                                  57
                                                      Chapter 7
           SPECIFICATION FOR VERTICAL TURBINE PUMPS FOR RAW WATER PUMPING
           Design, manufacturer, supply, erection, testing commissioning of turbine pumping sets for
           pumping clear water including all electrical, mechanical equipment's accessories and civil
           works viz., foundation of pump, motor, cable, pipes, fittings for suction, delivery butterfly
           valves, reflex valve, specials etc., complete as per details given in this NIT.
1.0        DETAILED SPECIFICATIONS OF PUMPS SETS :
           The pumps shall be vertical turbine wet pit type and non-pull out design with multistage bowl
           assembly directly coupled with vertical hollow shaft motors.
      a.   3 units of self-water lubricated vertical turbine pumps sets each of capacity 153LPS against
           approximate total head of 24meters for pumping raw water at intake well.
           The pumps should be KIRLOSKAR/JYOTI/WORTHINGTON/BEACON WEIR/MATHER &
           PLATT make only.
           1.1     GENERAL SPECIFICATIONS
           The pumps shall be water lubricated complete with bowl assembly, column pipe such floor
           discharge head, line shaft, oil tubes, foundation plate/sole plate, basket strainer, motor foot
           stool and all necessary accessories. The pump shall be designed so as to have a maximum
           flow capacity not less than 110% of the rated flow capacity. The pumps shall also be
           designed for continuously operation at any point of head capacity curve between 90% and
           110% of pump rated flow, without undue vibration or overheating and thrust bearing should be
           antifriction type point head.
(A)        BOWLS:
           The bowl shall be made of close grained cast iron smoothly finished and free any casting
           defects. The bowls shall be capable of withstanding hydrostatic pressure equal to twice the
           pressure at rates capacity or 1.5 times of the shut off head whichever is greater. The water
           passage in the bowls shall be smooth and shall have the Nitril rubber linked bearing with
           bronze shall to save bearing for the impeller shaft. Neoprene rubber lined bearing with bronze
           shall should be provided in the bottom of the bowl assembly also.
(B)        IMPELLERS :
           Impellers shall be closed type made of zinc free bronze statically and dynamically balanced.
           Impellers shall be free from any casting defect and shall be properly machined. All the water
           passage shall be smooth finished. The impellers shall be secured to shaft with tapered lock
           collect or key & split rings.
(C)        IMPLLER SHAFT :
           The impeller shaft shall be of stainless steel with renewable stainless steel sleeves at bearing
           portion. The impeller shaft shall be guided by bearing provided in each bowl. The butting
           faces of the shaft shall be machined surer to the axis and the shaft shall be chamfered an
           edged. The shaft shall have a surface finish of 0.75 micron as per IS: 3078/1967.
(D)        LINE SHAFT :
           The line shaft shall be made of High grade carbon steel. The shafts shall be furnished with
           interchangeable suctions having a length of 1.25 M / 2.5 M / 3M. The butting faces of shaft
           shall be machined square to shaft axis and the shaft ends shall be chamfered on the edges.
           To ensure to correct alignment of shafts they shall be perfectly straight.
           The shaft shall not have the surface roughness more than 0.75 microns as per IS: 3073/1967.
           The shaft shall have the adequate strength to withstand all the forces at + 10% of the critical
           speed of shaft.
(E)        COLUMN PIPE :
           Column pipe shall be manufactured from the heavy class M.S. pipe confirming to relevant
           India Standard Specification. The column pipe shall not exceed 3.0 meters. in length & made
           of 6mm thick sheet the dia of bolts to be used in flange joints should not be less than 20mm.
(F)        LINE SHAFT BEARING :
                                                     58
        Line shaft bearings shall be designed to be lubricated by forced water. Line shaft bearing
        shall be cutless Nitrile rubber lined bearing with bronze shell.
(G)     LUBRICATION :
        The pumps are water lubricated.
(H)     DISCHARGE HEAD :
        The discharge head shall be of standard construction cast iron as per IS: 210 Gr. FG 200 and
        sufficiently strong to support the weight of the pump. It shall be fitted with a tube tension plate
        for tighten up. The shaft tubes for the purpose of aligning the shafts.
(I)     STUFFING BOX :
        A packing gland shall be provided at the top of stuffing box. Shaft sleeves shall be provided
        on the top shaft. The stuffing box shall be of sufficient depth to permit adequate packing. The
        space between the pump motor main coupling and the stuffing box shall be sufficient to
        permit removal of packing gland and insertion of new packing without dismantling the pump.
(J)     MOTOR STOOL :
        The motor stool shall be of fabricated mild steel shall be designed to take care of all static and
        dynamic loads on it.
(K)     PRESSURE INDICATION DEVICES :
        Each pump shall be provided with pressure gauge of best quality makes to give indications of
        delivery pressure. The pressure gauges shall be of Borden type, dial size 150mm.
(L)     LABORATORY TEST :
        Laboratory pump test shall be carried out as per IS: 9137 / for each pump to assess the pump
        discharge V/s head, horse power and efficiency figures. The pump shall be subjected to a test
        pressure of 1.5 times of the shut of pressure or twice the working (rated) pressure which ever
        higher.
(O)     FIELD TEST :
        The field test shall be carried out as per IS : 1710 and 5126.
        The successful BIDDER will ensure the Engineer-in-charge of work or any other Senior
        Engineer nominated by the CHIEF MUNICIPAL OFFICER, NAGAR PARISHAD Badagaon
        will inspect and witness tests conducted on the pumps and motors at manufacturer's place
        with respect to their characteristic and performance as specified by the department.
1.2     GUARANTEED PERFORMANCE & TECHNICAL PARTICULARS :
        The contractor shall submit the details of guaranteed performance & technical particulars as
        desired in the Performa enclosed vide schedule's with the TENDER along with the preliminary
        out line drawing indicating principal dimensions & weight of pumping equipments and cross
        section drawing indicating the assembly of pumps & manor parts thereof with materials of
        constructions and special features. Complete descriptive and illustrated literature on the
        equipment and accessories offered.
1.3     SPECIAL NOTES FOR BIDDER :
1.3.1   Pump should be capable of throttling. The throttle point discharge should be quoted. The
        extent to which pump can be throttle and the corresponding discharge to be mentioned.
1.3.2   Duty point discharge should be specifically mentioned along with the head at which the same
        will be attained. Efficiency at different operating heads and discharge should be mentioned.
1.3.3   The accessories like surface, discharge head/underground discharge head with elbow, prelub
        tank with fittings, motor stand with NRR and thrust bearing housing, column assembly bowl,
        assembly, basket strainer, as per specifications shall be quoted, individually. The drawing to
        the scale showing the proposed arrangements for the pumps and the positions of various
        parts with detail drawing must accompany the TENDERs along with detailed specification,
        make, guarantee period etc.
1.3.4   Head capacity curve shall be rising type and shut off head must be higher than the maximum
        operating head for paralleled operations of pumps. Performance covers for each individual
        pump sets and also for the four pump sets working in parallel should be given for full load and
        for throttled conditions also. All pumps to be of identical in all respect.
                                                    59
2.0    SPECIFICATIONS FOR 415-V INDUCTION MOTORS:
2.1    TYPE:.
       The motor shall be vertical hollow shaft squirrel cage type induction motors suitable to
       operate on 415 V, 3 Phase, 50 Cycle A.C. Supply at 1500 RPM directly coupled with vertical
       turbine pump. The motor shall generally confirm to latest revision of IS : 325/1978 and other
       relevant ISS. Duly fitted with space heater and RTDs & BTDs. The motor shall be of
       KIRLOSKAR, JYOTI, BHEL, CROMPTON, NGEF, make only.
2.2    VARIATION IN SUPPLY VOLTAGE:
       The motors shall be capable of delivering rated out put and rated power factor with following
       variations:
       Voltage          :                + 10%
       Frequency        :                + 5%
       Combined         :                As per IS 325
2.3    RATED CAPACITY:
       The minimum conditions rated capacity of motors shall be such that it meets the power
       requirements of pumps in the complete range of its operation. It shall also provide on
       additional power requirement on the motor. By 5% at the maximum power requirement or by
       10% at the duty point of operation whichever is maximum. The contractor shall ascertain the
       K.W. requirement and provide the motors of suitable capacity.
2.4    ACCELERATION CHARACTERISTICS:
       The acceleration characteristics of motor shall be matched with the driven equipment so that
       acceleration is obtained without over heating of motor.
2.5    METHOD OF STARTING :
       The motors shall be designed for star/delta/soft starting at full voltage with starting current not
       exceeding four times the rated full load current. The motor shall also be designed for a
       minimum pull out torque of 200%.
2.6    CONDITION OF START :
       Motor when started with the drive imposing its full starting torque under the specified supply
       voltage variation shall be capable of withstanding at least one successive starts from hot
       condition to start from cold condition without damage to the winding.
2.7    CLASS OF INSULATION :
       The motor winding shall be provided with insulation conforming to thermal class "F". The
       maximum temperature rise of the winding shall not exceed the limits specified from class "B"
       insulation. The insulation can be given tropical and fungicidal treatment for successful
       operation of motor in hot humid tropical climate. It shall of thermos setting type and shall
       remain unaffected by heat. The coils shall be highly uniform with uniform insulation strength
       and uniform dielectric losses.
2.8    MOTOR CONSTRUCTION :
       The motor construction shall be suitable for easy dismantling and reassemble at site with the
       help of simple over head crane. The motor shall be of core pack construction attached to the
       stator frame to facilitate easy removal and replacement of the winding for maintenance
       purpose. The over head for winding at both ends of the core shall be accessible for usual
       inspection without resorting to major dismantling.
2.9    MOTOR FRAME :
       Motor frames shall be rigid fabricated steel they shall be suitably annealed to eliminate any
       residual stress introduced during process of fabrication and machining.
2.10   STARTOR LAMINATIONS :
       Stator laminations shall be made from suitable grade sheet steel varnished on inner side and
       shall be adequately designed to overheating during starting and running conditions stipulated
       above.
2.11   ROTOR SHORT CIRCUITING RINGS :
                                                   60
       Rotor short circuiting and rings shall be such that it is free to move with expansion of bars
       without distortion. The connections of the bars to the end rings shall be made by bracing.
2.12   LOCKING ROTOR WITH STAND TIME :
       Locked rotor with stand time under hot conditions at 110% voltage shall be more than starting
       time at minimum permissible voltage by at least two seconds.
2.13   TYPE OF ENCLOSURE & DEGREE OF PROTECTION :
       The degree of protection provided by the enclosures of motor shall conform to IS: 4691. the
       enclosure for the motors shall be screen protected Drip Proof (SPDP) IP 23.
2.14   SHAFT INSULATION :
       Suitable insulation shall be provided on shaft/bearing house to prevent shaft current. The
       insulation provided shall be such that it shall retain its dielectrically properties even after its
       handled for number of times during dismantling and reassemble.
2.15   BEARING ASSEMBLY :
       Bearing assembly shall be such that it prevents dust and water from getting to the bearing.
       Further, bearing lubricant shall not find access to the motor winding. The bearing assembly
       shall be provided with proper lubricating nipples.
2.16   EARTHING :
       The motor body shall have two separate earthing terminals for earthing in compliance with
       I.E. Rules.
2.17   DIMENSIONS OF MOTORS :
       Motors shall be properly dimensioned to have greater stability and low vibration limit.
2.18   TESTING
       All the motors shall be routine tested at manufacturers workshop and test certificate shall be
       provided with motors.
(Bidder can suggest other options of pumps in the light of less Electrical expenditure and
better efficiency without compromising on head and discharge. The change shall have to be
approved by the Competent authority. However no separate cost shall be payable for the
same.)
                                                   61
                                           Chapter 8
DETAILED TECHNICAL SPECIFICATION FOR 1800 KVA /suitable ELECTRIC SUB STATION (1
no. for Raw water pumps, 1 No. For Clear Water Pumps and 6 Nos. for Tube Wells)
1.    LOCATION OF WORK:-
      Providing, supplying, erection and commissioning of Transformer of 85 KVA or suitable rating
      to be installed in an electric sub-station of 33KV/85 KVA located near Intake Well.
2.    SCOPE OF WORK
      The Scope of works includes design, supply erection construction commissioning and testing
      of 843KVA (Total for All the Substations), 33KV/843 KVA electric substation (as per I.E. rules
      and specification) which mainly includes supply of transformer, outdoor, substation structure,
      cables, other electrical equipment, accessories, and other allied required civil work etc.
      complete.
      The details specifications of the proposed work are given below. However specifications laid
      down in relevant in diameter standards shall be strictly followed.
2.1   SUB STATION STRUCTURE AND ASESSORIES. :-
      33/3.3KV outdoor substation comprising of 1 pole substation structure made of Double M.S.
      Girders & channels of adequate section (not less than ISHC 200x10 and ISMB 100x50) and
      length, with provision,. of 33 KV lightening arrester, A.B. switch, D.I. set, disc and post
      insulators with hardware substation premises as per I.e. rules. Structure shall be complete
      with necessary painting of primary red oxide and finished with two coat of aluminum paint.
2.2   TRANSFORMER
      One number transformer of rating 85, 674 and 84KVA, 33/0.44 KV 3 phase, double, would Dy
      11, ONAN cooled outdoor distribution transformer with off load top changer as per IS 2026
      (with all standard fitting and bi directional rollers and accessories as per I.E. rules) and as per
      other detailed specification. The transformer shall be fixed on suitable plinth as per I.E. rules.
2.3   EARTHING SYSTEM:-
      Double earthing of entire electrical system connected to earthing plates buried in ground and
      surrounded in charcoal and salt up to adequate depth. The contractor shall have to carry out
      earth continuity tests earth resistance measurement and all other required test in the
      presence o the Engineer-in-charge, which are necessary to prove that complete job. If
      earthing system is
       Already in working conditions then rectifications if required is to be done only
2.4   CIVIL WORK:
      All related civil works such as construction of transformer plinth, foundation of substation
      structure, partition wall between transformer, earth pits, cable trenches/cable trays, cable
      markers, foundation of Fencing pole structure, providing and spreading 40mm B.T. metal as
      per I.E. Rules complete job.
2.5   FENCING FOR 33 KV SUBSTATION YARD.
      Industrial yard fencing arrangement using 65 mm x 6mm angle iron post complete as per I.E.
       rules complete job if require at site
2.6   LIGHTING:-
      Substation yard lighting provision in panel.
2.7   SUPPLY OF SAFETY DEVICES:-
      Supply of safety devices like rubber mating, hand gloves, first Aid box, danger boards, first
      Aid, charts, 0.5 Kg. Capacity Co2 type fire extinguishers and sand buckets etc. complete
      required as per specification and I.E. rules One set.
                                                 62
2.8     OPERATION OF SUBSTATION:
        The contract include as operation and maintenance of the contract includes substation after
        commissioning and training to departmental staff for 7days complete job.
2.9     ANY WORKS Equipment not specified in particular but considered necessary to complete the
        work as per specification and I.E. Rules are also include in this TENDER and scope of works.
2.10    PANEL INSTLATIONS;
Panel is to be installed in substation or at place specified by the department.
3.0     IMPORTANT CONDITIONS:-
3.1     The BIDDER shall submit the brand names, & efficiencies at various at various points and
        design calculation for each and every equipment so as to assess and decide suitable offer.
3.2     A licensed class A electrical contractor authorized under I.E. Rules shall only carry out the
        work.
3.3     The Successful BIDDER on award of contract shall have to prepare and submit the detailed
        drawing of the work duly approved by the Chief Electrical Inspector and Electrical Adviser,
        Govt. of M.P. After completion of work the representative of the Chief Electrical Inspector and
        Electrical Adviser shall inspect the same. The inspection the same. The inspection fee shall
        be born by the contractor and electrical substation shall be charged only after approval and
        permission of the competent authority as per I.E. Rules.
3.4     Supply and inspection of all the equipment’s shall be as per relevant BIS/ I.S. Specification
        and latest I.E. Rules.
3.5     Make, Materials, Technical specification, Circuit diameter grams and connection details of
        each and every equipment and its major parts offered should be clearly specified in the
        TENDER.
3.6     Test certificates guarantee, certificate and operation manual shall be submitted along with the
        supply of equipment.
3.7     After commissioning of all the equipment successful trial will have to be given for at least 72
        Hours.
3.8     Maintenance and training of department staff:-
        After installation, commission and official testing of electric substation and other equipment
        satisfactorily, the contractor shall have to run and maintain and electric substation to the
        complete satisfaction of the Engineer in charge for a period of at least 7 days round the clock
        through his experienced and competent staff under supervision of his experienced and
        qualified engineer.
3.9     Any work equipment not specified in particular but considered necessary to complete the
        works as per specification and I.E. Rules are also included in this TENDER.
4.      DESIGN DATA:-
4.1     All the equipment shall be designed for operation in tropical humid climate subject to heavy
        rainfall and frequent thunderstorms with ambient air temperature of 50 deg. c (max)
4.2     The single line diameter gram of proposed 33 KV substation, main electric panel board bus
        bar is shown in the enclosed drawing. The proposed site plan showing the relative location of
        substation with respect to pump house are shown in separate drawing, which can be seen in
        office. The above drawing is enclosed only for the guidance of the BIDDER.
4.3     The rating and specification of transformers and other electrical equipment shown in the
        drawing and specification are indicative only The BIDDER shall checkup the rating of the
        equipment and satisfy thoroughly regarding their adequacy.
4.4     All the materials used in this work must be strictly in accordance with the relevant I.S.
        specification and I.E. rulers.
4.5.1   On completion of work, the contractor shall submit the completion drawing. Circuit diameter
        grams and detailed electrical mechanical drawing of the equipments and the maintenance
        manuals in form as desired by the engineer-in-charge.
5. DETAILED TECHNICAL SPECIFICATION:
5.1     TRANSFORMER:-
                                                   63
(a)     843 KVA 33/3.3 KV 3 phase, 50 Hz Oil immersed, Natural self-cooled type Onan, core type
        with class "A" insulation, double wound with off load tape changer outdoor distribution
        transformer with accessories designed and manufactured with particular reference to tropical
        condition conforming to IS 1026: 1981 as per IE rules and as per detailed specification.
                                                   64
7.      Thermometer
8,.     Air release plug.
9.      Silica gel breather.
10.     Bucholes Relay.
11.     Radiametertor.
PAINTING:-
Thank in side, core clamp and other fitting exposed to the oil shall be painted by heat and oil resistant
paint. the exterior of the transformer and other ferrous fitting shall be first thoroughly cleaned,
scraped and ten given two coats of zinc chromate, red oxide, primer following by two finishing coats of
synthetic enamel paints as per shade No.631, of IS 5/1978.
DRAWING :-
        Three copies of GA drawing showing details dimension and position of fitting and accessories
        shall be submitted with equipment.
        v.       Indicating lamps for breaker ON/OFF Spring charge trip circuit healthy.
        vi.        Alarm Bell for S/C and E/F indication.
        vii.     Push button for test /reset/acknowledge.
6       PANEL BOARD
        The LT AC Switch Board shall be of volts, 3 phase and neutral 50 Hz Distribution board,
        indoor type, sheet clad by 1.5mm thick CRC sheet over S channel structure frame, floor
        mounted free standing type, cubical pattern, dust & vermin proof having protection group IP
        53, and shall comprise of following.
        1 Nos. of incoming ACB OF suitable rating make L&T siemens, Alsthan
             C&S and Schinder
        1Nos. SFU OF suitable rating
-       1Nos. off 144 sq. mm flush tie ampere meter with selector switch.
-       1Nos. set of Indication Lamps for all three phase, On OFF auto Trip .
-       1 Nos. set of CT for protection and metering.
-       1 Nos. of solid state Triple pole on directional IDMTL over load and earth fault relay.
-       The bus bar shall be suitable for 3 Phase and applicable amps,.the bus bar shall be with
        colored insulated sleeves. The supports shall be suitable spaced to give mechanical rigidity
        for with standing stress due to system fault,. The panel compartments shall have adequate
        space for termination of incoming and outgoing feeder cables equipped with gland, lugs etc.
        Panel Board should have a digital display unit showing line voltage, phase voltage, current
        and power factor. Control panel should have automatic capacitor bank.
7       CABLES:-
        Power cable of PVC, aluminum armored cable of size 3x400mmx3,5 with require lugs gland.
        Total to be considered for lump sum offer is 20 meter. each from transformer to panel.
        Control cable of PVC, copper cable of size 1 x 2.5 sq.mm x 3 and 6 core with required lugs,
        glands. Total length to be considered for lump sum offer is 50mtr, for various connections.
        Units rates of cable to be quoted for any addition as required at time of execution.
8       SUB STATION STRUCTURE ADN ACCESSORIES.
8.1     33/0.44 KVA outdoor substation comprising of suitable substation structure and other
        required sub station material as given below:
8.2     SUB STATION STRUCTURE :-
        Sub station structure extension made of 1 Nos. of two pole structure made out Two Nos. of
        200xc 100mm M.S. channels fabricated and welded using 33 x 5 mm. M.S flat to make one
        pole of substation total substructure have our poles MS channels shall be not less than 100x
        50mm and length as required to complete the substation structure, clamps, nut bolts and
        other necessary MS Material as required for construction of substation structure. These
        structures shall be made as per detailed drawing enclosed.
                                                    65
8.3       3 KV Lightning arresters:
          Station class 1- KA rating, single pole lightning arrester for use of 33 KV solidly ground
          natural system and suitable for pedestal mounting complete with bolts and nuts. One SET of
          three numbers.
8.4       AIR BREAK SWITCHES:-
          Air break switches 33 KV 400 amp. Triple pole with earth blades, gang operated, double
          break isolators suitable for horizontal mounting, complete with locking arrangement in both
          On/Off position post type insulators operating pipe arcing horns, hand operated machismo.
          The isolators will be complete with fixing bolts and nuts. all hardware parts shall be hot dip
          Galvanized.
8.5       DROP OUT FUSES:-
          Drop out fuses 33 KV outdoors drop out fuse cut out of expulsion type compete with
          insulators mounted on bas channels and suitable for cross arm mounting for a working
          current up to 400 amps. Complete with fuse holders, fuse elements and operating rod. All
          hardware pa5rts shall be hot dip galvanized each set comprise for 3 Mps single pole drops
          fuses. The drop out fuse set shall be for control of 500 KVA Transformer Primary One set.
8.6       Post pin and Disc insulators
          33      KV disc insulator complete with hardware.
          33 KV pin post complete with GI pin
8.7       ALUMINUM TUBULAR BUSBAR.-
          Aluminum tabular bus bar required for internal connection of 33 KV equipment such as
          transformer Isolator, DO fuse etc. Jumpers, Terminal connector’s connection supports.
          Insulators bolts nuts etc complete
8.8       PAINTING
          Structure shall be complete with necessary painting of primary red oxide and finished with
          two coat of aluminum paint.
9         SHIFTING OF TRANSFORMER
      There is no work of shifting of old transformer.
10        CIVIL WORK
          All related civil work such as construction of transformer plinth foundation of substation
          structure earth pits cable trenches/ cable trays, cable markers, providing and spreading 40
          mm BT metal as per IE rules complete job.
11        EARTING SYSTEM:-
          Double earthing of entire electrical system connected to earthing plates buried in ground and
          surrounded in charcoal and salt up to adequate depth, where damaged earth is encountered
          at a distance of 2 meters from any permanent structure shall be provided. It shall also
          included digging of pits earth plates as per latest IS, watering pipe with funnel of required
          length and diameter earth strip per without kinks lugs and clamps, salt and charcoal earth
          chamber etc as per EI rules the contractor shall have to carry out earth continuity tests, earth
          resistance measurement and all other required test in the presence of the Engineer in charge
          which in his opinion are necessary to prove that the system is in accordance with design
          specification and as per IE rules complete.
11.1      EARTHING MATERIAL
          Copper earthing plate of size 3.15 x 600x 600mm 6 nos
          Copper earthing strip 50x 5 mm as required
          GI earthing plate of size 6.3 x 600x600mm
          GI earthing strip 50 x 5mm as required for earthing arrangement
          CI main hole cover for earthing pits.
          GI pipe for earthing pits 50 mm diameter of length 1.5 meter
          Funnel and other required earthing materials as per IE rules & IS
12        FENCING FOR 33 KV SUBSTATION YARD
                                                     66
        Industrial type fencing arrangement using 65 mm x 6mm angle iron post each of 3 meter
        height fixed as required at a spacing of 2 meter with 2 meter high GI chain link wire mesh
        fencing of minimum opening of 75mm x 75mm 2 meter wide main gate with locking
        arrangement and etc complete as per IE rules complete job.
13      LIGHTING
        Substation lighting provision in pasnel is to be done.
14      SUPPLY OF SPARES
        Supply of essential spares like DO fuses, HRC fuses indication lamps cable lugs for
        maintenance one set
15      Supply of essential tools
        Supply of essential tools and equipment like DO operating rod earthing rod sets, required for
        operation of substation helmet HD one set of each item.
16      SUPPLY OF SAFETY DEVICES:
        Supply of safety devices like rubber mating gloves, first Aid box leather apron danger boards,
        first and charge 0.5 kg capacity CO2 type fire extinguisher and sand buckets etc complete
        required as per specification and IE rules one set.
Note:   The quantities given in annexure E&F are approximate. However the contractor shall have to
        execute the complete works as per specification and IE rules.
                                                   67
                                               Chapter 9
                              SPECIFICATIONS FOR TREATMENT PLANT
      All the work shall be carried out as per relevant clause of CPHEEO Manual
(1)   Construction of Treatment Plant of 12.10 MLD capacity. The Job includes the
      construction Clariflocculator, Pressure filters, Proper arrangement for dosing of
      chemicals for pre & post chlorination.
      This work shall comprise of the following items:-
      1.    Chemical house and chemical feeding equipment’s.
      2.    Flash mixer.
      3.    Aerator
      4.    Clariflocculator.
      5.    Rapid sand gravity filters.
      6.    Disinfections arrangements.
      7.    Laboratory & laboratory equipment’s.
      8.    Clear water pump house and sump well of 915KL
      8.    Construction of boundary walls for WTP.
(2)   TREATMENT:
      Specifications of all the treatment units shall be as per CPHEEO Manual and relevant
      IS standards. Bidder shall require to submit a brief write up on the treatment plant
      along with the TENDER. On acceptance of TENDER the successful Bidder shall
      submit a detailed design and drawings of the treatment plant based on CPHEEO
      Manual and relevant IS specifications for the approval of competent authority.
(3)   Pre & post Chlorination shall be done by providing Chlorinator of Siemens / Penwalt
      make.
      The chlorinator shall be 4 kg/hr cabinet mounted vaccum operated, solution feed type
      designed for wall mounting and shall incorporate following features:
      a.         Notch Control Mechanism with accuracy of +/- 4% of indicated flow
      b.         Differential Pressure regulating valve Maintains the proper vacuum differential across
                 the V-notch orifice for consistent feed rate, regardless of changes in the operating
                 vacuum
      c.         Vaccum gauge for easy visual functional check.
      d.         Manual adjustment of dosage rate.
      e.         Safety vent to be piped to external atmosphere.
      f.         10” Glass Rotameter
      The required vacuum tubing and the vent tubing should be supplied with the chlorinator.
      Injector
      The chlorinator shall be driven by a ¾” fixed throat injector which would create the required
      operating vacuum. The injector shall have following features:
      -          Built-in double check valve for protection against back flooding
      -          The main check valves shall consists of a spring-loaded diaphragm with a
                 spherical seat for positive sealing
      -          A spring-loaded poppet check to provide additional safety
      -          Anti-syphon arrangement for negative backpressure applications
      Vacuum Regulator
      The vacuum regulator shall be so designed that it opens when the vacuum is generated by
      the injector. On failure of water to injector, the vacuum regulator must close automatically.
      The regulator shall have a maximum nominal capacity of 4kg/hr with built-in internal pressure
      relief valve. The unit shall be cylinder mounted thereby reducing gas pressure to a vacuum
      immediately.
                                                   68
      Tonner Container Mounting Kit
      The system shall be supplied with mounting kit to adapt to vacuum regulator for tonner
      container mounting. The kit shall include heater, liquid chlorine drip leg and removable
      strainer.
      Booster Pump
      The system shall be supplied with suitable booster pump to generate the desired vacuum at
      injector
      Chlorine Tonners
      Contractor shall provide 2 nos. Chlorine Tonners for proper replacement.
(4)   For the testing of incoming Raw water & outgoing Clear water laboratory of suitable Class as
      per CPHEEO Manual shall be provided by the Contractor. The Laboratory equipment’s&
      Chemicals to be provided should be of GLAXO/ RANBAXY/ MERCK make.
      Contractor shall provide proper testing instrumentation for checking the water quality
      parameters in regard to color, residual chlorine, Conductivity, Turbidity, etc. at various critical
      locations, i.e, inlet chamber, Clear water sump and at the outlet pipe.
                                                  69
The suggested brand of various equipments shall be as below. Bidder can use the suggested
       or equivalent make.
   S. No.   Equipment                        Suggested makes
8. POST AND DIS INSULATORS SIL, WSI, KIRON TEXTILE, ATLAS JAIPURIA, JYOTI
11. DROP OUT FUSES SIL, WSI, KRON TEXTILE, ATLAS, JAIPURIA
                                           70
 Item / Component                                         Suggested makes
 VT and Centrifugal Pump                                  Kirloskar / Jyoti / Mather+Platt / WPIL/maxflow/darling
Electro-magnetic Flow meters – Battery operated Emerson / Krohne Marshall / Yokogawa / Endress Hauser
 WTP Equipments :
(Bar Screen,         Flash   mixer,   Clariflocculator,
Clarifier,
                                                          Voltas / Shivpad / Triveni / Hindustan Dorr-Oliver
Pressure Sand filter,
Activated Carbon filter,
Chemical dosing system etc.
Moulded Case Circuit Breaker MCCB Siemens / Schneider M.G. / Jyoti / L & T
                                                          71
FOR INSTRUMENTATION, AUTOMATION AND SCADA SYSTEM :
Ultrasonic Type Level Measurement Device Endress+Hauser / Krohne Marshall / Hycontrol UK.
Float & Board Type Level Measuring system Nivo (Toshniwal), Endress + Hauser, Pune Techtrol
Portable vibration measuring equipment Shrenk Every, IRD, STM Instrument, TIME