You are on page 1of 517

Municipal Corporation

Navi Mumbai

TENDER NMMC/EE(E)/ 18 /2008 2009

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS AT WTP, BHOKARPADA, DIST RAIGAD.
Date of Receipt Date of Opening Tender Price 30/09/2008 30/09/2008 10000/Upto 14.30 Hours Upto 16.00 Hours (Non Refundable)

Consultant :
P.G. Associates Pvt. Ltd., 8, Shripad Apartments, Rambag Colony, 212, Sadashiv Peth, Pune 411 030

Navi Mumbai Municipal Corporation 1st Floor, Belapur Bhavan, C.B.D., Navi Mumbai 400 614

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

1 OF 517

NAVI MUMBAI MUNICIPAL CORPORATION BELAPUR BHAVAN, C.B.D. BELAPUR NAVI MUMBAI 400 614

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS AT WTP, BHOKARPADA, DIST RAIGAD.
TENDER No. NMMC/EE(E)/ 18 /2008 2009

INDEX
NUMBER OF PAGES

VOLUME I - CONDITIONS OF CONTRACT


1.0 2.0 3.0 4.0 5.0 6.0 SCHEDULE A DETAILED TENDER NOTICE AND GENERAL CONDITIONS GENERAL CONDITIONS OF CONTRACT INSTRUCTIONS TO TENDERERS QUALIFYING REQUIREMENT SPECIAL CONDITIONS OF CONTRACT 2 4 24 70 78 80

VOLUME II SECTION I-100 KV OVERHEAD TRANSMISSION LINE


GENERAL TECHNICAL REQUIREMENT 1.0 2.0 3.0 SURVEY AND TOWER SPOTTING TOWERS ACSR CONDUCTOR 88 91 97 102

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

2 OF 517

4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0

G. I. EARTH WIRE 11 KV DISC INSULATORS CONDUCTOR ACCESSORIES G. I. WIRE ACCESSORIES LINE HARDWARE TOWER ACCESSORIES CIVIL WORKS INSTALLATION OF TRANSMISSION LINE APPROVED VENDORS LIST

106 108 111 114 118 121 123 126 132

VOLUME II SECTION II 100/22 KV SUBSTATION ELECTRICAL WORKS


GENERAL TECHNICAL REQUIREMENT 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 POWER TRANSFORMERS CIRCUIT BREAKERS AIR BREAK DISCONNECTS INSTRUMENT TRANSFORMERS SURGE ARRESTERS CONTROL AND RELAY PANELS SUBSTATION G.I. STRUCTURES 11 KV DISC INSULATORS SUBSTATION HARDWARES CLAMPS AND CONNECTORS BUS POST INSULATORS 135 142 170 179 188 200 204 219 224 227 229 231
SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

3 OF 517

12.0 13.0 14.0 15.0 16.0 17.0 18.0 19.0 20.0 21.0 22.0 23.0 24.0 25.0 26.0 27.0 28.0 29.0 30.0

ACSR CONDUCTOR G.I. EARTH WIRE STATION TRANSFORMER BAY MARSHALLING KIOSK MAIN LT AC DISTRIBUTION BOARD LT AUXILIARY DISTRIBUTION BOARDS LT POWER & CONTROL CABLES G.I. TRAYS EARTHING STATIONS BATTERY AND CHARGER POWER LINE CARRIER COMMUNICATION SYSTEM SCADA SYSTEM 22 KV XLPE CABLE SWITCHYARD ILLUMINATION AIR CONDITIONER CABLE LAYING EARTHING TESTING AND COMMISSIONING APPROVED VENDORS LIST

233 236 238 242 244 250 252 253 254 256 266 285 289 292 301 303 308 312 318

VOLUME II SECTION III SUBSTATION CIVIL WORKS


GENERAL TECHNICAL REQUIREMENT 1.0 LAND DEVELOPMENT 323 340
SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

4 OF 517

2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0

CHAIN LINK FENCING TOWER & EQUIPMENT FOUNDATIONS CONTROL ROOM OIL COLLECTION PIT W.B.M. ROAD CABLE TRENCHES METAL SPREADING (FOR ROAD) METAL SPREADING ( FOR SWITCHYARD) ASPHALTING OF ROAD

351 366 383 408 415 422 434 439 440

VOLUME III PRICE SCHEDULE


SECTION I SECTION II 100 KV OVERHEAD TRANSMISSION LINE 100/22 KV 2 X 10/12.5 MVA SUBSTATION ELECTRICAL WORKS 100/22 KV 2 X 10/12.5 MVA SUBSTATION CIVIL WORKS 457 459

SECTION III

497

DRAWING
LOCATION MAP CONTROL ROOM SIGNAL LINE DIAGRAM SECTIONS SWTICHYARDS 522 523 524 525 526

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

5 OF 517

NAVI MUMBAI MUNICIPAL CORPORATION BELAPUR BHAVAN, C.B.D. BELAPUR NAVI MUMBAI 400 614

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS AT WTP, BHOKARPADA, DIST RAIGAD. TENDER No. NMMC/EE(E)/ 18 /2008 2009

VOLUME I CONDITIONS OF CONTRACT


INDEX
NUMBER OF PAGES 1.0 2.0 3.0 4.0 5.0 6.0 SCHEDULE A DETAILED TENDER NOTICE AND GENERAL CONDITIONS GENERAL CONDITIONS OF CONTRACT INSTRUCTIONS TO TENDERERS QUALIFYING REQUIREMENT SPECIAL CONDITIONS OF CONTRACT

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

6 OF 517

Issued to :

1. SCHEDULE A
A. Sealed Tenders in B-2 form on Department design are invited for the following Work, from Class A Contractor with adequate experience of Similar Works and will be received in sealed covers, addressed to the Commissioner, Navi Mumbai Municipal Corporation in his office up to 14.30 hours on 30/09/2008 Blank Tender and any other information will be available from the Reception, NMMC, Belapur Bhavan, C.B.D., Belapur, Navi Mumbai, on all working days except Sundays and Public Holidays declared by Government of Maharashtra, during working hours up to 30/09/2008 till 13.00 pm on payment of cost of each Tender form mentioned below. Supply, Installation, testing and commissioning of 100/22 kV 1. Name of Work 2 x 10/12.5 MVA Transformer Substation & 100 kV double circuit transmission line along with associated civil works at Water Treatment Plant at Bhokarpada Dist. Raigad, 2. 3. Estimated cost of Work Engineers for this Work Executive Engineer (Electrical) (9892929877) Deputy Engineer (Electrical) (9920062126) Up to 30/09/2008 till 13.00 pm during office hours 4. Period of sale of Tender documents. from the Reception , NMMC, Belapur Bhavan, C.B.D., Belapur, Navi Mumbai or downloaded from official web site (www.nmmconline.com ) of the Corporation Rs. 10000/- in cash or by way of D.D. in favour of 5. Cost of each tender form Navi Mumbai Municipal Corporation. . For forms down loaded from the web site a separate D.D. for Rs.10000/- Should be enclosed while submitting the tenders. 6. 7. 8. 9. 10. Earnest Money Pre-Tender Conference Last date of receipt of tender Probable date and time of opening Eligibility a. Qualifying Requirement 1. 2. Contractor, registration of Class A with Public Works Department or with CIDCO (Electrical) or with MSETCL. Bidder Should have successfully executed similar turnkey projects at least 2 numbers of switchyards of 100 kV and above level with minimum 3 bays in at least one substation with minimum 1 X 20 MVA transformer capacity in the last 10 years. Rs.7,50,000/- to be paid by way of separate D.D./Pay Order along with Tender. 19.9.2008 at 11.00 a.m. 30/09/2008 up to 14.30 hours 30/09/2008 at 16.00 hour of tender. (if possible)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

7 OF 517

3.

Bidder must have executed at least one substation contract on total turnkey basis along with transmission line for either MSETCL/any other state electricity board/ and/or EHV consumer. Bidder should provide necessary documents showing that the switchyards commissioned are in successful & trouble free operation for last 1 year. Certificate with recent date should be produced.

4.

Average annual turn over of Rs.30 Crores during the last 5. Turn over three years and at least one work of Rs. 15 crores during the last three years in such type of work. 6. 11. 12. Qualified Personnel One Electrical Engineer as well as Civil Engineer having minimum experience of Three years The offer of the Contractor shall remain valid for 120 days from the date of opening of Tender

Validity Period Security Deposit Initial Security Deposit Further Security Deposit to be deducted from bills

2.5% 2% 9 Months Works

13. 14.

Completion Period Type of Contract Percentage to be charges as

15.

supervision Charges for the Work got executed through Other means.

24.50%

16.

Defects Liability Period

1 Year

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

8 OF 517

2. DETAILED TENDER NOTICE TO CONTRACTOR


1.0 2.0 2.1 Sealed bids are invited by and on behalf of Commissioner, Navi Mumbai Municipal Corporation from Eligible bidders for the proposed Work specified in Schedule A. ISSUE OF TENDER The blank tender documents will be available during the period indicated in Schedule A during office hours from the Reception office at Ground floor, Belapur Bhavan, C.B.D., Belapur, Navi Mumbai on payment of cost of Tender form indicated in the Schedule A by way of cash or in form of a DD in favour of Navi Mumbai Municipal Corporation. The tender documents can also be downloaded from the official web site of the Corporation www.nmmconline.com. While submitting the Tender downloaded from the web site, the same shall be accompanied by a separate demand draft/pay order towards the cost of each tender form as indicated in Schedule A The tender document is not transferable. Only the Tenderer who has purchased the tender form shall be entitled to bid in the tender. LANGUAGE OF TENDER / CONTRACT The language of the Contract shall be English/Marathi and all correspondence, drawings etc. shall conform to the English/Marathi language. 4.0 PREBID CONFERENCE A Prebid Conference of all the intending Tenderers will also be held at the scheduled date and time indicated in Schedule A of the tender. Intending Tenderers will be allowed to seek clarification and suggest suitable modifications in specifications, conditions of the Contract etc. The Corporation will communicate such changes that are accepted by it, to all the intending Tenderers who have purchased the Tender document from the Corporation. Only such changes that are so communicated shall be binding on the Corporation and all the Tenderers. 5.0 6.0 6.1 VALIDITY OF BIDS The bids will be valid for the period indicated in Schedule A EARNEST MONEY The Tenderer shall deposit and keep deposited with the Corporation a sum as shown in Schedule A of this tender notice as the Earnest Money. The Earnest Money shall be deposited either by Demand draft / Pay order in favour of the Navi Mumbai Municipal Corporation, a fixed deposit with the Corporation.. The failure or omission to deposit the Earnest Money shall disqualify the tender and the Corporation shall exclude from its consideration such disqualified tender. No interest shall be payable by the Corporation in respect of such deposited Earnest Money. If the Corporation shall accept the Tender the Earnest Money shall be appropriated towards Security Deposit payable by the Contractor in accordance with Clause No. 7 of the General Conditions of Contract. Alternatively on payment of the required amount of the Initial Security Deposit and the execution of the Contract agreement, the Earnest Money shall be returned to the Tenderer. FORFEITURE OF EMD The Tenderer shall not revoke his Tender or vary its terms and conditions without the consent of the Corporation during the validity period of Tender. If the Tenderer revokes the Tender or vary SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.2

2.3 3.0

6.2 6.3 6.4

7.0 7.1

SIGNATURE OF TENDERER

9 OF 517

its terms or condition contrary to his promise to abide by this condition, the Earnest Money deposited by him shall stand forfeited to the Corporation without prejudice to its other rights and remedies and the Tenderer shall be disentitled to submit a tender to the Corporation for execution of any Work during the next 24 months effective from the date of such revocation. 7.2 8.0 If Successful Tenderer does not pay the Security Deposit in the prescribed time limit or fails to sign the agreement bond, his Earnest Money Deposit will be foreited by the Corporation. REFUND OF EARNEST MONEY The Earnest Money of an unsuccessful Tenderers shall be refunded after the successful Contractor furnishes required Initial Security Deposit to the Corporation and sign the agreement or within 30 days of the expiry of validity period, whichever is earlier. 9.0 COST OF TENDER The Tenderer shall bear all costs associated with the preparation and submission of its Tender. The Corporation shall in no case be responsible or liable for these costs, regardless of the Conduct or the out come of the Tendering process. 10.0 ELLIGIBLE TENDERERS Only those Contractors fulfill the Eligibility criteria as mentioned in the Schedule A of the tender notice are eligible to submit their tender for this Work. 11.0 SPARE CAPACITY OF WORK FOR TENDERING The Tenderers shall be eligible to submit the tender to the Corporation subject to the essential condition that the price tendered by him together with the value of the outstanding Works under execution by him for the Corporation or any other employer shall not be more than four times the value of the average annual turnover of Works executed during the preceding three financial years ending 31st March. 12.0 RELATION SHIP WITH CORPORATOR(S) Tenderer shall not be associated presently or in the past with any of the office bearer or Corporator of the Navi Mumbai Municipal Corporation either directly or indirectly as specified in the section 10(f), (g) of BPMC Act. 1949. The Tenderer shall furnish an Affidavit on a NonJudicial stamp paper of Rs.10/- If any information so furnished shall be found to be untrue or false, the tender shall be liable to be disqualified and the Earnest Money accompanying such tender shall stand forfeited to the Corporation. If the information so furnished shall be found to be untrue or false during the currency of the contract the Tenderer shall be held to be in-default and the contract if any awarded to him shall be liable to be terminated with its consequences.

13.0

TIME OF COMPLETION The period of completion of Works is enumerated under Schedule A. The time of completion shall commence from the date of placing the Work Order or date of handing over the site whichever is earlier. The completion period is for all items of Work in all parts of Tender Documents.

14.0 14.1 14.2 14.3

SCHEDULE OF RATES AND QUANTITIES The Tender has been drafted on the basis of pre-priced schedule of rates and quantities for different types of items. All the tender items are priced as mentioned in Annexure "9" of Tender. The Contractors are expected to work out their own rates based on the detailed technical specifications, drawings & conditions and finally arrive at the cost of the Work in the appropriate places.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

10 OF 517

14.4 15.0 15.1

In case of Lump Sum Contract, Tenderer should insert his Lump Sum cost as contract value for the Work. INSPECTION OF SITE AND SUFFICIENCY OF TENDER The Contractor shall inspect and examine the site and its surrounding and shall satisfy himself before submitting his Tender as to the nature of the ground and subsoil (so far as is practicable), the form and nature of the site, the quantities and nature of the Work and materials necessary for the completion of the Works and means of access to the site, the accommodation he may require and in general, shall himself obtain all necessary information as to risk, contingencies and other circumstances which may influence or affect his Tender. The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his Tender for the Works and of the rates and prices quoted in the schedule of Works/items/ quantities or in bill of quantities, which rates and prices shall, except as otherwise provided, cover all his obligations under the contract and all matters and things necessary for proper completion and maintenance of the Works. No extra charges consequent on any misunderstanding or otherwise shall be allowed. MANNER OF SUBMISSION OF TENDER The complete tenders in the manner specified in the following paragraph will be received in the following offices Place of receipt of Tender a) b) c) d) e) f) g) Reception at Ground floor of Belapur Bhavan (24 hrs. facility) City Engineers Office, 1 Hon. Mayors Office, 7
th st

15.2

15.3 16.0 16.1

floor, Belapur Bhavan.


st

Hon. Commissioners Office, 1

floor, Belapur Bhavan.


th

floor, Belapur Bhavan. floor, Belapur Bhavan


st

Medical Health Officers Office, 8

Executive Engineers (Water Supply) Office, 1 Opp. Bus Depot, Sector-6, Kopar Khairane.

floor, Kopar Khairane Ward Office Building,

By courier or by mail within specified times as above..

16.2 17.0 17.1 17.2 17.3

Telex, cable or facsimile offers will be rejected. LAST DATE FOR SUBMISSION Sealed Tender offers shall be received at the address specified above not later than the time and date specified in the Schedule A of the Tender . In the event of the specified date for the submission of Tender offers being declared a holiday, the offers will be received up to the appointed time on the next working day The Corporation may, at its discretion, extend this deadline for submission of offers by amending the Tender Documents, in which case all rights and obligations of the Corporation and Tenderer will thereafter be subject to the deadline as extended. Any Tender offer received by the Corporation after the deadline for submission of Tender offer prescribed by the Corporation, pursuant to the clause above, will be rejected and / or returned unopened to the Tenderer. MODIFICATION AND WITHDRAWAL OF OFFERS The vendor may modify or withdraw his offer after its submission, provided that written notice of the modification or withdrawal is received by the Corporation prior to the closing date and time

17.4

18.0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

11 OF 517

prescribed for submission of offers. No offer can be modified by the vendor, subsequent to the closing date and time for submission of offers. 19.0 19.1 19.2 19.3 CONTENTS Tenders are invited in two envelope system. The completed Tender shall be submitted in sealed envelope, super scribing the name of Work & C.A. No mentioned in the Tender notice. Full name and address of the Tenderer shall be written in the bottom left corner of each envelope. The envelope shall contain the following Envelope No.-1. i) This should contain all the documents mentioned as below from a to n. This envelope may contain other documents also such as Technical bids, drawings, any other as mentioned in the Tender notice. List of all the documents enclosed in the envelope. The Tender price in the form of Demand draft/Pay Order original cash receipt. (where it is downloaded from the official website) Undertaking in Annexure 2 duly signed by a person holding a valid Power Of Attorney Power of Attorney authorizing the person to sign the Tender Document (see clause 20(e)). The EMD in the form of Demand draft/ Pay Order (as per clause 6.0 above ) or valid certificate of exemption issued by the City Engineer of Navi Mumbai Municipal Corporation Attested copy of the valid registration certificate (as requested by the eligibility condition at Annexure A. Up-to-date valid Clearance Certificates for Income Tax, Sales Tax, Cess with NMMC. Details of firms in Annexure 3. The Tenderer shall furnish a statement showing the type and magnitude of Work done with last 3 years as per Annexure 4. List of Works in hand as on the date of submission of this Tender in Annexure 5. List of Works tendered as on the date of submission of this Tender in Annexure 6. List of machinery and plant immediately available with the Tenderer for use on this Work and list of machinery proposed to be utilised on this Work but not immediately available and the manner in which it is proposed to be procured in Annexure 7.

a) b) c) d) e) f) g) h) i) j) k) l)

m) Details of Technical personnel available with the Contractor in Annexure 8. n) Affidavit on a Non-Judicial Stamp paper of Rs.20/- as per Annexure 9.

Envelope No.-2 (Financial bid) - This envelope shall contain the Complete set of Tender Documents along with corrigendum, addendum if any issued, duly filled in and initialed on each page and signed by the Tenderer(s) at prescribed places of the Tender Documents, including signature of witnesses. (unconditional). Covering Envelope Both the envelopes I & II shall be put together in common sealed envelope subscribing on it, name of Work, C.A.NO., Name and address of the Tenderer. 20.0 IMPORTANT POINTS TO BE NOTED BY THE TENDERER a) On receipt of blank Tender form the Tenderer should ensure that no corrections or over writings or erasures are left to be attested by the competent authority of the Corporation. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

12 OF 517

b)

The price-bid shall be inclusive of all taxes, Octroi, Local taxes, etc. to be paid by the Tenderer for the Work and claim for extra payment on any such account shall not be entertained. Any change that will be made in the Tender paper by the competent authority after issue of the Tender will be intimated to the Tenderer in the form of Corrigendum/Addendum for incorporating the same in the Tender before submitting the Tender.

c) d)

Price-bid should be written both in words and figures in the Schedule B, at appropriate places. No alterations and additions any where in the Tender Document are permitted. If any of these are found, the Tender may be summarily rejected. The Tenderer should get his doubts cleared during pre-Tender meeting only if provided in the Tender. In case if no pre-bid meeting is to be held the Tenderer should seek clarification or any doubt in writing 7 days before the last date for receipt of Tenders. In case of firm, each partner or power of attorney holder shall sign the Tender and the signatures shall be attested as witness by a reputed person in the space provided for the purpose. The attested copies of power of attorney of person signing the Tender shall be enclosed with the Tender. The power of attorney shall be signed by all partners. In case of private limited/public limited companies, the power of attorney shall be supported by Board resolutions and appropriate and adequate evidence in support of the same shall be given.

e)

f) g) h)

All pages and pasted slips should be signed by the Tenderer. No page shall be added or removed from the set of Tender Document. Tenderer shall be deemed to have studied the schedule of Works / Items / Quantities / Rates, all plans, specifications, terms and conditions, shall inspect and examine the site and its surrounding and shall satisfy himself before submitting his Tender as to the nature of the ground and subsoil (so far as is practicable), the form and nature of the site, nature of the Work and materials necessary for the completion of the Works and means of access to the site, the accommodation he may require and in general shall himself obtain all necessary information as to risk, contingencies, obligations under the Contract and all matter and things necessary for proper completion and maintenance of the Works. No extra charges consequent on any misunderstanding. A declaration and an undertaking to this effect should be singed by the Tenderer in the form attached at an Annexure - 2. The Tenderer shall submit the Tender which satisfies each and every condition laid down in this Tender notice, failing which the Tender will be liable to be rejected conditional Tenders will be rejected. There will not be any negotiations about the quoted offers.

i)

j) 21.0

CORRUPT OR FRAUDULENT PRACTICES The Corporation requires that the bidders/suppliers/ Contractors under this Tender observe the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Corporation defines for the purposes of this provision, the terms set forth as follows:

a)

corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of the public official in the procurement process or in contract execution; and
fraudulent practice means a misrepresentation of facts in order to influence a procurement process or a execution of a contract to the detriment of the Corporation, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at

b)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

13 OF 517

artificial non-competitive levels and to deprive the Corporation of the benefits of the free and open competition; The Corporation will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; The Corporation will a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract. 22.0 MANNER OF OPENING OF TENDER The Tender received before the time & date specified vide Schedule A above will be opened as per the specified programme in the office as mentioned in the Tender notice (if possible). The Tenders will be opened in the presence of Tenderers or their authorized representatives who choose to remain present on the opening day at the scheduled time. 23.0 PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison of bids and the award of a Contract shall not be disclosed to Bidders or any other person not officially concerned with such process until the award to the successful Bidder has been announced. 24.0 PRELIMINARY SCRUTINY The Corporation will scrutinize the offers to determine whether they are complete, whether any errors have been made, whether required technical documentation have been furnished, whether the documents have been properly signed, and whether the offers are generally in order. Prior to the detailed evaluation, the Corporation will determine the substantial responsiveness of each offer to the Tender Documents. For purposes of these Clauses, a substantially responsive bid is one that confirms to all the terms and conditions of the Tender Documents without material deviations. The Corporations determination of an offers responsiveness is to be based on the contents of the Tender offer itself without recourse to extrinsic evidence. A Tender offer determined as not substantially responsive will be rejected by the Corporation and may not subsequently be made responsive by the Bidder by correction of the non-confirmity. The Corporation may waive any minor infirmity or irregularity in a Tender offer, which does not constitute a material deviation. This shall be binding on all Tenderers and the Corporation reserves the right of such waivers. 25.0 CLARIFICATION OF OFFERS To assist in the scrutiny, evaluation and comparison of offers, the Corporation may, at its discretion, ask some or all vendors for technical clarification of their offer. The request for such clarifications and the response shall be in writing. To speed up the Tender process, the Corporation, at its discretion, may ask for any technical clarification to be submitted by means of facsimile by the Tenderer. In such cases, original copy of the document describing the technical clarifications must be sent to the Corporation by means of courier / in person.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

14 OF 517

26.0

REJECTION OF TENDERS The Tenders are liable to be rejected if the Tenderer Does not submit price of Tender in the form of original cash receipt/DD/pay order. Does not submit EMD. Does not submit Undertaking on Rs.20/- stamp paper. (Annexure-2 ) Does not disclose the full names and address of all his partners in case of a Partnership Concern; Does not submit the information as called for in Annexure ( 3 to 8 ) Does not submit affidavit on Rs. 20/- Stamp Paper. (Annexure - 9 ) Fails to initial corrections; Fails to fill completely all the proformae provided in the Tender including proforma of submission of Tender and percentage and amount columns in Schedule - `B'; Tries to contact the Corporation on any matter relating to its bid, or tries to influence the Corporation in its decision on bid evaluation, bid comparison or Contract award from the time of the bid opening to the time of contract is awarded. Stipulates any condition in the Tender; Stipulates the validity period less than what is stated in the form of Tender; Does not quote rates inclusive of octroi duty and other terminal or Sales Tax or General taxes, etc. Does not sign every page of Tender with seal of company / firm;

27.0

SHORT LISTING OF VENDORS The Corporation will short-list technically qualifying vendors and commercial offers of only these vendors will be opened at the date and time to be intimated.

28.0

OPENING OF COMMERCIAL OFFERS The Corporation shall notify the date of opening of the commercial bids to all the Tenderers. On such notified date the Envelope No. 2 will be opened and the rates in Schedule B or percentage above / below the Estimate shall then be read out.

29.0 29.1 29.2 30.0

ACCEPTANCE OF TENDER Acceptance of Tender on behalf of the Corporation shall be done by an officer(s) to whom the powers are delegated by the Municipal Commissioner. The Corporation is not bound to accept the lowest or any Tender. The Corporation reserves the right to reject any or all Tenders received without assigning any reason whatsoever. INTIMATION TO SUCESSFUL TENDERERS The acceptance of Tender may be communicated to the successful Tenderer in writing or otherwise either by the Tender opening Authority or any Authority in the Corporation.

31.0

SECURITY DEPOSIT The Contractor shall pay a Security Deposit equal to five percent of the contract sum as security for due fulfillment of the contract, unless otherwise stated in the Tender Documents The mode of making this deposit is as under. a) Initial or contract deposit.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

15 OF 517

A sum, which along with the Earnest Money already paid, amounts to three percent of the contract sum shall be paid within 15 days after receipt of intimation in writing of acceptance of Tender. It is optional to the Contractor to make the contract deposit in any one of the following ways : i) ii) Wholly in cash or. Wholly in form of National Saving Certificate pledged in favour of the Corporation or Bank Guarantees / Fixed deposit from Nationalized / Scheduled Banks in the enclosed format.

iii) Partly in cash and partly in form of National Saving Certificate pledged in favour of the Corporation or Bank Guarantees / Fixed Deposit from Nationalized / Scheduled Banks in the enclosed format. b) Retention Money : The remaining amount of the Security Deposit i.e. 2% shall be recovered from the Contractors running bills at the rate of five percent and such retention together with the contract deposit made as aforesaid shall not exceed in the aggregate five percent of the contract sum after which such retention will cease. c) All compensation or other sums of money payable by the Contractor under the terms of this contract or any other account whatsoever, may be deducted from or paid by the sale of a sufficient part of this Security Deposit/retention money or from the interest arising therefrom or from any sums which may be due or may become due to the Contractor by the Corporation on any account whatsoever, and in the event of his Security Deposit/retention money being reduced by reason of any such deduction or sale as aforesaid, the Contractor shall within 15 days of receipt of notice of demand from the City Engineer make good the deficit. In the event of the said deposit having been made by the Contractor by delivery to the Corporation by the Guarantee of the Bankers of the Contractor, and of the Contractor under any of the provisions of this contract becoming subject to or liable for any penalty for damages liquidated or unliquidated or of the said deposit becoming forfeited or any breach or failure or determination of contract, then, and in such case the amount of any such penalty or damages and the deposit so forfeited is not previously paid to the Municipal Commissioner, shall immediately on demand be paid by the said Bankers to Corporation and may be forfeited by the Municipal Commissioner under and in terms of the said Guarantee. 32.0 EXECUTION OF CONTRACT DOCUMENT The successful Tenderer after furnishing Initial Security Deposit, is required to execute an Agreement in duplicate in the form attached with the Tender Documents on a stamp paper of proper value. The proper value at present is Rs. 100/-. The agreement should be signed within a month from the date of acceptance of the Tender. The Contract will be governed by the Contract agreement, the General Conditions of the Contract (G.C.C.), and the Special Conditions of the Contract and other documents as specified in the G.C.C. 33.0 STAMP DUTY, LIGAL AND STATURY CHARGES It shall be incumbent on the successful Bidder to pay stamp duty for the Contract agreement, as applicable on the date of the execution. 34. LICENCES The successful Tenderer should comply statutory instruction of contract labour & will be required to produce to the satisfaction of the City Engineer a valid contract labour license issued in his favour under the provision of the Contract Labour License (Regulation and Abolition) 1970, before starting the Work. On failure to do so, the acceptance of the Tender is liable to be withdrawn and also the Earnest Money is liable to be forfeited.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

16 OF 517

35.0

RIGHTS OF THE CORPORATION The Corporation reserves the right to suitably increase/reduce the scope of Work put to this Tender. The right to split up the Work in two or more parts is reserved by the Corporation and also the right to award the Work to more than one agency is reserved.

36.0

INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT / CONTRACT DOCUMENT In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the Contract Document, interpretation of the clauses by the Corporation shall be final and binding on all parties.

37.0

NOTICE TO FORM PART OF CONTRACT Notice of Tender and these instructions shall form part of the contract.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

17 OF 517

Annexure 1 FORM OF BANK GUARANTEE BOND BID SECURITY FORM (BSF) Whereas ________________________________________ (hereinafter called "the Tenderer") has submitted its tender offer dated ________2003 for the ____________________ (hereinafter called "the Tender")

KNOW ALL MEN by these presents that WE________________________________of ________________________ (hereinafter called the Bank) are bound up to Navi Mumbai Municipal Corporation (hereinafter called "the Purchaser") for the sum of ____________________________ for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its succesors and asssigns by these presents. Sealed with the Common Seal of the Said Bank this ___________ day of ________2003 THE CONDITIONS of this obligation are : 1. 2. If the Tenderer withdraws its tender during the period of tender validity specified by the tenderer on the Tender Form ; or If the Tenderer, having been notified of the acceptance of its tender by the purchaser during the period of tender validity : (a) (b) fails or refuses to execute the contract Form if required; or fails or refuses to furnish the Performance Security, in accordance with the instruction given in tender document;We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including _________, 20__ and any demand in respect thereof should reach the Bank not later than the above date

__________________________ (Signature of the Bank)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

18 OF 517

Annexure 2 UNDERTAKING OF TENDERER (On a Rs. 100/- Stamp paper) Having examined the tender documents including all the annexure, the receipt of which is hereby duly acknowledged, we, the undersigned, state that the specifications, conditions, etc of this Tender have been carefully studied and understood by me / us before submitting this Tender. I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with the conditions of the tender and I / we have based my / our commercial bid for the Tender and offer to undertake the work / supply / deliver ________________________________ (Description of Work / Goods / Services) in conformity with the said tender documents. We agree to abide by this tender offer till __________ and shall remain binding upon us and may be accepted at any time before the expiration of that period. A demand draft No...............................Dated ...................... from the Nationalised/ Scheduled Bank at.......................................................... in respect of the sum of *Rs............................................................. is herewith forwarded representing the Earnest Money. I/ we agree that the amount of Earnest Money shall not bear interest and shall be liable to be forfeited to the Corporation, should I/we fail to (i) Abide by the stipulation to keep the offer open for the period of 120 days from the date fixed for opening the same and thereafter until it is withdrawn by me/ us by notice in writing duly addressed to the authority opening the Tenders. (ii) Security Deposit as specified in the time limit laid down in the Detailed Tender Notice. The amount of earnest money may be adjusted towards the security deposit or refunded to me /us if so desired by me/us in writing, unless the same or any part thereof has been forfeited as aforesaid. Should this Tender be accepted I/ we hereby agree to abide by and fulfill all the terms and provisions of the conditions of contract annexed hereto so far as applicable and in default thereof to forfeited and pay to NMMC the sums of money mentioned in the said conditions. If our tender offer is accepted we will deposit the specified amount as security deposit for the due performance of the Contract and during the warranty. I / We undertake to use only the best materials approved by the Municipal Commissioner of N.M.M.C. or his duly authorized representative, before starting the Work and to abide by his decision. Until a formal contract is prepared and executed, this tender offer, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us. We understand that you are not bond to accept the lowest or any offer you may receive. The information / documents submitted by us are true to our knowledge and if the information / documents so furnished shall be found to be untrue or false, the Tender shall be liable to be disqualified and our Earnest Money accompanying the Tender will be forfeited. Date the ...................... day of ......................... 20 Signature of Tenderer Address ......................................................................................... Signature of Witness Address .........................................................................................

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

19 OF 517

Annexure 3 Details of Tenderer 1. 2. 3. 4 5. 6. Name of Tenderer Address Telephone Fax E Mail Details of Proprietor/Partners/Directors Name Address Qualification and Experience

7.

Financial Performance Previous Financial year (Y-1) 2nd Previous Financial year (Y-2) 3rd Previous Financial year (Y-3)

Turnover

Profit

Copy of Audited financial statements attached (Yes/No.)

8. 9. 10. 11.

Registration Details Certification Details Details of Black List & Litigation (if any) Remarks

Details of Manufacturing unit. (Where Applicable) Exact Location of Manufacturing facility Products Produced Manufacturing Capacity (Product wise) Details of ISO Certification obtained. (Copies to be attached.) Actual Production / sales of quoted items during last two years Brief Description of facilities for inspection, testing and quality assurance. Note: - The turnover amount should be certified and audited by CA of firm and separate sheet should be enclosed Signature of Authorized person 1. 2. 3. 4. 5. 6.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

20 OF 517

ANNEXURE 4 MANUFACTURERS AUTHORISED FORMS The bidder shall require the manufacturers to fill in this authorization form. This letter of authorization should be on the letter head of the manufacturer and should be signed by a person with proper authority to sign documents that are binding to the manufacturer. Letters from manufacturers of following equipments shall be obtained and enclosed with the tender. 1. 2. 3. 4. 5. Power Transformer Circuit Breaker Control and Relay Panels Power Line Carrier Communication system S C A D A.

MANUFACTURERS AUTHORISATION LETTER Refer. To, The Executive Engineer(Electrical) Belapur Bhavan, CBD belapur Navi Mumbai 400 614 Subject: Letter of Authorisation for Supply of ____ against (Tender No. ___due on ______) for 100/22 kV substation at Bhokarpada. Date:

Whereas We ( insert complete name of the manufacturer), who are official manufacturers of ( insert name of the equipment), having factories at (insert full address of the manufacturers place ), do hereby authorize(insert complete name of the bidder) to submit a bid the purpose of which is to provide the following goods manufactured by us(insert name of the equipment) and to subsequently negotiate and sign the contract. We hereby extend our full guarantee and warranty with respect to the goods offered by the above firm. We also confirm that we are on the approved vendor list of MSETCL, have earlier supplied similar equipment to them and are fully conversant with the latest specifications of MSETCL for the above equipment. signed(insert signature of the authorized representative of the manufacturer) Name: Title Duly authorized to sign this authorization on behalf of (insert name of bidder)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

21 OF 517

ANNEXURE 5 Details of works of similar type and magnitude carried out by the tenderer (during last 3 Yrs)

Sr. No. 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11)

Type of Work / Supply / service

Name & address of Customer

Value

Date of starting

Date of completion Scheduled Actual

Remarks

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

22 OF 517

ANNEXURE 6 List of works in hand as on date of submission of this tender

Sr. No.

Name of Order

Name and Address of Customer

Work In Hand Tender Cost 4. Cost of Remaining Work 5.

Anticipated Date of Completion

Remark

1.

2.

3.

6.

7.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

23 OF 517

ANNEXURE 7 List of relavent Plant and Machinery

Sr. No. A

Name of equipment Immediately available

No. of units

Kind and make

Capacity

Age & Conditions

Present Location

Remarks

Proposed to be procured

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

24 OF 517

Annexure 8 Details of technical persons available with the tenderer

Sr. No.

Name of Staff

Technical Qualification

Whether Working in field or in office 4

Experience of execution of similar Works 5

Period for which employed with the Tenderer 6

Remarks

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

25 OF 517

Annexure 9 Affidivit (On a 20 Rs. stamp paper) I/We hereby state that we are aware of the provisions of section10 (1) 10 (f) and (g) of the BPMC Act, 1949, which are reproduced below, and solemnly state that we have no partnership with or any share with any Corporate of this Corporation in our company and are not associated presently or in the past with any of the office bearers or Corporator of the Navi Mumbai Municipal Corporation, either directly of indirectly. Extract of Sec 10 of BPMC Act

10 (1) Subject to the Provisions of Section 13 and 404, a person shall be disqualified for being elected and for being a councilor. 10 (f) Subject to the provisions of sub-section (2), has directly or indirectly, by himself or his partner any share or interest in any Contract or employment with, by or on behalf of the Corporation. 10 (g) Having been elected a councilor is retained or employed in any professional capacity either personally or in the name of a firm in which he is a partner or with whom he is engaged in a professional capacity in connection with any cause or proceeding in which the Corporation or the Commissioner or the Transport Manager is interested or concerned.
We are aware that the above information if found to be untrue or false, we shall be liable to be disqualified and the Earnest Money accompanying the Tender shall stand forfeited to the Corporation. We are also aware that if the information produced above is found to be untrue or false during the currency of the Contract, we shall be held to be in default and the Contract, if any awarded to us, shall be terminated with all its concurrences. Tenderer .............................................................. Address ............................................................... .................................................................. Date the .................. day of ................... 20 Witness ................................................................ Address ............................................................... .................................................................. Date the .................. day of ................... 20 Signature of Witness Signature of Tenderer

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

26 OF 517

Annexure 10 FORM OF BANK GUARANTEE BOND (For Performance Guarantee) 1 In consideration of the Navi Mumbai Municipal Corporation (hereinafter called NMMC) having agreed to exempt _____________________________________ (hereinafter called the said Operator / Contractor/ Tenderer / Supplier (s)) from the demand under the terms and conditions of an Agreement dated _______________________________for __________________________________ (hereinafter called the said Agreement) of security deposit for the due fulfillment by the said Tenderer as per the terms and conditions contained in the said Agreement, and on production of a Bank Guarantee for Rs. ________________ (Rupees ___________________________________Only) we, _(indicate the name of bank)____________ (hereinafter referred to as the bank) at the request of ______________________________ the Operator / Contractor/ Tenderer / Supplier (s) do hereby undertake to pay the NMMC an amount not exceeding Rs. _____________________________ against any loss or demand caused to or suffered or would be caused to or suffered by the NMMC by reason of any breach by the said Operator / Contractor/ Tenderer / Supplier (s) of any of the terms or conditions contained in the said Agreement. 2. The Bank do hereby undertakes to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the NMMC stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NMMC by reason of breach by the said Operator / Contractor/ Tenderer / Supplier (s) of any of the terms or conditions contained in the said Agreement or by reasons of the Operator / Contractor/ Tenderer / Supplier (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs __________ (Rs _________in words). 3. We, undertake to pay to the NMMC any money so demanded not with standing any dispute or disputes raised by the Operator / Contractor/ Tenderer / Supplier (s) in any suit or proceeding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Operator / Contractor/ Tenderer / Supplier (s) shall have no claim against us for making such payment. 4. We, (indicate the name of Bank)____________________________ further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the NMMC under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Municipal Commissioner of NMMC certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Operator / Contractor/ Tenderer / Supplier (s) and accordingly of the said Agreement have been fully and properly carried out by the said Operator / Contractor/ Tenderer / Supplier (s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ..................we shall be discharged from all liability under this guarantee thereafter. 5. We, (indicate the name of Bank)___________________________further agree with the NMMC that NMMC shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time to performance by the said Operator / Contractor/ Tenderer / Supplier (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the NMMC against the said Operator / Contractor/ Tenderer / Supplier (s) and to forbear or enforce any of the terms and conditions relating to the SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

27 OF 517

said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Operator / Contractor/ Tenderer / Supplier (s) or for any forbearance, act or commission on the part of the NMMC or any indulgence by the NMMC to the said Operator / Contractor/ Tenderer / Supplier (s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

Operator / Contractor/ Tenderer / Supplier (s).

7. We, (indicate the name of Bank).................................... lastly undertake not to revoke this guarantee during its currency except with the previous consent of the NMMC in writing. Dated the .............. day of ............20 For ................................................... (indicate the name of bank)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

28 OF 517

3. GENERAL CONDITIONS OF CONTRACT


GENERAL CONDITIONS OF CONTRACT PART - I INTERPRETATIONS AND DEFINITIONS 1 2. 3. Singular and Plural. Gender Definitions Where the context so requires, words importing the singular shall also mean the plural and vice versa. Words importing the masculine gender shall also include the feminine gender. Corporation shall mean Navi Mumbai Municipal Corporation as incorporated under the BPMC Act, 1949. The Municipal Commissioner shall mean the Municipal Commissioner of the Corporation, for the time being holding that office and also his successor and shall include any officer authorized by him. The Engineer shall mean the City Engineer appointed for the time being or any other officer or officers of the Corporation who may be authorized by the Commissioner to carry out the functions of the Engineer. Engineers Representative shall mean Executive Engineer/ Deputy Engineer/ Sectional Engineer /Junior Engineer or any other municipal employee or employees appointed from time to time by the Engineer to perform the duties set forth in Clause No.66 hereof and generally to assist the Engineer for the purpose of the contract and whose authority shall be notified in writing to the contractor by the Engineer. The Contract shall mean the tender and acceptance thereof and the formal agreement if any, executed between the Contractor, and the Corporation together with the documents referred to therein including these conditions and appendices and any special conditions, the specifications, designs, drawings, price schedules, bills of quantities and schedule of rates. All these documents taken together shall be deemed to form one Contract and shall be complementary to one another. The order of precedence in case of discrepancies shall be as under, Contract Agreements. The letter of Acceptance. Notice inviting Tender & Instructions to Tenderer. Special Conditions of Contract. The General Conditions of Contract. Schedule of Rates & Quantities. The Technical specifications. The Drawings Schedules & Annexure. The Contractor shall mean the individual or firm or company whether incorporated or not, undertaking the Works and shall SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

29 OF 517

include legal representatives of such individual or persons composing such firm or unincorporated company or successors of such firm or company as the case may be and permitted assigns of such individual or firm or company. Contract sum means the sum named in the letter of acceptance including physical contingencies subject to such addition thereto or deduction there-from as may be made under the provisions hereinafter contained. Note : The contract sum shall include the following :1. (a) In the case of percentage rate contracts, the estimated value of Works as mentioned in the tender adjusted by the Contractor's percentage. (b) In the case of item rate contracts, the cost of the Work arrived at after extension of the quantities shown in schedule of items/ quantities by the item rates quoted by the tenderer for various items and summation of the extended cost of each item. (c) In case of lump sum contract, the sum for which tender is accepted. 2. Special discount/ Rebate/ Trade discount offered by the tenderer if any and accepted by the Corporation. 3. Additions or deletions that are accepted after opening of the tenders. 4. Physical contingencies, if any an accepted by the Corporation. Excepted risks are risks due to riots (otherwise than among Contractors employees) and civil commotion (in so far as both these are uninsurable), war (whether declared or not), invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution, insurrection, military or usurped power, any act of government, damage from aircraft, acts of god, such as earthquake, lightning and unprecedented floods and other causes over which the Contractor has no control and accepted as such by the Commissioner. The Site mean the land and other places, more specifically mentioned in the special conditions of the tender, on, under, in or through which the Works or temporary Works are to be executed and any other lands and places provided by the Corporation for working space or any other purpose as may be specifically designated in the contract as forming part of the site. Urgent Works shall mean any measures which in the opinion of the Engineer become necessary during the progress of the Work to obviate any risk of accident or failure or which become necessary for security. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

30 OF 517

The Works shall mean the tasks to be executed in accordance with the contract or part(s) thereof, as the case may be, and shall include all extra or additional, altered or substituted Works as required for performance of the contract. Construction Plant shall mean all appliances or things of whatever nature required in or about the execution, completion or maintenance of the Works or temporary Works (as here in after defined) but shall not include materials or other things intended to form or forming part of the Works. Temporary Works shall mean all temporary tasks of every kind required in or about execution, completion or maintenance of the Work. Drawing shall mean the drawings referred to in the specification and any modification of such drawings approved in writing by the Engineer and such drawings as may from time to time be furnished or approved in writing by the Engineer. Approved shall mean approved in writing including subsequent confirmation of previous verbal approval and Approval shall mean approval in writing including as aforesaid. Specification means the specification referred to in the tender and any modification thereof or addition or deduction thereto as may from time to time be furnished or approved in writing by the Engineer. Tender means the Contractors priced offer to the Corporation for the execution and completion of the Works and the remedying of any defects therein in accordance with the provision of the Contract, as accepted by the Letter of Acceptance. Letter of Acceptance means the formal acceptance by the Corporation. Commencement Date means the date upon which the Contractor receives the notice to commence the work issued by the Engineer pursuant to Clause 80. Time for Completion means the time for completing the execution of and passing the Tests on Completion of the Works or any Section or part thereof as stated in the Contract (or as extended under Clause 83 calculated from the Commencement Date. The Annexure referred to in these conditions shall means the relevant annexure appended to the tender papers issued by the Corporation.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

31 OF 517

PART II INSTRUCTIONS TO CONTRACTOR 0. Scope of The Work to be carried out under the Contract shall, except as Work otherwise provided in these conditions, include all labour, materials, tools, plant, equipment and transport which may be required in preparation of and for and in the full and entire Execution and completion of the Works. The descriptions given in the schedule of Works /items / quantities, and the Bills of Quantities shall, unless otherwise stated, be held to include waste on materials, carriage and cartage, carrying in, return of empties, hoisting, setting, fitting and fixing in position and all other labour necessary in and for the full and entire execution and completion as aforesaid in accordance with good practice and recognized principles. 17. Corrupt or Fraudulent Practices The Corporation requires that the bidders/suppliers/ contractors under this tender observe the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Corporation defines for the purposes of this provision, the terms set forth as follows: a)corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of the public official in the procurement process or in contract execution; and b)fraudulent practice means a misrepresentation of facts in order to influence a procurement process or a execution of a contract to the detriment of the Corporation, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the Corporation of the benefits of the free and open competition; The Corporation will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; The Corporation will a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract. The acceptance of tender may be communicated to the Successful Tenderer in writing or otherwise either by the tender opening authority or any authority in the Corporation. The Contractor shall pay a security deposit equal to five percent of the contract sum as security for due fulfillment of the contract, unless otherwise stated in the tender documents. The mode of making this deposit is as under. Initial or contract deposit A sum, which along with the earnest money already paid, amounts to three percent of the contract sum shall be paid within 15 days after receipt of intimation in writing of acceptance of tender. It is optional to the contractor to make the contract deposit in one of the other of the following ways : Wholly in cash or. Wholly in form of National saving Certificate pledged in favour SIGNATURE OF AUTHORISED NMMC OFFICIAL

4. 5.

Intimation to Successful Tenderers Security Deposit

SIGNATURE OF TENDERER

32 OF 517

of the Corporation or Bank Guarantees / Fixed deposit from Nationalised / Scheduled Banks in the enclosed format. Partly in cash and partly in form of National saving Certificate pledged in favour of the Corporation or Bank Guarantees / Fixed deposit from Nationalised / Scheduled Banks in the enclosed format Retention Money: The remaining amount of the security deposit i.e. 2% shall be recovered from the Contractors running bills at the rate of five percent and such retention together with the contract deposit made as aforesaid shall not exceed in the aggregate five percent of the contract sum after which such retention will cease. 6. Forfeiture of Security Deposit All compensation or other sums of money payable by the contractor under the terms of this contract or any other account whatsoever, may be deducted from or paid by the sale of a sufficient part of this security deposit/retention money or from the interest arising there from or from any sums which may be due or may become due to the Contractor by the Corporation on any account whatsoever, and in the event of his security deposit/retention money being reduced by reason of any such deduction or sale as aforesaid, the contractor shall within 15 days of receipt of notice of demand from the Engineer make good the deficit. In the event of the said deposit having been made by the contractor by delivery to the Corporation of the Guarantee of the Bankers of the Contractor, and of the contractor under any of the provisions of this contract becoming subject to or liable for any penalty for damages liquidated or unliquidated or of the said deposit becoming forfeited any breach or failure or determination of contract, then, and in such case the amount of any such penalty or damages and the deposit so forfeited is not previously paid to the Municipal Commissioner, shall immediately on demand be paid by the said Bankers to and may be forfeited by the Municipal Commissioner under and in terms of the said Guarantee. The successful tenderer after furnishing Initial Security Deposit, is required to execute an Agreement in duplicate in the form attached with the tender documents on a stamp paper of proper value. The proper value at present is Rs. 100/-. The agreement should be signed within one month from the date of acceptance of the tender Work Order will be issued after execution of contract document. The Contractor shall be furnished, free of charge, two certified true copies of the contract documents and all further drawings which may be issued during the progress of the Work. None of these documents shall be used by the Contractor for any purpose other than that of this contract. The contractor shall require to execute an Indemnity Bond for satisfactory performance of the entire project on Stamp paper of Rs.100/- in the format as per Annexure D. This Indemnity Bond shall remain in force for period mentioned in Schedule A as Defect Liability Period after completion of the project. SIGNATURE OF AUTHORISED NMMC OFFICIAL

7.

Execution of Contract Document

8. 9.

Issue of Work Order Contract Documents

14.

Indemnity Bond

SIGNATURE OF TENDERER

33 OF 517

11.

Licences

19.

Details to be Confidential

18.

Official Secrecy

45.

Assignment

22.

Sub-letting

21.

Changes in Constitution

15.

Power of Attorney

The successful tenderer should comply statutory instruction of contract labour & will be required to produce to the satisfaction of the Engineer a valid contract labour licence issued in his favour under the provision of the Contract Labour Licence (Regulation and Abolition) 1970, before starting the Work. On failure to do so, the acceptance of the tender is liable to be withdrawn and also the earnest money is liable to be forfeited. The Contractor shall treat the details of the Contract as private and confidential, save in so far as may be necessary for the purposes thereof, and shall not publish or disclose the same or any particulars thereof in any trade or technical paper or elsewhere without the previous consent in writing of the Engineer. If any dispute arises as to the necessity of any publication or disclosure for the purpose of the contract the same shall be referred to the Corporation whose determination shall be final. The Contractor shall, whenever required, take necessary steps to ensure that all persons employed on any Work in connection with this Contract have noticed that the India official Secrets Act 1923 (XIX of 1923) applies to them and shall continue to apply even after execution of such Work under the Contract. The Contractor shall not assign transfer or attempt to assign, transfer the Contract or any part thereof, or any benefit or interest therein or there under otherwise than by a charge in favour of the Contractors bankers of any Money due or to become due under this contract, without the prior written approval of the Commissioner. The Contractor shall not sub-let or attempt to sub-let the whole of the Works. Except where otherwise provided by the Contract, the Contractor shall not sub-let any part of the Works without the prior written approval of the Engineer, which shall not be unreasonably with-held, and such approval, if given, shall not relieve the Contractor from any liability or obligation under defaults and neglects of any sub-contractor, his agents, servants or Workmen as fully as if they were the acts, defaults or neglects of the Contractor, his agents, servants or Workmen. Provided always that the engagement of labour on a piecework basis or labour with material not to be incorporated in the Work shall not be deemed to be a sub-letting under this Clause. The Contractor shall be responsible for observance by his subcontractors of the foregoing provisions Where the contractor is a partnership firm, the prior approval in writing of the Commissioner shall be obtained before any change is made in the constitution of the firm. Where the contractor is an individual or Hindu Undivided family business concern such approval as aforesaid shall likewise be obtained before the contractor enters into any partnership agreement where under the partnership firm would have the right to carry out the Work hereby undertaken by the contractor. If prior approval as aforesaid is not obtained the contract shall be deemed to have been assigned in contravention of the Clause No. 108 hereof and the same action may be taken and the same consequences shall ensure as provided for in the said condition. The contractor shall not issue any kind of power of attorney in favour of his bankers for routine payments to the contractors SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

34 OF 517

27.

Contractors Staff

29.

Contractors Supervision

41.

Employment of Labour

40.

Compliance with Labour Regulation.

through Bank. The Contractor shall employ in and about the execution of Works only such persons as are skilled and are experienced in their several trades and the Engineer shall be at liberty to object to and require the Contractor to remove from the Works any person, employed by the Contractor in or about the execution of the Works, who in the opinion of the Engineer misconducts himself or is incompetent or negligent in the proper performance of his duties and such person shall not be again employed upon the Works without permission of the Engineer. The Contractor shall himself supervise the execution of Works or shall appoint competent agent approved by the Engineer to act in his stead. If, in the opinion of the Engineer the Contractor himself not have sufficient knowledge and experience to be capable of receiving instructions or cannot give his full attention to the Works, the Contractor shall at his own expense, employ as his accredited agent an Engineer or a suitably qualified and experienced person approved by the Engineer. The name of the agent so appointed, along-with the qualifications, experience and address shall be communicated to the Engineer. The agent shall be a responsible person adequately organisation by the Contractor to take decision on site and to spend money if required for procuring material and labour etc. to carry out Emergency Works in the interest of the Work, if so required by the Engineer. Orders given to Contractors agent shall be considered to have the same force as if these had been given to the Contractor himself. If the Contractor fails to appoint a suitable agent as directed by the Engineer, the Engineer shall have full powers to suspend the execution of the Works until such date as a suitable agent is appointed and the Contractor shall be held responsible for the delay so caused to the Works. The Contractor shall employ the labour in sufficient numbers to maintain the required rate of progress and of quality to ensure Workmanship, of the degree specified in the Contract and to the satisfaction of the Engineer. The Contractor shall not employ in connection with the Work any child who has not completed his 15th year of age. He shall also not employ an adolescent who has not completed his 18th year unless he is certified fit for Work as an adult as prescribed under clause (b) of sub-section (2) of section 69 of the Factories Act, 1948. The Contractor shall make his own arrangement for the engagement of all labour local or otherwise. The Contractor shall indemnify the Corporation or any agent, servant or employee of Corporation for any lapses on the part of contractor on account of non-compliance of above referred acts. The contractor shall pay fair and reasonable wages to the Workmen employed by him, for the contract undertaken by him. In the event of any dispute arising between the contractor and his Workmen on the grounds that the wages paid are not fair and reasonable, the dispute shall be referred without delay to the Engineer, who shall decide the same. The decision of the Engineer shall be conclusive and binding on the contractor but such decision shall not in any way affect the conditions in the contract regarding the payment to be made by Corporation at the same sanctioned tender rates. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

35 OF 517

The employees of the contractor and the sub-contractor in no case shall be treated as the employees of the Corporation at any point of time. SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK. Workman Compensation Act 1923. The Act provides for compensation in case of injury by accident arising out of and during the course of employment. Payment of Gratuity Act 1972. Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more or on death at the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.

( iii) Employees PF and Miscellaneous Provision Act, 1952. The Act provides for monthly contributions by the employer plus Workers @ 10% or 8.33% . The benefits payable under the Act are Pension or family pension on retirement or death as the case may be. Deposit linked insurance on the death in harness of the Worker. Payment of PF accumulation on retirement/ death etc. Maternity Benefit Act 1951 Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc. Contract labour (Regulation and Abolition) Act 1970.

The Act provides for certain welfare measures to be provided by the contractor to contract labour and in case the contractor fails to provide, the same are required to be provided by the Principal Employer by law. The principal employer is required to take Certificate of Registration and the Contractor is required to take a Licence from the designated Officer. The Act is applicable to the establishments or Contractor of principle employer if they employ 20 or more contract labour.
Minimum Wages Act 1970 The Contractor shall see that the provisions set for under the Minimum Wages Act and Contract Regulation and Abolition Act 1970 with the Maharashtra Contract Labour(regulation and abolition) Rules 1971 as amended from time to time are fully SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

36 OF 517

complied with by him and shall maintain necessary registers and records for payment of wages, overtime, etc. made to his Workmen as required by the Conciliation Officer (Central), Ministry of Labour, Government of India, or such other organisation person appointed by the Central or State Government. Payment of Wages Act 1936 It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the Workers. Equal Remuneration Act 1979. The Act provides for payment of equal wages for Work of equal nature to Male & Female Workers and not for making discrimination against Female employees in the matters of transfers, training and promotions etc. Payment of Bonus Act 1965 The Act is applicable to all establishments employing 20 or more Workmen. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 200% of wages to employees drawing Rs. 3,500/- P.M. or less. The bonus to be paid to or employees getting Rs. 2500/- P.M. above upto 3500/- P.M. shall be Worked out by taking wages as Rs. 2500/- P.M. only. The Act does not apply to certain establishments. The newly set up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of the Act. Industrial Disputes Act 1947 The Act lays down the machinery and procedure for resolution of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment. Industrial Employment (Standing Orders ) Act 1946 It is applicable to all establishments employing 1000 or more Workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the employer or matters provided in the Act and get the same certified by the designated Authority. Trade Unions Act 1926 The Act lays down the procedure for registration of trade unions of Workmen and employers. The trade unions registered under the Act have been given certain immunities from civil and criminal liabilities. Child labour (prohibition and regulation ) Act 1986. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

37 OF 517

The Act prohibits employment of children below 14 years of age in certain occupation and processes and provides for regulation of employment of children in all other occupations and processes. Employment of child labour is prohibited in Building and Construction Industry. Inter-State Migrant Workmens ( Regulation of Employment and Conditions of Service ) Act 1979. The Act is applicable to an establishment which employees 5 or more inter-state migrant Workmen through an intermediary ( who has recruited Workmen in one state for employment in the establishment situated in another state ). The inter-state migrant Workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, traveling expenses from home upto the establishment and back, etc. The Building & other Construction Workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996. All the establishments who carry on any building or other construction Work and employs 10 or more Workers are covered under this act. All such establishments are required to pay cess at rate not exceeding 2% of the cost of construction as may be notified by the Government. The employer of the establishment is required to provide safety measures at the Building or Construction Work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodation for Workers near the Workplace etc. The employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. The Contractor shall at his own expense arrange for the safety provisions indicated in Annexure `A or as required by the Engineer, in respect of all labour directly or indirectly employed for performance of the Works and shall provide all facilities in connection therewith. In case the Contractor fails to make arrangements and provide necessary facilities as aforesaid, the Engineer shall be entitled to do so and recover the costs thereof from the Contractor. The contractor shall, at his own cost, provide and maintain at the site of Works a standard first aid box as directed and approved by the Engineer for the use of his own as well as the Corporation`s staff on site. The Contractor shall comply with the provision of the Apprentice Act, 1961, and the rules and orders issued there under from time to time. The contractor shall during the term of this agreement maintain as a part of his organisation a system of apprenticeship for training craftsmen as may be approved by the Engineer. The apprentices are to be engaged and trained in the building craft/trades. The number of apprentices to be engaged shall be decided and got approved from the office of the Director of Technical Education and State Apprenticeship Advisor, Maharashtra State, Dhobi Talao, Bombay 400 001. Failure on the part of the contractor to observe the stipulation of this conditions shall be deemed to be failure to employ a sufficient number of proper and efficient Workmen and all the SIGNATURE OF AUTHORISED NMMC OFFICIAL

39.

Safety Provisions

38.

Provision of First-Aid Box Apprentices

28.

SIGNATURE OF TENDERER

38 OF 517

66.

Personnel.

rights and remedies of the Commissioner therein provided including the power to determine the contract shall be applicable in such case. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the Act. The Contractor shall employ the key personnel named in the schedule of key personnel (Annexure B) or other personnel approved by the Engineer to carry out the functions. The Engineer will approve any proposed replacement of key personnel only if their qualifications , abilities and relevant experience are substantially equal to or better than those of the personnel listed in the schedule. The Contractor shall at his own cost and to the satisfaction of the Engineer, provide a site office of not less than 25 Sq. Mtr. With brick walls, plastering inside, rough shahabad flooring and one writing table with six chairs and large size steel cupboard. He shall also make necessary arrangements for drinking water and electric connection and locking arrangement. Upon completion of the whole work and after clearing the site and upon expiry of defect liability period, the Contractor shall remove the site office and take possession of the furniture and cupboards provided by him in the condition it was on the date of receiving back the same. The Contractor shall have an office near the Works at which notice from the Engineer may be served and shall, between the hours of sunrise and sunset on all Working days, have a clerk or some other organisation person always present at such office upon whom such notices may be served and service of any notices left with such clerk or other organisation person or at such office shall be deemed good service upon the Contractor. The Contractor shall obtain permission for erection of site office, cement godown, store, etc. on payment of necessary charges as demanded by the concerned authorities as per the prevailing rules. The cement godown, Watchman cabins, etc. shall be provided as directed and shall be removed by the Contractor on completion of the Work at their cost. (a)The Contractor shall not be permitted to enter on (other than for inspection purposes) or take possession of site until instructed to do so by the Engineer in writing. The portion of the site to be occupied by the Contractor shall be defined and/or marked on the site plan, failing which these shall be indicated by the Engineer. The Contractor shall on no account be allowed to extend his operations beyond these areas. The use of such portion of the site shall be allowed free of any lease rent during scheduled time period for the completion of the Work. However at the expiry of the stipulated period of the Work, as may be extended from time to time, Contractor has to pay charges for these facilities as per the prevailing rates levied by the Corporation for use of public utility places. The Contractor will be allowed to use the land for the purpose of sheds, offices thereon for themselves and for the Engineer and his subordinates and shall remove the same from the ground on the completion of the Works, or when required to do so, by the Engineer after receiving 7 days notice. He shall make good any damage which may have been done and restore to good condition any thing which may have been disturbed during the period of his occupation. He shall not use or allow to be used any such ground, sheds or offices, or any portion of the site of the Works, for any other purpose than the carrying out of Works under this Contract, failing which charges applicable will become payable in SIGNATURE OF AUTHORISED NMMC OFFICIAL

67.

Temporary Site Office for the Engineer (For Works Costing Above Rs. 50 Lacks Only)

69.

Contractors Office Near Works

68.

70.

Permission for Erection & Removal of Office on Completion of Work Use of Municipal Land

SIGNATURE OF TENDERER

39 OF 517

the event of there being on plot or ground or insufficiency of ground belonging to the Corporation available for the above purpose, the Contractor shall provide other such ground at his own cost. The Contractor shall in any case pay all taxes which may have to be paid in respect of all ground, sheds or offices used as above, and all the license fees, etc., that may be demanded for the storage or otherwise of the various articles as per rules in force. The Contractor shall provide, if necessary or if required on the site all temporary accesses thereto and shall alter, adopt and maintain the same as required from time to time and shall take up and clear them away as and when no longer required and make good all damage done to the site. The contractor has also be allowed at the sole discretion of the corporation to stack material required for execution of work in corporation land out of the project area on payment of necessary charges as per corporation rules for use of roads public utility places. The water will not be supplied by the Corporation. The Contractor has to make his own arrangements for supply of water. However on availability of water it can be supplied at the organisation Corporation rate and terms and conditions. No power connection shall be provided. The Contractor shall make at his own cost his own arrangement for power connection, if required. The contractor shall make his own arrangements for protecting the Work / protection ageist obstructions from any anti-social elements by taking at his / their cost police protection or such other legal methods through law enforcing authorities and that the Corporation shall not be liable to compensate the contractor on this account. The Corporation would only forward the application of the contractor to the police Deptt. Without any liability against the Corporation on this account. The Contractor shall provide and maintain at his own expense all lights, guards, fencing and watching when and where necessary or as required by the Engineer for the protection of the safety and convenience of those employed on the Works or the public. In the event of failure on the part of the Contractor, the Engineer may with or without notice to the Contractor put up a fence or improve a fence already put up or provide and/or improve the lighting or adopt such other measures as he may deem necessary, and all the cost of such procedures as may be adopted by the Engineer shall be borne by the Contractor. In addition the Engineer may impose such fines or penalty as the Engineer may deem reasonable, under Clause No. 53. From commencement to completion of the Works, the Contractor shall take full responsibility for the care thereof and for taking precautions to prevent loss or damage and to minimize the loss or damage to the greatest extent possible and shall be liable for any damage or loss that may happen to the Works or any part thereof. The policy so obtained shall cover entire period of construction (including all extensions) and also shall cover the Defects Liability period. The policy shall be for the total Contract Sum. Before commencing execution of the Work, the Contractors shall without in any way limiting his obligations and responsibilities under this condition, insure against any damage loss or injury SIGNATURE OF AUTHORISED NMMC OFFICIAL

71.

72. 44.

Water Supply for Corporation Work Electric Supply Contractor to Protect the Work

30.

Fencing, Watching and Lighting

42.

Contractors Liabilities & Insurance (Car Policy)

SIGNATURE OF TENDERER

40 OF 517

which may occur to any property (Private, Government and/or Corporation) or to any person (including any employee of the Corporation) by or arising out of the contract. All insurances (Car Policy) to be affected by the Contractors and/or his sub-contractors shall be taken out with Directorate of Insurance, Maharashtra State only. In case, however, a particular aspect is not covered under the policy to be obtained from the Directorate of Insurance, Maharashtra state, the Contractor will be allowed to have such insurance from other insurance company with the prior permission of the Commissioner. If the Contractor has a blanket insurance policy for all his Works and the policy covers all the items to be insured under this condition, the said policy shall be assigned by the Contractor, in favour of the Corporation; provided, however, if any amount is payable under the policy by the insurers in respect of Works other than the Works under this Contract, the same may be recovered by the Contractor directly from the insurers. The amount of claim to the extent payment made by Corporation shall be directly reimbursed to Corporation by insurer. PROVIDED always that the Contractor shall not be entitled to payment under the above provisions in respect of such loss or damage as have been occasioned by any failure on his part to perform his obligations under the Contract or not taking precautions to prevent loss or damage or minimize the amount of such loss or damage. Where a Corporation`s Building or part thereof is rented by the Contractor or is allowed to be used by him, he shall insure the entire building if the building or any part thereof is used by him for the purpose of storing or using materials of combustible nature as to which the decision of the Engineer shall be final and binding. The Contractor shall indemnify and keep indemnified the Corporation against all losses and claims for injuries or damage to any person or any property whatsoever which may arise out of or in consequence of the construction and maintenance of the Work and against all claims, demands, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto. PROVIDED always that nothing herein contained shall be deemed to render the Contractor liable for or in respect of or to the Corporation against any compensation or damage caused by the Excepted Risks. The Contractor shall at all times indemnify the Corporation against all claims, damages or compensation under the provisions of Payment of Wages Act 1936, Minimum Wages Act 1948, Employers Liability Act 1938, the Workmens Compensation Act 1923, Industrial Dispute Act 1947, Indian Factories Act 1948 and Maternity Benefit Act, 1961 or any modifications thereof and rules made there under from time to time or as a consequence or any accident or injury to any Workman or other persons in or about the Works, whether in the employment of the Contractor or not, save and except where such accident or injury have resulted from any act of the Corporation, their agents or servants, and also against all cost, charges and expenses of any suit, action or proceedings arising out of such accident or injury and against all sum or sums which may with the consent of the Contractor be paid to compromise or compound any such claim without limiting his obligations and liabilities as above provided. The Contractor shall insure against all SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

41 OF 517

claims damages or compensation payable under the various acts mentioned above or any modifications thereof or any other law relating thereto. The aforesaid insurance policies shall provide that they shall not be canceled till the Commissioner has agreed to their cancellations. The Contractor shall prove to the Engineer from time to time that he has taken out all the insurance policies referred to above and has paid the necessary premia for keeping the policies alive till the expiry of the Defects Liability Period after completion of Work for a period of not exceeding 12 months as per directives of Directorate of Insurance, Maharashtra State. The Contractor shall ensure that similar insurance policies are taken out by his sub Contractors(if any) and shall be responsible for any claims or losses to the Corporation resulting from their failure to obtain adequate insurance protection in connection thereof. The Contractor shall produce or cause to be produced by his Sub-Contractor (if any) as the case may be, the relevant policy or policies and premium receipts as and when required by the Engineer. If the Contractor and/or his sub-Contractors (if any) shall fail to effect and keep in force the insurance referred above for any other insurance which he/they may require to effect under the terms of Contract then and in any such case the Commissioner may without being bound to effect and keep in force any such insurance and pay premium or premia as may be necessary for that purpose and from time to time deduct the amount so paid by the Corporation plus 20 per cent of premium or premia amount as service charges from any money due or which may become due to the Contractor or recover the same as debt from the Contractor. The Contractor shall at all times during the progress of the Work take all requisite precaution and use his best endeavors for preventing any riotous or unlawful behavior by or amongst the Workers and other employed on the Works and for the preservation of peace and protection of the inhabitants and security of property in the neighborhood of the Works. He shall also pay the charges of such special police (if any) as the Engineer may deem necessary. Trees designated by the Engineer shall be protected from damage during the course of the Work and earth level within one metre of each such tree shall not be changed. Where necessary, such trees shall be protected by temporary fencing. All such cost shall be borne by the Contractor. All the underground utility services such as water pipes, gas pipes, drains, sewers, cables etc., which may be met up in or about any excavation, shall if the Engineer deem it practicable, be properly maintained and protected by the Contractor himself or through other agency by means of shoring, strutting, planking over, padding or otherwise as directed by the Engineer during the progress of the Work without claiming any extra charges. Any damage to these underground utility services shall be immediately remedied by the Contractor or by other agency at his own cost, failing which the Engineer may with or without notice adopt such measures as he may deem necessary at the risk and cost of the Contractor. If on the other hand, the Engineer considers it impracticable SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

43.

Contractor to Preserve Peace

31.

Protection of Trees

32.

Maintenance of Underground Utility Services

42 OF 517

for the Contractor to maintain any such underground utility services and that the exigencies of the Work necessitate, the breaking down, removal or diversion of the said utility services, the cost of such breaking down, removal or diversion including that of rebuilding, replacing, diverting and reinstating of any such utility services shall be paid to the Contractor if done by him. However, the cost of providing pumps, chutes or other appliances as the Engineer may direct for the raising or temporary passage of the water or sewage and the cost of pumping out or removing as often as the Engineer may direct, any water or sewage which may escape from any such underground utility services, shall be borne by the Contractor. The tenderer shall contact all the public bodies, etc. to know the under-ground services that may be encountered by him / them during the execution of the Work and account for the consequences of the site restraints while submitting their tenders. No compensation / cost shall be payable on account of any under-ground services which obstructs the Work and cause delay. 33. Precautions for Works in ThoroughFares While the execution of any Work is in progress in any street or thoroughfare the Contractor at his own cost shall make adequate provision for the passage of traffic, for securing safe access to all premises approached from such street or thoroughfare, and for any drainage, water supply, or means of lighting or any other utility service which may be interrupted by reason of execution of the Work. Whenever it may be necessary to stop the traffic in any street or thoroughfare permission must first be obtained from the Engineer and the Contractor shall then put up such barriers and adopt such other measures or take precautions as may be necessary or as the Engineer may direct for regulation of traffic. The Work shall in such cases be executed night and day or for as long a period as practicable if so ordered by the Engineer, and with such speed & vigour as he may require, so that the traffic may be impeded for as short a time as possible. The Contractor shall remove the barriers as soon as the necessity for them has ceased. Care shall be taken by the Contractor to cause the least possible obstruction to traffic during the progress of the Work. The contractor shall have to make all necessary arrangements for regulating traffic day and night during the period of construction and to the entire satisfaction of the Engineer. This includes the construction and maintenance of diversions, if necessary, at no extra cost to the Corporation. The contractor shall provide necessary caution boards, barricades, flags and lights, watchmen etc. so as to comply with the latest Motor Vehicle Rules and Regulations and for traffic safety. The contractor shall be responsible for all claims for the accidents which may arise due to his negligence whether in regulating traffic or in stacking materials on the road or by any other reason. The Contractor will be required to provide and operate at his own cost all pumps, engines and machinery requisite to keep the trenches for the sewer, drains or foundations and all other excavations clear of water whether subsoil water, storm waste or leakage from tanks, wells, drains, sewers, water-mains, tide SIGNATURE OF AUTHORISED NMMC OFFICIAL

34.

Traffic

53.

Pumping out Water

SIGNATURE OF TENDERER

43 OF 517

62.

Storage of Explosives

46.

Facilities to the Other Contractors

35.

Prevention of Mosquito Breeding at Construction Site

water etc. so that there may be no accumulation of such water and no setting out may be done, no masonry may be laid, no concrete deposited, no joints made and no measurements taken in water. The pumping shall be continued so long after the execution of any portion of the Work as the Engineer may consider necessary for the Work to set. For the purpose of keeping the excavations as dry as possible the Work would, if necessary be divided into sections or separate portions as per best Engineering practices and temporary dams will have to be put up by the Contractor, sumps for the suction pipes to Work in, will have to be excavated by the Contractor at such distances apart and to such depths as the as per best Engineering practices. When the Work progresses other sumps must, from time to time, be excavated by the Contractor, disused sumps being filled up by him with dry rubble carefully hand packed to the satisfaction of the Engineer. The Contractor will not be paid extra for any temporary dams or sumps or their removal or refilling nor will such Works be taken into measurement in any way, unless otherwise provided. The Contractor shall not allow any accumulation of water either from the Discharge of his dewatering pumps or his water connections on site of his Work. The Contractor shall make proper provision for leading the pumped discharge to the nearest water entrance, storm water drain, manholes, or water course by means of a wooden or G.I. channel or hose pipe. Under no circumstances the discharge will be allowed to flow, along a paved surface. If an accumulation is unavoidable, it shall be treated with insecticides to the satisfaction of the Engineer. In case of failure to do this on the part of Contractor such accumulation shall be treated by the Corporation at the risk and cost of the Contractor. The contractors should note that under no circumstances any payment for pumping out water finding its way into trenches, hill cutting, excavated pits, Works site etc. from whatever sources will be permissible unless otherwise specifically mentioned in the tender. The Contractor shall obtain the previous permission of the competent authority such as the Chief of Fire Services for the Site, manner and method of storing explosives near the site of Work. All handling of explosives, including storage, transport shall be carried out under the rules approved by the Explosives Department of the Government. The contractor shall, in accordance with the requirements of the Engineer, afford all reasonable facilities to other Contractors engaged contemporaneously on separate Contracts in connection with the Works and for departmental labour and labour of any other properly organisation authority or statutory body which may be employed at the Site on execution of any Work not included in the Contract or of any Contract which the Corporation may enter into in connection with or ancillary to the Works. (i)The contractor shall on the respective construction site install mosquito proof and accessible water storage tanks or to cover / protect the present water storage tanks properly. (ii) The contractor shall periodically give larvaecidal treatment to water storage tanks, sites of water stagnation, water SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

44 OF 517

36.

Sanitation

37.

Not to Allow Huts

48.

Treasure Trove Fossils etc.

collection. (iii) Any expenditure that may be incurred by the Corporation to ensure that the above conditions are fulfilled by the contractor will be debitable to contractors account and will be recovered from the bills of the contractor from time to time. The Contractor shall, at his own cost, make all necessary provisions for health and safety of his labour / employees. He shall, when required by the Engineer, provide proper latrines and urinals to the satisfaction of the Engineer in such numbers and in such localities as he may require, and shall take all steps necessary to compel his labour / employees to resort to such latrines and urinals, and shall dismiss from his employment and remove from the Works any one detected obeying the calls of nature in any place other than the conveniences allotted for such purposes. The said latrines shall be under the superintendence and orders of the Engineer or his subordinates. The Contractor shall, on no account, allow any huts to be erected on Corporation property unless otherwise permitted by the Engineer in writing, to be inhabited after sunset by anyone except the watchmen required for the Works, and none of his employees, except such watchmen as aforesaid, shall sleep at night on any part of the Works. In case of any offence committed by any of the labour or employees of the Contractor against any of the provisions of this condition the Contractor shall be liable to a penalty not exceeding Rupees Hundered for every such offense and the same shall be charged to the account of the Contractor. All fossils, coins, articles of value or antiquity and structural and other remains things of geological or archaeological interest discovered in or upon the site shall be absolute property of the Corporation and the Contractor shall duly preserve them and shall take precautions to prevent his Workmen or any other person from removing or damaging any such articles or thing and shall immediately upon discovery thereof and before removal acquaint the Engineer with such discovery and shall from time to time deliver the same to such person or persons as the Engineer may from time to time appoint to receive the same at the expense of the Corporation. The contractor shall save harmless and indemnify the Corporation from and against all claims and proceedings for or on account of infringement of any Patent rights, design trademark or name of other protected rights in respect of any constructional plant, machine Work, or material used for or in connection with the Works or any of them and from and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation thereto. Except where otherwise specified, the contractor shall pay all tonnage and other royalties, rent and other payments or compensation, if any, for getting stone, sand, gravel, clay or other materials required for the Works or any of them. i)Quarry for extraction of murum, stone, rubble or any other material shall not be made available by the corporation the contractor has to make his own arrangements for quarry at his cost. SIGNATURE OF AUTHORISED NMMC OFFICIAL

63.

Patent Right and Royalties

64.

Quarry

SIGNATURE OF TENDERER

45 OF 517

65.

Photographs of The Works

ii)The successful tenderer shall submit quarry permit from the competent authority before starting the Work . No photographs of the Work or any part there of or equipment employed thereon shall be taken or permitted by the contractor to be taken by any of his employees or any employees of his sub- contractor without the prior approval of the Engineer in writing and no such photographs shall be published or otherwise circulated without the approval of the Engineer in writing. (i)The contractor shall comply with and give all notices required under any Government Authority, Instrument, rule or order made under any Act of parliament, state laws or any regulation or Bye-laws of any local authorities or public utilities concern relating to Works. He shall before making any variation from the contract drawings necessitated by such compliance give to the Engineer a notice giving reasons for the proposed variation and obtained Engineers instructions thereon. (ii) The contractor shall pay and indemnify the Corporation against any liability in respect of any fees or charges payable under any Act of parliament, state laws or any Governmental Instrument, rule or order any regulations or bye-laws of any local authority or public utility concern in respect of the Works. Subject as otherwise provided in this contract all notice to be given on behalf of the Corporation and all other actions to be taken on its behalf may be given or taken by the Engineer or any officer for the time being entrusted with the functions, duties and powers of the Engineer. All instructions, notices and communications etc. under the contract shall be given in writing and if sent by registered post to the last known place or abode or business of the Contractor shall be deemed to have been served on the date when in the ordinary course of post these would have been served on or delivered to him. In case where no particular specification is given for any article to be used under the contract, the relevant specification, where one B.I.S. exists, of the Beauro of Indian Standards shall apply. The Corporation will, with the Engineers notice to commence the Works, give to the Contractor possession of the Site. Such access, as is in accordance with the Contract, is to be provided by the Corporation as may be required to enable the Contractor to commence and proceed with the execution of the Works in accordance with the programme referred to in Clause 86 if any, and otherwise in accordance with such reasonable proposals as the Contractor shall, by notice to the Engineer make. The Corporation will, from time to time as the Works proceed, give to the Contractor possession of such further portions of the Site as may be required to enable the Contractor to proceed with the execution of the Works with due dispatch in accordance with such programme or proposals, as the case may be. The contractor should note that the site for Work may be made available by the Corporation in full or in part and that the contractor shall plan his Works to commensurate with the SIGNATURE OF AUTHORISED NMMC OFFICIAL

12.

Notices to Local Bodies

13.

Notices

79.

Use of B.I.S. Specification s PART III WORK PROCEDURE 23. Possession of Site and Access Thereto.

24.

Failure to Give Possession

SIGNATURE OF TENDERER

46 OF 517

52.

Unforeseeabl e Physical Obstructions or Conditions

73.

Drawings: Custody of Drawings

74.

One copy of Drawing to be Kept on Site. Discrepancies in Drawings or Specification s

75.

handing over the site. No claim of compensation on account of delay in making available the Site shall be payable to the contractor. However, time extension for completing the Work shall be given to the Contractor in case of such delay. If, however, during the execution of the Works the Contractor encounters physical obstructions or physical conditions, other than climatic conditions on the Site, which obstructions or conditions were, in his opinion, not foreseeable by an experienced contractor, the Contractor shall forthwith give notice thereof to the Engineer. On receipt of such notice, the Engineer shall, if in his opinion such obstructions or conditions could not have been reasonably foreseen by an experienced contractor, after due consultation with the Contractor, determine: any extension of time to which the Contractor is entitled under Clause 80. The Drawings shall remain in the sole custody of Engineer, but two copies thereof shall be furnished to the Contractor free of charge. The Contractor shall provide and make at his own expense any further copies required by him. At the completion of the Contract, the Contractor shall return to the Engineer all drawings provided under the Contract. One copy of the drawings, furnished to the Contractors as aforesaid, shall be kept by the Contractor on the site and the same shall at all reasonable times be available for inspection and use by the Engineer and the Engineers Representative and by any other persons organisation by the Engineer in writing. The drawings and specifications are to be considered as mutually explanatory of each other, detailed drawings being followed in preference to small scale drawings and figured dimensions in preference to scale and special conditions in preference to general conditions. Special conditions or dimensions given in the specifications shall supersede all else. Should any discrepancies, however appear, or should any misunderstanding arise as to the meaning and import of the said specifications or drawings, or as to meaning and as to the to the dimensions or the quality of the materials or the due and proper execution of the Works, or as to the measurement or quality and valuation of the Works executed under this Contract, or as extra thereupon the same shall be explained by the Engineer be binding upon the Contractor and Contractor shall be execute the Work according such explanation (subject as aforesaid) and without extra charge or deduction to or from the contract and shall also do all such Work and things as may be for the proper completion of Works as implied by the Drawings and Specifications, even though such Works and things are not specifically shown and described in the said Drawings and Specifications. The final decision of the Commissioner in case a reference be made to him under Clause No. 89 be binding upon the Contractor and Contractor shall execute the Works according to such explanation ( subject to aforesaid ) and shall also do all such Works and required things as may be necessary for the proper completion of Works as implied by the drawings and specifications, even though such Works and things are not specifically shown and described in the said drawings and specifications. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

47 OF 517

77.

Engineer to have Power to Issue Further Drawings or Instructions

50.

Levels

51.

Setting Out the Work.

47.

Works Closed Between Sunset and

The Engineer shall have the power and authority from time to time and at all times to make and issue such further drawings and to give such further instructions and directions as may appear to him necessary or proper for the guidance of the Contractor and the good and sufficient execution of the Works according to terms of the specifications and Contractor shall receive, execute obey and be bound by the same, according to the true intent and meaning thereof, as fully and effectually as though the same had accompanied or had been mentioned or referred to in the specification. The Engineer may also alter or vary the levels or position of any Works contemplated by the specifications, or may order any of the Works contemplated thereby to be omitted, with or without the substitution of any other Works in lieu thereof, or may order any Work or any portion of Work executed or partially executed, to be removed, changed or altered, and if needful, may order that other Works shall be substituted instead thereof and difference of expense occasioned by any such diminution or alteration so ordered and directed shall be added to or deducted from the amount of this Contract as provided under the Clause No. 101 and 102. No Work which radically changes the original nature of the Contract shall be ordered by the Engineer and in the event of any deviation being ordered which in the opinion of the Contractor changes the original nature of Contract he shall nevertheless carry it out and disagreement as to the nature of the Work and the rate to be paid therefore shall be resolved in accordance with Clause No.114. The time for completion of the Works, shall in the event of any deviations resulting in additional cost over the Contract Sum being ordered, be extended or reduced reasonably by the Engineer. The Engineers decision in this case shall be final. All levels referred to in connection with these Works are based on Great Trigonometric survey (G.T.S.) levels. The Contractor should also keep the leveling instrument in good Working condition through out the period of construction Work on site. The Engineer shall supply dimensioned drawings, levels and other information necessary to enable the Contractor to set out the works. The Contractor shall provide all setting out apparatus at his own cost, such as leveling instruments in good working condition and appliances, all pegs, ranging rods, long measuring rods, marked metres and organisation and each metre and organisation numbered, pots and sight-rails, boning rods, moulds, templates, etc. together with any reasonable number of labourers that may be reuired and set out the work and be responsible for the accuracy of the same. The Contractor shall amend at his own cost and to the satisfaction of the Engineer any error found at any stage which may arise through inaccurate setting out. The Contractor shall protect and preserve all bench marks used in setting out the work till the end of Defects Liability period unless the Engineer directs its early removal. The Contractor should also keep leveling instrument in good working condition throughout the period of construction work on site. No Work shall be done between sunset and sunrise or on Sunday or Municipal holidays and except with the special sanction of the Engineer in writing previously obtained and the SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

48 OF 517

Sunrise or on Sundays and Holidays

withholding of such sanctions shall be no ground of complaint on the part of contractor or cause for compensation to him, or excuse for not completing the Work within the contract period. The period within which the Work has to be carried out and completed has been fixed in terms of this clause with the provision that the total number of hours of Work permissible shall not exceed 48 hours in a week and in no case more than 8 hours on any Working day, the actual time within which the said hours shall be Worked being subject to mutual arrangements with the Contractor at the commencement of the Works or from time to time as may be required and provided that all Works shall be stopped for rest and meals for one hour at about mid-day exclusive of the permissible hours aforesaid for the Works. Though sanction may be accorded to the Contractor to Work on days and at times otherwise normally non-permissible under this Contract, the Contractor shall be required to bear the cost for such supervision as in the opinion of the Engineer may be necessary at these times. It should be distinctly understood that the granting of permission to Work extra hours or to Work on Sundays and holidays will be entirely at the discretion of the Engineer and cannot be claimed by the contractor as a matter of right. If on the other hand the Engineer requires that the Work shall be proceeded with on days and at times otherwise normally non-permissible under this contract the contractor shall proceed with the Work but he will not be required in such cases to bear the cost of the Municipal establishment employed at the time. The contractor at all times during the continuance of this contract shall in all his dealings with local labour for the time being employed on the Works contemplated by this contract have due regard to all local festivals and religious or other customs and all disputes, matters and questions arising between the contractor and any of his agent on the one hand and any local labour on the other hand with respect to any matter or thing in any way connected with this contract shall be decided by the Commissioner whose decision shall be final and binding on all parties. The Contractor shall execute and complete the Works and remedy any defects therein in strict accordance with the Contract to the satisfaction of the Engineer. The duties of the representative of the Engineer are to check, watch and supervise Work and to test and examine any material to be used or Workmanship employed in connection with the Works. He shall have no authority to relieve the Contractor of any of his duties or obligations under the contract nor to except as expressly provided here under or elsewhere in the contract to order any Work involving delay or any extra payment by the Corporation or to make any variation of or in the Works. Failure of the representative of the Engineer to disapprove any Work or material shall not prejudice the power of the Engineer thereafter to disapprove such Work or material and to order the pulling down, removal or breaking up thereof. If the contractor shall be dissatisfied with any decision of the representative of the Engineer he shall be entitled to refer the SIGNATURE OF AUTHORISED NMMC OFFICIAL

54

55.

Work to be in Accordance with Contract. Duties and Powers of the Engineers Representativ e

SIGNATURE OF TENDERER

49 OF 517

56.

Engineers Decision

Instructions to Contractor

57.

Work Order Book

49.

Management Meeting

58.

Materials

matter to the Engineer who shall thereupon confirm, reverse or very such decision. The whole of the Work shall be under the direction of the Engineer, whose decision shall be final, conclusive and binding on all parties to the contract, on all questions relating to the construction and meaning of plans, Working drawings, sections and specifications connected with the Work. The Contractor or his agent shall be in attendance at the site(s) during all Working hours and shall supervise the execution of the Works with such additional assistance in each trade as the Engineer may consider necessary. Orders given to the Contractors agent shall be considered to have the same force as if they had been given to the Contractor himself. The Engineer shall communicate or confirm his instruction to the Contractor in respect of the execution of Work in a Works site order Book maintained in the office of the Engineer and the Contractor or his authorised representative shall confirm receipt of such instructions by signing the relevant entries in this book. If required by the Contractor he shall be furnished a certified true copy of such instruction(s). If the Contractor fails to comply with the instruction(s) of the Engineer, the Engineer may impose the daily penalty of Rs.500 (Rupees Five Hundred) for each of such defaults. This penalty will not prejudice the right of the Municipal Commissioner or the Engineer to claim compensation. A Work order book shall be maintained on site and it shall be the property of Corporation and the Contractor shall promptly sign orders given therein by Engineer or his representatives and his superior officers and comply with them. The Contractor shall report the compliance in good time so that it can be checked. The contractor will be allowed to copy out instruction therein from time to time. Either the Engineer or the Contractors may require the other to attend Management meeting. The business of a management meeting shall be to review the plans for remaining Works. Engineers shall record the business of management meetings and is to provide copies of his record to those attending the meetings. The responsibility of the parties for actions to be taken is to be decided by the Engineer either at the management meetings or after the management meetings and stated in writing to all who attend the meetings. (a) Material to be provided by the Contractor: The Contractor shall, at his own expense, provide all materials required for the Works. All materials to be provided by the Contractor shall be in conformity with the specifications laid down in the contract and the Contractor shall, furnish proof to the satisfaction of the Engineer that the materials so comply. Contractor shall produce proof viz. challans, bills, vouchers etc. so as to ensure that the material was brought on site and quantities used as per the norms, specifications etc. Officers of the Corporation concerned with the Work shall be entitled at any time to inspect and examine any material intended to be used in or on the Works either on the site or at factory or Workshop or other places where such materials are assembled, fabricated or manufactured or at any place(s) where these are laying or from which these are being obtained and the Contractor shall give such facilities as may be required for such inspection and examination. The materials brought on site outside Working hours shall be stacked separately till they are inspected by the Engineer or his representative. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

50 OF 517

All materials brought to the site shall not be removed off the site without the prior written approval of the Engineer. But whenever the Works are finally completed the Contractor shall at his own expense forthwith remove from the site all surplus materials originally supplied by him. The Contractor shall, at his own expense and without delay, supply to the Engineer samples of materials proposed to be used in the Works. The Engineer shall within seven days of supply of samples or within such further period as he may require and intimated to the Contractor in writing, inform the Contractor whether the samples are approved by him or not. If the samples are not approved the Contractor shall forthwith arrange to supply to the Engineer for approval fresh samples complying with the specifications laid down in the contract. The Engineer shall have full powers to require removal of any or all of the materials brought to site by the Contractor which are not in accordance with the contract specifications or which do not conform in character or quality to the samples approved by him. In case of default on the part of the Contractor in removing the rejected materials, the Engineer shall be at liberty to have them removed by other means. The Engineer shall have full powers to procure other proper materials to be substituted for rejected materials and in the event of the Contractor refusing to comply, he may cause the same to be supplied by other means. All costs, which may attend upon such removal and/or substitution shall be borne by the Contractor. Subject as hereinafter provided in Clause No.98 all charges on account of Octroi, terminal or sales tax and other duties on material obtained for the Works from any source shall be borne by the Contractor. The Engineer shall be entitled to have tests carried out as specified in the contract for any materials supplied by the Contractor other than those for which as stated above, satisfactory proof has already been produced, at the cost of the Contractor and the Contractor shall provide at his expense all facilities which the Engineer may require for the purpose. If no tests are specified in the contract, and such tests are required by the Engineer the Contractor shall provide all facilities required for the purpose and charges for these tests shall be borne by the Contractor only if the tests disclose that the said materials are not in accordance with the provision of the contract. The cost of the materials consumed in test shall be borne by the Contractor in all cases except when otherwise provided. For carrying out tests on soil, cement, sand, aggregate, brick and concrete etc. the standard will be as prescribed in relavant I.S. The Engineer may direct the Contractors to get the samples of materials tested in CIDCO, PWD, VJTI, IIT, or any approved laboratory out of those accredited by National Accreditation Board of Laboratories, Govt. of India. The results of the tests shall be binding on the Contractor and Corporation. In case the Contractor disputes the results of tests, it is open for him to ask for the re-testing in which case the cost shall be borne by the Contractor. The decision of the Engineer on acceptability or re-testing by Corporation or testing again independently in VJTI or IIT will be binding on both the parties to the contract. (a)The Contractor shall at his own expense provide and furnish himself with sheds and yards in such situations and in such numbers as, in the opinion of the Engineer are requisite for SIGNATURE OF AUTHORISED NMMC OFFICIAL

59.

Stock of Materials Required

SIGNATURE OF TENDERER

51 OF 517

carrying out the Works under this contract, and the Contractor shall keep at each of such sheds and yards a sufficient quantity of materials in stock so as not to delay the carrying out the Works with due expedition and the Engineer and his subordinates shall have free access to the said sheds or yards at any time for the purpose of inspecting the stock of materials so kept in hand any material or article, which the Engineer may object to, shall not be brought upon or used in the Work but shall be forthwith removed from the sheds or yards by the Contractor at his own cost. The Contractor will however be allowed to use for the above purpose the completed portion of the buildings if available. (b) General : Cement brought on site by the Contractors shall be stored in waterproof godown with two locks on each door. The key of one lock of each door shall remain with the Engineer or his representative and that of the other lock with the Contractors organisation agent at site of Works so that cement is removed from the godown only according to daily requirements with the knowledge of both the parties. 60. Production of Vouchers The Contractor shall, produce all quotations, invoices vouchers and accounts or receipts etc. to prove that the materials supplied by him are in conformity with the specifications laid down in the Contract and the same are brought to the site and utilized on the said Works. The Contractor shall arrange at his own expense all tools, plant and equipment required for execution of Works. If required by the Contractor and if available the Corporation may supply such of the tools, plant and equipment as are available, to the Contractor at the rates and terms to be specified by the Engineer. No tools, plant and equipment once brought to the Work site shall be removed without the written permission or order of the Engineer, until he has certified the completion of the Work. If any Tools, Plants and equipment brought on site, are in the opinion of the Engineer inefficient, bad or of inferior quality or are unsuited for the Works then such tools, plant and equipment shall not be used on the Works but shall be removed by the Contractor at his own expense within twenty four hours after the service of a written order or notice from the Engineer to that effect and fresh tools, plant and equipment be substituted in lieu of that ordered to be removed by the Engineer. All Works embracing more than one process shall be subject to examination and approval at each stage thereof and the Contractor shall give due notice to the Engineer or his organisation representative when each stage is ready. In default of such notice, the Engineer shall be entitled to appraise the quality and extent thereof. No Work shall be covered up or put out of view without the approval of the Engineer or his organisation representative and the Contractor shall afford full opportunity for examination and measurement of any Work which is about to be covered up or out of view and for examination of foundation before permanent Work is placed thereon. The Contractor shall give due notice to the Engineer or his organisation representative whenever any such Work or foundation is ready for SIGNATURE OF AUTHORISED NMMC OFFICIAL

84.

Plant and Equipment

61.

Inspection & Approval

SIGNATURE OF TENDERER

52 OF 517

83.

Uncovering and Making Good

examination and the Engineer or his representative shall without unreasonable delay, unless he considers it necessary and informs the Contractor in writing accordingly, attend for the purpose of examining and measuring such Work or examining such foundations. In the event of the failure of the Contractor to give such notice he shall, if required by the Engineer, uncover such Work at the Contractors expense. Departmental officers concerned with the Works shall have powers at any time to inspect examine any part of the Works and the Contractor shall give such facilities as may be required for such inspection & examination. No part of the Works shall be covered up or put out of view without the approval of the Engineer. The Contractor shall uncover any part of the Works and/or make opening in or through the same as the Engineer may from time to time direct for his verification and shall reinstate and make good such part to the satisfaction of the Engineer, if any such part has been covered up or put out of view after being approved by the Engineer and is subsequently found on uncovering to be executed in accordance with the contract, the expenses of uncovering and/or making openings in or through, reinstating and making good the same shall be borne by the Corporation. In any other case all such expenses shall be borne by the Contractor. The Contractor shall, if required by the Engineer in writing, search under the direction of the Engineer for the cause of any defect, imperfection or fault appearing during the progress of the Work or in the period of maintenance. Unless such defect, imperfection or fault shall be one for which the Contractor is liable under the contract, the cost of the Work carried out by the Contractor in searching as aforesaid shall be borne by the Corporation. If such defect, imperfection or fault shall be one for which Contractor is liable as aforesaid, the cost of the Work carried out in searching as aforesaid shall be borne by the Contractor and he shall in such case repair, rectify and make good such defect, imperfection or fault, at his own expense. In case of default on the part of the Contractor in carrying out such instruction within the time specified therein or, if non, within a reasonable time, the Corporation shall be entitled to employ any other persons to carry out the same and all costs consequent thereon or incidental thereto shall, after due consultation with the Corporation and the Contractor, be determined by the Engineer and shall be recoverable from the Contractor by the Corporation from any monies due or to become due to the Contractor and the Engineer shall notify the Contractor accordingly. If any Urgent Work (in respect whereof the decision of the Engineer shall be final and binding) becomes necessary and the Contractor is unable or unwilling at once to carry it out, the Engineer may by his own or other Work people, carry it out as he may consider necessary. If the urgent Work shall be such as the Contractor is liable under the contract to carry out at his expense all expense incurred on it by the Corporation shall be recoverable from the Contractor and be adjusted or set off against any sum payable to him. SIGNATURE OF AUTHORISED NMMC OFFICIAL

113 .

Contractor to Search

116 .

Default of Contractor in Compliance

80.

Urgent Works

SIGNATURE OF TENDERER

53 OF 517

PART IV TIME SCHEDULE AND DELAYS Commenceme The time allowed for execution for the Works as specified in the nt Time contract documents shall be the essence of the contract. The execution of the Works shall commence from the date specified by the Engineer in writing. If the Contractor fails or neglects to commence the execution of the Works as aforesaid, the Corporation shall without prejudice to any other right or remedy be at liberty to forfeit the security deposit absolutely. Extension of Time for Completion due to Monsoon. In any case where the time prescribed for completion of any Work is exclusive of monsoon period. No new trench Work should be started after 15th May and existing trenches are required to be reinstated by 31st May every year. The site shall be cleared in all respect including removal of surplus material on or before 10th June of every year. The monsoon period shall be deemed to be from 10th June to 30th Sept. of the calendar year. However, if the Contractor is permitted by the Engineer to Work during any monsoon. Period, all such period shall be taken into account for the calculating the contract period on pro-rata basis as under. Cost of Work done Effective during monsoon days = ----------------x No. of days of Total cost of Contract period Contract Work In the event of the Contractor failing to comply with this condition. He shall be liable to pay as compensation as stated in Clause No.90. If the work be delayed by (a)Force measure such as acts of God, act of public enemy, act of government, floods, epidemics etc. or (b) Abnormally bad weather, or I Serious loss or damage by fire or Civil commotion, local combination of workmen, strike or lockout affecting any of the trades employed on the work, or Delay on the part of other Contractor or tradesmen engaged by the Municipal Corporation in executing works not forming part of the contract or (f) The reasons stated in condition No 84 and 85. (g) Any other cause, in the absolute discretion of the Engineer. Then upon the happening of any such event causing delay, the Contractor shall immediately give notice there of in writing to the Engineer but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonable required to the satisfaction of the Engineer to proceed with the work. Request for extension of time, to be eligible for consideration shall be made by the Contractor in writing within 14 (fourteen) days of the happening of the event causing delay. The Contractor may also, if practicable indicate in such a request the period for which extension is desired. In any such case, the SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

87.

Extension of Time due to Unforsean events

54 OF 517

engineer may give a fair reasonable extension of time for completion of individual items or groups of items of work for which separate periods of completion are specified in the contract or the contact as whole. The decision of the Engineer in regard to the extension will be communicated to the Contractor in writing within a reasonable time and the Contractor shall also be paid such compensation that in the opinion of the Engineer is fair and reasonable to cover the delays resulting from the provisions under the sub clause (e) above. The time extended for completing the work shall be the essence of the contract for the period extended. (a)On award of the contract, the Contractor shall submit the time schedule for the Works in the form of PERT Net Works or Bar chart. (b) The schedules shall be prepared in direct relations to the time stated in the contract documents for completion of items or groups of items of Work and or the contract as a whole. It shall indicate the dates of commencement and completion of various activities of the Work. A n d s h o u l d c o n t a i n n o a c t i v i t i e s w i t h a duration greater than 28 days. Milestones would be so determined that at least 10 percent of the events are milestones and no two milestones are more than 3 months apart. The Engineer may approve the Schedule as submitted or suggest modifications as he thinks necessary. The Contractor shall modify the chart accordingly and obtain Engineers approval. (c)The finalized Network may be amended from time to time, if felt necessary by the Contractor, with the approval of the Engineer. (d)A fixed sum shall be held in abeyance at the time of the next interim payment for non-attainment of each milestone in the Network and shall be released only on completion of the Work after deducting the compensation for delay if there is Contractors fault as per provision in Clause No. 86 and penalty covered under Clause No. 53. The fixed sum shall be: Rs.10,000/- for all contracts over Rs.25 Lakhs and upto the value of Rs.100 Lakhs. Rs.20,000/- for all contracts over Rs. 1 crore and upto the value of Rs.5 crores Rs.35,000/- for all contracts over Rs. 5 crores and upto the value of Rs.10 crores. Rs.50,000/- for all contracts over Rs.10 crores. If the attainment of the milestones is delayed for reason not attributable to the Contractors no moneys will be held in abeyance. 78. Disruption of Progress for Lack of Drawings. The Contractor shall give written notice to the Engineer whenever planning or progress of the Works is likely to be delayed or disrupted unless any further drawing or order, including a direction, instruction or approval, is issued by the Engineer within a reasonable time. The notice shall include details of the drawing or order required and of why and by when it is required and of any delay or disruption likely to be suffered if it is late. SIGNATURE OF AUTHORISED NMMC OFFICIAL

25.

Network Schedule & Monthly Progress Reports

SIGNATURE OF TENDERER

55 OF 517

76.

Delays of Drawings

26.

Monthly Report

If by reason of any failure or inability of the Engineer to issue within a time reasonable in all the circumstances any drawing or order requested by the Contractor in accordance with the clause 84 of this condition the Contractor suffers delay, then the Engineer shall take such delay into account in determining any extension of time to which the Contractor is entitled under sub-clause (g) of Clause No. 82 hereof. No monitary claim will be entertained on this account. The Contractors will be required to submit the monthly progress reports by the 2nd day of the following month to the Engineer Failure on the part of the Contractor to submit monthly report in time will attract action as per Clause No.83. If for any reason, which does not entitle the Contractor to an extension of time, the rate of progress of the Works or any Section is at any time, in the opinion of the Engineer, too slow to comply with the Time for Completion, the Engineer shall so notify the Contractor who shall thereupon take such steps as are necessary, subject to the consent of the Engineer, to expedite progress so as to comply with the Time for Completion. The Contractor shall not be entitled to any additional payment for taking such steps. If, as a result of any notice given by the Engineer under this Clause, the Contractor considers that it is necessary to do any Work at night or on locally recognized days of rest, he shall be entitled to seek the consent of the Engineer so to do. Provided that if any steps, taken by the Contractor in meeting his obligations under this Clause, involve the Corporation in additional supervision costs, such costs shall be determined by the Engineer and shall be recoverable from the Contractor, and may be deducted by the Corporation from any monies due or to become due to the Contractor and the Engineer shall notify the Contractors accordingly. (a)The Contractor shall, on receipt of the order in writing of the Engineer, suspend the progress of the Works or any part thereof for such time and in such manner as the Engineer may consider necessary for any of the following reasons: (i) On account of continued non-compliance of the instructions of the Engineer or any other default on the part of the Contractor, or ii) for proper execution of the Works or part thereof for reasons other than the default of the Contractor, or (iii)for safety of the Works or part thereof. The Contractor shall, during such suspension, properly protect and secure the Works to the extent necessary and carry out the instructions given in that behalf by the Engineer. (b) If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above, the Contractor shall be entitled to an extension of time equal to the period of every such suspension plus a reasonable time as decided by the Engineer. I If the suspension is ordered for reasons of (i) in sub-para (a) above, the Engineer shall have powers to suspend the payment under the contract. Such suspension of payment may be continued until default shall have been rectified.

86.

Rate of Progress.

117 .

Suspension of Work

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

56 OF 517

96.

Stoppage / Alteration / Restriction of Work.

If at any time after the execution the contract documents the Engineer shall for any reason whatsoever (other than default on the part of Contractor for which the corporation is entitled to rescind the contract) desires that the whole or any part of the Work specified in the tender should be suspended for any period or that the whole or part of the Work should not be carried out, at all he shall give to the Contractor a notice in writing of such desire and upon the receipt of such notice the Contractor shall forthwith suspend of stop the Work wholly or in art as required, after having due regard to the appropriate stage at which the Work should be stopped or suspended so as not to cause any damage or injury to the Work already done or endanger the safety there of provided that the decision of the Engineer as to the stage at which the Work or any part of it could be or could have been safely stopped or suspended shall be final and conclusive against the Contractor. The Contractor shall have no claim to any payment or compensation whatsoever by reason of or in pursuance of any notice as aforesaid, on account of any suspension, stoppage or curtailment except to the extent specified hereinafter. Where the total suspension of Work ordered as aforesaid continued for a continues period exceeding 90 days the Contractor shall be liberty to withdraw from the contractual obligations under the contract so far as it pertains to unexecuted part of the Work by giving a 10 days prior notice in writing to the Engineer, within 30 days of the expiry of the said period of 90 days, of such intention and requiring the Engineer to record the final measurement of the Work already done and to pay final bill. Upon giving such notice the Contractor shall be deemed to have been charged from his obligations to complete the remaining unexecuted Work under his contract. On receipt of such notice the Engineer shall proceed to complete the measurements and make such payments as may be finally due to the Contractor within a period of 90days from the receipt of such notice in respect of the Work already done by the Contractor. Such payment shall not in any manner prejudice the right of the Contractor to any further compensation under the remaining provisions of this clause. Where the Engineer required the Contractor to suspend the Work for a period in excess of 30 days at any time or 60 days in the aggregate, the Contractor shall be entire to apply to the Engineer within 30 days of the resumption of Work after such suspension for payment of composition to the extent of pecuniary loss suffered by him in respect of Working machinery remain ideal on the site of on the account of his having and to pay the salary or wages of, labour engaged by him during the said period of suspension provided always that the Contractor shall not be entitled to any claim in respect of any such Working machinery, salary or wages for the first 30 days whether consecutive or in the aggregate or such suspension or in respect or any suspension whatsoever occasioned by unsatisfactory Work or any other default on his part. The decision of the Engineer in this regard shall be final and

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

57 OF 517

conclusive against the Contractor. In the event of Any total stoppage of Work on notice from Engineer under sub clause (1) in that behalf. Withdrawal by the Contractor from the contractual obligations complete the remaining unexecuted Work under sub clause (2) on account of continued suspension of Work for a period exceeding 90 days. It shall be open to the Contractor, within 90 days from the service of (i) the notice of stoppage of Work or (ii) the notice of withdrawal from the contractual obligations under the contract on account of the continued suspension of Work (iii) notice under clause 20 (1) resulting in such curtailment to produce to the Engineer satisfactory documentary evidence that he had purchased or agreed to purchase material for use in the contracted Work, before receipt by him of the notice of stoppage, suspension or curtailment and require Government to take over on payment such material at the rated determine by the Engineer provided, however, such rates shall in no case exceed the rates at which the same was acquired by the Contractor. The corporation shall thereafter take over the materials so offered, provided the quantities offered, are not in excess of the requirements of the unexecuted Work as specified in the accepted tender and are of quality and specifications approved by the Engineer. If the Contractor fails to complete the Works and clear the Site on or before the Contract or extended Date(s)/period(s) of completion, he shall, without prejudice to any other right or remedy of Corporation on account of such breach, pay as agreed compensation, amount calculated as stipulated below (or such smaller amount as may be fixed by the Engineer) on the Contract Value of the whole Work or on the Contract Value of the item or group of items of Work for which separate period of completion are given in the contract and of which completion is delayed for every week that the whole of the Work of item or group of items of Work concerned remains uncompleted, even though the contract as a whole be completed by the contract or the extended date of completion. For this purpose the term Contract Value shall be the value of the Work at Contract Rates as ordered including the value of all deviations ordered: (a)Completion period for @ 1 percent (originally stipulated per week or as extended ) not exceeding 6 months (b) Completion period for @1/2 percent (as originally stipulated per week as extended ) exceeding 6 months and not exceeding 2 years (c)Completion period (as @ percent originally stipulated per week or as extended ) exceeding 2 years SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

88.

Liquidated Damages for Delay.

58 OF 517

the under noted percentage of the Contract Value of the item or group of items of Work for which a separate period of completion is given. When the delay is not a full week or in multiple of a week but involves a fraction of a week the compensation payable for that fraction shall be proportional to the number of days involved. Provided always that the total amount of compensation for delay to be paid this condition shall not exceed (a)Completion period (as 10 percent originally stipulated or as extended ). Not exceeding 6 months (b) Completion period 7 percent (as originally stipulated or as extended ) exceeding 6 months and not exceeding 2 years (c)Completion period 5 percent (as originally stipulated or as extended ) exceeding 2 years The amount of liquidated damages may be adjusted set off against any sum payable to the Contractor under this or any other contract with the corporation or from the security deposit of the Contractor entirely at the discretion of the corporation. PART V BILLS AND PAYMENTS 89. Method of Except where any general or detailed description of the Work in Measurement bills of quantities or schedule of Works/items/quantities expressly shown to the contrary, bills of quantities shall be deemed to have been prepared and measurements shall be taken in accordance with the procedure set forth in the schedule of rates /specifications notwithstanding any provision in the relevant standard Method of Measurement or any general or local custom. In the case of items, which are not covered by the schedule of rates/ specifications, measurement shall be taken in accordance with the relevant Standard specifications published by PWD Govt. of Maharastra and for the works not covered in this publication, measurements shall be taken as per the codes by Bureau of Indian standards. . 90. Records and Measurement The Contractor shall submit to the Engineer the monthly statements of the estimated value of the work completed less than the cumulative amount certified previously. The monthly statements shall be in the bill form specified by the Engineer and it shall be submitted on or before the date instructed by the Engineer. These monthly bills shall be supported with detailed measurements for the gross quantity of the work done duly deducting the gross quantity paid in the previous bill. The Contractor is permitted to copy down the corrections in the bills paid as per the Engineers certification. Upon receipt of the bill and measurements by the Contractors, the Engineer shall SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

59 OF 517

except as otherwise stated ascertain and determine by measurement the value in accordance with the contract of work done in accordance therewith. All items having a financial value shall be entered in measurement Book etc. as prescribed by the corporation so that a complete record is obtained of all the Works performed under the contract. Measurements shall be taken jointly by the Engineer or his organisation representative and by the Contractor or his organisation representative. Before taking measurements of any work the Engineer or the person deputed by him for the purpose shall give a reasonable notice to the Contractor. If the Contractor fails to attend or send an organisation representative for measurement after such a notice or fails to countersign or the objection within a week from the date of measurement , then in any such event measurement taken by the Engineer or by the person deputed by him shall be taken to be correct measurements of the works and shall be binding on the Contractor. The Contractor shall, without any extra charge, provide assistance with every appliance and other things necessary for measurements. Measurements shall be signed and dated by both parties each day (of taking measurement) on the site on completion of measurement. The payment of bills and other claims arising out of the contract will be made by Account Payee Cheque drawn in the name of Agency. The rates inserted by the corporation against various items of Work detailed in various parts of scheduled shall be deemed to include every allowance necessary, without extra measurement or charge for meeting the requirement of various components/ parts of the contract documents (viz particular specifications, PWD of standard specifications, Maharashtra schedule of rates, MOST specifications, BIS specifications, Special Conditions, preambles and notes to schedule of items description of schedule items which shall all be read together and any or of the following unless specifically provided for the contrary. Compliance with all the conditions of contract including General Conditions of Contract, schedule of rates and Quantities, Particular Specifications, Drawings including Notes thereon, Specifications in standard Specifications of PWD of Maharashtra and MJP relevant Indian Standard Specifications wherever applicable. However, in case of any discrepancy between drawing and tender, the tender item and specification shall prevail. If there is discrepancy in tender specifications, the order of preference shall be 1st specification of Maharashtra State PWD, MJP, MOST and lastly BIS. All labour, materials, tool and plants, equipments and transport which may be required in preparation for and in the full and entire execution and completion of the Works including waste of materials, carriage and cartage, carrying in, return of SIGNATURE OF AUTHORISED NMMC OFFICIAL

91. 85.

Payments of Bills and Other Claims Full Provisions

SIGNATURE OF TENDERER

60 OF 517

empties, hoisting, setting, fixtures and fittings in position. Local conditions: Nature of Works, local facilities for supply of labour and materials accessibilitys to sites and all other matters effecting the execution and completion of the Works. Duties etc: Payments of any Octroi, Terminal Tax, Sales Tax, Turnover Tax, Contract Sales Tax, Toll Tax, Ground Rent, Royalty, Environmental Cess, Local Bodies Cess, Taxes or any duties on materials obtained for the Works and any duties in respect of patent rights. Supervision : Competent supervision of the Work. Labour: Reasonable terms and conditions of employment, liability to pay compensation, Wages as per statutory enactments, temporary accommodation, sanitation, compliance with contract labour act 1970 (Regulation and Abolition). Water: Provision of all water required including temporary plumbing and connection. Temporary Work Shops, Stores, Offices, Labour Camps etc. Provisions of such structures required for efficient execution of the Works and removing and cleaning up site on completion of Works. Precautions Against Risks: Precautions to prevent loss or damage from all or any risk, insurance of sheds or any temporary accommodation provided by the corporation watching and lighting, provisions pertaining to the General Conditions of Contract. Notices, Fees etc.: Compliance with statutory provisions of regulations and/ or bye laws of any local authority and/ or any public service company or authority affected by the Works. Setting the Works including all apparatus required. Site Drainage: Removal of all water that may accumulate due to spring, sub soil water, flood/tides and any other causes on the site during the progress of the Work. Execution of Work in Workmanlike manner, facilities for inspection etc. Rectification of bad Work: Rectification and/ or removal and reconstruction of any Work which (as decided by the Engineer) has been executed with unsound or imperfect materials or unskilled Workmanship or of a quality inferior to that contracted for, whether during construction or reconstruction prior to the expiry of the Defect Liability period. Responsibility for damages and loss of all construction materials etc., at the site until handing over to the corporation. Removal of Rubbish: Removal of Rubbish & debris & cleaning of any dirt before handing over all completion of woks. Cleaning site and Works: Removal by the Contractor off the site, of any tools, plats & materials and sweeping building, washing floors, cleaning joineries & removal of splashes of asphalt leaving the whole site neat and tidy. Completion: Completing the Work to the satisfaction of the Engineer on or before stipulated the date of completion. Difficult position: Accessibility or otherwise to site, easy or difficult position in Works. Errors: Rectification of all defects during construction & defect liability period to the satisfaction of Engineer. Curved Works etc. Works of any quantity, size or shape whether level, inclined, curved, battered etc. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

61 OF 517

Makers Instruction: Compliance with makes instructions in the case of proprietary articles, factory made good of precast items. Waste: All waste laps, seams, joints (rough or fair cutting) straight/ raking, circular and making good. Artificial Lights: To include all lighting/Kerosene or electric power as the case may be when need arises for use of lighting while carrying out Works. Construction of approaches to the site of Work. Making arrangements for proper access to Works in the form of stairs, ladders, lifts etc. as ordered by the Engineer in Charge for proper supervisions, testing and or inspection of Works including material during construction & defect liability period. 92. Interim Payment Interim bills shall be submitted by the Contractor from time to time (but at an interval of not less than one month) for the Works executed. The Engineer shall arrange to have the bills verified by taking or causing to be taken, where necessary, the requisite measurement of Work. The joint measurement shall not be an excuse for the Contractor to submit intermediate bills at monthly or intervals not less than a month. All interim bills shall be first submitted by the Contractor with detailed measurements and thereafter only the Engineer or his organisation representative shall carry out joint verifications or otherwise on record in the measurement book before certification of the bills. Payment on account for amount admissible shall be made on the Engineer certifying the sum to which the Contractor is considered entitled by way of interim payment for all the Work executed, after deducting there from the amount already paid, the security deposit/retention money and such other amounts as may be deductible or recoverable in terms of the contract. No interim payment will be admitted until such time the Contractor have fully complied with the requirement of the Condition 84 concerning submission and approval of NetWork Schedule for the Works, as detailed in Condition 83. A fixed sum shall be held in abeyance at the time of next interim payment for non attainment of each milestone in the NetWork and shall be released only on attainment of the said milestone An interim certificate given relating to Work done or material delivered may be modified or corrected by any subsequent interim certificate or by the final certificate. No certificate of the Engineer supporting an interim payment shall of itself be conclusive evidence that any Work or materials to which it relates is/are in accordance with the contract. The Contractor shall pay Indian Income Tax on all payments made to him under the Contract, other than reimbursements made to him by the Corporation to cover payment by Contractor of minor custom duties etc., or any other payment which the Contractor may make on the Corporations behalf. Under the provisions of Sec. 194-C of the Indian Income Tax Act, the Corporation is required to deduct Tax with surcharge at source at prevailing rates from the gross amount of each bill submitted. Any expatriate site staff or staff not normally SIGNATURE OF AUTHORISED NMMC OFFICIAL

93.

Modification of Interim Certificate.

94.

Income Tax

SIGNATURE OF TENDERER

62 OF 517

residents of India, employed by the Contractor shall pay personal Income Tax on all money earned and paid in India. The Contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations. Payment of Taxes The contractor shall pay all the taxes directly to respective organizations & to the Government. The Corporation shall not take any responsibility for any kind of tax payment to the Government or semi Government bodies at any point of time. The prices quoted by the Contractor shall include all customs duties, import duties, excise duties, business taxes, income and other taxes that may be levied in accordance to the laws and regulation in-force on the Contractors Equipment, materials, supplies (permanent, temporary and consumables) to be used on or furnished under the contract and on the services to be performed under the contract. Nothing in the contract shall relieve the contractor from his responsibility to pay any tax that may be levied or on profits made by him in respect of the contract.

The contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

All c Charges on account of Octroi, terminal or Sales Tax and other duties on material obtained for the Works from any source including the tax applicable as per Maharashtra Sales Tax Act on the transfer of property in the goods involved in the execution of Works contract (re-enacted) Act, 1991 etc. shall be borne by the Contractor. Under the provisions of the Maharashtra Sales Tax Act, the Corporation is required to deduct Turnover Tax at source at the rates prevailing at the time of payments. The contractor shall submit form 31 or such other forms as are prescribed under the said act which is required to be produced by the principle employer in the events of any notice by the Sales Tax Department within one month of issue of letter of acceptance. The Contractors are required to produce their registration for contract sales tax/turnover tax to the department before releasing the 1st R.A. bill for the Work executed by them, failing which, no payment shall be release. (1)Provisional sum means a sum included in the contract and so designated in the Bill of Quantities for the execution of Work or supply of goods, materials or services or for contingencies, which sum may be used, in whole or in part, or not at all, at the direction and discretion of the Engineer. The contract price shall include only such amounts in respect of the Work, supply or service to which such provisional sum relate as the Engineer shall approve or determine in accordance with this clause. (2) In respect of every provisional sum the Engineer shall have power to order to execute the Work, including goods, materials or services to be supplied by the Contractor. The contract price shall include the value of such Work executed or such goods, material or services supplied determined in accordance with SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

95.

Deduction of Contract Sales Tax / Turnover tax. Provisional Sums.

97.

63 OF 517

Clause No. 102. (3) The Contractor shall produce all quotations, invoices, vouchers and accounts or receipts in connection with expenditure in respect of provisional sums. Quantities shown in the tender are approximate and no claim shall be entertained for quantities of work executed being either more or less than those entered in the tender or estimate. For purpose of this contract, the variations/deviations in carrying out the items of work shall not exceed plus or minus 25 percent of contract sum. The deviation/variation in the quantity of individual items shall not be taken as deviation or variation in the contract. The difference between the total value of the work done and the Contract sum as defined above will be only be considered for deviation/variation. The Contractor shall arrive at the rates after carefully preparing the rate analysis taking into consideration site conditions. For increase upto 25 percent over the quantity shown in the bill of quantities shall be paid at, the rate mentioned in the bill of quantities. However, if the quantity increases beyond 25 percent of quantity shown in the bill of quantities the excess quantity beyond 25 percent shall be priced as under: The rate shall be worked out based on schedule rate with Contractor`s quoted percentage or current district schedule of rates without Contractor`s quoted percentage, which ever is less. Rates for such additional altered or, substituted Work shall be determined as follows: i) If rate for additional, altered or substituted item of Work is specified in the bill of quantities and rates, the Contractor shall carry out the additional, altered or substituted item at the same rate, subject to 100 above. ii) If rate for any additional, altered or substituted item of Work is not included in the bill of quantities and rates, such item of Work shall be carried out at the relevant Corporations schedule of rates (Public works Department and M.J.P. schedule of rates for Thane District) prevailing at the time of execution of extra Work (Quoted percentage will not be applicable) iii) If the rate for any additional, altered or substituted item of Work cannot be determined in the manner specified in (i) & (ii) above, or the rate so determined is found to be unreasonable, then the Contractor will be paid at such fair and reasonable rates as Worked out by the Engineer on the basis of material, labour and operations of construction equipment required to execute the item and allowing 10 percent to cover profits and overhead charges. (iv) The Contractor shall submit to the Engineer his detailed rate analysis for carrying out variation duly supported with quotations and other supporting documents within 7 days of written instructions to carry out variations. If the Contractors quotation is unreasonable, the Engineer orders the variation and makes change to the contract price which is based on his own forecast of the SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

98.

Rates for Excess in Items.

99.

Rates for Extra Items.

64 OF 517

100 .

Overpayment and Underpaymen t

variations on the Contractors cost. In case, the rates decided by the Engineer are not acceptable to the Contractor, he shall continue with the work and maintain contemporary records of actual expenses on day-to-day basis with joint assessment/ verification. The Contractor is not entitle for payment of actual expenses as per joint records added with 10% for profit and overheads. Disagreement with the rate fixed by the Engineer shall be informed by the Contractor before commencing the work of variations, failing which the rate fixed by the Engineer shall be final and binding on the parties to contract. Whenever any claim for the payment of a sum to the Corporation rises out of or under this contract against the Contractor the same may be deducted by the Corporation from any sum then due or which at any time thereafter may become due to the Contractor under this contract and failing that under any contract with the Corporation or from any other sum due to the Contractor from the Corporation (which may be available with the Corporation) or from his security deposit/retention money, or he shall pay the claim on demand.The Corporation reserves the right to carry out post payment audit and technical examination of the final bill including all supporting voucher, abstracts etc. The Corporation further reserves the right to enforce recovery of any over payment when detected. If as a result of such audit and technical examination any overpayment is discovered in respect of any Work done by the Contractor or alleged to have been done by him under the Contract, it shall be recovered by the Corporation from the Contractor by any or all of the methods prescribed above or if underpayment is discovered the amount shall be duly paid to the Contractor by the Corporation. Provided that the aforesaid right of the Corporation to adjust overpayment against amount due to the Contractor under any other contract with Corporation shall not extend beyond the period of two years from the date of payment of the final bill or in case the final bill is a Minus bill, from the date of the amount payable by the Contractor under the Minus bill is communicated to the Contractor. Any amount due to the Contractor under this contract for underpayment may be adjusted against amount then due or which may at any time thereafter become due before payment is to the Contractor, from him to Corporation on any other contract or account whatsoever. Final joint measurement along-with the representatives of the Contractor should be taken, recorded and signed by the Contractors. Contractor should submit the final bill within 1 month of physical completion of the Work. If the Contractor fails to submit the final bill within 1 month, the Corporation staff will prepare the final bill based on the joint measurement within next 3 months. Engineers decision shall be final in respect of claims for defect and pending claims against Contractors. No further claims should be made by the Contractor after submission of the final bill and these shall be deemed to have been waived and extinguished. Payment of those items of the bills in respect of which there is no dispute and of items in dispute, for quantities and rates as approved by the Commissioner shall be made within a reasonable period as may be necessary for the purpose of verification etc.

101 ..

Payment of Final Bill

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

65 OF 517

Receipts to be Signed in Firms Name by any One of the Partners

After payment of the final bill as aforesaid has been made, the Contractor may, if he so desires, reconsider his position in respect of a disputed portion of the final bill and if he fails to do so within 84 days, his disputed claim shall be dealt with as provided in the contract. Every receipt for money which may become payable or for any security which may become transferable to the Contractor under these present shall, if signed in the partnership name by any one of the partners, be a good and sufficient discharge to the Commissioner and Corporation in respect of the money or security purporting to be acknowledged thereby, and in the event of death of any of the partners during the pendency of this contract, it is hereby expressly agreed that every receipt by any one of the surviving partners shall, if so signed as aforesaid, be good and sufficient discharge as aforesaid provided that nothing in this clause contained shall be deemed to prejudice or effect any claim which the Commissioner or the Corporation may hereafter have against the legal representatives of any partners so dying or in respect of any breach of any of the conditions thereof, provided also that nothing in this clause contained shall be deemed prejudice or affect the respective rights or obligations of the Contractor and of the legal representative of any deceased Contractors interest.

20

No Payment No material price variation wages escalation on individual item on Account on account whatsoever and compensation for Force Majeure of Price etc. shall payable under this contract. Variation of Labour, Material and POL Component PART-VI TERMINATION OF CONTRACT AND SETTELEMENT OF DISPUTES 107 Cancellation If the Contractor: . of (a)At any time makes default in proceeding with the Work with Contract in due diligence and continues to do so after notice in writing of Full or in fourteen days from the Engineer; or Part. b) Commits default in complying with any of the terms and conditions of contract and does not remedy it within fourteen days after a notice in writing is given to him in that behalf by the Engineer, or (c)Fails to complete the Works or items with individual dates of completion, on or before the date(s) of completion, and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer, or (d)Shall offer or give or agree to give to any person in Corporations Service or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

66 OF 517

do any act in relation to the obtaining or execution of this or any other contract for the Corporation, or (e)Shall obtain a contract with the Corporation as a result of ring tendering or other non-bona-fide methods of competitive tendering or f) being an individual or a firm, any partner thereof, shall at any time be adjudged insolvent or have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or composition (other than voluntary liquidation for the purpose of amalgamation or reconstruction) under any insolvency act for the time being in force or make any conveyance of assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for his creditors, or g) Being a company, shall pass a resolution or the court shall make an order for the liquidation of his affairs, or a receiver or a manager on behalf of the debenture holders shall be appointed or circumstances shall arise which entitle the Court or debenture holders to appoint a receiver or a Manager, or h) shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days, or Assigns, transfers, sublets (engagement of labour on a piece Work basis or labour with materials not to be incorporated in the Work, shall not be deemed to be subletting) or attempts to assign, transfer or sub-let the entire Works or any portion thereof without the prior written approval of the Commissioner; the Commissioner may, without prejudice to any other right or remedy which shall have accrued or shall accrue thereafter to the Corporation by written notice cancel the contract as a whole or only such items of Work in default from the contract. i) In the case of abandonment of the work owing to serious illness or death of the Contractor. 105 . Action When Whole of Security Deposit is to be Forfeited In the cases mentioned in above clause No. 107 the Engineer, on behalf of the corporation shall have power to adopt any of the following forces, as he may deem best suited to the interest of the corporation. To rescind the contract (for which rescission notice in writing to the Contractor under the head of Engineer shall be conclusive evidence) and in that case the security deposit of the Contractor shall stand forfeited and be absolutely at the disposal of Corporation To carry out Work or any part of the departmentally debiting the Contractor with the cost of the Work, expenditure incurred on tools and plan and charges on additional supervisory staff including the cost of Work charge establishment employed for getting the unexecuted part of the Work completed and crediting him with the value of the Work done departmentally in all respects in the same manner and at the same rates as if it SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

67 OF 517

had been carried out by the Contractor under the terms of his contract. The certificate of the Engineer as to the costs and other allied expenses so incurred and as to the value of the Work so done departmentally and shall be final and conclusive against the Contractor. To order that the Work of the Contractor be measured up and to take such part there of as shall be on executed out of his hands, and to give it to another Contractor to complete, in which case all expenses incurred on advertisement for fixing a new contracting agency, additional supervisory staff including the cost of Work charge establishment and a cost of Work executed by the new contract agency will be debited to the Contractor and the value of the Work done or executed through a new Contractor shall be credited to the Contractor in all respects and in the same manner and at the same rates as if it had been carried out by the Contractor under the terms of this contract. The certificate of the Engineer as to all the cost of the Work and other expenses incurred as aforesaid for or in getting the unexecuted Work done by the new Contractor and as to the value of the Work so done shall be final and conclusive against the Contractor. In case the contract shall be rescinded under clause (a) above the Contractor shall not be entitle to recover or be paid, any sum for any Work therefore actually performed by him under this contract unless and until the Engineer shall have certified in writing the performance of the such Work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified in the event of either of the curses referred to in clauses (b) or (c) being adopted and the cost of the executed departmentally or through a new Contractor and other allied expenses exceeding the value of the such Work credited to the Contractor the amount of excess shall be deducted from any money due to the Contractor, by corporation under the Contractor otherwise howsoever or from his security deposit or the sale proceeds there of provided, however, that Contractor shall have no claim against corporation even if the certified value of Work done departmentally or through a new Contractor exceed the certified cost of such Work and allied expenses, provided always that which ever of the three courses mentioned in clauses (a), (b) or (c) is adopted by the Engineer, the Contractor shall have no claim to compensation for any loss sustained by him by reason his having purchased or procured any materials, or entered into any engagements, or made any advance on account of or with a view to the execution of the Work or the performance of the contract. 103 . Action When the Progress of any Particular Portion of the Work is Unsatisfactor y If the progress of any particular portion of the Work is unsatisfactory the conditions mentioned in clause 108(b), be entitled to lake action under clause after giving the Contractor 14 days notice in writing. The Contractor will have no claim for compensation, for any loss sustained by him owing to such action.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

68 OF 517

104 .

Contractor Remains Liable to Pay Compensatio n if Action not Taken Under Clause 108 and 109 Power to take possession of or require removal or sell Contractors plant.

106 .

108 .

No Interest for Delayed Payments Due to Disputes etc.

109

Jurisdiction

In any case in which any of the powers conferred upon the Engineer by clauses 108 & 109 hereof shall have become exercisable and the same shall not have been exercised the non exercise there of shall not constitute a walver of any of the conditions thereof and such powers shall not withstanding the excisable in the event of any future case of default by the Contractor for which under any clause hereof he is declared liable to pay compensation amounting to the whole of this security deposit and the liability of the Contractor for past and future compensation shall remain unaffected. In the event of Engineer taking action under sub clauses (a) or (c) clause 108, he may if he so desires, take possession of all any tools and plant, materials and store in or upon the Work of the site thereof or belonging to the Contractor, or procured by him and intended to be uses for the execution of the Work or any part thereof paying or allowing for the same in account at the contract rates or in the case of contract rates not being applicable at current market rates to be certified by the Engineer whose certificate thereof shall be final. In the alternative the Engineer may after giving notice in writing to the Contractor or his clerk of the Work foreman or other authorises agent requires him to remove such tools and plant, material, or stores from the premises within a time to be specified in such notice and in the event of the Contractor failing to comply with any such requisition, the Engineer may remove them at the Contractors expenses or sell them by auctions or private sale on account of the Contractor and at this risk in all respect and the certificate of the Engineer as to the expenses of any such removal and the amount of the proceeds and expensed on any such sale shall be final and conclusive against the Contractor. It is agreed that the Corporation of or its Engineer or Officer shall not be liable to pay any interest or damage with respect to any moneys or balance which may be in its or its Engineers or officers hands owing to any dispute or difference or claim or mis-understanding between the Corporation of or its Engineer or Officer on the one hand and the Contractor on the other, or with respect to any delay on the part of the Corporation of Navi Mumabi or its Engineer or Officers in making periodical or final payments or in any other respect whatever. Payment to the Contractor of the amount due under each of the interim payment certificate issued by the Engineer shall be made by the Corporation within 45 (Forty Five) days if such certificate being delivered. If the Corporation makes late payment, the Contractor is to be paid interest on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made upto the date when the late payment is made at 6% per annum. It is a term under this contract that payment of interest in excess of 6% is barred on any amount payable to the Contractor on any account. It is distinctly understood and agreed between the parties hereto that payment for Work already executed by the Contractor is not a condition precedent under this contract for the execution of the remaining Work. In case of any claim, dispute or difference arising in respect of SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

69 OF 517

110 .

Finality of Decision and NonArbitrability

111 .

Arbitration

Laws Governing The Contract PART VII WORK COMPLETION & DEFECT LIABILITY Upon the issue of any Taking over certificate the Contractor 119 Clearance of shall clear away and remove from that part of the site to which . Site on such Taking-over Certificate relates all Contractors equipment, surplus materials, rubbish and temporary Works of every kind, Completion and leave such part of the site and Works clean and in a Workman like condition to the satisfaction of the Engineer. If SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

a contract, the cause of action thereof shall be deemed to have arisen in Navi Mumbai and all legal proceedings in respect of any such claim, dispute or difference shall be instituted in a competent court in the City of Navi Mumbai only. SETTLEMENT Of DISPUTES If a dispute/ disputes of any kind whatsoever arises between the Contractor and Engineers representative the same shall be referred to the Engineer for his decision with detailed justification. Such reference shall be stated that it is inpersunce to this clause for review and giving decisions by the Engineers. The Engineer shall give his decision within 14 days of receipt of notice. If either party is not satisfied with the decision of the Engineer or the Engineer fails to give the decision within the period of 14 days from the date of receipt of notice under this clause, such a dispute may be referred to Arbitration as per Clause No. 115. Except where, otherwise provided for in this contract, all questions and disputes relating to the meaning of instruction hear in before mentioned or as to any other question, claim, right, matter of handing whatsoever, if any arising out of or relating to this contract, specification, estimates, Instructions, orders or these conditions or otherwise concerning the works, or the execution or failure to execute the same where arising during the progress of the work or after completion or abandonment thereof of any matter directly or indirectly connected with this agreement shall be referred to the sole Arbitration of the Municipal Commissioner of Navi Mumbai Corporation, C.B.D., Navi Mumbai and if the Municipal Commissioner is unable or unwilling to act as such, then the matter in dispute shall be referred to sole Arbitration or such other person appointed by the Municipal commissioner who is willing to act as such Arbitrator. In case, the Arbitrator so appointed is unable to act for any reasons, the Municipal Commissioner in the event of such inability, shall appoint another person to act as Arbitrator in accordance with the terms of the contract. Such person shall be entitled to proceed with the reference from the state at which it was left by his predecessors. It is also a term of this contract that no person other than a person appointed by the Municipal Commissioner as aforesaid should act as an Arbitrator. As aforesaid the provisions of the arbitration and conciliation act 1996 or any statutory modification or Reinactment there of and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause. This contract shall be governed by the Indian Laws for the time being in force.

70 OF 517

the Contractor does not clear the site within 15 days all material will be confiscated and no compensation shall be paid and the site will be cleared at risk and cost of the Contractor. 118 . Submissions of Final Completion Drawings. On completion of the Work, the Contractors shall furnish free of cost 1 set of R.T.F. of final completion drawings and 6 bound sets of copies of drawings, showing all the details checked and signed by the Engineer within 2 months of completion of Works. The payment of final bill shall be made to the Contractors after receipt of above sets. In case the Contractor fails to submit the completion drawings, a compensation at the rate of Rs.5000/per drawing shall be recovered from the final bills (1) As soon as Work is completed, the Contractor shall give notice of such completion to the Engineer and within 28 (Twenty-eight) days of receipt of such notice the Engineer shall inspect the Works and shall furnish the Contractor with a certificate of completion indicating (a) the date of completion (b) the defects to be rectified by the Contractor, and/or (c) items for which payment shall be made at reduced rates. When separate periods of completion have been specified for items or groups of items, the Engineer shall issue separate completion certificates for such items or groups of items. No certificate of completion shall be issued, nor the Works be considered to be complete till the Contractor shall have removed from the premises on which the Works has been executed, all scaffolding, sheds and surplus materials, except such as required for rectification of defects, rubbish and all huts and sanitary arrangements required for his Workers on the site in connection with the execution of Works as shall have been erected by the Contractor or the Workmen and cleaned all dirt from all parts of building(s) in, upon or about which the Work has been executed or of which he may have had possession for the purpose of execution thereof and cleaned floors, gutters and drains, eased doors and sashes, oiled and fastenings, labeled the keys clearly and handed them over to the Engineer or his representative and made the whole premises fit for immediate occupation or use to the satisfaction of the Engineer. If the Contractor shall fail to comply with any of the requirements of this Condition as aforesaid, on or before the date of completion of Works, the Engineer may at the expense of the Contractor fulfill such requirements and dispose of all the surplus material and rubbish etc. as he thinks fit and the Contractor shall have no claims in respect of any such material except for any sum actually realised by the sale thereof less the cost of fulfilling the requirements and any other amount that may be due from the Contractor. If the expense of fulfilling such requirement is more than the amount realises on such disposal as aforesaid, the Contractor shall forthwith on demand pay such excess. The Contractor`s notice of completion as aforesaid shall have to accompanied with one set of tracings of final completion drawings on RTF and six bound sets of copies of as built drawings, failing which the notice shall be deemed to have not been issued at all.

120 .

Completion Certificate

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

71 OF 517

(2) If at any time before completion of the entire Work, items or groups of items for which separate periods of completion have been specified, have been completed, the Engineer with the consent of the Contractor takes possession of any part or parts of the same (any such part or parts being hereinafter in this condition referred to as "the relevant part") then not- withstanding anything expressed or implied elsewhere in this contract. Within 28days (Twenty-eight days) of date of completion of such items or group of items or possession of the relevant part the Engineer shall issue a completion certificate for the relevant part provided the Contractor fulfills his obligation for the relevant part as in sub-para (1) above The defects liability period in respect of such items and relevant part shall be deemed to have commenced from the certified date of completion of such items or relevant part as the case may be.

For the purpose of ascertaining compensation for delay under Clause No. 88 in respect of any period during which the Works are not completed the relevant part shall be deemed to form a separate item or group, with date of completion as given in the contract or as extended under Clause No.80 and actual date of completion as certified by the Engineer under this condition. (3) If any part of the Work shall have been substantially completed and shall have satisfactorily passed any final test that may be prescribed under the contract, the Engineer may issue a certificate of completion in respect of that part of the Works before completion of the whole Works and upon the issue of such certificates, the Contractors shall be deemed to have undertaken to complete any outstanding Works in that part of the Works during the period of maintenance. 12. Taking Over of Work Defects Liability Period Corporation will take over the Work at any stage whenever required in the interest of public by giving 10 days notice to the Contractor. The Contractor shall be responsible to make good and remedy at his own expense within such period as may be stipulated by the Engineer any defects which may develop or be noticed before the expiry of the period mentioned in the Schedule `A' hereto from certified date of completion and intimation of which has been sent to the Contractor within 7 days of expiry of the said period by letter sent by hand delivery or by registered post If it shall appear to the Engineer or to his representative at any time during construction or reconstruction or during the defects liability period, that any Work has been executed with unsound, imperfect or unskillful Workmanship or that any material or article provided by the Contractor for execution of thereof the Work is unsound or of a quality inferior to that contracted for, or otherwise, not in accordance with the Contract, or that any defect, shrinkage or other faults have appeared in the Work arising out of defective or improper SIGNATURE OF AUTHORISED NMMC OFFICIAL

123 .

112

Liability for Defects or Imperfection s and Rectification Thereof

SIGNATURE OF TENDERER

72 OF 517

materials or Workmanship, the Contractor shall, upon receipt of notice in writing in that behalf from the Engineer forthwith rectify or remove or reconstruct the Work so specified in whole or part, as the case may require or, as the case may be, and / or remove the materials or articles so specified and provide other proper and suitable materials or articles at his own expense notwithstanding that the same may have been inadvertently passed, certified and paid for, and in the event of his failing to do so within the period to be specified by the Engineer in his notice aforesaid the Engineer may rectify or remove and re-execute the Work and/or remove and replace with others the materials or articles complained of, as the case may be, by other means at the risk and cost of the Contractor. In case of repairs and maintenance Work, splashes and droppings from whitewashing, painting etc. shall be removed and surfaces cleaned simultaneously with completion of these items of Work in individual rooms, quarters or premises etc. where the Work is done, without waiting for completion of all other items of Work in the contract. In case the Contractor fails to comply with requirement of this condition, the Engineer shall have the right to get the Work done by other means at the risk and cost of the Contractor. The Engineer shall give three days notice in writing to the Contractor before taking such action. The Engineer reserves the right to decide the rates and prices of the Works as executed by other means at the risk and cost of the Contractor. The cost and expenses thereby incurred on the Works and also such penalty as the Engineer may impose for such wrongful conduct of the Contractor (which penalty, the Engineer shall be competent to impose and against the imposition of which or the amount thereof by the Engineer an appeal shall lie only to the Commissioner within seven days of the order in that behalf of the Engineer and the decisions of the Commissioner shall be final and binding upon the Contractor) may be deducted from any money due or to become due to the Contractor, under this or any other contract between the Contractor and the Corporation. The Contractor shall maintain the finished surface of the road for a period as specified in Contract document, after the completion of Work without any extra cost to corporation irrespective of the designs, standards and specifications and actual traffic etc. The Contractor shall get the potholes filled up with asphalt mix materials and keep the road surface in good condition throughout the year. 5 percent amount of the total Work done shall be with held from running account bill for the period specified in the Contract document from the date of completion of Work as maintenance charges of maintaining and keeping the road in good condition. This 5 percent amount withheld towards maintenance charges shall be allowed to be replaced with Bank guarantee or other recognised forms at intermediate stage, if so, desired in writing. This maintenance charges shall be in addition to security deposit. On completion of the Work in all respects, necessary SIGNATURE OF AUTHORISED NMMC OFFICIAL

125 .

Maintenance

SIGNATURE OF TENDERER

73 OF 517

124 .

Defects Liability Certificate

126 .

Unfulfilled Obligations

122 .

Refund of Security Deposit

certificates will be issued by the Engineer and the defect liability period will be counted from the date of issue of such certificates All damages during execution shall be made good by the Contractor at his cost. He will be responsible for any damage to the road surface including B.T. surface in rainy season and during construction and guaranteed maintenance period and no separate payment will be made for resorting such damages. Defective Work is liable to be rejected at any stage. The Contractor on no account can refuse to rectify defects merely on reasons that further Work has been carried out. No extra payments shall be made for such rectification. The Contract shall not be considered as completed until a Defects Liability Certificate shall have been signed by the Engineer and delivered to the Contractor, stating the date on which the Contractor shall have completed his obligations to execute and complete the Works and remedy any defects therein to the Engineers satisfaction. The Defects Liability Certificate shall be given by the Engineer within 28 days after the expiration of the latest such period, or as soon thereafter as any Works instructed, pursuant to Clauses 121 and have been completed to the satisfaction of the Engineer, Provided that the issue of the Defects Liability Certificate shall not be a condition precedent to payment to the Contractor of the Retention Money. Notwithstanding the issue of the Defects Liability Certificate the Contractor and the Corporation shall remain liable for the fulfillment of any obligation incurred under the provisions of the Contract prior to the issue of the Defects Liability Certificate is issued and, for the purposes of determining the nature and extent of any such obligation, the Contract shall be deemed to remain in force between the parties to the Contract. Notwithstanding the issue of the Defects Liability Certificate the Contractor and the Corporation shall remain liable for the fulfillment of any obligation incurred under the provisions of the Contract prior to the issue of the Defects Liability Certificate is issued and, for the purposes of determining the nature and extent of any such obligation, the Contract shall be deemed to remain in force between the parties to the Contract. The amount of security deposit lodged by a Contractor shall be refunded along with the payment of the final bill, or after the expiry of the defect liability period which ever is later unless the Engineer is of the opinion that in order to safeguard against defects and pending claims against the Contractor it is necessary to retain more amount retained as retention money.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

74 OF 517

4. INSTRUCTIONS TO TENDERERS
1.0 TENDER DOCUMENTS Complete set of documents along with corrigendum if any issued duly filled in and initialed on each page and signed by the tenderer at prescribed places of the tender documents, including signature of witnesses. 2.0 ISSUE OF TENDER Contractors intending to tender for the works shall produce information concerning enlistments, capability, financial capacity, etc. Tenders shall be sold after due verification of credentials of contractors. The right to decide whether a contractor / firm fulfills the requirements for sale of tenders rests entirely with the Corporation. 3.0 3.1 EARNEST MONEY The tenderer shall deposit and keep deposited (for the period specified hereafter) with NMMC a sum as shown in this tender notice as Earnest Money. The Earnest Money shall be deposited By Demand Draft in favour of NMMC Limited . The failure or omission to so deposit or keep deposited the Earnest Money shall disqualify the tender and NMMC shall exclude from its consideration such disqualified tender. No interest shall be payable by NMMC in respect of such deposited Earnest Money. The Earnest Money of an unsuccessful tenderer shall be refunded after the final decision on the tenders or on expiry of the validity period whichever is earlier on presenting receipt thereof. Invitation by NMMC to submit the tender shall be a proposal and the submission of a tender by the tenderer shall be an acceptance of such proposal to win the contract. The tenderer shall not revoke his tender or vary its terms and conditions without the consent of NMMC during the period of 120 days counted from the last day appointed by NMMC for submission of tenders. If the tenderer shall revoke the tender or vary its terms or conditions contrary to his promise to abide by this condition, the Earnest Money deposited by him shall stand forfeited to NMMC without prejudice to its other rights and remedies without prejudice to the foregoing clause. If NMMC shall accept the tender and signify such acceptance to the tenderer, the Earnest Money so deposited with NMMC in cash or by demand draft shall be appropriated towards security deposit payable by the contractor. In case of the successful tenderer, on payment of the required amount of the Initial Security Deposit, the Earnest Money Deposited in the form of Demand Draft shall be refundable to the tenderer in the event of NMMC deciding the award of the contract. The contractor availing the facility of EMD exemption by depositing requisite amount The E.M.D. of the successful tenderer shall be forfeited if ; After submitting the tender, the Contractor withdraws / revokes his offer or modifies changes the same during the validity of the tender, or if after the acceptance of or his

3.2 3.3 3.4

3.5

3.6

3.7

3.8 3.9 3.9.1

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

75 OF 517

tender, the Contractor fails or neglects to furnish the balance Initial Security within 15 days. 3.9.2 3.9.3 3.9.4 3.10 Fails to execute Acceptance Letter. Contract Agreement within 30 days from the date

Deposit of issue of

Fails to commence the work within 15 days from the date of Work Order. The tenderer may also be dis-qualified for tendering for further works in NMMC. SPARE CAPACITY OF WORK FOR TENDERING The tenderer shall be eligible to submit the tender to NMMC subject to the essential condition that the price tendered by him together with the value of the outstanding works under execution by him for NMMC or any other employer shall not be more than four times the value of the average annual turnover of works executed during the preceding three financial years ending 31st March.

4.0

SECURITY DEPOSIT On acceptance of tender, the tenderer shall deposit as security an amount equal to 5 % of the tendered value of work as detailed in the Special Conditions of the Contract out of which Earnest money shall be converted to security deposit, Initial Security Deposit of 3 % of the tender value of work (minum the EMD already paid) shall be deposited in the form of Bank Guarantee or in cash within 15 days of acceptance of tender. The balance 1 % amount shall be deducted at the rate of 3 % of gross amount of bill from each running bill till the amount is realized. The earnest money deposited by the contractor shall be released after the payment of initial security deposit is made as aforesaid.

5.0

VISIT TO SITE BY TENDERER : Tenderers are advised to visit the site sufficiently in advance of the date fixed for receipt of tender. The tenderer shall be deemed to have full knowledge of all the documents, samples, site strata, availability of labour, basic material, water, etc. whether they inspect them or not.

6.0

BLANK TENDER FORM : One set of Blank Tender Documents comprising of following three volumes 1. 2. 3. Volume I Volume II Volume III : : : General Terms and Conditions Technical Specifications Price Bid

will be issued to the Contractor. Any other information and / or clarifications can be had from the office of Executive Engineer(Electrical) 1st Floor, Belapur Bhavan, CBD, Belapur, Navi Mumbai during the office hours. Pre-tender meeting will be held as specified in the tendering programme. Attendance of this meeting is essential. The decision taken in this meeting and communicated in writing shall be binding on all tenderers irrespective of whether they have attended the meeting or not. The minutes of the pretender meeting if conducted will form part of the tender & tenderer shall attach to the tender the same duly signed. 7.0 METHOD OF SUBMISSION OF TENDER :

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

76 OF 517

The complete tender in the manner specified in the forthcoming paragraph will be received in the office of the Executive Engineer(Electrical), Belapur Bhavan, 1st floor, C.B.D., Belapur, Navi Mumbai as per the Tendering Programme. The tender must be deposited personally in the Tender Box. Tenders received after the expiry of the specified time will either not be accepted or if inadvertently accepted, will not be opened. 7.1 The completed tender shall be superscribed on the top as below : ENVELOPE NO. _____________ Name of Work : submitted into separate envelopes, each envelope

Both these envelopes shall be put together in one common sealed envelope with the envelope superscribed as Supply, Installation, Testing & Commissioning of 100 / 22 KV 2x10/12.5 MVA transformer substation. Full name & address of the tenderer shall be written on the bottom left corner of each envelope. 7.2 ENVELOPE NO. 1 : The Envelope No. 1 shall contain the following documents : A) B) C) Covering Letter List of all documents enclosed in the envelope. List of following enclosures General Information Part A Annexure Annexure Annexure Annexure Annexure Annexure Part B Annexure Annexure Annexure Annexure Annexure Annexure Annexure D) E) I II III IV V VI VII I II III IV V VI : : Commercial Company Information on Registration Information regarding financial strength Details of turn over during last five years Details of Manpower resources available Details of project executed at 132 KV and above Details of Turnkey projects executed Technical Details of Contracts executed Details of Turnkey projects executed Details of Turnkey projects 132 KV and above Details of Supply Cum Installation Contracts Details of Turnkey Contracts in hand Information regarding Engineering Assistance Details of Testing Instruments

Demand draft towards Earnest Money Deposit Vol. I, II, of the tender documents and unpriced Volume III duly signed on each page.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

77 OF 517

F) G) H) I) J) K) L) M) N) O) P) Q)

Attested copy of the valid registration certificate with NMMC / PWD of Maharashtra / CPWD or PWD of other States. Up-to-date Income Tax Clearance Certificate in original from the Income Tax Officer of the concerned Circle valid upto the last date of receipt of tender. Copy of Registration with Sales Tax Department. Affidavit of Proprietor. Power of Attorney authorising the person to sign the tender document. Assessment of land required for housing of labour and site office including office accommodation for NMMC Engineer and his staff and also for godowns, stores etc. Detailed Bar and CPM / PERT Chart supported by manpower, material, machinery requirement and indicating physical and financial month-wise targets (In Triplicate). Details of immovable property. Declaration of spare capacity on a Stamp Paper worth Rs. 10/- as enclosed format Corrigendum / Addendum (if any) Minutes of Pre-Bid Meeting, etc. issued by NMMC. Detail catalogues, Literature, Type test certificates etc. of offered equipment. It should be noted that the Financial Offer shall not directly or indirectly be reflected anywhere the Envelope No. 1. All the contents of this Envelope shall either be in original or copies attested by Notary / Magistrate.

ENVELOPE NO. 2

Envelope No. 2 shall contain the following i) 7.3 Volume -III, Price Bid (unconditional) of the tender document.

METHOD OF OPENING TENDER : The tenders received on date specified for submission and before the schedule time will be opened as per the tendering programme in the office of the Executive Engineer(Electrical), Belapur Bhavan, 1st Floor, C.B.D., Belapur, Navi Mumbai - 400 614 by the Executive Engineer or his representative, if possible. The tenders will be opened in the presence of tenderers or their authorised representative who choose to remain present on the opening day at the Scheduled time. Envelope No. 1 (Technical Bid) of all the tenderers will be opened first to verify its contents. If any short fall is noticed in this, a note to that effect will be recorded by the tender opening authority on the tenders. The technical bid will be first scrutinised and evaluated for its acceptance based on the documents submitted by the tenderer. The technical bid of tenderers who have attained

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

78 OF 517

minimum qualifying standard marks in the scrutiny will be accepted and they will be informed of the same. Only those tenderers who obtain minimum qualifying marks shall be considered suitable for executing the subject work, and they will be shortlisted. The Envelope No. 2 of only such short listed tenderers will be opened and will be considered for further evaluation by NMMC. It shall be at the absolute discretion of NMMC to decide the factors relevant for short listing, their weightage, the marking system, as well as minimum qualifying marks / standards for shortlisting etc. and all matters related to short listing. The decision of the tender committee, NMMC shall be final and binding on all parties. Envelope No. 2 (Price Bid) of only those tenderers who have attained the minimum qualifying marks and shortlisted on scrutiny of information furnished in Envelope No. 1 and evaluated for its acceptance will be opened in the presence of authorised representatives who choose to remain present on the opening date which is subsequently decided after opening of Envelope No. 1. Tenders of other contractors who have been disqualified due to some shortfalls / deficiencies noticed in the documents provided in Envelope No. 1 during verification shall not be opened. This Envelope No. 2 shall contain the firm and unconditional financial offer for the entire Scope of Work. One sift copy of the filled in price schedule in the for of a Compact disc shall also be enclosed in envelope 2. However, the signed hard copy of the price schedule shall be considered for evaluation.

No page shall be added or removed from the set of tender document. Subsequently, various documents submitted by the tenderer will be subjected to scrutiny by NMMC and acceptability of the same will be decided after getting clarifications, if any, from the tenderer. The offers of those tenderers whose assumptions are found acceptable, will only be considered for any further action. NMMC is not bound to give any reason for not considering such offers. 8.0 INSTRUCTIONS TO TENDERS : 8.1 Tender is open to eligible individual firms / Companies. In case of joint venture, at least one of the joint venture partner shall meet minimum qualifications prescribed herewith. 8.2 8.3 Tenderers shall provide satisfactory evidence of possessing resources to carry out the work for getting shortlisted for opening of Envelope No. 2 (Price Bid), Each sheet shall be duly signed by the applicant or a person or persons duly authorised to sign on behalf of the tenderer. Such authorisation shall be given by a written power of attorney accompanying the tender. The corrections, if any shall be made by striking off and shall be initialed with date.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

79 OF 517

8.4 8.5 8.6 8.7

The language for submission of all documents shall be English. Failure to comply with this provisions will make the tender incomplete and is liable to be rejected. All documents submitted by the tenderer shall be treated as confidential and will not be returned. The tenderer is requested to enclose latest copies of brochures and technical documents giving up to date information about the firm. If the tender is made by a Limited Company, it shall be signed by a duly authorised person holding power of attorney for signing the tender in which case, a certified copy of the power of attorney shall accompany the tender. Such limited company or Corporation may be required to furnish satisfactory evidence of its existence before the tender is submitted. Incomplete tenders are liable to be rejected. For any clarification, the tenderer may contact Office of the Executive Engineer(Electrical), Belapur Bhavan, 1st Floor, C.B.D. Belapur, Navi Mumbai - 400 614. Failure to provide information which is essential to evaluate the tenderers qualification or to provide timely clarification or substantiate the information supplied may result in disqualification of the tender. Financial data, works / project cost should be given in Indian Rupees only. NMMC reserves the right to : a) b) Reject or accept any or all tenders. NMMC shall neither be liable for any such actions nor be under any obligation to inform the tenderers about them.

8.8 8.9 8.10

8.11 8.12

8.13 8.14

On receipt of blank tender form, the tenderer should ensure that corrections, etc. are properly incorporated in the tender. Price bid should be written both in words and figures in the tender form at appropriate places. A soft copy of the price bid duly filled in shall also accompany the vol. III. However, the written price schedule shall be considered for comparison and shall be final. No alterations and additions anywhere in the tender document are permitted. If any of these are found, the tender may be summarily rejected. The tenderer should get his doubts cleared during pre-tender meeting only. In case of partnership firm, each partner or Power of Attorney holder shall sign the tender and the signature shall be attested as witness by a reputed person in the space provided for the purpose. Power of Attorney of person signing the tender shall be enclosed with the tender in original. The power of attorney shall be signed by all partners. In case of Private Limited / Public Limited companies, the Power of Attorney shall be supported by Board Resolutions and apprpriate and adequate evidence in support of the same shall be given. All pages and pasted slips should be signed by the tenderer. The tenderer shall be deemed to have studied all the specifications, terms and made himself / themselves acquainted with the site conditions, rivers, Nallas / Creek levels, access to the site and availability of labour, basic materials, water, electricity etc. before SIGNATURE OF AUTHORISED NMMC OFFICIAL

8.15

8.16

8.17 8.18

SIGNATURE OF TENDERER

80 OF 517

submitting the tender. A declaration to this effect should be signed by the tenderer in the form attached to the tender. Correction in the amount (Price-bid) entered in tender form, if any, should be attested by the Tenderer. 8.19 Any change that will be made in the Tender Papers by the Competent Authority after issue of the tender will be intimated to the Tenderer in the form of Corrigendum / Addendum for incorporating the same in the tender before submitting the tender. The offer shall remain open for acceptance for 120 days from the date of submission of tender. BID PRICE The price bid shall be inclusive of all taxes, duties like octroi, cess etc. of State & Central Govt. bodies statutory which are in force and which may be imposed in future etc. to be paid by the tenderer for the work and claim for extra payment on any such account shall not be entertained. Further the contractor has to register with such statutory bodies in accordance to BMPC Act 1949 and subsequent amendment in 1995. The contractors shall quote firm prices which shall be valid until the handing over of the substation to MSTCL.

8.21 9.0

10.0

ACCEPTANCE OF TENDER The Corporation is not bound to accept the lowest or any tender. Corporation reserves the right to reject any or all tenders received without assigning any reason whatsoever.

10.1

Acceptance of tender on behalf of the Corporation shall be done by an officer to whom the powers are delegated by the Management.

10.2 The tenders are liable to be rejected if the tenderer Stipulates any condition in the tender. Stipulates the validity period less than what is stated in the form of tender. Does not disclose the full names and address of all his partners in case of a Partnership Concern.

11.0 EXECUTION OF CONTRACT DOCUMENTS The successful tenderer is required to execute an agreement in duplicate in the form attached with the tender documents on stamp paper of proper value. The proper value at present is Rs. 100=00. The agreement should be signed within a month from the date of acceptance of the tender. 12.0 The successful tenderer will be required to produce a valid contract labour license issued in his favour under the provision of the contract labour license (Regulation and Abolition) Act, 1970, before starting the work. On failure to do so, the acceptance of the tender is liable to be withdrawn and also the earnest money is liable to be forfeited.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

81 OF 517

13.0

The Contractor shall pay the Contract Sales Tax and turnover tax etc. directly to the Government. NMMC shall not take any responsibility for any kind of tax payment to the Government at any point of time. Under Inter-state Migrant Workmen act and / or Contract Labour Act, the Contractor should obtain requisite license / registration Certificate under the Act while engaging the migrant labour from other State. The latest Income Tax clearance and Sales Tax Registration Certificates in original or copies duly attested shall be furnished along with the tender. Wherever the tender is silent about the specifications, the work shall be executed as per the standard specifications from PWD Standard Specifications (Latest Version) for relevant items. NMMC reserves the right to suitably increase / reduce the scope of work put to this tender. The right to split up the work in two or more parts is reserved by the Corporation and also the right to award the work to more than one agency is reserved.

14.0

15.0

16.0

17.0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

82 OF 517

5.0 Qualifying Requirements


4.1 i. The bidder should have following minimum pre qualifying requirement for executing the said work. Bidder Should have successfully executed similar turnkey contracts for at least 2 numbers of switchyards of 100 kV and above level with minimum 3 bays in at least one substation with minimum 1 X 20 MVA transformer capacity in the last 10 years. Bidder must have executed at least one substation contract on total turnkey basis along with transmission line for either MSETCL/any other state electricity board/ and/or EHV consumer. Bidder should provide necessary documents showing that the switchyards commissioned are in successful & trouble free operation for last 1 year. Certificate with recent date should be produced.

ii. iii.

4.2

The contractors are required to furnish various information regarding their financial and technical capabilities. Such information shall be furnished in the format enclosed herewith. All supporting documents substantiating the information given in the following annexures shall be provided by the contractor. Joint Ventures Bids submitted by a joint venture of two or more firms as partners shall comply with the following requirements: (i) (ii) The bid shall be signed so as to be legally binding on all partners. One of the partners responsible for performing a key component of the contract shall be designated as leader; this authorization shall be evidenced by submitting with the bid a power of attorney signed by legally authorized signatures. The leader shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture, and the entire execution of the contract, including payment, shall be done exclusively with the leader. All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms. A copy of the agreement entered into by the joint venture partners shall be submitted with the bid. Minimum Qualification required of partner is Supplying, Installation and Testing and Commissioning of 33 kv substation with installed capacity of 5 MVA and Annual turnover of Rs. 10 Crore.

4.3

(iii)

(iv) (v) (Vi)

In order for a joint venture to qualify, each of its partners or combination of partners must meet the minimum criteria listed in 4.1 above for an individual Bidder for the component of the contract they are designated to perform. Failure to comply with this requirement will result in rejection of the joint venture bid. A firm can be a partner in only one joint venture; bids submitted by joint ventures or consortia including the same firm as partner will be rejected.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

83 OF 517

In the case of a Bidder who offers to supply and install plant and equipment under the contract that the Bidder did not manufacture or otherwise produce and/or install, the Bidder shall (i) have the financial and other capabilities necessary to perform the contract; (ii) have been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and/or install that item. 4.4 The Bidder shall be responsible for ensuring that any Subcontractor proposed complies with the requirements of bidding documents. NMMC reserves the right to delete any proposed Subcontractor from the list prior to the award of contract.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

84 OF 517

6. SPECIAL CONDITIONS OF CONTRACT


1.0 General The Special Conditions of Contract are to be read in conjunction with General Conditions of Contract. If there are any variations or discrepancies or conflicting provision, the provisions in Special Conditions shall take precedence over the provisions in the General Conditions of Contract. 2.0 Scope Of Work The tender is for the work of Supply, Installation, Testing and Commissioning of 100 / 22 KV 2 x 10/12.5 MVA transformer substation at Bhokarpada, Dist. Raigad. The work to be carried out under the contract shall, except as other wise provided in these conditions, include all labour material, tools, plants, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works. The description given in the schedule of works / items / quantities and the Bills of Quantities shall unless otherwise stated, be held to include waste on materials, carriage and cartage carrying in, return of empties, hoisting, setting fitting and fixing in position and all other labour necessary in and for the full and entire execution and completion as aforesaid in accordance with good practice and recognised principles. The scope of work is described in detail in Schedule `A. Items of work to be executed are described in detail to enable the tenderer to work out rate of each element. 3.0 The contractors are to verify the site details including access, the place from where water is made available, the places for dumping stores and materials and place for erection of site offices. The contractors are deemed to have catered for all contingencies connected with site and access. For purpose of this contract, the variations or deviations in carrying out the items of work shall not exceed plus or minus 25 percent of the contract sum. The contract rate or rates derived in accordance with provisions in contract shall apply for all new items, extra items and excess quantities of existing items so long as the cumulative cost variations are within stipulated percentage of contract sum. Supply Of Water The Contractor should make at his own cost his own arrangement for supply of water required for the work including water required for testing purpose and also for drinking purpose. The tender shall remain open for acceptance for a period of 120 days from the date of submission of the tender. Electricity Supply No power connection shall be provided. The Contractor shall make at his own cost his own arrangement for power connection, if required. 8.0 Maintenance Liability The Contractor shall be responsible for rectification of defects noticed during the specified defects liability period from the certified date of completion by NMMC. Subsequent to the taking over of the work and after it has been in use, its performance would be the SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

4.0

5.0

6.0 7.0

85 OF 517

responsibility of the contractor. Any defects or failures during this period shall be rectified by Contractor within one week of intimation in writing. If the same is not carried out in the stipulated time, NMMC shall have the right to get it repaired departmentally or through any other agency. The cost of the same will be recovered from the Contractor. 9.0 Samples The Contractor shall furnish to the Engineer-in-charge, for approval, with adequate samples of all materials to be used on the works. Such samples shall be submitted before the work commences and in time to permit tests and examinations thereof. All materials used on the work shall be strictly as per approved samples. In order to establish standards of acceptability for materials and finishes, contractor shall finish in all respects the part of the work chosen by the Engineer. 10.0 Contractors Labour The contractor shall employ the unskilled labour to be employed by him on the said work only from locally available labours, and shall give preference to those persons enrolled under Maharashtra Government Employment and self Employment Departments Scheme. Provided, however, that if required unskilled labours are not available locally, the contractor shall in the first instant employ such number of persons as is available and thereafter may with previous permission, in writing of the Executive Engineer-in-charge of the said work, obtain the rest of the requirement of unskilled labour from out side the above scheme. 11.0 Testing Of Materials All tests as prescribed shall be carried out on soil, cement,sand,steel aggregate, water, concrete etc. in a laboratory approved by NMMC and under the guidance and supervision of the engineer in charge. All testing charges shall be bone by the contractor. 11.1 The aforesaid amount shall be recoverable even if such facility is not made available by the Corporation. 11.2 12.0 The amount shall be recovered from the running account bills in one or more installments but not exceeding five at the discretion of the Engineer-in-Charge. Compliance With Contract Labour Act The successful tenderer is required to produce to the satisfaction of the Chief Engineer & General Manager (Technical), a valid license issued in his favour under the provisions of the contract labour (regulation and abolition) Act, 1970, before starting the work. On failure to do so, the acceptance of the tender is liable to be withdrawn and also the earnest money is liable to be forfeited. 13.0 If two different rates are found in the tender for similar items, the items will be paid for at the lowest of the rates.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

86 OF 517

14.0

Security Deposit The Contractor shall pay a security deposit equal to five percent of the contract sum as security for due fulfillment of the contract, unless otherwise stated in the tender documents.

15.0

Sales Tax Registration All contractors shall furnish their sales tax registration Number.

16.0

Inspection Of Site & Sufficiency Of The Tender : If the Corporation is not in a position to deliver to the Contractors the site of the Contract work for any reasons whatsoever at the agreed time, delaying the commencement of the contract work, such omissions of the Corporation shall not be a breach of any its obligation under the contract and the Contractor shall not be entitled to claim from the compensation for loss or damage, if any, caused thereby, but shall be entitled to a reasonable extension of the period agreed for the completion of the contract work. If the Corporation, the contractor shall exclusively deal with such set by the due process of law but shall not be entitled to attribute thereby the breach of any obligation under the contract to the Corporation to claim from the Corporation Compensation for damage or loss, if any, thereby suffered but shall be entitled to any appropriate extension of period agreed for the completion of the contract work, provided that the contractor has reported to the Corporation every such act of obstruction with particulars soon after its occurrence and the Corporation has after enquiry found the same to be substantial true and has determined the duration of such obstruction.

17.0

It is obligatory on the part of the contractor to fence the area allotted and earmarked by the NMMC for labour camp of the order. The fencing shall be of the standard barbed wire fencing 1.5 m height fixed to wooden bullies embedded in the concrete. The contractor shall maintain properly the fencing throughout the construction period. Submission Of Detailed Bar / Pert Chart Of Completion The detailed Bar / Pert Charts as directed by Engineer-in-Charge shall be submitted for approval of the Engineer in Charge immediately after the commencement of work. The chart should interlia, indicate the requirement of Schedule `GB materials every fortnight.

18.0

19.0

Power Of Attorney The Contractor shall not issue any kind of power of attorney in favour of his bankers for routing payments to the contractors through Bank.

20.0

Alignment And Bench Marks : The alignment of the work to be carried out under the contract shall be marked on the ground as per the drawing and as per the instructions of the Engineer-in-charge. For the purpose of facilitating the work, a series of temporary bench marks on masonry pillars will have to be established. These pillars will be constructed along the alignment and such other locations as may be initiated by the Engineer-in-charge. All expenses involved in the process of marking alignment on ground, checking the alignment constructing masonry pillars and establishing bench marks thereon, so borne by the contractor. It will be the responsibility of the contractor to ensure that the masonry pillars so constructed are not damaged during the period of work in progress.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

87 OF 517

21.0

Contractors All Risk Policy (Car Policy) The successful contractor shall take out a CAR policy from Government Insurance Fund, Maharashtra Government, administered by Directorate of Insurance. The policy so obtained shall cover entire period of construction (including all extensions) and also shall cover the Defects Liability Period. The policy shall be for total contract amount including cost of free supply material by NMMC, if any. All amounts / charges towards premium etc. on this account shall be borne by the Contractor.

22.0

Indemnity Bond The Contractor shall require to execute an Indemnity Bond for satisfactory performance of the entire project on Stamp paper of Rs. 100=00 in the format approved by the NMMC Limited. This Indeminty Bond shall remain in force for period mentioned in Annexure `A as Defect Liability period after completion of the project.

23.0

Accidents Should any accident fatal or otherwise occur, a detailed report about the same shall be made promptly by the Contractor to the Engineer-in-charge. The Contractor should at all times during execution of work keep the NMMC fully indemnified against all risks, claims, litigation and financial burdens arising out of all incidental operations on work and accidents.

24.0

Under interstate Migrant Workmen Act and / or contract labour Act, the contractor should obtain requisite license / registration certificate under the act while engaging the migrant labour from other states. Materials Unless otherwise provided in the contract, all the materials required for the work are to be provided by the Contractor. All the materials to be used in the work shall be new, of the best quality and must be got approved before they are used in the work. All these materials shall also conform to the item wise specifications. All materials which are rejected shall be removed forthwith from the site.

25.0

26.0

Damages To Public Property The contractor is expected to carryout the works in such a manner as not to cause any damage to public property on account of negligence or otherwise by the Contractor. He shall be fully responsible for making good the damages so caused by him entirely at his own cost. This particularly applies to MIDC / NMMC pipe lines ONGC Oil / Gas pipe line and other pipe lines / HT lines very important installations closed to the alignment.

27.0

Cleaning Site The Contractor shall clear the site of work before starting work and after completion it. The work of cleaning of site includes cutting of trees, shrubs, bushes, grass, removing obstructions such as stacks of various materials, underground pipes etc. and also arranging the same as directed by the Engineer-in-charge. The cost of cleaning the site as explained above stands included in the rates for various items of work and the department shall not

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

88 OF 517

make any extra payment on that account. All materials obtained in the cleaning the site shall be property of the NMMC. 28.0 Progress Of Work : The Contractor shall carry out the work as per the programme approved by the department from time to time. He will also not be allowed to proceed with the work in a scattered and unplanned manner. 29.0 Excavated Stuff All the materials obtained during the process of excavation shall remain the property of the Corporation and shall be disposed off as instructed by the Engineer-in-charge. The Contractor is supposed to use the selected materials for filling the trenches and also filling low laying areas. All operations including loading, unloading, transportation of materials where required with all leads and lifts and handling them etc. are included within the rate of items and no extra payment whatsoever shall be made to the contractor on that account. 30.0 Site Office The location of the site office shall be got approved from the Engineer-in-charge. The Contractor shall at his own cost and to the satisfaction of the Engineer-in-charge, provide suitable, proper and waterproof temporary office having a minimum size of 6.0 M x 6.0 M wide with roofing with A.C. or C.G.I. sheets with doors, windows, locking arrangement with lock. The Contractor shall at his own cost, furnish the office with such plain chairs, tables, lockers, locks to the satisfaction of Engineer-in-charge before starting of work. 31.0 Supervisory Staff The contractor shall engage on the work a qualified and experienced supervisor capable of managing and guiding the work properly. The supervisor shall be authorised by the contractor in writing to receive the orders issued by the Engineer-in-charge from time to time. The contractor shall be responsible for carrying out these orders promptly. 32.0 Site Order Book The NMMC will maintain site order book at the site of work. The contractor or his authorised representative shall sign all the instructions received therein, in token of having received the same and shall comply with them forthwith. 33.0 34.0 The contractor shall nominate the team leader who shall deal with the project manager in all matters relating to the designs, specifications, details and design co-ordinations. Time period being essence of the contract, the Contractor shall submit from time to time work programme along with resource (materials, manpower, tools, plants) planning indicating the work executed, work to be executed, lapses, if any and remedial measures to cover the lapses. If during the progress of the work the Engineer / Project Manager finds that the contractor is not mobilizing adequate resources of finance, man power materials or tools and plants, he shall employ other agencies to so mobilize and recover the cost from the bills of the contractor.

35.0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

89 OF 517

36.0

Before commencing the execution of work, the contractor shall obtain at his own cost all the statutory sanctions, approvals and permissions for the design and execution as may be applicable from the State Government / Semi Government / Local Authorities concerned such as MWSSB / MSETCL / NMMC Town Planning Section / Local Municipal Authority / Central / State Government Authorities. No extension in time shall be permissible for any delay on this account. The Contractor shall indemnify NMMC against any loss or damage due to faulty through an indemnity Bond for an amount of the cost of the work as by NMMC. design approved

37.0

38.0

On completion of works, the Contractor shall submit a maintenance manual. The contractor shall execute and maintain works in strict accordance with the Contract to the satisfaction of the Engineer and shall comply with and adhere strictly to the Engineers instructions and directions on any matter whether mentioned explicitly or otherwise. 39.0 The Tenderers shall note that all the clarification shall be obtained in pretender meeting and tender should be submitted without any conditions, whatsoever, clarifications given to the various contractors in pretender would be summarized by NMMC and would be issued to every contractor as Minutes of the Pretender Meeting. Such summary would form part of Contract Agreement and contractor would submit financial offer taking into consideration the same. Tender submitted with conditions would be summarily rejected. 40.0 The Tender must enclose all drawings issued to them along with the tender and the same shall be duly signed by the Contractor.

41.0

The material for all items of works are to be procured by the Contractor and shall be incorporated in the work, only after testing and approval by the Engineer-in-charge. NMMC shall not supply any material required for the work. All the acts and rules regarding payment and other conditions of employing labours on the works shall be binding on the contractor. The provisions of Workmens Compensation Act are also binding on the contractor, who shall be responsible for making all the payments due under the act. Performance Guarantee The contractors required to execute the performance guarantee bond in the approved proforma enclosed, signed by Third Party either by Insurance Company or Bankers for the amount equivalent to 5 % of the contract value. This performance guarantee bond against the defects would remain in force for one year from certified date of completion of the work. Alternatively, the amount of guarantee may be deposited by the contractors in any one of forms approved for the security deposit.

42.0

43.0

44.0

Price Variation The prices offered by the contractor shall remain firm throughout the contract period. The prices schedule shall saperately indicate taxes, levies, duties cess etc. of state & central government bodies which are in force.

45.0

The contractor shall provide office space for NMMC officers in his constructed site office including all furniture, computer, printer, stationeries etc. Computers with the software packages including printer shall be made available exclusively for the NMMC site office. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

90 OF 517

46.0 47.0

The site is prone to local villagers problems. The contractor should sort out the issue of local villagers problems at his end. NMMC will not take any responsibility whatsoever. The contractor shall arrange for the inspection of equipment at manufacturers works. inspection shall be carried out jointly by MSESTCL, NMMC, and Project consultants. The

Minimum one inspector of MSESTCL, NMMC and the Project Consultant will attend the shop tests during inspection. All expenses of these inspectors including traveling, lodging, boarding and conveyance shall be borne by the contractor. 48.0 Payment Terms Following payment terms shall be applicable for this contract: 48.1 For 100 kV Line and Substation Electrical works a. b. c. 70 % shall be paid on receipt of material at site. 10 % shall be paid on installation of the same Balance 20 % shall be paid on testing, commissioning and handing over of the installation to MSETCL.

48.2

For substation civil works a. b. 90 % shall be paid on completion of civil works Balance 10 % shall be paid on testing, commissioning and handing over of the installation to MSETCL.

49.

Penalty The time is essence of the Contract. The project shall be executed within stipulated time frame given in the tender document. In case project is delayed beyond contractual completion date penalty of 1.0% of contracted amount per week charged till total penalty amount reaches to 5% of contractual amount. NMMC will be at liberty to execute the Balance work through another agency at Contractors risk and cost as per terms and condition of contract.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

91 OF 517

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS AT WTP, BHOKARPADA, DIST RAIGAD.

VOLUME II SECTION I 100 KV OVERHEAD TRANSMISSION LINE


INDEX
Doc. No. GENERAL TECHNICAL REQUIREMENT 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 SURVEY AND TOWER SPOTTING TOWERS ACSR CONDUCTOR G. I. EARTH WIRE 11 KV DISC INSULATORS CONDUCTOR ACCESSORIES G. I. WIRE ACCESSORIES LINE HARDWARE TOWER ACCESSORIES CIVIL WORKS INSTALLATION OF TRANSMISSION LINE APPROVED VENDORS LIST

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

92 OF 517

GENERAL TECHNICAL REQUIREMENT


1.0 1.1 Introduction Navi Mumbai Municipal Corporation are setting up a water treatment plant at Bhokarpada on Mumbai Pune Highway(NH-4) near Panvel for drinking water supply to Navi Mumbai. They have planned for setting up of a 100/22 kV substation in the plant premises. The 100 kV power supply will be tapped fro the existing 100 kV Kalwa Khopoli double circuit line which is passing nearby. A line in line out arrangement is proposed and the 100 kV double circuit line will be brought in the substation premises. The total distance of the tapping point to the substation is about 1.6 km. The 100 kV line will be constructed by NMMC, commissioned and handed over to the Maharashtra State Electricity Transmission Company Limited (MSETCL)for operation and maintenance. The line construction will be supervised by local officers of MSETCL and the total work shall be executed to the entire satisfaction of the MSETCL. Even though the transmission line will be charged at 100 kV, the entire construction shall be suitable for 132 kV Voltage. This document gives construction of this line. Scope of Work The Scope of work for this tender shall be as under : 2.1 Check survey tower spotting, preparation of line profile, identification of Number & type of towers, soil investigation at the location of towers, excavation, concreting, stub setting and grouting, tower footing protection benching, etc. required for the proposed 100 kV single circuit overhead line towers. Fabrication, galvanising, testing at works, inspection before dispatch, packing, transportation and delivery of all type of towers required for the proposed 100 KV single circuit over head line. Design, engineering, manufacture, testing at manufacturers works, inspection before dispatch, packing, transportation and delivery of all the line material such as Power Conductor, Ground Wire, Disc Insulators, Hardware, Conductor & Ground Wire accessories, Tower Accessories required for the proposed 100 kV Single Circuit over head line. Receipt of all the Towers, Line material at site, storing, transportation to the location of erection, assembly & erection of tower structures, fixing of insulators, conductor & Ground wire accessories, installation of power conductor, Ground wire, including paying out, stringing, tensioning & sagging, clipping, jointing etc. fixing all Tower accessories such as number plates, circuit plates, phase plates, anti climbing device, providing tower earthing in the form of pipe earth electrode or counter poise earthing & making the line ready for testing & commissioning. Obtaining approvals from various agencies such as drawing approvals from MSETCL , approvals from the electrical inspector, approval and clearance from P & T, approval from the highway authorities, arranging for inspection of all the material & equipment at manufacturers works by representative of MSETCL and / or Purchaser, approval of the proposed route from the Telecommunication department, for line crossings, approvals from the technical specifications of various requirement for

1.2

1.3

1.4

1.5 2.0

2.2

2.3

2.4

2.5

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

93 OF 517

forest department if any obtaining permission for Tree cutting from local authorities coordinating with MSETCL / Purchaser for obtaining right of way from local owners. 2.6 Final checking, testing, commissioning of the line, preparation of final as built documents & handing over of the line & documents to Maharashtra State Electricity Transmission Company Ltd. The equipment furnished shall be complete in all respects with all mountings, fittings, fixtures and accessories normally provided and needed for erection, completion and safe operation of the equipment as required by applicable codes, whether specifically mentioned herein or not. All similar standard equipment & material shall be interchangeable with one another. The Quantity of each item furnished is tentative. However, equipment as required for completion of works in all respects shall be supplied & installed by the contractor. The contractor shall prepare bill of material of each item and obtain approval of the purchaser before taking up procurement of the same. All excess material not erected shall be cleared from the location & taken back by the contractor. Terminal Points

2.7

2.8

2.9 3.0

The scope of works of the 100 kV Line work shall be from the 100 kV line tower at Bhokarpada on the existing 100 kV Kalwa Khopoli double circuit transmission line. The in line tension tower on the existing tower line shall be provided under this transmission line specification. The gantry structures at substation location shall be provided in the substation structure. The overhead line shall be terminated on these gantry towers. The insulator strings on the gantry towers shall be part of the line. Similarly the ground wire from the terminal tower of the line shall be terminated on the Gantry tower peaks provided in the sub-station for the purpose. All the necessary hardware are also included in this contract. 4.0 4.1 Inspection and Testing Inspection of all material shall be carried out at the manufacturers works jointly by the purchaser or his authorized representative and a representative of MSETCL. The date of inspection shall be conveyed at least 15 days in advance to enable the purchaser to make travel arrangements. No equipment shall be dispatched to site unless dispatch clearance is issued by inspection authority. the

4.2

4.3 The equipment offered should have been type tested in line with the standards & MSETCL norms and requirements. 4.4 4.5 All acceptance tests shall be conducted on the Purchasers representative during inspection at works. equipment offered in presence of

All expenses incurred by the contractor for testing of the equipment are deemed to have been included in the price quoted. No extra charges will be allowed for any test conducted.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

94 OF 517

5.0

Documentation

The contractor, on completion of the line work and successful testing and commissioning, shall prepare an comprehensive document for submission to MSETCL. The document shall include following minimum details. 5.1 5.2 5.3 Final as built route map, tower schedule, line schedule, sag chart, tower numbers etc. Copies of all vendor drawings as approved by purchaser/MSETCL. Reports of inspections and tests carried out at manufacturers woks as also dispatch clearance certificates of various material and equipment issued by purchaser/MSETCL after the inspection. Final bill of material of all items installed including the tower wise foundation quantities as well as bill of material of all the towers. Information of each vendor such as Name of the company, address contact numbers, e-mail address, contact number and the order reference. The document shall be neatly compiled, bound and submitted to the sets. 6.0 6.1 Technical Specifications The technical specifications of all the items required for execution of the line work are provided in this section. The specifications are based on the MSETCL specifications. The bidder shall ascertain that these specifications are in line with the latest specifications of MSETCL. Further, during the execution of the contract and at the stage of drawing approvals and construction, if MSETCL engineers suggest some minor changes in the procurement and installation works of various equipment and material, the same shall be provided by the contractor with out any extra cost to NMMC. All the work shall be executed as per the MSETCL norms and directly under the supervision of MSETCl local engineers. purchaser in eight(8)

5.4 5.5

6.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

95 OF 517

1.0 SURVEY & TOWER SPOTTING


1.1 Scope This specification covers general requirements of survey & tower spotting for the 100 kV double circuit overhead transmission line. A preliminary survey which includes route profile, tower spotting and tower schedule has been prepared by NMMC. The contractor is required to conduct a check survey for which the purchaser will provide the details of the preliminary survey to the successful contractor. Necessary topographical sheets of the area if required shall be procured by the contractor. 1.2 Standards The Survey and tower spotting work for the 100 kV transmission line shall be carried out as per the standards laid down for the purpose by MSETCL . 1.3 1.3.1 Principal Parameters Following basic parameters, rules, statutory requirements shall be considered during the survey & tower spotting of the 132 kV Double circuit overhead transmission line. The system voltage shall be 100 kV however, the line shall be constructed as per the requirements of 132 kV voltage level. Basic technical parameters of the line are as under: a) 1.0 2.0 3.0 4.0 5.0 b) 1.0 i) ii) Electrical System Data System Voltage Maximum voltage Lightning Impulse withstand voltage (dry & wet) Power frequency withstand voltage (wet) Short circuit level Line data Conductor Name Strands & Wire diameter a) Aluminum b) Steel iii) iv) v) vi) 2.0 i) Overall diameter Weight Conductor per phase Configuration Ground wire Size No / mm 7 / 3.15 No / mm No / mm mm kg / km No Panther 30/ 3.0 7 / 3.0 21.0 974 One Vertical kV rms kV kVp kVp kA / Sec 100 123 650 460 40 / 3

1.3.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

96 OF 517

ii) iii) iv) v) vi) 3.0

Overall diameter Standard weight Location of earth wire System of grounded Shielding angle Towers i) a) b) c) ii) iii) iv) a) b) Span length Ruling design span Maximum span Minimum span Wind span Wind load Weight Span Minimum Maximum

mm kg / km Deg.

9.45 432 On top of tower Solidly earthed 30

m m m m kg / Sq.m m m

320 480 80 352 130 195 488

4.0

Insulators i) ii) Type of insulators Lightning Protection Porcelain Discs Arcing horns on both conductor & cross arm side other power

1.3.3 Following minimum clearance shall be maintained while crossing power lines of voltages. The clearance shall be between the lowest power conductor & top most conductor of other line.

1.3.4

Up to 220 kV 2.75 m Up to 132 kV 3.05 m Up to 220 kV 4.58 m The 100 kV Line shall preferably be routed away from buildings / huts etc. by least 15 m. If unavoidable, following minimum vertical & horizontal clearances shall maintained. Vertical Horizontal 4.58 m 2.75 m though it

at be

1.3.5 1.4 1.4.1

The line shall be suitable for a standard nominal voltage of 132 kV even be commissioned on 100 kV. Routing

will

The contractor shall conduct walkover survey, route inspection, and check survey of the line. In case it is not found feasible, the contractor shall conduct detail survey for those stretches where the alignment is not found feasible. The scope of check survey also

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

97 OF 517

includes preparation of route alignment map as per check survey, tower profile and tower schedule and obtaining approval of the purchaser / MSETCL. 1.4.2 1.4.3 The route shall be aligned preferably close to an all weather road for accessibility to the line both during construction and later during line patrolling & maintenance. River & Nallah Crossings River crossing towers shall be located in the straight reach of the river. The clearances as stipulated in IE Rules for navigable and non-navigable rivers shall be followed. 1.4.4 a. Telecommunications The transmission line shall be routed to be as far as possible away from the existing P and T and other telecommunication lines. Obtaining necessary statutory clearance from PTCC authorities shall be contractors responsibility. The angle of crossing above the telephone lines shall as far as possible be 90 degrees and in no case less than 60 degrees. Guarding between power and telecom lines is not envisaged. lowest power

b.

c. Minimum vertical clearance of 2.75 m shall be maintained between the conductor and the telecommunication circuit. 1.4.5 Plantations

Cash crop plantations shall be avoided during routing. If it is not possible, then the line shall cut across the corner or the tinniest belt of such plantation. 1.4.6 Marshes, back waters & wet lands Marshes, back waters & wet lands shall finalisation of the tower locations in the area. 1.4.7 Road Crossings under all circumstances be avoided during

a. Transmission Line shall be planned to cross national & state highways at 90 degrees as far as possible but not less than 60 degrees. Towers near the highways shall be located such that one Tower is close to the Road but at about 30 to 40 m. The crossing span shall be reduced to 80 percent of the ruling span. b. The vertical clearance as stipulated in IE rules shall be enhanced by another 300 mm so as to ensure better safety and adequate clearance for vehicles loaded with huge packages. c. 1.5 1.5.1 Necessary permission from Highway Authorities shall be the responsibility of the contractor. Survey Reconnaissance The route shall be reconnoitered by duly taking into consideration various local factors such as physical features, roads, rivers etc. and to provisionally fix a feasible route on the map. 1.5.2 Preliminary Survey SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

98 OF 517

A preliminary survey shall be conducted with the help of theodolite to ensure that the reconnoitered route is feasible for execution on the ground. 1.5.3 a. Detailed survey A detail survey along with chain survey, leveling & involving final theodolite alignment shall be conducted. The final alignment shall be precise from angle point to angle point. Pegs or concrete blocks / pillars shall be driven in the ground with 50 mm projection at every angle point. They shall be painted yellow with identification numbers for easy location. These pegs / blocks shall be protected from damage or disturbance. In case the stretch between two angle points is very long, intermediate pegs at an interval of at least 500 m shall be driven in the ground. The chain survey and leveling shall be conducted either simultaneously theodolite alignment or after completion of final theodolite alignment. In chain survey & leveling shall follow the final theodolite alignment. Following details shall be incorporated in the chain survey & leveling i) ii) iii) iv) v) vi) vii) viii) ix) x) xi) xii) xiii) Center line of the proposed Transmission line. Crossings of all power lines up to 400 kV lines. Crossings of Telephone & Telegraph lines Roads Water courses, rivers, drainage channels Buildings, Huts Places of worship Burial grounds, cemetery etc. Swamps, out crop of Rocks Cross slope in hilly areas, terraces etc. Cultivation, wet / dry land etc. Plantations Type of soil Normal, soft rocky, Hard Rock, etc. with either final case, the

b.

c.

field book.

d. The level shall be taken at frequent intervals to show actual contour of the center line. Every terrain & change in levels shall be shown. If the ground is fairly level, the levels shall be taken at 30 m intervals. Wherever there are slopes, cross sectional levels shall be taken at right angles at suitable intervals of 5.0 m & 10 m to ensure adequate clearance of the conductor on the higher slopes. In hilly regions with peaks and valleys, survey shall be conducted by using theodolite and leveling staff whereby both the distances and levels at various points are measured. 1.6 1.6.1 Profile The results of the detailed survey shall be plotted on continuous centimeter graph sheet rolls. These rolls shall be 10 m long & 60 cm wide. The profile shall be plotted to a scale of 1 cm : 2 m vertical and 1 cm : 20 m horizontal. The bottom 10 cm shall be utilized for plan and balance for longitudinal sections. The profile shall include following details. Overhead Power Lines Voltage, number of phases, number of circuits, type of construction, distance of adjoining poles / towers angle of crossing, number of poles, height to top most wires from the ground shall be shown in the leveling sheets to check adequacy of clearance. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

1.6.2 1.6.3

99 OF 517

1.6.4

Telephone lines / Telegraph lines Number of wires, type of line Service, Phone, Carrier, distance of adjoining pole & angle shall be shown. Height of topmost wire from ground shall also be shown. Roads The road status, whether National, State or inter district road, minor surfaced road, graveled road cart track etc. shall be marked. Type of road surface, road width, road limit, low tension & Telephone lines in the road margin if any shall also be marked.

1.6.5

1.6.6

River, Water Courses M.F.L., flood banks, navigable or not, height of top most mast if navigable, condition of flood bank, protective work if any, bridges near by shall be marked.

1.6.7

Irrigation channels, Drains MWL position of bank & height shall be shown. The bottom of the tower foundation shall have to be above hydraulic gradient.

1.6.8

Buildings, huts etc. All the Buildings & huts up to 15 m on both sides of the center line shall be shown accurately on the profile. The type & height of Roofing shall be noted. Taking the overhead lines over the buildings shall be avoided.

1.6.9 1.6.10 1.6.11 1.7 1.7.1

Temples, Mosques, Churches & other religious places shall be avoided Cross slopes at suitable intervals for accessing clearance of location of be marked 15 m on either side of the longitudinal section. Type of cultivation & plantation shall be noted along the line. Tower Spotting

within 15 m. tower shall

The necessary sag template and tower spotting charts shall be arranged by the contractor. The contractor shall prepare the same on an acrylic / plastic sheet. The same shall be furnished to the purchaser for his exclusive use during approval of the line profile. tower

1.7.2 The tower locations shall be marked on the profile using the sag template & spotting chart. 1.7.3

The number of consecutive spans between the section points shall not exceed 15 spans or 5 km in plain country and 10 spans or 3 km in hilly terrain section. Anchor point shall be taken to comprise of a tension point with B or C type tower. An individual span shall be as near to the normal design span as possible. If it becomes too short with normal supports on account of uneven ground profile, one or both the supports shall be extended by introducing standard 3 m or 6 m extension so that the span is nearer to the normal and within designed wind / weight span. This shall be done in consultation with the purchaser / MSETCL. working span as

1.7.4

1.7.5 There shall not be any upward force on suspension towers under normal conditions and the suspension towers shall support at least the minimum weight SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

100 OF 517

provided in the design. If uplift is unavoidable, it shall be examined if overcome by adding standard extensions to the tower failing which employed at such location.

the same can be tension towers shall be

1.7.6 The profile sheets duly plotted along with tower schedules indicating type of towers, type of foundations, wind span, angle of deviation, river / road crossing and incorporating all other details shall be submitted for approval of the purchaser before execution. 1.7.7 A check survey shall be conducted to make a check on detailed survey and to relocate, if found necessary, the tower positions on ground confirming to the approved profile and tower schedule. The pit centers shall be peg marked accordingly. The contractor shall prepare the route alignment maps, tower schedules & tower profiles and submit the same to the purchaser / MSETCL for approval in six sets. Ten sets shall be submitted as final documents after incorporating the comments made during approval.

1.7.8

1.7.9 The contractor shall obtain necessary permissions and approvals from various MSETCL offices during the survey work and shall obtain approval of the profile for taking up execution of the same.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

101 OF 517

2.0 100 kV LINE TOWERS


2.1 Scope This specification covers preparation of Tower drawings, shop fabrication drawings, fabrication, galvanising and delivery of power transmission line supporting towers including supply of galvanized bolts & nuts, washers suitable for 132 kV double circuit overhead line. 2.2 STANDARDS The fabrication, galvanizing and supply of towers shall conform to the latest revisions of relevant Indian Standard specifications. 2.3 2.3.1 2.3.2 Principal Parameters The offered towers shall meet the technical parameters furnished below and the general technical requirements of clause 2.4 of this specification. The towers shall be suitable for 132 kV double circuit line. The towers designated as under. Sr. No. 1. 2. Tower Type A B Deviation Limits 0 to 2 Deg 2 to 15 deg Application i) As tangent towers with suspension i) ii) iii) iv) v) 3. C 15 to 30 deg i) ii) iii) 4. D 30 to 60 deg i) ii) iii) iv) string shall be

As Angle tower with tension insulator string. As Tension tower for uplift forces resulting from a uplift span up to 200 m. For power line crossing with suitable body extension Where unbalanced tension results due to unequal ruling span of 200 m and 400 m on each side of Tower As section tower As angle tower with tension insulator string Where unbalanced tension results due to unequal ruling span of 200 m & 400 m on each side of the Tower As tension tower for uplift forces due to uplift span As complete dead end Tower For river crossings with longer wind span As angle tower with tension insulator string As dead end tower with 0 Deg to 15 deg deviation both on line & substation side (slack span)

2.3.3 It is not envisaged to design the towers by the bidder. Basic drawings of all types of towers and their extensions will be furnished to the successful bidder. The contractor shall prepare the tower drawings based on the above and obtain approval of purchaser / MSETCL. The manufacturer shall also prepare fabrication drawings of each type of tower and fabricate the towers accordingly. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

102 OF 517

2.4 2.4.1

General Technical Requirement Type of Structure The Tower structure shall be of self stubs. They shall all be bolted type. Bolt connections of the structures. Fabrication The towers including stubs shall be fully supporting lattice M.S. sections supported on the nuts, spring washers shall be used for all at site and / or welding will not be allowed. galvanized.

2.4.2 a. b.

Fabrication and Workmanship All the parts of the structure shall be fabricated in accordance with the drawings prepared by the manufacturer on the basis of basic tower drawings. Workmanship and finish shall be of best quality and shall conform to approved methods of fabrication. be and shop best smooth. degrees, be IS

c. The members shall be straight and shall be machined and ground true Heating and forging will not be allowed for straightening of members.

d. Members may be bent cold if necessary where bends are not exceeding 5 provided there is no fracture in the material. Holes adjacent to bends shall punched or drilled after bending. e. f. Cutting, Punching, drilling and fabrication tolerances shall be as per Specification. Butt splicing shall be normally used. The inside angle and outside plate such as to transmit the load. Lap splicing shall be used only for unequal members. The inside angle of lap splice shall be rounded to fit the fillet of the outside angle. All splices shall develop full stress members connected through bolts. Butt as well as Lap splice shall close to the main panel point as possible. relevant

shall be connecting at the kneel in the be made as

g.

Joints shall be so arranged as to avoid eccentricity. As far as possible the use of gusset plates shall be avoided. If unavoidable gusset plates shall be used in accordance with the modern practices. The thickness of such gusset plate required to transmit stress shall not be less than that of members connected. easily possible members or be

h. The tower structures shall be accurately fabricated such that it shall be to bolt the members together at site without any undue strain in the bolts. i. j. k. l. m. Closing of a angle member by bringing its two legs together will not permitted. Drain holes shall be provided where pockets are likely to hold water. All parts shall be accessible for inspection & cleaning. All similar parts shall be made interchangeable. Sections and plates shall be cut to size by shearing or saw cutting

only.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

103 OF 517

n. 2.4.3

No bolt hole shall be more than 1.6 mm larger than the corresponding diameter. Drilling and Punching

bolt

a. Holes for bolts shall preferably be drilled. Punched holes are also acceptable. However all holes in plates & sections over 12 mm thickness shall only be drilled through the sections. b. The holes must be square with the plate & the walls of holes must be perfectly circular without any tolerance. c. parallel. The holes

All burrs left by drill or punch shall be removed. When the tower in position, the holes shall be truly opposite to each other. Drilling defective holes shall not be permitted. The strain plate shall be chamfered properly & sharp edges removed. Minimum bolt spacing, rolled edge distance and sheared edge distance from the center of bolt hole shall be maintained as under Bolt diameter (mm) 16 12 Hole diameter (mm) 17.5 13.5 Minimum Bolt Spacing (mm) 40 32 Min. Rolled distance (mm) 20 16

members are or reaming of

d. e.

of

sections

Min. Sheared edge distance (mm) 23 20

2.4.4

Erection Mark Each individual member shall carry an erection mark conforming to given to it as per drawing. It shall be marked with marking dies of galvanizing. The marking shall be such that it shall be visible after addition to the punched erection mark the identification number shall each member in indelible black ink. component number 16 mm size before galvanizing also. In also be painted on

2.4.5

Galvanising All the tower members including stubs shall be fully Hot dip galvanized. Galvanising shall be done only after all the fabrication work is completed. No fabrication work shall be done on any galvanized member. Zinc coating shall not be less than 610 gm. per sq. m.

2.4.6 a.

Fasteners, bolts, nuts & washers All bolts & nuts shall conform to relevant Indian Standard specification as They shall be galvanized & shall have hexagonal heads & nuts. The be forged out of solids, truly concentric and square with the shank be perfectly straight. applicable. heads shall which must

b.

Fully threaded bolts shall not be used. The length of bolt shall be such that the threaded portion will not extend into the place of contact of the members. bolts shall be threaded to take the full depth of the nut & threaded enough permit firm gripping of the members but not further.

All to

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

104 OF 517

c. d.

It shall be ensured that the threaded portion of each bolt protrudes than 3 mm and not more than 8 mm when fully tightened.

not

loss

All nuts shall fit hand tight to the bolt Threads of bolts & nuts shall have a neat fit and shall be such that they can be turned with fingers throughout the length of the bolt threads & they shall be capable of developing full strength of bolts. No bolt shall connect aggregated thickness of more than 3 times its Flat & tapered washers shall be provided wherever necessary. Spring shall be provided for insertion under every nut. These washers shall galvanized steel & positive lock type. The bolts & nuts shall be class 5.0.The ultimate shearing stress on 3160 Kg per sq.cm. Assembled structures shall have bolt heads on the outer face and nuts face. Bolts on joints shall be staggered / spaced such that there fouling of other bolts while tightening of a nut in the group. Tower Accessories Step Bolt Ladder Each tower shall be provided with step bolts on one of the main legs of not less than 16 mm diameter & 175 mm long, spaced not more than 450 mm apart and extending from 3.5 m above ground level to the top of the tower. Each step bolt shall be provided with two nuts on one end to fasten the bolt securely to the tower and button head at the other end to prevent the feet from slipping away. The step bolt shall be capable of with standing a vertical load of not less than 1.5 kN & shall be used as a ladder for climbing the tower. diameter. washers be of bolt electro shall be

e. f.

g. h.

on the inner shall be no

2.4.7 a.

b.

Insulator string and ground wire Clamping arrangement i) For suspension towers, for attaching suspension strings, a suitable swinging hanger on the tower shall be provided so as to obtain requisite clearance under extreme swinging conditions and free swinging of the string. The hanger shall withstand an ultimate tensile strength of not less than 120 kN. For Tension towers, horizontal strain plates of suitable dimensions shall be provided on the underside of each power cross arm tip for tension string. Similar strain plate shall be provided on the top for ground wire tension clamps. For ground wires at suspension towers suitable U Bolts, strong enough to withstand the full designed loads shall be provided to accommodate the hook of the ground wire suspension clamp.

ii)

iii)

2.4.8

Stub setting template Stub setting templates shall be arranged by the contractor at his own cost for all types of towers & their respective extensions. The number of such templates shall be decided by the contractor depending on the work schedule.

2.4.9

Drawings

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

105 OF 517

a.

Standard Tower drawings issued by Maharashtra State Electricity Transmission Company Limited shall be furnished to the successful bidder based on which the manufacturer shall prepare tower drawings, shop fabrication drawings and bill of material for each type of tower. The drawings and the bill of material shall be submitted for approval of the purchaser in four sets. Manufacturing shall be taken up only after the drawings and the bill of material are approved by the purchaser / MSETCL. b. On approval and after fabrication & inspection of prototype the contractor shall submit 6 copies of all fabrication drawings for Purchasers records marked as `Final Drawings. All the comments / corrections made during drawing approval & during proto-inspection shall be incorporated in these drawings.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

106 OF 517

3.0 ACSR CONDUCTOR


3.1 Scope This specification covers design, manufacture, testing at manufacturers works, inspection before dispatch, packing and delivery of Aluminum conductor steel reinforced (ACSR) power conductor PANTHER for 100 kV transmission line. 3.2 Standards The rating, performance and testing of ACSR conductor shall conform to the latest revision of the relevant Indian Standards. 3.3 PRINCIPAL PARAMETERS The offered ACSR conductor shall be Panther. It shall meet the technical parameters furnished below and the general technical requirements at Clause 4.0 of this specification. Sr. No. 1.0 1.1 1.2 2.0 2.1 Parameter Stranding & wire diameter Aluminum Steel No. of strands Steel a) Center b) First Layer 2.2 Aluminum a) First layer b) Second layer 3.0 3.1 3.2 4.0 5.0 6.0 7.0 Area of Cross Section Aluminum Total Section Overall Diameter Approximate weight Calculated DC Resistance at 20 Deg. C Minimum breaking load Sq. mm Sq. mm mm kg / km Ohm/ Km kN 212.1 261.5 21.00 974 0.14 89.67 No No 12 18 No No 1 6 No/ mm No/ mm 30 / 3.00 7 / 3.00 Unit Desired Requirement

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

107 OF 517

8.0 9.0 9.1 9.2 9.3 10.0 10.1

Modules of elasticity Details of Aluminum Strand Minimum breaking load before stranding Minimum breaking load after stranding Maximum DC resistance of strand at 20 Deg. C Details of steel strand Minimum stranding Minimum stranding breaking load of strand before

kg/sq x106

cm

80

kN kN Ohm/ Km

1.17 1.11 4.107

kN

9.29

10.2 10.3 3.4 3.4.1 3.4.2 a.

breaking

load

of

strand

after

kN gm/ sq. m

8.83 260

Minimum weight of Zinc coating

GENERAL TECHNICAL REQUIREMENT The conductor shall be suitable for satisfactory operation under the tropical climatic conditions furnished. Material The conductor shall be manufactured from EC grade aluminum rod suitably hard drawn on wire drawing machines only. The mechanical & electrical properties of aluminum wire shall comply with requirements given in relevant standard. Galvanized steel wire shall be drawn from high carbon steel rods produced by either acidic or basic open hearth process, electric furnace process or basic Oxygen process. The mechanical and electrical properties of aluminum wire shall comply with the requirement given in relevant standard. The suggested chemical composition of high Carbon Steel wire is given below for guidance. Sr. No. 1.0 2.0 3.0 4.0 5.0 Element Carbon Manganese Phosphorous Sulphur Silicon Percentage Composition 0.5 to 0.85 0.5 to 1.10 0.35 or less 0.045 or less 0.10 to 0.35

b.

c.

The zinc used for galvanizing shall be electrolytic high grade zinc of not less than 99.95 % purity. It shall conform to IS : 209. Galvanising may be done by hot process. Natural grease (Lithium Soap grease) may be applied between layers of wires. Freedom from defects

d.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

108 OF 517

The wires shall be smooth and free from all imperfections such as spills, splits, slag inclusion, die marks, scratches, pitting, blowholes, projections, looseness, overlapping of strands, chipping of aluminum layers and all such other defects which may hamper the mechanical & electrical properties of the conductor 3.4.3 a. Wire Size The aluminum and galvanized steel wires for the stranded conductor shall have diameters specified in clause 3.0. The diameter of steel wire shall be measured over zinc coating. A tolerance of + 1 % only is permitted on the nominal diameter of the A tolerance of + 2 % only is permitted on the nominal diameter of the Steel Wire. Joints in wires No joints shall be permitted in the aluminum wire in the outer most layer of the ACSR conductor. Joints in inner layer are permitted. No two such joints shall be less than 15 m apart. Such joints shall be made by cold pressure butt-welding. There shall be no joints in steel wires forming the core of the steel Aluminum conductor. Stranding The wires used in the construction of the ACSR conductor shall before all the relevant requirements of this specification. The lay ratio of the different layers shall be within following limits. Sr. No. 1. 2. Description Steel wire Aluminum a) 12 Wire layer b) 18 Wire layer 21 14 14 11.25 Maximum 30 Minimum 20 stranding satisfy reinforced Aluminum wire. Galvanised

b. c. 3.4.4 a.

b. 3.4.5 a. b.

The mean lay ratio shall be taken as the arithmetic mean of the relevant max. and min. values given above. c. d. 3.4.6 The successive layers shall have opposite directions of lay. The outer most layer shall be right handed. The wires of each layer shall be evenly and closely stranded. The lay ratio of any aluminum layer shall not be greater than the ratio layer immediately beneath it. Standard length The conductor length in each drum shall be in a standard length of 1400 m. A higher standard length is also acceptable. A tolerance of + 5 % on the standard length shall be permitted. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL of the aluminum

109 OF 517

3.4.7

The successful bidder shall submit six copies of the stringing charts for ACSR conductor Panther showing initial and final sags and tensions for various temperatures and spans along with one tracing of the same.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

110 OF 517

4.0 G.I. EARTH WIRE 7/3.15mm


4.1 Scope This specification covers design, manufacture, testing at manufacturers works, inspection before dispatch, packing and delivery of 7 / 3.15 mm M.S. galvanized ground wire for use on 100 kV Transmission lines. 4.2 Standards The rating, performance and testing of the Galvanised steel wire shall conform to the latest revisions of the relevant Indian Standards. 4.3 Principal Parameters The offered 7 / 3.15 mm M.S. galvanized Ground Wire shall meet the technical parameters furnished below and the general technical requirements of clause 4.4 of this specification. Sr. No. 1.0 2.0 Parameter Stranding and wire diameter Single wire before stranding a) Diameter b) Minimum breaking load 3.0 Lay length a) Maximum b) Minimum Minimum breaking load of stranded wire Percentage elongation at break on complete strand Minimum ultimate individual strand tensile strength of Nominal Maximum Minimum Unit No / mm mm mm mm kNf mm mm KNf % N/ Sq.mm mm Requirement 7 / 3.15 3.15 +3.23 -3.07 8.57 265 123 58.45 4 (min) 1100 9.45

4.0 5.0 6.0 7.0 8.0

Nominal overall diameter of stranded wire Zinc coating a) Duration b) No of Dips c) Weight of coating

Minutes No gm / Sq. m m

1 min 3 260 2000

9.0

Normal length without joint or weld in the same wire

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

111 OF 517

4.4 4.4.1 4.4.2 4.4.3

General Technical Requirement The ground wire shall be suitable for satisfactory operation under the tropical climatic conditions furnished. The ground wire shall be manufactured from steel produced by a suitable process. The steel wire shall not contain sulphur & phosphorous in excess of 0.05 percent each. The steel wire shall be evenly and uniformly coated with zinc of 99.9 % purity. The zinc coating shall be heavy. The individual wires after galvanising shall be smooth, free of inequalities, spills or splits before stranding. The wires shall be stranded together such that for an evenly distributed pull applied at the end of completed strands each wire will take an equal share of the pull. The ground wire shall be smooth and free from all imperfections such as spills, slag, die marks, scratches pitting, blow holes projections, overlapping of strands such defects which may hamper the mechanical properties of the wire. The ground wire shall be supplied in a standard length of 2000 mtrs. Joints are not permitted. splits, and all

4.4.4 4.4.5

4.4.6

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

112 OF 517

5.0 11 KV DISC INSULATORS


5.1 Scope This specification covers design, manufacture, testing at manufacturers works, inspection before dispatch, packing and delivery of Disc Insulators for 100 kV Transmission lines. 5.2 Standards The rating, performance and testing of the disc insulators shall conform to the latest revisions of the relevant Indian Standards. 5.3 Principal Parameters The Disc insulators offered shall meet the technical parameters furnished below and the general technical requirements of Clause 5.4 of this specification. 5.3.1 5.3.2 The insulator string shall consist of standard 11 kV discs for a 132 kV transmission system. The main characteristics of the string shall be as under : Sr. No. Type of String Disc Size (D x H) (mm x mm) Minimum creepage distance (mm) Total/ protected 320/150 320/150 320/150 320/150 No. of discs in a string (no) Electromechanical strength of insulator string (KN) 70 2 x 70 120 2 x 120

1. 2. 3. 4. 5.3.3

Single Suspension Double Suspension Single Tension Double Tension

255 x 145 255 x 145 255 x 145 255 x 145

9 2x9 10 2 x 10

The electrical characteristics of the 132 KV String shall be as under : Sr. No. 1. 2. 3. Parameter Lightning Impulse withstand voltage (dry) Power frequency withstand voltage (wet) Mechanical facility load Unit kV peak kV RMS kN Suspension 650 300 70 Tension 650 300 115

5.4 5.4.1

General Technical Requirement The disc insulators shall be suitable for satisfactory operation under the tropical climatic conditions furnished elsewhere. The insulators shall be cap & pin type with ball & socket

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

113 OF 517

arrangement to be used in suspension and tension string form for anchoring of conductors on 132 kV Transmission Lines. 5.4.2 a. Porcelain The porcelain used in the manufacture of the shells shall be ivory white, nonporous, of high dielectric, mechanical and thermal strength, free from internal stresses, blisters, laminations, voids, foreign matter, imperfections and other defects. The porcelain shall not be affected by climatic conditions, acids, alkalies, dust etc. The discs shall be manufactured by wet process & shall be vetrified.

b.

The surface in contact with cement shall be rough. All other exposed surfaces shall be glazed with ceramic material. The thickness of glaze shall be uniform throughout and colour shall be brown. The glaze shall have visible luster and smooth on surface. The glaze shall remain under compression on the porcelain body throughout the working temperature range. 5.4.3 a. Metal Parts The cap shall be of malleable cast iron and the ball pin shall be made with drop forged steel. They shall be in one single piece & shall be hot dip galvanized. The pin shall be of high tensile steel drop forged and heat treated. The cap shall be cast with good quality black heart malleable cast iron and annealed. Galvanising shall be by hot dip process with heavy coating of zinc of very high purity.

b.

The pin and cap shall be designed to transmit the mechanical stresses to the shell by compression and develop uniform mechanical strength in the insulator. The cap shall be circular with concentric inner & outer surfaces. It shall not yield or distort under loaded condition. The pin ball shall move freely in the cap socket during assembly, erection & when the string is placed in position. c. The metal cap shall be free from cracks, seams, air holes, blow holes and rough All metal surfaces shall be perfectly smooth to avoid any corona. 5.4.4 Cement to be used as filler material shall be quick setting fast curing Portland It shall not cause fracture by expansion or shall not loosen by contraction. The shall not chemically react with metal parts in contact with it. Its thickness shall small as possible & shall be uniform. 5.4.5 edges. cement. cement be as

The design of the insulator shell shall be such that stresses due to expansion and contraction in any part shall not lead to deterioration. Shells with cracks shall be eliminated by temperature cycle test followed by mallet test. The shells shall be dried under controlled conditions of humidity and temperature. 5.4.6 All the ferrous parts shall be hot dip galvanized. The zinc shall conform to grade Zn 99.5. The zinc coating shall be uniform smoothly adherent, reasonably bright, continuous and free from impurities such as flux, ash, rust stains white deposits & blisters. 5.4.7 The security clip to be used as locking device for ball & socket coupling shall be made of phosphor bronze or stainless steel. It shall be R shaped hump type to provide for positive locking of the coupling. The legs of security clip shall allow for spreading after installation to prevent complete withdrawal from the socket. The locking device shall be corrosion resistant and of sufficient mechanical strength. W type security clips are also acceptable. The hole for the security clip shall be countersunk.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

114 OF 517

5.4.8

The dimensions of ball & socket shall be 16 mm. The nominal disc diameter shall be discs 255 mm with a tolerance of + 11 mm further ball to ball spacing between two shall be 145 mm with a tolerance of + 4 mm. The insulators shall be compatible for use with hot line or live line maintenance techniques, so that usual hot line operations can be carried out with ease, speed and safety.

5.4.9

5.4.10 Insulator strings shall be formed with standard discs for use on 132 kV transmission system. The size of disc, numbers to be used, the electro-mechanical strength, creepage distance along with string characteristics shall be as specified. 5.4.11 5.4.12 The insulator units after assembly permitted by Indian Standards. shall be concentric coaxial within limits as

Each disc insulator shall be legibly and indelibly marked with the trade mark of the supplier, the year of manufacture, the guaranteed combined mechanical & electrical strength in Kilo Newton (KN) to facilitate easy identification. The markings shall be on porcelain portion of the insulator. It shall be printed & shall be applied before firing.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

115 OF 517

6.0 Conductor Accessories


6.1 Scope This specification covers design, manufacture, testing at manufacturers works, inspection before dispatch packing and delivery of ACSR conductor accessories such as Mid span joints, Preformed armor rods, Vibration dampers, Repair sleeves and PG Clamps suitable for ACSR Panther conductor. 6.2 Standards The rating, performance and testing of the conductor fittings & accessories shall conform to the relevant Indian Standards. 6.3 63.1 Principle Parameters The fittings and accessories offered shall be suitable for ACSR conductor PANTHER The basic parameters of PANTHER conductor are as follow: a) b) c) d) e) f) 6.3.2 6.3.3 Overall diameter of conductor No. of strands of aluminum Diameter of aluminum strand No. of strands of steel Diameter of steel strand Overall area of cross section : : : : : : 21.0 mm 30 3.0 mm 7 3.0 mm 261.5 Sq. mm

The fittings shall be used on 100 KV double Circuit overhead transmission line. The material for various components / items shall be as follows : a) b) c) d) e) f) h) i) Repair Sleeve Conductor for ACSR joint for Electrolytic grade extruded tube Electrolytic grade extruded tube 99.5 % 99.5 % purity purity aluminum aluminum

Mid span compression for ACSR conductor Preformed armour ACSR conductor U-bolts Plain Washers Spring Washers Cotter Pin Vibration damper clamp rods

Aluminum wire of high tensile strength heat treated. Forged steel Forged steel Spring Steel Forged steel Aluminium Alloy of this

6.3.4

They shall also meet the general technical requirements furnished at clause 6.4 specification.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

116 OF 517

6.4 6.4.1

General Technical Requirements All parts of fittings shall be suitable for use in atmospheric condition indicated elsewhere in the specification. All ferrous parts except those made of stainless steel shall be protected by hot dip galvanising. Spring washers shall be electro galvanized. All castings shall be free from blowholes and other casting defects such as cracks etc. The surface shall be as smooth as possible. The tension joints shall be so designed that strength of complete joint shall not be less than 95 % of the minimum breaking load of the conductor under tension.

6.4.2 a.

Mid span compression joint The mid span compression joint shall be suitable for joining two ends of the power conductor. The joint shall have a conductivity of an equivalent length of conductor. The joint shall not permit slipping of, damage to or failure of the complete conductor at a load of not less than 95 % of ultimate tensile strength of the conductor. The electrical resistance of the joint after installation shall not exceed 75 % of the measured resistance of equivalent length of conductor. The components of the joint shall consist of aluminum sleeve for aluminum strands and steel sleeve for steel strands of the ACSR conductor. The steel sleeve shall be hot dip galvanized. Aluminum sleeve shall be manufactured and extruded out of EC grade aluminum with a purity of not less than 99.5 % . Tapered aluminum filler plugs shall be provided at the line of demarcation between compression and noncompression zones. Repair sleeve for Power conductor The repair sleeve for power conductor shall be used for repairing the ACSR conductor when a few strands of the Aluminum conductor of the outer layer are damaged due to scratches, kinks abrasions or cuts. It shall be of compression type, manufactured and extruded out of EC grade Aluminum having a purity of 99.5 %. The sleeve shall be in two halves with a seat provision for sliding of the keeper piece. The edges of the seat as well as of the keeper piece shall be so rounded that the conductor strands are not damaged during installation. The outer body of the sleeve shall be smooth, even and with rounded off edges. The compressed conductor with the repair sleeve shall not permit damage or failure of the conductor at a load of not less than 95 % of the ultimate tensile strength of the conductor. The electrical resistance of the repaired portion shall not exceed 75 % of the measured resistance of an equivalent length of conductor. Preformed Armor Rod A wire of high tensile strength of suitable Aluminum alloy shall be used for the manufacture of Preformed Armor Rods. The tensile strength of the wire shall not be less than 35 Kg per Sq. mm. The conductivity of the wire shall not be less than 40 % of IACS ( International Annealed Copper Specification.) The rod shall be in the form of a right hand helix. The PA Rod when fully assembled on the ACSR conductor shall envelop it fully and clasp it firmly by spring action. The rod shall be marked in its center with black paint. No joints shall be permitted in the individual rods. The length of the rod, No of Rods per set and diameter of wire shall be as indicated on the enclosed drawing.

b.

6.4.3 a.

b.

6.4.4

6.4.5

Parallel Grove clamps

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

117 OF 517

Forced wedge type clamps shall be used for giving jump connection at Anchor Points. All the bolts, nuts & washers shall be hot dip galvanized. 6.4.6 a. Vibration Dampers for Power Conductor The vibration damper shall be of stock bridge 4 R type suitable for use on ACSR conductor Panther on 100 kV Transmission line. These dampers shall be used at all suspension and tension points at each and every span to damp out the vibrations of the conductor to the desired level. The clamp of the vibration damper shall be made of aluminum alloy. It shall be suitable for supporting the damper during installation and prevent damage to the conductor during erection or subsequent continued operation. The clamp shall have sufficient grip to maintain the damper in position on the conductor without damaging the strands or causing premature fatigue of the conductor under the clamp. The groove of the clamp body and clamp cap shall be smooth, free of projections which could cause damage to the conductor when the clamp is installed. Clamping bolts shall be provided with self locking nuts and designed to prevent corrosion of the threads and / or loosening during service. The messenger cable of the damper shall be made of high strength steel at least 130 kg / sq.mm heavily galvanized. It shall be preformed and post formed to prevent subsequent drop of weights & to maintain consistent flexural stiffness in the cable while in service. The messenger cable shall be suitable & effectively sealed to prevent corrosion. The damper mass shall be made of hot dip galvanized cast iron or a permanently moulded cast zinc alloy. The inside and outside surfaces of the damper shall be smooth. The damper assembly shall be electrically Conductive to reduce radio interference. The vibration damper shall be suitable for installation & removal from energised line by means of hot line technique. The dynamic characteristics as well as the vibration analysis of the system with and without damper shall be submitted along with the bid.

b.

c.

d. e. f. g.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

118 OF 517

7.0 Earth wire Accesories


7.1 Scope This specification covers design, manufacture, testing at manufacturers works, inspection before dispatch, packing and delivery Ground wire accessories for use on 100 kV overhead transmission line. The accessories / hardware shall be suitable for 7 / 3.15 mm ground wire & shall comprise of mid span compression joint, copper earth bond, vibration damper, suspension clamp. Tension clamp PG clamp and Repair sleeve. 7.2 Standards The rating, performance and testing of the accessories shall conform to the latest revisions of the relevant Indian Standards. 7.3 7.3.1 Principal Parameters The Hardware, fittings and accessories offered shall be suitable for 7 / 3.15 mm G.I. Ground Wire. The basic parameters of the ground wire are as follows : a. b. c. d. 7.3.2 7.3.3 No. of Strands Wire diameter Overall diameter of stranded ground wire Minimum breaking load of stranded wire 7 Nos 3.15 mm 9.45 mm 58.45 KNf 100 kV

The Hardware, fittings & accessories shall be used for the ground wire on overhead transmission line towers. The material for various components / items shall be as follows : a) b) c) d) e) f) g) Mid Span Compression joint Suspension clamp for ground wire Tension clamp Eye hook / Anchor Shackle / U-Bolt Plain Washers Spring Washers Security dip / Split Pin Vibration damper clamp

Mild steel hot dip galvanized Malleable cast iron / forged steel Mild steel hot dip galvanized Forged Steel Spring steel Stainless steel grade Phosphor bronze Aluminium alloy requirements EN-58 (A) or

7.3.4

They shall also meet the requirements of the general technical furnished at Clause 7.4 of this specification.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

119 OF 517

7.4 7.4.1

General Technical Requirement All parts of the accessories shall be suitable for use in atmospheric condition indicated elsewhere in the specification. All ferrous parts except those made of stainless steel shall be protected by hot dip galvanising spring washers shall be electro galvanised. All castings shall be free from blowholes and other castings defects. The surface shall be as smooth as possible. The tension joints shall be so designed that strength of complete joint than 95 % of the minimum breaking load of the ground wire. shall not be less

7.4.2 7.4.3 7.4.4 avoid 7.4.5

The threads in nuts & in tapped holes shall be cut after galvanising & shall be lubricated or greased. All other threads shall be cut before galvanising. Fittings intended to connect conductors of two dissimilar metals shall be harmful bimetallic corrosion when erected. designed on to

All fittings & accessories shall be so designed that the effects of vibration both conductor & the fitting is minimized. Mid Span Compression joint The mid span compression joint shall be suitable for jointing two lengths of of size 7 / 3.15 mm & of 110kg per sq. mm tensile strength.

7.4.6 a. b.

ground

wire

The joint sleeve shall be made of high strength mild steel tubes with aluminum sleeves and shall easily be compressible with a 100 Tonne capacity hydraulic compressor. The joint shall have conductivity of an equivalent length of ground wire. Flexible copper earth bond The Flexible copper earth bond shall be made of tinned flexible copper cable of size 37 / 7 / 0.417 with 9.81 mm diameter and copper equivalent area of 34 sq. mm. The length of cable shall not be less than 500 mm. Two tinned copper lugs shall be crimped to either ends of the flexible cable. Two 16 mm dia 40 mm long hot dip galvanised bolts with nut & lock washer shall also be provided.

7.4.7

7.4.8 a. b.

Vibration damper Stockbridge 4R type vibration dampers shall be used at all suspension & tension points on the ground wire in each span to damp out the vibrations of the ground wire. The clamp of the vibration damper shall be made of aluminum alloy. It shall be capable of supporting the damper during installation and prevent damage of the earth wise during erection & continued operation. The clamp shall have sufficient grip to maintain the damper in position on the earth wire without damaging the strands. The grooves of the clamp body & clamp cap shall be smooth. The messenger cable of the vibration damper shall be made of high strength steel with a minimum strength of 136 Kg / Sq.mm & preformed in order to prevent subsequent drop of weight in service. The no of strands shall be 19. Clamping bolts shall be provided with self locking nuts and designed to prevent corrosion of the threads or loosening during service.

c.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

120 OF 517

d.

The damper mass shall be made of hot dip galvanized cast iron or a cast zinc alloy. The castings shall be free from defects. The inside & outside surfaces of the damper masses shall be smooth. Suspension Clamp The suspension assembly shall be suitable for 7 / 3.15 mm ground wire. The suspension clamp shall be conventional type of malleable cast iron or forged steel. The slip strength of the suspension clamp assembly shall not be less than of the breaking load of the ground wire. Further minimum failing load shall not than breaking load of the ground wire. 25 be % less

7.4.9 a. b. c.

d. e. f. 7.4.10 a.

All ferrous parts shall be Hot dip galvanized & the spring washers shall be electro galvanized. The suspension clamp shall be suitable for fixing on top of the transmission tower via a eye hook which shall be of forged steel. A keeper piece shall be provided in the clamp body alongwith two U-bolt to fix earth wire in the clamp. Tension Hardware The tension hardware shall be used at all tension towers for anchoring the 7 /3.15 mm galvanized steel ground wire. The hardware assembly shall comprise Bolted type / compression type tension clamp with two D shackles. The tension clamp shall be attached to the horizontal strain plate of the tower body by means of a D shackle. The Tension hardware assembly shall give adequate area of support without any strip to the ground wire under normal working tension and vibration conditions. It shall be designed such that it shall not produce any hindrance to the movement of the damp in horizontal and vertical directions. The strip strength of the tension hardware assembly shall not be less than of the ultimate strength of the ground wire. The ultimate strength of the clamp individual components shall not be less than that of the ground wire. Repair Sleeve for ground wire Repair sleeve shall be used for repairing the ground wire when a few strands of the ground wire in the outer layer are damaged. The sleeve shall be compression type. The sleeve shall be of mild steel & shall be hot dip galvanized. The length of the sleeve shall be at least 205 mm with a diameter of 18.4 mm before compression & 15.8 mm after compression & shall fit on the ground wire with a diameter of 9.45 mm. The compressed ground wire with sleeve shall not fail at a load of not less than 95 % of the ultimate tensile strength of the ground wire. The electrical resistance of the repaired of the measured resistance of an equivalent length of ground wire. PG Clamps 95 and % the

b.

c.

7.4.11 a.

b.

c.

7.4.12

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

121 OF 517

Forced wedge type clamps shall be used for giving jump connections at anchor points. All the bolts, nuts & washers shall be hot dip galvanized. 7.4.13 All current carrying parts shall be so designed and manufacturing that the contact resistance is reduced to a minimum. The design of metal parts and their mating surfaces in contact with ground wire shall be such as to prevent corrosion of contact surfaces. The suspension & tension clamps shall be malleable Cast Iron or Forged steel. D-shackles clevis, U-bolts cotter pins and other components shall be manufactured from drop forged steel, Bolts, nuts and washers shall be hot dip galvanized.

7.4.14

7.4.15 Die compression areas shall be clearly marked on components which are to be pressure compressed. The inscriptions etched on metal shall be distinct, legible and shall not wear out in the course of normal handling.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

122 OF 517

8.0 Line Hardware


8.1 Scope This specification covers design, manufacture, testing at manufacturers works, inspection before dispatch, packing and delivery of insulator Hardware fittings to site suitable for ACSR 120 KN for use on 100 kV overhead transmission line. 8.2 Standards The rating, performance and testing of the insulator hardware fittings shall conform to the latest revisions of relevant standards. 8.3 8.3.1 8.3.2 Principal Parameters The insulator hardware fittings shall meet the technical parameters furnished below and the general technical requirements of clause 8.4 of this specification. The insulator string characteristics shall be as under : Sr. No. 1. 2. 3. 4. 5. 6. 8.3.3 Characteristics No. of standard discs Size of each disc Diameter x height Power frequency voltage (wet) with stand Unit No mm kV rms kVp kVp kN suitable for ACSR Single/ Double Suspension 1 x 9 / 2 x9 255 x 145 230 550 265 70/ 140 Single/ Tension Double

1 x 10 / 2 x 10 255 x 145 230 550 265 120 / 240 with following

Lightning impulse with stand voltage (dry) Power frequency voltage (dry) withstand

Mechanical failing load shall be

The hardware characteristics. a. b. c. d. e. f.

`PANTHER conductor 21 mm 30 3 mm 7 3 mm

Overall diameter of conductor No. of strands of aluminium Diameter of aluminimum No. of strands of steel Diameter of strands of steel Overall area of cross section

261.5 Sq.mm

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

123 OF 517

g. 8.4 8.4.1

Ultimate Tensile Strength

9290 Kg

General Technical Requirement All parts of the Tension & Suspension hardware shall be suitable for use in atmospheric condition indicated elsewhere in the specification. All ferrous parts except those made of stainless steel shall be protected by hot dip galvanising. Spring washers shall be electro galvanized. All castings shall be free from blow holes and other casting defects such as cracks etc. The surface shall be as smooth as possible. All the hardware fittings shall confirm to the best modern practices adopted for Extra high voltage. The manufacturing process and quality control shall be such as to give maximum possible working load highest mobility. Sharp edges, scratches shall be avoided. All surfaces must be clean, smooth without any cuts a projections. The corona and radio interference performance materials shall be satisfactory. & of the

8.4.2

8.4.3

8.4.5 The dimensions of the ball and socket shall be 16 mm. Ball fittings & shall be made of class IV steel. They shall be normalized to achieve the minimum breaking strength specified. Before galvanising of ball fittings, all die flashing on the shank & on the bearing surface of the ball shall be carefully removed without reducing the dimensions below the requirements. 8.4.6 Socket fittings shall be made of class IV steel & shall be forged in one shall be normalized to achieve the minimum breaking strength. piece. They

8.4.7 Socket fittings shall be provided with R shaped security clips to provide positive locking against unintentional disengagement of socket from the ball of the insulator. The security clip shall be humped to maintaing the clip in the locked position and shall have both prongs spread to prevent complete withdrawal from the socket when the clip is in locked position. The hole of the security clip shall be on the side of the socket opposite to the socket opening. This hole shall be counter sunk. The clip eye shall be of such design that the same may be engaged by a hot line clip puller to provide for disengagement under energized condition. The security clip shall be made of stainless steel or phosphor bronze. 8.4.8 The yoke / link plate shall be made of mild steel shearing / cutting of the plate shall be clean without drawn or ragged edges. The grain flow of the yoke plate shall be in the direction of the tensile load. The holes shall be cylindrical, clean cut and perpendicular to the plane of the plate. They shall be free from burrs. All the corners of the plate shall be rounded off with a radius of 3 mm minimum. 8.4.9 Arcing horns shall be provided on the line side & tower side hardware. The arcing horns shall be provided with two bolts for fixing prevent it from sliding or tilting. of the tension in order to

8.4.10

The suspension clamp shall be designed to have maximum mobility in any direction and minimum moment of inertia so as to have minimum stress on the conductor in case of oscillation. The suspension clamp shall have a slip strength of about 29 kN. The assembly shall be smooth without any cuts, grooves, abrasions, projections etc. The tension hardware shall be bolted type with minimum of 4 bolts & shall be ball & socket type with R type stainless steel security clip. The single tension hardware shall comprise a u shackle, a ball link with horn holding arrangement, socket eye, adjustable arching horn on tower side & line side & bolted type clamp body. The double SIGNATURE OF AUTHORISED NMMC OFFICIAL

8.4.11

SIGNATURE OF TENDERER

124 OF 517

tension top hardware shall comprise a U- shackles, link, yoke plate with holes for fixing arcing horns, arching horns on tower & line side, Ball clevis, socket clevis ( two nos. each) with R type security clip, bottom yoke plate clevis eye & bolted type clamp body. 8.4.12 8.4.13 The ultimate tensile strength - mechanical and electro mechanical of the suspension and tension hardware shall not be less than that of the ACSR conductor. The material for various components shall be as under : 1. 2. 3. a) b) 4. 5. 6. 7. 8. 9. U-Shackle / link / Ball link with Horn Holding arrangement / Ball clevis / clevis eye Arcing Horns / ball of Horn / Yoke plate Lead end clamp Aluminium Sleeve Steel Sleeve Dead end tension clamp (bolted type) Security clip / locking pins Bolts / Nuts / U-Bolts Plain Washers Spring washers Ball Hook Aluminium - 99.5 % Purity Forged Steel Aluminium Alloy Stainless steel grade Phosphore Bronze Stainless steel Mild steel or wrought iron Spring steel (HTS) Drop Forged Steel EN 8 grade E-58 / Drop forged steel Mild Steel

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

125 OF 517

9.0 Tower Accessories


9.1 Scope This specification covers the design, manufacture and supply of tower accessories such as phase, number, circuit plates, bird guards, Anticlimbing device, tower earthing etc. to be provided for the 100 kV double Circuit Overhead line. 9.2 Standards The accessories shall conform to relevant Indian Standards. 9.3 9.3.1 Principal Parameters The tower accessories shall be fitted on the tower at appropriate level from the ground between 2.5 m to 3.5 m from the ground level and shall be placed such that man standing at the foot of the tower shall be able to clearly identify the same. The locations of these accessories shall be finalized & provision for fixing these accessories on the respective tower members shall be made. Drilling of holes on these members shall be made at the manufacturers works before galvanising. No hole shall be made or punched or drilled at site for this. The anti climbing device shall be provided at a height of 3.0 m General Technical Requirement Following tower accessories shall be supplied and installed on each tower. 9.4.1 100 kV Danger board A 100 kV Danger board shall be provided on each tower at a suitable height. The danger board shall be fabricated from 16 SWG MS plate vitreous enameled on front & back side. The letters & figures shall be red enameled on white enameled background. Necessary nut bolts & spring washers along with clamping arrangement shall also be provided. The boards shall be supplied with inscriptions in local language and English. The Danger Board shall be supplied generally as per enclosed drawing and as per relevant IS. 9.4.2 Number Plate A number plate shall be provided for each tower for identification of The number plate shall be generally as per the enclosed drawing & The plate shall be of minimum 210 mm x 150 mm size and shall be mm thick MS plate vitreous enameled on front & back side. The enameled black & front side white. the tower location. as per relevant IS. fabricated from 1.6 rear side shall be (approx).

9.3.2

9.3.3 9.4

The numbers & letters shall be in Red enameling. The number to be provided for each tower shall be finalized & got approved from Purchaser / KPTCL before supplying the plates. The numbers shall start from one onwards unless specified otherwise. The fixing nuts & bolts shall be hot dip galvanized. 9.4.3 Phase Plate A set of plates comprising of 3 Phase Plates having Red, Yellow and Blue colours enameled in front & black at the back shall be provided for each circuit. The plate shall be SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

126 OF 517

generally as per the enclosed drawing & shall conform to IS 5613. It shall be fabricated from 1.6 mm thick MS plate with a 17.5 mm dia hole for fixing to the tower. Suitable nut bolt along with spring washer shall be supplied along with the Phase Plate. 9.4.4 Circuit Plate Every tower shall be provided with a circuit plate depicting the circuit number (I or II) as per requirement. The plate shall be 200 mm in height & 150 mm wide & shall be fabricated from 1.6 mm thick M.S. Plate vitreous enameled. The letters shall be in Red on White back ground Two nos of 17.5 mm dia fixing holes shall be provided along with suitable Nuts, Bolts & Spring washers. The circuit plate shall be generally as per enclosed drawing. 9.4.5 Bird Guards Saw tooth type bird guards shall be provided for each cross arm of each tower to prevent birds sitting on the location. The bird guards shall be generally as per the enclosed drawing. The bird guard shall be fabricated out of 18 SWG MS sheet, galvanized after fabrication. Two nos of bird guards shall be fixed at each location on the top of the cross arm shoe, duly bent along the angle. Two nos fixing bolts with nuts shall be provided with each bird guard. 9.4.6 Anti climbing device An anti climbing device using barbed wire surrounding the tower shall be provided for each tower. The device shall comprise of provision of MS galvanized angles 50 x 50 x 5 mm fixed on the inside & outside of each leg member of the tower with provision to receive four runs of barbed wire each from inside & outside covering at least 600 mm on all sides of the tower. All the parts of the fixing arrangement shall be hot dip galvanized. A general arrangement of the anti climbing device is as shown in the enclosed drawing. 9.4.7 Pipe earthing Every tower footing shall be provided with a pipe type earth electrode as per the enclosed drawing. The pipe electrode shall be 25 mm dia hot dip galvanized MS pipe 3000 mm long with 6 mm dia holes drilled crisscross along the length of the pipe 150 mm apart. The pipe shall be driven in the ground at a distance of 1500 mm from one tower leg. A 50 x 6 mm galvanized earthing strip shall be connected from tower to the pipe electrode. The strip shall be bolted at both ends. The pipe electrode shall be generally as per enclosed drawing. 9.4.8 Counterpoise earthing The counterpoise earthing shall consist of four lengths of 7 / 3.15 mm GI earth wire each fitted with a lug at one end for connection to each of the four tower legs. The length of each wire shall be 15 m. The wire shall be buried at 450 mm below the surround ground level radially going away from the center of the tower.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

127 OF 517

10.0 Civil Works


10.1 Scope This specification covers excavation, stub setting, concreting, curing benching & backfilling for Tower foundations in all type of soil for the 100 kV double circuit overhead transmission line. 10.2 Soil Characteristics The soil to be excavated for tower foundations shall be classified as under : a) b) c) d) Normal Soil Wet Soil Rocky Soil (Fissured) Rocky Soil (Hard)

Where the soil is of composite nature, classification will be according to the type of soil which is predominant in the footing. The foundation drawing for the type of soil encountered shall be issued by the purchaser / MSEB for execution. 10.3 10.3.1 Excavation The site on which the tower is to be erected and the area required for setting out and other operations shall be cleared of all obstructions, loose stones, materials and rubbish of all kinds, stumps, brushwood, and trees. The centerlines shall be marked as per the tower foundation drawings furnished by the purchaser / MSETCL. Suitable reference marks & bench marks shall be provided and maintained as long as required. and exactly

10.3.2

Foundation excavation shall include removal of all material of whatever nature whether wet or dry necessary for construction of foundation & sub-structure as per the lines, levels, furnished. 10.3.4

10.3.3

The excavation walls shall be vertical and the pit dimensions shall be such as to allow clearance of 150 mm on all sides from the foundation pad. All excavation walls shall be vertical and the pit dimensions shall be such as to allow clearance of 150 mm on all sides from the foundation pad. All excavations shall be protected so as to maintain a clean sub grade until the footing is placed using shoring etc. Any sand, mud, silt or other undesirable material which may have accumulated in the excavated pit shall be removed before placing concrete. seepage, and cost drilled, due care

10.3.5 The contractor shall arrange for dewatering of any accumulated water due to springs, rain etc. The excavation shall be kept free from water during excavation concreting. 10.3.6 If any slips or blows are encountered, they shall be removed at no to the purchaser so as to provide correct dimensions required. extra

10.3.7 Where rock is encountered the holes for tower footings shall preferably be Blasting shall be avoided as far as possible. If unavoidable, it shall be done with to minimize the use of concrete for filling up the blasted area.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

128 OF 517

10.4

Setting of Stubs The stubs shall be set correctly in accordance with the approved method at the exact

10.4.1

location, aligned precisely to correct levels. Stub setting template shall be used for this purpose.

The leveling instruments shall be used for alignment of the stub in accordance with the line profile. The stubs shall be set in presence of representative of MSEB only. 10.4.2 Following tolerances shall be applicable for position of foundation as a whole with

reference to the tower position as spotted on the survey chart.

Alignment Centre line of the route Transverse center line 10.5 10.5.1 Concreting

0.5 degrees + or 25 mm + or 25 mm

The concrete shall be mixed in a mechanical mixer. However hand mixing may be permitted at difficult locations. The water used for mixing concrete shall be fresh, clean & free from any acids, oils, alkalics.

10.5.2

Mixing shall be continued until there is uniform distribution of material and the mix is uniform in colour & consistency. The mixing shall be done very close to the foundation location. Concrete shall be transported to the place of final laying as rapidly as practicable by methods which shall prevent segregation or loss of any ingredient. The concrete shall be placed and compacted before setting commences. 10.5.3 The concrete shall be laid in 150 mm layers and consolidated well so that the cement cream works upto the top and no honey combing is formed in the concrete. Manual compaction may be permitted at difficult locations at the discretion of the purchaser. After concreting the chimney portion to the required height, the top portion shall be finished smooth with a slight slope towards the outer edge to drain off any rain water falling on the coping & to avoid its ingress in to the stub angle. 10.5.4 In wet locations, the site shall be kept completely dewatered concrete and for 24 hours thereafter. There shall be no disturbance this period. during placement of of water during is

10.5.5

The form work shall be removed 24 hours after concreting or after the concrete fully set whichever is later. If the concrete surface is found defective, the damaged portion shall be repaired with rich cement and sand mortar before the foundation pits are back filled. The concrete drawings. volumes and dimensions of the foundations shall be as

10.5.6 10.5.7

per approved

Steel required for reinforcement of foundations shall be provided by the

contractor.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

129 OF 517

10.6

Curing The concrete after setting for 24 hours shall be cured by keeping the concrete wet continuously for a period of 10 days after laying. The pit may be back filled with selected earth sprinkles with necessary amount of water for a period of 24 hours. Thereafter both the back filled earth and exposed chimney top shall be kept wet for the reminder of the prescribed time of 10 days. The uncovered concrete chimney above the back filled earth shall be kept wet by providing empty cement bags dipped in water fully wrapped around the concrete chimney for curing. It shall be ensured that the bags are kept wet by frequent pouring of water on them.

10.7

Benching

When the line passes through a hilly terrain, for a few foundation locations it may be required to level the ground for casting of tower footings on same elevations. The benching work shall comprise of performing all activities for leveling of the ground as required. It shall include cutting of excess of earth and its disposal. 10.8 Tower Footing Protection Special measures are required for protection of tower footings located close to or in river

10.8.1

stream beds, nallas etc. The work shall include all necessary stone revetment, concreting, earth filling above ground level, providing suitable revetment or GI wire netting and meshing packed with boulders.

10.8.2

On flat ground, the stubs shall be set with their tops above ground level as per design and given a coping. Where the ground surface is irregular, the foundation shall be finished off in a permanent way forming a plinth by side cutting, building a suitable stone revetment on in case of rock foundation by building up with cement. Back filling The quantity of excavated earth obtained from a particular location shall generally be utilized in backfilling work in protection of tower footing of same location, unless it is unsuitable for such purpose. In later case, the backfilling shall be done with borrowed earth of suitable quality irrespective of lead. The consolidation of earth shall however be done after back filling free of cost.

10.9

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

130 OF 517

11.0 Installation
11.1 Scope This specification covers requirements for Erection of Tower Structure, fixing of insulators & accessories, installation of power conductor & Ground wire, including paying out & stringing, tension & sagging, & clipping, jointing, fixing of all other accessories such as number plates, circuit plates, phase plates, anti climbing device etc. as well as final checking Testing, Commissioning & handing of the installation to MSETCL. 11.2 11.2.1 11.2.2 General requirement The scope of erection work shall include supply of labour, tools, plants, consumables, and all incidental expenses related to erection and stringing work. The contractor shall be responsible for unloading of material, proper storage, preservation until the site is ready, transportation to location and sequential erection. The contractor shall also be responsible for safe custody, any loss or damage of all the material, accounting of material received and used. The contractor shall set up at his own cost required number of stores along the line to facilitate movement of material to location. Each store shall be provided with adequate security arrangement. Erection of Super Structure The towers shall be erected on the foundation at least 14 days after the concreting work is completed. They shall be erected as per the erection drawings furnished by the manufacturer. All the members of particular tower shall be delivered to the location & placed such that they shall be accessible for sequential erection. Any damage to the steel and injuring of galvanising shall be avoided. No member shall be subjected to any undue stress during erection. If any defects are found on the hot dip galvanising, zinc rich protection paint shall be applied subject acceptance by the purchaser / MSETCL. The surfaces shall be cleaned before starting assembly 11.4 11.4.1 11.4.2 Assembly Straining of the members shall not be allowed for bringing them into position. If necessary, to match hole position at joints, 450 mm long tommy bars may per permitted. Before starting erection of upper section, the lower portion shall be completely braced and all bolts fitted in accordance with approved drawings. All plan diagonals relevant to a section of tower shall be placed in position before assembly of upper section is taken up. All bolts shall have their nuts facing outside of connections and downwards for vertical bolt connections. the tower for horizontal bolt

11.2.3

11.3

11.4.3 11.4.4

The cross arms shall be completely assembled on ground before lifting to Top cross arms shall be lifted first followed by middle & bottom cross arms. shall be fully tightened before lifting them in position. Such bolts which accessible for tightening by ordinary Tommy spanners shall be tightened by ratchet ring spanner.

position. The tips are not box or

11.4.5

All nuts shall be tightened properly using correct size spanners. It shall be ensured that filler washers are placed in relevant gaps between members before tightening SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

131 OF 517

of nuts. Bolts of proper size and length only shall be used along with one spring washer. The tightening shall progressively be carried out from top downwards. All bolts at every level shall be tightened simultaneously. Four persons, each covering one tower leg shall be positioned for bolt tightening. The threads of bolts projecting outside nuts shall be punched at three locations on the diameter to ensure that the nuts are not loosened in course of time. If during tightening, if a nut is found to be slipping, that bolt together with the nut shall be replaced. All the bolts & nuts in all joints from tower base up to the level of bottom cross arm shall be tack welded after final lightning. Two coats of cold galvanized paint shall then be applied to the welded portion. Alternatively, application of epoxy adhesive on the nut which can serve the purpose of bolt locking and thus prevent pilferage of the tower members is also acceptable. 11.5 11.5.1 Insulator Hoisting The insulator string shall be fixed on the tower just prior to stringing of conductors but only after all the towers have been fully assembled & bolts & nuts tightned. Before hoisting, all the insulators & fittings shall be checked for any physical damage. Damaged insulators if any shall immediately removed from location. They shall be cleaned thoroughly. Oils shall not be used for cleaning. All security clips shall be positioned on the insulators before hoisting. Arcing horns shall be placed along the line on suspension strings and facing upwards for tension strings. The yoke arrangement shall be horizontal for tension and longitudinal for suspension strings. Torque wrench shall be used for fixing various line materials and their components like suspension clamps for conductor earth wire etc. Stringing of Power conductor & Earth wire The activity of installation of power conductor & earth wire shall comprise of delivery of conductor drums at site, Running out (paying out) of conductors, stringing, tensioning & sagging and clipping in. The contractor shall be entirely responsible for any damage to the tower, insulator string or conductor during stringing work. The standard length contained in all drums supplied against the line requirement shall be noted down and drums shall be batched at 3 drums in a batch. At every store site, the drums shall be dumped according to requirement. While deciding the place of dumping of each drum, consideration shall be made of standard, length of batch, extra length for consumption on account of sag, damaged ends of conductors, estimated wastage, inclined spans etc. All drums damaged during storing and handling conductor shall be rewound on new drums before use. shall be discarded and the

11.5.2

11.6 11.6.1

11.6.2 11.6.3

11.6.4 11.6.5

While running out the conductor, care shall be taken that the conductors do not touch or rub against ground or any object which would cause scratches or damage to the strands. The conductor shall be run out of drum from top in order to avoid any damage. The conductor immediately after running out shall be raised at the supports to a level that of the clamp and placed into the running blocks or aerial rollers. The groove of the running block shall be designed such that the seat is semicircular and larger than the diameter of the conductor and it does not slip over or rub against sides. The grooves shall be lined with hard rubber or neoprene to avoid damage to conductor and shall be mounted on properly lubricated bearings.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

132 OF 517

11.6.6

The running blocks shall be suspended in a manner to suit the design of cross arms. All running blocks, especially those at tension ends shall be fitted on the cross arms with jute cloth wrapped over steel and under the strings to avoid damage to the strings as well as to protect the steel work. In case suspension towers are used even for temporary terminations, they shall be well guyed. The drums shall be provided with suitable breaking device to avoid loose running out and to prevent kinking of conductors. The conductors shall continuously be observed for loose or broken strands or any other damage when approaching the end of a drum length, at least three coils shall be left when the stringing operations are stopped. These coils shall be removed carefully & if another length is required to be run out, a compression joint shall be made according to the recommendation of the manufacturer. The joint shall be done with hydraulic compressor only. Repairs to conductors, if any, shall be carried out during running out operations with appropriate repair sleeves. Repairing of conductor surface shall be done only in case of minor damage, scuff marks etc. without affecting the electrical and mechanical safety requirements. The final conductor surface shall be clean, smooth and without any sharp points cuts, abrasions etc. Derricks shall be used where roads, rivers, canals telephones or overhead power lines, railway premises, fences or walls have to be crossed during stringing operations. It shall be ensured that normal services are not interrupted or damage caused to property. Planned shut down shall be obtained when crossing of overhead power lines & railways. The sequence of running out shall be from top downwards. The earth conductor shall be run out first, followed by top, middle and bottom power conductors in succession. Unbalances of loads on towers shall be avoided as far as possible. Outer phases of line conductor shall be strung before the stringing of the middle phase is taken up. Proper guying arrangement shall be made during stringing. Proper tools & instruments shall be made available for checking the tension in the guy wires.

11.6.7

11.6.8

11.6.9

11.6.10 The proposed 100 kV line may run in parallel for certain distances with other existing EHV lines which may remain energized during this stringing work. This may cause dangerous voltage build-ups due to electromagnetic and electrostaticcoupling in the pulling wire conductors & earth wire which although are comparatively small during normal operation may become severe during switching. It shall be the contractors responsibility to take adequate safety precautions to protect the workers from this danger. 11.6.11The bidder shall furnish complete details of the stringing method proposed to be adopted. Before the commencement of the stringing charts for the conductors and earth wire showing the initial and final sags and tensions for various temperatures and spans along with equivalent spans in the lines for shall be submitted approval. 11.6.12All joints on the earth wire & conductor shall be of compression type. Each part of the joint shall be cleared by wire brush to make it free of dirt & rust & properly greased before the final compression is done. All joints shall be made at least 30 mtrs. away from the structures. No joints shall be made over crossings at Roads, Railway & small river only one joints will be allowed in one span per conductor. The joints shall be properly protected during sagging operations while passing over pulleys and rollers. The pulley sleeve size shall be such that the joint with Protector shall pass over it smoothly. 11.6.13Sagging in operation

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

133 OF 517

a.

The conductors shall be pulled up to the desired sags and left in running blocks at least for 1 hour after which the sag shall be rechecked and adjusted before transferring the conductors from running block to suspension clamps. The conductors shall be damped within 36 hours of sagging. The sag shall be checked in the first and the last span and one intermediate The sag shall also be checked when the conductors have been drawn transferred from running blocks to the insulator clamps. span. up and

b.

c.

The running blocks, when suspended from the structure shall be so adjusted that the conductors on running blocks will be at same height as the suspension clamp which it is to be secured.

to

d.

At sharp vertical angles, the sags and tensions shall be checked on both sides of the angle for equal tension. All suspension insulator assemblies shall normally assume a vertical position when the conductor is clamped.

11.6.14 Tensioning & Sagging a. The tension insulator sets complete with clamped conductors shall be the ends away from the tensioning points. The running blocks at ends shall be fitted on the cross arms with tension end with under the strings. The mid span tension joints shall be placed such that a) b) c) c. No joint shall be placed within 15 m of the conductor support. There shall be no joints in important crossings except where the spans are longer than the standard conductor length on the drums. There shall not be more than one joint per conductor in a span. hoisted at the tensioning sacking wrapped

b.

The tension and sagging shall be done in accordance with the approved stringing charts prepared. Initial stringing chart for conductor & final stringing chart for earth wire shall be used for this purpose. The sag shall be checked in a span lying approximately in the middle of a section. Such span shall be as near the length of the ruling span for the section practical. as

d.

e.

Dynamometers shall be employed for measuring tension in the conductor & earth wire. The dynamometers shall have been calibrated with standards instrument in laboratory acceptable to the purchaser / MSETCL. The tension & sagging operations shall be carried out in a calm weather rapid changes in the temperature are not likely to occur. when

f.

11.6.15 Clipping in a. b. Clipping of the conductors in position shall be done in accordance with recommendation of the manufacturer. the

Conductor shall be fitted with armor rods at suspension locations. Vibration dampers shall be provided at all location.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

134 OF 517

c.

The jumpers at the section and angle towers shall be formed to parabolic shape to ensure maximum clearance requirement. Pilot suspension insulator string shall be used at tension points also if found necessary to restrict swing to design value. Fasteners on all fittings and accessories shall be secured in position, the properly opened and sprung in to position. Fixing of accessories All conductor and earth wire accessories shall be installed as per the requirement immediately on conductor / earth wire, clamping. While installing the conductor & earth wire accessories care shall be taken to ensure that the surfaces are cleaned properly. security clip also

d. 11.7

11.8 11.8.1

Earthing Each tower shall be earthed immediately on completion of tower installation. The earth strip shall be connected to the stub member of the tower during concreting of the chimney & taken out horizontally below the ground level. The earth strip shall be provided on the leg with step bolts. The footing resistance of all towers to earth shall not exceed the values specified in IS 3043 after earthing & tower erection but before stringing of overhead earth wire. In case the value exceeds the specified value, multiple pipe earthing or counterpoise earthing shall be adopted. The counterpoise earthing shall be done without interfering with the foundation. It shall consist of four lengths of galvanized steel stranded wires each fitted with a long at one end for connection to the tower leg. The wires shall be connected to arch of the legs & taken radially away from the tower & embedded horizontally. 450 mm below ground, length of this wire shall be minimum 15 m in each direction. However it may be increased if the resistance requirements are to be met. The ground wire used for the tower line shall be used for counter poise earthing. Safety Precautions Following safety precautions shall be strictly followed during the installation work.

11.8.2

11.8.3

11.9

11.9.1

All conductors shall be temporarily earthed in an effective manner at every section point. All such earthing shall be removed after stringing of the line is over but before testing & commissioning of the line The jumps provided at anchor points clearance requirements as specified. shall be of adequate length to satisfy the

11.9.2 11.9.3

On completion of work, all the installation shall be thoroughly inspected & following checked a) b) c) d) e) f)

points

Sufficient back filled earth laying over each foundation pit is adequately compacted. Concrete chimney & coping of each leg is in good condition. All tower members are correctly used, in accordance with the approved drawing & no member is left un erected. All bolts are properly tightened & punched. The stringing of the conductors and earth wire has been done as per approved sag & tension charts and desired clearances are available. All conductor & earth wire accessories are properly installed. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

135 OF 517

g) 11.10

All tower accessories are installed.

Testing & Commissioning

11.10.1After completing the installation work, final checking of the line shall be done by the contractor to ensure that all the foundation works, tower erection, and stringing are done strictly in accordance with the specification. 11.10.2The contractor shall energizing the line. obtain permission from the electrical inspector & MSETCL before

11.10.3The contractor shall co-ordinate with MSETCL authorities for obtaining timely outages on various power lines during stringing work in those portions.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

136 OF 517

12.0 LIST OF APPROVED VENDORS


12.1 A list of vendors of various equipment and material to be used for the 100 kV over head transmission line is furnished herewith. The contractor shall adhere to one these makes only. This list is generally as per the requirements of Maharashtra State Electricity Transmission Company Limited. The contractor shall also ascertain that the offered make of material has type tested, proven and that the type tests have been conducted not earlier years from the date of opening of this tender. of

12.2

been than 5

12.3

This 100 kV transmission line will be a part of Maharashtra State Electricity Transmission Company Ltd.s network after it is energized & handed over to them. As such vendors who are regular suppliers of similar material to MSETCL will be preferred for timely execution & smooth handing over of this project. 12.4 If a vendor meeting other criteria but is not on approved list of MSETCL is selected, it shall be the sole responsibility of the contractor to get approval of the vendor from MSETCL without affecting overall schedule of the project. 12.5 List of Vendors Sr. No. 1. Equipment Name of Vendor

GI Tower Structures

B G Shirke/ Associated Transrail/Urja/Bajaj Elect./K.R.Transmission GKW/ Raj Enterprises/Agrawal Industries/Indian Steel and Wire products/ NEXO Galaxy/Sharawati/Diamond/Prem conductors/Pennar/Apar/Galada/MP Overhead/ NSIC/Sterlite/Kalpesh Bharat Wire/Bhilai Wire/Geekay wire/Mohtta & Heckel/Kalpesh Birla-NGK/WSI/BHEL/Modern Insulators ITPPL/EMI/IAC/National Refractories/ASBES

2.

Fasteners, nuts, bolts

3.

ACSR Conductor

4.

GI Ground wire

5. 6

11 KV Disc Insulators Conductor Hardware

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

137 OF 517

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS
AT BHOKARPADA, DIST RAIGAD.

VOLUME II SECTION II 100/22 KV SUBSTATION ELECTRICAL WORKS


INDEX
Doc. No. TITLE
GENERAL TECHNICAL REQUIREMENT 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 POWER TRANSFORMERS CIRCUIT BREAKERS AIR BREAK DISCONNECTS INSTRUMENT TRANSFORMERS SURGE ARRESTERS CONTROL AND RELAY PANELS SUBSTATION G.I. STRUCTURES 11 KV DISC INSULATORS SUBSTATION HARDWARES CLAMPS AND CONNECTORS BUS POST INSULATORS ACSR CONDUCTOR

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

138 OF 517

Doc. No.
13.0 14.0 15.0 16.0 17.0 18.0 19.0 20.0 21.0 22.0 23.0 24.0 25.0 26.0 27.0 28.0 29.0 30.0 G.I. EARTH WIRE

TITLE

STATION TRANSFORMER BAY MARSHALLING KIOSK MAIN LT AC DISTRIBUTION BOARD LT AUXILIARY DISTRIBUTION BOARDS LT POWER & CONTROL CABLES G.I. TRAYS EARTHING STATIONS BATTERY AND CHARGER POWER LINE CARRIER COMMUNICATION SYSTEM SCADA SYSTEM 22 KV XLPE CABLE SWITCHYARD ILLUMINATION AIR CONDITIONER CABLE LAYING EARTHING TESTING AND COMMISSIONING APPROVED VENDORS LIST

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

139 OF 517

GENERAL TECHNICAL REQUIREMENT


1.0 1.1 Introduction NMMC has constructed a 150 MLD water treatment plant at village Bhokarpada, Dist. Raigad. ter Supply Scheme. The NMMC 22 Kv Substation in the premises of the pump house and water treatment plant at Bhokarpada receives power supply from MSEDCLs Patalganga substation on 22 kV. For meeting the ultimate power supply requirement of about 4.5 MVA and for a reliable power supply for the water treatment plant, NMMC is constructing a 100 / 22 KV substation in the premises of the Water Treatment Plant with a transformer capacity of 2 x 10 / 12.5 MVA ONAN / ONAF rating along with allied switchyard works. This substation is being constructed for MSETCL and the construction work will be supervised by MSETCL engineers. NMMC has already paid the supervision charges to MSETCL. In order to have a smooth co-ordination amongst NMMC, Contractor, NMMC has appointed M/s P.G. Associates Pvt. Ltd. engineering estimation periodic supervision of the work and manufacturers works. They will be associated with NMMC till work. MSETCL and the Electrical Pune for the design, detail inspection of equipment at successful completion of the

1.2

1.3

This specification gives in brief the technical requirements of equipment, material, as well as requirements of installation, testing & commissioning for successfully establishing the 100 / 22 KV, 2 x 10/12.5 MVA MSETCL Switchyard. It is not the intent to specify herein all the details of design and construction of the equipment. However the equipment offered shall confirm in all respects to high standard of engineering design and workmanship. The installation of the switchyard equipment shall be executed in a neat manner and as per good engineering practices. The shop tests as well as pre-commissioning tests at site shall be conducted as per relevant IS and as per requirements of individual equipment as well as the set norms. The ratings, performance, testing at works, installation, testing at site, pre-commissioning checking and commissioning of all the equipment required for this 100 / 22 KV switchyard shall confirm to the latest revisions of all the relevant IS Specification as well as the latest revisions of standard technical specifications of various equipments as prepared by the MSETCL. Site Conditions All the equipment offered shall be suitable for following site conditions.

1.4

1.5

2.0

2.1

The 100 / 22 KV Switchyard is located in the premises of NMMCs water treatment plant at Bhokarpada. Bhokarpada village is located on Panvel Khopoli section of the Mumbai Pune. National highway No. 4 & is about 25 Km from Panvel & 7.0 Km from Khopoli. The yard is located on a 130 M x 100 M plot in the northern corner of the Treatment plant premises. Following are other site conditions Maximum Temperature Minimum Temperature Design ambient Temperature Maximum Humidity Altitude above Sea Level Seismic Condition Atmosphere 40 o C 6oC 45 o C 96 % 50M As per IS 1893 Highly Poluted SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.2

SIGNATURE OF TENDERER

140 OF 517

2.3 2.3.1

The equipment to be supplied by the contractor shall be suitable for following supply system. Power received at 100 KV Voltage Frequency Fault Level : : : 100 kV + 10% to -12.5% 50 Hz + 3% to -3% 40 kA for 1 sec.

2.3.2

Voltage stepped down to 22 KV Voltage : Frequency : Fault Level :

22 kV 50 Hz 26.1 kA for 1 sec.

2.3.3

415 V / 240 V AC supply shall have following voltage & frequency variation Voltage : + 6% to -6% Frequency : + 3% to -3% Fault Level : 50 kA for 1 sec. DC Control Power Voltage 110 V DC supply for equipment control and protection 40 V DC for transducers and for power line carrier communication system Earthing System 100 KV : 22 KV 415 V : 110 V DC + 10% to -20% two wire

2.3.4

48 V DC + 10% to -20% two wire

2.3.5

Solidly earthed : Solidly earthed : Solidly earthed

2.4

Construction power supply is not available at the site. The contractor shall make his own arrangement of power supply during construction works & for equipment testing, transformer filtration etc. Water connection is not available in the switchyard premises. The contractor shall arrange for water at his cost. Brief Description of the work This sub-station is being set up by making line-in-line-out arrangement on the existing 100 KV Kalwa Khopoli transmission line & laying approximately 1.2 Km long 100 KV double circuit line from tap point up to the location of the switchyard. The substation will have a Main bus and Aux. bus configuration with a bus coupler bay connecting the two buses. Two 100/22 kV 10/12.5 MVA power transformers will be provided in the switchyard. The 22 kV bus will be a single overhead bus in two parts- Bus I and Bus II which will be coupled by a 22 kV bus coupler breaker. Two sets of 22 kV bus PTs will be provided, one on each bus.

2.5 3.0 3.1

3.2

3.3

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

141 OF 517

3.4 3.5 3.6 3.7

Four 22 kV out door out going feeder bays will be constructed. Two of these feeders will be used for hooking up to NMMCs existing 22 kV substation in the premises. Two 22 kV 3C x 300 sq. mm XLPE cables from the NMMC feeders to the existing 22 kV substation. Two station transformers 22.5/0.4 kV 200 kVA will be provided to meet the station auxiliaries load. They will be connected to the 22 kV bus through Isolator and HG fuse. A 30.0 M x 12.0 M control room is planned for installation of various indoor equipment such as control and relay panels, PLCC equipments, Battery, Charger, AC distribution boards and such other auxiliary requirements. Scope of Work General 4.1.1 The scope of work shall include, but not limited to the following. However it shall be clearly understood and agreed that carrying out of any and all work & providing any and all work & providing any and all services and facilities as are required for accomplishing an operating system complying fully with all requirements as envisaged complete in all respects and satisfying all performance & guarantee requirements, stated or implied in this tender document shall be the responsibility of the contractor. 4.1.2 During monsoon and other periods it shall be the contractors responsibility to

4.0 4.1

keep the site free from water logging and to keep the equipment covered as per the recommendations of the manufacturer at his cost.

4.1.3

Approvals for all vendor drawings from the MSETCL shall be obtained before commencement of any manufacturing activity at respective works.

4.1.4 Approval of statutory authorities for layouts etc. as necessary must be obtained by the contractor before commencement of the work. Further approval of the installation prior to commissioning shall also be his responsibility.

4.2 Civil works

All the civil works associated with the 100/22 kV switchyard are included in the contractors scope of works. The works will include following minimum scope.

4.2.1

Area development and anti weed treatment

4.2.2

Tower and gantry foundations

4.2.3

Equipment support foundations and transformer foundations

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

142 OF 517

4.2.4

Cable trenches

4.2.5

Oil Soak Pit for transformer oil drainage

4.2.6

gravel spreading

4.2.7

Compound wall and switchyard fencing

4.2.8

Approach road and internal road.

4.2.9

Control Room

4.3 4.3.1 4.3.2

On the basis of this document, the technical specification, the bill of material and the drawings enclosed herewith the contractor shall perform following activities The contractor shall prepare final bill of material of all items as required and obtain approval of the owner before taking up procurement of the same. The contractor shall prepare the cable & termination schedule of all the cables to be procured & laid in the switchyard. This schedule shall be based on the tentative cable schedule to be issued by the owner & the various equipment being supplied by the contractor. The cables & termination material shall be procured accordingly. MSETCL will furnish an indicative earth mat drawing based on which the contractor shall prepare a bill of quantity of earthing material for him to take up procurement of the same. The contractor shall also prepare relay co-ordination scheme for the protection scheme offered by him in consultation with the MSETCLs concerned testing division & calibration of all the relays be set accordingly. The contractor shall prepare testing & commissioning schedule of various equipment to be tested at manufacturers works as well as for site tests & keep proper record of such tests. The contractor shall on completion of all work, prepare operation & maintenance manual and arrange to hand over the installation to MSETCL duly complying any defects pointed out by purchaser/MSETCL during taking over the same. The work shall include but not limited to the following Supply, manufacturing / fabrication, shop testing, installation, site testing, commissioning & handing over to MSETCL the switchyard as well as line equipment & associated material / accessories as per enclosed drawings, data sheets, detail technical specifications, standard specifications & requirements defined elsewhere in this document. Any other minor incidental work / equipment not specifically mentioned above but required to complete the job in all respect shall be included in the contractors scope at no extra cost to NMMC.

4.3.3

4.3.4

4.3.5

4.3.6

4.4

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

143 OF 517

4.5 4.5.1

Statutory Approvals Contractor shall obtain approval certificate from Chief electrical inspectorate for installation & energising the equipment covered under contractors scope. This shall also include drawing approval by him. This switchyard is being constructed for and under the supervision of MSETCL. Coordination with MSETCLs various offices shall be contractors responsibility. Specific Requirement The detail Technical specification of all the equipment and the quantities required of various accessories & auxiliaries are enclosed. The contractor shall also ascertain the quantities of items such as cables, earthing material, Trays, Lighting fixtures, supporting steel etc. and procure the material as per requirement. Excess material brought to site & not installed shall not be accepted by NMMC nor it will be paid for. Drawings for equipment, cabling, earthing & foundation & Trench layouts along with this tender document. These drawings are indicative & the bidder a fair idea of the work involved. Final construction drawings to the successful bidder after award of the contract. Additional diagrams, schematic drawings, working drawings, cable schedules Schedules shall be prepared by the contractor during execution consultation with NMMC / MSETCL. are enclosed adequate to give shall be issued drawings, hook-up and termination of the works in

4.5.2 5.0 5.1

5.2

5.3

A list of Recommended makes of various equipment/items is enclosed The contractor shall adhere to one of these makes only. The contractor shall also ascertain that the offered make of equipment is currently on the approved vendor list of MSETCL & the equipment is Type tested as per requirement of MSETCL. Tests The equipment offered should have been successfully type tested in line with standards & the technical specifications & as per MSETCL norms & requirement. In case the equipment offered is not type tested as per contractor shall arrange for type testing of the same in presence of engineers & at no extra cost to NMMC. the

6.0 6.1 6.2

requirement, the NMMC / MSETCL

6.3

All acceptance & routine tests as stipulated in IS shall be conducted on all equipment at the manufacturers works prior to dispatch in presence of representative of NMMC / MSETCL at no extra cost to NMMC. Inspection The inspection shall be carried out by NMMC / MSETCL representative at any stage of manufacturing. The contractor shall give free access to the inspector at a reasonable notice. The equipment shall be offered for final inspection at least fifteen days in advance to enable NMMC / MSETCL to witness the acceptance tests. One engineer each from NMMC, MSETCL along with one engineer from their consultant will be visiting the manufacturers works for such inspections. All the traveling, lodging, boarding and incidental expenses of these engineers shall be borne by the contractor.

7.0 7.1 7.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

144 OF 517

7.3 7.4 7.5 8.0

No equipment shall be dispatched to site from the manufacturers work clearance certificate is issued by the inspecting authority of NMMC.

unless

dispatch

The contractor shall arrange for the inspection of the equipment by MSETCL representative & co-ordinate with them for timely dispatches at no extra cost to NMMC. The acceptance & routine test shall be carried out by the contractor at no extra cost to NMMC. Packing & Forwarding The equipment shall be packed in suitable crates so as to withstand handling during transport and outdoor storage until installation of the equipment. The contractor shall be responsible for any transit damages. The damaged part shall be immediately replaced by the contractor without any extra cost to NMMC and without affecting overall time schedule.

9.0

Installation, Testing and Commissioning The contractor shall take up the installation work only after the respective foundations are certified by MSETCL they are ready and the equipment can be installed on the same. He shall ascertain the orientation, the center line accuracy and other requirements before commencement of the installation work. The equipment shall be installed as per the recommendations of the manufacturer and as per the instruction manual furnished by him along with the equipment and under the supervision of his representative and under direct supervision of MSETCL engineers. All tests as per requirement of MSETCL shall be carried out in the presence of the representative of NMMC & MSETCLs testing division. All precommissioning checks as required shall be carried out by the contractor on each equipment and the results recorded and keep the equipment ready for commissioning.

10.0

Supervision of Erection The contractor shall arrange for a trained supervisor of respective equipment manufacturer during installation, testing & commissioning who will direct the sequence of erection, make necessary adjustments / settings, make the equipment ready for testing, certify the precommissioning checks and give permission for commissioning. This shall be arranged by the contractor at no extra cost to NMMC.

11.0

Performance Guarantees The installation shall be guaranteed for satisfactory performance for a period of 24 months from the date of commissioning & handing over to MSETCL for operation or the period specified by MSETCL whichever is later. In case of failure of the equipment during this period, the contractor shall make good the defect at no extra cost to NMMC.

12.0 12.1

Documentation The contractor on receipt of LOI shall submit Five sets of relevant descriptive & illustrative literature and general arrangement, schematic drawings, foundation plans, and any other drawings and the general technical particulars of all the equipment to be supplied under this contract. The above drawings shall be submitted by NMMC to MSETCL for their contractor shall ensure timely receipt of approvals from MSETCL. approval. The

12.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

145 OF 517

12.3

After approval, the contractor shall submit five copies of all the drawings and documents incorporating the comments made by MSETCL during approval as well as on inspection of the equipment material at manufacturers works. The contractor, on completion of the 100/22 KV substation work and successful testing commissioning, shall prepare an comprehensive document for submission to MSETCL. document shall include following minimum details. and The

12.4

12.4.1

Final as built status drawings including main single line diagram, switchyard layout plan and sections, control room equipment drawing, earthing layout drawing, Erection key diagram, cable schedule and termination schedule. Copies of all vendor drawings as approved by purchaser/MSETCL. Reports of inspections and tests carried out at manufacturers woks as also dispatch clearance certificates of various material and equipment issued by purchaser/MSETCL after the inspection. Final bill of material of all items installed including switchyard equipment, switchyard accessories and auxiliaries as well as bill of material of all the towers, beams and equipment support structures with respective drawings. Information of each vendor such as Name of the company, address, contact numbers, e-mail address, names of contact persons of respective equipment manufacturer as well as the order reference. The document shall be neatly compiled, bound and submitted to the purchaser in six(6) sets.

12.4.2 12.4.3 12.4.4

12.4.5

13.0 13.1

Technical Specifications The technical specifications of all the items required for execution of the substation electrical works are provided in this section II. The specifications are based on the MSETCL specifications. The bidder shall ascertain that these specifications are in line with the latest specifications of MSETCL for respective equipments. Further, during the execution of the contract and at the stage of drawing approvals and construction, if MSETCL engineers suggest some minor changes in the procurement and installation works of various equipment and material, the same shall be provided by the contractor with out any extra cost to NMMC. All the work shall be executed as per the MSETCL norms and directly under the supervision of MSETCl local engineers.

13.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

146 OF 517

1.0 100/22 KV POWER TRANSFORMER


1.1 SCOPE This specification provides for design, manufacture, inspection and testing before dispatch, packing and delivery of 100 / 22 KV, 10/12.5 MVA Outdoor oil filled, copper wound power transformer complete with all fittings, accessories, associated equipment specified herein. 1.2 STANDARDS The transformer, accessories and associated equipment shall conform to the latest revision and amendments of the relevant Indian standards and the latest standard MSETCL specification of the equipment. 1.3 PRINCIPAL PARAMETERS The transformer shall conform to the desired Technical Parameters indicated in Annexure I. 1.4 1.4.1 a. GENERAL TECHNICAL REQUIREMENTS Duty Requirements The transformers and all its accessories like CTs etc. shall be designed to withstand

without injury, the thermal and mechanical effects of any external short circuit to earth and of short circuits at the terminals of any winding for a period of 2 Sec. The short circuit level of the HV system to which the transformer will be connected is 40 KA (Sys, rms, 3 Phase fault).

b. c.

The transformer shall be capable of being loaded in accordance with IS : 6600 up to loads of 150 %. There shall be no limitation imposed by bushings, tap changer etc. The transformer shall be capable of being operated without danger on any tapping at the rated KVA with voltage variation of + 10 % corresponding to the voltage of that tapping. Radio interference and Noise level : The transformers shall be designed with particular attention to suppression of maximum harmonic voltage, especially the third and fifth so as to minimize interference with communication circuits. The noise level, when energized at normal voltage and frequency with fans running shall not exceed, when measured under standard conditions, the values specified in NEMA, TR-1. Transformer shall be capable of operating under the natural cooled condition up to the specified load. The forced cooling equipment shall come into operation by preset contacts of winding temperature indicator and it shall operate as a forced cooled unit, as ONAF up to specified load. Cooling shall be so designed that during total failure of power supply to cooling fans, the transformer shall be able to operate at full load for at least ten (10) minutes without the calculated winding hot spot temperature exceeding 140 deg C. Also stopping of one or two cooling fans should not have any effect on SIGNATURE OF AUTHORISED NMMC OFFICIAL

d. i)

ii) e.

SIGNATURE OF TENDERER

147 OF 517

the cooling system. Transformers fitted with two coolers each capable of dissipating 50 percent of the loss at continuous maximum rating shall be capable of operating for 20 minutes in the event of failure of the blowers associated with one cooler, without the calculated winding hot spot temperature exceeding 140 deg. C. at continuous maximum rating. f. g. Transformer shall be capable of withstanding thermal and mechanical stress caused by symmetrical or asymmetrical faults on any winding. Transformer shall accept, without injurious heating, combined voltage and frequency fluctuation, which produces the over fluxing condition of 125 % for one minute and 140 % for 5 minutes Losses The transformer is to be designed with maximum losses an indicated in Annexure I Of this specification. These losses are maximum without any positive tolerance and any transformer with losses exceeding this limit shall not be accepted. 1.4.3 Clearances

1.4.2

The over all dimensions of the transformer shall allow for sufficient clearances for installation in 100 KV Switchyard with bay width of 11000 mm & boom height of 12000 mm. 1.4.4 Construction Details

The features and construction details of power transformer shall be in accordance with the requirements stated hereunder : a. i) Tank and Tank Accessories Tank a) b) Tank shall be of welded construction and fabricated from tested quality low carbon steel of min 6 mm thickness. All seams and those joints not required to be opened at site shall be factory welded and wherever possible they shall be double welded. After completion of tank construction and before painting, dye penetration test shall be carried out on welded parts of jacking bosses, lifting lugs and all load bearing members. The requirement of post weld heat treatment for tank / stress relieving parts shall be based on recommendations of BS : 5500 table 4.4.3.1 Tank stiffeners shall be provided for general rigidity and these shall be designed to prevent retention of water. The tanks shall be designed to withstand : i) Mechanical shocks during transportation ii) Vacuum filling of oil iii) Continuous internal pressure of 35 KN / m2 over normal hydrostatic pressure of oil. iv) Short circuit forces

c) d)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

148 OF 517

e)

Wherever possible the transformer tank and its accessories shall be designed without pockets wherein gas may collect. Where pockets can not be avoided, pipes shall be provided to vent the gas into the main expansion pipes. Adequate space shall be provided at the bottom of the tank for collection of sediments. The base of each tank shall be so designed that it shall be possible to move the complete unit by skidding in any direction without injury when using plates or rails. Tank shields shall be such that no magnetic / fields shall exist outside the tank. They shall be of magnetically permeable material. If required impermeable shields shall be provided at the coil ends. Tank shield shall not resonate when excited at the natural frequency of the equipment. Suitable guides shall be provided in the tank for positioning the core and coil assembly. Each tank shall be provided with i) ii) iii) Lifting lugs suitable for lifting the equipment complete with oil. A minimum of four jacking pads in accessible position at 500 mm height to enable the transformer complete with oil, to be raised or lowered using hydraulic or screw jacks. Suitable haulage holes shall be provided.

f) g)

h)

i) j)

ii)

Tank cover a) b) The tank cover shall be sloped to prevent retention of rain water and shall not distort when lifted. At least two adequately sized inspection openings, one at each end of the tank shall be provided for easy access to bushings and earth connections. The inspection covers shall not weigh more than 25 Kg. The inspection covers shall be provided with two handles. The tank covers shall be fitted with pockets at the position of maximum oil temperature of MCR (Maximum Continuous Rating) for bulbs of oil and winding temperature indicators. It shall be possible to remove these bulbs without lowering the oil in the tank. Bushings, turrets, covers of inspection openings, thermometer, pockets etc. shall be designed to prevent ingress of water into or leakage of oil from the tank. All bolted connections shall be fitted with weather proof, hot oil resistant gasket in between, for complete oil tightness. If gasket is compressible, metallic stops shall be provided to prevent over-compression.

c)

d) e)

b.

Axles and Wheels i) The transformer shall be provided with flanged bi-directional wheels and axles. These shall be so designed as not to deflect excessively to interfere with the movement of the transformer. Wheels shall be provided with suitable bearings which shall be rust and corrosion resistant. Fittings for lubrication shall also be provided. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

149 OF 517

ii) iii)

Suitable locking arrangement along with foundation bolts shall be provided for the wheels to prevent accidental movement of transformer. The wheels are required to swivel and they shall be arranged so that they can be turned through an angle of 90 deg. when the tank is jacked up to clear of rails. Means shall be provided for locking the swivel movements in position parallel to and at right angles to the longitudinal axis of the tank. The rail track gauge shall be 5 6 (1676 mm) along longer axis as well as along shorter axis.

iv)

c.

Anti Earthquake Clamping Device : To prevent transformer movement during earthquake, clamping device shall be provided for fixing transformer to the foundation. The fixing of the transformers to the foundations shall be designed to withstand seismic events to the extent that a static co-efficient of 0.3 g, applied in the direction of least resistance to that loading will not cause the transformer or clamping devices as well as bolts to be over stressed.

d. I )

Conservator Tank The conservator tank shall have adequate capacity between highest and lowest visible levels to meet the requirement of expansion of the total cold oil volume in the transformer and cooling equipment from minimum ambient temperature to 100 deg. C. Conservator shall be with volumetric capacity of at least 7.5 percent of a total volume of oil in the main tank of the transformer. The conservator tank shall be bolted into position so that it can be removed for cleaning purposes. The conservator shall be fitted with magnetic oil level gauge with low level electrically insulated alarm contact. Conservator shall be provided in such a position as not to obstruct the connections to the transformer. electrical for

ii) iii) iv) v) e. i) ii) iii) iv) v) f.

Separate conservator tank / compartment in the main conservator shall be provided OLTC. Conservator shall be fitted with a dehydrating filter breather. It shall be so designed that : Passage of air is through a dust filter and silica-gel. Silica gel is isolated from atmosphere by an oil seal. Moisture absorption indicated by a change in colour of the tinted crystals can be easily observed from a distance. Breather is mounted not more than 1400 mm above rail top level. Minimum quantity of silica gel to be 1 Kg for every 3500 lts of oil in the tank. Pressure Relief Device

Adequate No. of pressure relief devices shall be provided at suitable locations which shall be of sufficient size for rapid release of any pressure that may be generated in the tank and which may result in damage to the equipment. The device shall operate at a static SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

150 OF 517

pressure of less than the hydraulic test pressure of transformer tank. It shall be mounted direct on the tank. One set of electrically insulated contacts shall be provided for alarm / tripping along with the recommended settings. g. Buchholz Relay A double float type Buchholz relay shall be provided. All the gases evolved in the transformer shall collect in this relay. The relay shall be provided with a test cock suitable for a flexible pipe connection for checking its operation and taking gas sample. A copper or stainless steel tube, shall be connected from the gas collector to a valve located about 1200 mm above ground level to facilitate sampling, with the transformer in service. The device shall be provided with two electrically independent ungrounded contacts, one for alarm on gas accumulation and the other for tripping on sudden rise of pressure.

h.

Temperature Indicator a) Oil Temperature Indicator (OTI) The transformer shall be provided with a 150 mm dial type thermometer for top oil temperature indication. The thermometer shall have adjustable, electrically independent ungrounded alarm and trip contacts, maximum reading pointer and resetting device mounted in the cooler control cabinet. A temperature sensing element suitably located in a pocket on top oil shall be furnished. This shall be connected to the OTI by means of capillary tubing. Accuracy class of OTI shall be + 1.5 % or better. b) Winding Temperature Indicator (WTI) A device for measuring the hot spot temperature of each of the windings shall be provided (HV and LV). It shall comprise of the following : i) ii) iii) iv) Temperature sensing element Image coil Auxiliary CTs, if required to match the image coil, shall be furnished and mounted in the Cooler control cabinet. 150 mm dia local indicating instrument with maximum reading pointer mounted in Cooler control cabinet and with two adjustable electrically independent ungrounded contacts (besides that required for control of cooling equipment), one for high winding temperature alarm and one for trip. Calibration device In addition to the above, a remote winding temperature indicator. It shall be suitable for flush mounting on RTCC panel. The difference between local and remote WTI indication at any given time shall not exceed 1Deg C. One RWTI shall be provided for each winding in the middle phase (HV, LV) Auxiliary supply if required, at Owners panel, for RWTI shall be 110 V DC only. Accuracy class of WTI shall be + 1.5 % or better. Any special cables required for shielding purpose for connection between cooler control cabinet and remote winding Temperature Indicator control circuit shall also be supplied.

v) vi)

vii) viii) ix)

i.

Earthing Terminals SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

151 OF 517

1.

Two (2) earthing pads (each complete with two (2) Nos. tapped holds, M 10 bolts, plain and spring washers) suitable for connection to 100 x 12 mm copper / brass grounding flat shall be provided each at position close to the two (2) diagonally bottom corners of tank. Earthing strip up to the ground level shall be provided. 2. Two earthing terminals suitable for connection to 50 x 6 mm galvanized steel flat shall also be provided on cooler, marshalling box and any other equipment mounted separately. Core a) b) The core shall be constructed from high grade non-ageing cold rolled Super grain oriented silicon steel laminations. The design of the magnetic circuit shall be such as to avoid staic discharges, development of short circuit paths within itself or to the earthed clamping structure and production of flux component at right angles to the plane of laminations which may cause local heating. The insulation of core to bolts and core to clamps plates shall be able to withstand a voltage of 2 KV RMS for one minute. Core and winding shall be capable of withstanding the shock during transport, installation, service and adequate provision shall be made to prevent movement of core and winding relative to tank during these conditions. All steel sections used for supporting the core shall be thoroughly sand blasted after cutting, drilling and welding. When bell type tank construction is offered, suitable projecting guides shall be provided on core assembly to facilitate removal of tank. Each core lamination shall be insulated with a material that will not deteriorate due to pressure and hot oil. The supporting frame work of core shall be so designed as to avoid presence of pockets which would prevent complete emptying of the tank through drain valve or cause trapping of air during oil filling. The maximum flux density in any part of the core sad yoke at rated MVA, voltage and frequency at any tap shall not exceed 1.6 tesla.

j.

c) d)

e) f) g) h)

i) k.

Windings a) b) a) It shall be ensured that conditioned atmosphere. windings of transformer are made in dust proof,

The conductors shall be of electrolytic grade copper. The insulation of transformer windings and connections shall be free from insulating compounds which are liable to soften, ooze out, shrink or collapse or be catalytic and chemically active in transformer oil during service. Coil assembly and insulating spacers shall be so arranged as to ensure free circulation of oil and to reduce the hot spot of the winding. SIGNATURE OF AUTHORISED NMMC OFFICIAL

b)

SIGNATURE OF TENDERER

152 OF 517

c)

Insulation of LV winding shall be adequate to withstand surge voltages appearing across them as a result of transfer due to impulse striking on HV terminals. The transformer shall be suitably designed so that the surges transferred do not exceed the permissible limit as indicated in Principal parameters without the use of any external means such as surge capacitors etc. under any condition. The stacks of windings shall receive adequate shrinkage treatment before and after final assembly. Adjustable devices if necessary shall be provided for taking up possible shrinkage of coils if any, in service. The conductors shall be transposed at suitable intervals in order to minimize eddy current and to equalize the distribution of current and temperature along the windings. The windings shall be designed such that all coil assembly of identical voltage rating shall be inter changeable and field repairs to the windings can be made without special equipments.

d)

e)

f)

1.4.5

Insulating Oil a) The quality of the oil supplied with transformer shall conform to the oil parameters specified in this clause. No inhibitors shall be used in the oil. The oil samples will be drawn as follows : i) ii) iii) Prior to filling Before and after heat run test Before energizing

All tests as per IS : 336 shall be conducted on all samples. b) c) The insulating oil shall be subjected to testing in the oil manufacturers works before supply. Sufficient quantity of oil necessary for first filling of all tanks, coolers and radiator at the proper level along with 10 % extra oil by weight for topping up shall be supplied in non-returnable containers suitable for outdoor storage. The Power Transformer shall supplied oil filled. The characteristic of oil furnished shall comply with the requirements specified in IS 335, 1993 (Fourth Revision) with the latest amendment / revision and shall be suitable for EHV grade transformers.

d) e)

1.4.6

Diaphragm seal type constant oil pressure system a) b) c) In this system contact of the oil with atmosphere shall be prohibited by using a flexible or nitrile rubber reinforced with nylon cloth air cell. Diaphragm used shall be suitable for continuous operation in an atmosphere of 100 o C to which transformer oil is likely to rise. The connection of the air cell to the top of the reservoir shall be by an air proof seal permitting entrance of air into the cell only. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

153 OF 517

d)

The Diaphragm of the conservator shall withstand the vacuum during installation and maintenance. Otherwise provision shall be made to isolate the conservator from main tank during vacuum by providing vacuum sealing valve in the pipe connecting main tank with the conservator.

1.4.7 i)

Terminal Arrangements Bushings a) The electrical and mechanical characteristics of bushings shall be in accordance with IS : 2099 and IS : 3347 (Part III / Section I). Dimensions and requirements of condenser bushings shall be in accordance with IS : 12676, 1989. The 145 KV bushings shall be oil filled condenser type. 36 KV bushings shall be of porcelain. No arcing horns shall be provided on any bushing. Bushing shall be as per technical particulars furnished. c) Condenser type bushings shall be provided with i) ii) iii) d) e) f) g) Oil level gauge Oil filling plug and drain valve if not hermetically sealed. Tap for capacitance / tan delta test

b)

When bushings have an under oil end of reentrant form, the pull through lead shall be fitted with a gas bubble deflector. Where turret type current transformers are specified, the removable without disturbing the current transformers. Bushings of identical rating shall be interchangeable. Porcelain used in bushing manufacture shall be homogenous, free from laminations, cavities and other falws or imperfections that might affect the mechanical or dielectric quality and shall be thoroughly vitrified tough and impervious to moisture. Glazing of porcelain and bushing shall be of uniform brown colour free from blisters, and burrs. Special precaution shall be taken to eliminate moisture from paper insulation during manufacture, assembly, transport and erection. Bushing turrets shall be provided with vent pipes which shall be connected to route any gas collection through the Buchholz relay. Specific requirements of bushings and their ratings etc. are given in the Annexure I. bushings shall be

h) i) j) k) ii)

Bushing current transformers a) b) Current transformers shall comply with IS : 2705. It shall be possible to remove turret mounted CTs from the transformer tank without removing the tank cover. Necessary precaution shall be taken to minimize the eddy currents, and local heat generated in the turret. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

154 OF 517

c) d) iii)

All secondary leads shall be brought to a terminal box near each bushing. These terminals shall be wired out to Cooler Control Cabinet using separate cables for each core. Bushing CT parameters indicated in the specification are tentative and liable to change within reasonable limits.

Terminal Marking The terminal marking and their physical position shall be in accordance with IS : 2026 unless otherwise specified.

1.4.8

Neutral Earthing Arrangement a) The neutral terminals of the star connected windings shall be brought to the ground level by a copper grounding bar which shall be supported from the tank by porcelain insulators of highest system voltage of 24 KV. b) The end of the copper bar shall be brought to the ground level, at a

convenient point for connection to purchasers ground network through two (2) 100 x 12 mm galvanized steel flats. The connection shall be made by using two (2) bolted neutral grounding terminals with necessary accessories.

c)

Suitable flexible copper strip connection of adequate size shall be

provided for connecting to Neutral Bushing terminals to avoid terminal load on the Bushings.

1.4.9 a. b.

Auxiliary power supply for OLTC, cooler control and power circuit Auxiliary Power Supplies, shall be as indicated in clause 3.0 provided by the purchaser at any one place for OLTC Control and Cooler Control. All loads shall be fed by one of the two feeders through an electrically interlocked automatic transfer switch housed any one of the local control cabinets for tap changer control and cooler circuits. Design features of the transfer switch shall include the following : i) Provision for the selection of one of the feeders as normal source and other as standby. ii) iii) Upon failure of the normal source, the loads shall be automatically transferred after an adjustable time delay to the standby source. Indication for failure of normal source and for transfer to standby source and also for failure to transfer shall be provided locally as well as in purchasers remote panel.

c.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

155 OF 517

iv) v) vi) 1.4.10 i)

Automatic re-transfers to normal source with an adjustable time delay following re-energization of the normal source. Both the transfer and the re-transfer shall be dead transfers and AC feeders shall not be paralleled at any time. Necessary isolating switches, MCBs and other components for the above power supply transfer arrangement shall be provided.

Tap Changing Equipment Tap Change Switch (General Requirement) a) b) OLTC gear shall be motor operated for local as well as remote operation. An external hand wheel / handle shall be provided for local manual operation. Arrangement shall be made for securing and padlocking the tap changer wheel in any of the working positions and it shall not be possible for setting or padlocking the wheel in any intermediate position. The arrangement shall be such that no padlock key can be inserted unless all contacts are correctly engaged and switch set in a position where no open or short circuit is possible. An indicating device shall be provided to show the tap in use.

ii)

On Load Tap Changing Gear (OLTC) a) b) c) The current diverting contacts shall be housed in a separate oil chamber not communicating with the oil in main tank of the transformer. The contacts shall be accessible for inspection without lowering oil level in the main tank and the contact tips shall be replaceable. The supplier shall indicate the safeguards in order to avoid harmful arcing at the current diverting contacts in the event of operation of the OLTC gear under overload conditions of the transformer. Necessary tools and tackles shall be furnished for maintenance of OLTC gear. The OLTC oil chamber shall have oil filling and drain plug, oil sampling valve, relief vent and level glass. It shall also be fitted with a Surge relay the outlet of which shall be connected to a separate conservator tank. The diverter switch or arcing switch shall be so designed as to ensure that its operation once commenced shall be completed independently of the control relays or switches, failure of auxiliary supplies etc. Tap changer shall be so mounted that bell cover of transformer can be lifted without removing connections between windings and tap changer. Drive mechanism chamber shall be mounted on the tank in accessible position. It should be adequately ventilated and provided with anti-condensation metal clad heaters. All contactors, relay coils and other parts shall be protected against corrosion, deterioration due to condensation, fungi etc. The transformer unit shall be provided with a local control cabinet and a remote OLTC Control Panel. The control feature shall provide following : i) Local remote selector switch mounted in the local control SIGNATURE OF AUTHORISED NMMC OFFICIAL

d)

e)

f) g)

h)

SIGNATURE OF TENDERER

156 OF 517

cubicle shall switch control of OLTC as follows: -When the selector switch is in LOCAL position, it shall be possible to operate the RAISE LOWER control switches specified in section (ii) below. Remote control of RAISE-LOWER functions shall be prevented. -When the selector switch is in REMOTE the local control cubicle mounted RAISE LOWER switches specified in Section (II) shall be in operative. Remote control of the raise lower function shall be possible from the remote control panel. The LOCAL REMOTE selector switch shall have at least two spare contacts per position which are closed in that position but open in the other position. ii) A RAISE-LOWER CONTROL SWITCH shall be provided in the Local Control Cubicle. The switch shall be spring loaded to return to the centre `OFF position and shall require movement to the RIGHT to raise the voltage of the transformer. Movement to the left shall lower the voltage. This switch shall be operative only when `local remote selector switch is in `local position. Operating mechanism for on load tap changer shall be designed to go through one tap change per command. Subsequent tap changes shall be initiated only by a new or repeat command. On load tap changer shall be equipped with a time delay for INCOMPLETE STEP alarm consisting of a normally open contact which closes, if the tap changer fails to make a complete tap change. The alarm shall not operate for momentary loss of auxiliary power. The selsyn units or approved equivalents shall be installed in the local OLTC control cabinet to provide tap position indication for the transformer. The OLTC load tap changer shall be equipped with a fixed resistor network capable of providing discrete voltage steps for input to the supervisory system. Limit switches shall be provided to prevent overrunning of the mechanism and shall be directly connected in the circuit of the operating motor. In addition, a mechanical stop shall be provided to prevent over-running of the mechanism under any condition. Limit switches may be connected in the control circuit of the operating motor provided that a mechanical-declutching mechanism is incorporated. Thermal device or other means shall be provided to protect the motor and control circuit. All relays, switches, MCBs etc. shall be mounted in the drive mechanism chamber and shall be clearly marked for the purpose of identification. A permanently legible mechanism chamber. lubrication chart shall be fitted within the driving

ii)

iii)

iv) v) i)

j)

k) l) m) n)

A five digit counter shall be fitted to the tap changing equipment to indicate the number of operations completed. All relays and operating devices shall operate correctly at any voltage between the limits specified. It shall not be possible to operate the electric drive when the manual operating gear is in use.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

157 OF 517

o) p)

It shall not be possible for any two controls to (i.e. manual, local electrical and remote) be in operation at the same time. The equipment shall be suitable for supervisory control and indication with make before break multi way switch, having one potential free contact for each tap position. This switch shall be provided in addition to any other switch / switches which may be required for remote tap position. All electrical control switches and the local operating gear shall be clearly labeled in a suitable manner to indicate the direction of tap changing.

q) iii)

Manual Control The cranking device for manual operation of the OLTC gear shall be removable and suitable for operation by a man standing on ground level. The mechanism shall be complete with the following : i) ii) iii) iv) Mechanical tap position indicator which shall be clearly visible from near the transformer. A mechanical operation counter Mechanical stops to prevent over-cranking of the mechanism beyond the extreme tap positions. The manual control considered as back up to the motor operated load tap changer control shall be interlocked with the motor to block motor-start-up during manual operation. The manual operating mechanism shall be labelled to show the direction of operation for raising the primary and vice-versa. Electrical Control

iv)

a)

This includes the following : i) ii) Local Electrical Control Electrical remote control from remote control panel.

b)

Remote Electrical Group Control

The OLTC control scheme offered shall have provision of remote electrical group control during parallel operation of transformers. This is in addition to independent control of OLTC. i) A four position selector switch having MASTER, FOLLOWER, INDEPENDENT and OFF position shall be provided in the remote OLTC control panel for each transformer. This shall be wired to enable operator to select operation of OLTC in either Master, Follower or Independent mode. Out of step relays with timer contacts shall also be provided to give alarm and indication in case of tap positions in all the transformers under group control being not in identical position. If the selector switch is in MASTER position, it shall be possible to control the OLTC units in the FOLLOWER mode by operating the controls of the MASTER SIGNATURE OF AUTHORISED NMMC OFFICIAL

ii)

iii)

SIGNATURE OF TENDERER

158 OF 517

unit Independent operation of the units under FOLLOWER mode shall have to be prevented. However, the units under independent mode will be controlled independently. iv) Follower Position If the selector switch is in FOLLOWER mode, control of OLTC shall be possible only from MASTER panel. v) Independent Position In this position of Selector Switch, Control of OLTC of individual unit only shall be possible. 1.4.11 I) Cooling Equipment and its Controls Cooling Equipment a) b) Cooler shall be designed using 1 x 100 % radiators up to 50 MVA and % radiator banks above 50 MVA transformers ratings. 2 x 50

Each radiator bank shall have its own cooling fans, oil pumps, oil flow indicator, shut off valves, lifting lugs, top and bottom oil filling valves, air release plug, a drain valve and thermometer pocket fitted with captive screw cap on the inlet and outlet. One standby fan for each group shall also be provided and identified with each radiator bank. Cooling fans shall not be directly mounted on radiator bank which may cause undue vibration. The exhaust air flow from cooling fan shall not be directed towards the main tank in any case. Cooling fans for each radiator bank shall be located so as to prevent ingress of rain water. Each fan shall be suitably protected by galvanized wire guard. Cooling fans shall be suitable for operation 415 volts, three phase, 50 Hz power supply and shall conform to IS : 325. The cooler and its accessories shall be painted with corrosion resistant paint. Each cooling fan shall be provided with starter, thermal overload and short circuit protection. Each radiator shall be provided with : One shut off valve at the top (80 mm size) One shut off valve at the bottom (80 mm size) Air release device at the top. Main & sampling device at the bottom. Lifting lugs Expansion joints, one each on top and bottom cooler pipe connections. Air release device and oil plug on oil pipe connections.

c) d) e) f) g) h) i) j)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

159 OF 517

II

Cooling Equipment Control (ONAN / ONAF COOLING) a) Automatic operation control (switching in and out) of fans shall be provided (with temperature change) from contacts of winding temperature indicator. The setting shall be such that hunting i.e. frequent start stop operations for small temperature differential do not occur. Suitable manual control facility for cooler fans with manual / automatic selector switches and push buttons shall be provided.

b) III

Remote OLTC / Cooler control Panel (RTCC Panel) The auxiliary devices for remote electrical control of the OLTC and Cooler shall be housed in a separate panel to be placed in the Control room. The panel shall be made of sheet steel of not less than 14 SWG and it shall be duly finished with Stove enamel paint. The size and colour of the control cubicle to be supplied shall be 750 mm depth and 2312 mm height and shade no. 631 of IS 5 respectively. The width of the cubicle to be as per suppliers practice. Control and signal devices required to be mounted in the RTCC Panel shall comprises of the following.

IV

Cooler control cabinet i) ii) Each transformer unit shall be provided with a cooler control cabinet The cooler control cabinet shall have all necessary devices meant for cooler control and local temp. indicators. All the contacts of various protective devices mounted on the transformer shall also be wired up to the terminal board in the cooler control cabinet. All the secondary terminals of the bushing CTs shall also be wired up to the terminal board at the cooler control cabinet. The cooler control cabinet shall have two (2) sections. One section shall have the control equipment exclusively meant for cooler control. The other section shall house the temperature indicators, aux. CTs and the terminal boards meant for termination of various alarm and trip contacts as well as various bushing CT secondary. Alternatively the two sections may be provided as two separate panels depending on the standard practices of the supplier. The temperature indicators shall be so mounted that the dials are not more than 1600 mm from ground level. Glazed door of suitable size shall be provided for convenience of reading.

iii)

iii)

1.4.12

Terminal Block i) The terminal blocks to be provided shall be fully enclosed with removable covers and made of moulded, non inflammable plastic material with block and barriers moulded integrally. Such block shall have washer and binding screws for external circuit wire connections, a white marking strip for circuit identification and moulded plastic cover. All terminals shall be clearly marked with identification numbers or letters to facilitate connection to external wiring. All internal wiring to be connected to the external equipment shall terminate on terminal blocks, preferably vertically mounted on the side of each panel. The terminal blocks shall be 1100 V grade and have 10 amps continuous rating, SIGNATURE OF AUTHORISED NMMC OFFICIAL

ii)

SIGNATURE OF TENDERER

160 OF 517

moulded piece, complete with insulated barriers, non-disconnecting stud type terminals, washers, nuts and lock nuts. Terminal block design shall include a white fiber marking strip with clear plastic, slip on / clip on terminal cover. Markings on the terminal strips shall correspond to wire number and terminal numbers on the wiring diagrams. iii) Terminal blocks for current transformer secondary leads shall be provided with test links and isolating facilities. Also current transformer secondary leads shall be provided with short circuiting and earthing facilities. At least 20 % spare terminals shall be provided on each panel and these spare terminals shall be uniformly distributed on all terminal blocks. Unless otherwise specified, terminal blocks shall be suitable for connecting the following conductors on each side. a) b) vi) For all circuits except current transformer circuits minimum of two nos. 2.5 mm2 copper. For all CT circuits minimum of two nos. 4 mm2 copper.

iv) v)

There shall be a minimum edge to edge clearance of 250 mm between the first row of terminal block and the associated cable gland plate. Also the clearance between two rows of terminal blocks shall be minimum of 150 mm. Arrangement of the terminal block assemblies and the wiring channel within the enclosure shall be such that a row of terminal blocks is run parallel and in close proximity along each side of the wiring duct to provide for convenient attachment of internal panel wiring. The side of the terminal block opposite the wiring duct shall be reserved for the owners external cable connection. All adjacent terminal block shall also share this field wiring corridor. A steel strip shall be connected between adjacent terminal block rows at 450 mm intervals for support of incoming cables.

vii)

1.4.13

Painting The internal and external surfaces including oil filled chamber and structural steel work to be painted shall be shot or sand blasted to remove all rust and scale or foreign adhering matter or grease. All steel surfaces in contact with insulating oil shall be painted with two coats of heat resistant, oil insoluble, insulating varnish. All steel surfaces exposed to weather shall be given a primary coat of zinc chromate, second coat of oil and weather resistant varnish of a colour distinct from primary and final two coats of glossy oil and weather resisting Olive Green paint in accordance with shade no. 220 of IS 5.

All paints shall be carefully selected to withstand extremes of weather. The paint shall not scale off or crinkle or be removed by abrasion due to normal handling. The minimum thickness of outside painting of tank shall be 20 microns and the total thickness shall be minimum 80 microns. 1.4.14 Bolts and nuts All bolts and nuts exposed to weather shall be hot dip galvanized. Bolts and SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

161 OF 517

nuts below H12 (1/2 inch) size shall be stainless steel. 1.4.15 Wiring and Cabling a) Cable box / sealing end shall be suitable for following types of cables :i) 415 Volt power : 1100 Volt grade PVC insulated aluminum conductor cable with armour : 1100 Volt grade PVC insulated 7 / 0.737 mm stranded copper conductor cable with armour

ii)

Control

b)

All controls, alarms, indicating and relaying devices provided with the transformer shall be wired up to the terminal blocks inside the Local Control Cabinets (both Cooler and OLTC Control Cabinets) All devices and terminal blocks with the Cooler Control Cabinet shall be clearly identified by symbols corresponding to those used on applicable schematic or wiring diagrams. Not more than 2 wires shall be connected to one terminal. Each terminal shall be suitable for connecting two 7 / 0.737 mm stranded copper conductors from each side. All internal wiring shall be securely supported, neatly arranged, readily accessible and connected to equipment terminals and terminal blocks. Engraved code identification plastic ferrules marked to correspond with schematic diagrams shall be fitted at both ends of wires. Ferrules shall fit tightly on wires and shall not fall off when the wire is disconnected from terminal block.

c)

d)

e) f)

1.4.16

Fittings The following fittings shall be provided with each transformer covered in this specification. a) Conservator for main tank, with oil filling hole and cap, isolating valves, drain valve, magnetic oil level gauge with low level alarm contacts and dehydrating breather. Conservator for OLTC with drain valve, Buchholz relay, filling hole with cap, prismatic oil level gauge and dehydrating breather. Oil preservation equipment. Pressure relief device alarm contact i) Buchholz relay double float type with isolating valves on both sides, bleeding pipe with pet cock at the end to collect gases and alarm and trip contacts.

b) c) d) e)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

162 OF 517

ii) f) g) h) i) j) k) l) m) n) o) p) q) r) s) t) u) v) w) x) y) z) aa) bb) Note

Separate surge relay with above features to be provided for OLTC chamber

Air release plug Inspection openings and covers Bushing with metal parts and gaskets to suit the termination arrangement. Winding temperature indicators for local and remote mounting. One RWTI with a four point selector switch shall be provided for all the windings Oil temperature indicators Cover lifting eyes, transformer lifting lugs, jacking pads, towing holes and core and winding lifting lugs. Protected type mercury or alcohol in glass thermometer Bottom and top filter valves with threaded male adaptors, bottom sampling valve and drain valve. Rating and diagram plates on transformers and auxiliary apparatus. Earthing terminals Flanged bi-directional wheels Cooler Control Cabinet On load tap changing equipment and OLTC control cabinet Drain valves / plugs shall be provided in order that each section of pipe work can be drained independently. Bushing CTs Insulating oil Terminal marking plate Jacking pads Lifting bollards Haulage lugs Cover Lifting lugs Valve schedule plate RTCC Panel : The fittings listed above are only indicative and any other fitting which generally are required for satisfactory operation of the transformer are deemed to be included.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

163 OF 517

1.4.17

Limits of temperature rise The temperature rise on any part of equipment shall not exceed the maximum temperature rise specified below under the conditions specified in test clauses. The permissible temperature rise indicated is for a maximum ambient temperature of 50 deg. C. If the maximum ambient temperature rises, permissible values shall be reduced accordingly. Sr. No. Nature of the Part of the liquid Temp. Maximum Value of Temp. rise at a max. ambient air temp. not exceeding 50 deg C. 55 / 50

1.

Contacts in air, silver-faced copper, copper alloy or aluminimum alloy (see notes (I) and (ii)) Bare copper or tinned aluminium alloy

105

75

25

2.

Contacts in oil Silver-faced copper, copper alloy or aluminium alloy (see note ii) Bare copper or tinned aluminium alloy 90 80 105 40 30 55

3.

Terminals to be connected to external conductors by screws or bolts silver faced (see note iii) Metal parts acting as springs Metal parts in contact with insulation of the following classes Class Y Class A Class E Class B Class F Enamel (for non-impregnated materials) (for materials immersed in oil or impregnated) In air In oil In air In oil In air In oil Oil base Synthetic, in air synthetic, in oil

4. 5.

(See note iv)

(See note iv)

90 100 120 100 130 100 155 100 100 120 100 100

40 50 70 50 80 50 105 50 50 70 50 50

6. SIGNATURE OF TENDERER

Any part of metal or of insulating

SIGNATURE OF AUTHORISED NMMC OFFICIAL

164 OF 517

material in contact with oil, except contacts 7. Notes i) When applying the temperature rise of 55 / 50 deg. C care should be Oil 90 40

taken to ensure that no damage is caused to the surrounding insulating materials.

ii)

The quality of the silver facing shall be such that a layer of silver remains at the points of contact after the mechanical endurance test. Otherwise, the contacts shall be regarded as bare. The values of temperature and temperature rise are valid whether or not the conductor connected to the terminals is silver-faced. The temperature shall not reach a value where the elasticity of the material is impaired. For pure copper, this implies a temperature limit of 75 deg. C.

iii) iv) 1.4.18

CONTROL CABIENT 1. 2. Control cabinets shall be of the free standing floor mounting type. Control cabinet of the operating mechanism shall be made out of 3mm thick sheet steel or 10mm thick aluminum plate or casting. Hinged door shall be provided with padlocking arrangement. Sloping rain hood shall be provided to cover all sides 15mm thick neoprene or better type of gaskets shall be provided to ensure degree of protection of at least IP55 as per IS : 2141. The colour of paint shall be Olive Green in accordance with shade no 220 of IS 5. Bus bars shall be of tinned copper of adequate cross section to carry the normal current without exceeding the permissible temperature rise over an ambient temperature of 50 deg. C outside the cubicle. The buses shall be braced to withstand forces corresponding to short circuit current of 25 KA. 4. Motors rated 1 KW and above being controlled from the control cabinet would be suitable for operation on a 415 V, 3 Phase, 50 Hz system. Fractional KW motors would be suitable for operation on a 240 V, 1-phase, 50 Hz supply system. Isolating switches shall be group operated unit (3 pole for use 3-MCBS phase supply systems and 2 pole for single phase supply systems) quick make quick break type, capable of breaking safely and without deterioration, the rated current of the associated circuit. Switch handle shall have provision for locking in both fully open and fully closed positions. Push button shall be rated for not less than 6 Amps, 415 V A.C. or 2 Amps, 220 V / 110 V D.C. and shall be flush mounted on the cabinet door and provided with appropriate name plates. Red, Green and Amber indicating lamps shall be flush mounted.

3.

5.

6.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

165 OF 517

7.

For motors up to 5 KW, contactors shall be direct-on-line, air break, single throw type and shall be suitable for making and breaking the stalled current of the associated motor which shall be assumed equal to 6.5 times the full load current of the motor at 0.2 p.f. For motors above 5 KW, automatic star delta type starters shall be provided. 3 pole contactors shall be furnished for 3 phase motors and 2 pole contactors for single phase motors. Reversing contactors shall be provided with electrical interlocks between forward and reverse contactors. If possible, mechanical interlocks shall also be provided. Contactors shall be suitable for uninterrupted duty and shall be of duty category class AC4 as defined in IS : 2959. The main contacts of the contactors shall be silver plated and the insulation class for the coils shall be class E or better. The dropout voltage of the contactors shall not exceed 70 % of the rated voltage. Contactors shall be provided with a three element. Positive acting, ambient temperature compensated, time lagged, hand reset type thermal overload relay with adjustable setting hand reset button shall be flush with the front door of the cabinet and suitable for resetting with starter compartment door closed. Single phasing preventing relay shall be provided for 3 phase motors to provide positive protection against single phasing. Mini starters shall be provided with no volt coils whenever required. Purchasers power cables will be of 1100 / 650 volts grade stranded aluminum conductor. PVC insulated, PVC sheathed single steel wire armoured and PVC jacketed. All necessary cable terminating accessories such as glands, crimp type tinned copper lugs etc. for power as well as control cables shall be included in Bidders scope of supply suitable brass cable glands shall be provided for cable entry. Wiring for all control circuits shall be carried out with 1100 / 650 volts grade PVC insulated tinned copper stranded conductors of sizes not smaller than 2.5 mm. At least 20 % spare terminal blocks for control wire terminations shall be provided on each panel. The terminal blocks shall be of non-disconnecting stand type. All terminals shall be provided with ferrules indelibly marked or numbered and these identifications shall correspond to the designations on the relevant wiring diagrams. The terminals shall be rated for adequate capacity which shall not be less than 10 Amps. Separate terminal blocks shall be provided for terminating circuits of various voltage classes. CT loads shall be terminated on a separate block and shall have provision for short circuiting the CT secondary terminals. Control cabinet shall be provided with 240 V, 1 Phase, 50 Hz, 20 W fluorescent light fixture and a suitably rated 240 V, 1 Phase, 5 Amps, 3 Pin socket for hand lamps. Strip heaters shall be provided inside each cabinet complete with thermostat (preferably differential type) to prevent moisture condensation. Heaters shall be controlled by suitably rated double-pole miniature circuit breakers. Signal lamps provided shall be of neon screw type with series resistors, enclosed in bakelite body. Each signal lamp shall be provided with a fuse integrally mounted in the lamp body. Electric measuring instruments shall be of moving iron type. Ammeters for measuring current up to 30 Amps shall be directly connected while those for SIGNATURE OF AUTHORISED NMMC OFFICIAL

8.

9. 10. 11.

12.

13.

14. 15.

16.

17.

SIGNATURE OF TENDERER

166 OF 517

measuring above 30 Amps shall be connected through suitable CTs. Ammeters shall be provided with selector switches. 18. 1.4.19 MOTORS Motor shall be Squirrel Cage three phase induction motors of sufficient size capable of satisfactory operation for the application and duty as required for the driven equipment. Motors shall conform to IS 325. The supplier shall carry out all type tests and routine tests on the transformers as per the relevant standard. Type tests and special tests shall be carried out on one transformer and routine tests on all transformers. Additional tests required to be carried out are listed hereunder. 1.4.20 Routine Tests All standard routine tests in accordance with IS : 2026, with dielectric tests corresponding to method 2 as per amendment No. 1 issued in September 1980 to IS : 2026 shall be carried out on each transformer. Operation and dielectric testing of OLTC shall be carried out as per IS : 2026 Clause No. 16.9. Following additional routine tests shall also be carried out on each transformer : a) Magnetic Circuit Test After assembly, each core shall be tested for 1 minute at 2000 Volts between all bolts, side plates, structural steel work. b) 1.4.21 Oil leakage test on transformer tank as per details given in this Clause subsequently. Items inside the cabinet made of organic material shall be coated with a fungus resistant varnish.

Type Tests

Following type tests shall be conducted on one transformer : a) Temp-rise test as per IS : 2026 (Part-I) The temperature rise test shall be conducted at extreme tap corresponding to maximum temperature rise. In case tested losses and / or quoted losses at extreme tap are more than the maximum losses specified at normal tap, the transformer shall be tested by feeding the tested losses or quoted losses whichever is higher. The Bidder, before carrying out such tests, shall submit detailed calculations showing the alternatives possible, on various taps and for the three different ratings (ONAN / OFAF/OFAF) of the transformer and shall recommend the combination that results in highest temperature rise, for the test.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

167 OF 517

Gas Chromatographic analysis on oil shall be conducted along with the test and the value shall be recorded in the test report. The sampling shall be in accordance with IEC-567. b) c) d) Tank vacuum test Tank pressure test Relief Device Test : The pressure relief device shall be subjected to increase in oil pressure. It shall operate before reaching the test pressure specified in Tank Tests. The device shall seal off after the excess pressure has been relieved. e) i) ii) iii) iv) v) vi) f) 1.4.22 Following special tests other than type and routine tests shall also be carried out as per IS : 2026 Part-I and Part-III as applicable. Measurement of zero Seq. Reactance. Measurement of acoustic noise level. Measurement of power tanken by fans. Measurement of harmonic level in no load current. Measurement of capacitance and tan delta to determine capacitance between winding & earth. This measurement shall be carried out before and after series of dielectric tests. Lighting impulse with chop on tail on all 3 phases of HV and LV for terminals as per IS 2026 (Part III) Cooler Control Cabinet and OLTC cabinet of transformer shall be tested for IP : 55 protection in accordance with IS : 13947 (Part I) 1993.

Tank Tests a) Routine Tests

Oil leakage test All tanks and oil filled compartments shall be tested for oil tightness by completely filling with air or oil of a viscosity not greater than that of insulating oil conforming to IS : 335 at the ambient temperature and applying a pressure equal to the normal pressure plus 35 KN / m2 measured at the base of the tank. The pressure shall be maintained for a period of not less than 12 hours for oil and one hour for air during which time no leak shall occur. b) i) Type Tests Vacuum Test The transformer tank shall be subjected to the specified vacuum. The tank

designed for full vacuum shall be tested at an internal pressure of 3.33 KN/m2 absolute (25 torr) for one hour. The permanent deflection of flat plate after the vacuum has been released shall not exceed the values specified below.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

168 OF 517

Horizontal length of flat plate (in mm) Up to and including 750 751 to 1250 1251 to 1750 1751 to 2000 2001 to 2250 2251 to 2500 2501 to 3000 Above 3000 ii) Pressure Test

Permanent Deflection (in mm) 5.0 6.5 3.0 9.5 11.0 12.5 16.0 19.0

1.4.23

The transformer tank together with its radiator, conservator and other fittings shall be subjected to a pressure corresponding to twice the normal head of oil or to the normal pressure plus 35 KN / m2 whichever is lower, measured at the base of the tank and maintained for one hour. The permanent deflection of flat plates after the excess pressure has been released shall not exceed the figure specified above for vacuum test. Sequence of tests : The sequence of type tests, special tests (whenever applicable) and routine tests required to be conducted on the transformer is as mentioned hereunder :

No. 1 2 3 4 5 6 7 8 9 10 11 12 13

Routine / Type / Special Type Type Type Type Type Type Routine Routine Special Routine Type Routine Routine

Description Parameters as per drawings Tank pressure test with measurement of deflection Tank vacuum test with measurement of deflection Pressure relief device test Degree of protection IP55 for OLTC & cooling control cabinets Magnetic circuit insulation test 2 KV 1 Min. core to Yoke clamp, core bolt to Yoke Magnetic balance test at any one tap IR value at 10,60,600 sec (before & after HV & TR tests) Capacitance and tan delta (before & after HV & TR tests) at 5 KV & 10 KV HV to LV + TANK HV + LV to TANK Winding resistance at all taps Oil DGA test (before and after HV & TR tests) Oil BDV test (before and after HV & TR tests) Voltage ratio at all taps & polarity / phase displacement at normal tap) SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

169 OF 517

14 15

Type Routine Type

No load loss and current (before & after HV & TR tests) at 90 %, 100 % and 110 % of rated voltage with 3W, 3A, 3 V meters method. Impulse test One reduced full wave One full wave One reduced chopped wave Two full chopped wave Two full waves

16 17 18 19 20 21 22

Routine Routine Special Special Special Routine Type Type

Separate source voltage withstand test Induced over voltage withstand test Harmonic analysis of no load current at 90%, 100%, 110% of rated V Zero sequence impedance test at 10%, 20%, 60%, 80%, 100% of test current at extreme taps and normal tap Acoustic noise level test Load loss at extreme taps & normal tap & impedance at all taps by 3W, 3V, 3A meter method. Temperature rise test at ONAN, ONAF & OFAF ratings & quoted max. losses ------- Repeat tests at sr. no 8,9,11,12, and 14 ---------Measurement of power consumption by fans & pumps Oil leakage test at 35 K (0.357 Kg / Sq. cm) over max. static head of oil measured at the base for 12 hrs. Tests on OLTC : 1) Circuit insulation test 2 KV - 1 Min 2) Operations tests : 8 Cy, 1Cy at 85 % V, 1 Cy at no load and rated V, 10 Cy +/- 2 steps from normal tap and rated current Cooling control test : 1) Circuit insulation test 2 KV - 1Min 2) Operation test Jacking test Bushing current transformer ratio & polarity tests

23 24 25

Special Add & Routine Routine

26

Routine

27 28

Type Type NOTE :

CT, PT, Ammeter, V meter, W meter, F meter shall be of appropriate class of accuracy and shall have valid calibration certificate. 5.0 QUANTITY 100/22 Kv 10/12.5 MVA Power transformers 2 Nos.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

170 OF 517

ANNEXURE I DEIRED TECHNICAL PARTICULARS Sr. No. 1. 2. 3. 4. 5. 6. 7. 8. 9. Item Type of power transformer / installation Type of mounting Suitable for rated system frequency Rated Voltage Voltage Ratio No. of phases No. of windings Type of cooling MVA rating corresponding to cooling system a) ONAN cooling b) ONAF cooling Method of connection Connection Symbol (Vector group) System earthing Percentage Impedance voltage on normal tap and at rated MVA with 10% tolerance applicable a) HV-LV Anticipated continuous loading of windings : HV and LV Tap changing gear : i) Type ii) Provided on iii) Tap range iv) Step voltage Over voltage Operating Capability And duration Specification / Technical Parameters 3 Phase core type 2 winding transformer suitable for outdoor installation On wheels mounted on rails 50 Hz 145 Class 100 / 22 KV Three Two ONAF / ONAN

10 12.5 HV Star LV Star YNyn0 Effectively solidly Earthed

10. 11. 12. 13.

10

14.

Not to exceed 110% of its rated capacity On load HV Neutral end for HV compensation + 5 % to - 15 % 1.25% of 100 KV i) 125 % of rated voltage for 60 seconds ii) 140% of rated voltage for 5 seconds

15.

16.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

171 OF 517

17. 18.

Minimum Air Core reactance of HV windings Max. flux density in any part of core and yoke at rated MVA, frequency and normal voltage (Tesla) Current density of HV / LV windings Insulation levels for : Windings : a) 1.2 / 50 micro second wave shape impulse withstand (KVp) b) Separate source with stand voltage (KV rms) c) Power frequency voltage withstand (KVp)

20 % 1.6

19. 20.

Not exceeding 3 Amps. Per Sq.mm

HV 550 HV 38 HV 230

LV 125 LV 70 LV 70

HV (N) 95

19.

Type of winding insulation : a) HV winding b) LV winding Graded Full 40 KA for 2 seconds

20.

System short circuit level and duration for which the transformer shall be capable to withstand thermal and dynamic stresses (KA rms / sec) Noise level at rated voltage and frequency Permissible temperature rise over ambient temp. of 50 DC i) Of top oil measured by thermometer

21. 22.

As per latest NEMA std. Tr-1

45 DC 50 DC

ii) Of winding measured by resistance 24. Minim clearance in air (mm) a) HV a) b) b) Phase to phase Phase to ground

1430 1270 --800 480 SIGNATURE OF AUTHORISED NMMC OFFICIAL

IV a) Phase to phase b) Phase to ground LV a) Phase to phase b) Phase to ground

a)

SIGNATURE OF TENDERER

172 OF 517

25.

Terminals a) HV winding Line end b) HV / LV winding Neutral end c) LV winding 145 KV class OIP condenser bushing 36 KV porcelain bushing 36 KV porcelain bushing 800 Amp 2000 Amp N.A.

26.

Bushing current rating HV LV Max. Radio interference voltage level at 1 MHZ & 1.1 times max. rms phase to ground voltage for HV Terminal connector Cooling Equipments a) Number of Banks b) No. of fans

27.

28.

Tank mounted radiators Adequate number of fans of 18 / 24 sweep with one no stand by fan in each group

29.

Insulation level of bushings a) b) c) d) Lightning impulse withstand (KVP) Switching impulse withstand (KVP) 1 Minute power frequency withstand voltage (KV rms) Creepage distance (mm) HV LV 650 170 N.A. HV LV 270 70 25mm per KV for highest system voltage

30.

Bushing current transformers for purchasers use (for restricted E/F protection i) Type ii) Current Ratio (A/A) : (A/A) iii) Knee point voltage (V) iv) Accuracy class v) Secondary resistance (Ohms) Vi) Turns ratio Vii) No. of cores b) HV Neutral side CT for owners use i) Type ii) Quantity iii) Voltage class iv) No. of cores v) Current Ratios (A/A) Vi) Turn ratio Vii) Knee point voltage

Single phase ring type turret mounted 200 / 1 600 V P.S. 5 Ohms Identical to the ratio provided on HV neutral 1

Single phase ring type turret mounted 1 24 KV 1 200 /1 Identical to the ratio provided on HV side 600 V SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

173 OF 517

Viii) Class of accuracy ix) Max. secondary winding resistance (rms) x) Location for mounting

PS 5 Ohms In neutral lead before connection to station earth. Primary connection with copper strips on both sides. Secondary - In enclosed box with cable glands 8

31.

Maximum no load loss (Iron loss) at rated voltage and at rated frequency in KW Maximum load loss including cooler loss because of consumption by the cooler fans, motor pump sets etc. at rated current at rated frequency at 75 DC in KW

32.

40

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

174 OF 517

2.0 145 KV and 36 KV CIRCUIT BREAKERS


2.1 SCOPE This specification covers design, manufacture, assembly, testing before supply, inspection, packing and delivery of outdoor type gang operated circuit breakers of 145 KV and 36 KV insulation class. The Circuit Breakers shall be Sulfur Hexafluoride type for 145 kV class and SF6 or Vacuum for 36 kV class. They shall be complete with all the accessories and auxiliary equipment required for satisfactory operation. 2.2 STANDARDS The circuit breaker shall conform to the latest revisions of relevant standards, rules and codes. 2.3 PRINCIPAL PARAMETERS The circuit breaker shall conform to the desired technical particulars for circuit breakers enclosed at Annexure I. 2.4 2.4.1 2.4.2 GENERAL TECHNICAL REQUIREMENTS Similar parts of the breaker, especially the removable ones, shall be freely interchangeable without the necessity of any modification at site. The breakers will be required to break small inductive currents and line charging current without causing excessive over voltage, and charging current without re strike. The breaker shall also be required to handle evolving faults and meet the requirements regarding partial discharge, radio interference etc., as specified in relevant standards. Breaker Contacts Main contacts shall have continuous and short time which may cause pitting or to close so that there will be silver plated. ample area and contact pressure for carrying the rated currents of the breaker without excessive temperature rise welding. Main contacts shall be the first to open and the last be little contact burning and wear. Tips of main contacts shall

2.4.3 a.

b.

Arcing contacts, if provided, shall be the first to close and the last to open and shall be easily accessible for inspection and replacement. The arcing contacts shall have tungsten alloy tipping. If multi-break interrupters are used, they shall be so designed and augmented that a fairly uniform voltage distribution is developed across them. The inside operating rod or insulated fiber glass connecting rods wherever used shall be sturdy and shall not break during the entire life period of the breaker. The insulated rods shall have antitracking quality towards electrical stresses. Take off Terminal Pads Terminal pads shall be provided with silver plating of at least 25 microns thickness if these are made of metal other than aluminum. No such plating shall be required if the terminal pad is made out of Aluminum. The pads shall be suitably designed to take the approximate terminal loads.

c. d.

2.4.4 a.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

175 OF 517

b. c. d. 2.4.5 a.

The breaker shall be designed to withstand the rated terminal load, wind load / Earth quake load and short circuit forces. The current density adopted for the design of the terminal pad shall in no case exceed 1.6 A / sq. mm for copper pad and 1.0 A/ sq. mm for pad made of other material. The vertical clearance of lowest terminal pad from ground level (including concrete foundation plinth) shall be 4600 mm and 3700 mm for 145 and 36 KV breakers respectively. Porcelain Housing The porcelain housing for the interrupter shall be of a single piece construction without any joint. It shall be made of homogeneous, vitreous porcelain of high mechanical and dielectric strength. Glazing of porcelain shall be of uniform brown or dark brown colour with a smooth surface arranged to shed away rain water or condensed water particles. (fog). Breaking units shall be mounted on insulator column of three / four each column. Surface Finish All metal surfaces exposed to atmosphere shall be given two primer coats of zinc phosphate and two coats of epoxy paint with epoxy base thinner. All metal parts not accessible for painting shall be made of corrosion resisting material. All machine finished or bright surfaces shall be coated compound and suitably wrapped or otherwise protected. with a suitable preventive insulators in

b. 2.4.6 a. b. c. d. e. 2.4.7

All paints shall be carefully selected to withstand tropical heat and extremes of weather within the limits specified. The paint shall be as per shade No. 631 of IS 5. The paint shall not scale off or wrinkle or be removed by abrasion due to normal handling. Galvanising All ferrous parts including nuts, bolts, plain and spring washers of size M 10 and above, support channels, structures, etc. shall be hot dip galvanised to conform to latest version of IS 2629 or any other equivalent authoritative standard. All other fixing nuts, bolts, washers of size below M 10 shall be made out of stainless steel.

2.4.8

Earthing The operating mechanism, housing, support structures etc. shall be provided with two separate earthing terminals for bolted connection to provide 50 x 8 mm MS flat for connection to station earth mat. The connecting point shall be marked with "earth" symbol No. 86 of IEC publication 117 - 1 part 1.

2.4.9

Name and Rating Plate

a. Circuit breaker and its operating device shall be provided with rating plates made out of corrosion proof metal. The following data shall be either punched or engraved on the plate/s and name plate surface should be coated with colour less epoxy powder.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

176 OF 517

b. 2.4.10

The rating plates shall be installed in such positions that the same are clearly visible to a man standing on ground. The coils of operating devices shall be marked clearly with the catalogue number / reference number as indicated in control wiring diagram. The details on the name plate shall be engraved as per IEC 56. Control Circuits The control circuit shall include the following features : i) ii) iii) iv) v) One trip circuit including two trip coils One local / remote selector switch Conveniently located manual emergency trip Anti pumping feature Independence of trip circuit from of local / remote selection

2.4.11

vi) Alarms, indications, monitoring equipment and interlocks as specified elsewhere vii) 2.4.12 2.4.13 Trip circuit supervision for pre trip as well as post trip.

Separate cabinets shall be provided for housing operating mechanism and control circuitry. Auxiliary Switches Each operating mechanism of the circuit breaker shall be provided with Cam / Snap type auxiliary switches with Ten (10) normally open and Ten (10) normally closed contacts exclusively for the purchaser's use with continuous current rating of 10 A D.C. Breaking capacity of the contacts shall be minimum 2 A with circuit time contact less than 20 ms at the rated D.C. voltage, Normal position of auxiliary switches refers to contact position when circuit breaker is open.

2.4.14

Alarms and Indications Potential free contacts shall be provided, duly wired up to the operating mechanism housing / control cabinet for the following alarms and indications to be provided by the purchaser on his control panel.

a.

Alarms i) ii) iii) iv) v) vi) vii) viii) General lockout for SF6 gas Low pressure of SF6 gas Auto reclosing lockout (For low pressure of gas ) Pole discrepancy Auxiliary A.C. /D.C supply failure Low operating air pressure Low operating nitrogen gas pressure (if required) Low hydraulic oil pressure. (if required)

b.

Indications SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

177 OF 517

i) ii) 2.4.15

Breaker on-off Spring charged

Mechanical Indication The operating mechanism indications / counters : i) ii) housing shall be provided with the following mechanical

Breaker on-off Operation counter to register the number of breaker operations.

2.4.16

Interlocks It is proposed to electricity interlock the circuit breaker with air break isolating switches in the switchyard in accordance with switchyard safety interlocking scheme. The details of the scheme shall be furnished later. Required auxiliary contacts for achieving the electrical interlock shall be provided by the bidder.

2.4.17 a.

Mounting The design and supply of support structure, required for mounting the Circuit Breaker shall be in the supplier's scope. The supplier's scope shall also include foundation bolts, nuts, plain washers, spring washers etc. necessary for the support structure. The support structure shall be lattice type and shall be made out of hot dip galvanised steel. The support structure shall be installed on a concrete plinth of 300 mm height to be arranged by the Purchaser. The height of the support structure shall meet the following requirements. i) Vertical clearance of lowest terminal pad shall be as specified clause 2.4.4(d) ii) Minimum height of structure above the top of concrete plinth shall be 2200 mm. in

b.

The Circuit Breaker shall be connected to adjacent equipment in the switchyard through PANTHER ACSR conductor. The maximum unsupported length of conductor on both sides of the Circuit breaker shall be 3.5 M. The support structure shall be designed on the basis of applicable Indian / MSETCL/ International Standards and codes of practice. The structure base plates & control cabinet base frame shall be suitable for the standard foundation drilling plan of MSETCL. Operating Mechanism & Associated Equipment The Circuit Breaker shall be designed for electrical local as well as remote control. In addition there shall be provision for local mechanical control. The operating mechanism shall be of spring charging / Pneumatic operation type operated by Electrical control under normal operation. The mechanism shall be adequately designed for the specified tripping and re closing duty. The entire operating mechanism control circuitry, individual breaker compressor unit, hydraulic pump, spring charging motor etc. as required , shall be housed in an outdoor type, hot dip galvanised steel enclosure. This enclosure shall conform to the degree of protection IP-55 of IS-2147. The enclosure shall invariably be mounted on a provided separate concrete plinth of 300 mm height .

c. d. 2.4.18 a. b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

178 OF 517

c. d.

All metal parts in the mechanism shall be of corrosion resistant material. All bearings which require greasing, shall be equipped with pressure grease fittings. The design of the operating mechanism shall be such that it shall be practically maintenance free. As far as possible, the need for lubricating the operating mechanism shall be kept to the minimum and eliminated altogether, if possible. The operating mechanism shall be anti-pumping and trip free. There shall be no rebounds in the mechanism and it shall not require any critical adjustments at site. Operation of the power operated closing device, when the circuit breaker is already closed, shall not cause damage to the circuit breaker or endanger the operator. Provision shall be made for attaching an operation analyzer to facilitate testing of breaker at site. The technical requirement of spring type operating mechanism are furnished below: The spring operating mechanism shall have adequate energy stored in the operating spring to close and latch the circuit breaker against the rated making current and also to provide required energy for the tripping mechanism in case the tripping energy is derived from the operating mechanism. The mechanism shall be capable of performing the rated operating 0.3 Sec - CO - 3 min - CO as per IEC : 56. duty cycle of O -

e.

f. i.

ii. iii.

The spring charging motor shall not take more than 30 secs for fully charging the closing springs and provision shall be made for automatic charging of the closing springs as soon as they are discharged in a closing operation. For this, the mechanism shall be such that the charging of the springs by the motor does not interfere with the operation of the breaker. iv. The motor shall be adequately rated to carryout a minimum of 10 close and open operations continuously. Also provision shall be made to protect the motor against overloads. In case of failure of power supply to the spring charging motor, the mechanism shall be capable of performing one sequence of O - 0.3 Sec - CO. Mechanical interlocks shall be provided in the operating mechanism to prevent discharging of the closing springs when the breaker is already in the closed position. Provision shall also be made to prevent a closing operation to be carried out with the spring partially charged. Facility shall be provided for manual charging of the closing springs. Operating Mechanism Housing The operating mechanism housing / control cabinet shall conform to following additional requirements. i. ii. The specification covers the requirements of control cabinet and associated control and equipment. Cabinets shall be of the free standing floor mounting type. Control cabinets shall be sheet steel enclosed and shall be dust, water and vermin proof. Sheet steel shall be 2.0 mm thick cold rolled. The control cabinet shall be suitable for outdoor operation. There shall be sufficient reinforcement to provide level surfaces, resistance to vibrations and rigidity during transportation and installation, Control cabinets shall be provided with double hinged door and padlocking arrangement. The door hinges SIGNATURE OF AUTHORISED NMMC OFFICIAL

v. vi.

vii. g.

SIGNATURE OF TENDERER

179 OF 517

shall be of union joint type to facilitate easy removal and the distance between hinges shall not exceed 350 mm. Door shall be properly braced to prevent wobbling. iii. iv. Equipment and devices shall be for operation on specified auxiliary A..C. supply system. Motors rated 1 KW and above being controlled from the control cabinet would be suitable for operation on a 415 V, 3 phase 50 Hz system. Fractional KW motors would be suitable for operation on a 240 V, 1 Phase, two pole Hz A.C. supply system, with one pole grounded. Push button shall be rated for not less than 6 Amps, 415 volts a.c. or 2 amp, 220 V d.c. and shall be flush mounted on the cabinet door and provided with appropriate name plates. Red, green and amber indicating lamps shall be flush mounted and provided with series resistors to eliminate the possibility of short circuiting of control supply in the event of fusing of lamps. For motors up to 5 KW, contactors shall be direct-on-line, air break, single throw type and shall be suitable for making and breaking the stalled current of the associated motor which shall be assumed equal to 6.5 times the full load current of the motor at 0.2 p.f. For motors above 5 KW, automatic star delta type starters shall be provided. 3 pole contractors shall be furnished for 3 phase motors and 2 pole contractors for single phase motors. Reversing contactors shall be provided with electrical interlocks between forward and reverse contactors. If possible, mechanical interlocks shall also be provided. Contactors shall be suitable for uninterrupted duty and shall be of duty category class AC4 as defined in IS 2959. The main contacts of the contactors shall be silver plated and the insulation class for the coils shall be Class E or better. The dropout voltage of the contractors shall not exceed 70 % of the rated voltage. Contactor shall be provided with a three element, position acting ambient temperature compensated, time lagged, hand reset type thermal over load relay with adjustable setting. Hand reset button shall be flush with the front door of the cabinet and suitable for resetting with starter compartment door closed. Relays shall be either direct connected or CT operated depending on the rated motor current. Single phasing protection shall be built in the thermal over load Mini starters shall be provided with no volt coils when required. Wiring for all control circuits shall be carried out with 1100 Volts grade PVC insulated tinned copper standed conductors of sizes not smaller than 2.5 mm. Atleast 10 % spare terminal blocks for control wire terminations shall be provided on each panel. The terminal blocks shall be similar to ELMEX type CAT - 44. All terminals shall be provided with ferrules indelibly marked or numbered and these identifications shall correspond to the designations on the relevant wiring diagrams. The terminals shall be rated for adequate capacity which shall not be less than 10 amps. Control cabinet shall be provided with 240 V, 1 - phase 50 Hz, 20 W fluorescent lighting fixture with on / off switch and a suitably rated 240 V, 1 phase, 5 amp, 3 pin socket for hand lamp. Suitable heaters shall be provided inside each cabinet. Heaters shall be controlled suitable toggle switch of industrial quality. by protection.

v.

vi.

vii.

viii. ix. x.

xi.

xii. xiii.

All a-c control equipment shall be suitable for operation on 240 V, 1 phase two wire 50 Hz system, with one pole grounded.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

180 OF 517

xiv. xv. h.

Items inside the cabinet made of organic material shall be coated with a fungus resistant varnish. All the control knobs, manual spring charger etc. shall be easily approachable from ground level. Auxiliary Motors The auxiliary motors shall meet the requirements specified in the relevant IS

2.4.19

SF6 Gas The breakers, shall be supplied with first filling of SF6 gas.

2.4.20 a.

SF6 Circuit Breakers SF6 breaker shall be so designed that upon loss of pressure the gap between open contacts shall be adequate to withstand at least the rated voltage at atmospheric pressure of gas. Following features shall be provided for monitoring of SF6 gas in the breaker : i) One SF6 gas density meter with two potential free contacts of suitable rating. of these contacts shall be used for annunciation of low density. The other contact shall be used to ensure breaker lockout in the event of low SF6 gas density. Suitable pressure gauges shall be provided for SF6 gas, pneumatic air, hydraulic oil as applicable. Gauge dials shall be clearly visible with naked eye to an observer standing on ground.

b.

ii)

iii) Adequate number of pressure switches, shall be provided for monitoring pressure of SF6 gas. The pressure switches shall be provided with sufficient number of potential free NO & NC contacts for purchaser's use in control, protection and alarm circuits. 2.4.21 Closing coil shall operate correctly at all values of voltage between 85 and 110 % of the rated control voltage and trip coil shall operate correctly at all values of voltage between 70 % and 110 % of the rated control voltage as specified. Quantity 145 kV SF6 1600 A Gas circuit Breakers along with structure 36 kV 1250 A SF6/Vacuum circuit Breaker along with structure 5Nos 7 Nos

2.5 2.5.1 2.5.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

181 OF 517

ANNEXURE - I DESIRED TECHNICAL PARTICULARS SR. NO. 1.0 2.0 3.0 4.0 5.0 6.0 7.0 ITEM Rated voltage of the breaker (KV rms) System frequency System Neutral grounding Continuous current rating (A) Installation (Indoor / Outdoor) Type of breaker Mounting 145 KV 50 Hz Effectively earthed 1600 A Outdoor SF6 On hot dip galvanised steel support Structures, or the operating mechanism, as required 3 Three single poles gang operated 3000 REQUIREMENTS 36 KV 50 Hz Effectively Earthed 1250 A Outdoor SF6 / Vacuum On hot dip galvanised steel support Structures, or the operating mechanism, as required 3 Three single poles gang operated 1250

8.0 9.0 10.0

Number of Poles Type of operation Phase to phase spacing in the switchyard i.e. preferred inter pole spacing for breaker (in mm). Required ground clearance from the lowest live terminal from the top of the concrete plinth (mm) Height of concrete plinth above ground level (to be provided by the purchaser) (mm) Minimum height of the lowest part of the support insulator from ground level (mm) Operating mechanism Auto re closing duty Rated operating duty cycle

11.0

4300

3300

12.0

300

300

13.0

2500

2500

14.0 15.0 16.0

Spring Operated Three Phase O- 0.3 seconds - CO 3 - minutes - CO - as per IEC 56 1.5

Spring Operated Three Phase O- 0.3 seconds - CO 3 - minutes - CO - as per IEC 56 1.5

17.0

"First pole to clear" factor

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

182 OF 517

18.0 19.0 20.0

Max. closing time (ms) Max. total break time at rated breaking capacity (ms) 1.2/50 micro second impulse withstand voltage : To earth (KVP)

150 60

150 100

650 650 275

170 170 70

i) ii) 21.0 22.0 i) Small inductive current (A) ii) Short Circuit current and duration iii) a) A.C. Component (KA rms) b) Percentage D.C. component 31.5 for 1 Sec. Corresponding to minimum opening time as per IEC - 56. 78.75 10 62.5 10 25 Sec. 0.5 to 10 without switching over voltage exceeding 2.0 pu. Across open contacts One minute power frequency withstand voltage (KV rms) Rated breaking current capacity : Line charging at rated voltage (A) 50 --

23.0 24.0

Rated short circuit making current capacity (KA peak) Max. acceptable difference in the instants of closing / opening of contacts between poles (ms) Minimum creepage distance of support insulator (mm)

25.0

3625

900 mm

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

183 OF 517

3.0 AIR BREAK DISCONNECTS


3.1 SCOPE This specification covers design, manufacture, testing at manufacturers works, inspection packing and delivery of the 145 KV & 36 KV outdoor type manually operated three phase double break air break disconnects (isolators) with accessories and auxiliary equipment as well as 36 KV Horn gap fuse unit. 3.2 STANDARDS The rating as well as performance and testing of the disconnect shall conform to the latest revisions of all the relevant standards. 3.3 PRINCIPAL PARAMETERS The air break Disconnects listed in Annexure I. 3.4 3.4.1 covered in this specification shall meet the technical requirements

GENERAL TECHNICAL REQUIREMENTS Type of Disconnects The disconnect shall be three phase , gang operated , horizontal , double break type with turn and twist type moving blades and with gang operated vertical break earth blades.

3.4.2 a. b.

Current carrying parts Disconnects shall be with copper moving blades. Material of earthing blades and contacts shall be the same as those of main switch moving blades and contacts respectively. Cross sectional area of earthing blades and contacts shall not be less than 50 % of cross sectional area of main blades and contacts. The earthing blades shall have the same short time current rating (thermal and dynamic ) as that of main switch. Current Density Current density, to be adopted, for all the parts of Disconnect and terminal connector shall not exceed the following limits :

3.4.3

a. b. 3.4.4 a. b.

Hollow tube sections - (Copper) - 2.00 A/Sq. mm Other sections and terminal connectors - (Copper) - 1.6 A/Sq. mm Insulators The insulators shall be solid core insulators The insulators shall be provided with a completely galvanised steel base designed for mounting on the support. The base and mounting arrangement shall be such that the insulator shall be rigid and self supporting and no guying or cross bracing between phases shall be necessary. The insulator shall be made of homogenous and vitreous porcelain of high mechanical and dielectric strength. It shall have sufficient mechanical strength to sustain electrical and SIGNATURE OF AUTHORISED NMMC OFFICIAL

c.

SIGNATURE OF TENDERER

184 OF 517

mechanical loading on account of wind load, short circuit forces etc. Glazing of the porcelain shall be of uniform brown or dark brown colour with a smooth surface arranged to shade away rain water. The porcelain shall be free from lamination and other flaws or imperfections that might affect the mechanical or dielectric quality. It shall be thoroughly vitrified, tough and impervious to moisture. The porcelain and metal parts shall be assembled in such a manner and with such material that any thermal differential expansion between the metal and porcelain through the range of temperature specified in this specification shall not loosen the parts or create undue internal stresses which may effect the mechanical or electrical strength or rigidity. The assembly shall not have excessive concentration of electrical stresses in any section or across leakage surfaces. The cement used shall not give rise to chemical reaction with metal fittings. The insulator shall be suitable for water washing by rain or artificial means in service conditions. d. Cap to be provided on top of the insulator shall be of high grade cast iron /malleable steel casting. It shall be machine faced and hot dip galvanised. The cap shall have four nos. of tapped holes spaced on a pitch circle diameter of 127 mm to accommodate the terminal clamp for supporting the conductor bus bars. The holes shall be suitable for bolts with threads having anticorrosive protection. The effective depth of threads shall not be less than the nominal diameter of the bolt. The casting shall be free from blow holes, cracks and such other defects. All the ferrous metal parts shall be hot dip galvanised smoothly as per IS 3638 (as amended up to date), IS 2623 or any other equivalent standard. The material shall be galvanised only after shop operations upon it have been completed. The metal parts before galvanization should be thoroughly cleaned of any paint, grease, rust, scales or alkalis or any foreign deposits which are likely to come in the way of galvanization process. The metal parts coating shall withstand minimum four one minute dips in copper sulphate solution as per IEC - 168. The insulator unit shall be assembled in a suitable jig to ensure correct positioning of the top and bottom metal fittings relative to one another. The faces of the metal fittings shall be parallel and at right angle to the axis of the insulator and corresponding holes in the top and bottom metal fittings shall be in a vertical plane containing the axis of the insulator. Operating Mechanisms The operating mechanism shall be Manual operating mechanism gang operated through a crank and reduction gear shall be provided for main switch and Manual operating mechanism gang operated through a lever or handle on the operating shaft shall be provided for earth switch. The operating mechanism shall provide quick, simple and effective operation. The design shall be such that one man shall be able to operate the Disconnect without undue effort. The main switch shall close or open with about 20 (TWENTY) revolutions of the crank. The earth switch shall close or open by rotation of lever / handle through 90 degrees. The operating mechanism shall be suitable to hold the main switch or earth switch in closed or opened position to prevent operation by gravity, wind, short circuit, seismic acceleration, vibration, shock, accidental touching etc. Control Cabinet The control cabinet of each operating mechanism shall be made out of 12 SWG (2.64 mm thick) sheet steel. Control cabinet shall be provided with hinged doors along with padlocking arrangement. Sloping rain hood shall be provided to cover all sides. 15 mm thick neoprene or better type of gaskets shall be provided to ensure degree of protection of at least IP 55 as

e. f.

g.

3.4.5 a.

b.

c.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

185 OF 517

per IS 2147. The cabinet shall be suitable for fixing on support structure with adjustment for vertical , horizontal and longitudinal alignment. d. Gear The disconnect may be required to operate occasionally, with considerably long idle intervals. Special care shall be taken for selection of material for gear and lubrication of gears to meet this requirement. The gears shall be made of aluminum bronze or any other better material and lubricated for life with graphite or better quality non draining and non hardening grease. e. Gland Plate A removable un drilled gland plate shall be provided with each operating mechanism for terminating all cables. The plate shall be of minimum 3 mm thickness. f. i. Auxiliary Switch Each operating mechanism shall be equipped with eight numbers of NC and eight numbers of NO separate and reliable auxiliary switches exclusively for purchasers interlocking and protection scheme. The purchaser shall use these switches either directly or through contact multiplication relays for various protection schemes. The auxiliary switches and auxiliary circuits shall be capable of carrying a current of at least 10 Amps continuously. Auxiliary switches shall be capable of breaking at least 2 A in 110 V d.c. circuit with a time constant of not less than 20 milliseconds. Quick make and break (QMB) type auxiliary switches shall have snap action built in within the switch. The auxiliary switches shall be actuated by a cam or similar arrangement directly mounted on the Disconnect shaft without any intermediate levers, linkages etc. to ensure fool proof operation. Terminal Block and Wiring Each operating mechanism shall be provided with 1100 V grade stud type terminal block. All auxiliary switches, interlocks and other terminals shall be wired upto the terminal block. The terminal block shall have at least 20 percent extra terminals. All wiring shall be carried out with 1100 V grade PVC (Poly Vinyl Chloride ) insulated 2.5 sq. mm copper conductor. Maximum conductor temperature shall be as per IS : 3961. h. Interlocking Disconnect main switch and earth switch are required to be interlocked with associated switchgear and protection schemes of the purchaser through auxiliary contacts. It shall not be possible to operate the Disconnect and the earth switch without closing the auxiliary contacts of the purchasers switchgear. Further, mechanical interlocking shall be suitable for 110 V d.c supply available at site. The device shall ensure locking the disconnect when in deenergised condition. It shall be possible to engage the crank for operation by energising the device through a push button, only when all interlocking contacts are through. 3.4.6 Accessories

ii. iii. iv. v.

g.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

186 OF 517

The accessories to be provided on the Disconnect shall include but not be limited to the following : a. Position Indicator A position indicator to show whether the Disconnect is in ON or OFF b. Counter Balance Springs Counter balance springs, cushions etc. shall be provided to prevent impact at the end of travel both on opening and closing of the Disconnect. The springs shall be made of durable and non-rusting type alloy. c. Name Plate The disconnect shall be provided with a name plate. The name plate shall be weatherproof and corrosion-proof. It shall be mounted in such a position that it shall be visible in the position of normal service and installation. d. Padlocking Device The Disconnect and earthing switch shall be provided with padlocking device to permit locking of the Disconnect and earthing switch in both fully open and fully closed positions. 3.4.7 a. Signaling Signaling of the close position shall not take place unless the movable contact has set in a position in which the rated normal current, the peak withstand current and the short time withstand current can be carried safely. Signaling of open position shall not take place unless the movable contact has reached the position such that the clearance between the contacts is at least 80 % of the isolating distance. Earthing Flexible copper connections shall be provided between rotating earth blades and the frame which shall have cross section of at least 150 sq. mm and shall be tinned or suitably treated against corrosion. The frame of each disconnect and earthing switch shall be provided with two reliable earthing terminals for connection to the purchasers earthing conductor / flat so also clamping screw suitable for carrying specified short time current. Flexible ground connectors shall be provided for connecting operating handle to the earthing flat. The diameter of clamping screw shall be at least 12 mm. The connecting point shall be marked with earth symbol. 3.4.9 a. Design and Construction All lives parts shall be designed to have smooth surfaces without any sharp points, edges and other corona producing surfaces so as to eliminate corona at specified extinction voltage or at 1.1 x rated voltage if extinction voltage is not specified. position.

b.

3.4.8 a.

b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

187 OF 517

b.

Fasteners Nuts, bolts and washers of 5/8 and higher size shall be hot dip galvanised. The bolts used on tapped holes of insulator cap shall be galvanised by centrifuge process to avoid excess deposition of zinc on threads. Nuts, bolts and washers of less than 5/8 size shall be of stainless steel when used on live parts and nickel plated brass in other parts.

c.

Contacts Contacts shall be made out of hard drawn electrolytic grade copper. Arcing contacts wherever provided shall close first and open last. The contact surface shall be silver plated.

d.

Terminal Pad The terminal pad shall be suitable for connection to alluminium terminal connector through bimetallic plate wherever necessary. It shall be made out of electrolytic copper heavily silver plated.

e.

Mounting of Contacts Fixed contacts shall be mounted on a block or channel welded to 10 mm thick M.S. Plate with holes for fixing on insulators. Slots shall be provided for marginal adjustment of height of contacts. The contacts shall rest on a brass block and with initial tension. Suitable device shall be provided to prevent dashing.

f.

Moving Blades Contact surface of moving blades shall be heavily silver-plated. The surface shall be wiped during closing and opening operations to remove any film, oxide coating etc. Wiping action shall not cause abrasion of surfaces.

g.

Turn and Twist Mechanism Turn and twist mechanism shall be provided with adequate locking to avoid opening or loosening by wind, short circuit force etc. on moving blade. The springs shall be made out of stainless steel or phosphor bronze or any other better material to have adequate strength and resilience and shall be encased with grease to avoid exposure to rain. The clamps and plates shall be made out at least 10 mm thick M.S. Plate or flat. Fasteners with nylock nuts shall be used wherever necessary.

h.

Bearings Rotating insulator shall be mounted on a housing with bearings. The housing shall be made of gravity die cast metal with smooth surfaces and suitably machined for seating the bearings. Two no of bearings with adequate shaft diameter and distance between the bearings shall be provided to avoid wobbling during operations. The bearings shall be of at least 75 mm internal diameter . The bearings shall be of reputed make and lubricated for life. All other friction locations shall be provided with suitable bearings or stainless or brass bushes. The bearings, bushes, joints, springs etc. shall be so designed that no lubrication shall be required during the service.

i.

Balancing of height Fixed insulators shall be provided with elevator base plate with four studs for balancing of heights for Disconnect. Thickness of plate and diameter of stud shall be at least 10 mm and

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

188 OF 517

25 mm respectively. Adequate numbers of nuts, lock nuts and washers shall be provided. Taper washer shall be provided to match inclined surface of steel sections. j. Tandem pipe Tandem pipes shall be of at least 25 mm ID and class B. Two nos of tandem pipes shall be used for phase coupling of double break Disconnects. Base plate of insulators for connection of tandem pipe shall be made out of one piece of at least 10 mm thick M.S. plate. Bolt and shackle device shall be used to connect tandem pipe to the base plate. Wherever unavoidable sliding clamps may be used. These clamps shall be made out of at least 10 mm thick M.S. flat with four nos. of nuts and bolts. A grub screw shall be provided for securing connection on tandem pipes. k. Down pipe At least 50 mm ID and class B pipe shall be provided for operating disconnects. The pipe shall be terminated into a suitable swivel or universal type joint between the insulator bottom bearing and the operating mechanism to take care of marginal angular misalignment at site. All brackets, guides etc. shall be mounted on the base of the Disconnect. Arrangement of mounting any guide, bracket, part etc. on support structure except the operating mechanism and the base shall not be accepted. l. Base Each phase of Disconnect shall be provided with a rigid base fabricated from steel sections. The base shall be suitable for mounting on support structures. 3.4.10 Assembly The disconnect shall be fully assembled at the works of the bidder. Typical operations shall be carried out on each type of fully assembled disconnect to ascertain that all parts fit correctly and function satisfactorily. 3.4.11 a. Painting, Galvanising and Climateproofing All interiors and exteriors of enclosures, cabinets and other metal parts shall be thoroughly cleaned to remove all rust, scales, corrosion, grease and other adhering foreign matter and the surfaces treated by recognized phospating (e.g. seven tank phospating sequence). After such preparation of surfaces, two coats of zinc oxide primer shall be given by suitable stoving and air drying etc. before final painting. The final painted cubical shall present aesthetically pleasing appearance free from any dent or uneven surface. Paint inside the metallic housing shall be of anti condensation type and the paint on outside surfaces shall be suitable for outdoor installation. All ferrous parts not suitable for painting such as structural steel, pipes rods, levers, linkages, nuts and bolts used in other than current path etc. shall be hot dip galvanized. Galvanization shall be done after completion of fabrication which shall be capable to prevent corrosion in view of the severe climate conditions. Thickness of zinc coating shall not be less than 610 gm of zinc per sq. meter of surface. Zinc coating shall be smooth clean and of uniform thickness and free from defect. Preparation of galvanizing and the galvanizing itself shall not adversely affect the mechanical properties of the coated material. The quality shall be established by test as per IS 2633. Galvanising of nuts and bolts shall be carried out by centrifugal or suitable process so that the bolts will easily fit into the tapped holes / nuts.

b. c.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

189 OF 517

d. 3.5

All components shall be given adequate treatment of climate proofing as per IS : 3202 so as to withstand corrosion and severe service conditions. Quantity Following is the quantity requirement of various Disconnects:

3.5.1 3.5.2 3.5.3 3.5.4 3.5.5 3.5.6

145 kV 1250 A Disconnect with out earth switch 145 kV 1250 A Disconnect with earth switch 36 kV 1600 A Disconnect with out earth switch 36 kV 800 A Disconnect with earth switch 36 kV 800 A Disconnect with out earth switch 36 kV horn gap fuse set with 22 kV 6 A fuse element

13 Nos 2 Nos 4 Nos 4 Nos 8 Nos 2 sets

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

190 OF 517

ANNEXURE I DESIRED TECHNICAL PARTICULARS Sr. No 1.0 2.0 3.0 4.0 5.0 a) b) 6.0 7.0 Item Description Unit Requirement 145 KV Rated frequency System Neutral No. of phases (poles) Temperature rise Safe duration of overload 150 % of rated current (min) 120% of rated current (min) Rated voltage Type of disconnect kV 5 30 145 Double centre rotating (DBCR) A 1250 A break pole 5 30 36 Double break centre pole rotating (DBCR) 1600 A Incomer 800 A Outgoing 25 for for No Hz 50 Effectively earthed 3 As per IS 50 Effectively Earthed 3 As per IS 36 KV

8.0

Rated normal current

9.0

Rated short time withstand current for 3 seconds for Main Switch & Earth Blade Rated peak current of Main Switch & Earth blade Rated short circuit making current of Earth blade Basic insulation level Lightning impulse withstand voltage

kA

40

10.0 11.0 12.0 a) i. ii. b)

kA kAp

100 100

63 63

To earth Across isolating distance Rated power voltage frequency withstand

kVp kVp

650 700

170 195

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

191 OF 517

i. ii. 13.0 14.0 a. b. 15.0 16.0 a. b. 17.0 18.0

To earth Across isolating distance Minimum creepage distance Rated mech. term load Straight load Across load Phase to phase spacing Minimum clearances Phase to earth Phase to phase Height of lowest live point above ground level (mm) Specific Requirement

kVrms kVrms mm

275 315 3625

70 80 840

kg kg mm

51 17.33 3000

--1500

mm mm mm

1270 1430 4600

320 350 3700

Disconnect main switch shall be required to make or break the line charging current when no significant change in voltage occurs across the isolating distance on account of make or break. Further, Earthing blades shall be capable of discharging the trapped charge of line.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

192 OF 517

4.0 INSTRUMENT TRANSFORMERS


4.1 SCOPE This specification covers design, manufacture, assembly, testing at manufacturers works, packing and delivery of outdoor instrument transformers for protection and metering services. 4.2 2.1 2.2 4.3 STANDARDS The rating, performance and testing of the Instrument Transformers and accessories shall conform to the latest revisions of the relevant Indian standard specification. Equipment meeting with the stipulations of equivalent IEC, ANSI, CSA, DIN standards, which ensure equal or better quality than the Indian standards shall also be acceptable. PRINCIPAL PARAMETERS The current transformers and potential transformers covered in this specification shall meet the technical requirements listed in Annexure I to III. 4.4 4.4.1 GENERAL TECHNICAL REQUIREMENTS COMMON FOR ALL INSTRUMENT TRANSFORMERS

4.4.1.1 The insulation of the instrument transformers shall be so designed that the internal insulation shall have higher electrical withstand capability than the external insulation. The designed dielectric withstand values of external and internal insulation shall be clearly brought out in the Schedule II. The dielectric withstand values specified in this specification are meant for fully assembled instrument transformer. 4.4.1.2 Porcelain Housing The porcelain housing shall be of a single piece construction without any joint or coupling. The housing shall be made of homogeneous, vitreous porcelain of high mechanical and dielectric strength. Glazing of porcelain shall be of uniform brown or dark brown colour with a smooth surface arranged to shed away rain water or condensed water particles (fog.). The profile of porcelain shall be aerodynamic type as per IEC 815. 4.4.1.3 The metal tank shall have bare minimum number of welded joints so as to minimise possible locations of oil leakage. The metal tank shall be made out of mild steel / stainless steel / Aluminum alloy, depending on the requirement. The thickness and material of the tank shall be specified. 4.4.1.4 Surface Finish The metal tank shall be coated with at least two coats of zinc rich epoxy paint. All the ferrous hardware, exposed to atmosphere shall be hot dip galvanised. All other fixing nuts, bolts, washers shall be made out of stainless steel. Alternatively the tank shall be hot dip galvanised. 4.4.1.5 Insulating Oil Insulating Oil required for first filling of the instrument transformers shall be covered in bidders scope of supply. The oil shall meet the requirements of latest edition of IS 335. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

193 OF 517

4.4.1.6 Prevention of Oil Leakage and Entry of Moisture a. As specified else where in this specification, the instrument transformers shall be guaranteed for a trouble free and maintenance free performance for a period of 12 months from the date of commissioning. Therefore, the manufacturer shall ensure that the sealing of instrument transformers is properly achieved at following locations. i) ii) iii) b. c. Locations of emergence of primary and secondary terminals. Interface between porcelain housing and metal tank/s. Cover of the secondary terminal box.

Nuts and bolts or screws used for fixation of the interfacing porcelain bushings for taking out terminals shall be provided on flanges cemented to the bushings and not on the porcelain. If gasketed joints are used, nitrite butyl rubber gaskets shall be used. The gasket shall be fitted in properly machined groove with adequate space for accommodating the gasket under compression.

4.4.1.7 OIL Level Indicators Instrument transformer provided with nitrogen cushion for compensation of oil volume variation shall be provided with prismatic type oil sight window at suitable location so that the oil level is clearly visible with naked eye to an observer standing at ground level. If metal bellow is used for the above purpose, a ground glass window shall be provided to monitor the position of metal bellow. 4.4.1.8 For compensation of variation in volume of the oil due to temperature variation nitrogen cushion or stainless steel bellows shall be used. Rubber diaphragms shall not be permitted for this purpose. 4.4.1.9 Earthing Metal tank of the instrument transformer shall be provided with two separate earthing terminals for bolted connection to 50 x 8 mm GI flat to be connected to station earth-mat. 4.4.1.10Instrument transformers shall be provided with suitable lifting arrangement to lift the entire unit. Lifting arrangement (lifting eye) shall be positioned in such a way so as to avoid any damage to the porcelain housing, primary terminals or the tanks during the process of lifting for installation / transport. The general arrangement drawing shall show clearly the lifting arrangements provided such as lifting type, guide etc. 4.4.1.11Name Plate The instrument transformer shall be provided with non-corrosive, legible name plate, with the information specified in relevant standards, duly engraved / punched on it. 4.4.1.12Enamel, if used for conductor insulation, shall be either polyvinyl acetate type or amide emide type and shall meet the requirements of IS 4800. Polyester enamel shall not be used. Double cotton, cover, if used, shall be suitably covered to ensure that, it does not come in contact with oil. 4.4.1.13Oil filling and / or oil sampling cocks if provided to facilitate factory processing shall be permanently sealed before dispatch of the Instrument Transformers.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

194 OF 517

4.4.2

CURRENT TRANSFORMER

4.4.2.1The C.T. shall be of dead tank design and shall be so constructed that it can be easily transported to site within the allowable transport limitation, and in horizontal position if the transport limitations so demand. The C.T. shall be hermetically sealed. 4.4.2.2 The C.T. secondary terminals shall be brought out in a weather proof terminal box. The terminal box shall be provided with removable gland plate. The terminal box shall be dust and vermin proof. The dimensions of the terminal box and its openings shall be adequate to enable easy access and working space with use of normal tools. 4.4.2.3 Polarity shall be invariably marked on each primary and secondary terminal. Facility shall be provided for short circuiting and grounding of C.T. secondary terminals inside the terminal box. 4.4.2.4 The C.T. shall be provided with rating plate with dimensions and markings as per IS 2705. The markings shall be punched and not painted. 4.4.2.5The current transformer shall be vacuum filled with oil after processing and thereafter hermetically sealed to eliminate breathing and to prevent air and moisture from entering the tank. Oil fitting and / or oil sampling cocks, if provided to facilitate factory processing, should be permanently sealed before dispatching the C.T. 4.4.2.6 The castings of base coller etc. shall be die cast and tested before assembly to detect cracks and voids, if any. 4.4.2.7 The instrument security factor of metering core shall be low enough but not greater than 5. This shall be demonstrated on all the ratio of the metering core in accordance with procedure specified in IEC 185 or IS 2705. In case the instrument security factor of 0.5 or less is not possible to be achieved on higher ratios ,auxiliary Cts of ratio 1/1 and 0.5 accuracy class shall be deemed to be included in the bidders scope of supply. 4.4.2.8 Primary Winding a. Primary winding shall be hair pin type of wound tube made out of high conductivity copper or aluminum. Specific reasons for selection of a particular metal / alloy and its merits shall be clearly brought out in the offer. Conductors used for the primary winding shall be rigid or housed in rigid metallic shell. Unavoidable joints in the primary winding shall be welded type. The details of such welded joints shall be indicated in the drawings submitted with the offer. For primary winding current densities shall not exceed 1.65 A /sq. mm if copper is used and 1.0 A / sq. mm if Aluminum is used.

b. The design density for short circuit current as well as conductivity of the metal used for primary winding shall meet the requirement of IS 2705.. c. The primary winding shall be designed for extended primary current of 120 % at rated primary current.

4.4.2.9 Secondary Windings Suitably insulated copper wire of electrolytic grade shall be used for secondary windings. Type of insulation used shall be described in the offer. For multi ratio design the multi ratio shall be achieved by reconnection of the primary / secondary windings. 4.4.2.10The exciting current of the CT shall be as low as possible.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

195 OF 517

4.4.2.11Primary Terminals Each primary terminal shall be made of two studs of standard size of 30 mm dia x 80 mm length. The primary terminals shall be of heavily tinned electrolytic copper of 99.9 % conductivity. The minimum thickness of tinning shall be 15 microns. 4.4.2.12Secondary Terminals Secondary terminal studs shall be provided with at least three nuts and adequate plain and spring washers for fixing the leads. The studs, nuts and washers shall be of brass, duly nickel plated. The minimum out side diameter of the studs shall be 6 mm. A length of at least 15 mm shall be available on the studs for inserting the leads. The horizontal spacing between centers of the adjacent studs shall be at least. 1.5 times the outside circum dia of the nuts. 4.4.2.13The current transformer shall be provided with suitable test tap for measurement of capacitance, tan delta as well as partial discharges, in factory as well as at site. Provision shall be made of a screw on cap for solid and secured earthing of the test tap connection, when not in use. A suitable caution plate shall be provided duly fixed on the cover of the secondary terminal box indicating the purpose of the test tap and necessity of its solid earthing as per prescribed method, before energising the C.T. 4.4.2.14Facilities shall be provided at the terminal blocks in the control cabinets for series / parallel connection and star delta formation of C.T. secondary windings. 4.4.2.15The current transformer shall preferably be suitable for horizontal transportation.

4.4.2.16Current Transformer characteristics shall be such as to provide satisfactory performance for burdens ranging from 25% to 100 % of rated burden over a range of 20 % to 120 % of rated current in case of metering C.T.S and up to the accuracy limit factor / knee point voltage in case of relaying CTs. 4.4.2.17All Current Transformers shall be provided with two terminal studs per pole. Expansion chamber at the top of porcelain insulator shall be suitable for expansion of oil and have provision for primary terminals. 4.4.2.18The following accessories / fittings shall be supplied along with the current transformers. a. b. c. 4.4.3 Pressure release device Oil level indicator Lifting lugs.

POTENTIAL TRANSFORMER to

4.4.3.1The P.T. shall be vacuum filled with oil after processing and hermetically sealed eliminate breathing and to prevent air and moisture from entering the tank.

4.4.3.2 The P.T. shall be so constructed that it can be easily transported to site within the allowable transport limitations and in horizontal position if transport limitations so demand. 4.4.3.3 Primary Winding Primary winding shall be of suitably insulated electrolytic, copper wire.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

196 OF 517

4.4.3.4 Secondary Winding Suitably insulated copper wire of electrolytic grade shall be used for secondary windings. The secondary windings of the potential transformer shall be protected by two sets of HRC fuses in parallel for each core. 4.4.3.5 The P.T. Secondary terminals shall be brought out in a weatherproof terminal box. The H.R.C. fuses meant for protection of secondary windings shall also be located in the terminal box. The terminal box shall be provided with removable gland plate. The terminal box shall be dust and vermin proof. Suitable arrangement shall be provided for drying of air inside the terminal box. The dimensions of the opening of the terminal box shall be adequate to enable easy access and working space with the use of normal tools. 4.4.3.6 Polarity shall be invariably marked on each potential transformer at the secondary terminals in the terminal box. 4.4.3.7 The P.T. shall be provided with a rating plate with dimensions and markings as per IS : 3156. The markings shall be punched and not painted. 4.4.3.8 Primary Terminals The primary terminals shall be of standard size of 30 mm dia x 80 mm length. The primary terminal shall be of heavily tinned electrolytic copper of 99.9 % conductivity. The minimum thickness of tinning shall be of 15 microns. 4.4.3.9 Secondary Terminals For external connection of secondary windings, terminal studs shall be provided with at least three nuts, plain and spring washers. The studs, nuts and washers shall be of brass properly nickel plated. The size of the studs shall be 6 mm outside diameter. A length of at least 15 mm shall be available on the studs for inserting the leads. Horizontal spacing between centers of the adjacent studs shall be at least 1.5 times the circum dia of the nuts. 4.5 Quantity Following is the quantity requirement of various types of instrument 4.5.1 4.5.2 4.5.3 4.5.4 4.5.5 145 kV 800-400-200/1 A 5 core Current transformers 100 kV / 110V 3 core potential transformers 3 / 3 9 Nos 12 Nos 6 Nos 36 kV 1600-800/1 A 4 core Current transformers 36 kV 400-200/1 A 3 core Current transformers 22 kV / 110V 3 core potential transformers 3 / 3 transformers: 15 Nos 3 Nos

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

197 OF 517

ANNEXURE I DESIRED TECHNICAL PARTICULARS CURRENT TRANSFORMERS Sr. No PARTICULARS UNIT REQUIREMENT 145 KV 36 KV

Type of CT

Single Ph. dead tank,oil filled & hermetically sealed Out doors Pedestal Achievable by secondary side reconnections Solidly effectively earthed 120% of rated primary current As per IS 2705 pc less than 10 Out doors Pedestal Achievable by secondary side reconnections Solidly effectively earthed 120% of rated primary current As per IS 2705 less than 10

2 3 4

Installation Type of mounting Ration taps

Method of earthing

Rated continuous thermal current

7 8

Acceptable limit of temperature rise Acceptable partial discharge level at 1.1 times the rated voltage Max. radio interference voltage at 1.1 times the rated voltage Rated voltage System Frequency Basic insulation level One minute dry power frequency withstand voltage primary Rated short time withstand current for 1 sec. duration Rated dynamic withstand current Visual corona extinction voltage

micro volts

less than 500

less than 500

10 11 12 13

kV rms Hz kVp kV(rms)

145 50 650 275

36 50 170 70

14

kA rms

40

26.2

15 16

kAp kV(rms)

100 92

65.5 N/A

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

198 OF 517

17

Minimum creepage distance of porcelain housing Primary terminal requirement

mm

3625

900

18

mm

2 Nos 30 diax80 long 600x600 30 dia As per IS 2705 (partI)

2 Nos 30 diax80 long 450x450 30 dia As per IS 2705 (partI)

19 20 21

Mounting frame Mounting Holes Power frequency over voltage withstand requirement for secondary winding Type of oil compensation

mm mm kV rms

22

Nitrogen cusion or SS below Refer Annex II

Nitrogen cusion or SS below Refer Annex II

23

Ration and core details

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

199 OF 517

Annexure II Sheet 1 of 3 INSTRUMENT TRANSFORMERS RATIO AND CORE DETAILS CURRENT TRANSFORMER 1. 145 kV CTs Qty: 15 Nos ( 6 for incoming feeders, 6 for transformer feeders and 3 for bus coupler feeder) Rated Voltage Ratio No. of secondary : 100 KV : : Max. Voltage 800-400-200/1-1-1-1-1 Amp. Five : 145 KV

Details of Secondary Cores

1 2. 3 4 5 6 7. 8 9

Core Number Pri. Current Amp. Sec. Current in Amp Purpose Burden - VA Accuracy class Minimum Knee Point Voltage Inst. Safety Factor Max. mag. Current at Knee point Voltage

1 800 400200 1 Prot. PS 30 (RCT+36) 100

2 800 400200 1 Prot. PS 30 (RCT+36) 100

3 800 400200 1 Metering 40 0.5 5 or less -

4 800 400200 1 Bus bar prot. PS 40 (RCT+7) 100

5 800 400200 1 Bus bar prot. PS 40 (RCT+7) 100

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

200 OF 517

Annexure II Sheet 2 of 3 2. 22 kV C. T. (Qty. : 9 Nos- 6 for transformer and 3 for bus sectionaliser) : 22 KV : : Max. Voltage 1600 - 800 / 1-1-1-1 Amp. Four : 36 KV

Rated Voltage Ratio

No. of secondary

Details of Secondary Cores 1 2 3 4 5 6 7. 8 9 Core Number Primary Current in Amp Sec. Current in Amp Purpose Burden - VA Accuracy class Minimum Knee Point Voltage Inst. Safety Factor Max. mag. Current at Knee point Voltage 1 1600-800 1 Prot. PS 15 (RCT+19) 100 2 1600-800 1 Prot. PS 15 (RCT+19) 100 3 1600-800 1 Metering 15 0.5 5 or less 100 PS 15 (RCT+19) 4 1600-800 1 Prot.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

201 OF 517

3.

Annexure II Sheet 3 of 3 22 KV OUTGOING FEEDER C.T. (Qty. : 12 Nos) : 22 KV : : Max. Voltage 400 - 200 / 1-1-1 Amp. Three : 36 KV

Rated Voltage Ratio

No. of secondary

Details of Secondary Cores

1 2 3 4 5 6 7. 8 9

Core Number Primary Current in Amps Secondary Current in Amp Purpose Burden - VA Accuracy class Minimum Knee Point Voltage Inst. Safety Factor Max. mag. Current at Knee point Voltage

1 400-200 1 Prot. PS 15 (RCT+19) 100

2 400-200 1 Prot. PS 15 (RCT+19) 100

3 400-200 1 Metering 15 0.5 5 or less -

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

202 OF 517

Annexure III DESIRED TECHNICAL PARTICULARS POTENTIAL TRANSFORMER Sr. No PARTICULARS UNIT REQUIREMENT 145 KV 36 KV

Type of PT

Single Ph. oil filled & hermetically sealed Out doors Pedestal Achievable by secondary side reconnections Solidly effectively earthed kV rms Hz kVp kV(rms) 145 50 650 275 Out doors Pedestal Achievable by secondary side reconnections Solidly effectively earthed 36 50 170 70

2 3 4

Installation Type of mounting Ration taps

Method of earthing

6 7 8 9

Rated voltage System Frequency Basic insulation level One minute dry power frequency withstand voltage primary Minimum creepage distance of porcelain housing Primary terminal requirement

10

mm

3625

900

11

mm

1 Nos 30 diax80 long 600x600 30 dia 100kV/3kv 110V/3 3

1 Nos 30 diax80 long 450x450 30 dia 22kV/3kv 110V/3 3

12 13 14

Mounting frame Mounting Holes Voltage Ratio

mm mm

15 16 16.1

Number of cores Core Details Purpose

Core1: prot.

Core1: prot.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

203 OF 517

Core2: Prot Core3: Met. 16.2 Class of Accuracy Core1: 3P Core2: 3P Core3: 0.2 VA Core1: 200 Core2: 50 Core3: 50

Core2: Prot Core3: Met. Core1: 3P Core2: 3P Core3: 0.2 Core1: 200 Core2: 50 Core3: 50

16.3

Burden

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

204 OF 517

5.0 96 KV & 20 KV SURGE ARRESTER


5.1 SCOPE This specification covers, design, manufacture, assembly, testing at manufacturer's works, packing and delivery of metal oxide gap less Surge Arresters for 100 KV & 22 KV system complete with discharge counter, insulating base and other accessories. 5.2 STANDARDS Surge arrester shall conform to the latest editions of the Indian standards 5.3 5.3.1 5.3.2 PRINCIPAL PARAMETERS The surge arresters shall conform to the technical requirements as per desired technical particulars enclosed at ANNEXURE I . The surge arresters shall be fitted with pressure relief devices and are diverting ports and shall be tested as per the requirement of IEC specification for minimum prospective symmetrical fault current of 40 KA rms. A grading ring shall be provided, if distribution. Protective Levels The basic insulation levels and switching impulse withstand levels of the lines and equipments to be protected, have been specified in technical particulars enclosed at annexure I. The protective characteristics of the arresters offered shall be clearly brought out in the schedule of guaranteed technical particulars enclose elsewhere in the tender document. 5.4 5.4.1 5.4.2 5.4.3 5.4.4 5.4.5 GENERAL TECHNICAL REQUIREMENT Each individual unit of surge arrester shall be hermetically sealed and fully protected against ingress of moisture. The hermetic seal shall be effective for the entire life time of the arrester. The surge arrester shall be suitable for hot line washing. The corresponding units of arresters of the same rating shall be interchangeable without adversely affective the performance. The surge arrester shall be suitable for pedestal type mounting. All the necessary flanges, bolts, nuts, clamps etc. required for assembly of complete arrester with accessories and mounting on purchasers support structure shall be included in bidders scope of supply. Porcelain Housing Porcelain housing shall be free from lamination cavities or other flaws affecting the mechanical and electrical strengths. The porcelain shall be thoroughly vitrified and non porous. necessary on each complete arrester for proper stress available.

5.3.3 5.3.4

5.4.6 a. b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

205 OF 517

c. d. 5.4.7 a.

The creepage distance of arrester housing shall be as indicated in desired technical particulars enclosed at annexure I. The porcelain petticoats shall be preferably of self cleaning type (Aerofoil design). Galvanisation, Nickel Plating etc. All ferrous parts exposed to atmosphere shall be hot dip galvanised as per IS 2629. Tinned copper / brass lugs shall be used for internal wiring of discharge counter. Screws used for electrical connections shall be either of brass or nickel plated. Line terminal pads, ground terminal pads and name plate bracket shall be hot dip galvanised. The material shall be galvanised only after completing shop operations. Accessories and Fitting A discharge counter shall be provided for each arrester. The discharge counter shall be offered with milli ammeter for measuring the leakage current and shall not require any DC or AC Auxiliary supply. It shall be suitable for outdoor use. The installation of discharge counter shall not adversely affect the arrester performance. The discharge counter shall register operation when any surge strikes the surge arrester. All necessary accessories and earthing connection links between the bottom of the arrester and the discharge counter shall be provided. The discharge counter shall be so designed that the readings of discharges recorded by the counter and the readings of milliammeter shall be clearly visible through an inspection window to a person standing on ground. The minimum height of purchaser's support shall be 2.5 meters from ground level. Each surge counter shall have terminals of robust construction for connection to earthing lead and these shall be suitably arranged so as to enable the incoming and outgoing connection to be made with minimum bends. The grounding terminals shall be suitable for accommodating purchaser's grounding connection to steel earth mat. Proper functioning of the surge counter with surge arrester shall be guaranteed by the bidder. The arrester shall be provided with non corrosive legible name plate marked with punching or engraving all necessary information. Each arrester shall be provided with non corrosive legible name plate punched / engraved information such as a. b. c. d. e. f. g. h. i. Manufacturers name & trade mark identification Rated voltage Max. continuous operating voltage Type Rated frequency Nominal discharge current Long duration discharge class Pressure relief current in KA Year of manufacture marked with

b. c. 5.4.8 a.

b. c.

d. e.

f.

g. 5.4.9

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

206 OF 517

5.5

Quantity Following is the quantity requirement of the surge arresters:

5.1 5.2

96 kV surge arrester along with base insulators, leakage current detector and surge counter. 20 kV surge arrester ANNEXURE - I DESIRED TECHNICAL PARTICULARS

12 Nos 18 Nos

Sr. No

PARTICULARS

UNIT

REQUIREMENT 100 KV 33 KV

1 2 3 4

Nominal System Voltage Highest System Voltage Impulse Withstand Voltage Sym. Fault current at LA location for 1 sec System Frequency Number of Phases One Minute Power Frequency withstand voltage Rated Arrester Voltage Maximum Continuous operating voltage(MCOV) Installation Class Rated Discharge Current Type of construction

kV (rms) kV (rms) kVp kA

100 145 550 31.5

22 36 170 26.2

5 6 7

Hz No kV (rms)

50 3 275

50 3 70

8 9

kV (rms) kV (rms)

96 102

20 25

10 11 12 13

Outdoor Station kA 10 Single Column/single phase Pedestal Ph to earth 3

Outdoor Station 10 Single Column/single phase Pedestal Ph. to earth 1

14 15 16

Mounting Connection Long Duration discharge class

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

207 OF 517

17

Minimum energy handling capability

kj/kv

-------

18

Ration of switching impulse residual voltage to rated voltage of arrester Minimum fault current for Pressure relief test Terminal connector kA(rms)

19

40

40

20

Up to ACSR Zebra Universal kV(rms) Arrester rated voltage 50

Up to ACSR Zebra Universal Arrester rated voltage 50

21 22

Take off Corona Extinction Voltage

23

Maximum partial discharge when energized at 1.5 times of MCOV Insulator Base Discharge Counter Leakage current miilammeter Minimum creepage distance

pico Coulums

24 25 26 27

Required Required Required mm 3625

Not required Not required Not required 900

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

208 OF 517

6. CONTROL AND RELAY PANELS


1.0 SCOPE The scope of this specification covers design, manufacturing, testing at works, supply , packing and forwarding to site of control and relay panels for 100/22 KV Substation. 2.0 STANDARDS The control and relay panels shall conform to the latest revisions of all relevant IS / IEC standards and the latest standard technical specifications of Maharashtra State Electric Transmission Company Limited. The specifications underlined below are for guidance / reference only . It shall be responsibility of the bidder to supply the control and relay panel with all protections and metering as per the latest requirement of MSETCL and shall be procured from the vendors who have supplied similar panels earlier on other MSETCL substation projects 3.0 PRINCIPAL PARAMETERS The control and relay panels covered in this specification shall conform to the technical requirements as described in below mentioned clauses. 4.0 4.1 4.1.1 4.1.2 4.1.3 4.1.4 4.1.5 4.1.6 4.2 4.2.1 GENERAL TECHNICAL REQUIREMENTS Scope of Work Design and fabrication of complete panel with provision for mounting all the associated instruments , relays , meters as specified in the main single line diagram for the substation . Supply and mounting of all equipment as specified in accompanying list of equipment and the specification, together with such auxiliary equipment and material as required. Complete internal wiring between adjacent panels. to equipment and terminal blocks and provision for wiring

Electrical detailing as outlined in this specification. Preparation and furnishing of all the required drawings including schematic drawing, internal wiring, inter panel wiring and termination details. Testing of panels and associated equipment at suppliers work and certificates. Constructional Features of Control & Relay Panels The control panels for 100 kv shall be `Simplex type. The approx. overall panel dimension shall be 2312 mm (Height ) x 700 mm (width) x 750 mm Depth. The relay panel for 100 kv shall be simplex type with overall dimensions 2312 mm (Height) x 720 mm width x 650 mm Depth. The control and relay panels for 22 kV feeders shall be `Simplex type with all controls, indications, meters and protective relays mounted in the front. Components for two line feeders shall be accommodated in one panel. Control panels for transformers shall be one independent panel for each transformer control. The bus coupler control and repay panel shall be an independent panel. The approx. overall panel dimension shall be 2312 mm (Height ) x 700 mm (width) x 750 mm Depth. furnishing of test

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

209 OF 517

4.2.2

The relay panel shall be modular rack mounting type with standard 19 wide racks in accordance with IEC - 297. The relays shall be draw out / plug - in type. The relays shall be suitable to form complete protection scheme with minimum external wiring involved. The slots (cutouts) for inter panel wiring shall be spaced at 300 mm from top edge of the side panel and their size shall be 80 mm (H) x 300 mm (W). Panels shall be completely metal enclosed and shall be dust, moisture and vermin proof to meet the requirements of IP 31 of IS 2147. The panels shall be free standing, floor mounting type and shall be of rigid structural frames, enclosed completely, made with specially selected, smooth finished, rolled sheet steel of thickness not less than 3 mm for front and rear portion and 2.0 mm thick for sides, top and bottom portions and the doors. There shall be sufficient reinforcement to ensure level surfaces, and rigidity during transportation, installation and operation. All doors and removable covers shall be gasketed all around with gaskets, Ventilating louvers, if provided, shall have screens and filters. neoprene

4.2.3 4.2.4 4.2.5

4.2.6 4.2.7

Design, material selection and workmanship shall be such as to result in neat appearance both inside and outside, with no weld, rivets or bolt heads apparent from outside and with all exterior surfaces true and smooth. External cable connections shall be terminated on the terminal blocks to be provided in Control and Relay Panels. Cable entries to the panels shall be from the removable bottom plates of the panels. Label All instruments / relays / meters / switches / terminals etc mounted on the front side , on the rear or inside the panel shall be provided with individual labels with equipment designation engraved thereon. The labels shall be mounted directly below the respective equipment. A label engraved with panel designation shall be provided at the top of the front panel. These labels shall be mounted directly by the side of the respective equipment and shall not be hidden by the equipment wiring. Labels shall be made of PVC strips, and shall have white letters on black back ground. All the front mounted equipment shall also be provided with tag numbers corresponding to the ones shown in the panel internal wiring to facilitate easy tracing of the wiring.

4.2.8

4.3

4.4

Mimic Diagrams Mimic diagrams depicting the bus arrangement and the relative positions (locations) of circuit breakers, isolators, etc. shall be provided on each control panel. Screw-on type, 12 mm x 3 mm size aluminum strips, shall be used for mimic diagrams. The colour for 132 kV voltage in the mimic diagram shall be Golden brown as per shade No 414 of IS-5. When semaphore indicators are used for equipment positions, they shall be mounted in the mimic, such that the equipment closed position shall complete the continuity of the mimic. Similarly, when semaphore indicator is used , it shall be mounted in the mimic, such that the equipment closed position (i.e. position of semaphore ) shall complete the continuity of the mimic.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

210 OF 517

4.5

Position Indicators Semaphore indicators shall be provided for isolators and earth switches. The semaphore indicators shall be three position type, having one intermediate position to indicate the DC supply fail condition.

4.6 4.6.1

Switches All control switches and instrument switches shall be rotary type with escutcheon plates clearly marked to show the operating positions. The switches shall be semi flush mounting type with only the switch front plate and operating handle projecting out. Connections to the switches shall be from the back. Heavy Duty spring return to normal TN- C type control switches shall be provided for control of the circuit breakers . Suitable additional NO /NC contacts shall be provided on the control switches for indication / interlocking purpose All selector switches shall be stay put type. Contacts of the switches shall be spring assisted, and the contact faces shall be silver plated. Springs shall not be used as current carrying parts. Contact rating and contact configurations of the switches shall be adequate for the functions desired. Multi function electricity meter (MFE meter) Multifunction electricity meter shall be provided on the control panels for indicating the instantaneous parameters like voltage, current, frequency, power factor, apparent power, reactive power, active power, etc. and the integrated parameters like kwh, kvarh, etc. A single meter capable of recording both import and export of energy and the various system parameters like, voltage, current frequency, power factor, active power, reactive power etc. shall be preferred for line control panel where export and import of energy is required to be recorded. Multi function meter shall be microprocessor based compact unit having serial-port(s) for interface with local computer / Data Acquisition system. The meter shall have digital display unit. The digits shall be clear and bright. The unit shall have digits not less than 6. The design shall be such that the digits (counter) shall not reset for at least 5 years. All readings on the meter shall be direct reading type, that is, without involving any external multiplying factor. It shall be possible to programme the meter, at site, to suit the actual CT & PT ratios. M.F.E. meter shall be flush mounting type having all connections from the rear. Provision shall be available for insitu testing / calibration of the meter. Meter shall be suitable for 50 Hz AC system with 1A CT secondary and 110 V PT secondary rating and shall be 4-wire 3 element type capable of reading correctly even when used for unbalanced loads. No transducer / external interfaces shall be included between the instrument transformer (secondary) and the meter. Feather-touch push buttons shall be provided on the meters for enabling selection of various system parameters to be read. The parameters being displayed shall be identified on the displayed unit.

4.6.2

4.6.3 4.6.4

4.7 4.7.1

4.7.2

4.7.3 4.7.4

4.7.5

4.7.6 4.7.7

4.7.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

211 OF 517

4.7.9

MFE meter shall preferably be self-powered type. It shall have non-volatile memory so as to retain the recorded parameters during power failure / storage. In case the meter is having builtin self chargeable type battery back-up to support the retention of energy recording during storage / aux. supply failure, the same shall have a life not less than 7 years. The meter shall be tamper-proof, having suitable locking arrangement. Locking by method of pass-word may also be offered to prevent tampering by un authorised persons. Panel Internal Wiring All wiring shall be carried out with 660 V grade single core multi strand flexible copper conductor wires with PVC insulation and shall be flame, vermin and rodent proof. The current carrying capacity of wire shall be adequate for the duty assigned to it and shall have sufficient flexibility to facilitate proper termination at any location. Colour coded wires (RYB) shall be used for CT, VT Secondary connections. Auxiliary bus wiring terminal blocks for AC and DC supplies, voltage transformer circuits, annunciation circuits and other common services shall be provided near the top of the panels in such a way that extension of bus wires to both sides will be possible. Panel wiring shall be securely supported, neatly arranged, readily accessible and connected to equipment terminals and terminal blocks. Wiring gutter or trough shall be used for this purpose. In case of transformer relay panels where two cubicles are required, the two shall be supplied together and wired up. End covers shall not be provided between these two panels. Terminal blocks with numbers as specified shall be mounted uniformly in the two cubicles as if they together form a single panel. All trip circuit wires shall be identified with red colour sleeves. Interior Lighting & Heating Each panel shall be provided with 1 x 9 W CFL type lighting fixture rated for 240 V AC Supply, controlled by panel door switch and fuse. A 240 V, 50 Hz, 15 Amp 3 pin receptacle and switch shall be provided. One space heater shall be provided along with its control switch.

4.7.10 4.9 4.9.1

4.9.2

4.9.3 4.9.4

4.9.4 4.10

4.11

Earthing Each panel shall be provided with earth bus of copper having size not less than 25 x 3 mm securely fixed to (inside) base of panels. Provision shall be kept to extend the earth bus bars to future adjoining panels. All metallic cases of relays, instruments and other mounted equipment shall be connected to earth bus by independent copper wires of size not less than 2.5 sq.mm. The colour of insulation for earthing wires shall be GREEN.

4.12

Indicating Lamps Clustered LED type indicating lamps shall be provided on the panel .Lamps shall have translucent lamp covers to diffuse light. The lamps shall be coloured as specified. The lamp cover shall be preferably of screwed type, unbreakable and moulded from heat resisting material. They shall have bright LEDs having long life. The indicating lamps with resistors shall withstand 120 % of rated voltage on a continuous basis.

4.13 4.13.1

Terminal Blocks Terminal blocks shall be 1100 V grade, 10 amps. rated one piece moulded, complete with insulated barriers, stud type brass terminals, washers, brass nuts, brass lock nuts and identification strips. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

212 OF 517

4.13.2 4.13.3 4.13.4 4.13.5

Terminal blocks for CT and VT secondary leads shall be provided with test links and isolating facilities. CT secondary leads shall be provided with short circuiting and earthing facilities. At least 20 % spare terminals shall be provided on each panel and these spare uniformly distributed on all terminal blocks. terminals shall be

All spare contacts and terminals of the panel mounted equipment and devices shall be wired up to terminal blocks. Terminal blocks shall be suitable for connecting the following conductors of the Purchasers cables on each side. i) ii) All circuits excluding CT & VT circuits CT & VT circuits : : Minimum of Four wires of 2.5 sq. mm copper Minimum of 10 sq. mm(Al)

4.13.6

There shall be a minimum clearance of 250 mm between the bottom most terminal blocks and cable gland plate. Also the clearance between two columns of terminals blocks shall be minimum 150 mm. The cable gland plate shall be mounted at a height of 150 mm from the ground. The power connection terminals, CT / PT Terminals and the control circuit terminals shall not be connected on the same terminal block. Test terminal block (TTB) shall be provided one each for the protection circuit & metering circuit. The TTB shall be 13 terminal type with 4 isolation link terminals for PT connection and remaining 9 terminals for 3 phase CT connections having shorting facilities. The CT & PT wires coming from the field shall be terminated on the TTB first before further wiring in the panel. Annunciators Static type annunciators suitable for the visual and audible alarm annunciation shall be provided on the control panel. These shall be micro processor based units using bright LEDs. Annunciator facia units shall have translucent plastic windows for each alarm point. Annunciator facia plate shall be engraved in black lettering with respective alarm inscription as specified. Alarm inscriptions shall be engraved on each window in not more than three lines and size of the lettering shall be about 5 mm. The inscriptions shall be visible only when the respective facia lamp (LED) is lit. The annunciators shall be suitable for operation with normally open contacts which close on a fault. Annunciator facia units shall be suitable for flush mounting on panels. Replacement of individual facia inscription plate and lamp shall be possible from front of the panel. One alarm buzzer meant for non-trip alarms and one bell meant for trip alarms shall be provided in each control panel mounted inside. Each Annunciator shall be provided with `Accept, `Reset and `Test push buttons coloured red, yellow and blue respectively .

4.13.7 4.13.8

4.14 4.14.1 4.14.2

4.14.3 4.14.4 4.14.5 4.14.6

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

213 OF 517

4.14.7

Special precaution shall be taken to ensure that spurious alarm conditions do not appear due to influence of external magnetic fields on the Annunciator wiring and switching disturbances from the neighboring circuits within the panels. When `Reset push button is pressed before abnormality is cleared, the lamps shall continue to glow steady and shall go out only when normal condition is restored. Any new annunciation appearing after the operation of `Accept for previous annunciation, shall provide a fresh audible alarm with accompanied visual indication, even if the process of `acknowledging or `resetting of previous alarm is going on or is yet to be carried out.

4.14.8 4.14.9

4.14.10Provision of testing facilities for flasher and audible alarm circuit of Annunciator shall also be available. 4.14.11The flasher relay shall be connected in the discrepancy circuit and out put of the flasher relay given to the discrepancy lamp. The flasher relay shall have adjustable time setting for the ON / OFF operation. 4.15 Push Buttons Push button shall be momentary contact type with rear terminal connections. It shall be provided with integral inscription plate with its function engraved on it. All push buttons shall have two normally open and two normally closed contacts. The contact faces shall be silver plated. The contact rating shall be adequate to make / break and carry appropriate currents for the functions desired. 4.16 Contact Multiplication Relays Auxiliary relays as per requirement of the protection shall be provided in each control panel for the purpose of multiplying the auxiliary contacts of respective circuit breaker, isolators and earth switch. These relays shall be mounted on a separate hinged frame inside the control panel, and shall be accessible after the panel (rear) doors are opened. 4.17 4.17.1 Painting All sheet steel work shall be phosphated in accordance with the seven tank processing method as per the code of practice with IS:6005 Code of Practice for Phosphating Iron and Steel. After seven tank processing and drying eth panels shall be provided with powder coating of the approved colour shade . Each coat of primer and finishing paint shall be of a slightly different shade to enable inspection of the painting. Finished painted appearance of panel shall present an aesthetically pleasing appearance free from dents and uneven surface. Mounting All equipment on front of panel shall be mounted flush. Equipment shall be mounted such that removal and replacement can be accomplished individually without interruption of service to adjacent equipment. Terminal markings shall be clearly visible. The Center line of switches, push-buttons and indicating lamps shall be at a height not less than 750 mm from the bottom of the panel. The center lines of relays , meters and recorders shall be at a height not less than 450 mm from the bottom of the panel.

4.17.2

4.17.3 4.18 4.18.1

4.18.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

214 OF 517

4.18.3

The center lines of switches, push-buttons and indicating lamps shall be matched to give a neat and uniform appearance. Likewise, the top edges of all meters, relays and recorders etc. shall be matched. Relays All relays shall conform to the requirements of relevant Indian / International Standards. protective relays shall be of draw out or plug-in type design with suitable test facilities. All

4.19 4.19.1 4.19.2

Draw-out type relays shall be suitable for flush mounting, with only the flanges projecting on the front. Plug-in type assembly shall provide uniform level appearance in front when covered. All relays shall have connections (Terminals) at the rear only. All AC relays shall be suitable for operation on 50 Hz. supply. AC Voltage operated relays shall be suitable for 110 Volt VT secondary, and current operated relays for 1 amp. CT secondary. DC auxiliary relays and timers shall be designed for 110 Volt DC and shall operate satisfactorily between 70 % and 110 % of rated voltage. Voltage operated relays shall have adequate thermal capacity for continuous operation. All protective relays wherever specified shall be provided with adequate no. of potential free output contacts. Auxiliary relays and timers shall have adequate pairs of contacts as may be required. Contacts shall be silver faced with spring action. Relay cases shall have adequate number of terminals for making connections to the relay coils and adequate number of potential free output contacts including spare contacts. All protective relays and timers shall be provided with externally hand-reset, positive action operation-indicators. Inscription on the operation-indicators shall be provided as directed. Timers shall be of the electro magnetic or static type. All relays shall be self reset type unless otherwise specified. Provision shall be made for easy isolation of trip circuits of each relay for the purpose of testing and maintenance. Auxiliary seal-in units provided on the protective relays shall be shunt reinforcement type with adequately rated contacts. Solid State Relays The printed circuit cards shall be of fiber glass, and the contacts shall be gold plated. All connections with the connector lugs shall be through wire wrapping. All solder joints on the printed circuit boards shall be encapsulated or covered with varnish. All devices required for correct operation of each relay shall be provided. All the terminals of the contacts of the relays are readily brought out for connections as required in the finally approved scheme. The type of relay case and its size shall not create any restrictions on the availability of the contact terminals for wiring connections. All relay contacts used for various remote annunciation shall be `making type (i.e. contacts should close to initiate annunciation). Numerical Relays Protective relays wherever specifically indicated shall be microprocessor based numerical (digital) type. The numerical relays shall generally meet the particulars specified below.

4.19.3

4.19.4

4.19.5 4.19.6 4.19.7 4.19.8 4.19.9 4.20 4.20.1

4.20.2

4.21

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

215 OF 517

4.21.1

Relays shall be microprocessor based compact units having built in supervision feature. The supervision scheme shall continuously monitor the healthiness of various internal circuitry and sub modules. Numerical relays shall be SCADA / PC compatible and shall have built in display units which will indicate the various system parameters as also the settings. The selection of mode / parameter shall be through feather touch push buttons. The numerical relays shall have built in disturbance recording facility which can be used for fault analysis purpose. The distance protection (numerical type) may be offered with the following built in features. 1. 2. 3. 4. 5. 6. 7. Power Swing blocking Auto re closing PT Supply supervision DC supply supervision Carrier supervision Distance to fault indication Events recording

4.21.2

4.21.3 4.21.4

4.22 4.22.1

Design and construction of Modular Relays All equipment shall be of modular construction and the modules or sub units shall be of the plug-intype for easy replacement. Equipment shall use solid state components and integrated circuits of latest design / techniques. Appropriate indications shall be available to enable speedy internal fault location. All components shall be clearly and unambiguously marked and complete wiring shall be colour coded and tagged. Readily accessible and clearly marked test points shall be provided at all important points in the circuit. Screw clamp terminals shall be provided for interconnection with relaying equipment. It shall be possible to test the protection channels with the equipment fully operational without rendering the equipment ineffective for genuine signals. Safety equipment such as protection cover and interlocks shall be provided. Ground terminals with isolating links shall be provided, wherever required. DC / DC converter shall be provided in the solid state protective relay wherever necessary, in order to provide stable auxiliary supply for relay operation. Provision of D.C. cell in the protective relays as reliable standby power supplies will not be acceptable. Auxiliary Relays Auxiliary Contact Multiplication Relays For Switchgear a) Contact multiplication relays shall comprise of one number electrical reset latch type relay with minimum 8 pairs of contacts, and one auxiliary (non latch type) relay having minimum 6 pairs of contacts the latter to be used in conjunction with the former for the purpose of achieving minimum 14 pairs of contacts altogether. The contact multiplication relay will be energised by one pair of N / O or N / C contacts of respective circuit breaker / isolator, and shall be suitable for 110 V DC .

4.22.2 4.22.3

4.22.4

4.23 4.23.1

b)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

216 OF 517

c)

The contacts of the contact - multiplication relays (to be mounted in the respective control panel) shall be used for status indications, interlocking, etc as per scheme requirement.

4.23.2

Auxiliary Relays For Multiplication Of Protective Relay Output Contacts a) Auxiliary relays of self-reset type shall be provided for multiplication of output contacts of various protective relays, wherever required. These relays shall have adequate number of contacts so as to meet the following requirements : i) ii) iii) iv) v) vi) vii) b) c) For For For For For For For energising the respective three phase trip units of the breaker. local annunciation. interlocks in the scheme. initiation of stuck breaker protection. intimation / lock out of auto re close scheme as applicable. Data Acquisition System / D.R. any other use in future (spare)

The auxiliary relays shall be fast operating type, and shall be suitably rated for the function designated. Output contact multiplication relays may be mounted in the respective relay panels and shall be clearly identified with suitable labels.

4.23.3

Supervisory relays for circuit breakers Auxiliary relays of appropriate rating shall be provided for monitoring the following problems in the circuit Breakers 1. 2. 3. 4. 5. 6. Loss of SF6 Alarm condition Loss of air Alarm condition Spare Alarm SF6 low lockout condition Air low lockout condition Spare - lockout condition

The auxiliary relays for all the above functions shall be self resetting type having hand reset operation indicators. Each element shall have minimum 3 pairs of N/O contacts to cater to the following functions: 1. 2. 3. 4.23.5 for Local annunciation for Data Acquisition system (DAS) for SCADA / DR

Trip Units a) Trip relays having adequate number of output contacts shall be provided on various relay panels. The trip units used in conjunction with the distance protection shall be self-reset type and all other trip units shall be hand reset type. Trip units shall be very fast operating type, and the output contacts shall have adequate rating for carrying and making / breaking the DC current to the breaker trip coils. Lock - out type hand-reset trip units shall have adequate number of N / C contacts for the purpose of interlocks as and where required. SIGNATURE OF AUTHORISED NMMC OFFICIAL

b)

c)

SIGNATURE OF TENDERER

217 OF 517

d)

Trip unit requirement for feeder relay panels will be generally as follows : i) ii) Three phase trip unit (self reset type) for distance protection with 12 N / O contacts. Three phase (hand reset type) with 10 N/O + 2 N/C contacts.

4.24 4.24.1

DC Distribution & DC Supervision DC distribution for the panels shall be such that separate sub-circuits with suitable fuses shall be provided for each of the following : a. b. c. d. e. f. g. h. Isolator / Earth switch control / interlock Indication & Annunciation Breaker & Auxiliary contact multiplication Circuit Breaker Control Main Protection Back up / LBB Protection DC Supervision Metering

4.24.2

DC supervision shall be provided to continuously supervise DC supply for all the above circuits. The scheme shall be suitable to work on 110 V DC & shall have provision for visual as well as audio alarm. One indicating lamp along with `accept push button shall be provided on each control panel along with one hooter for DC failed alarm. Auxiliary relays used for DC Supervision scheme shall have adequate no. of elements with suitable self reset type operation indicator. The elements shall be suitable for 110 V DC. Trip Circuit Supervision Trip Circuit Supervision shall be provided for each trip coil of the circuit breaker. The scheme shall be capable of continuously monitoring the healthiness of the breaker trip circuits in open / closed status of the breaker. Each trip coils shall be monitored through two separate supervision relay. Two number of trip coils are provided on the breaker as general standard. The scheme shall be such that it is possible to monitor continuity of cable connection between the relay panel & circuit breaker. The relays shall be suitable for 110 V D.C. supply and shall give visual as well as audible annunciation in the event of any break in trip circuit. Protection Details Main Protection ( Distance Protection ) for 100 kv Line Feeders This protection shall be 1. fully programmable directional distance scheme

4.24.3 4.25 4.25.1

4.25.2 4.25.3 4.25.4 4.26 4.26.1

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

218 OF 517

2.

be of microprocessor based design, fully programmable numerical type, having six independent measuring loops for continuous & simultaneous monitoring / measuring of all the potential fault loops ( phase to phase and phase to earth ) be suitable for universal mode of carrier signaling, with provision for selecting the required carrier mode like carrier inter tripping, carrier blocking, permissive under / over reach, acceleration, zone extension, etc. at site through the software programming. have minimum three stepped ( directional ) zones in the forward direction and a fourth zone which can be programmed for forward or reverse direction. have continuously variable reach settings which can be set independently for each zone. have operating timings as follows : Zone 1 time energisation of any type of Zone 2 Zone 3 Zone 4 instantaneous 40 ms ( maximum ) including trip relay time. That is, period between fault detection by the distance relay and the trip coil of circuit breaker shall not be more than 40 ms for fault in the first zone With time delay ( programmable ) With time delay greater than zone 2 timings programmable Programmable independent of other zones

3.

4.

5. 6.

7.

be suitable for protecting short as well as long transmission lines ( 2 to 200 km ). The measuring unit characteristic shall be suitable for proper coverage even for short lines having high arc resistance. have built in switch on to fault trip ( SOFT ) feather. have built in power Swing Blocking feature which shall block the operation ( to trip ) of the distance scheme during power swing conditions but shall unblock ( so as to trip ) if the disturbance lasts for more than the 3 rd zone timing. have facility for self diagnostic supervision and testing. have facility for continuous supervision of VT supply failure,simultaneously initiating appropriate alarm. have provision for monitoring the supply to the distance scheme. be suitable for single phase and three phase tripping and the trip relay used shall have adequate number of contacts to meet the requirement of the scheme. have provision for making carrier IN / OUT selection and for monitoring carrier include external test terminal block / test switch for isolating CT / PT inputs, DC and trip outputs for on line testing of distance relay.

8. 9.

10. 11. 12. 13. 14. healthiness. 15.

Auto Reclose Scheme SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

219 OF 517

The auto reclose scheme shall : 1. 2. 3. 4. 5. 6. three be suitable to work in conjunction with the distance protection. be single shot type. be suitable for single / three phase reclosure. include lock-out type relay/s for tripping and locking out the circuit breaker in case of definite trip condition. have continuously variable timers for single and three phase dead time setting and reclaim time setting. include an external switch for selecting single phase A.R. / three phase A.R. / single & phase A.R. out positions.

Back up protection Back up protection shall : 1. 2. 3. 4. 5. 6. 7. 8. 9. be directional IDMTL ( 3 seconds ) relays having highest instantaneous trip feature. comprise of three over current elements and one earth fault element. be voltage polarized. have 50 % to 200 % current ( 1 A ) settings for over current elements and 10 % to 40 % current settings for earth fault element have suitable hand reset operation indicators. have adequate output contacts as per scheme requirement ( using additional trip relay if necessary ) function independent of the main protection and shall be capable of clearing the fault correctly even when the main protection fails to operate. be of micro processor based design, fully programmable, numerical type having self supervision ( monitoring ) feature. have facility for enabling / disabling the directional feature and / or the instantaneous trip (high set ) feature.

Stuck Breaker Protection Local breaker backup ( LBB ) / stuck breaker protection shall : 1. 2. timer / 3. SIGNATURE OF TENDERER be one triple-pole current check relay along with suitable timer and auxiliary relays. have three over current elements each having separate out put contacts to initiate the scheme. have operating time as well as resetting time less than 15 ms. SIGNATURE OF AUTHORISED NMMC OFFICIAL

220 OF 517

4. 5. fault. 6. breaker 7. 4.26.2

have a timer with ( pick up time ) continuously variable setting of 0.1 sec. to 1 sec. not operate under healthy load conditions, but shall operate correctly during a genuine trip the concerned section ( zone ) through the bus bar protection trip units when any gets stuck. have suitable link on DC +ve to isolate LBB to bus bar trip circuit.

100 kV Transformer Protection Differential Protection This relay shall : 1. 2. 3. be a percentage biased differential current relay. be fully programmable numerical relays having built in facility for CT ratio correction / selection. have operating time not more than 60 ms inclusive of trip relay operating time during all of faults within the protected zone. be a two input relay to protect a three phase two winding transformer. be immune to magnetizing inrush currents but shall operate correctly in the event of an internal fault during in rush condition. be a triple pole relay capable of detecting all type of faults within the protected zone. have an adjustable biased setting. have adequate out put contacts ( with auxiliary relays, if necessary )to meet the scheme requirement.

types 4. 5. 6. 7. 8.

Restricted Earth Fault Protection This protection shall : 1. 2. 3. 4. 5. be a single pole circulating current differential relay be connected between HV CTs and HV neutral CT. be high speed type. be tuned to power frequency only and shall be immune to harmonics. have adequate number of out put contacts ( with auxiliary relays if necessary ) to meet the scheme requirement.

Back up Protection HV side / LV side This protection shall be similar to the protection specified at 3.1.3 above for 100 kV Line feeder. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

221 OF 517

Stuck Breaker Protection This protection shall be similar to the protection specified at 3.1.4 above for 100 kV line feeder and shall be provided for both HV and LV breakers. 4.26.3 Protection for 100 kV bus coupler between Main and Aux. Bus This protection shall be similar to the protection specified for 100 kV line feeder Note: 4.26.4 Four fast operating hand reset type trip relays, one per stage, with 3 NO + 1 NC contacts shall be supplied along with each relay / scheme. 22 kV Feeder Protection Main protection Main protection shall : 1. 2. 3. 4. 5. 6. be non directional IDMTL microprocessor based numerical protection relays having highest instantaneous trip feature. be of micro processor based design, fully programmable, numerical type having self supervision ( monitoring ) feature. have facility for enabling / disabling the directional feature and / or the instantaneous trip ( highset ) feature. have 50 % to 200 % current ( 1 A ) settings for over current elements and 10 % to 40 % current settings for earth fault element have suitable hand reset operation indicators. have adequate output contacts as per scheme requirement ( using additional trip relay if necessary )

Auto Reclose Scheme The auto reclose scheme shall : 1. 2. 3. 4. 5. reclaim 6 three 5.0 Quantity SIGNATURE OF AUTHORISED NMMC OFFICIAL be suitable to work in conjunction with the distance protection. be single shot type. be suitable for single / three phase reclosure. include lock-out type relay/s for tripping and locking out the circuit breaker in case of definite trip condition. have continuously variable timers for single and three phase dead time setting and time setting. include an external switch for selecting single phase A.R. / three phase A.R. / single & phase A.R. out positions.

SIGNATURE OF TENDERER

222 OF 517

5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8 5.9

100 kv Control Panel for Line feeders 100 kv Control panel for Transformer feeders 100 kV Bus coupler control panel 100 kv Relay Panel for Line feeders 100 kv and 22 kv Relay panel for Transformer feeders 100 kV Relay coupler control panel 22 kV Control panel for transformer feeder 22 kV Bus coupler control and relay Panel 22 kV feeder control and relay panel (combined for two feeders each

2 2 1 2 2 1 2 1 2

No N0 No No N0 No No No No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

223 OF 517

7.0 SUB-STATION G. I. STRUCTURES


7.1 SCOPE This specification covers preparation of fabrication drawings, manufacture & assembly of M.S. prototype structures, inspection of prototypes, manufacture of 100 KV and 22 KV substation structures such as incoming line towers, & Bus towers, beams & Lightning Masts, support structures for equipment such as CT, PT, LA, Isolator, galvanising, inspection of finished material at manufacturers works, Packing & forwarding to site. 7.2 STANDARDS the material supplied shall conform to the latest revision of all relevant Indian Standard Specification. 7.3 7.3.1 PRINCIPAL PARAMETERS The towers and equipment support structures are to be installed in Maharashtra State Electricity Transmission Company Ltds 100/22 KV Switchyard . They have prepared standard drawings for various types of towers, beams, structures. Based on these drawings, detail fabrication drawings shall be prepared by the contractor and the towers & supports shall be fabricated accordingly. The drawings will be issued to the successful contractor after award of the contract. Details of type of structures , No. of structures & approximate weight are enclosed at ANNEXURE I The material supplied shall also meet the general technical requirements detailed below GENERAL TECHNICAL REQUIREMENTS Type of Structure The structures offered shall be of self supporting lattice M.S. Section They shall be fully galvanised structures Bolt, Nuts and spring washers shall be used for all the connections of the structures. Fabrication & welding at site is not envisaged. Drawings Design drawings shall be furnished to the successful vendor and all drawings so furnished shall form a part of this specification. The vendors shall prepare the shop fabrication drawings based on the design drawings. Steel Material The steel material for members, foundation, bolts, fasteners, step Bolts, etc. shall conform to the relevant IS Standard. The material used shall be new, unused and free from any defects.

7.3.2 7.3.3 7.4 7.4.1 a. b. c. 7.4.2 a. b. 7.4.3 a. b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

224 OF 517

7.4.4 a. b.

Fabrication and Workman ship All the parts of the structures shall be fabricated in accordance with the shop drawings prepared by the vendor on the basis of the design drawings issued to him. All workmanship & finish shall be of best quality & shall conform to the best approved methods of fabrication. All the structures shall be of bolted construction. Unless otherwise specified, welding at any point shall not be permitted. The members shall be finished straight and shall be machined & ground true & smooth, Heating & forging shall not be resorted to for straightening. Members may be bent cold if necessary where bends are not exceeding 5 degrees, provided there is no fracture of material. Irrespective of the method of bending, holes adjacent to bends shall be punched or drilled after bending. Cutting, punching, drilling and fabrication tolerances shall be as per relevant IS specifications. Butt splicing shall be normally used. Lap splicing shall be used only for connecting unequal members. Inside angle of Lap splice shall be ground at the heel to fit the fillet of the outer angle. Joints shall be so designed and detailed as to avoid eccentricity. As far as possible, use of gusset plates shall be avoided for jointing tower members. If unavoidable, gusset plates shall be used with spacers in accordance with modern practice. The fabrication of members & punching & drilling shall be so accurate that it shall be easily possible to bolt them together at site without any undue strain on the members or bolts. Closing of a angle member by bringing the two legs together will not be allowed. No bolt hole shall be more not than 1.6 mm larger than the corresponding bolt diameter. Drain holes shall be provided where pockets are likely to hold water. All similar parts shall be strictly inter changeable. Sections & plates shall be cut to size by shearing or by Saw cutting only. Drilling and Punching Holes for bolts shall preferably be drilled. Punched holes are also acceptable. However, all holes in material over 12 mm thick must be drilled through the sections. The holes must be square with the plate and the walls of the holes parallel. The holes must be perfectly circular without any tolerance. All burrs left by drill or punch shall be removed. When the tower members are in position, the holes shall be truly opposite to each other. Minimum mm for shall be larger in edge distance from the center of any bolt hole shall not be less than 19 rolled edge & 22 mm for sheared edge. Bolt holes whether punched or drilled larger than the bolt they have to take and shall not be more than 1.6 mm diameter than the bolt diameter.

c.

d.

e.

f. g. 7.4.5 a. b. c. d.

7.4.6 a. b.

Erection Mark Each individual member shall carry an erection mark conforming to the component number given to it in the fabrication drawing. It shall be marked with marking dies of 16 mm size before galvansing. The mark shall be visible after galvanising also.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

225 OF 517

c. 7.4.7

In addition to the punched erection mark, the identification number shall also be painted on each member in indelible black ink. Galvanising All members of the towers and structures shall be hot dip galvanised. Galvanising shall be done after all fabrication work is completed. All the galvanised members shall withstand tests as per I. S. 2633

7.4.8 a.

Bolts & Nuts

All bolts & nuts shall be of approved make only. They shall be minimum 16 mm in diameter and shall conform to the relevant IS. The ultimate shearing and bearing stresses on the bolts shall be 2220 Kg / sq.cm & 4440 Kg / sq. cm respectively. All bolts & nuts shall be galvanised and shall have hexagonal heads & nuts. b. c. Fully threaded bolts are not acceptable The Length of the bolt shall be such that the threaded portion will not extend into the plane of contact of the members. The length of bolt shall extend at least 6 mm beyond the nuts when fully tightened. All nuts shall fit hand tight over the complete threaded length. Positive lock type spring washers & flat washers shall be provided. No bolt shall connect aggregated thickness of more than three times its diameter. Assembled structures shall have bolt heads on the outer surface and nuts on the inner surface. Bolts on joints may be staggered such that there shall be no fouling of other bolts while tightening of a nut in the group. It shall be ensured that nuts fit snugly on the bolts and hence the nuts and bolts shall be obtained from the same manufacturer. Step Bolts Each tower shall be provided with step bolts on one of the leg members. The bolts shall be spaced about 450 mm and shall extend from 3500 mm above ground level to the top of tower. Each step bolt shall be provided with two nuts on one end to fasten the bolts securely to the tower and a button head on the other. The step bolt shall be capable of withstanding a vertical load of 150 kg minimum. 7.4.10 a. Computation of weights The weight of fabricated towers & structures shall be computed from the calculated black weight of tower members worked out on the basis of calculated lengths & sizes obtained from shop fabrication drawings by applying standard book weights as per ISI engineering Hand book without deduction for holes, notches & cuts etc. No increase in weight due to galvanising will be permitted for billing purpose. In case of non availability of a specified section, if a higher section is used with prior approval of the purchaser, the increase in weight of that member shall be to the vendors account. c. For computation of weights of bolts, nuts and washers the calculated book weight of bolts, nuts, spring washers, flat washers, step bolts shall be considered.

d.

e.

f. 7.4.9

b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

226 OF 517

5.0 Quantity

Following is the estimated quantity requirement (in kg) of the substation structures.

5.1 5.2 5.3

G.I. Towers ,beams and equipment supports G.I. Fasteners along with nuts, spring washsers and plain washsers G.I. Foundation bolts

kg kg kg

89300 4500 2700

ANNEXURE I SUB - STATION STRUCTURES DETAILS OF TYPE & NO. OF STRUCTURES Sr. No. Type Designation QTY. Unit Weight In Kg Total Weight (kg)

I 1 2 3 4 5 6 7 8 9 10 11 12 13

Structures Tower type FF for 100 kV incoming and out going lines Tower type FG for 100 kV /22 kV incoming & out going transformer feeders Tower type FH for 100 kV Main and aux. bus and 22 kV trans. incoming gantry Beam type FC for 100/22 kV transformer Beam type FD for 132 kV Main and Aux. Bus Beam type FE for 100 kV incoming and out going gantry 3.0 M high Peak type FP Support structure for 100 kV Isolator with ES Support structure for 100 kV Isolator w/o ES Support structure for 100 kv CTs Support Structure for 100 kV PT Support structure for 96 kV Surge Arrester Support structure for 145 kV Bus post Insulator 8 10 12 2 8 8 26 2 13 15 3 12 11 1200 1200 750 500 550 500 80 600 550 150 150 180 180 9600 12000 9000 1000 4400 4000 2080 1200 7150 2250 450 2160 1980

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

227 OF 517

14 15 16 17

Tower type HH for 22 kV Bus Tower type HG for 22 kV out going feeder Beam type HA for 22 kV Bus and out going gantry 1.5M high Peak type HP

8 4 8 16

1050 850 475 45

8400 3400 3800 720

Sr. No. 18 19 20 21 22 23

Type Designation

QTY.

Unit Weight In Kg 450 400 350 200 230 275 1500

Total Weight (kg) 1800 4800 700 1400 460 550 6000 89300 4500 2700

Support structure for 22 kV Isolator with ES Support structure for 22 kV Isolator w/o ES Support structure for 22 kV Horn gap fuse Support structure for 22 kV CTs Support structure for 22 kV PTs Support structure for 20 kV Surge Arrester Lightning Mast Total Weight of structures for 100/22 kV switchyard

4 12 2 7 2 2 4

II III

G.I. Bolts and Nuts and Fasteners Foundation Bolts for Tower and equipment structure foundations Grand Total

Summary Total weights rounded up to. A) Weights Of Structures B) Weight Of Fasteners (Estimated ) 89300 kg 4500 kg 2700 kg

C) Weight Of Foundation Bolts (Estimated)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

228 OF 517

8.0 11 KV DISC INSULATORS


8.1 SCOPE The scope of this specification covers design, manufacture inspection, testing before dispatch , packing & forwarding to site 11 KV disc Insulators to be used in suspension & tension insulator strings in 100/22 KV Switchyard. 8.2 STANDARDS The performance and testing of insulators shall conform to the latest revision of relevant Indian standard specifications. 8.3 8.3.1 8.3.2 8.4 PRINCIPAL PARAMETERS The insulator effectively strings shall consist of standard 11 kv discs earthed 132 KV transmission system. for three phase 50 Hz

The insulators offered shall meet the general technical requirement as described in below mentioned clauses & the specific technical requirements enclosed at ANNEXURE I . GENERAL TECHNICAL REQUIREMENT The 11 KV disc insulators offered shall be Normal type and shall meet following general technical requirement.

8.4.1 a. b.

Porcelain The porcelain used in the manufacture of the shells shall be ivory white non porous, of high dielectric, mechanical and thermal strength. The surfaces coming in contact with cement shall be made rough by glazing. All other exposed surfaces shall be glazed with ceramic material. The thickness of glaze shall be uniform throughout and the colour of glaze shall be brown. The insulator units after assembly shall be concentric and co-axial. Metal Parts Cap & ball pins Ball pins shall be made with drop forged steel and caps with malleable cast iron. They shall be in one single piece & hot dip galvanised. The pins shall be of high tensile steel, drop forged & heat treated. The caps shall be cast with good quality malleable cast iron and annealed. Galvanising shall be by hot dip process.

8.4.2 a.

b.

Security clips The security clips shall be made of phosphor Bronze or stainless steel.

c.

Filler Material Cement used as a filler material shall be quick setting, fast curing port land cement.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

229 OF 517

8.4.3

Galvanising All ferrous parts shall be hot dip galvanised in accordance with IS 2629. The zinc used shall be of grade Zn 99.5. The zinc coating shall be uniform & shall adhere smoothly & shall be reasonably bright.

8.4.4

Interchangeability The insulators inclusive of ball and socket fittings shall be of standard design suitable for use with hardware fittings of any make as per IS.

8.4.5

Corona & RIV Performance All surfaces shall be even & smooth No part shall be subjected to excessive localized pressure. The metal parts & porcelain shall not produce any noise generating corona under all operating conditions.

8.5

Quantity Following is the quantity requirement of the disc insulators

8.5.1 8.5.2

11 kV 120 kN Normal disc insulators 11 kV 70 kN Normal disc insulators

800 400

Nos Nos

ANNEXURE I 11 KV DISC INSULATORS SPECIFIC TECHNICAL REQUIREMENT Sr. No. 1. 2. a. b. 3. 4. 5. 6. 7. Description Unit Type of Insulator No. of Discs per string For suspension For Tension Nominal System Voltage Highest system voltage Visible discharge test voltage Dry 1 minute withstand voltage Power frequency (KV) (KV) (KV) (KV) (KV) 11 12 9 70 40 9 10 11 12 18 70 40 Requirement 70 KN Ball & socket type 120 KN

Ball & socket type

Wet 1 mm Power frequent withstand voltage

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

230 OF 517

8. 9. a. b. 10. a. b. 11. 12. 13. 14. a. b. 15. a. b. c.

Power frequency Puncture withstand voltage Impulse withstand voltage Positive Negative Impulse Flashover voltage Positive Negative Dry Power voltage frequency Flashover

(KV)

110

120

(KV) (KV)

110 110

115 120

(KV) (KV) (KV) (KV) (KN)

115 115 75 45 70

120 125 75 45 120

Wet Power frequency Flashover Minimum failing load Creepage distance Total Protected Insulator size Height Overall diameter Size of Ball & Socket

mm mm

320 150

320

mm mm mm

145 255 16

145 255 20

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

231 OF 517

9.0 INSULATOR HARDWARE


9.1 SCOPE The scope of this specification covers design, manufacture, inspection & testing before dispatch, packing & forwarding to site insulator hardware suitable for ACSR Zebra and Panther and tension clamps for 7/3.15 mm earth wire conductors. 9.2 STANDARD The performance and testing of the insulator hardware supplied shall conform to the latest revisions of the applicable Indian Standard specifications. 9.3 9.3.1 9.3.2 9.4 9.4.1 a. PRINCIPAL PARAMETERS The hardware are to be used for 100/22 KV Sub-station The insulator Hardware offered shall be described in below mentioned clauses. GENERAL TECHNICAL REQUIREMENT Material The Tension and suspension hardware shall be made of Aluminum Alloy having high mechanical strength. The tension clamps shall be provided with steel sleeve to be compressed on steel core end of the power ACSR conductor. Bolted type tension clamp shall have adequate mechanical strength. The general design of the hardware shall be such as to ensure uniformity, strength , freedom from corona formation & high resistance against corrosion. All hooks, eyes, pins, bolts, clamps and other fittings shall be designed so as to reduce to a minimum any damage to the conductor, insulator or the fittings arising from conductor vibration. All bolts, nuts, bolt heads shall conform to relevant IS. U shackle and the link shall be of drop forged steel EN 8 grade and the yoke plate shall be mild steel. Galvanising All ferrous parts of the hardware shall be galvanized in accordance with IS 2629. The threads in nuts and tapped holes shall be cut after galvanizing and shall be well lubricated or greased. Spring washers shall be electro galvanized. 9.4.3 a. b. Insulator string assembly Hardware for suspension and tension insulators shall be suitable for insulator Pin Shank diameters of 16 mm for 70 KN and & 20 mm for 120 KN. discs. The suspension & Tension hardware shall be of ball & socket type with R or W type security clips of stainless steel or phosphor Bronze. meet the general technical requirement as

b. c.

d. e. 9.4.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

232 OF 517

c. d. e.

The Tension hardware for ACSR conductor shall be of compression type and for earth wire shall be bolted type. The Tension hardware shall be suitable for either single tension or double tension set as specified. The suspension hardware shall be suitable for single suspension assembly. The single suspension and Tension hardware shall be suitable for ACSR Panther where as the Double tension hardware shall be suitable for Zebra ACSR. The tension hardware for earth wire shall be suitable for 7 / 3.15 mm GI Wire. The ultimate mechanical & electromechanical strength of suspension and tension hardware shall be 70 KN & 120 KN respectively. Quantity Single tension hardware suitable for single ACSR Panther(Compression type) Single tension hardware suitable for single ACSR Zebra(Compression type) Single tension hardware suitable for Double ACSR Zebra(Compression type) Single suspension hardware suitable for single ACSR Panther Single suspension hardware suitable for single ACSR Zebra Single suspension hardware suitable for Double ACSR Zebra Tension Hardware suitable for 7/3.15 mm G.I. earth wire(Bolted type) Suspension Clamp for Earth wire Earhing Bond for 7/3.15 mm earth wire 36 18 18 24 6 6 40 15 42 No No No No No No No No No

f. 9.5 9.5.1 9.5.2 9.5.3 9.5.4 9.5.5 9.5.6 9.5.7 9.5.7 9.5.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

233 OF 517

10.0 CLAMPS & CONNECTORS


10.1 SCOPE The scope of this specification covers design manufacture, inspection, testing before dispatch , packing and forwarding of clamps & connectors to site. 10.2 STANDARD The clamps & connectors shall conform to the latest revision of relevant Indian Standard specifications. 10.3 10.3.1 PRINCIPAL PARAMETERS The clamps & connectors shall be suitable for use in 100/22 Switchyard with Main bus strung with twin ACSR zebra conductor, Auxiliary bus strung with single ACSR Zebra and bus to equipment as well as equipment to equipment connection by single ACSR PANTHER. The clamps & connectors shall also meet the general technical requirement as described in below mentioned clauses. GENERAL TECHNICAL REQUIREMENT The clamps and connectors shall meet the following general technical requirements. 10.4.1 10.4.2 The material used for the clamps & connectors shall be of Aluminum alloy confirming to A6 of IS 617 for bolted type and EC grade Aluminum for crimping type. Nuts bolts, plain washers and chuck nuts shall be of non magnetic stain- less steel. The nut bolts shall be of 12 mm dia. size with 2 mm thick plain washers. Each set of Nut Bolts shall be provided with suitable check nut. The U-Bolts shall be of non-magnetic stain less steel. The clamps & connectors shall be drop forged where crimping is involved. Other clamps shall be gravity die-cast with heat treatment for normalising. All sharp edges shall be rounded off to get smooth edges & corners. The thickness of the pads of clamps & connectors shall not be less than 12 mm.

10.3.2 10.4

10.4.3 10.4.4 10.4.5 10.4.6 10.4.7 10.4.8 10.4.9

The bolts shall be fully threaded. U-bolts shall have threading on the straight portion only. Size of the terminal / conductors for which the clamps are suitable shall be on each clamp. embossed

The clamps / connectors shall be designed for minimum 120 % of the maximum current carrying capacity of conductor / Tube. only after ascertaining the terminal

10.4.10 The terminal connectors shall be manufactured pad details of the switchyard equipment.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

234 OF 517

10.5 10.5.1 10.5.2

Quantity T-Clamp suitable for ACSR Panther on Main and tap T-clamp suitable for single ACSR Zebra on main and Single Panther on tap T-clamp suitable for Twin Zebra on main and tap for 225 mm spacing T-clamp suitable for Twin Zebra on main and tap for 110 mm spacing Palm connector suitable for single Panther for 100 kV Circuit Breaker Palm connector suitable for single Panther for 100 kV Isolator Palm connector suitable for single Zebra for 100 kV Isolator Stud connector for suitable for ACSR Panther for 145 kV CT and PT Stud connector suitable for HV side 145 kV bushing of Power transformer Bus post clamp suitable for ACSR Panther for 145 kV Post Insulator suitable for ACSR Panther Palm connector suitable for single Zebra for 36 kV Circuit Breaker Palm connector suitable for single Panther for 36 kV C B Palm connector suitable for single Zebra for 36 kV isolator Palm connector suitable for single Panther for 36 kV isolator Stud connector suitable for single zebra for 36 kV CT and PT Stud connector suitable for single panther for 36 kV CT and PT Stud connector suitable for LV side 36 kV bushing of Power transformer Spacer for twin zebra with 225 mm spacing for 100 kV Bus Spacer for twin zebra with 110 mm spacing for 22 kV bus 64 36 6 6 30 78 24 33 6 14 18 24 36 72 18 30 6 18 18 No No No No No No No No No No No No No No No No No No No

10.5.3(a) 10.5.3(b) 10.5.4 10.5.6 10.5.6 10.5.7 10.5.8 10.5.9 10.5.10 10.5.11 10.5.12 10.5.13 10.5.14 10.5.15 10.5.16 10.5.17 10.5.18

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

235 OF 517

11.0 145 KV BUS POST INSULATOR


11.1 SCOPE The scope of this specification covers design, manufacture assembly, inspection, testing at manufacturers works, packing and forwarding to site 145 KV Bus Post Insulators required to support the ACSR conductors . 11.2 STANDARDS The Bus Post insulators offered shall meet the requirements of relevant IS Specification 11.3 PRINCIPAL PARAMETERS The Bus Post insulators covered in this specification shall meet the specific requirements listed at Annexure I and the general technical requirements furnished below. 11.4 11.4.1 11.4.2 GENERAL TECHNICAL REQUIREMENTS The insulator shall be 145 KV solid core type suitable for mounting out doors on steel structures. The insulators shall be provided with a hot dip galvanised steel base designed for mounting on a supporting structure. The base and mounting arrangement shall be such that the insulator shall be rigid & self supporting. The porcelain used for manufacture of the post insulator shall be of high mechanical and electrical strength. It shall have sufficient mechanical strength to sustain electrical and mechanical loading on account of wind load, short circuit force etc. Glazing of porcelain shall be uniform brown colour with smooth surface arranged to shed away rain water. It shall be thoroughly vitrified, tough and impervious to moisture. The cap to be provided on top of the insulator shall be of high grade malleable steel casting galvanised. The cap shall have four number of tapped holes spaced on a pitch circle diameter of 127 mm to accommodate the terminal clamp. The holes shall be threaded to received bolts for fixing which shall be adequate depth. The cap shall be so designed that if shall be free from visible corona. The casting shall be free from blow holes, cracks and such other detects. All the ferrous metal parts shall be hot dip galvanised as per relevant IS. The material shall be galvanised only after shop operation on it have been completed. The metal parts shall be thoroughly cleaned of any paint grease rust, scales or any foreign deposit before galvanising The bus post insulator shall be assembled in a suitable Jig to ensure correct positioning of the top and bottom metal fittings to one another. The quantity of bus post insulators required for this 132 KV switchyard project is 6 Nos. The quantity is approximate. The BPI shall be supplied as required for completion of work. Quantity 145 kV Bus Post Insulators 14 No

11.4.3

11.4.4

11.4.5

11.4.6 11.4.7

11.5 11.5.1

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

236 OF 517

ANNEXURE I DESIRED TECHNICAL PARTICULARS Sr. No. 1. 2. 3. 4. 5. a. b. 6. a. b. 7. 8. 9. 10. 11. a. b. 12. a. b. Particulars Highest System Voltage Nominal System Voltage Lightning Impulse withstand voltage Impulse flashover voltage One minute power frequency withstand voltage (RMS) Dry Wet Power frequency flashover voltage (RMS) Dry Wet Min. Total creepage distance Min. dry arcing distance Min cantilever strength (up right) Ultimate torsional strength Bolt circle diameter Top Bottom Size of holes Top Bottom KV KV KV KVP Requirement 145 132 650 750

KV KV KV KV mm mm Kg Kg.m mm mm mm mm

310 275 430 330 3625 1270 400 460 127 127 M-16 18

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

237 OF 517

12.0 ACSR CONDUCTOR


12.1 SCOPE The scope of this specification covers design manufacture, inspection manufacturers works, packing and dispatch of ACSR conductors. 12.2 STANDARDS The conductor shall conform to the latest revision of the relevant Indian Standards. 12.3 PRINCIPAL PARAMETERS The offered ACSR conductors shall be Panther & Zebra, shall meet the specific technical requirement enclosed at annexure I, and the general technical requirement furnished below. 12.4 12.4.1 a. b. c. 12.4.2 GENERAL TECHNICAL REQUIREMENT Material The conductor shall be manufactured from EC grade Aluminium hard drawn on wire drawing machines only. Glavanised steel wire shall be drawn from high carbon steel rods. The zinc used for Hot dip galvanising shall be electrolytic high grade zinc of purity not less than 99.95 percent. The aluminum & G.S. Wire size shall be as specified in specific technical requirement enclosed at annexure I. A tolerance of + 1 % will be permitted on Aluminum wire & of + 2 % will be permitted for galvanised steel wire. No joints shall be permitted in the aluminum wires in the outer most layer. joints in the inner layers are acceptable. The joints shall be made by cold pressure butt welding. No joints shall be permitted in the G.S. Wires Stranding The Lay Ratio of different layers shall be as per the table enclosed at annexure II. While stranding steel core, preforming and post forming method shall be used to relieve residual tension and avoid flaring of conductor. The successive layers shall have opposite direction, outer most layer being right handed. The wires in each layer shall be evenly & closely stranded. For aluminum wires the lay ratio of any aluminum layer shall not be greater than the lay ratio of aluminum layer immediately beneath it. Quantity ACSR conductor Zebra ACSR Conductor Panther 900 1200 M M and testing at

12.4.3 12.4.2 a.

b. c. 12.5 12.5.1 12.5.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

238 OF 517

ANNEXURE I DESIRED TECHNICAL PARTICULARS Sr. no Item Description Unit Requirement ACSR ACSR Panther Zebra

1.0 1.1 1.2 2.0 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 3.0 3.1 3.2 3.3 4.0 4.1 4.2 4.3

Stranding & Wire diameter Aluminum Steel No / mm Number of strands - Center - First Layer Aluminum - First layer Second layer Third layer Area of cross section of Aluminum Total sectional area Overall diameter Approximate weight Calculated D.C. Resistance at 20 deg. C) Min. breaking load Modulus of elasticity Aluminum Strands Minimum breaking load of strand before standing Minimum breaking load of strand after stranding Max. D.C. Resistance of strand at 20 deg. C (Ohm / Km) Steel Strands Min. breaking load of strand before stranding Min. breaking load of strand after stranding Minimum weight of zinc coating KN KN ( gm / Sq. m) 9.29 8.83 260 10.43 9.91 260 KN KN Ohm / Km 1.17 1.11 4.107 1.29 1.23 3.651 Steel No No No No No Sq. mm Sq. mm Mm Kg / M Ohm / KM KN GN / Sq. M 1 6 12 18 -212.1 261.5 21.00 974 0.14 89.67 80.00 1 6 12 18 24 428.9 484.50 28.62 1621 0.06915 130.32 69.00 No/mm No/mm 30 / 3.00 7 / 3.00 54 / 3.18 7 / 3.18

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

239 OF 517

ANNEXURE II ACSR CONDUCTORS LAY RATIO DETAILS Sr. No. 1. 1.1 1.2 2.0 Particulars No. of wires Aluminium Steel Ratio of Aluminium wire diameter to steel wire diameter Lay Ratio for steel core ( 6 wire layer) minimum maximum Lay Ratio of Aluminium wires Out sider layer a) b) 4.2 min. max. 10 14 10 14 13 28 13 28 30 7 1.0 54 7 1.0 Panther Zebra

3.0 3.1 3.2 4.0 4.1

Layer immediately beneath out side layer a) b) min max. 10 14 10 14

4.3

Inner most layer or conductor with three all wire layer a) min b) max.

---

10 17

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

240 OF 517

13.0 EARTH WIRE


13.1 SCOPE The scope of this specification covers design, manufacture, inspection & manufacturers works, packing & forwarding to site 7 / 3.15 mm G.I. earth wire. 13.2 STANDARDS The performance and testing of the earthwire offered shall meet the requirements of the Indian Standard specification nos 2141 & 4826 and any other relevant Indian standard specification. 13.3 13.3.1 13.3.2 13.4 13.4.1 a. b. c. 4.1.4 d. 13.4.2 a. b. c. 13.4.3 PRINCIPAL PARAMETERS The earthwire shall be 7 / 3.15 mm G.I. wire used for 132 KV sub-station earthing by providing it on top of the towers & forming a mesh over the switchyard area. The earth wire shall meet the general technical requirements technical requirements furnished at Annexure I. GENERAL TECHNICAL REQUIREMENT Material The material used for the earth wire shall be galvanised steel. The sulphur & phosphorus contents in steel shall not exceed 0.045 % and the carbon contents shall not exceed 0.55 % The earth wire shall have 7 strands of 3.15 mm dia. each and overall diameter of wire shall be 9.45 mm. The ultimate tensile strength of each wire shall be 8.57 KN and that of the complete earth wire shall be 56.98 KN or more. The earth wire shall be normally galvanised with a zinc coating of 275 grams per Sq.m Stranded Wire The length of Lay shall be 170 mm maximum and 113 mm minimum. The modulus of elasticity of the wire shall be 19330 Kg / sq. mm and the coefficient of Linear expansion shall be 11.50 x 10 per deg. C. The maximum DC resistance of wire shall be 2.9 ohm per km at 20 o c. Zinc coating The quality of zinc used for Hot dip galvanising shall be Zn 98 conforming to IS - 209. The number of one minute dips shall be three & half minute dips shall be one . The zinc coating shall be 275 gm per Sq.m 13.4.4 The joints in the wire shall be in confirmation with IS - 2141 detailed below and the specific testing at

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

241 OF 517

13.4.5The galvanised earth wire shall be dipped in boiled linseed oil before packing. 13.5 13.5.1 Quantity G.I. Earth wire 7/3.15 mm 800 M

ANNEXURE - I DESIRED TECHNICAL PARTICULARS Sr. No. 1 2 3 4 Material Purity of material Stranding and wire diameter Weight Item Description Galvanised steel Sulphur and phosphorus not exceeding 0.045 %each. Carbon not exceeding 0.55 % 7 number of strands each of 3.15 mm diameter The weight of wire shall be on the basis of standard wire diameter and the density of steel taken as 7.8 gm / cc. 3.15 mm with a tolerance of + o.o6 mm to 0.03 mm 4 mm 170 mm maximum and 113 mm minimum 8.57 KN 9.45 mm Hot dip galvanising with three number of one minute dips and one number of half minute dip. 275 gm per sq. M. The galvanised earth wire shall be dipped in boiling linseed oil before packing. Requirement

5 6 7 8 9 10 11 12

Diameter of single wire before stranding Minimum elongation in 100 M length Length of lay of stranded wire Minimum breaking load Overall diameter Process of galvanising Weight of zinc coating Oiling

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

242 OF 517

14.0 22.5 KV / 400 V Station Transformer


14.1 SCOPE This specification provides for design, manufacture, assembly, testing at manufacturers works, packing and delivery of outdoor type 22.5 KV / 400 V Distribution transformer to be used as station transformer. 14.2 STANDARDS

The rating, performance and testing of the station transformer & accessories shall conform to the latest revisions of all relevant standard specifications. 14.3 PRINCIPAL PARAMETERS The transformer covered in this specification shall meet the technical requirements enclosed at Annexure I. 14.4 GENERAL TECHNICAL REQUIREMENT The General Technical requirements of the station transformer shall be as under : 14.4.1 The station transformer shall be suitable for plinth mounting, outdoor service & shall be 3 Phase core type oil immersed and air (natural) cooled type meant for supplying auxiliary AC power for sub-station requirement. The station transformer shall be of 100 KVA rating with 22.5 KV / 400 V voltage ratio. The vector group shall be Dyn11 with primary connected in Delta & Secondary in star. The LV neutral shall be brought out to a separate insulator terminal. The transformer tank shall be of robust construction and shall be made of electrically welded polished steel plates with low carbon contents, of thickness not less than 5mm. The transformer tank & tank cover shall be provided with suitable lifting lugs pulling eyes etc. The tank cover shall be sloping on one side so as to prevent retention of any rain water. The conservator tank shall have adequate capacity to meet the requirement of expansion of oil from ambient temperature to 90 deg C. The conservator shall be bolted on to the tank so as to enable its removal for cleaning etc. A resealing type pressure relief device shall be provided on the transformer. It operate at a static pressure less than the hydraulic test pressure of the main tank. shall

14.4.2

14.4.3

14.4.4

14.4.5 14.4.6

The transformer shall be made out of high grade non ageing cold rolled grain oriented silicon steel laminations. The core material and design shall be such that under no circumstances the flux density shall be less than 1.85 tesla. The insulation of core to the bolts / clamp plate shall be capable of withstanding 2 KV (RMS) for 1 minute and shall be hot oil proof. The transformer winding shall be of insulated copper wire having current density not exceeding 1.6 A / Sq. mm. All the connections from winding to the main terminals as also the tapings to the tap changer shall be made by Silver alloy brazing. The transformer design shall be such that the maximum efficiency is obtained operation in the range of 50 % to 60 % of full load rating. during

14.4.7

14.4.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

243 OF 517

14.4.9

The transformer shall be supplied oil filled. The conservator shall be provided with dehydrating silica gel breather of adequate size.

14.4.10The HV and LV Bushings shall be mounted on the top cover parallel to each other & along the length of the transformer. The HV bushings shall be rated for 36 KV & shall have creepage distance of 25 mm / KV. The bushings shall be oil communicating type. 14.4.11An off circuit tap changer shall be provided on the HV winding having taps corresponding to the following voltages : Tap Position No 1 2 3(Normal) 4 Voltage (KV) 23.5 23.0 22.5 22.0

The tap changer shall be provided with pad-locking arrangement alongwith suitable interlocking to ensure that locking of the operating wheel will be possible only after the tap is set correctly. An indicator shall be provided to show the tap in use. 14.4.12The transformer shall be painted `mid bronze green to colour shade No. 223 as per IS. All steel surfaces in contact with oil shall be painted with two coats of heat resistant oil insoluble insulating varnish. 14.4.13All fasteners used in current carrying parts shall be phosphor bronze or tinned / nickel plated brass. All other fasteners, exposed to atmosphere shall be of a) b) non magnetic steel for 12 mm & below dia bolt size hot dip galvanised above 12 mm bolt size.

14.4.14Cooling radiators shall be made out of finest grade structural steel. The thickness of radiator fins shall be less than 3 mm. The radiators shall be provided along the width of the transformer only. 14.4.15Full load and no load losses of the transformer shall not exceed 1850 W respectively. & 300 W

14.4.16The transformer insulation shall be able to withstand power frequency voltage of 50 KV (rms) and impulse voltage of 125 KV (peak). The HV bushings shall be suitable 70 KV (rms) & 170 KV (peak) respectively. 14.4.17The transformer shall be provided with all necessary accessories including to the following : a) b) c) d) e) f) g) h) i) but not limited

Conservator with oil filling holes, caps, drain valves, air vent pipe, & oil level indicator. Pressure relief device (re-sealing type) Silica gel, breather Oil sampling valve, oil drain valves, filter valves Pulling eyes, lifting lugs, rollers with axles etc. Radiator bank (tank mounted) Off circuit tap changing gear 3 Nos. of HV bushings with horngaps and 4 Nos of LV bushings Platform mounting channels

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

244 OF 517

14.5 14.5.1

Quantity 22.5/0.4 kV 200 kVA Station transformers 2 No

Annexure I DESIRED TECHNICAL PARTICULARS Sr. No. 1.0 1.1 1.2 1.3 1.4 1.5 1.6 2.0 2.1 2.2 a. b. 2.3 a. b. c. 2.4 2.5 3.0 3.1 3.2 3.3 3.4 4.0 Item Description General Duty No. of Phases Voltage Ratio Frequency System Grounding Type Rating Rating (KVA) Voltage (nominal) Primary Secondary Insulation level System Voltage Basic Insulation level One minute power frequency withstand voltage Type of cooling Percentage Impedance Winding Connections & vector group HV winding LV winding Vector group Flux Density Tapings Delta Star Dyn11 1.6 Wb/m2 (min) 200 KVA 22.5 KV 400 V 24 KV (rms) 125 KV (Peak) 50 KV ONAN 5% Outdoor Station Auxiliary supply Three 22.5 KV / 400 V 50 Hz + 3 % Solidly Earthed Oil cooled copper wound, two winding type Requirement

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

245 OF 517

4.1 4.2 4.3 4.4 4.5 5.0 5.1 5.2 6.0 6.1 6.2 7.0 8.0 8.1 8.2

Tapings on No. of steps No. of taps Tapping range Control Temperature Rise above ambient In oil In winding Terminal arrangement HV side LV side Fittings and accessories Desired losses Full load loss No load loss

HV Side 4 3 + 4.4 to 2.2 % in steps of 2.2 % Local manual

50 o C 55 o C

Base bushing Bare bushing As per clause 4.17 of the specification

2000 W (max.) 500 W (max.)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

246 OF 517

15.0 MARSHALLING KIOSK


15.1 SCOPE The scope of this specification covers the design, manufacture, galvanising or painting as specified, inspection & testing before dispatch, packing & forwarding to site Marshalling Kiosks for connection of control cables coming form various switchyard equipment and the control room. 15.2 STANDARDS The marshalling Kiosk offered shall conform to IS 5039 as applicable. 15.3 15.3.1 PRINCIPAL PARAMETERS The marshalling Kiosk shall be used to terminate CT and PT cables coming from field and going to the control Room. In addition, cables from Breaker, Isolators may also be terminated there if required. DC and AC distribution to various field equipments will also be done from here. The general technical requirement of the kiosks shall be as per clauses detailed below. GENERAL TECHNICAL REQUIREMENT The marshalling kiosk shall be sheet steel enclosed, dust, vermin weather proof suitable for installation outdoors. Sheet steel used shall be at least 2.0 mm thick CRCA and properly braced to prevent wobbling. The enclosure shall provide a degree of protection of IP-55 as per IS-2147 The kiosk shall be free standing, floor mounting or pedestal mounting as required. The top of the marshalling kiosk shall be sloping to prevent accumulation of rain water on it. It shall be provided with double hinged doors with pad locking arrangement. The distance between two hinges shall not be more than 350 mm to ensure uniform sealing pressure against atmosphere. All doors, removable covers & plates shall be properly gasktetted. The cable entry to the marshalling box shall be from the bottom. Suitable cable gland plate projecting at least 150 mm above the base of the marshalling kiosk shall be provided for this purpose. The sheet work shall be degreased, pickled, phosphated as per IS 6005. Oil , grease and dirt shall be completely removed by emulsion cleaning. Rust & scales shall be removed by pickling with dilute acid followed by washing with running water and then rinsing with slightly alkaline hot water & drying. The marshalling kiosk shall then be applied powder coating paint of approved shade. Alternatively the marshalling kiosk shall be hot dip galvanised as per relevant IS. The paint / galvanising shall withstand heat and extremes of weather. Suitable heaters shall be provided in the kiosk so that the temperature inside is always maintained about 10 deg. C above the outside temperature to prevent condensation. Thermostat shall be provided if necessary. Heater shall be suitable for single phase 240 V 50 Hz ac supply ON / OFF MCB shall be provided with each heater.

15.3.2 15.4 15.4.1

15.4.2 15.4.4

15.4.7

15.4.8

15.4.9

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

247 OF 517

15.4.10The marshalling kiosk shall be supplied complete with interconnecting wiring provided between all electrical devices mounted there in . All internal wiring shall be carried out with 1100 V grade single core 2.5 Sq.mm stranded copper conductor PVC insulated wire. 15.4.11Each kiosk shall be provided with door switch controlled 11 W fluorescent lamp. One 15 A MCB controlled single phase socket shall also be provided. 15.4.12The terminal block to be provided shall be fully enclosed with removable cover and made of moulded non-inflammable plastic material with blocks and barriers moulded integrally. The blocks shall have washer and binding screws for external circuit wire connections, a white marking strip for circuit identification, and moulded plastic cover. Sixty terminals in two rows of thirty each shall be provided. All terminals shall be clearly marked with identification numbers or letters to facilitate connection to external wiring. The terminals shall be of non-disconnecting stud type. 15.4.13The terminals shall be numbered as desired by the purchaser and shall be so staggered that connection of external cable to any terminal block should be possible without disturbing the rest of the connections. The arrangement of blocks shall be such that it shall provide maximum accessibility to all conductor terminations. The terminal shall be suitable for connection of 4 Sq. mm copper cable minimum. 15.4.14The terminal block shall be of extensible design and shall have locking arrangement to prevent its escape from mounting rails End plates shall be provided wherever required. 15.4.15Provision shall be made to effectively earth the kiosk. The door shall be provided with flexible copper braid connected to the main body. 15.5 15.5.1 15.5.2 Quantity 120 Terminal Marshalling kiosk (Type I ) 60 Terminal Marshalling Kiosk (Type II) 5 8 No No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

248 OF 517

16.0 AC DISTRIBUTION BOARD


16.1 SCOPE The scope of this specification covers design, manufacture, assembly, testing at manufacturers works, Packing & forwarding to site indoor type 415 V, 3 Phase 4 Wire AC Distribution Boards for power distribution to Auxiliaries. 16.2 STANDARDS The AC Distribution boards offered under this specification shall conform to latest revision of relevant Indian Standard specification. 16.3 16.3.1 16.3.2 16.4 16.4.1 a. b. c. d. PRINCIPAL PARAMETERS The AC distribution mounting indoors. boards shall be sheet steel enclosed self standing suitable for

The AC distribution boards covered in this specification shall meet the general technical requirements furnished below, and single line diagram enclosed at annexure I. GENERAL TECHNICAL REQUIREMENTS Constructional Features The board shall be sheet steel enclosed, indoor, floor mounted modular, self supporting type made up of the requisite vertical sections. It shall be dust & vermin proof with a degree of protection of IP-52. It shall be possible to extend the board on both sides by addition of vertical sections after removing the end covers. A metal sill frame made of M.S. Channel of 100 x 50 mm ISMC shall be provided as base frame , properly drilled for mounting the board. Necessary hardware shall also be provided for the same. It shall be provided with cable entry at bottom with 3 mm removable gland plate. The board shall be of uniform height of not more than 2450 mm and it shall be of single front execution. It shall be provided with bus bars running at top along the length of the board in separate sheet steel enclosure. The board shall be provided with gasket all round including removable covers & doors. All the operating devices shall be provided only on the front of the board. The height of the top most operating handle shall not be more than 1800 mm and that of the bottom most operating handle shall not be less than 300 mm. The board shall be divided into distinct sections comprising of a) b) c) metal enclosed bus bar compartment running horizontally Individual feeder modules arranged in multi tier formation. Enclosed vertical bus bars serving all modules SIGNATURE OF AUTHORISED NMMC OFFICIAL

e. f.

g.. h.

SIGNATURE OF TENDERER

249 OF 517

d)

Vertical cable alley covering entire height

Metal sheet shall be provided between two adjacent vertical sections running to full height of the board. i. All equipment associated with a single circuit shall be housed compartment. The compartment shall be sheet steel enclosed on plate cover with a slot to permit wiring connections shall be corresponding to the cable alley. The front of the compartment hinged door. in a separate module all sides and rear. A provided on the side shall be provided with

j.

Only the handles of switches, push buttons knobs and cutouts for lamps & meters shall be arranged on front of the respective compartment to permit operation without opening the door. All cutouts shall be gasketed for dust proofing. Cable alley shall be provided with suitable hinged door. Vertical bus bar compartments shall be provided with adequate shrouding & bolted covers. Rear of the board shall be provided with removable panels. All doors shall be provided with concealed type hinges and captive screws. All identical equipment interchangeable. Sheet Metal Work The board frame shall be minimum 2.5 mm thickness. fabricated using pressed & shaped CRCA sheet steel of and corresponding parts of similar ratings shall be fully

k. l. m. n. 14.4.2 a. b.

The Board shall be enclosed by sheet steel of minimum 2.0 mm thickness smoothly finished & leveled. Doors & covers shall be made of 1.6 mm thick sheet steel. Adequate stiffeners shall be provided wherever necessary. All panel edges and door edges shall be reinforced against distortion. Cut outs shall be true in shape and devoid of sharp edges. The complete structure shall be rigid, self supporting free from vibration, twists & bends. Painting All sheet steel work shall be phosphated in accordance with the following procedure.

c. d. 14.4.3

a. b. c. d. e.

Oil, grease, dirt and swarf shall be thoroughly removed by emulsion cleaning. Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying. After phosphating, through rinsing shall be carried out with clean water, followed by final rinsing with dilute dichromate solution and oven drying. The panel then shall be painted with an approved colour shade as per IS. The final finished thickness of paint film on steel shall not be less than 50 microns, and shall not be more than 80 microns. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

250 OF 517

f. 16.4.4 a. b. c. d.

Finished painted appearance of equipment shall appearance, free from dents and uneven surfaces. Main Bus & Taps

present

an

aesthetically

pleasing

The board shall be provided with three phase and neutral busbars Bus bars shall be of uniform cross section throughout the length of the board, and up to the incoming terminals of feeder circuit breaker / switch. The bus bars shall be made of high conductivity aluminum alloy of E91E grade. Bus bars shall be adequately supported and braced to withstand the stresses due to the specified short circuit currents. Bus bar supports shall be made of hylum sheets, glass reinforced moulded plastic material or cast resin. Separate supports shall be provided for each phase of the bus bars. If a common support is provided for all three phase, anti tracking barriers shall be incorporated. Bus bar joints shall be complete with high tensile steel bolts and washers and nuts. Bus bars shall be thoroughly cleaned at the joint locations and a suitable contact grease shall be applied just before making a joint. Moulded case circuit breakers Wherever specified Moulded Case Circuit Breakers shall be provided for circuit protection. They shall be suitable for over load and short circuit protection of the feeders. The circuit breaker shall have switching mechanism, contact system, arc extinguishing device and a tripping unit contained in a compact moulded case and cover. The insulating case and cover shall be made of high strength, heat resistant, flame retardant material. The MCCB shall be provided with a quick make - quick break type of switching mechanism which a definite speed of travel of moving contacts is ensured. The MCCB shall employ a maintenance free contact system designed to minimise the let through energies while handling abnormal currents. An indicator showing ON, OFF and TRIPPED positions shall be provided. Air Break Switches Air break switches shall be of the heavy duty, group operated load-break, fault-make type, complying with the requirements of applicable standards. The switches shall be capable of withstanding the thermal stresses caused by overloads, and short circuit currents of values associated with protective relays settings and the let through current of the associated fuse. The switches shall be capable of withstanding the mechanical stress caused by the peak short circuit current of value equal to the cut-off current of the associated fuse. Whenever solid links are used for the connections between switches and fuses, such links shall be fitted with insulated sleeves. SIGNATURE OF AUTHORISED NMMC OFFICIAL

e. f.

16.4.5 a. b. c. d. e. f. 16.4.6 a. b.

c. d.

SIGNATURE OF TENDERER

251 OF 517

e. f. 16.4.7 a.

All live parts of the switch shall be shrouded. Switch operating handles shall be suitable for padlocking in `OFF' position. Fuses Fuses shall be of the HRC cartridge fuse-link type having a certified rupturing capacity of not less than 80 KA at 440 V. Fuses up to 630 A for distribution systems of medium short circuit levels may be of HRC cartridge screw-cap type, having a certified rupturing capacity of not less than 46 KA at 440 V and 16 KA at 250 V DC. Fuses shall be provided with visible indication to show that they have operated. Fuses shall preferably be mounted in moulded plastic carriers and shall be complete with fuse bases. Current Transformers Current transformers shall be dry type. Current transformers shall have a short time withstand rating equal to the short time withstand rating of the associated board for one second. Rated burden shall be as specified in the single line diagram. All current transformers shall be earthed through a separate earth link on the terminal block to permit easy measurement of the current transformers insulation resistance. Indicating Instruments and Meters Electrical indicating instruments shall be of minimum 144 Sq.mm and 96 mm size, for out going suitable for flush mounting . size for incoming feeder

b. c. 16.4.8 a. b. c. d. 16.4.9 a. b. c.

Indicating instruments shall have provision for zero adjustment outside the cover. Instrument dials shall be parallax free with black numerals on a white dial.

16.4.10Indicating Lamps The indicating lamps shall be Cluster LED type having low watt consumption and shall be provided, translucent lamp covers of appropriate colour. The bulb & lens shall be easily replaceable from the front. 16.4.11Control & Selector Switches a. The control & selector switches shall be adequately rated for the purpose intended and shall be rotary type. They shall be provided with escutcheon plates clearly marked to show the position. The selector switches shall be maintained contact stayput type. Further switches in ammeter circuit shall have make before break type contact & shall be provided with oval handles.

b.

16.4.12Push Buttons

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

252 OF 517

The push buttons shall be of momentary contact push to actuate type rated to carry 10 A at 240 V A.C. It shall be fitted with self reset, 2 No & 2 NC contacts. It shall be provided with integrate plate marked with its function. Start, open, close, push buttons shall be green in colour & stop push button shall be red in colour. All other push buttons shall be black. 16.4.13Internal Wiring a. Wiring inside the stranded conductor copper or stranded 2.5 sq.mm for CT shall be 7 of 0.67 board shall be carried out with 1100 / 650 V grade, PVC insulated, wires. Minimum size of conductor for power circuits shall be 4 sq.mm wires. Control circuits shall be wired with copper conductor of at least circuits & 1.5 sq.mm for other circuits, the number and size of strands mm and 0.5 mm diameter respectively.

b. c. d.

Engraved identification ferrules, marked to correspond with the wiring diagrams shall be fitted to each wire. Ferrules shall be of yellow colour with black lettering. Spare auxiliary contacts of all equipment forming part of the board shall be wired up to the terminal blocks. Wiring shall be terminated on preferably stud type terminal blocks such that the wires are connected by cable-lugs with nuts & washers / lock - nuts.

16.4.14Terminal Blocks a. Terminal blocks ( both for power and control circuits) shall be of reputed make specially for CT and PT circuits. It shall comprise finely threaded pairs of brass studs of at least 6 mm diameter, links between each pair of studs, washers, nuts and lock nuts. The studs, shall be accurately locked within the mounting base to prevent their turning. Insulated barriers shall be provided between adjacent terminals. Terminal blocks shall be adequately rated to carry the current of the associated circuit. Minimum rating of the terminal block shall be 10 A. Terminals shall be numbered for identification. Engraved white-on-black labels shall be provided on the terminal blocks, describing the function of the circuit. Where duplication of a terminal block is necessary, it shall be achieved by solid bonding links. Terminal blocks for CT secondary disconnecting / earthing facilities. lead wires shall be provided with shorting and

b. c. d. e.

16.4.15Labels a. b. c. All labels shall comprise white letters on a black background. Labels shall be made of non-rusting metal or 3-ply lamicoid, or engraved PVC. Labels shall be properly fixed, with provision to prevent distortion due to expansion. feeders.

d. Size of lettering shall be 6 mm, unless otherwise specified for incoming outgoing 16.4.16Earthing a.

Each Board, shall be provided with an earth bus bar running along the entire length of the board. Material and size of the earth bus bar shall be as specified. At either end of SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

253 OF 517

the earth bus, one (1) clamp type terminal with nuts, bolts and earthing conductor shall be provided for bolting Purchasers earthing conductor. In case the earth bus is provided near top of the Board, one down comer at either end shall be provided for connection to the Owners earthing conductor. b. c. Earth bus bars shall be supported at suitable intervals. Positive connection between all the frames of equipment mounted in the switchboard and earth bus bar shall be provided by using insulated copper wires / bare bus bars of cross section equal to that of the bus bar. All instrument and relay cases shall be connected to the earth bus bar using 1100 / 650 V grade, 2.5 sq. mm stranded, copper earthing conductor. Quantity Main LT Power distribution Board 1 No

d. 16.5

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

254 OF 517

17.0 AUX. DISTRIBUTION BOARDS


17.1 SCOPE The scope of this specification covers design manufacture, inspection and testing at manufacturers works packing & dispatch of lighting distribution boards. 17.2 STANDARDS

The Lighting distribution boards and its components shall conform to the latest revisions of the relevant IS Standards. 17.3 PRINCIPAL PARAMETERS

The Lighting distribution boards of various types shall be as per component list for each type of Lighting distribution board enclosed at annexure I and the general technical requirement furnished below : 17.4 17.4.1 GENERAL TECHNICAL REQUIREMENT The distribution boards shall be made out of 2 mm thick high quality CRCA MS sheets the boards shall be factory made & shall be preferably of the manufacturer whose MCBs / ELCBs are offered. The distribution board shall be totally enclosed and made dust vermin & weather proof to meet. The requirements of IP54 class of protection as per IS 2147. The distribution board & dead front operated. shall be cubicle type compartmentalised, wall / floor mounted

17.4.2 17.4.3 17.4.4

A front cover 2 mm thick shall be provided in the panel. The cover shall have suitable cut out so that the MCBs can be operated without removing the cover. A transparent plastic protection cover shall be provided on the cut out portion of the cover plate. The cover plate shall also be provided with a suitable arrangement for the electrical circuit details of the MCB as well as to affix a danger board. The plate shall be fixed to the board with adequate size zinc passivated machine screws. One hinged door of 2 mm thick CRCA sheet covering the board shall be provided with a suitable locking arrangement. The hinged door shall be provided with a suitable gasket capable of withstanding corrosive and humid atmosphere and to meet the degree of protection IP-54. The distribution board shall be power coated as per IS and shall be provided colour of approved shade as per IS-5. The board shall have entry arrangement for both top & bottom. All hardware to be used in manufacture of the distribution board shall either be of mild steel zinc passivated or otherwise be treated to prevent corrosion due to humid atmosphere. All the electrical connections shall be carried out using 1100 V grade PVC insulated copper conductor ISI approved make having rated current carrying capacity to carry continuous

17.4.5

17.4.6 17.4.7 17.4.8

17.4.9

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

255 OF 517

full current of respective switch / MCB rating at project site.

operating

conditions

prevailing

at

the

17.4.10The distribution board shall be provided with a adequately sized copper earth strip running throughout the length of the board. The strip shall be brought out on two sides of the board with bolted type terminal arrangement to receive connection strip from the grid. The earth terminal shall be either brass or zinc passivated mild steel. 17.4.11The miniature circuit breakers provided on the DB shall be quick make & quick break type confirming to IS 8528. The MCB housing shall be heat resistant and shall have a high impact strength. The fault current of MCB shall not be less than 9 KA at 230 volts. The MCB shall be flush mounted and shall be provided with trip free manual operating mechanism with mechanical `ON & `OFF indications. The MCB contacts shall be silver nickel and silver graphite alloy & tip coated with silver. MCBs shall be provided with magnetic fluid plunger release for over current & short circuit protection. The overload & short circuit devices shall have a common trip bar in case of DP, TP & TPN Switches. 17.4.12 The details of the feeders of each type of aux. distribution board shall be as specified in the price schedule.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

256 OF 517

18.0 LT POWER & CONTROL CABLES


18.1 SCOPE The scope of this specification covers design, manufacture, inspection, testing at works. packing and forwarding of 1100 V grade LT Power and control cables. 18.2 STANDARDS The cables offered shall Indian Standard Specifications. 18.3 18.3.1 18.3.2 18.4 18.4.1 18.4.2 18.4.3 PRINCIPAL PARAMETERS The LT Power & Control cables shall be used indoors / outdoors, directly burried or in open racks in the plant premises. They shall meet the requirements technical requirement detailed below. of IS specifications listed above and the general conform to the latest revision of relevant

GENERAL TECHNICAL REQUIREMENT The cables shall be brand new. They shall be suitable for laying on trays, in trenches, ducts, conduits & underground buried installation All the LT power & control cables shall be heavy duty type, 1100 V grade with aluminum / copper conductor, PVC insulated, inner sheathed, armoured & over all PVC sheathed. The construction of the conductors shall be stranded for aluminum cables and solid for copper cables. Conductors of nominal area of 25 Sq mm shall be circular. Those above may be circular or oval shaped. The core insulation shall be with PVC compound applied over the conductor by extrusion only & shall conform to the type A compound of IS 5831. Control cables having 6 cores or above shall be identified with prominent and indelible white coloured arabic numerical on the outer surface of the insulation at every 500 mm. The inner sheath shall be applied over the laid up cores by extrusion and shall be of PVC confirming to the requirements of type ST1 PVC compound. The extruded inner sheath shall be of uniform thickness of 0.5 mm upto 16 Sq. mm 0.8 mm up to 120 Sq. mm & 1.0 mm above 120 Sq. mm conductor size. The armouring shall be by single round galvanised steel wires for cable diameter up to 13 mm and galvanised steel strips for cables diameters above 13 mm. The outer sheath of the cables shall be applied by extrusion and shall be of PVC compound. Suitable chemicals shall be added to the PVC compound of the outer sheath to protect the cable against rodent and termite attack. The dimensions of the insulation armour and outer sheath materials shall be governed by IS 1554.

18.4.4

18.4.5

18.4.6 18.4.7

18.4.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

257 OF 517

19.0 G .I. PERFORATED TRAYS


19.1 SCOPE The scope of this specification covers design, manufacture, inspection and testing at manufacturers works packing & despatch of M.S. Galvanised perforated trays for use in switchyards for cable laying in trenches, on structures, on walls etc.

19.2

STANDARDS

The cable trays fittings and accessories including all bolts nuts screws shall be hot dip galvanised as per IS : 2629. The M.S. sheet used for fabrication shall conform to IS : 226.

19.3

PRINCIPAL PARAMETERS The perforated trays shall be 100 mm, 150 mm and 300 mm wide and 75 mm dip. The trays shall meet the general technical requirement furnished below.

19.4

GENERAL TECHNICAL REQUIREMENT

19.4.1 The perforated trays shall be fabricated out of 2.0 mm thick M.S. Sheet formed into a trough 75 mm deep and shall be 100 mm, 150 mm & 300 mm wide. 19.4.2 Each section of tray shall be 2.5 M long & shall be provided with two plates & associated nut bolts & washers. side coupler

19.4.3 The side coupler shall be fabricated out of 3 mm thick M.S.Plate with four circular & four eliptical holes. 19.4.4 All trays & coupler plates, bolts, nuts & washers shall be hot dip galvanised after fabrication. The galvanising shall be uniform. The amount of zinc deposit shall not be less than 615 gram per square meter of surface area. The thickness of zinc deposit at any spot shall not be less than 75 microns. The amount of zinc deposit over threaded portion of bolts, nuts shall not be less than 300 grams per square meter.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

258 OF 517

20.0 EARTHING STATION


2O.1 SCOPE The scope of this specification covers design, manufacture, inspection and testing at manufacturers works packing & dispatch of C.I earthing stations/bore type earthing for use in switchyards 20.2 STANDARDS

The earthing stations shall be as per the standards laid down by MSETCL.

20.3

PRINCIPAL PARAMETERS The earthing station shall be 150 mm CI pipe, 3.0 M long. In case of bore type of earthing electrode, a 40 mm dia GI pipe shall be lowered in a bore of diameter 4.5 . and filled with bentonite compound.

20.4

GENERAL TECHNICAL REQUIREMENTS The earthing method to be adopted should entirely be based on the soil resistivity test & the approval from the MSETCLs competent authorities should be obtained before taking up the earthing work in hand . The scope of work of present contract includes all the necessary materials required for carrying out the earthing of substation yard complete as per statutory requirements without any extra cost.

20.4.1 a. b.

3.0 M long C.I.Earthing Station for Normal Soil Earthing stations shall be provided in the EHV Switchyard at the locations shown on the enclosed earthing layout drawing. Each earthing station shall comprise of a 150 mm diameter (nominal) cast iron pipe of standard length of 3 meters. The C.I. Pipe shall be provided with clamping arrangement as shown in the enclosed indicative drawing. Two Hot dip galvanised M.S. Strips 75 x 10 mm shall be bent into two half rings around the socket of the C.I. Pipe extending on either side for clamping & bolting to the earth grid. The half rings shall be bolted rigidly to the C.I. Pipe at 4 locations with 16 mm bolts & nuts. The two strips shall then be bolted together on either side of pipe with 16 mm dia bolts & nuts. Two pairs of holes shall be provided on either side of the flats at 40 mm spacing for bolting the earth grid conductor with 12 mm dia bolts. The MS half rings shall be hot dip galvanised after shaping, drilling is completed. All bolts & nuts shall be provided with spring washers. All the hardware shall be hot dip galvanised.

c.

d. e. f. g.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

259 OF 517

20.4.2 a. b. c. d. 20.4.3 20.4.4 20.5 20.5.1 20.5.2

Bore Type Earthing station for hard soil and rocky terrain Bore type earthing stations shall be provided in the switchyard area where soil is not normal or with Hard Murum or Rocky. To prepare the Earth pit in Hard Murum or Rocky area bore shall be drilled of dia 4.5 with the help of compressor and upto a minimum depth of 10 Mtrs. A 40 MM dia GI pipe 10 mtr long shall be in the base with a clamp as shown in the drawing. It should be connected to the pipe with the help of GI Nut & Bolts. The bentonet compared should be filled in the bore after lowering of GI pipe electrode. The BB masonery chamber with plastering shall be constructed for each earthing station . A 600 x 300 mm CI cover with frame shall be fixed on the chamber. The earthing station shall be generally as per IS 3034 and the enclosed drawings. Quantity 3.0 m LONG 150 MM dia CI pipe type earthing pipe electrode Bore type earthing electrode with bentonite treatment 10 45 No No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

260 OF 517

21.0 BATTERY & BATTERY CHARGER


1.0 SCOPE This specification covers design, manufacture, assembly, testing at manufacturers works, packing and delivery of 110 V, 200 AH as well as 48 V 200 AH Lead acid cell battery, battery charger & D.C. Distribution Board. 2.0 STANDARDS The rating, performance & testing of the battery, battery charger & D.C. Distribution Board and its accessories shall conform to the latest revisions of all relevant standard specifications. 3.0 PRINCIPAL PARAMETERS The Battery, Battery Charger and the D.C. Distribution Board shall meet the technical requirements listed below and the desired technical particulars enclosed at annexure I. 4.0 GENERAL TECHNICAL REQUIREMENT The DC supply unit is required to cater to the DC Loads of EHV Switchyard equipment like breaker trip & closing coils, relays, indicating lamps, semaphores indicators and emergency station Lighting etc. 4.1 4.1.1 General Each D.C.unit shall comprise of the following 4 main equipments. a) One battery of stationery, lead-acid, H.D.P. cells to supply the required current at the rated voltage. b) c) One float charger suitable to float the above battery at the full charge, and meet the normal D.C.loads. One boost charger for quick charging the battery after mains failure during which the load will be met by the battery.

d) One distribution board with bus bars and circuits adequate for D.C.Distribution. 4.1.2 4.1.3 The float charger, the boost charger and the D.C. distribution board shall be one integral unit, enclosed in a sheet steel cabinet, suitable for indoor installation. All printed circuit boards shall be solder masked glass epoxy FR-4 grade copper clad material of Norflex or Diverrit or equivalent make having edge type gold plated plug in connectors confirming to relevant IS and IEC. The parts of the equipment manufactured through moulding process shall be tough enough to withstand thermal cycles of heat and cold during service. Main transformers shall be double wound cooled by natural air circulation having continuous rating of 10 hours. discharge rate, connected in series.

4.1.4 4.1.5

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

261 OF 517

4.1.6 4.1.7 4.1.8

The battery shall consist of 55 number of series connected HDP lead acid cells having 100 ampere hour capacity at 10 hrs. discharge rate. The Cell containers shall be of transparent glass / Hard rubber and shall be sufficiently robust and free from flaws. The intercell and internal cell connectors shall be of lead plated copper. The lead plating shall be adequate and tenacious. The cross section of the connectors shall have adequate area to carry the high currents. However the thickness of these connectors shall in no case be less than 4 mm. The positive and negative terminal posts shall be clearly marked and these shall be easily identifiable. Accessories The battery shall following : i) be complete with accessories and devices including but not limited to the

4.1.9 4.2

Battery racks and stand constructed out of teakwood and painted with at least 3 coats of antiacid paint. The construction of the racks, shall be suitable for fixing to a flat concrete floor. The racks shall be rigid, free standing type and free from warp and twist. The completed racks shall be suitable for being bolted and to form a continuous row. Porcelain insulators, rubber pad etc. Set of intercell, interior and interbank connectors as required for the complete installation. Electrolyte for first filling plus 10 % extra in non returnable containers. Rubber syringe Cell number plates and fixing pins. Suitable log books for maintaining records. Cell bridge connectors. Following Accessories for testing and maintenance : One (-) 3.0 to (+) 3 volts DC voltmeter with, suitable leads for measuring cell voltage. One syringe type Hydrometer for measuring specific gravity of electrolyte in steps of 0.002. One filler hole thermometer fitted with plug and cap and having specific gravity of correction scale capable of being read correct to 1 D.C. Three pocket thermometers Two acid resisting jugs of adequate capacity. Two acid resisting funnels. Two rubber aprons Four rubber gloves. SIGNATURE OF AUTHORISED NMMC OFFICIAL

ii) iii) iv) v) vi) vii) viii) ix) a) b) c) d) e) f) g) h) SIGNATURE OF TENDERER

262 OF 517

4.3

Ventilation The manufacturer shall indicate in the offer, requirements of ventilation in the battery room. The battery shall operate satisfactorily over the entire range of temperature indicated in this specification without affecting its normal life. The manufacturer shall indicate the percentage reduction in battery capacity at the lowest temperature compared to that at standard temperature of 27 deg. C. If any special ventilation requirements are necessary the same shall be indicated.

4.4

Battery Charger Unit This shall comprise of one float charger, one boost charger and one D.C. distribution board all the three enclosed in a cubicle made of sheet steel of not less than 14 gauge thickness.

4.5 4.5.1

Float Charger During normal condition the battery shall be floated across the float charger at 2.16 v per cell +/- 1 % and the D.C.load demand during the normal state shall be met by the float charger. Hence the float charger shall have adequate capacity to meet the above demand at constant voltage. The float charger shall be static type, comprising of silicon controlled rectifiers (SCR) connected in three phase banks alongwith other necessary circuitry to supply a stabilised DC output. Provision shall be made to have a stepless and smooth voltage setting in the auto mode and also for adjustment in the manual mode in case of the failure of the automatic Constant Potential Controller (CPC). Float charger shall be able to give a DC output voltage of 2.0 to 2.25 V per cell with maximum variation being + /- 1 % of the set value. The Constant Potential Controller Circuit shall be suitable to stabilize the output voltage within + /- 1 % from no load to full load, even when the AC input voltage to the charger varies as specified . Suitable ripple filtering circuits shall be provided to give a smooth DC output. The ripple content without the battery connected shall be limited to less than 5 % on resistive load. The D.C. output shall be free from switching surges, transients etc. The filter condenser bank should have HRC fuse protection with trip indication. The float charger shall have built in current limiting feature to droop the output voltages on currents more than 100 % of the rated current and it should be ensured that the output voltage of the charger across battery terminals should be below 2 V per cell if output current is 125 % or more of the rated current. One Moulded Case Circuit Breaker shall be provided on the AC input side of the float charger with facility to indicate MCCB trip condition through the annunciation scheme. One Moulded Case Circuit Breaker with suitable overload setting shall be provided on the DC side of the float charger so that any fault on the DC load will not be reflected on the equipment but will trip the MCCB and provide an annunciation. One ammeter of suitable range shall be provided to read the DC output current of the float charger clearly. Boost Charger Boost charger shall have adequate rating to quick charge the battery fully within 14 hrs. after an emergency during which the complete DC load is met by the battery.

4.5.2

4.5.3

4.5.4

4.5.5

4.5.6 4.5.7

4.5.8 4.6 4.6.1

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

263 OF 517

4.6.2

Boost charger shall incorporate static components, comprising of silicon controlled rectifiers with semi-conductor fuses and trip indication as in float charger. Boost charger apart from its normal constant voltage operation shall be able to operate as a float charger delivering stabilized DC output voltage within + / - 1 % from no-load to full load in case of float charger failure. Suitable electrical circulitary shall be provided for this purpose. In the constant current mode it shall have a current stability of + 2% of the set value. The constant current setting shall have step less range from 20% to 100% of full rated current. Further the boost charger shall have a provision of manual mode of operation. Suitable ripple filtering devices shall be provided for the boost charger output to limit ripple content to 5% without battery connected with HRC fuse for filter condenser bank and trip indication. The boost charger and the float charger shall be so interlocked electrically that during boost charging of the battery the float charger will supply the DC constant load without supplying to the battery through a reverse current blocking diode at a suitable tapping. One D.C. contactor may be incorporated which shall get energised through N/C contact of the contactor on A.C. side of the boost charger in case of failure of A.C. supply. This contactor shall connect the entire battery supply to the load through one of its N / O contacts automatically without any interruption of D.C. supply even of a momentary nature. Under no circumstances the voltage across load terminals shall exceed (+) 10 % or fall below (-) 15 % of the rated voltage. One ammeter of suitable range shall be provided in the boost charger circuit to read the boost charger output current. One moulded case circuit breaker with suitable overload setting shall be provided on the DC side of the boost charger so that any fault on DC side of boost charger shall not reflect on the equipment but shall trip the MCCB and provides necessary annunciation. AC input to the boost charger shall be through a Moulded Case Circuit Breaker with suitable overload setting and its trip conditions shall be annunciated. Special Features Filament type indicating lamps of low watt Consumption having double contact bayonet caps shall be provided to indicate a) b) c) each phase of input AC supply Float charger DC output supply Boost charger DC output supply

4.6.3

4.6.4

4.6.5 4.6.6

4.6.7 4.7 4.7.1

The lamps shall be provided with series resistors preferably with built in lamp assembly to prevent short circuiting on filament fusing. 4.7.2 One voltmeter shall be provided to read the float charger output voltage, the boost charger output voltage or battery output voltage with selector switch. The selector switch for the voltmeter shall be 2 pole 4 position rotary type. One ammeter with 100-0-20 Amps. range shall be provided to read the charge discharge of the battery. Suitable relay circuit shall be provided to indicate failure of insulation. Alternatively, earth leakage relay may be provided. Suitable circuit shall be offered for audio and visual annunciation, in either case. Annunciation SIGNATURE OF AUTHORISED NMMC OFFICIAL

4.7.3 4.7.4

4.8

SIGNATURE OF TENDERER

264 OF 517

4.8.1

Audio and Visual annunciation scheme shall be provided to indicate the following . a) b) c) d) e) f) g) h) i) Mains failure Rectifier fuse failure (Float charger) Rectifier fuse failure (Boost Charger) D.C. output fuse failure (Float charger) D.C. output fuse failure (Boost charger) Float charger input (AC) MCCB trip. Boost charger input (AC) MCCB trip. D.C. under voltage / over voltage. Insulation failure / Earth leakage

4.8.2

The annunciation circuit shall have repeat alarm property so that in case a second fault occurs during the acceptance of the first fault, alarm is again sounded. The annunciation circuits shall be provided with accept and lamp test push buttons. D.C. Distribution Board This shall be an integral part of the charger unit. Number of feeders of various ratings shall be provided as detailed below. The DC distribution Board shall comprise of following Incoming & Outgoing 1. 3. 4. Incoming Feeder Outgoing Feeders Outgoing Feeders 100 A 20 A 16 A 1 10 1 ( For Emergency Ltg.) feeders

4.9 4.9.1

The D C distribution boards shall also be provided with voltmeter 0 -120 V, indicating Lamps and Ammeters 0 - 100 A for DCDB - 1 and 0 - 60 A for DCDB - 2 The emergency Lighting feeder shall be provided with suitable scheme incorporating contactor & relay for automatic change over from mains AC supply to DC supply from Battery. 4.9.2 MCBs shall be of adequate capacity as required for various circuits and shall be of two pole type. 4.9.3 4.9.4 4.10 Emergency lighting feeder shall be provided with suitable relay for automatic change over from AC supply mains to DC supply from battery. Bus bar shall be of aluminum of adequate cross section to carry the full load current continuously without any abnormal temperature rise. Charger Cubicle And Wiring

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

265 OF 517

4.10.1 4.10.2

The charger cubicle shall accommodate the boost charger and the float charger alongwith necessary protection, annunciation and other controlling circuits. Cubicle shall be made of sheet steel of 14 gauge suitable for indoor installation and shall be free standing, floor mounting type and shall be provided with hinged door at the back with suitable padlocking arrangement. There shall be sufficient reinforcement to obtain resistance to vibrations and rigidity during transportation, handling and installation. Cubicle shall be dust moisture and vermin-proof. Cubicle enclosures shall provide a degree of protection not less than IP : 42 in accordance with IS : 2147. All doors, removable covers etc. shall be gasketed all around with neoprene gaskets. Ventilating louvers, if provided shall have suitable screens and filters. The screen shall be of fine wire mesh made up of G.I.Wire. Cable entries to the cubicle shall be from the rear bottom. The rear bottom plate of the cubicle shall be fitted with removable gland plates of adequate size for fixing the cable glands. All electrical indicating instruments, fuses etc. on the front of the panel shall be flush mounted. The various equipment like meters, lamps, switches etc. shall be mounted in such a fashion as to give uniform and neat appearance. The dial shall be white with black numbers and lettering. Parallax free dials shall be provided. All sheet steel work shall be phosphated in accordance with the following procedure and in accordance with IS : 6005 Code of practice for phosphating Iron and Steel Oil, grease, dirt, and swarf shall be thoroughly removed by emulsion cleaning. Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying. After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing with dilute bichromate solution and oven drying. The phosphate coating shall be sealed by application of two coats of ready mixed stoving type zinc chromate primer. The first coat may be Flash dried while the second coat shall be stoved. After application of the primer two coats of finishing synthetic enamel paint shall be applied, each coat followed by stoving. The second finishing coat shall be applied after completion of tests. The colour of the finished panel shall be light admiality, grey, to shade 697 of IS : 5 both inside and outside. Each coat of primer and finishing paint shall be of a slightly differed shade to enable inspection of the painting. The final finished thickness of paint film on steel shall be about 60 to 80 microns. Finished painted appearance of panels shall present an aesthetically pleasing appearance free from dents and uneven surface. A small quantity of finishing paint shall be supplied for minor touching up required at site after the installation of the equipment. Alternatively, powder coated panels are acceptable.

4.10.3 4.10.4

4.10.5 4.10.6

4.10.7

4.10.8

All front mounted equipment as well as equipment mounted inside shall be provided with individual labels having equipment designation engraved on it. Labels shall be made of non rusting metal or 3 ply lomicoid.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

266 OF 517

4.10.9

Two separate earthing terminals shall be provided on the cubicle.

4.10.10Each charger cubicle shall be provided with two nos of fluorescent tubes, ON / OFF switch and HRC fuse for interior lighting of the cubicle. 4.10.11The charger cubicle shall be supplied completely wired upto and ready for purchasers external connection at the terminal blocks using solderless crimping type aluminum lugs. An air clearance of at least 10 mm shall be maintained in all wiring right upto the terminal lugs, wherever this clearances is not available, the live parts shall be insulated or shrouded. Engraved core identification ferrules marked to correspond with the wiring diagram shall be fitted at each end of every wire. All spare auxiliary contacts shall be wired upto the terminal block. 4.10.12All wiring shall be carried out with 1100 V grade single core multi stranded flexible copper conductor wires with PVC insulation and shall be flame, vermin and rodent proof. No wire shall be of less than 2.5 sq.mm size. All wiring shall be neatly bunched and cleated without affecting access to equipment mounted within the cabinet. Wiring troughs shall be provided for vertical wiring and interconnecting wiring between front and near section of the cabinet. 4.10.13Fuses used in various circuits shall be cartridge type HRC fuses. Selection of the main and sub-circuit fuse ratings shall be such as to ensure selective clearance of subcircuit faults. Insulated fuse pulling handles shall be provided to change the fuses without danger of contact with live parts. 4.10.14All terminal blocks shall be of 1100 V grade stud type comprising finely threaded pairs or brass studs of at least 6 mm dia., links between each pair of studs, washers, nuts and locknuts. The studs shall be securely locked within the mounting bays to prevent turning. Insulated barriers shall be provided between adjacent terminals. Terminal blocks shall be numbered for identification and grouped according to function. All hadwares such as screws, nuts, studs, washers etc. shall be of brass and no ferrous parts shall be used in electrical circuits. 4.10.15All cables cores shall be adequately supported at regular intervals inside cable alleys by means of suitable rubber line clamps upto the respective terminal blocks. 5.0 5.1 5.2 Quantity 110 V 200 AH Battery with charger and accessories 48 V 200 AH Battery with charger and accessories 1 1 Set Set

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

267 OF 517

ANNEXURE I DESIRED TECHNICAL PARTICULARS Sr. No. Particulars 110 V BATTERY 1 Application Emergency & normal DC power Stationary (HDP) Two 110 Lead acid, Indoor 2 Volts 110 V 300 AH Emergency & normal DC power Stationary (HDP) Two 24 Lead acid, Indoor 2 Volts 48 V 200 AH Requirement 48 V

2 3 4 5 6 7 8

Type No of battery banks Number of cells Type of cells Nominal cell voltage Nominal voltage of complete bank Capacity at 10 Hr. rate of discharge at 27 deg. C Final Cell Voltage Load Cycle Momentary load for 1 minute Emergency load for 1 hour Continuous load for 10 hours Mounting Arrangement Charging method

9 10 10.1 10.2 10 3 11 12

1.85 V

1.85 V

30 A 30 A 20 A Single tier type Float charging during normal conditions & boost charging of battery after emergency duty. The battery shall float across charger through a suitable tap during boost charging 2.15 2.25 V 91 %

30 A 30 A 10 A Single tier type Float charging during normal conditions & boost charging of battery after emergency duty. The battery shall float across charger through a suitable tap during boost charging 2.15 2.25 V 91 %

13 14

Float Voltage AH

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

268 OF 517

BATTERY CHARGER 110 V 200 Ah 1 a. b. 2 a. b. 3 a. b. 4 Rated Current Capacity Float Boost Rated DC out put across Load terminals Battery Terminals Voltage Regulation in Float Charger Boost Charger Current Regulation in constant current mode of boost charger Range of current variation in boost mode Range of potentiometer for getting DC voltages for battery terminals for Float Charging Boost Charging DC voltage range across load terminals for 0 to 100 % load charges and specified mains voltages and frequency variation when battery is ON Float Charger Boost Charger Short Circuit Level - ac / dc Battery data Rating Nominal cell voltage Float Voltage Number of cells 110 V 200 AH 2.0 V 2.16 V 2.25 V 110 48 V 200 AH 2.0 V 2.16 V 2.25 V 24 115 V to 121 V 115 V to 121 V 15 kA / 10 kA 48 V to 52 V 48 V to 52 V 110 V to 121 V 96V to 149 V 48 V to 52 V 43 V to 64 V +1% + 1 % in float mode +2% +1% + 1 % in float mode +2% 238 V 242 V (1.1 p.u.) 52 V 40 A 50 A 20 A 30 A 48 V 200 Ah

5 6

10 50 A

a. b. 7

a. b. 8 9 a. b. c. d.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

269 OF 517

e. 10 a. b. c. d. 11 a. b. c. d.

Ampere-hour efficiency at 10 hr. rate System Condition Three phase A.C. Supply Single phase A.C. Supply Voltage Variation Frequency variation General requirement Accuracy class of meters Efficiency of charger unit Power factor at rated load Overall dimensions not less than

91 %

91 %

415 V 50 Hz 240 V 50 Hz + 10 % +5%

415 V 50 Hz 240 V 50 Hz + 10 % +5%

1.0 0.85 0.85 L=1500 mm D= 900 mm H=2000 mm IS 6005

1.0 0.85 0.85 L= 800 mm D= 700 mm H=1600 mm IS 6005

e.

Painting and phosphating DC Distribution Board

1 2

Installation Minimum thickness of sheets

Indoors Frame 2.5 mm Sheets 2.0 mm IP 42

Indoors Frame 2.5 mm Sheets 2.0 mm IP 42

3 2.6

Degree of protection Performance Requirements

a) The output voltage of the charger shall be regulated with + 1 % of the set value for any load variation from 0 to 100 % and A.C. voltage and frequency variations as indicated. b) c) The ripple content in charger D.C. output shall be limited to + 1%. The current stability for boost mode shall be within + 2 % of set value.

input

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

270 OF 517

22.0 POWER LINE CARRIER COMMUNICATION SYSTEM


22.1 Scope This specification covers design, manufacture, assembly, testing before supply, inspection, packing, delivery installation, testing and commissioning of Power Line Carrier Communication System suitable for Communication between stations, speech on dialing, express speech, teleprotection, telemetering, SCADA and computer data traffic. 22.2 STANDARDS The PLCC system components shall conform to the latest revisions of relevant standards, rules and codes. 22.3 PRINCIPAL PARAMETERS The PLCC system components shall conform to the general technical requirements at 22.4 below and the desired technical particulars enclosed at Annexure I 22.4 22.4.1 a. General Technical Requirement LINE TRAPS Line traps shall be inserted into high voltage transmission lines to prevent undue loss of carrier single for all power system conditions, thus making functioning of the power line carrier systems independent of switching conditions inside the sub-station. Its impedance shall be negligible at power frequency (50 Hz) so as not to affect the power transmission but must be relatively high for the entire carrier frequency band. Line trap shall consist of a main coil designed to carry continuously the rated current at the maximum ambient temperature. It shall be provided with a suitable protective device and a tuning device. Line trap shall be provided with a protective device which shall be so designed and arranged that neither significant alteration in its protective functions nor physical damage shall result from either temperature rise or the magnetic field of the main coil at continuous rated current or rated short time current. The protective device shall neither enter into operation nor remain in operation following transient actuation of the power frequency voltage across the line trap by the rated short time current. For proper co-ordination with the lighting arresters installed in the substations, the line traps shall be provided with protective device. The protective device shall be shunt connected to the main coil and the tunning device. All nuts and bolts used for connection shall be of Stainless steel. One set of copper connectors, with fixing nuts and bolts for connection between main coil, tuning device and protective device shall be provided. No visual corona discharge should take place. To achieve this if it is necessary provide ring/s the same shall be considered as an integral part of the equipment to be supplied. corona

b.

c.

d.

e. f.

Line traps are to be tuned for a broad carrier frequency band which will include the carrier frequency pairs chosen for transmission line section. The resistive component of impedance of the trap, within its band width , shall not be less than 600 ohms. Bidder shall offer only broad band line traps to ensure the minimum value of resistive component of impedance in blocking range. If it is not possible to cover the entire carrier SIGNATURE OF AUTHORISED NMMC OFFICIAL

g.

SIGNATURE OF TENDERER

271 OF 517

frequency band with one tunning pot, two tunning pots with overlapping blocking bands shall be provided so that carrier frequency band of 50 KHz to 500 KHz is covered. It shall be possible to adopt the desired blocking band of the line trap at site by selecting the suitable tuning units. Further tuning devices shall be so arranged that it should be possible to replace the tuning device without removing the line trap. h. The line traps should be suitable for outdoor suspension mounting and mechanically strong to with stand the stresses due to maximum wind pressure of 150 kg per sq. mtr. Necessary suspension clamps for hanging the wave traps form gantry should also be provided along with adequate no. of eye bolts of suitable size at the top of the line trap for hanging it with insulator string/s as the case may be. Suitable clamps suitable for ACSR conductor shall also be supplied for connecting terminals of line traps to high tension line and station equipment. Magnetic separator if required shall also be provided. The rated continuous current shall be 630 A with a short time current rating of COUPLING CAPACITORS The bidders shall offer connecting clamps suitable for ACSR conductor for connecting high tension line to the high voltage terminal of the coupling capacitors and on the low voltage side (HF) sturdy and suitable extension arrangement for connection to coupling device. A terminal pad for Equipment Earthing shall be provided. A suitable galvanized steel pedestal stand (Lattice type only) shall be provided with 860 mm center to center distance, at base between the legs, for mounting of coupling capacitors and other outdoor equipments such as coupling units , protective devices etc. The coupling capacitor shall be mounted directly on the pedestal without any extra support insulators. COUPLING DEVICES The coupling devices shall be designed to perform the following functions: i) Coupling filter: Coupling filter in conjunction with the capacitance of the coupling capacitor shall constitute an electric filter of band-pass type. It shall match the characteristic impedance of the high tension line with impedance of the connection line for PLC transmitter/receiver. Drainage of charging current : The primary of the coupling unit shall have a low impedance for the operating frequency of the power line (50Hz) so that the charging current of the coupling capacitor is grounded. Insulation: The input and output circuits of the coupling units shall introduce a galvanic insulation into a coupling unit and should be able to withstand a test voltage of at least 5 KV r.m.s. for 1 minute. The coupling device may form a single assembly or be divided into several separate components. 40 kA.

i. 22.4.2 a.

b.

22.4.3 a.

ii)

iii)

b.

It may be noted that the composite loss is the power loss occurring in the carrier signal after passing through the coupling device complete with coupling capacitor. Coupling device is supposed to be loaded with its primary and secondary impedance while capacitor is assumed to have no loss. The coupling devices shall be provided with the three element protective devices, as detailed below, which shall protect the carrier equipment against excess voltage which may occur when the coupling capacitor becomes defective or the ground lead connected to the coupling device is interrupted.

c.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

272 OF 517

i) ii) iii)

Drainage coil: To ground the charging current of the coupling capacitor. Protective device: To protect the carrier equipment against excessive voltage. Earth switch: For grounding low voltage terminals for carrying out maintenance or any other work on coupling device. Proper locking arrangement shall also be provided for the Earthing switches.

d.

Two nos. phase earth coupling devices should be capable of being used to form inter-phase or inter-circuit coupling in such a manner that even if one coupling device fails, the system continues to work on phase to earth coupling basis without any mis-match problems. Required matching transformer shall be provided . The coupling devices offered shall be suitable for 75 ohm unbalanced HF output impedance. lighting arrestors shall be provided at the carrier side of the coupling device. No

e. f.

The coupling device shall be suitable for the indicated line impedance. Suitable, adequate number of taps shall also be provided on the line side of the coupling device so as to make it possible to achieve matching with actual line side impedance during commissioning. The coupling filters (LMU) should be housed in a weather proof galvanized steel casing for installation on the steel pedestal which shall also be used for mounting capacitors. All the elements of the coupling device and protective device will be mounted on a galavanized steel frame to be mounted on the steel support of the coupling capacitors. HIGH FREQUENCY CABLE ( UNBALANCED / CO-AXIAL) High frequency cable shall be offered to connect coupling unit installed in the PLC terminals installed indoor. The high frequency cable shall be suitable for being laid directly under ground in ducts. The cable shall be braided tinned copper screened and steel armored. The capacitance of the cable shall be low so as to minimize attenuation at the range. carrier frequency switchyard to the or in trenches or suitable single

g. h. 22.4.4 a. b. c. d. e.

The impedance of the cable shall be so as to match with the output impendence of the PLC terminals and secondary impendence of the coupling units. The cable shall be insulated to withstand a test voltage of 4kV. POWER LINE CARRIER TERMINALS: Because of shortage of carrier frequencies available for PLC systems, PLC systems, PLC terminals using single side band modulation are to be offered. PLC terminals of latest IC version are required for speech, Teleprotection and other superimposed channels. The PLC terminal shall be suitable for adjacent band working and shall have necessary frequency stability. The entire signaling band shall be available for transmission of data from one station to end station with back to back connection of signaling band at the in between stations. Filters or any other equipments required for this purpose shall be built-in feature of the PLC terminal offered. Provisions shall be made in the carrier terminals offered to compensate for rising and falling trend of frequency response due to change of line characteristics.

22.4.5 a.

b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

273 OF 517

c.

The offered fully field tunable (suitable for tuning at site) PLC terminals shall i. ii. iii.

include:

programmable transit band pass filters, data cards, from 300 to 3760 Hz in incremental steps of 60Hz. Programmable pilot frequency Programmable speech cut off suitable for 2KHS and 2.4 kHz.

d.

The tuning of frequencies shall be possible both in IF and HF sections. The tuning of frequencies shall be easily possible without any cumbersome procedure. Any equipment required for this purpose shall be provided . Suitable facility shall be incorporated in the PLC terminals to compensate the mismatch introduced due to paralleling of a number of PLC terminals at a station. Suitable connectors for terminations of HF cable of 75 ohms unbalanced and 150 ohms balanced impedance shall be provided in the PLC terminal. The connectors shall be of universal type suitable to adopt 75 ohms unbalanced and 150 ohms balanced HF cable, and also suitable for connection to adjacent PLC cabinet at such a height so as to facilitate working with ease. Screw clamp type terminals shall be provided for interconnection wiring. The PLC terminals shall necessarily be provided with the following minimum built-in features: i) ii) iii) iv) v) HF hybrid to facilitate adjacent band working. Matching transformers to facilitate working for 75 ohms unbalanced and 150 ohms balanced impedance. Dummy impedance 75 ohms unbalanced and 150 ohms balanced for testing with a selector switch as applicable. Transit band pass filter to facilitate data transmission from one station to end station. Universal type HF connector suitable for 75 ohms unbalanced and 150 ohms balanced HF cable as applicable. The HF connectors shall be T- type and mounted at such a height so as to facilitate working with ease. Exhaust fan working on 230v, 1 phase AC supply. Loop test facility. Each PLC terminals for speech as well as for protection purpose shall be provided with plug in type telephone hand set, four wire express telephone and buzzer A) B) Normal band width of each PLC channel shall be 300-3600Hz and shall be suitable for transmission of Facsimile messages preferably at 2400 baud. One speech channel 300-2000Hz plus a band of 2000-4000 Hz for the transmission of data. Data signaling rates 50, 200, 600, 1200 baud shall be possible. Three 600 baud channels or one 2400 baud channel for full band 3600 Hz. of 300-

e. f.

g.

vi) vii) viii) ix)

C) D)

Transmission for speech and protection channels. Protection channels shall be suitable for coded as well as uncoded transmission and should have in band SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

274 OF 517

signaling i.e. trip signal frequencies shall be transmitted within the speech band without any necessity for separate band for protection. h. The cabinets shall provide required alarm facilitate such as pilot fail, carrier fail etc. The indication on the panel shall be by display LEDs associated with an acoustic alarm. Three spare potential free contacts shalll be provided and wired into terminal strip for remote indication. The terminal shall be provided with sufficient test points on front side of various printed circuit boards to facilitate checking of important voltages and current values in different parts of the PLC terminals. A built in meter to check important voltages or currents in PLC terminals shall be provided on the panel. Protection fuses shall be provided in all important circuits and the fuses shall be so mounted as to allow their easy inspection and replacement. The power supply module shall be provided with miniature circuit breaker with overload and short circuit release features. It shall be ensured that operation of PLC terminals is not affected by impulse noise due to switching operation in switchyard. The PLC terminals shall be provided with emergency coil facility from the carrier set for point to point contact with the next station complete with telephone handset suitable for hanging inside the PLC cabinet and with termination to enable to connect an external set for point to point communication. In the PLC terminals suitable features shall be incorporated to ensure that in the event of any short circuit of the output terminals of the power supply unit, the unit is switched off without causing any damage to the power supply unit itself. This is necessary to provide protection against any accidental short circuits or short circuits due to failure of some components in the circuits. The power consumption of the PLC terminals shall be minimum and shall be commensurate with the output power of the PLC terminals as specified to keep the size of the battery optimum. PLC terminal shall be mounted in floor mounting, vermin proof sheet metal cabinet. The construction shall incorporate a swing frame on which all the equipments are mounted. The cubical shall be provided with an exhaust fan on the top working on 230V, AC, 1- phase. Louvers for inlet of air in the cubicle shall be provided at the bottom of the cubicle to avoid dust entering from below. The individual parts of the carrier set should be accessible from the front, making it possible to place the carrier cabinets side by side, back to back and against the wall. All component parts of the carrier sets shall be suitably tropicalised and protected against bad effects of humidity, fungus etc. Building block principal should be employed in the construction of carrier sets. The cabinet shall be suitable for top or bottom cable entry. EQUIPMENT FOR TELEPROTECTION The voice frequency transmission equipment for protection signaling is required for transfer of trip commands from one end of the line to the other for remote tripping of breaker. A) i) TELEPROTECTION EQUIPMENT FOR 100kV LINES: The protection coupler shall be suitable for transmission / reception of two commands with a possibility to extend up to four commands in future by just inserting additional modules. Further when the protection coupler is equipped for four commands, it shall be possible to programmer them as two coded and two uncoded commands.

i.

j.

k.

l. m.

n.

o.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

275 OF 517

ii)

The speed of transfer trip channels shall be such that the time interval measured from the point of energization of the transmitter (including the time taken for transmission of the single over carrier link) and closing of the output contact at the receiver end shall not exceed 25ms. The teleprotection equipment shall be provided with interconnection unit suitable for connection to the protective relays. The output contact provided in the receiver shall be capable of making the trip coil circuit of the 145 kV breaker whose rating is 110V, DC 200W per trip coil per phase. In case however an additional relay is required to be included for providing the contact of desired rating the trip transfer time mentioned in clause (ii) above of 25 ms shall be inclusive of the operating time of this auxiliary relay. The carrier protection equipment offered shall be suitable for transmission of commands. double protection

iii)

iv) v)

Only in band type teleprotection equipment shall be offered such that speech channels and the teleprotection signals are arranged in such a manner that the superimposed signaling band is kept free for telemarketing etc. In other words the transmission of teleprotection signals should take place within speech band. No trip signaling frequency should be beyond 2000 Hz. COMMON FEATURES FOR TELEPROTECTION EQUIPMENT: The equipment shall be of modular construction and of plug in type using solid state components / integrated circuits and shall be suitable for mounting in PLC cabinet offered. The equipment shall be provided with sufficient test points on the front side of printed circuit boards and built in indicating meters to check-up important voltages and currents in various circuits. The fuses shall be so mounted as to allow their easy identification, inspection and replacement. Suitable supervision and alarm purpose shall be accessible from front. The equipment shall be suitably tropicalised and protected against the harmful effects of humidity, fungus etc. Disconnectable terminals shall be provided for interconnection with relaying equipment. The voice frequency transmission equipment shall be insensitive to corona noise and shall remain unaffected by impulse type noises generated by operations of switchgear equipments or by short circuits. The equipment shall have reliability and high security within the stipulated transmission time. Supervision of failure of 110 V station input supply required for tripping shall be provided in the coupler unit. Three potential free contacts of this relay will be wired for use of failure indication in the control room. The protection equipment offered shall include 2 Nos. of changeover contacts as spares for use by the protection relaying scheme. In addition to these 4 Nos. of spare changeover contacts shall be provided in his protection equipment. Test facility should exist for end to end and loop test with equipment remaining fully to ensure transmission of genuine trip commands during testing. ELECTONIC AUTOMATIC EXCHANGE FOR PLCC The Electronic Private Automatic Exchange (EPAX) for PLCC shall be used where several local subscribers shall be able to inter-communicate selectively with one another as well as place or receive trunk calls. The EPAX offered shall be of latest technology and of modular design. Any line (outlet) of the EPAX shall be reached by any other line of the same EPAX by dialing the corresponding local number. The later shall consist of one or two digits according to the number of lines. No four wire operational

B. i)

ii)

iii)

iv)

v) 22.4.6 a.

b.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

276 OF 517

group selectors are being provided for the PLC terminals. As such the EPAX offered shall incorporate the function of four wire group selectors also for all the directions. c. d. The EPAX shall be for 12 Trunk lines and 8 subscriber lines. It shall be possible to use the lines of EPAX as either subscriber lines or trunk lines. The EPAXs offered shall be micro processor based fully digital, non blocking and programmable. The EPAX offered shall be automatic and shall be able to function without the help of operator. The EPAX should support single, two or three digit numbering scheme. The software should support both E & M signaling and DC loop trunks. The EPAX shall have universal ports wherein any type of card of EPAX can be inserted in to any slots. If the purchaser requires more than designated trunks, the same has to be met with a decrease in the subscriber lines. The number of trunks can be either E&M or loop or a combination of both. The EPAX shall support duplication of CPU and PSU cards. In the event of Master CPU or PSU card failure, the slave cards take over smoothly without any breakdown. The EPAX shall support digital Telephones with display on single pair of cable. The EPAX shall have voice guidance cards with call back facility for proper guidance to the subscriber. The procedure of programming may be clearly brought out and explained with the help of diagrams etc. in the offer. The EPAX offered shall be automatic and shall be also to function without the help of operator. The EPAX offered shall be provided with the following facilities: call transfer , priority interrupt , conference , call forward, call consult , facility to connect data, automatic alternate route selection , follow me, ring when free , either party release , real time clock, audible and visual alarm on all fault cards. i. j. The EPAX shall be self-contained and shall provide its own ringing current and shall be from 400Hz oscillator. tones. The tones

e.

f.

g.

h.

The call processing time should be minimum. While a call is being initiated the pulses sent shall be visually displayed with the help of LEDs on the line and trunk card. The pulses sent should also be audible to the person initiating call. The EPAX offered shall be compatible for working in conjunction with PLC terminals, microwave, UHF, VHF, Optical fiber and DOT lines. The interface card required for this purpose shall be offered as an optional item. However the EPAX shall be wired for this purpose. Alarm type of fuses shall be provided with both audible and visual alarms and the bead of the blown fuse shall give instant indication of the blown fuse. The EPAX shall be housed in dust proof steel cabinets of suitable design which to facilitate efficient maintenance of the unit. shall be such as

k.

l. m. n.

The EPAX shall work on (-) 48V DC supply. The operating voltage limits shall be +15% and -10% and the equipment shall continue to operate satisfactorily if the supply voltage rises to 20% of the rated value. P.B.Telephones Auto desk push button type telephone sets with memory and radial facility shall be offered These shall be sturdy and of elegant design and shall conform to international standards. The telephone

22.4.7

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

277 OF 517

instrument shall be provided with cords of that of instruments.

adequate lengths preferably of the same colour as

22.4.8VOICE FREQUENCY TELEGRAPHY EQUIPMENTS: a. Voice Frequency Telegraphy Transmitter/Receiver equipments suitable for transmission of data and facsimile signals over power line carrier in the frequency range of 0.3 to 3.7 KHz. shall also be included . The VFT should have modular construction and modern design features with high stability and consistency for the characteristic frequencies under all conditions of operation. The maximum frequency deviation should not be more than 0.1 Hz. The VFT shall be suitable for operation on 48 V D.C. power supplies with positive pole earthed. The VFT shall be able to strap at site to any required centre frequency of required channel number at a given baud rate up to 200bauds as per CCITT Standards. The VFT shall be provided with necessary modules e.g. galvanic isolator, linematching module with send & receive amplifiers, line transformers for 4 wires and hybrid for 2 wire operation. The system impedance will be 600 ohms. The VFT offered shall have monitoring facilities for receive levels, operating voltage and the automatic indication for any fault and shall be suitable for mounting in carrier terminal. The quantity of VFTs to be supplied will be finalized after placement of orders. TRANSIT BAND PASS FILTERS: Transit band pass filters to filter out the super imposed channels from the V. F. band shall also be included . This is in addition to the built-in transit a band pass filter of PLC terminals. The output and input impedance of transit band pass filters shall be 600 ohms and suitable also for working with the earlier version of PLC terminals supplied by the bidder in past to M.S.E.T.C.L. The Transit Band Pass Filter offered shall be suitable for installation in the carrier terminals. The TBF shall be modular and plug in type. The band width for the offered TBF shall be suitable for group of CCITT channels of different baud rates upto 600Bds.,which will be intimated to the successful bidder after finalization of order. The quantities of TBFs to be supplied shall be finalized after placement of orders. 22.4.9 a. Digital EPAX for express cum dialing communication The Digital EPAX offered shall be of latest technology and of modular design. Any line (outlet) of the EPAX shall be reached by any other line of the same EPAX by dialing the corresponding local number. The later shall consist of one or two digits according to number of lines. The EPAX offered shall be microprocessor based fully digital non-blocking and programmable. The EPAX should support single, two or three digit numbering scheme. The software should support both E&M signaling and DC loop trunks. The EPAX shall have universal ports wherein same type of PCB of EPAX can be inserted into any slots. The number of trunks can be either E&M or DC loop or a combination of both. The EPAX shall support duplication of Central Processing Unit PCB with automatic switchover with annunciation in case of failure. It shall also support duplication of Power Supply units wherein both the PSUs are individually capable of catering supply requirements of all other PCBs of the EPAX. In the event of Master CPU or PSU card failure, the slave card take over smoothly without any breakdown. Digital EPAX Exchange shall have, as a minimum following capabilities. Compatibility with existing PLCC terminal equipments. Automatic Processor switchover on failure SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

b.

c.

278 OF 517

Diagnostic Checks for Trunks Power fail transfer Computer Connectivity On line system Programming Capacity for accommodation of 16, 4 wire E&M PLCC Trunk lines. Capacity for accommodation of 4 other exchange (CO) lines. Capacity for accommodation of 8 subscribers using digital telephones. Features of Digital EPAX Exchange. Following features shall be supported by Digital EPAX Exchange. Abbreviated Dialing Alarm/Wake up Automatic Call Back Busy Override Call Transfer Extension to other Subscriber Conferencing Programmable Voice Guidance Distinctive Ringing Emergency Reporting Multilevel Priority Music on Hold Block/Release of dialing from Remote interface. b. The EPAX shall be a compact, self contained unit and shall provide its own ringing current and tones. The tones shall be from 400 Hz oscillators. c. The call processing time should be minimum. While a call is being initiated the pulses sent shall be visually displayed with the help of LEDs on the line and trunk cards. The pulses sent should also be audible to the person initiating call. Alarm type of fuses shall be provided with both audible and visual alarms and the bead of the blown fuse shall give instant indication of the blown fuse. The EPAX shall be housed in dust proof steel cabinet of suitable design, which to facilitate efficient maintenance of the unit. visual alarms and

d.

e.

shall be such as

f.

The EPAX shall work on (-48) V DC supply. The operating voltage limits shall be + 15% and 10% and the equipment shall continue to operate satisfactorily if supply voltage rises to 20% of the rated value for a short duration. The EPAX offered shall have a capability for connection of similar type of EPAX at other end of 4 wires E&M PLCC trunk line. the

g.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

279 OF 517

h.

The offered EPAX shall have a provision for at least 8 analog subscriber lines in Digital subscriber lines. Digital Telephone Equipments

addition

to

the

i.

22.4.10The digital Telephone equipments offered shall be compact, sturdy and elegant design and shall conform to the international standards. The Telephone equipments shall be provided with cords of adequate lengths. The digital Telephones shall support the following features. o o o o o Operation on single pair cable for greater flexibility. Trunk Identification LCD screen Visual interface Abbreviated Dialing for at least 30 trunk lines/other exchange lines. Programmable function keys.

22.4.11Remote Extension Interfaces (REI) The Digital EPAX offered shall be enabling to connect REI with normal P.B. telephones. The REI units shall work on 48 V DC. The same shall enable to connect 4 wire E&M trunk and conversion of 4 wires to 2 wire communication. Surge arrestor and fuses shall be equipped in REI units. 22.4.12Terminal Box Terminal Box / Marshalling Distribution Frame shall be supplied by the contractor. The TB/MDF shall be Krone type with surge arrestor and fuses and shall be equipped with terminals for I/O connections (Subscribers, PLCC trunk lines and other exchange lines). The TB/MDF shall be wall mountable/panel mountable with adequate terminals matching with the EPAX capacity. 22.5 Quantity Following is the quantity requirement of the PLCC equipment 22.5.1 22.5.2 22.5.3 145 kV 1250 A line trap with tuning pot, bird barrier, corona rings, terminal connectirs 100 kV coupling capacitors complete with steel pedestals, terminal connectors Coupling devices suitable for 75 ohms unbalanced and 150 ohms balanced impedance, 200 W PEP suitable for phase to phase coupling along with balancing transformer, 3 element potential divider etc. High frequency 75 Ohms co-axial cable Field tunable, IC version PLC terminal, twin channel(2x4KHZ), SSB, 40 W multipurpose, for 132 kV lines suitable for speech + data for 75 Ohms unbalanced carrier side impedance aling with transit band filters. V.F. Companders and 4 wire express telephone with protection coupler for double circuit Electronic microprocessor based private automatic exchange equipment suitable for PLCC operation with 12 trunk lines and 8 subscribers with push button type telephone with protection coupler for double cirucuit 4 Nos 4 Nos 2 sets

22.5.4 22.5.5

1 Lot 2 Nos

22.5.6

1 set

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

280 OF 517

ANNEXURE I DESIRED TECHNICAL PARTICULARS A. Sr. No. 1 2 3 4 5 Purpose Rated System Voltage Inductance (mH.) Rated current(Amps) Rated short time current for 1 sec. duration (kA rms) 6 Assymetric peak value of the Ist Half wave of short time current kAp 7 Minimum resistive component of impedance within the bandwidth (Ohms) 8 9 10 Rated tapping loss within rated bandwidth in db Radio interference voltage mV(Maximum value) Protective device: a) Rated Voltage b) Nominal discharge current(1 kA rms) c) Applicable standard 11 12 13 14 15 Desired blocking band Installation Type of mounting Type of terminal pads terminal connections to be provided Take off IEC - 99 - 1 PART I * 90 to 500 KHz Out door pedestal /suspended Suitable for Single Single ACSR (Panther) .....Horizontal and Vertical.... to be decided by the linetrap mfgr... 10 2.6 >600 102 To prevent undue loss of carrier signal for all power system conditions 145 KV 0.5 mH. 630 Amps S-II 40 LINE TRAP PARAMETERS SPECIFICATION

Notes: *Between 90 KHz and 500 KHz depending upon actual frequencies used. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

281 OF 517

B.

COUPLING CAPACITORS

Sr. No. 1.

ITEM

SPECIFICATION

Purpose

To connect high frequency equipment to high tension power transmission line

2. 3. 4. 5.

Rated voltage Maximum system voltage Rated power frequency (Hz) Operating frequency range KHz

132 kV 145 kV 50 Hz 50 to 500 KHz

6. 7.

Rated capacitance (pf) One minute power frequency withstand voltage (kV rms)

6600 Pf+ 10% 275

8.

Impulse withstand test voltage with (1.2/50 Hz) full wave (kV-Peak)

650

9.

Minimum length of leakage path (mm)

3625 mm or more

10. 11

Suitable for frequency range Installation

50 to 500 KHz Outdoor on steel pedestals to be provided by tenderer

12 13 14

Type of Mounting Type of Pedastal Centre to centre distance between the legs of the lattice structure

UPRIGHT Galvanised steel lattice type only 860 mm

15

Type of terminal pads and terminal connectors i)suitable for Single Panther ACSR SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

282 OF 517

ii) Take Off 16 Connection on low voltage side 17 Type of Sealing Note : 1. 2. 3.

Horizontal and Vertical..... Complete arrangement with clamp connectors, lead etc. for sturdy connection to coupling device shall be provided by Tenderer Hermatically sealed

The coupling capacitors must withstand the mechanical stresses resulting from wind pressure of 150 Kg./Sq.meter. The coupling capacitor stands should have minimum height of 2500 mm. The height from ground level to the centre of the coupling device shall be 1200 mm. Should the standard rated capacitance of the manufacture be higher than 6600 pf, the bidders may offer coupling capacitors having capacitance as per their manufacturers standard practice. COUPLING DEVICE Item Purpose Specification a) b) Transmission of signals from carrier side to the high voltage line and vice-versa with minimum loss. Protect the PLC equipment against the effects of high voltage

C. Sr.No. 1

2 3 4 5

Primary Impedance Secondary impedance Maximum composite loss Capacitance of the CVT/C.C. in pf in conjunction with the coupling device is to be used

600 ohms with phase to phase coupling. 75 ohms for unbalanced secondary circuit 2 dB > 6600 p.f.

6 7

Pass Band Peak envelope power: for other lines below 400 KV

90 KHZ to 500 KHZ > 200 Watts

Return loss: a) Line side b) Equipment side > 12 dB > 12 dB

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

283 OF 517

Constituent elements a) For phase to ground coupling b) For phase to phase inter circuit coupling Three element protective device-1 No., Coupling filter -1 No. Three element protective device-2 Nos.,Coupling filters -2 Nos., Balancing transformer -1 No. On a single galvanised steel frame which is to be provided by the Bidder alongwith the necessary G.I. Nuts and Bolts Outdoor on a steel pedestal of Coupling capacitor Suitable interconnecting copper leads of 40 mm sq. C/S provided with crimped lugs and stainless steel nuts and bolts for connection

10 11 12

Mounting Installation Interconnection

D. Sr.No.

H.F.CABLE Item Specification IS:5802 Part-II) - 1975

1 2 3 4

Purpose Impedance Withstand voltage Attenuation

Interconnection between C.D. & PLC terminals 75 +/- 3 Ohms unbalanced 4 KV minimum Frequency in KHz- 10 60 300 500 4.7

Attenuation-dB/Km 0.8 1.4 3.3 5 6 Frequency Range Length required: a) b) 7 8. 9. 10. 11. 12. Preferred Minimum acceptable 500 Meters and 1000 Mtr. 200 Meters 10 KHz to 500 KHz

Type of Laying Dielectric Rated capacitance Rated velocity ratio Maximum alternating voltage for continuous use. Maximum voltage for unidirectional pulse operation

In cable ducts or directly underground Solid polyethylene dielectric with thickness 2.44 mm minimum. 67 pf/m 0.66 5.0 KV (peak) 10 KV (peak)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

284 OF 517

13.

Inner conductor a) Single dia Minimum 1.104 mm Nominal 1.120 mm Maximum 1.136 mm b) Material Plain annealed and high conductivity electrolytic copper Minimum 7.11 mm Nominal 7.25 mm Maximum 7.40 mm

14.

Cores diameter over Dielectric

15.

Outer conductor

Single braid of plain annealed copper wire of diameter 0.20 mm. The braid angle shall be less than or equal to 450 Material: Compounded PVC black in colour Thickness: Minimum 0.85 mm Maximum 1.05 mm

16.

Protective sheath

17.

Overall diameter

Minimum Nominal:

10.0 mm 10.3 mm

Maximum: 10.6 mm 18. 19. 20. Dielectric strength of core Insulation resistance Attenuation constant 8 KV (r.m.s) 23000 Ohms/KM 0.1 dB/m maximum. The measuring frequency shall be 200 MHZ E. Sr.No. 1 2 3 4 5 6 PLC TERMINALS Item Purpose Mode of Transmission H.F.Range Nominal carrier frequency band Mode of working Nominal impedance i) Carrier frequency side ii) VF side 7 Return Loss i) Within the nominal carrier SIGNATURE OF TENDERER Greater than 10 dB. SIGNATURE OF AUTHORISED NMMC OFFICIAL 75 Ohms unbalanced 600 Ohms. Specification Transmission of speech data and protection & control signals. Single side-band, amplitude modulation. 50 to 500 KHz. 4 KHz, Multipurpose/Unipurpose operation. Fixed frequency.

285 OF 517

frequency band in the transmit direction ii) Within the effectively transmitted frequency band. 8 Nominal carrier frequency (Peak envelop power available at line output of the terminal at a resistive load equal to the nominal load impedance for single Tone keying) i) ii) Single channel Twin channel 20 W to 40 W Programmable 40 Watts. (Carrier sets with more output than those specified above will not be considered.) 9 Effectively transmitted speech frequency band selectable a)300 to 2400 Hz for PLC terminals with speech cut off at 2400 Hz. b)300 to 2000 Hz for PLC terminals with speech cut off at 2000 Hz 10 Effectively transmitted signal frequency band selectable depending on speech cut-off a)300 to 3400 Hz for Unipurpose PLC terminals b) 2520 to 3600 Hz OR 2640 to 3720 Hz c) 2160 to 3600 Hz OR 2280 to 3720 Hz 11 Effectively transmitted speech and data signaling frequency band. 12 13 Stability of carrier frequency from its nominal value. Relative levels (VF side) a) 4 wire-transmit: OdBr to -17 dBr. b) 4 wire-receive : -3.5 dBr to + 8 dBr. c) 2 wire-transmit: OdBr. d) 2 wire-receive : -7 dBr. +/- 5 Hz. 300 to 3720 Hz for multipurpose carrier terminals with speech cut off at 2400 Hz. for multipurpose carrier terminals with speech cut off at 2000 Hz. Greater than 14 dB.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

286 OF 517

14

Level Regulation(Automatic gain control)

In the case of a 30 dB change in carrier frequency signal level within the regulation range, the change in voice-frequency receive levels of both speech and signals shall be less than 1 dB. By frequency shift keying. The signaling channel shall be operated by a potential free open OR close contact at the transmit side and provide a potential free change over contact at the receive side. All relays to be provided in the speech circuit shall be hermetically sealed. The pulse distortion of the signaling channel, when operated at a signaling of 10 pulses per second and within a mark-to- space ratio of 40/60, shall not exceed 5 MS for a pair of PLC terminals. 300 - 400 Hz:-0.9 to +3dB)OR+ 1.5dB for 400 - 600 Hz:-0.9 to +1.8dB)the complete 600 1600 Hz:-0.9 to +0.9dB)band of 300 to 1600-2000 Hz:-0.9 to +1.8dB)2400 Hz (without 2000 -2400 Hz :-0.9 to + 3dB) compander).

15

Telephone signaling channel

16

Pulse distortion

17

Permissible limits for variation of overall loss (attenuation) of the speech channel relative to 800 Hz for back to back operation of one pair of terminals without compander

18 19

R.F.sensitivity Transmit/Receive frequency difference.

(-) 43 dBm In a pair of PLC terminals, the frequency difference between a voice-frequency signal applied to the transmit end and that received at the receive end shall be "O" The weighted telephone noise level measured at the speech output of a pair of PLC terminals without companders shall not exceed 60dBmoP,measurements shall be carried out as per IEC No.495 latest edition. 35 dB.

20 i)

Noise performance Noise generated within the terminals

ii)

S/N Ratio (as per Report Committee No.14 Tele-transmission of CIGRE1962) for voice communication referred to 1 mW at a relative level of zero. Group delay distortion

21

Measured at V.F.signal input points shall not be more than 3 ms over the entire effectively transmitted data signal frequency band a)48V D.C. (+ve pole earthed), with+ 15% and - 10% variation.

22

Power supply for PLC

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

287 OF 517

b)The terminal shall remain operational when the supply voltage rises or falls by 20% of its nominal value without any damage or failure to the equipment. Voltage withstand requirements a)Power supply Test to be carried out as per IEC publication 60 H.V. Test Techniques 1962). When the D.C. power supply terminals are both isolated from earth, they shall be capable of withstanding with out damage a voltage of 500 V D.C. applied for one minute between both terminals connected together and earth When D.C. power supply terminals are not isolated from earth, they shall be capable of withstanding without damage an impulse voltage of 1000V 1.2/50 micro sec., applied between each terminal and earth / output When the carrier frequency terminals are isolated from earth they shall be capable of withstanding without damage a voltage of 2000 rms at power frequency, applied for 1 minute between both terminals connected together and earth. When the carrier frequency terminals are not isolated from earth they shall be capable of withstanding without damage an impulse voltage of 3000 V, 1.2/50 micro sec. applied between each terminal and earth. c) Voice frequency circuits. signaling & alarm Voice frequency, signaling and alarm circuits, when free from earth, shall be capable of withstanding without damage a voltage of 500 V,D.C. applied for 1 minute between the terminals of the circuit connected together and earth.

b) Carrier terminals

frequency

input

F. SR NO. 1 2 3

ELECTRONIC EXCHANGE ITEM Purpose Type Capacity a)Equipped and Wired for

(VERSION-PLCC) SPECIFICATION To establish dialing network Electronic, Microprocessor based, fully digital.

12Trunk Lines and 8 Local subscribers, 20Trunk Lines and 8 Local subscribers, -20/8

-12/8

Facilities provided

i) Call transfer ii) Priority interrupt

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

288 OF 517

iii) Conference iv) Call forward v) Call consult vi) Facility to connect Data channels vii) Automatic alternate route selection 5 6 7 Compatibility with Power supply Tolerance for variation in power supply Subscriber loop ressist ance. Exchange Identification Miscellaneous PLCC, MICROWAVE, UHF, VHF, OPTICAL FIBRE AND DOT LINES. 48 V,D.C. +15% - 10% The equipment shall continue to operate satisfactorily if the supply voltage rises to 20% of the rated value 1000 Ohms. Two digit and three digit scheme. a. The equipment shall be wired up completely with main distribution frame using 5 mtrs. length telephone cable. b. One no. crone each equipment. tool shall be supplied with

8 9 10

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

289 OF 517

23. SCADA
1.0 SCOPE The scope of this specification covers design, manufacturing, testing at works, supply, packing and forwarding to site of control and relay panels for 100/22 KV Substation. 2.0 STANDARDS The supervisory control and data acquisition scheme shall conform to the latest revisions of all relevant IS / IEC standards and the latest standard technical specifications of Maharashtra State Electric Transmission Company Limited. The specifications underlined below are for guidance / reference only . It shall be responsibility of the bidder to supply the SCADA system as per the latest requirement of MSETCL and shall be procured from the vendors who have supplied similar panels earlier on other MSETCL substation projects 3.0 PRINCIPAL PARAMETERS The Supervisory Control And Data Acquisition Scheme covered in this specification shall

conform to the technical requirements as described in below mentioned clauses. 4.0 4.1 GENERAL TECHNICAL REQUIREMENTS Supervisory Control And Data Acquisition Scheme shall be provided for the entire sub-station. The scheme shall be of proven design, and shall be extremely reliable and flexible to accommodate any extensions in future. The SCADA system shall include all accessories like cables, connectors, protocol converters, etc as may be required. All necessary software for control and monitoring including latest antivirus software shall be part of the SCADA system. One licensed copy of all used software shall also be provided on CD. 4.2 4.3 In order to ensure 100% reliability, dual system with full-fledged standby arrangement shall be provided. The SCADA system shall be complete in all respects. The contractor shall provide redundant station HMI in Hot stand-by mode. It shall be capable to perform all functions for entire substation including future requirements as indicated in the SLD. It shall use industrial grade components. Processor and RAM shall be selected in such a manner that during normal operation not more than 30% capacity of processing and memory are used. The equipment offered shall be of the latest design and configuration. The capacity of hard disk shall be selected such that the following requirement should occupy less than 50% of disk space : 1. Storage of all analogue data (at 15 minutes interval) and digital data

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

290 OF 517

Including alarm, event and trend data for thirty (30) days. 2. 3. Storage of all necessary software. 20 GB space for owners use.

Supplier shall demonstrate that the capacity of hard disk is sufficient to meet the above requirement. 4.4 The VDU shall show overview diagrams (Single Line Diagrams) and complete details of the switchgear with a colour display. All event and alarm annunciation shall be selectable in the form of lists. Operation shall be by a user friendly function keyboard and a cursor positioning device. The user interface shall be based on WINDOW concept with graphics & facility for panning, scrolling, zooming, decluttering etc. 4.5 The contractor shall provide two display units, one for station HMI, and the other for redundant HMI cum DR (Disturbance record) and analysis work station. These shall have high resolution and reflection protected picture screen. High stability of the picture geometry shall be ensured. The screen shall be at least 21 diagonally in size and capable of colour graphic displays. 4.6 All printers shall be continuously online. The printer shall be robust and suitable for operation with a minimum of 132 characters per line. The printing operation shall be quiet with a noise level of less than 45 dB suitable for location in the control room. Printer shall accept and print all ASCII characters via master control computer unit interface. 4.7 The printer shall have in built testing facility. Failure of the printer shall be indicated in the Station HMI. The printer shall have an off line mode selector switch to enable safe maintenance. The maintenance should be simple with provisions for ease of change of print head, ribbon changing, paper insertion etc. 4.8 All printers mounted in the control room shall be provided with a separate printer enclosure each. The enclosure shall be designed to permit full enclosure of the printers at a convenient level. Plexiglas windows shall be used to provide visual inspection of the printers and ease of reading. The printer enclosures shall be designed to protect the printers from accidental external contact and each should be removable from hinges at the back and shall be provided with lock at the front. 4.9 4.10 All reports and graphics print shall be printed on laser printer. One dot matrix printer shall be exclusively used for hourly log printing. The mass storage unit shall be built-in to the Station HMI. All operational measured values, and indications shall be stored in a mass-storage unit with 1.3 GB rewrittable disc drive for easy retrieval. The optical disc drive should be rewrittable, compatible for reading 650MB, 1.3GB and should be formattable/usable under the operating system provided for Station HMI. The weekly back up of data shall be taken on disc. The facility of back up of data shall be inherent in the software.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

291 OF 517

4.11 4.12 4.12.1

Furniture for SCADA system, UPS system of adequate rating, Control Centre equipment comprising of RTUs/IEDs and interfaces, accessories, alarm unit , cables, etc. SCADA system shall have provision for the following: Controls: Opening and closing of all circuit breakers and electrically operated disconnectors/earth switches, switching on/off the cooling fans and other control functions envisaged for remote electrical operation.

4.12.2

Indications: Indication of mimic diagram section with status of circuit breakers, disconnectors, earth switches, etc, tap-position of transformer tap changer, ON/OFF status of cooling fans of transformers, etc.

4.12.3

Metering: All the system parameters like current, voltage, active and reactive power, etc as also the integrated quantities such as Kwh, KVARh, etc shall be available. Similarly the readings of WTI, OTI, etc shall be available for display on screen/recording. All the data collected by the multi function meters shall be available in the SCADA for printing log sheets for trending and energy audit

4.12.4

Supervisory functions: The SCADA system shall include all necessary interfaces and accessories for continuous monitoring of the various functions stated earlier. In case of any abnormality in the supervised object, suitable alarm shall be sounded and necessary interlocks/lock-outs initiated. The abnormality shall be displayed on the VDU of the SCADA.

4.12.5

Annunciation: All the annunciation points from the various protective/supervisory relays and other equipments shall be connected to the SCADA system through communication ports. The annunciation shall accompany different audible alarms for trip and non- functions. Alarm conditions pertaining to battery charger, DC supply/AC supply, etc shall also be displayed on the VDU of SCADA alongwith appropriate audible alarms.

4.12.6

Interlocks : The SCADA system shall incorporate all the interlocking arrangement required for control, tripping and supervisory scheme. Details of such interlocks shall be finalised owner. in consultation with the

4.12.7 4.12.8 4.12.9

Time synchronising with GPS. Necessary hardware and accessories shall be included in the scope. Provision for extension to accommodate additional bays in future. Provision to control & supervise nearby (satellite) substations by providing additional equipments in future.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

292 OF 517

4.12.10 4.12.11

Provision for data logging, including disturbance recording and event recording and also printing out the data as and when required. Software for disturbance analysis to be carried out based on the data received from various numerical protective relays.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

293 OF 517

24
1.0

22 KV XLPE CABLE
SCOPE This technical specification covers design, manufacture, testing at manufacturers works, packing & delivery of High Voltage Cross linked polyethylene insulated PVC Sheathed cables suitable for 22 KV.

2.0

STANDARDS Unless otherwise specified elsewhere in this specification, the rating, performance and testing of cables & accessories shall conform to the latest revision of all relevant standards.

3.0

PRINCIPAL PARAMETERS The High Voltage Cables and accessories covered in this specification shall meet the technical requirements listed at ANNEXURE - I and the following general technical requirement.

4.0 4.1 4.1.1 4.1.2 4.2

GENERAL TECHNICAL REQUIREMENT Conductor The conductor shall be made from electrically pure Aluminum wires. The wires shall be stranded together and compacted. The conductor shall be circular in shape Conductor Shielding An extruded semi conducting compound shall be provided on the conductor to provide a smooth surface & eliminate electrical stress concentration.

4.3

Insulation The core insulation shall be with Cross linked polyethylene unfilled insulation compound. It shall be free from voids and shall withstand all mechanical and thermal stresses under steady state & transient operating conditions. The insulation shall be applied by tripple extrusion process.

4.4

Insulation Shielding The insulation shielding shall consist of non-metallic semi-conducting compound in combination with non-metallic screening of copper. It shall be possible to strip the insulation screening without applying heat. The screen shall be capable to carry single line to ground fault current for a duration of one second.

4.5 4.6

The conductor screen and, XLPE insulation screen shall all be extruded in one operation by extrusion process to ensure perfect bonding. Armouring G.I.Flat steet wire armouring shall be provided over the inner sheath.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

294 OF 517

4.7

Outer Sheath An outer sheath shall be applied on the cable by extrusion over armouring. The outer sheath shall be of PVC compound confirming to Type ST2. The PVC compound shall be suitable for protection against rodent and termite attack.

4.8

In addition to the above, binder tape, filler, core identification tape shall be provided.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

295 OF 517

ANNEXURE-I DESIRED TECHNICAL PARTICULARS Sr. No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. Cable Size System Voltage Type of Cable Conductor material Minimum No. of wires Nominal Thickness of XLPE Insulation Minimum Thickness of Common Covering Armouring Minimum thickness of outer Sheath Approximate overall diameter Approximate net weight Normal Delivery Length Max. DC Resistance at 20 deg C Approximate AC Resistance Approximate reactance at 50 Hz Approximate Capacitance per phase Current Rating Short time current rating Permissible short circuit temperature Mm Mm Kg / Km M Ohms / km Ohms / km Ohms / km Mfd / km Amps KA Deg. C No. Mm Mm Description Unit Core x Sq.mm KV Particulars 3 C x 300 22 XLPE insulated Aluminium 30 6.0 0.7 4 mm x 8 mm 2.68 93 10100 350 0.1 0.13 0.103 0.317 380 (in ground) 490 (in air) 28.2 250

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

296 OF 517

25. SWITCHYARD ILLUMINATION


1.0 SCOPE The scope of this specification covers the requirement of supply and installation of lighting system equipment such as lighting fixtures, lighting panels, lighting control switches, lighting & power receptacle units, wires, poles, ceiling fans, conduits and other material required to complete the work. 2.0 2.1 2.2 STANDARDS The lighting system installation shall comply with regulations, safety codes & good engineering practices. In addition to the applicable requirement of the following. 1. 2. 3. 4. 3.0 3.1 standards, all the the work latest shall applicable also standards, to the

conform

Indian Electricity act & rules National electricity code Fire insurance regulations Regulations laid down by the factory inspector

PRINCIPAL PARAMETERS The supply and installation work of the lighting system shall be carried out as per the general technical requirements furnished below and the related specific lighting layout drawings. Supply of material such as Lighting Panels switchboards, conduits, wires, etc. shall be as per the technical specification detailed herein and the relevant Indian Standard Specification. GENERAL TECHNICAL REQUIREMENT Rating & requirement The lighting panels, lamps, fixtures, and accessories shall be located indoors / outdoors in hot / humid & moderately polluted atmosphere. Switch, fuse, miniature circuit breakers, bus bars etc. shall be fully rated for specified short circuit level at the point of application. MCBs shall be used with backup HRC fuses if its short circuit current is less than specified. All wiring from Main lighting panel to the Lighting Panels and from lighting panels to the switch boards shall be done by PVC insulated cables. Wiring from switch boards to fixtures shall be by PVC wires drawn in rigid steel black enameled conduits. Equipment & Material The equipment & material offered shall comply with description, rating, type & size as detailed herein. The equipment offered shall be complete in all respects.

3.2

4.0 4.1 4.1.1 4.1.2

4.1.3

4.2 4.2.1 4.2.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

297 OF 517

4.2.3

All accessories, control devices, internal wiring, fittings, supports, hangers, anchor bolts etc. which are necessary for satisfactory installation and operation of the equipment shall be furnished. Lighting Panels The Lighting Panel shall be metal enclosed cabinet type fabricated from CRCA sheet steel minimum 2 mm thick suitable for wall or column mounting on brackets or floor mounted on pedestal. The panels shall be indoor or outdoor type as required. Indoor panels shall be dust & vermin proof. Outdoor panels shall be weather proof & provided with canopy. Panels shall be constructed to permit free access to the terminal connections & easy replacement of parts. All door removable covers and plates shall be gasketted all round with neoprene gaskets. All door hinges shall be concealed type. The panels shall have provision for cable entry from top as well as bottom as required with removable gland plates both on top as well as bottom. Switch Board The switch boards shall be of wooden boxes with sun mica cover. They shall be either surface mounting or concealed type. The switches provided shall be piano type quick make & quick break type with position indicator. The exact number of switches shall be provided as required. Provision shall be made to accommodate a fan regulators (electronic type) as required on the same switchboard. One switch controlled 5 A three pin single phase socket shall be provided on each board. Lighting Wires The wires for wiring of lighting system shall be 650 V / 1100 V Single core PVC insulated unarmoured with stranded copper conductors. The wires shall conform to IS - 694. The minimum area of conductors shall be 2.5 Sq.mm for lighting fittings and 5 A receptacles and 4 Sq.mm for 15 A receptacles. Conduits Rigid steel conduits Black enameled shall be provided along with their accessories & fittings. Minimum size of conduit shall be 20 mm. The conduit & accessories shall conform to IS 9537. Conduits up to and including 25 mm diameter shall be of 16 SWG wall thickness & those above 25 mm diameter shall be 14 SWG. The conduit shall be straight free from blisters threaded at both ends & covered with capped bushings. Junction Boxes SIGNATURE OF AUTHORISED NMMC OFFICIAL

4.3 4.3.1

4.3.2 4.3.3 4.3.4 4.3.5 4.4 4.4.1 4.4.2 4.4.3 4.4.4 4.5 4.5.1 4.5.2 4.6 4.6.1

4.6.2 4.6.3 4.7

SIGNATURE OF TENDERER

298 OF 517

4.7.1 4.7.2

Junction boxes with terminals shall be supplied for branching and terminating lighting cables for outdoor, areas, receptacles etc. The junction boxes shall be dust & vermin proof & shall be fabricated from 124 SWG sheet steel & shall be complete with removable cover plate with gasket, two earthing terminals with nut bolt & washer. The junction boxes shall be suitable for mounting on wall column, pedestal, Pole structure etc. shall be provided with cable or conduct entry knockouts, terminals etc. as specified. The terminal blocks welded to the back construction complete made of copper alloy with specified number of terminals shall be mounted on brackets sheet of the box. The terminals shall be 600 V grade, one piece with terminals, insulating barriers nuts, bolts & washers. They shall be & shall be of stud type.

4.7.3 4.7.4

4.7.5 4.8

The junction box shall be painted with one shop coat of red oxide primer followed by approved shade of epoxy paint. Ceiling Fans Ceiling fans shall be suitable for operation on 230 V 1 ph. AC supply and shall be complete with standard mounting accessories such as suspension rod, top & bottom taps. The fan shall be supplied with electronic speed regulator. Unless otherwise specified, the fans shall be 1200 mm sweep.

4.9

Exhaust Fans Exhaust fans shall be heavy duty suitable for operation on 230 V single phase AC supply & shall be complete with fixing frame, bird guard louvers. The fan shall be of specified diameter. The fans shall be given a coat of acid proof paint when specified. The fans shall be provided with suitable bird guards.

4.10 4.10.1

Switch Socket Outlets Switch socket outlets shall be provided wherever required as specified. The sockets & switches shall be suitable for single phase 240 V 15 A or three phase 415 V 63 A as specified. The The shall with single phase socket outlet shall be 15 A, 240 V 2 pole 3 pin with third pin earthed. controlling switch shall be 15 A SP MCB or suitable KA rating. The switch & socket be mounted in a sheet steel enclosed box suitable for wall or column mounting provision for cable or conduit entry.

4.10.2

4.10.3

The three phase socket outlet shall be 63 A,3 phase 415 V, 4 Pin interlocked plug & switch. The switch shall be 63 A TPN MCB. The socket outlet shall be sheet steel enclosed weather proof suitable for outdoor mounting & loop in - loop out arrangement for 4 C x 25 Sq.mm PVC armoured cable.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

299 OF 517

4.11 4.11.1

Point wiring The lighting, installation work shall be carried of following shall be included in this : a. b. c. d. on point wiring basis. Supply & installation

Rigid conduit of specified diameter Lighting wires 2.5 Sq.mm Switchboard with necessary 5 / 15 A light control switches Junction box, Pull box & 14 SWG copper wire for earthing

4.11.2 4.12 4.12.1

Wiring of each lighting fitting, 5 A receptacle unit, ceiling fan, exhaust fan shall be considered as one point. Lighting Fixtures Fixtures shall be firmly supported from the ceiling. In case metal inserts are fixtures will be fixed to or supported from concrete surfaces with the help of In such cases special care shall be taken to see that anchoring is firm. Constructional Features The lighting fittings shall be supplied with lamps and all other accessories to make the fittings complete in all respects. The fittings comprising reflectors, housing shall be made of single piece aluminum die cast . not available, anchor fastener.

4.12.2

The fittings shall be suitable for ambient condition of dusty and humid atmosphere. Outdoor fittings such as street light fitting & flood light fitting shall have IP 55 enclosure. The fittings shall be provided with sufficient space inside to permit repair and reassembly of replicable components with ease and without impairing safety. The street light fitting shall have a cut off or semi cut off, lighting distribution by adjusting the position of lamp holder by adjusting the position of lamp holder. The control gears of the flood light fittings shall be suitable for mounting at the base the lighting tower on which the flood light fighting is mounted. Lighting fittings with discharge improving capacitors. lamps shall be provided with power of

factor

All the components of the lighting fittings shall be duly wired with PVC insulated flexible copper conductor wires of adequate size not less than 0.5 sq.mm. The insulation thickness shall not be less than 0.6 mm. The conductor insulation shall be capable of withstanding the maximum temperature to which it will be subjected to in normal use. The internal wiring shall be terminated on tough, non-hygroscopic, non-inflammable & non tracking terminal block suitable for accepting 2 cores of 4 Sq.mm aluminum conductor for power supply to the fitting. The fitting shall be provided with suitable cable entry arrangement for 3 core aluminum conductor PVC insulated cable. All the lighting fittings shall be provided with suitable mounting arrangement. The lighting fitting shall be provided with an earthing terminal of adequate size. The earthing terminal shall be marked with the symbol on or adjacent to this terminal. All hardware material used in the fitting shall be corrosion resistant zinc passivated or cadmium plated bolts nuts & washers only shall be used.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

300 OF 517

4.12.3

Components Holders for lamps & starters The holder shall be so designed and constructed so as to be mechanically robust and free from any operational difficulties. It shall be designed to ensure safe & easy functioning under normal condition. It shall be so constructed as to be capable of withstanding shock during normal transportation, Installation & in use. It shall be adequately resistant to heat. All metal parts likely to be affected by atmospheric condition shall be adequately protected to prevent corrosion.

4.12.4

Lamps powder light type.

High pressure sodium vapour lamp shall be of oval shaped with diffusing coating. The lamp shall have external igniter. The fluorescent tube light shall be 1200 mm long 36 W rating cool day 4.12.5 Ballasts Igniter & Starter

The ballast shall be copper wound polyester filled & shall be mechanically and so designed & constructed as to minimise effect of atmospheric moisture temperature changes during use. .

robust & of

HPSV lamp ballasts shall be provided with necessary tapping for the specified voltage range. The ballast, Igniter & the discharge lamp shall be designed to be on perfect matching with each other. The Fluorescent lamp starter capsule shall be made of aluminum with 4.12.6 Capacitors Every fitting shall be provided with a power factor improving capacitor. The power factor shall at least be 0.9. The capacitor shall be provided with discharge resistor for safety. 4.12.7. Painting All the fitting housing, reflectors, gear trays etc. shall be thoroughly cleaned & shall undergo 7 tank process & them two coats of epoxy base primer shall be applied. . After the preparation of surfaces, the fitting shall be provided with two coats of epoxy base paint sprayed on it. The paint shade shall be white inside & light outside. The gear trays shall be painted .Alternatively, power coating is acceptable. Sheet steel reflector shall be store enameled & aluminum reflector shall be anodized. grey also brass pins.

4.12.8. Type of fixtures i) 1 x 40 W Industrial Type Fluorescent Fitting The luminaire shall be fabricated from CRCA sheet steel with white powder coating. The CRCA sheet shall not be less than 0.7 mm thick. The reflector shall be stove enameled light dove grey outside & reflecting white inside. A channel cover SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

301 OF 517

shall be provided. The luminaire shall be pre wired & shall be provided with factor improvement capacitor, vacuum pressure impregnated copper holders main connector. An elegant acrylic transparent cover clamped to the fixture also be provided. The fixture shall be provided with light source also. The fixture shall be TKC 24 / 136 Philips make or equivalent. ii) 2 x 40 W Mirror Optic Fitting

power and shall lighting

The luminaire shall be fabricated from CRCA sheet steel with epoxy powder white coating from inside & outside. The CRCA sheet shall not be less than 0.7 mm thick. The reflector shall be stove enameled light dove grey outside & reflecting white inside. The luminaire shall be pre wired & provided with power factor improvement capacitor, vacuum pressure impregnated copper wound ballast, bipin push fit type lamp holders & mains connector. The fixture shall be provided with light source also. The lighting fixture shall be similar to TBS 50 / 136 of Philips make of equivalent. iii) 1 x 40 W Corrosion Proof Industrial fixtures The luminaries shall be fabricated from CRCA sheet steel with white powder coating and corrosion proof. The CRCA sheet shall not be less than 0.7 mm thick . The reflector shall be stove enameled light dove grey outside & reflecting white inside and corrosion proof. A channel cover shall be provided. The luminaries shall be pre wired & shall be provided with power factor improvement capacitor, vacuum pressure impregnated copper holders and main connector. An elegant acrylic transparent cover clamped to the fixture shall also be provided. The fixture shall be provided with light source also. The lighting fixture shall be similar to TDC 10 Philips make or equivalent. iv) 1 x 60 W Incandescent Fitting The luminaries body shall be painted with fine finished cast aluminum enamel. The prismatic glass shall be toughened heat resistant & cemented to the cast aluminum retaining ring fixed to the main body. The luminaries shall be provided with light source, lamp holder, mains connector, suitable for 20 mm conduit entry & earthing terminals. The luminaire shall be stove enamel finish with lamp holder of porcelain made. A 1 x 60 W incandescent fitting similar to the above shall be provided with 60 W bulb suitable for 110 V DC. The lamp holder shall be screwed type and the fittings shall be installed as per directions of M.S.E.T.C.L. v) 1x 250 W HPSV Flood light fixture. The luminaire shall comprise of spun aluminum reflector with die cast aluminum rear housing. The front glass shall be toughened heat resistant and synthetic rubber gasket employed. The lamp holder shall be mounted so that rotation in horizontal & vertical plane is possible. An electrochemically brightened & anodised aluminum reflector to be used. The finish shall be of stove enamel. A protractor disc facility shall be provided the light source shall be provided. vi) 1x70 W / 1 x 150 W HPSV Street light fixture The luminaire shall comprise of deep drawn Aluminum sheet housing. The lamp compartment shall be provided with bright Aluminum reflector & light source. An elegant acrylic cover fixed by stainless steel toggles shall also be provided. The control gear housing is pre wired with copper wound ballast, high power factor improvement capacitor, electronic igniter & mains connector. A felt gasket impregnated shall also be used. The lamp compartment is anodised & electro chemically brightened. The lighting fixture shall be similar to SRX 51 Philips make or equivalent. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

302 OF 517

The 70 W fixture shall be pole mounting and the 150 W fixture shall be wall mounting type. vii) 1 x 70 W HPSV Post Top Lantern The luminaire shall comprise of deep drawn Aluminum sheet housing. The lamp compartment shall be provided with bright Aluminum reflector & light source. An elegant acrylic cover fixed by stainless steel toggles shall also be provided. The control gear housing is pre wired with copper wound ballast, high power factor improvement capacitor, electronic igniter & mains connector. A felt gasket impregnated shall also be used. The lamp compartment is anodised & electro chemically brightened. The lighting fixture shall be similar to SPC 11 Philips make or equivalent. 4.13 Street Light Pole Lighting poles shall be fabricated from seamless pipes of specified section, with joints, swaged together when hot and beveled on outside edges. Poles shall be coated with bituminous preservative solution, throughout on the inside surface and on the ground portion of the outside surface. Remainder of the outside surface shall given one coat of red oxide primer and finished with two coats of aluminum paint. The Pole comprises of Supply of 8.5 Mtr. Long swaged pole, SP-22 as per IS 2713 with guaranteed weight of pole as 141 Kg. with 1.2 Meter long Bracket to mount fixture, Bracket Cap, Junction Box and GI Pipes for Earthing and Cable entry. The pole should be complete with 3 mm thick base plate of size not less than 300 X 300 mm. It is envisaged that all necessary civil work like excavation, PCC, Muffing of Pole etc. Junction Box (375X200X87mm minimum) shall be made out of 2mm thick CRCA sheet with painting after fabrication. The JB should have double fold hinged door with locking arrangement & stud type terminal strip suitable for Din Channel & cable size not less than 4X16 sq mm . This will accommodate the incoming and outgoing cable as well as outgoing wire to fixture. The outgoing circuit to fixture should have 6 Amps. rated MCB as protection and Isolation. It will also have a neutral link, grounding stud, clamp for JB for fixing to the pole, self adhesive gasket on JB all around, opening at rear base with proper locking for wire entry into the pole etc. 4.14 4.14.1 4.14.2 4.14.3 Installation Installation of conduit & lighting fixtures shall be taken up only after major civil works in the area are completed. Locations of lighting fixtures, switches, socket outlets etc. shown on drawing are only. If required, they shall be relocated to suit site conditions. The mounting heights of various lighting equipment from finished floor shall be as under : a. b. c. Lighting Panels Switchboards Socket outlets : : : 1800 mm 1500 mm 500 mm

The ceiling fans shall be mounted at a height higher than the lighting fixtures. The lighting fixtures shall be mounted at heights shown on respective drawings. 4.14.4 All material required for completing on job shall be supplied by the contractor.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

303 OF 517

4.14.5

The installation contractor shall co-ordinate with the civil contractor for various wall openings, sleeves, hooks etc. In case the installation contractor takes up the work after completion of civil works, he shall make the openings wherever required & the same shall be patched up after the work is completed in good workman like & approved manner. The conduit wiring shall be carried out in a manner which will give a neat & good appearance. Wires shall not be pulled through more than two 90 deg bends in a single conduit run. Wires shall not be spliced at any place other than junction box. The conduits shall be supported by saddles. The spacing shall not be more than 750 mm. Saddles shall also be located on either side of coupler & bends.

4.14.6 4.14.7 4.14.8 4.14.9

4.14.10Wires of lighting fixtures & power sockets shall not run in same conduit. Wires of different phases shall not run in the same conduit. However, more than one circuit consisting phase & neutral wires of same phase may be run in the same conduit. 4.14.11The number of wires in a conduit shall be based on following guide lines Nominal Conduit diameter in mm Max. number of wires to be accommodated (Wire in Sq.mm)

1.5 19 25 32 8 11 --

2.5 5 8 --

4 3 6 --

6 2 5 8

4.14.12Lighting fixtures, sockets, switches, conduits, junction boxes shall be properly earthed using 14 SWG bare copper wire run inside the entire length of conduit system. 5.0 Quantity Following is the bill of material of the lighting system
5.1 5.1.1 Lighting distribution boards Main Lighting Distribution Board 1 No Incomer 100A TP MCB 4 Nos Outgoing feeders 32 A ELMCB Control Room Lighting DB 1 No Incomer 32A TPN MCB 5 Nos Outgoing 6 A SPMCB Out door lighting Distribution Board 1 No incomer of 32A TPN MCB 5 Nos outgoing 16 A TPN MCB Emergency DC lighting distribution Board Flood lighting MCB DB Type I 1 No Incomer 16 A TPN MCB 1 No

5.1.2

No

5.1.3

No

5.1.4 5.1.5

1 6

No No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

304 OF 517

5.2 5.2.1 5.2.2 5.3 5.3.1 5.3.2 5.3.3 5.4 5.4.1 5.4.2 5.4.3 5.4.4 5.4.5 5.5 5.5.1 5.5.2 5.5.2.1 5.5.2.2 5.6 5.7

2 Nos Outgoing 10A SP MCB Circuit sub mains wiring 2x2.5 sq.mm for Switch boards 2x4 sq.mm for power sockets Point Wiring Light, Fan, Exhaust On board Plug Sockets Industrial Power Sockets (without wiring ) Lighting Fixtures including Lamp & Accessories 1 x 40 W Industrial type fluorescent fitting 2 x 40 W Mirror Optic type fluorescent grey on outside 1 x 40 W Corrosion proof fluorescent fitting - in Battery room 1 x 11 W CFL 1 x 150 W HPSV street light fitting wall mounted Ceiling / Exhaust fans 1200 mm sweep 1 Phase 230 V ceiling fan Exhaust fan - heavy duty type suitable for 1 phase 230V supply 1400 rpm with condesor 450 mm dia 300 mm dia 1x 150w HPSV street lighting fixture with 150W HPSV lamp fitted on 9M long street light pole with pole bracket, 70 W HPSV post top lantern - on 1.2M long pole along with necessary control gear ,lamp, junction box as per the technical enclosed and the directions of the engineer in charge 1 x 250 W HPSV flood lighting fixture with 1 No of 250W HPSV lamps Normal cum Emergency lighting fixture 1 x 18 W 12 V emergency light of 12V emegency light with dry Ni-Cd battery ,ON/OFF indication ,5A socket /top etc

500 150 48 12 3 4 11 4 8 6 3

M M No No. No. No No No No No. No

1 2 10 6

No No No No

5.8 5.9 5.3

36 7 4

No No No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

305 OF 517

26.0 WINDOW AIR CONDITIONER


1.0 Scope This specification covers the design, manufacture, supply, installation of Room window Air conditioners up to a maximum capacity of 4500 Kcal / Hour. 2.0 Codes and Standards The design, manufacture and performance of the room air conditioner shall comply with all applicable standards and safety codes. 3.0 Principal Parameters The window air conditioner shall be used in the control panel room and metering room to protect the costly electronic equipment from dust, humidity and temperature rise beyond specified limits.

4.0 4.1

General Technical Requirements Material 4.1.1 The air conditioner and its parts shall be constructed with the strength and rigidity adequate for normal conditions of handling, transport and usage. There shall be no sharp edges and corners liable to cause injury under normal conditions of use and all moving parts which constitute accident hazards shall be effectively guarded. Parts which require periodic servicing shall be readily accessible.

4.1.2

Material used for outer cabinet, back panel etc. shall be of heavy gauge sheet steel of anodised aluminum alloy. When sheet steel is used the same shall be finished with two coats of rust preventive paint and one coat of finished enamellised paint in hammer tone colour. Backed finishes over phosphatised or zinc coated steel should be provided. Sealing and insulating materials shall not lose their essential properties such as adhesion, moisture and heat resistance. Refrigerant Piping

4.2

The refrigerant piping shall be of copper and the cooling coils shall be of heavy gauge coppertube with aluminium fins. Rows shall be staggered in the duirection of airflow. Refrigerant piping shall be complete with capillary expansion tube / thermostatic expansion valve, liquid-line strainer and dehydrator.

4.3

Condenser Unit The condenser Fresh air shall at the rear of shall preferably with aluminium unit shall be of aircooled type with propeller fan having cast aluminium blades. be drawn through side louvers and hot air discharged through louvers or grille the unit. Through the wall unit should not be provided with side louvers. Fans be with slinger ring. The condenser shall be of heavy gauge copper tubes fins.

4.4

Air Filters

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

306 OF 517

Air filters shall be of dry-air type or viscous oil coated type. Throw away washable and replaceable types are also acceptable. The filter medium shall be fibrous material such as coir, polythene etc., packed into a frame. The fiber shall be bonded together to prevent loosening under normal operations. 4.5 Cooling Coil The cooling coil shall be provided with galvanised sheet steel. 4.6 Compressor The refrigerant compressor shall be hermetically sealed recriprocating type, suitable for refrigerant 22. The compressor shall be mounted on rubber / spring type vibration isolators. The compressor shall have built in overload relay and the motor shall be capacitor start capacitor run type. 4.7 Air Handling Fan The air handling fan shall be of centrifugal type with forward curved blades and shall be complete with drive motor and the drive. The motor shall be of minimum two speed type. 4.8 Miscellaneous Features The front panel shall be of decorative type made of plastic or anodised aluminum. The panel shall be easily removable for servicing the filter. The supply air grill shall be of fully adjustable type with double deflection arrangement so as to distribute the air into the room with sufficient throw and with drafts. A thermostat with adjustable settings shall be provided in the return air circuit to control the room temperature by cutting in and cutting out the compressor. A selector switch shall be provided to run the air handling fan with or without cooling. Compressor shall be interlocked with air handling fan such that it can start only after the air handling fan is started. The room air conditioner shall have provision for fresh air intake up to 8 % DD of the volume re circulated and exhausting of room air with adjustable louvered damper. 4.9 Refrigerant supply First charge of refrigerant and oil shall be supplied along with the unit. 4.10 The scope of work shall also include all the incidental works required for installing the window A/c unit as per directions of engineer-in-charge which include making suitable cutout in the wall (if required) power supply arrangement with metal clad socket & 20 Amp MCB unit etc. complete as per requirements. 5.0 Quantity Following is the quantity requirement of the air conditioners 5.1 Air conditioner - 1 TR Capacity 5 No. a drain pan made of minimum 18 gauge

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

307 OF 517

27.0 CABLE LAYING


1.0 SCOPE This is to define the requirements for the installation, testing and commissioning of the cabling system. 2.0 2.1 CABLE SPECIFICATIONS Power Cables Power cables for use on 415 V system shall be of 1100 Volts grade, aluminium conductor, PVC insulated, PVC sheathed single wire armoured and overall PVC sheathed. Power cables for HV system shall be aluminium conductor, XLPE insulated screened, PVC bedded galvanised steel flat armoured and PVC sheathed cable. All L.T. Cables conform to the relevant sections of IS:1554 Part-I and H.T. Cables shall conform to IS:7098 (Part II). Unarmoured cables will be used wherever specified on the cable schedule. 2.2 Control Cables Control cables shall be 1100 Volt Grade, 2.5 sq.mm copper conductor, PVC insulated, PVC sheathed, single wire armoured with an overall PVC sheath as per IS:1554 pt./ I. Unarmoured cables shall be used wherever specified on the cable schedule. 2.3 Communication Cables Communication cables shall comprise 1 pair unarmoured, 2 pair, 5 pair and multipair armoured cables of sizes as specified in the cable schedule. Minimum size shall be 0.5 mm dia for telephone system and 1 for plant communication system. 3.0 3.1 MISCELLANEOUS MATERIALS Connectors Cable terminations shall be made with aluminum crimped type solder less lugs of M/s Dowells make or approved equivalent for all aluminum conductors and stud type terminals. 3.2 Cable Identification Cable tags shall be of 2 mm thick aluminum strap of suitable size to contain cable number, equipment no. etc. 3.3 Ferrules Ferrules shall be of self sticking type and shall be employed to designate the various cores of control cable by the terminal numbers to which the cores are connected, for ease in identification and maintenance. 3.4 Cable Glands Cable glands to be supplied shall be brass single/double compression type as per the directions of Engineer-in-Charge. Generally single compression type cable glands shall be used for indoor protected locations and double compression type shall be used for outdoor locations.

3.5

Cable Trays Prefabricated hot dip galvanised sheet steel cable trays shall be used for maximum support span of 2000 mm unless design is approved for larger span. For requirements of larger than 750 mm width two trays shall be run side by side. Cable trays shall be suitable for a cable weight of 50 kg/meter running length of tray. Minimum thickness of sheet steel/

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

308 OF 517

galvanising shall be 2 mm/86 microns. Cable trays fabricated from standard rolled sections shall use 50x50x6/ISMC 100 Sections for runners for supporting spans limited to 2000 mm/more than 2000 mm respectively. Cross support shall be 32x6 mm flat/25x25x6 angle for widths upto 500 mm/more than 500 mm respectively. If unit rate not included in Schedule of Rates then cable trays if required shall be fabricated/installed at site as per the per tonne rate for electrical structural supports etc. 4.0 4.1 CABLE LAYING Cable network shall include power, control lighting and communication cables, which shall be laid in trenches, cable trays or conduits as detailed in the relevant drawings and cable schedules. Erection of cable trays as required shall be the responsibility of the contractor. Cable routing given on the layout drawings shall be checked in the field to avoid interference with structures, piping or air-conditioning duct and minor adjustments shall be done to suit the field conditions wherever deemed necessary without any extra cost. High voltage, medium voltage and other control and communication cables shall be separated from each other by adequate spacing or running through independent pipes, trenches or cable trays, as applicable. All cable routes shall be carefully measured and cables cut to the required lengths, leaving sufficient lengths for the final connection of the cable to the terminal of the equipment. The various cable lengths cut from the cable reels shall be carefully selected to prevent undue wastage of cables. The quantity indicated in the cable schedule is only approximate. The contractor shall ascertain the exact requirement of cable for a particular feeder by measuring at site and avoiding interference with structure, foundation, pipelines or any other works. Cables as far as possible shall be laid in complete, uncut lengths from one termination to the other. Cables shall be neatly arranged in the trenches/trays in such manner so that criss-crossing in avoided and final take off to the motor/switchgear is facilitated. Arrangement of cables within the trenches/trays shall be the responsibility of the contractor. All cables will be identified close to their termination point by cable numbers as per cable schedule. Cable numbers will be punched on aluminium straps (2 mm thick) securely fastened to the cable and wrapped around it. Alternatively cable tags shall be circular in construction to which cable numbers can be conveniently punched. Each underground cable shall be provided with identity tags of lead securely fastened every 30 M of its underground length with atleast one tag at each end before the cable enters the ground. In unpaved areas, cable trenches shall be identified by means of markers as per standard drawing. These posts shall be placed at location of changes in the direction of cables and at intervals of not more than 30 M and at cable joint locations. All temporary ends of cables must be protected against dirt and moisture to prevent damage to the insulation. For this purpose, ends of all PVC insulated cables shall be taped with an approved PVC or rubber insulating tape. Use of friction type or other fabric type tape is not permitted. Lead sheathed cables shall be plumbed with lead alloy. RCC cable trenches with insert plates shall be provided by the Civil sub contractor. Cable shall be laid in 3 or 4 tiers in these trenches as indicated on the sectional drawings. Directly burried cables shall be laid underground in excavated cable trenches where specified and layout drawings. Trenches shall be of minimum 0.9 mtr depth and suitable width for accommodation of all cables correctly spaced and arranged with a view of heat dissipation and economy of design.Depth of burying shall allow minimum 500 mm soil cover for low voltage and 900 mm for 22 KV cables. Cables shall be laid in trenches at depth as shown in the drawing. Before cables are placed, the trenches bottom shall be filled with a layer of sand. This sand shall be levelled and the cables laid over it. The cables shall be covered with 150 mm of sand on top of the largest SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

4.2

4.3

4.4 4.5

4.6

4.7

4.8 4.9

309 OF 517

diameter cable and sand shall be lightly pressed. A protective covering of 75 mm thick second class red bricks shall then be laid flat. The remainder of the trench shall then be back-filled with soil, rammed and levelled. As each row of cables is laid in place and before covering with sand every cables shall be given an insulation test in the presence of Engineer-in- Charge/Owner. Any cable which proves defective shall be replaced before the next group of cables are laid. All wall openings shall be effectively sealed after installation of cables to avoid leakage of water. 4.10 Where cables rise from trenches to motor, control station, lighting panels etc., they shall be taken in G.I. pipes for mechanical protection up to a minimum of 300 mm above grade or as shown in the standard drawings. Cable ends shall be carefully pulled through the conduits to prevent damage to the cable. Where required, approved cable lubricant shall be used for this purpose. Where cable enters conduit the cable should be bent in large radius. Radius shall not be less than the recommended bending radius of the cables specified by the manufacturer. Following guide of the pipe fill shall be used for sizing the pipe size : a) b) c) d) 1 Cable in pipe 2 Cables in pipe 3 or more cables Multiple cables 53% full 31% full 43% full 40% full.

After the cables are installed and all testing is complete, conduit ends above grade shall be plugged with a suitable weatherproof plastic compound/'PUTTI' for sealing purpose. Alternatively G.I. Lids or PVC bushes shall be employed for sealing purposes. The cost for the same shall be deemed to have been included in the installation of G.I. pipe and no separate payment shall be done. 4.11 Where cables pass through foundation wall or other underground structures, the necessary ducts or openings will be provided in advance for the same. However, should it become necessary to cut holes in existing foundations or structures the electrical contractor shall determine their location and obtain approval of the Engineer-in-Charge before cutting is done. At road crossing and other places where cables enter pipe sleeves adequate bed of sand shall be given so that the cables do not slack and get damaged by pipe ends after back-filling. Drum number of each cable from which it is taken shall be recorded along with the cable number in the cable schedule. Cables installed above grade shall be run in trays, exposed on walls, ceilings or structures and shall be run parallel or at right angles to beams, walls or columns. Individual cables or small groups which run along structures/walls etc. will be clamped by means of 16 SWG GI saddles on 25x6 mm saddle bars. The cost of saddle and saddle bars shall be deemed to have been included in the installation of cables and no separate payment shall be made on this account. They shall be rightly supported on structural steel masonry, individual or in groups as required, if drilling of steel must be resorted to, approval must be secured and steel must be drilled where the minimum weakening of the structure will result. Cables shall be supported so as to prevent unsightly sagging. In general distance between supports shall be approximately 300 mm for cables up to 25 mm diameter and maximum 450 mm for cables larger than 25 mm dia.

4.12 4.13 4.14 4.15

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

310 OF 517

4.16

All C.I. pipes shall be laid as per layout drawings and site requirements. Before fabrication of various profiles of pipe hydraulically operated bending machine (which is to be arranged by the contractor), all the burs from the pipes shall be removed. GI pipes buried in soil, bitumen coating shall be applied on the buried lengths. Installation of G.I. pipes shall be undertaken well before paving is completed and necessary co-ordination will paving agency shall be the responsibility of Electrical Contractor. The open ends of pipes shall be suitably plugged with G.I. plugs after they are laid in final position. G.I. plugs shall be supplied by the contractor at no extra cost. Cable laid on supporting angle in cable trenches, structures, columns and vertical run of cable trays shall be suitably clamped by means of G.I. saddles/ clamps, whereas cable in horizontal run of cable trays shall be tied by means of nylon cords. Supporting steel shall be painted before laying of cables. The painting shall be done with one coat of red lead paint and two coats of approved bituminous aluminum paint. TERMINATION All PVC cables upto 1.1 KV grade shall be terminated at the equipments by means of compression type cable glands of aluminium. They shall have a screwed nipple with conduit electrical threads and check nut. Power cables shall be identified with red, yellow and blue PVC tapes. Where copper to aluminium connections are made, necessary bimetallic washers shall be used. For trip circuit identification additional red ferrules shall be used only in the particular cores of control cables at the termination points in the Switchgear/ Control panels and Control Switches. In case of control cables all cores shall be identified at both ends by their terminal numbers by means of PVC ferrules, or self sticking cable markers. Wire numbers shall be as per schematic/wiring/inter-connection diagram. Bidders shall have the samples of PVC ferrules /cable markers approved before starting the work. Where threaded cable gland is screwed into threaded opening of different size, suitable galvanised threaded reducing bushing shall be used of approved type, at no extra cost. The cable shall be taken through glands inside the panels or any other electrical equipment such as motors. The individual cores shall then be dressed and taken along the cable ways (if provided) or shall be fixed to the panels with polyethylene straps. Only control cables of single strand and lighting cables may be directly terminated on the terminals. In case of termination of cables at the bottom of a panel over a cable trench having no access from the bottom close fit hole should be drilled in the bottom plate for all the cables in one line, then bottom plate should be split in two parts along the centre line of holes. After installation of bottom plate and cables it should be sealed with cold setting compound. Cables shall be clamped over the open armouring to connect it to earth bus.

4.17

4.18 5.0 5.1

5.2

5.3

5.4 5.5

5.6

Cable leads shall be terminated at the equipment terminals, by means of crimped type solder less connectors as manufactured by M/s Dowell Electro Works or approved equivalent. Crimping shall be done by hand crimping/hydraulically operated tool and conducting jelly shall be applied on the conductor. Insulation of the leads should be removed immediately before the crimping. Conductor surface shall be cleaned and shall not be left open.

5.7 6.0 6.1

11, 6.6 and 3.3 KV cables terminations/joints shall be done by skilled and experienced jointers duly approved by the owner, if included in the contract. TESTING Before energising, the insulation resistance of every circuit shall be measured from phase to phase andfrom phase to ground. This requires 3 measurements if one side in grounded and 6 measurements for 3 phase circuits.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

311 OF 517

6.2

Where splices or terminations are required in circuits rated above 600 volts, measure insulation resistance of each length of cable before splicing and or/terminating. Repeat measurement after splices and/or terminations are completed. Measure the insulation resistance of directly burried cable circuits before cable trenches are back-filled. Repeat measurement after back-filling. D.C. High Voltage Test shall be made after installation on the following: 1) 2) All 1000 volts grade cables in which straight through joints have been made. All cables above 1100 V grade.For record purposes test data shall include the measure values of leakage current verses time. The D.C. High Voltage test shall be performed as detailed below in the presence the Engineer-in-Charge or his authorised representative only. Cables shall be installed in final position with all the straight through joints complete. Terminations shall be kept unfinished so that motors, switchgears, transformers etc. are not subjected to test voltage. The test voltage and duration shall be as per relevant codes and practices of Indian Standard Institution.

6.3 6.4

of

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

312 OF 517

28.0 EARTHING
1.0 SCOPE The scope of this specification covers the general requirements of supply of earthing material, installation, testing and commissioning of effective earthing system for a EHV switchyard installation. 2.0 STANDARDS The earthing and lightning protection system provided shall be in confirmation to the following standards, codes and general earthing practices. 1. 2 3 4 Indian Electricity Rules National Electricity Code Code of practice for Earthing Protection of buildings and allied structures against lightning 1956 1985 IS IS 3043 2309

as also the regulations existing in the locality where the system is installed 3.0 3.1 3.2 PRINCIPAL PARAMETERS The EHV Switchyard installation shall be effectively earthed for dissipation of the specified fault current for the specified duration. The switchyard area shall be provided by M.S. Flat 75 x 10 mm & 50 x 8 mm as main grid buried in the ground at a minimum depth of 600 mm and at specified intervals. The structures & equipments shall be connected at two places by 50 x 8 mm GI strip as specified. Earth electrodes shall be provided at the locations marked. The electrode shall be cast iron pipe 3000 mm long & 100 mm in diameter. The ground resistance of the earthing system shall be less than 1 ohms. GENERAL General These technical specifications for earthing and Lightning protection shall be read in conjunction with earthing drawings and notes. The earthing layout shown shall be indicative only. Exact location of earthing conductors, earth electrodes, test links and earthing connections may be changed to suit the requirement. Each & every electrical equipment and apparatus shall be connected to the main grid. TECHNICAL REQUIREMENTS

3.3 3.4 4.0 4.1 4.1.1 4.1.2

4.1.3

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

313 OF 517

4.2 4.2.1

Earth electrode The general arrangement of the earth electrode to be provided is as per standards laid down by MSETCL. It shall be 150 mm dia. & 3000 mm long C.I. pipe. Clamping arrangement to receive connecting earth strip shall be made as shown in the drawing. The electrode shall be treated with alternate layers of salt & charcoal as specified in IS 3043 Disconnecting facility shall be provided for the individual earth pits to check earth resistance. In case of rocky area, bore type earth electrode shall be provided. It shall comprise of 40 mm diameter galvanized GI pipe lowered in a 4.5 dia. bore of minimum 10 M depth filled with Bentonite compound. Main conductors The main conductor used for Grid below the sub-station area shall be 75 x 10 mm M.S. Flat in one direction and 50 x 8 mm M.S. Flat to be laid perpendicular to the 75 x 10 mm flat.

4.2.2

4.3

4.4

Risers All risers from the ground grid to the equipments / structures etc. shall be 50 x 8 mm G.S. Flat.

4.5 4.5.1 4.5.2 4.5.3 4.5.4 4.5.5 4.5.6 4.5.7 4.5.8 4.5.9

Installation Earth conductors shall be laid 600 mm below finished grade level in outdoor areas. Earthing conductor around a building shall be laid in earth at a minimum distance of 1500 mm from the outer boundary of the building. Earthing conductor embedded in concrete floor of a building shall have at least 50 mm concrete cover. Earthing conductors run on columns, walls shall be adequately supported by cleats at regular intervals of not more than 750 mm. The main grid conductor shall be rerouted in case it fouls with the equipment foundations. For wall / Floor crossing etc. the earthing conductor shall be passed through a G.I. Pipe sleeve of suitable size. The main grid conductor shall be brought 300 mm above ground level for making tap connection to equipment. Earth conductor crossing trenches, roads shall be taken through hume pipe or GI pipe sleeves at a depth of 300 mm below the trench bottom. Water stops shall be provided wherever earthing conductor enters the buildings below grade level.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

314 OF 517

4.6 4.6.1

Equipment & Structure earthing Earthing pads / Terminals will be provided on the equipment by the equipment supplier. The connection between these earthing pads / terminals and the main grid shall be made by short and direct link of size 50 x 8 mm . This link shall be of galvanised iron. Electrical conduits, pipes, cable trays shall be bonded to ensure electrical continuity and connected to earthing conductors at regular intervals. Metallic pipes & conduits shall not be used as earth continuity conductor. A separate earthing conductor shall be provided for earthing lighting fixtures, receptacles, switches, junction boxes, lighting conduits, Poles, etc. This conductor shall then be connected to the Main grid. Earthing conductor shall be laid at a distance of 1000 mm outside the switchyard fencing. Every post of the fence shall be connected to the earthing conductor. Switchyard gate shall be connected by flexible braid Jointing Earthing connections to equipment earthing Pads / terminals shall be bolted type with G.I. Bolts & nuts. Contact surface shall be free from scale, Paint enamel, grease rust or dirt. Two bolts shall be provided for making each connection. After testing, the equipment bolted connections shall be painted with anticorrosive paint. Connection between equipment earthing lead and main earthing conductors and between main earthing conductors shall be welded type. The welded joint shall be treated with red lead and after words thickly coated with bitumen compound to protect against corrosion. Joints and tappings in the main grid shall be made in such a way that a reliable & good electrical connection is permanently ensured. An over lap of at least 100 mm shall be provided while joining two earthing conductors. Cable earthing Metallic sheaths armours of all multicore cables shall be earthed both ends.

4.6.2 4.6.3 4.6.4

4.6.5

4.7 4.7.1

4.7.2

4.7.3

4.8

4.9 4.9.1 4.9.2

Specific requirements Earthing terminal of each lightning arrester and lightning down conductor shall be directly connected to pipe electrode which in turn shall be connected to main earthing grid. Two separate leads shall be provided for transformer neutral. Each of the earthing leads shall be directly connected to a separate pipe electrode treated earth pit which shall be in turn connected to main earthing grid. Earthing mat comprising of closely spaced (150 mm approx) M.S. Flat of size 50 x 8 mm shall be provided below the operating handles of 132 KV Isolators and the breaker operating cubicles. Conductors of Lightning protection system shall not be connected with the conductors of main grid above ground level. Down conductors shall be cleated on the outer face of tower structures & building walls at 1000 mm interval. SIGNATURE OF AUTHORISED NMMC OFFICIAL

4.9.3

4.9.4 4.9.5

SIGNATURE OF TENDERER

315 OF 517

4.9.6 4.9.7 4.9.8 4.9.9 4.9.10

Connection between each down comer & pipe electrode shall be made through a test link located at 1000 mm above ground level. Lightning conductor shall not be taken through GI conduit. All metallic structures in the premises shall be bonded to the conductors of lightning protection system. The shield wire shall be brought down on every alternative tower with a provision of test link. All paint scale and enamel shall be removed from the contact surface before earthing connections are made.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

316 OF 517

29
1.0

TESTING & COMMISSIONING


SCOPE This specification covers the requirement of installation, testing and commissioning of electrical equipment related with EHV Switchyard.

2.0

STANDARDS The electrical equipment installation work shall comply with the latest applicable standards, regulations, rules, safety codes.

3.0 3.1 3.2 4.0 4.1 4.1.1

PRINCIPAL PARAMETERS The installation, testing and commissioning of the electrical equipment shall be carried out in accordance with the general technical requirement furnished below. The operation & maintenance manuals, installation instructions & assembly drawings of the Equipment provided by the respective manufacturers shall also be followed. GENERAL TECHNICAL PARTICULARS General Scope The contractor shall take over the equipment to be erected from Owners stores , transport the same to the location of installation, install, test commission and hand over the same the Owners after successfully commissioning. In case the owners equipment is received after the contractor mobilises at site, unloading of these equipment shall be contractors responsibility. The contractor shall check the equipment on receipt for any transit damages & shortage & shall immediately report to the owners. The contractor shall furnish all tools, welding equipment, testing required for installation, testing and commissioning of the Equipment. equipment, kits etc.

4.1.2 4.1.3

The owner may engage specialist engineers from equipment manufacturers to supervise the installation, testing & commissioning of the equipment. The contract shall extend full co-operations to these engineers & carry out the work as per their instructions. The contractor shall co-operate with other contractors at site so as not to obstruct activities of others. The work shall be carried out strictly as per the instructions and layout drawings of the owners, their consultants and the equipment manufacturer. The contractor shall carryout touch-up painting on the equipment if required. The paint shall be supplied by the contractor. The contractor shall ensure workmanship of good quality and shall assign qualified supervisors & engineers. The labour, employed shall also be skilled careful and experienced.

4.1.4 4.1.5 4.1.6 4.1.7

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

317 OF 517

4.2 4.2.1

Installation Scope The contractors shall install, test & commission all the equipment either furnished by the owner or supplied by him. All material necessary for completion of the work including hardware, consumable shall be provided by the contractor. The equipment shall be installed in a neat workman like manner so that it is leveled, plumb & properly aligned and oriented. No equipment shall be permanently bolted down to the foundation or structure unless the alignment has been checked and accepted. Care shall be taken in handling the equipment to avoid any distortion to the supporting structure or damage to the delicate instruments & electrical parts. The contractor shall use crane for lifting & placing the outdoor equipment on structure. The indoor panels shall be shifted to the location of installation. When called for , the crane hooks shall be attached only to the points marked for the purpose. No part of existing structure shall be used to lift any equipment without prior permission of the owners. Foundation of all equipment shall be constructed by the Civil contractor. However minor modifications to the foundations wherever found necessary for proper installation shall be carried out by the erection contractor. The foundation bolts pockets shall be cleaned before placing the bolts & the equipment on the foundation concreting of bolts shall also be included in the scope of this contract. Power Transformer The transformer tank shall be received either oil filled or gas filled. The radiators, HV / LV bushings, conservator tank and inter connecting pipes shall be received loose. The contractor shall arrange for unloading of the transformer on plinth, filling of oil from tankers to main tank, assembly of all fittings as per manufacturers drawings, installation, testing & commissioning of the transformer. On receipt at site the transformer shall be inspected for any damage during transit. The packing list accompanying the transformer shall be checked & any shortages shall be immediately brought to the notice of the owners. Before topping up with oil transformer shall be fitted with all accessories. Transformer oil filtration shall be completed such that no air bubbles are formed in the oil and no dust or moisture enters in the oil. Before commissioning of transformer following points shall be checked & ensured for safe and successful commissioning. 1. 2. 3. 4. Check any terminals. physical damage, tightness of all bolts clamps and connecting

4.2.2

4.2.3 4.2.4

4.2.5

4.3 4.3.1 4.3.2

4.3.3

4.3.4

4.3.5

Check that all accessories have been fixed properly and earthing connections of body and Neutrals are done. Oil in tank and conservator & all bushings is filled up to marked points . Silica gel in the breather is in reactivated condition. The breather pipe shall be free from any blocking & oil level in that shall be checked.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

318 OF 517

5. 6.

The installation of OLTC shall be checked. All moving mechanical parts shall be properly lubricated. The oil level of OLTC shall be checked. The thermometers used for oil and winding temp. measurement shall be properly fixed in oil. Transformers fitted with fans for forced air cooling shall be checked for automatic start and stop. Transformer oil shall be checked for dielectric strength, tan-delta acidity, resistivity & dissolved gases . The buchholz relay shall be checked for any friction in the movement & floats. The gap distance between arcing horns between the HV bushing and earth for surge diversion shall be checked. Setting of all protective relays is at desired value . Vector group test, phase sequence test, polarity last shall be conducted before commissioning.

7. 8. 9. 10. 11. 4.4 4.4.1

Circuit Breakers The contractor shall arrange to transport circuit breaker to its location & mount each single pole unit on a common or independent structural steel frames as per MSEB norms & approved drawings. All loosely received parts of circuit breaker shall be assembled and installed properly as per drawings supplied by manufacturers. All the parts shall be properly cleaned. The operating mechanism of breakers shall be properly installed. The mechanical parts shall be lubricated. The circuit breaker shall be aligned and leveled. All insulators and bushings shall be protected against damage during installation. The poles and operating mechanism shall be accurately positioned so as to cause no undue strain on the terminals. SF6 gas pipe line shall also be installed by contractor. Care shall be taken while sealing surfaces to keep it free of dents, scratches and dust. Contractor shall fill the gas as per manufactures specification . All the current carrying parts of breakers shall be properly handled to avoid damage to those parts. Each pole and operating mechanism shall be properly earthed. Following preliminary checks shall be conducted before commissioning of circuit breakers. 1. 2. 3. 4. Check for any physical damage to the parts of circuit breakers. Check the tightness of bolts, clamps and connecting terminals. Ensure that all moving parts are properly lubricated. Check earthing connections. Check alignment of breakers for free movement.

4.4.2 4.4.3

4.4.4 4.4.5 4.4.6

4.4.7 4.4.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

319 OF 517

5. 6. 7. 8. 4.5 4.5.1 4.5.2 4.5.3

Check control wiring for correctness of connections , continuity and IR values. Ensure manual and remote operations of the breakers are satisfactory. Interlock provided are functioning properly. Ensure spring changing motor and the limit switches operate satisfactorily.

Instrument Transformers The current and potential transformers received as single phase unit shall be transported to the previously installed and levelled structure. The individual single phase units shall be property installed on box structure with Nuts and bolts and properly aligned to avoid strain on terminals. The drain plug if provided at the bottom of CT & PT shall be sealed. The contractor shall clean the bushings & all the parts with carbon tetra chloride. Conducting petroleum jelly shall be applied to all electrical contact surfaces. The oil shall be properly filled. Proper earthing shall be provided to body. The termination of control cables from CTs and PTs shall be properly terminated. Following preliminary checks shall be carried out before commissioning of CT/PT. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Check for physical damage and cleanliness of insulators. Tightness of bolts, clamps and connecting terminals shall be checked. Earthing connections to be checked. Polarity and Insulation resistance test shall be conducted. Line connections shall be checked as per connecting diagram. Open delta test with low voltage shall be conducted for Potential transformer. Ratio test shall be conducted The oil shall be filled after conducting dielectric test only and oil level shall be checked. Ratio identification checking of all ratios for all cores by primary injection of current shall be carried out. If any spare CT cores are provided those shall be shorted and properly earthed. Check all control circuit fuses and H.T. fuses for Potential transformer an of proper rating and showing continuity.

4.5.4 4.5.5

4.6 4.6.1

Isolators The contractor shall transport the received dismantled parts of isolators to the location without any damage to the units. The loose parts received at site shall be assembled and installed on the previously installed steel base structure. It shall be ensured that the structure on which the Isolator is to be installed is properly grouted and all the not and bolts of the structure are firmly tightened. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

320 OF 517

4.6.2 4.6.3 4.6.4 4.6.5

The operating mechanism shall be installed on structure and connected to the Isolator poles. All the installation shall be as per manufacturers drawings and instruction manuals. All moving parts of operating mechanism to be properly lubricated. The arc horns shall be adjusted to the recommended gap settings. The contractor shall generally check all internal wiring of operating mechanism for its accuracy, Following pre commissioning checks shall be conducted on isolator. 1. 2. 3. It shall be checked that no physical damage installation is completed with its all auxiliaries. Insulators resistance valves shall be checked. Check for proper mechanical operation of operating mechanism . Alignment of horizontal connecting rod & vertical operating rod & vertical operating rod shall be checked. In case of isolators with earth switch, operation of mechanical interlock between earth switch and isolator shall be checked. Earth switch installation shall be checked for proper alignment. to the assemble parts and

4.

4.7 4.7.1 4.7.2 4.7.3 4.8 4.8.1

Lightning Arresters Lightning arresters shall be received as single phase units. There units shall be installed properly on steel base structure Contractor shall clean all parts including bushings and conducting petroleum jelly shall be applied to the terminals, conductor connections & earthing terminals. The earthing connections for lightning arresters to earthing pits shall be properly done with GI strip of 50 x 8 mm size. Control & Relay Panels, RTCC etc. The panels shall be placed on the base channels provided for the same. All sections of the panels shall be placed together as per General arrangement drawing. These section shall be bolted together to make a complete panel board. Inter section & inter panel wiring shall be made. All the wiring shall be checked for its correctness. The loose components, relays, meters shall be fixed & wired. All connections to equipment, terminal connectors, components shall be tightened and all loose wires temporarily connected during pre-commissioning etc. shall be removed. The operation of the panels shall be checked for satisfactory operation. Relays shall be tested & calibrated to the required settings. The panels shall be thoroughly cleaned before commissioning. Station Battery & Charger SIGNATURE OF AUTHORISED NMMC OFFICIAL

4.8.2 4.8.3

4.8.4 4.8.5 4.8.6 4.9

SIGNATURE OF TENDERER

321 OF 517

4.9.1 4.9.2 4.9.3 4.9.4 4.10 4.10.1 4.10.2 4.10.3 4.10.4

The Batteries shall be carefully placed on wooden stand provided in one or two tiers as specified. The cells shall be connected to each other by the jumper strips provided. The electrolytic shall then be filled in the cells. The battery charge shall be connected to the batteries & commissioning of batteries shall be done as per the instructions of the charger manufacturers. Sub-station structures The contractor shall ascertain that all the members of a structure to be erected are available at site as per the manufacturers bill of material & the approved drawings. It shall be ascertained that all the members are true to shape and there is no dent, or damage to the members during transportation. The foundation bolts shall be grouted well in advance & curing for at least 48 hours shall be done before erection work is taken up. Grouting of foundation bolt, if carried out by the erection contractor shall be done only with the help of proper template. If the foundation bolts are grouted by another agency, the erection contractor shall ascertain the correctness of the bolt distances. While erecting the members they shall be erected such that there will not be any strain on the members. Tommy bars upto 450 mm long shall be used for matching hole positions. Before starting erection of upper portion of a tower, the lower section shall be completely braced and all bolts provided. The contractor shall ensure that all the members provided are placed in position & bolted together. All nuts shall be tightened properly using correct sized spanners. Filler washers & plates are placed in relevant gaps between members before lightning. Bolts of proper size & length shall be used. The tightening shall be progressively carried out from top down wards. All bolts at every level shall be tightened simultaneously.

4.10.5

4.10.6

4.10.7 4.10.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

322 OF 517

30.0 LIST OF APPROVED VENDORS


30.1 A list of vendors of various equipment and material to be used for the 100/22 kv substation electrical works is furnished herewith. The contractor shall adhere to one of these makes only. This list is generally as per the requirements of Maharashtra State Electricity Transmission Company Limited. The contractor shall also ascertain that the offered make of material has been type tested, proven and that the type tests have been conducted not earlier than 5 years from the date of opening of this tender as per the statutory requirements of MSETCL. This 100/22 kV substation will be a part of MSETCLS network after it is energized & handed over to them. As such vendors who are regular suppliers of similar material to MSETCL will be preferred for timely execution & smooth handing over of this project. If a vendor meeting other criteria but is not on approved list of MSETCL is selected, it shall be the sole responsibility of the contractor to get approval of the vendor from MSETCL without affecting overall schedule of the project. List of Vendors Item description 100 / 22 KV Power Transformer 1.1 1.2 1.3 1.4 1.5 1.6 1.7 2.1 2.2 2.3 2.4 2.5 3.1 3.2 3.3 3.4 3.5 4.1 4.2 4.3 4.4 4.5 5.1 5.2 5.3 5.4 5.5 5.6 Name of manufacturer Crompton Greaves Ltd. Bharart Bijlee Ltd. Voltamp Transformers, Pvt. Ltd. Emco Transformers Ltd. Indotech Transformers, Ltd. Kanohar Kirloskar Electric Co. Crompton Greaves Ltd. Asea Berown Boveri Ltd. Areva Siemens (I) Ltd. Bharat Heavy Electricals Ltd. Crompton Greaves Ltd. Asea Brown Boveri Ltd. Crompton greaves Ltd. Bharat Heavy Electricals Ltd. Areva G.R.Power Faraday Siemens Kiron Textiles Ltd. Crompton Greaves Ltd. Universal Isolators Faraday Siemens Kiron Textiles Ltd. Crompton Greaves Ltd. G.K.Electricals

30.2

30.3

30.4

30.5 Sr. No. 1.0

2.0

145 KV SF6 gas Circuit Breaker

3.0

36 KV SF6 /VCB Circuit Breakers

4.0

145 KV Isolators

5.0

36 KV Isolators

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

323 OF 517

6.0

145 KV Current Transformers

6.1 6.2 6.3 6.4 6.5 6.6 7.1 7.2 7.3 7.4 8.1 8.2 8.3 8.4 8.5 9.1 9.2 9.3 9.4 9.5 10.1 10.2 10.3 10.4 10.5 11.1 11.2 11.3 11.4 11.5 12.1 12.2 12.3 13.1 13.2 13.3 13.4 13.5 14.1 14.2 14.3 14.4 14.5 15.1 15.2

Mehru Asea Brown Boveri Ltd. Hivoltrans Electricals Pvt. Ltd. Bharat Heavy Electricals Indian Transformer Company Crompton Greaves Ltd., Atlanta Transfield Techno Associates Indian Transformers Company Mehru Techno Associates Hivoltrans Electricals Pvt. Ltd. Crompton Greaves Ltd. Indian Transformer Company Indian Transformer Company Techno Associates Hivoltrans Electricals Pvt. Ltd. Crompton Greaves Ltd. Mehru Crompton Greaves Ltd. Areva Oblum Industries Lamco Elpro International Co. Crompton Greaves Ltd. Areva Oblum Industries Lamco Elpro International Co. Minerva Switchgear Star Delta Transformers Sigma Asea Brown Boveri Ltd. Areva Siemens (I) Ltd. Easun Rerolle Ltd. Venson Electric Ltd. Asea Brown Boveri Ltd. Areva Siemens (I) Ltd. Easun Rerolle Ltd. Venson Electric Ltd. Standard Chloride (I) Ltd.

7.0

36 KV Current Transformers

8.0

145 KV Potential Transformers

9.0

36 KV Potential Transformers

10.0

132 KV Lightning Arresters

11.0

22 KV Lightning Arresters

12.0

22 KV / 433 V Stn.n Transformer

13.0

132 KV Control and Relay Panels

14.0

22 KV Control and Relay Panels

15.0

110 V and 48 V DC Battery Sets

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

324 OF 517

15.3 15.4 15.5 16.0 Battery Chargers 16.1 16.2 16.3 16.4 17.1 17.2 17.3 18.1 18.2 18.3 18.4 18.5 19.1 19.2 19.3 19.3 20.1 20.2 20.3 20.4 21.1 21.2 21.3 21.4 21.5 22.1 22.2 22.3 22.4 23.1 23.2 23.3 23.4 24.1 24.2 24.3 25.1 25.2 25.3 25.4 26.1 26.2 26.3

Amco Ltd. Aajarekar Exide Chhabi Electricals AFCO Panva Engineering Pvt. Ltd. Vimal Chhabi Electricals Pvt. Ltd. Vimac Electrico Control Pvt. Ltd. Panva Jyoti Structures Pvt. Ltd. Shri Dev Ashish Ispat Pvt. Ltd. B.G.Shirke Vijay Tranwsmission Pvt. Ltd., Urja Engineers Insulators and Electricals Ltd. Jayashree Insulators W.S.Insulators Bharat Heavy Electricals Insulators and Electricals Ltd. Jayashree Insulators W.S.Insulators Modern Insulators EMI B E E pvt. Ltd. Modern Malleable National Refractories Ltd. ITP Dharia Engineering Co National Refractories Ltd. EMI Vinayak Engineering Co. Prem Conductors GALADA Pennar Kalpesh Cables Bharat Wire Bhilai Wire Geekay Wire Devidayal CCI Somex Incab KSK Engineering Co Chaitanya Five Star

17.0

AC Distribution Board

18.0

Substation Structures

19.0

11 KV Disc Insulators

20.0

145 KV Bus Post Insulators

21.0

Hard wares

22.0

Clamps and Connectors

23.0

ACSR Conductor

24.0 25.0

Earth wire LT Power and Control Cables

26.0

G.I.Cable Trays

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

325 OF 517

26.4 27.0 Marshalling Box 27.1 27.2 27.3 27.4 27.5 28.1 28.2 28.3 28.4 28.5 29.1 29.2 29.3 29.4 29.5 29.6 29.7 30.1 30.2 30.3 30.4 31.1 31.2 31.3 31.4 31.5 31.6 32.1 32.2 32.3 33.1 33.2 33.3 33.4 34.1 34.2 34.3 34.4 34.5 35.1 35.2 35.3 35.4 35.5 35.6

Mecano Tushar Apollo KSK Engineering Sharda Electrocare Voltas Carrier Blue Star Kirloskar Lloyd MDS Havells Indo Kopp Indo Asian Siemens S and S Standard MDS Datar Havells Neptune Finolex RPG Polyplast Sundeep Phyroflux Paragon Siemens CPL Anchor Philips GEC Crompton Bajaj Usha Crompton Orient Khaitan Bajaj RPG Torrent CCI Universal NICCO Polycab

28.0

Air Conditioners

29.0

MCB and MCB Dist. Boards

30.0

ELMCB

31.0

PVC wires Copper / Aluminium

32.0

Switch / Sockets

33.0

Lighting Fixtures

34.0

Ceiling Fans and Exhaust Fans

35.0

22 KV XLPE Cables

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

326 OF 517

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS AT WTP, BHOKARPADA, DIST RAIGAD.

VOLUME II SECTION III SUBSTATION CIVIL WORKS


INDEX
Doc. No. GENERAL TECHNICAL REQUIREMENT 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 LAND DEVELOPMENT CHAIN LINK FENCING TOWER & EQUIPMENT FOUNDATIONS CONTROL ROOM OIL COLLECTION PIT W.B.M. ROAD CABLE TRENCHES METAL SPREADING (FOR ROAD) METAL SPREADING ( FOR SWITCHYARD) ASPHALTING OF ROAD

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

327 OF 517

GENERAL TECHNICAL REQUIREMENT


1.0 General The detailed specifications for various items described below are to be taken as guide lines. The work is to be carried out in accordance with the description mentioned in the wording of the item and the relevant drawings issued with the tender. Generally, description in Schedule B will prevail. However, in case of difference in the opinion between the contractor and the EngineerIn-Charge and in case there is any difference between the drawing, detailed specifications and wording of the item, the decision of the purchaser shall be final, conclusive and binding on the contractor. The works are to be executed in accordance with the specifications mentioned in the Standard Specification (Red) Book published by the Government of Maharashtra together with the relevant Indian standard specification referred therein. Whether there is difference in the size, quality and quantity of materials to be used in wording of standard specification book and the description of the item in schedule of this tender, the sizes quality and quantity of the material to be used shall be as per the wording of the item in schedules of this tender. Samples of all materials proposed to be utilized in the works shall be got approved well in advance. The works include clearing of the site before the commencement of works, setting out the works, establishment of centre lines and the bench marks firmly, clearing and cleaning of the works and surrounding area and clearing the construction debris laying at site after completion without any extra cost to the department. The various rates quoted in the tender shall be treated as inclusive of all labour, material, transport charges, lifts, taxes, duties, royalties etc. to give a completed and finished item. Nothing extra on any account is payable. Extra lift above or below ground level is also not payable. The various item numbers given in schedule B are to be co- related for respective items of detailed specifications since the item numbers mentioned in Schedule B are different than those mentioned in detailed specifications. No complaint/difference of opinion shall be entertained only on the ground that detailed specification for any particular item does not appear together with the respective item of Schedule B. 2.0 2.1 GENERAL SPECIFICATIONS FOR MATERIALS CEMENT Cement :- Cement shall conform to I.S. 8112-1989. The type of cement as to whether it shall be Ordinary, Rapid Hardening or Low Heat shall be specified. When no type is specified, Ordinary Portland cement shall be used. 2.1.1 The weight of Ordinary Portland cement shall be taken as 1442 kg. per cum. The measurement of proportion of cement should normally on the basis of weight and bags, each undisturbed and sealed 50 kg. bag being considered equivalent to 35 litres in volume. When part bag is required, cement shall be taken by weight. When the basis of mix is by volume, cement will be taken by weight, assuming 35 litres to be equal to 50 kg. Care should be taken to see that each bag contains full quantity of cement. Test :- When tests are considered necessary, those shall be carried out as indicated in I.S. 81121989. The contractor should ensure that the cement is of sound and required quality before using it. Storage :- Cement required for use shall be as fresh as possible and on planks raised 15 to 20 cm. above the floor and stacked 30 cm. away from the walls in suitable closed weather- proof buildings at the work site or at the selected approved site, in such a manner as to prevent deterioration by dampness or moist atmosphere or intrusion of foreign matter, cement shall be SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.1.2

2.1.3

SIGNATURE OF TENDERER

328 OF 517

stored in such a way as to allow the removal and use of cement in chronological receipt of cement i.e. first received being first used. Not more than 15 bags shall be stacked vertically in one pile and maximum width of the piles should not be more than 3 meters. Any cement which has deteriorated, caked or which has been damaged shall not be used. Cement concerning which there is doubt, shall not be used pending testing and satisfactory results. Cement that is condemned shall be immediately removed form the work site. When temporarily stored in the open or use within 48 hours, it shall be kept on a platform of planks about 15 cm. to 20 cm. above ground and covered with a tarpaulin. Ordinary cement stored for more than 2 months from the date of receipt from the factory shall be subjected to test and used only if found satisfactory. The cost of tests shall be borne by the agency responsible for the storage after two months from receipt. Different kinds or brands of cement or cement of the same brand form different mills should be stored in separate groups and should not be mixed during use except when writing by the Engineer. Cement shall be kept in store under double allocating arrangement of the Department. A board indicating stock and daily transactions of cement shall be kept in each room of the cement store. Daily account of receipt and use of cement bags shall be maintained by the Contractor in the proforma approved by the Engineer. This shall be kept in the store for verification by the supervising Department staff. Copies of the records shall be supplied to the Engineer regularly. 2.1.4 2.1.5 The cement shall not be stored for unduly long periods. It should not be handled in such a way as to impair its strength or useful characteristics. Measurement - When required to be measured, measurement shall be by on the basis of weight with Metric ton as a unit. General : These specifications cover neeru to be used for plasterfinishes in building work. Materials : 1) Lime - Class C lime (i.e. pure fat lime) as mentioned in I. S. 712-1973 shall be used. Lime shall comply with specification No. A-1 in all respects. 2) Water - Water shall conform to specification No. A.5 3) Sand - Sand shall conform to specification No. A.6 All sand shall pass through I. S. sieve No. 50 (0.599 mm.). 2.2.3 Preparation : Lime shall be slaked and mixed with sufficient water to form a thick paste. It shall be reduced to a fine paste by grinding. It shall then be passed through a fine sieve (3 mm. mesh) to remove all unslaked particles and foreign matter and allowed to mellow under water for at least 10 days in large slaking tanks. The surplus water on the top shall be allowed to run off. The slaked lime paste thus formed shall be used for preparing neeru. The neeru shall be prepared by mixing together 4 parts of this lime paste and 1 part of fine sieved sand by volume. Jute fibre finely chopped shall be added to the above mortar at the rate of 4 kg. of jute to every cu. metre of lime-sand mixture (or 1 lb. of jute for every 4 c. ft. of lime sand mixture). The mixture shall then be properly ground to a fine paste between two stones or a mill. The neeru thus prepared shall be kept mosit until used and no more than what can be consumed in 15 days shall be prepared at a time. 2.2.4 2.3. 2.3.1 Measurement : When required to be measured, measurement shall be by volume with cu. metre as the unit. WATER Water for mixing cement/lime mortar or cement/lime concrete : Water for mixing cement/lime mortar or concrete shall not be salty or brackish and shall be clean, reasonably clear and free from objectionable quantities of silt and traces of oil, acid and injurious alkali, salts, organic matter and other deleterious material which will either weaken the mortar or concrete or cause efflorescence or attack the steel in R.C.C. water shall be obtained from sources approved by SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.2 NEERU 2.2.1 2.2.2

SIGNATURE OF TENDERER

329 OF 517

the engineer sources of water shall be maintained at such a depth and the water shall be withdrawn in such a manner as to exclude silt, mud, grass or other foreign materials. Containers for transport, storage and handling of water shall be clean. If required by the Engineer, it shall be tested by compression with distilled water. Comparison shall be made by means of standard cement tests for soundness, time of setting and mortar strength as specified in I.S. 8112-1989. Any indication of unsoundness, change in time of setting by 30 minutes or more, or decrease of more than 10 per cent in strength of mortar prepared with distilled water shall be sufficient cause for rejection of water tested. sea water shall not be used. Water fit for drinking will generally be found suitable for mixing cement/lime mortar or concrete. 2.3.2 Water for curing cement/lime mortar or concrete : Water for curing mortar or concrete should not be too acidic or too alkaline. It should have a pH value ranging between 4.55 to 8.5. It shall be free of elements which significantly affect the hydration reaction or otherwise interfere with the hardening of mortar or concrete during curing or those which produce objectionable stains or other unsightly deposits on concrete or mortar surfaces. Hard and bitter water containing more than 100 p.p.m. of sulphates shall not be used for curing purpose. Sea water and water containing over 3 per cent of chloride salts should not be used for curing reinforced concrete work. Potable water will generally be found suitable for curing cement/lime mortar or concrete. 2.4 FINE AGGREGATE 2.4.1 2.4.2 General - All fine aggregate shall conform to I.S. 383-1963 and relevant portion of I.S. 5151959 as directed by the Engineer. Sand for use in concrete work shall be natural sand or crushed stone screenings. Sand shall be clean, well graded, hard, strong, durable and gritty particles free from injurious amounts of dust, clay, kankar nodules, soft or flaky particles, shale, alkali, salts, organic matter, loam, mica or other deleterious substances and shall be approved by the Engineer. The maximum size of particles shall be limited to 5 mm. where best trap sand available in the region contains murum or laterite particles, such particles may be allowed upto 5 percent. Zeolite crystals may also be permitted upto 4 percent. If the fine aggregate contains more than 4 percent of clay, dust or silt it shall be washed. When the quality of fine aggregate is doubtful, it shall be tested for clay, organic impurities and other deleterious substances as laid down in I.S. 383-1963. It shall not contain deleterious materials in such quantity as to reduce the strength or durability of the mortar or concrete or to attack the reinforcement in the case of reinforced concrete work. sea sand shall not be used. The fine aggregate for concrete shall be graded within limits given in table III or table IV in paragraph 5-2 of the I.S. 383-1963. The fineness modules may range between 2.6 to 3.6. If substitution of a certain quantity of stone screenings will improve the quality of concrete, the Engineer may allow it. The fine aggregate for cement mortar for masonry and first coat of plaster should generally satisfy the following gradings : I.S. Sieve 480 240 120 60 30 SIGNATURE OF TENDERER Percentage by weight passing sieve 100 80 - 95 70 - 90 40 - 85 5 - 50 SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.4.3

2.4.4

330 OF 517

15 The fineness modulus shall not exceed 3.0. 2.4.5

0 - 10

The fine aggregate for cement mortar for fine joints of Ashlar masonry, pointing and second coat of plaster may have the following grading : I.S.Sieve 480 240 120 60 30 15 The fineness modulus shall not exceed 1.6. I.S. 1542-1960 shall generally apply for sand for plaster. Percentage by weight Passing sieve 100 100 75 - 100 40 - 85 5 - 50 0 - 10

2.4.6

Gradation : The gradation of materials from any one source shall not vary in composition beyond the range of values that governs, in selecting source of supply. For determining the degree of uniformity, determination of fineness modulus shall be made upon representative samples furnished by the contractor from such source as he proposes to use. Fine aggregate from any one source having a variation in fineness modulus greater than + 0.20 from average fineness modulus of the representative samples submitted by the contractor shall be rejected or may be accepted subject to such changes in the proportion of aggregate as the Engineer may direct Storage : The fine aggregate should be stacked carefully on a clean, hard surface so that it will not get mixed up with deleterious foreign material. Sand shall not be stacked in high conical heaps so that segregation of heavier particles by sliding down may be prevented. It shall be placed in layers not thicker than those resulting from lorry loads dumped on the same plane.

2.4.7

2.4.8

Tests : The aggregate shall satisfy the tests referred to in I.S. 383- 1963. Samples of sand to be used for a particular item shall be got approved by the Engineer who shall keep it in his office for reference. Royalty : The contractor shall be responsible for observing the laws, rules and regulations imposed under the Minor Minerals act and such other laws and rules prescribed by Government Departments such as Forest and revenue and by competent Local Authorities Royalty, etc. payable for securing the material shall be paid by the contractor subject to general conditions of contract. Where rules permit refund of Royalty for use of the materials in Government work the Engineer will pass a certificate for the quantity so used. No royalty shall be charged when the material is allowed to be obtained from Departmental quarry.

2.4.9

2.4.10

Measurement : When required to be measured, measurement shall be by volume with cu. meter as the unit. No deduction shall be made for the voids. Coarse aggregate shall consist of crushed or broken stone and be hard, strong, dense, durable, clean, of proper gradation and free from skin and coating likely to prevent proper adhension of mortar. The aggregate shall generally be cubical in shape and as far as possible flaky, elongated pieces shall be avoided. Unless special stones of particular quarries are mentioned in the special provisions, aggregates shall be broken from the best trap/granite/quartzite/gneiss stones in that order available in the region and approved by the Engineer. Stone shall have no deleterious reaction with cement. Shingle of the appropriate grading may be permitted to be substituted for SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.5. COARSE AGGREGATE 2.5.1

SIGNATURE OF TENDERER

331 OF 517

some proportion of the metal without price adjustment if it is shown that thereby strength of concrete is increased and workability improved. 2.5.2 The maximum size of the aggregates may be upto 80mm in such proportions as to give maximum density to the concrete. The maximum size should be as large as possible within the above limit but should not exceed 1/4 of the minimum thickness of the member, provided however this size presents no difficulty in the case of R.C.C. to surround the reinforcement thoroughly and fill up the corners of the form work satisfactorily. In the case of general concrete work, a maximum size of 40 mm is used and in R.C.C. work a maximum size of 20 mm will be found satisfactory, but it should be restricted to 6 mm. less than the minimum lateral clear distance between bars or 6 mm. less than the cover, whichever is smaller. The crushing strength of aggregate will be such as to allow the concrete in which it is used to build up the specified strength of concrete. 2.5.3 Approximate range in grading of coarse aggregate may be as under : Maximum size Nominal Percentage of coarse aggregate fraction of Agreegate Range 40 mm to 809 mm 20 mm 40 mm 80 mm 20-36 20 mm to 840mm 40-50 16-36 5 mm to 20 mm 100 50-60 35-44 10 mm to 20 mm 55-67 28-40 10-30 5 mm to 10 mm 33-45 18-30 13-29

Grading tests shall be taken in the beginning and at change of source or machinery or type of metal. Where required by the Engineer, tests indicated in I.S. 383-1963 and I.S. 456-1964 shall be got carried out in an approved laboratory at the contractors cost to show the acceptability of the material. 2.5.4 2.5.5 2.5.6 Coarse aggregate of a porous nature where absorption of water after 24 hours immersion in water, is more than 5 per cent. by weight shall not be used. Limits of deleterious substances shall not exceed those prescribed in 2.3.1.1. and 2.3.1.2 of I.S. 515-1959. Storage - The aggregates of different sizes shall be stored separately and handled in such a manner as to prevent intermixing of different mixes of aggregates required separately for grading purposes. No foreign matter shall be allowed to be mixed up with aggregates. If covered with dust, etc., they shall be washed clean before use. Royalty, etc. - The contractor shall be responsible for observing the laws, rules and regulations imposed under the Minor Minerals Act and such other rules prescribed by Government Departments such as Forest and Revenue and by competent local Authorities. Royalty, etc., payable in connection with securing the materials shall be paid by the contractor subject to general conditions of the contract. Where rules permit refund of Royalty for use of the materials in Government work, the Engineer will pass a certificate for the quantity so used. The Contractors shall be entirely responsible for operating existing quarries or opening new quarries including removal of over-burden shall bear all costs pertaining to them. In the case of Departmental quarries, operations shall be carried out in such a way that their further usefulness is not affected. No Royalty will be charged when the material is allowed to be obtained from a Departmental quarry. When the quarries are not owned by the Department, the contractor shall be responsible for securing the written consent of the land owners for opening new quarries or working old ones SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.5.7

332 OF 517

and for payment of all compensation, Royalty etc. Samples of coarse aggregates requires for the work shall be got approved by the Engineer both regarding quality and shall be kept in Engineers office. The coarse aggregate to be used shall conform to those samples. 2.5.8 2.5.9 Blasting :- Blasting shall be carried out according to instructions laid down in specification No. B.2. Measurement :- When required to be measured, the measurement shall be by volume with cu. meter as the unit. No deduction shall be made for voids. Stone to be used in the masonry and pitching work shall be trap, granite, quartzite, gnesis, literates or any other type of good stones that may be specified in the item. In the absence of mention of a special type in the item or the special provision, good trap, granite, quartzite, or gnesis stones in that order available in the region and known to be satisfactory in use in view shall be used. The stone shall stand weathering well and when immersed in water for 24 hours shall not absorb water more than 5 per cent. of its dry weight when tested according to I.S. 1124-1957. The stone of the required quality shall be obtained form quarries specified in the contract or quarries approved by the Engineer. All stones shall generally be freshly quarried. Laterite stone should be compact in texture and the mottled and streaked colours pervading it should not be very unevenly distributed. Those types in which clay occurs should not be used as building stone. Laterite stones exposed to weather to harden for some time should be preferred. It should not be used where subject to great pressure and liable to be soaked with water. 2.6.2 Quality of face stones :- The stones to be used in the face shall be tough, hard, dense, sound and durable, resistant to weathering action, reasonably fine graded, uniform in colour and texture and free from seams cracks or other defects which would adversely affect the strength, durability or appearance. They shall also be free from weathered portion and skin. The exposed faces shall be entirely free any type of discoloration. Preferably stone shall be form a quarry the product of which is known to be satisfactory quality in use. Stones, shall generally be freely quarried with clean faces and sharp edges shall be of such a character that it can be wrought to such lines and surfaces, whether curved or plane as may be required. Size and shape of stones shall be as per the requirements of each item. Quality of rubble stones :- Rubble stones for heating shall be of approved quality, sound, hard, dense and durable, free form segregation, seams, cracks, weathered portions and other structural defects or imperfections tending to affect their soundness and strength. Stones shall generally be freshly quarried with sharper edges and clean faces. They shall be free from rounded, worn or weathered surfaces or skin or coating which prevents the adherence of mortar. Size and shape of stone shall be as per the requirement of each item. Quality of other stones :- Stone to be used as headers, pin-headers, quoins, coping, etc., shall comply with the requirements of facing and hearing stone as may be relevant and shall further comply with the requirement of size and shape stipulated under the relevant item. Samples :- Samples of stone so to be used in the work shall be got approved by the Engineer before the work is started and such samples shall be maintained in the Engineers office. Royalty, Octroi duties etc. :- Royalties, compensations, octroi duties, etc., payable in connection with securing the stones shall be paid by the contractor subject to conditions laid down in the general conditions of contract. The contractor shall be responsible for observing laws, rules and regulations imposed under the Minor Minerals Act and such other rules, etc., laid down by Government Department and Local Authorities. Where rules permit refund of royalty for use of the materials in Government work, the Engineer will pass a certificate for the quantity so used. No royalty will be charged when the materials are allowed to be obtained from Departmental quarries. In the case of Departmental quarries, operations will be carried out in such a way that their further usefulness is not affected. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.6 STONE FOR MASONRY AND PITCHING 2.6.1

2.6.3

2.6.4

2.6.5 2.6.6

333 OF 517

The contractor will be entirely responsible for operating existing quarries or opening new quarries including removal of overburden and shall near all costs pertaining to them. Where the quarries are not owned by the Department the contractor shall be responsible for securing the written consent of the owners for opening new quarries and working old ones and for payment of all compensation, royalty, etc. The stones whatever their source shall be of the specified quality. 2.6.7 2.6.8 Blasting :- Blasting shall be carried out according to instructions laid down in specification No. B.2 Measurement :- When required to be measured, measurement shall be by volume, length of numbers as the case may be with cu. meter, meter and one as the respective unit. In case of rubble the measurement shall be by volume of stacks without deductions for voids. In case of Khandkies the measurements shall be by length. In case of stones such as the quoins, arch stones, etc., measurement shall be by numbers for specified sizes. In case of stones such as the slabs, coping stones, etc., the measurement shall be by volumes for specified dimensions. For pitching work measurements will be on square meter basis. 2.7. BRICKS 2.7.1 First-Class Bricks :- First-class bricks shall be of regular and uniform size, shape and colour, uniformly well burnt throughout but not over- burnt. They shall have plane rectangular faces with parallel sides and sharp, straight and right angled edges. They shall be free form cracks or other flaws. They shall have a frog of 10 mm. depth on one of their flat faces. They shall give a clear metallic ringing sound when struck. They shall show a fine grained, uniform, homogeneous and dense texture on fracture and be free form lumps of lime, laminations, cracks, air-holes, soluble salts causing efflorescence or other usefulness for the purpose intended. They shall not have any part under-burnt. They shall not break when thrown on the ground on their flat face in a saturated condition form a height of 60 cm. 2.7.1.3 Size :- The size of the conventional bricks may vary form about 22.23 cm. x 10.64 cm. x 10.64 cm. x 6.67 cm to 22.86 cm. x 10.80 cm. x 7.62 cm. Only bricks of one standard size shall be used on one work unless specially permitted by the Engineer. The following tolerances are permitted in the standard conventional size adopted on a particular work. Length Breadth Depth (b) 2.7.1.4 2.7.1.5 2.7.1.6 plus or minus 33 mm. plus of minus 1.5 mm plus or minus 1.5 mm

2.71.1 2.7.1.2

When I.S. bricks are used they shall copy with I.S. 1077- 1966.

Absorption :- After immersion in water, absorption by weight shall not exceed 20 per cent of the dry weight of the brick when tested according to I.S.S. No. 1077-1966. Crushing Strength :- The load to crush the brick when dry shall not be less than 43.7 kg. sq.cm. and when thoroughly soaked, shall not be less than 32.8 kg/sq.cm. Tests :- When bricks are to be used in high load bearing walls, where the load coming on the walls is of the order of 4.37 kg. per sq.cm. and more, where there is a doubt about the 'crushing strength of the bricks, the Engineer may order the compression testes as laid down in I.S. 1077-1966. If different kilns use different materials and methods of burning, one test shall be made for each group of kilns using the same type of materials and methods of burning. If the average strength is less than that mentioned in 1.5 above, the bricks from the kiln SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

334 OF 517

represented by the sample shall be rejected. All tests shall be done at the cost of the contractor. 2.7.2 2.7.2.1 Second-class Bricks :Second-class brick shall be similar to first- class bricks except that they may be slightly overburnt and may not have very sharp edges. Tolerance in depth shall be plus or minus 3 NM. Absorption of water where immersed in water shall not exceed 322 percent. When tested according to I.S. 1077-1966. Crushing strength may be 10 per cent less than that prescribed for First-class bricks. All other provisions specified for first-class bricks shall also apply to second-class bricks. 2.7.2.2 2.8. 2.8.1 When I.S. bricks are used they shall comply with relative provisions for second-class bricks in I.S. 1077-1966. MILD STEEL BARS FOR REINFORCEMENT Material : Mild Steel Reinforcement bars : Mild steel bar reinforcement for R.C.C. work shall conform to I.S. 432-1966 and shall be of the tested quality of not less than Grade I. It shall also comply with the relevant part of I.S. 456-1964. All the reinforcement shall be clean and free form dirt, oil, paint, grease, mill scale or loose or thick rust at the time of placing. The contractor shall produce a test certificate of the manufacturer. If independent tests are considered necessary, they shall be carried out according to I.S. 1251 and 1608-1960. The cost of such tests shall be borne by the contractor. Bars or rods re-rolled from scrap steel shall not be used unless tests show that they fully comply with the I.S. 432-1966. 2.8.2 Storage :- Reinforcement steel shall be stored above ground surface upon platforms, skids or other supports to avoid desertion and sags of long lengths and shall be protected as far as practicable, from surface deterioration by direct contact with undesirable elements or by exposure to conditions producing rust and corrosion. All bars of the same designation shall be stacked separately in racks and distinctly marked. Measurement :- When required to be measured, measurement shall by weight with quintal or tonne as the unit. The bars may be directly weighted or the weights shall be calculated according to standard weights mentioned in the ISI Hand Book correct upto 0.10 kg.

2.8.3

2.9 HIGH TENSILE STEEL BARS (Twisted) The high tensile steel bars for use in pre-stressed concrete work shall conform to I.S. 20901962. The storage shall conform to A.10.2. The tensile strength of the high tensile steel bars shall be as specified in the special provisions of the item. In the absence of the given strength the minimum ultimate strength shall be taken as 100 kg/sq.mm. Measurement shall conform to A.10.3. 2.10 STRUCTURAL STEEL 2.10.1 All structural steel shall conform to I. S. 226-1969 and I. S. 800-1962. The steel shall be free from defects mentioned in I. S. 226-1969 and I. S. 800-1962. The steel shall be freefrom defects mentioned in I. S. 226-1962 and shall have a smooth uniform finish. It shall be straightened if necessary, in the mill before shipment. Material shall be free from loose mill scale, rust-pits or other defects affecting its strength and durability. Rivet bars shall conform to I. S. 1148-1973.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

335 OF 517

2.10.2

Storage : Structural steel shall be stored above surface of the ground upon platforms, skids or other suitable supports to aviod distortion of sections in long length and shall be protected as far as practicable from surface deterioration by direct contact with harmful elements or exposure to conditions producing rust and corrosion. It should be so stored and handled that the material will not be subject to excessive stress and damage. Straightening : All deformed structural material will be properly straightened by methods which are not injurious prior to being laid off, punched or otherwise worked in the shop. Sharp kinks and bends shall be cause for rejection. Tests : When the steel is supplied by the contractor, test certificates of the manufactures shall be produced. If further tests be necessary, they will be done according to I. S. 226-1969 and I. S. 1521-1972, 1608-1972; the cost of such tests will be born by the Department if the results are satisfactory and by the contractor if the results are unsatisfactory. Measurement : The sections shall be supplied in specified exact lengths, smoothly cut to the required lines. The lengths of sections shall be measured correct to a centimeter and weight calculated on the basis of standard weights prescribed by I. S. I. for each relevant section correct up to 0.10 of a kg. Tolerances mentioned in I. S. 226-1969 shall be applicable unless other tolerances are prescribed in the specifications of any particular item. The Contract rate shall be for a unit of one quintal (220 lbs. approx.) or one tonee (2,200 lbs. approximately).

2.10.3

2.10.4

2.10.5

2.11 MILD STEEL BINDING WIRE 2.11.1 The mild steel wire shall be of 1.63 mm. or 1.22 mm (16 or 18 gauge) diameter and shall conform to I.S. 280-1962. The use of black of galvanised wire will be permitted for binding reinforcement bars. It shall be free form rust, oil, paint, grease, loose mill scale or any other undesirable coating which will prevent adhesion of cement mortar. 2.11.2 Storage :- The wire coils shall be stored above ground platform or other supports and protected form surface deterioration by direct contact with harmful elements or by exposure to conditions producing rust or corrosion. Measurement and Payment :- No measurements will be taken of the wire used for tightening reinforcement bars. The rate of reinforcement steel and its fabrication shall incur the cost of the binding wire. Measurement :- When required to be measured, measurement shall be by weight and quintal or tonne as the unit. The wire shall be measured correct up to 0.10 kg. General : The specifications cover the requirements of good quality timber to be used for various works. When the kind of wood is not specially mentioned, good Indian Teak ( Tectona Grandis) alone shall be used. Quality : Timber to be used in building works shall be from the heart of a sound tree of mature growth, the sapwood being entirely removed. It shall be uniform in substance, straight in fiber, free form large, loose dead or cluster knots, flaws, shakes, wrap, cup, spring, twist, bends or defects of any kind. It should be free form spongy, brittle, flaky or brush condition, sapwood and borer holes. All timber shall be seasoned and be free decay, rot, harmful fungal and insect attacks and from any other damage of harmful which will affect the strength, durability, appearance or its usefulness for the purpose for which it is required. 2.12.3 Colour : The colour should be uniform as far as possible, the darkness of colour amongst coloured surface of timber being generally a sign of strength and durability. SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.11.3

2.11.4

2.12 TIMBER 2.12.1

2.12.2

SIGNATURE OF TENDERER

336 OF 517

2.12.4

Kinds : Timber shall be of the species mentioned in the tender items. Normally for doors, windows, roof, scantlings, trusses, etc., in all permanent and first class works, Indian Teak Wood (Tectona Grandis) of the best quality like that from Dandeli , Ballarshah, and Bulsar shall be used. Properly seasoned and treated Nana (Legarstromeia Lanceolata) wood can be used as an alternative to teak wood when so specified. Seasoning : Only properly seasoned timber shall be used for first class work. Seasoning of timber shall be judged form its moisture contents as laid down in I.S. 287-1960. The timber should be well seasoned in the log before being cur into scantlings and thereafter also in scantlings as long as possible. Care must be taken to see that wrapping and cracking does not set in during seasoning. The minimum permissible moisture contents for timber for various purposes shall be as under :Climatic Zones as per I.S. 287-1960 Zone I Dry Area Humid Area Annual fall Annual rain Area Anfall over 200 cm nual rain fall 100 40 ) to 200 ZoneII Moderate ly Dry Area Anbelow 50 cm (75) (40 to 75") ZoneIII Moderately nual rain fall 50 (20") Zone IV

2.12.5

Area Humid to 100 cm (20 to

Moisture Content ( Percent of over dry weight of timber ) A) For roof & floor timbers, roof & weather boarding & other carpenters work 12 14 17 20

Zone I Dry Area Humid Area Annual fall Annual rain Area Anfall over 200 cm nual rain fall 100 40 ) to 200

ZoneII Moderate ly Dry Area Anbelow 50 cm (75) (40 to 75")

ZoneIII Moderately nual rain fall 50 (20")

Zone

IV

Area Humid to 100 cm (20 to

Moisture Content ( Percent of over dry weight of timber ) B)For joinery in -cluding frames, stair cases, mo -ulding & other joiners work. C) Floor & mat -ch boarding 10 12 14 16

10

10

12

Notes :- The above limits may be relaxed for timber intended for temporary construction such as shoring from work, bullies, and the like. 2.12.6 2.12.7 Grading :- Grading for structural timber shall be as per clause 5 of I.S. 883-1966. Stacking :- As soon as the foundations of a building are laid, all necessary timber scantlings shall be brought to site and stacked as laid down generally in I.S.1141-1966 and kept under SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

337 OF 517

cover and allowed to remain till required. 2.12.8 Inspection :- Timber for building work shall not be wrought until seen necessary approved by the Engineer, who may reject defective timber shall be immediately removed from the site of work. Any effort like plugging, painting, using any adhesives or resinous materials to hide the defects shall render the pieces rejectable by the Engineer. Timber presented for inspection shall be clean and free from dust, mud paint or other material which may conceal the defects. Cut off ends for protection can be done after inspection with raw linseed oil or any other material approved by the Engineer. No timber work shall be painted, tarred or oiled without the previews permission of the Engineer. Sawing :- All scantlings, planks etc., shall be sawn in straight lines and planes and of uniform thickness and of full measurement from end and shall be sawn in the direction of the grain. They shall be sawn with such sufficient margin as to secure specified dimensions, lines and planes after being wrought.

2.12.9

2.12.10 Tolerances :- The Engineer may allow tolerances in the defects permissible as per I.S. 8831966, clause 5.2 and table II in it, if in his opinion any particular permissible defect does not reduce the usefulness of the piece for the purpose for which it is required. The tolerances for defects shall be mentioned in the specifications for individual item of wood work. Maximum slope of grain shall range between 1 in 10 and 1 in 20 as per I.S. 883-1966, clause 4.2.3. 2.12.11 Rejected Timber :- Any timber rejected shall at once be removed from the site of works. 2.12.12 Classification :- Timber shall be classified as : a) Logs round, square or rectangular when the felled timber is not at all processed or when its only partially hewn to a square or rectangular shape on the outside. Quantity is measured in cubic meters. Pole or post-natural felled timber without any processing, is classified according to the midgrith or middiameter or according to the girth or diameter at top and bottom excluding bark in each case. These are measured in meters in groups of each girth or diameter. Planks :- When the thickness of the sawn scantling is less than 5 cms. and width is more than 5 cm. they are classified as planks . Quantity is measured in cubic meters or square meters with specified thickness. d) e) Battens :- When the thickness and width are each less then 5 cm. these are classified as battens and supply is measured in meters only an completed item in sq.metres. Scantlings :- Sawn scantlings of dimensions other than the above. These are measured in cubic meters. General :- The specifications cover the requirements for oil paint to be used as a garnishing material with respect to its composition, form, conditions, and tests to be carried out. Unless expressly permitted in the special provisions or directed by the Engineer, nothing but ready mixed (factory mixed) paints satisfying the I.S. specifications for the particular paint shall be used. But in case when the Engineer permits use of stiff paints, the procedure for preparing paints shall be as described in the specifications given below . 2.13.1 Material :-The paint shall be of the specified colour and shade and approved by the Engineer. The Paint shall comply in all respect with relevant Indian Standard form : I.S. : 105, 107, 111 to 116, 130 to 132, 134, 149 to 153, 159 and 163-1950. I.S. : 108, 135, 136 - 1952. I.S. : 102 to 104, 106, 118 to 129 - 1962. I.S. : 117-1964.

b)

c)

2.13 OIL PAINTS

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

338 OF 517

I.S. : 133,137,148,154 to 157 - 1965. I.S : 109, 110, 158, 161, 162 - 1968. The exact references depending on choice of paint, the specified purpose to be served such as under-coating, finishing, exterior or interior painting & mode of application of paint like spraying and brushing. The detailed specifications for any item on painting shall mention the mode of application of paint. If mode is not mentioned application shall be with brushes. Except as otherwise required in the cited specifications, all paints shall meet the following general requirements. 2.13.1.1 The paint shall not show excessive settling in a freshly opened full can and shall be redispersed with a paddle to a smooth, homogeneous state. The paint shall show no curdling, levering, caking or colour separation and shall be free form lumps and skins. 2.13.1.2 The paint as received shall brush easily, possess good levelling properties and show no cunning or sagging tendencies when applied to smooth steel vertical surfaces at a rate of 10 sq.m. per liter ( about 500 sq. ft. per gallon) 2.13.3 2.13.4 The paint shall not skin within 48 hours in a three quarters filled closed container. The paint shall dry to a smooth uniform finish free form roughness grit, unevenness and other surface imperfections. The paint shall show no striking or separation when flowed on clean glass. All vehicles shall be free resin and resin derivatives. They may contain additional agents such as anti-sticking and wetting aids. The paints shall be supplied in strong, substantial containers, clearly marked with ready mixed weight and volume of the manufacturer. They shall not be opened until actually required for use. Paints form containers which have been opened shall be used first. 2.13.6 Use :- Ready mixed paint shall be used exactly as received from the manufacturers and generally to their instructions and without any admixtures whatsoever except with the previous approval of the Engineer. Tests:- In case of doubt regarding the quality, the paints supplied by the contractor shall be tested in an approved laboratory as described in I.S. 101-1964 if considered necessary by the Engineer. The cost will be borne by the Department if the paint satisfies the specifications and by the contractor is otherwise. ROLLING STEEL SHUTTERS Providing and fixing rolling steel shutters fabricated from 18/20 gauge steel laths with ide guides boottom rail, brackets, door suspension shaft, rolling springs, locking arrangements and housing at the top including painting complete. 2.14.1 General : The rolling steel shutters shall be of approved make and design and shall be suitable for fixing in the position ordered, i.e. outside, inside, on or below lintel or between jambs. The shutter shall be of the manually operated pull or push up type up to 10 sq. m. area. If the area of the shutter is between 10 sq. m. and 13 sq. m. three ball bearings shall be provided for easy operation. The particulars of the shutters shall generally be as under unless any other suitable changes are proposed by the approved manufacture and accepted by the Engineer :a) The shutter shall be constructed with curved slats or laths from mild steel sheets of the specified gauge. The laths shall be machine moulded and straightened with an effective bridge depth of 16 mm. These slats shall slide into one another forming a continuous hinge throughout their length and shall be fitted with alternating end lock. b) Side guides and Bottom rail shall be built up from mild steel rolled sections but in the case of small shutters they may be of pressed steel. The sizes of these members shall be as shown on drawings or as approved by the Engineer. The guides shall be generally 6 cm.

2.13.5

2.13.7

2.14

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

339 OF 517

c) Rolling springs shall be manufactured from tested unbreakable high tensile tempered spring steel wire or strip of adequate strength to balance the shutter in all positions. d) The springs assembly shall be supported on strong mild steel or malleable cast iron brackets shaped to fit the lintel. The shutter when coiled up shall be housed in a box of 18 guage sheet metal. e) Locking arrangement shall be provided at the bottom of the shutter at both ends. The shutter shall be opened from outside. f) The shutter shall be complete with door suspension shafts, locking arrangements, pulling hooks, handles and other accessories. g) Fixing shall be done in a workmanlike manner so that the operation of the shutter is easy and smooth. All work disturbed or cut away shall be made good to match the existing. 2.14.2 2.14.3 Finishing : The whole work shall be painted with a coat of red lead and 2 coat of aluminium or other paint of approved shade as directed as per specification No. B.21.a. Item to include : The rate shall include all labour, materials and use of equipment to carry out the following :a) Providing and fabricating the shutter, guides, brackets, bottom rails, housing box and other accessories. b) Transporting, erecting and fixing the shutter. c) Finishing as specified above. 2.14.4 Mode of measurement and payment : The contract rate shall be per sq. m. of the clear opening to be covered. The dimensions of the opening shall be measured correct to two places of decimals of a metre and the area calculated correct to three places of decimal of a sq. m. COLLAPSIBLE STEEL GATES Providing and fixing collapsible steel gates in one/two leaves, with channel pickets, pivoted flat bars, including top and bottom, guide, rollers, stoppers, handles, all fitting accessories, locking arrangements and painting complete. 2.15.1 General : The item refers to collapsible steel gates in one or two leaves as mentioned in the item. The gates shall be of the approved design and make and fabricated out of best quality mild steel channels, flats, etc. Dimensions and other particulars shall generally be as under unless other design is shown in the drawings or approved by the Engineer :a)

2.15

Pickets : These shall be of 20 mm. mild steel channels of heavy spection unless other
sizes are shown in the drawings. Distance centre to centre of channel pickets shall be 12 cm. with an opening of 10 cm or as ordered.

b) c) d)

Provided mild steel flats shall be 20 mm. x 6 mm. or as ordered. Top and bottom guides shall be tee or flat iron of approved size. Other fittings like stoppers, fixing holdfasts, locking cleats, brass handles brass lock and cast iron rollers shall be of approved design and size.

The fitting shall be done in a workmanlike manner. The gate shall open and close smoothly and casily. All work cut and disturbed in fixing shall be made good to match the existing. The bottom runner shall be sunk level with the floor and proper groove shal be formed along the runner. 2.15.2 2.15.3 Finishing : The gate shall be finished with 2 coats of oil paints of approved colour and shade on an undercoat of red lead as per B.21.a. Item to include : The rate shall include all labour materials and use of equipment to carry out the following :

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

340 OF 517

a) b) c)

Providing the fabricated steel collapsile gate with its accessories and fitting and transporting it to the site. Erecting and fixing the gate in the required position as specified above. Finishing. Standard Cement Consumption For various items of works.

Sr. No. 1.

Item

Unit

Requirement in bags 4.

2.

3.

PLAN CEMENT CONCRETE 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. Cement concrete (1:1:2) Cement concrete (1:2:4) Cement concrete (1:3:6) Cement concrete (1:4:8) Cement concrete (1:5:10) Cement concrete M-15 (1:2:4) Cement concrete M-20 (1:11/2:3) Cement concrete M-25 Cement concrete M-30 Cement concrete M-35 B. B. masonry in C. M. 1:6 proportion B. B. masonry in C. M. 1:8 proportion Half brick masonry in C. M. 1:4 proportion U.C.R.S. masonry in C.M. 1:6 proportion C.R.S. masonry in C.M. 1:5 proportion C.R.S. masonry in C.M. 1:6 proportion Providing and laying damp proof course 50 mm. thick in (1:2:4) Finishing the terrace slab 20 mm. thick in C.M. 1:3 proportion. Providing water proofing to W.C. and bath SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL Sqm. 0.276 Sqm. 0.20 Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Sqm. Cum. Cum. Cum. Sqm. 9.76 5.84 4.05 3.20 2.52 5.90 6.90 8.50 9.20 10.20 1.44 1.13 0.22 1.77 1.80 1.50 0.35

REINFORCED CEMENT CONCRETE

BRICK WORK

STONE MASONRY

DAMP PROOF COURSE

341 OF 517

20. 20 A. 21. 22. 23. 24. 25. 26. 27. 28. 29.

Providing water proofing to W.C. and bath including brick bat coba. Injection Grouting Providing internal cement plaster 6 mm thick single coat in C.M. 1:4 Providing internal cement plaster 6 mm thick single coat in C.M. 1:3 Providing internal cement plaster 12mm thick single coat in C.M. 1:5 -- do -- in C.M. 1:4 proportion -- do -- in C.M. 1:3 proportion Providing cement plaster 20 mm. thick in single coat in C.M. 1:3 -- do -- in C.M. 1:5 in two coats -- do -- in single coat in C.M. 1:5 proportion -- do -- in two coat in C.M. 1:4 proportion -- do -- in two coats in C.M. 1:3 proportion

Sqm. Lit. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm. Sqm.

4.00 0.03 0.045 0.07 0.08 0.10 0.12 0.19 0.13 0.13 0.15 0.19 0.22 0.22 0.22 0.03 0.025 0.05 0.04 0.03 0.044

PLASTERING

31. 32. 33. 34. 35. 36. 37. 38. 39.

-- do -- 25 mm. thick in two coats in C.M. 1:4 proportion Sand faced plaster in two coats Rough cast plaster in two coats in C.M. 1:4 proportion Providing flush grooving pointing in C.M. 1:3 for brick work -- do -- to stone masonry in C.M. 1:3 proportion Providing tuck pointing with C.M. 1:3 proportion Providing weathered pointing in C.M. 1:3 for stone masonry Providing vee pointing for stone masonry in C.M. 1:3 Providing fine finish 1.5 mm. thick over

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

342 OF 517

green surface. PAVING, FLOORING, FINISHING AND DADO 40. Providing and laying R.S.H. flooring 25 mm. to 30 mm. on bed of 1:6 C.M. and pointing C.M. 1:3 41. 42. 43. -- do -- 40 mm. to 50 mm. -- do --- do -- 50 mm. to 60 mm. -- do -Providing and laying polished shahabad stone flooring 25 mm. to 30 mm. thick on bed 1:6 proportion. 44. Providing and laying polished tandur stone flooring 25 mm. to 30 mm. thick on bed 1:6 proportion 45. -- do -- polished Kotha stone flooring 25 mm. to 30 mm. thick on bed 1:6 proportion. 46. Providing and laying skirting and dado of polished shahabad stone 25 to 30 mm. with 1:4 C.M. 47. 48. Providing and laying skirting of polished tandur stone 25 to 30 mm. with 1:4 C.M. Providing and laying C.C. flooring 40 mm. thick with c.c. 1:11/2:3 49. 50. -- do -- 50 mm. thick -- do -Providing and laying flooring of plan cement tiles of 25x25 mm. on bed 1:6 for flooring 51. 52. 53. 54. 55. 56. 57. 58. -- do -- for dado and skirting on polished surface 1:4 proportion Providing and laying coloured tiles 25 x 25 mm. size. -- do -- for dado skirting. Providing and laying white glazed tiles 150 x 150 mm. for flooring. -- do -- for dado and skirting. Providing and laying gray cement base mosaic tiles for flooring 25 x 25 cm. -- do -- for dado and skirting Providing and laying machine cut white Sqm. Sqm. 0.18 0.17 Sqm. Sqm. 0.21 0.15 Sqm. Sqm. 0.18 0.22 Sqm. 0.15 Sqm. 0.18 Sqm. Sqm. 0.44 0.15 Sqm. 0.36 Sqm. 0.18 Sqm. 0.18 Sqm. 0.130 Sqm. 0.130 Sqm. Sqm. Sqm. 0.14 0.150 0.13 Sqm. 0.135

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

343 OF 517

makrana flooring. 59. 60. -- do -- for dado -- do -Providing and laying in situ marble mosaic tiles 10 mm. thick. a) Gray cement Sqm. b) White cement 61. -- do -- for dado -- do -a) Gray cement Sqm. b) White cement 62. 63. Providing and laying required position flooring of broken china Providing and laying polished shahabad stone 25 to 30 mm. thick for tread and riser. Following constant values shall be adopted for calculating weight/meter or M.S. Bars Sr. No. 1. 2. 3. 4. 5. 6. 7. 8. 9. Bar diameter 6 mm. dia 8 mm. dia 10 mm. dia 12 mm. dia 16 mm. dia 20 mm. dia 22 mm. dia 25 mm. dia 28 mm. dia Weight in Kg/Rmt. 0.22 Kg./Rmt. 0.40 Kg./Rmt. 0.62 Kg./Rmt. 0.89 Kg./Rmt. 1.58 Kg./Rmt. 2.47 Kg./Rmt. 2.98 Kg./Rmt. 3.80 Kg./Rmt. 4.80 Kg./Rmt. Sqm. 0.18 0.20 Sqm. Sqm. 0.28 0.30 0.20 Sqm. 0.13 Sqm. 0.18

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

344 OF 517

1. LAND DEVELOPMENT
Item No. 1 Excavation for leveling of land in earth soil of all sorts, sand, gravel or soft murum including dressing section to the required grade and conveying the excavated materials with all lifts up to a lead of 100 m. spreading for embankment or stacking etc. as directed by Engineer - in - Charge. (Rd 2 P-180) Item No. 2 do as per item No. 1 but excavation in hard murum with or without boulders etc. complete. (Rd 3 P183 / Rd 4 P-184) Item No. 3 do as per item No. 1 but excavation in soft rock with or without boulders etc. complete. (Rd 5 P-184) Item No. 4 Not applicable General : The item shall consist of excavation for area development and excavation for W.B.M. road formation in earth soils of all sorts gravel soft murum, Hard murum, soft rock, hard rock with all lifts using heavy earth moving machinery, tools, plants and equipment or labours including dressing the excavated area to the required lines and grade conveying / transporting the excavated soil to pre-indicated locations with all lifts and lead upto 2 km. including spreading the spoils in layers of 200 mm. to 300 mm. thickness or stacking the required quantity of selected hard murum and soft murum along the W.B.M. road side etc. complete as directed. CLEARING THE SITE : The land to be developed shall be cleared of all trees, bushes, loose stones vegetation etc. All the materials cleared shall be the property of the Board. Useful materials shall be arranged in convenient stacks within 50 meters lead as directed. Unsuitable material shall be disposed off as directed. CLASSIFICATION OF EXCAVATION : All materials involved in excavation shall be classified by the Engineer-in-Charge in the following groups : Ordinary Soil: This shall comprise vegetable or organic soil, turf, sand, silt, loam, clay, mud, peat, black cotton soil, soft shale or loose murum, a mixture of these and similar material which yields to the ordinary application of pick and shovel, rake or other ordinary digging implement, removal of gravel or any other nodular material having diameter in any one direction not exceeding 75 mm. occurring in such strata shall be deemed to be covered under this category. Hard Soil: This shall include : i. ii. iii. iv. v. Stiff heavy clay, hard shale, or compact murum requiring grafting tool or pick or both and shovel closely applied. Gravel and cobble stone having maximum diameter in any one direction between 75 and 300 mm. Soling of roads, paths, etc. and hard core. Macadam surfaces such as water bound, and bitumen / tar bound. Lime concrete, stone masonry in lime mortar and brick work in lime / cement mortar, below ground level. SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

345 OF 517

vi. vii.

Soft conglomerate, where the stones may be detached from the matrix with picks, and Generally any material which required the close application of picks, or scarifies to loosen and not affording resistance to digging greater than the hardest of any soil mentioned in the (i) to (vi) above.

Marshy Soil: This shall include soils excavated below the original ground level of marshes and swamps and soils excavated from other areas requiring continuous pumping or bailing out of water. Ordinary Rock (Not Requiring Blasting): This shall include i) ii) iii) Limestone, sandstone, laterite, hard conglomerate or other soft or disintegrated rock which may be quarried or split with crowbars. Non reinforced cement concrete which may be broken up with crowbars or picks and stone masonry in cement mortar below ground level. Boulders which do not require blasting having maximum diameter in any direction of more than 300 mm. found lying loose on the surface or embedded in river bed, soil talus, slope wash and terrace material of dissimilar origin, and Any rock which in dry state may be hard, requiring blasting, but which when wet becomes soft and manageable by means other than blasting. However light blasting may be resorted to for loosening or ordinary rock but this shall not entitle the rock to be classified as hard rock.

iv)

Hard Rock (Requiring Blasting) This shall comprise of : i. ii. iii. Any rock or cement concrete for the excavation of which the use of mechanical plant or blasting is required. Reinforced cement concrete (reinforcement cut through but not separated from the concrete) below ground and Boulders requiring blasting.

Hard Rock (Blasting Prohibited): Hard rock requiring blasting as described under (e) above but where blasting is prohibited for any reason and excavation has to be carried out by chiseling, wedging or any other agreed method. Authority For Classification: The classification of excavation shall be decided by the Engineer-in-charge and his decision shall be final and binding on the contractor. Merely the use of explosive in excavation will not be considered as a reason for higher classification unless blasting / chiselling is clearly necessary in the opinion of the Engineer-incharge. All the excavated material shall be the property of the MSEB. SETTING OUT: After clearing the site the contractor shall provide all labour and material such as lime, string, pegs, nails, bamboos, stones mortar concrete etc. required for setting out and establishing bench marks and obtaining profiles. The contractor shall be responsible for maintaining the Bench marks, profiles demarcation etc. as long as they are required for the work in the opinion of the Engineer-In-Charge. If the contractor defaults in this respect even after directions of Engineer-In-Charge with in specified time they may be restored by the Engineer at the cost of the contractor. Levels and sections of the ground shall be taken and recorded in the presence of the contractor or his authorise representative before the filling is started to serve as basis of measurement. The contractor or his representative shall sign the book in token of his acceptance of the levels etc. If there is any disagreement the contractor shall inform of it in written to the officer concerned SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

346 OF 517

with specific reference to the sections before starting further work. Once the work is started the contractor is deemed to have accepted to levels, profiles as taken by department official and no cognizance of any complaint shall be taken. Merely not signing of the level book shall not be deemed as disagreement or dispute or acceptance of the say of the contractor. MATERIAL : All the useful materials such as all types of soils and shingle mixed with soils, soft murum, hard murum, with small boulders less than 150 mm. size and soft rock obtained from excavated stuff shall be made use of to the extent ordered by the Engineer. Big boulders exceeding 150 mm. size of rubble of excavation shall not be used for filling work unless permitted by the Executive Engineer. Some quantity of filling materials useful for other items may be ordered to be reserved for use and in that case shall not be used for filling in the absence of any specific orders regarding reserving a portion of the materials all the excavation stuff approved by the Engineer and other than mentioned here in before such as soil etc. shall be used for filling. Piece of wood or other perishable materials shall not be used for filling. EQUIPMENTS : Pickaxes, crowbars, phavaras, showers, pans etc. may be used for manual work. Scrapers, dozers, graders, dumpers trucks, trolleys etc. may be used for mechanised works. Three wheeled 8 to 10 ton power roller or sheep foot roller may be used for compaction. In case of non availability of power roller the Board may procure on hire basis power roller in which case the hire charges paid plus 15% extra or departments over heads will be recovered from the contractors bills Bullock carts with tanks or mechanically driven tanker may be used for watering. The contractor will have to ensure that the watering is done profusely. In case he fails to use adequate quantum of water (Adequacy will be decided by the Engineer whose decision in this regard shall be final). The engineer will have the right to make arrangements for procuring additional water at contractors cost by giving 24 hours notice in writing. The departmental expenditure incurred plus 15% overhead shall be recovered through the contractors bills. CONSTRUCTION METHODS : Before any materials is laid for filling the ground shall be cleared of all rubbish etc. and holes if any shall be filled up and consolidated when the filling is done on slope the existing slopes shall be ploughed deeply. If the cross slope are steeper than 3 steps with reverse slopes shall be cut into the slopes to give proper hold and seating to the filling as directed by Engineer. On surface flatter than 1 in 3 no special surface treatment shall be necessary. PROTECTION : Proper care shall be taken to ensure that the method of operation of the filling does not cause damage or undue strain to any structural element. The contractor shall take all precautions necessary for the protection of the filling by diversion of surface flows, rainwater etc. FINISHING : The filling shall be finished evenly to the required yard level with due allowance for shrinkage. All damages caused by rain, flood ruts due to vehicles etc. shall be made good in finishing operation. MAINTENANCE : The contractor shall be responsible for maintaining the filling satisfactory at his cost for a period of 3 months after completion including making good any damages. TESTING : The compaction shall be carried out thoroughly enough till no further compaction is achieved by the roller. EXCAVATION IN SOFT ROCK AND HARD ROCK : The detailed specifications for this item shall generally confirm to those of Item No. 1 except that the excavation shall be in soft rock and hard rock and shall be done by Controlled blasting / chiselling according to the standard specifications of PWD and in accordance with the instructions and rules in force regarding use and transport of explosives. chiselling shall be carried out in accordance with B.1.12. given in general SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

347 OF 517

specification for excavation. Blasting: (Not Applicable) This shall include all rock occurring in masses or boulders bigger than half cubic metre each, which can best be removed by blasting and where, -in the opinion of the Engineer, if necessary. Manjrya rock shall be considered as hard rock. While preparing the site for blasting, contractor must put m.s. plate of 15 mm. thick on the area to be blasted in consultation with the Engineer-in-Charge and do blasting after getting the consent of other authorities who are likely to afftected by the blasting. Blasting shall be carried out only with the written permission of the Engineer. All the laws, regulations, rules, etc. pertaining to the acquisition, transport, storage, handling and use of explosives shall be rigidly followed. The magazine for the storage of explosive shall be built to the designs and specifications of the Explosives Department and locked at the approved site. No unauthorised person shall be admitted into the magazine and when not in use shall be kept securely locked. No matches or inflammable material shall be allowed in the magazine. The magazine shall have an effective lighting conductor. The following shall be hung in the lobby of the magazine:a) b) c) d) A copy of rules both in English and in the language with which the workers concerned are familiar. A statement of up-to-date stock in the magazine. A certificate showing the last date of testing of the lighting conductor. A notice that smoking is strictly prohibited.

In addition to these, the contractor shall also observe the following instructions and any further additional instructions which may by given by the Engineer and shall be responsible for damage to property and any accident which may occur to workmen or the public due to any and all operations connected with storing and handling or use of explosives and blasting. The Engineer shall frequently check the contractors compliance with the precautions. Materials, tools and equipment The black powder, explosives detonators, fuses, tamping materials, electrical firing equipment, if used, tools for drilling holes and tamping shall be subject to the approval of the Engineer. The Engineer may specify type of explosives to be allowed in special cases. The fuse to be used in wet locations shall be sufficiently water resistant as to be unaffected when immersed in water for 30 minutes. The rate of burning of the fuse shall be uniform and definitely known to be permit such a safe length being cut as will permit sufficient time to the fire to reach safety before explosion takes place. Detonators shall be capable of giving effective blasting of the explosives. The blasting power, explosives, detonators, fuses, etc. shall be fresh and not damaged due to damp, moisture or any other cause. They shall be inspected before use and damaged articles shall be discarded totally and removed immediately. Personnel : The blasting operation shall remain in charge of competent and experienced supervisor and workmen who are thoroughly acquainted with the details of handling explosives and blasting operations. Blasting operation : The blasting shall be carried out during fixed hours of the day preferably during the midday luncheon hour or at the close of the work as ordered in writing by the Engineer. The hours shall be made known to the people in the vicinity. All the charges shall be prepared by the man in charge only. Red danger flags shall be displayed prominently in all directions during the blasting operations. People except those who actually light the fuse shall be prohibited from entering into this area. The flags shall be stationed at 200 meters (656' approx.) from the blasting site in all directions and all persons including workmen shall be excluded from the flagged area at least 10 minutes before the firing, a warning whistle being sounded for the purpose.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

348 OF 517

The charge hole shall be drilled to required depths and in suitable places. When blasting is done with dynamite and other high explosives, dynamite cartridges are prepared by inserting the square cut end of a fuse into the detonator and finishing it with nippers at the open end, the detonator gently pushed into the primer leaving 1/3 rd of the copper exposed outside. The paper of the cartridge is then closed up and securely bound with wire of twine. The primer shall be housed into the explosive. Bore holes shall be of such size that the cartridge can easily pass down. The holes shall be cleared of all debris and explosive inserted. The space for about 20 cm. (8") above the charge is then gently filled with dry clay, pressed home and the rest of the tamping is formed of any convenient material gently packed with a wooden rammer. At a time, not more than 10 such charges will be prepared and fired. The man in charge shall blow a whistle in a recognised manner for cautioning the people. All the people shall then be required to move to safe distances. The charges shall be lighted by the man in charge only. The man in charge shall count the number of explosions. He shall satisfy himself that all the charges have been exploded before allowing the workmen to go to the work site. Misfire : In case of a misfire the following procedure shall be observed:Sufficient time shall be allowed to account for the delayed blast. The man in charge shall inspect all the charges and determine the missed charge. If it is blasting powder charge it shall be completely flooded with water. A new hole shall be drilled at about 45 cm. (about 18") from the old hole and fired. This should blast the old charge. Should it not blast the old charge, the procedure shall be repeated till the old charge is blasted. In case of charges of gelignite, dynamite etc. the man in charge shall gently remove the tamping and the primer with the detonator. A fresh detonator and primer shall the be used to blast the charge. Alternatively the hole may be cleared of one foot of tamping and the direction then ascertained by placing a stick in the hole. Another hole may then be drilled 15 cm. (about 6") away and parallel to it. This hole shall then be charged and fired when the misfired hole should explode at the same time. The man in charge shall report to the office at once all cases of misfire, the cause of the same and what steps were taken in connection therewith. If a misfire has been found to be due to defective detonator or dynamite, the whole quantity in the box from which defective articles was taken must be sent to the authority directed by the Engineer for inspection to ascertain whether all the remaining materials in the box are also defective. Accidents : The contractor shall be solely responsible for any accident during the entire procedure of handling explosive and blasting and shall pay necessary compensation to persons affected or damage to lands or property, etc. due to the blasting without extra claims. Account : A careful and day-to-day account of the explosives shall be maintained by the contractor in an approved register and in an approved manner and shall be open to inspection of the Engineer at all times. Surprise visit may also be paid by the Engineer to the storage and in case of any unaccountable shortage or unsatisfactory accounting, the contractor shall be liable to be penalized by forfeiture of part or whole of his security deposit or by cancellation of tender in which case he shall not be entitled for any compensation.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

349 OF 517

ITEMS TO INCLUDE a) b) c) d) e) f) g) h) Cleaning site Setting out including labour, material and fixing reference marks. Preparing the ground for filling. Spreading, breaking clods. Loading, unloading, transportation of the excavated material with all leads. Finishing and dressing the filling and side slopes. Protecting and maintaining the filling. All labour, materials, use of equipment tools plants satisfactorily. necessary for compaction of work

MODE OF MEASUREMENTS AND PAYMENTS The contract rate shall be for a unit of one cubic meter for the strata mentioned in the wordings of the item of excavation acceptably completed, limited to the dimensions shown on the plan or as directed by the engineer. The excavation shall be measured in its original position (in situ in cutting) by taking cross sections before the work starts and after it is entirely completed. The quantity of excavation shall be worked out by the average end area method. The individual dimensions and areas of the cutting shall be measured correct up to two places of decimals of a meter and sq. meter respectively and the quantity worked out correct up to two places of decimals of a cubic meter. The measurements in respect of local bunds (soil conservation bunds) shall be based on the average area of cross section and area of the bunds, the bunds which will be worked out as average of the cross sectioned areas of two ends each equivalent to 2/3 area of circumscribing rectangle. (i.e. 2/3X base width X height). The quantity of the earth work shall be worked out by multiplying the average area of cross-section by the length of the bund. When the classification of the strata changes the contractor shall bring this to the notice of the Engineer-InCharge who will then verify and if necessary take levels for the changed strata for purpose of measurements. The Engineer at his option may direct deaden to be left at such intervals as he may indicate for purpose of measuring the depths and other dimensions either for initial measurements or for checking. These shall be removed when no longer required. If the deaden are not removed and used in the work or otherwise disposed of as directed by the engineer with 15 days from the date of check measurements, the engineer shall have the right to remove them at contractors cost. If for any reason the deaden are damaged at the time of measurement or checked measurement, officer shall estimate the quantity of earthwork of his discretion and such estimate shall be final. Item No. 5 do as per item No. 1 but excavation in hard rock by pneumatic chiselling etc. complete. GENERAL : When local conditions preclude the use of blasting, excavation shall be done by chiselling, wedging or line drilling as specified or ordered by the Engineer-in-Charge. The excavation refers to excavation generally for foundation, wet or dry, in hard rock by pneumatic hammer and shall comply with the specifications given for Item No. Bd. A-5 except that the excavation in rock shall be done without blasting. Disposal of excavated materials : According to specification subject to following. Unsuitable materials obtained from clearing site and excavation shall be disposed off within a lead of 50 meters as directed . Useful materials obtained from clearing site and excavation shall be stacked within a SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

350 OF 517

lead of 50 meters beyond the building area as directed by Engineer. Material suitable for back filling shall be stacked at a convenient place within a lead of 50 meters fro the structure for reuse. Useful stones from rock excavation shall be stacked neatly within a lead of 50 meter and will be allowed to be used by the contractor on payment at rates laid down in the contract or if not so laid down at scheduled rates of the Division or at a mutually agreed rate if there are no such rates in the schedule. If surplus materials are required to be conveyed beyond 50 meters, conveyance will be paid for under a separate item. ITEM TO INCLUDE : All required T & P viz. Air compressor, Jack Hammer etc. and other required accessories with material and labour. NOTE :- The Contractor shall maintain a resister for the working hours of the air compressor employed for the work and should get the signature or site-in-charge daily evening i.e. at the end of days work duly recorded full entire of the air compressor worked. Mode of measurement and payment : Mode of measurement and Payment shall be as above but for hard rock. Item No. 6 Providing earth work for embankment with approved quality of H. M. obtained form outside by contractors own source including all lifts, laying in layers of 20 cm. to 30 cm. thickness breaking clods, and dressed to required line & level etc. complete. (Rd 23/28 P-202 /205.) Item No. 7 Watering and compacting of embankment formed of materials obtained from the cutting of leveling of land within a lead of 50 meters to 100 m. or brought from out side source with power roller/mechanical vibrator etc. complete. (Rd 10 P-187) General: The work shall include preliminaries of clearing site, setting out and preparing the ground and thereafter forming embankment for the road with approved materials obtained from Departmental land or other sources, laying them in layers, watering and compacting to the required density and lines curves, grade, cross section and dimensions shown on the plan or as directed by the Engineer with due allowance for shrinkage. Clearing Site: The ground over which embankment is to formed shall be cleared of all trees (unless cutting of trees of over 30 cm. girth is provided as a separate item) brushwood loose stones, vegetation, bushes, stumps and all other objectionable material. Roots of tree shall be grubbed to a depth of at least 15cm. below the original ground surface or at least 30cm. below the formation level whichever is deeper. The holes dug up for grubbing roots etc., shall be filled with excavated materials in layers of 15cm. and compacted. Brushwood, stumps, vegetation etc. shall be cut flush with the ground. materials obtained from clearing site shall be dealt with according to relevant specification. Setting out: After the site is cleared, setting out shall be done as laid down in relevant specification. Profiles shall be set up with stout poles to mark the centre and edges of the formation with the top levels of formation clearly marked by paint or cut and the slopes with strings and pegs at every 30 meters on straight portions and 10m. or less on curves or as directed by the Engineer. Top line may be marked with pick marks. Longitudinal and cross-section levels shall be taken recorded and checked for measurements and signed by the contractor or his representatives. All the materials and labour required for this item shall be supplied and profiles. Bench marks etc. put up by the contractor. These shall be covered by the rate. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

351 OF 517

Profiles, pegs, bench marks and other marks shall be maintained without any disturbance as long as they are required. Materials: After utilizing, for the embankment all the useful and acceptable materials obtained from the road cutting within the specified leads the contractor shall obtained additional materials from borrows in Department Land or from other suitable-sources. Satisfactory soil murum or a mixture of soil, sand, murum, gravel, small boulders or rubble shall normally be acceptable. Soils having laboratory dry density of less than 1.44 gm/cc. may not normally be used in embankments. Soils having laboratory dry density of less than 1.52 gm/cc. may not as far as possible be used in embankments exceeding 3m. in height or in embankments of any height subjected to long periods of inundation. Only the materials considered suitable by the Engineer shall be used for the bank. Rejected materials shall not be put into the bank nor brought to the work site. Perishable materials such as stumps, pieces of wood, roots, rubbish, etc. and such other materials as will effect the stability of the embankment shall not be used. Sods with appreciable amount of organic matter, humus or vegetation shall not be used. Sods with humus or grass will be permitted to be used as surface covering for the bank slopes to a thickness of not more than 30cm. (about 12") The material required for embankment shall be obtained in any of the following ways, provided the material is suitable in the opinion of the Engineer:a) b) c) d) e) f) g) h) i) From cuttings from nearby sections of the road as directed. From excavation for improving sight distance in nearby curves as directed. By sectioning any adjacent nalla or waterways as directed. By excavating cuts to lead water away from the road. By excavating side drain and catch-water drains. From waste land outside the road land. From humps above the general ground level within the road land. From land acquired temporarily if any, outside the road land. From borrow pits in Departmental land when permitted and from non Departmental and private lands when necessary.

The contractor shall follow the priorities fixed by the Engineer for obtaining the materials from different sources. All lifts and leads involved in conveying the material shall be included in the rate except when the materials from road cutting or other excavation being paid separately are to be conveyed for use in banks with different leads under items Rd. 10 and Rd. II. No royalty shall be charged if the materials are allowed to be obtained from the borrows in Departmental land. Borrow pits in Departmental land shall be excavated according to direction of the Engineer. If the materials are to be obtained from non-Departmental and private lands, the contractor shall make his own arrangements and to responsible for payment of rents, compensation, royally etc. and shall not be entitled for extra claims. The Department shall remain indemnified regarding any claims that may be made by private owners in this respect. Roadside borrow pits when permitted shall be rectangular in shape with one side parallel to the road and shall be dug as near the road boundary as possible. No borrow pits shall be dug within 5 m. (about 16') of the toe of the final section after making due allowance for future development without written permission from the Engineer. The borrow pits shall be dug as far as possible on the high side of the road. The depth of borrow pits in road land will depend on the quality of soil needed to form the embankment after attesting materials obtained from road cutting etc. and shall not normally exceed 1 m. Borrow pits shall not be dug continuously. Ridges of not less than 8 m width shall be left at intervals not exceeding 30 m. Small drains SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

352 OF 517

shall be cut through the ridges to facilitate drainage. To prevent stagnant Pools where mosquitoes may breed, the beds of borrow pits shall be dressed to slop down progressively towards the nearest natural drainage channel. In temporarily acquired cultivable lands, the depth of borrow pits shall be such as not to damage the land permanently. The top soil to a depth of 15cm, may be stripped and stacked aside. Thereafter soil may be dug to a further depth of about 30cm. and used in forming the embankment. The top soil shall then be spread back on the land in the excavated portion. Borrow pits shall not be dug within 500 m. of any town or village site. If unavoidable in the opinion of the Engineer, they shall not exceed 30 cm. in depth and shall be well drained. If all the useful materials available from the road cutting are not used and materials obtained from other sources are used instead by the contractor for his own convenience, such materials shall be deemed to have been obtained from the road cutting to the extent to which useful materials were available for bank and shall not be paid for under this them. Equipment: Pickaxes, crowbars, phawras and pans may be used for manual work. Scrapers, dozers, graders, shovels, dumpers, trucks, trolleys, etc may be used for mechanised work. Three wheel 8 tonne Power Roller or sheep-foot roller giving a pressure required to obtain the specified density may be used for compaction. Bullock carts with tanks or mechanically driven tankers may be used for watering. Construction Methods: Diversions: If diversions, barricading and signals are found to be necessary, they shall be provided as detailed in relevant specification. Preparing the ground for laying bank:: Before any material is laid for the bank, the ground shall be cleared of all rubbish, etc. and the holes, if any, filled up as laid down in Rd.12.2. When the embankment is to be laid on hill sides or slopes, the existing slopes shall be ploughed deeply. If the cross slopes are steeper than 1 in 3, steps with reverse slope shall be cut into the slopes to give proper hold and seating to the bank as directed by the Engineer. On surface flatter than 1 in 15 no special surface treatment such as cutting steps shall be necessary. The top 15 cm. of soil shall be scarified and watered if directed and compacted to the same density as specified for the embankment before any material is laid for the bank-work. When the embankment is to be placed over an existing road or other hard surface which is within 15cm.of the finished formation, the road or other hard surface shall be scarified to a minimum depth of 15cm. The Rate for embankment includes all the operations for preparing the bed for laying the bank. Laying the bank: Embankment material shall be placed in successive horizontal layers of 20cm. to 30cm. depth, extending to the full width of the embankment including the slopes at the level of the particular layer and 30cm.more on both sides to allow compaction of the full specified section. The extra loose stuff at the edges shall be trimmed later after completion of the bank work without extra cost leaving the correct section fully compacted. Keeping the width of the bank initially less and widening it later by dumping loose earth on the slopes shall not be permitted as the additional width and slopes will remain loose and un-compacted. Similar procedure to extend the embankment by dumping the material longitudinally shall also not be allowed. When placing the bank-work in 20cm. to 30cm. layers is not feasible as in water or over slopes too steep to operate the construction equipment, the embankment may be constructed in one layer to the minimum level at which equipment can be operated and above such a level, the embankment shall be made up in layers of specified thickness. When boulders broken stones and similar hard material are mixed up with the embankment materials care shall be taken to see that they are distributed uniformly into the bank and that no hollows are left near them. No stone or hard material shall project above the top of any layer. Each layer of SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

353 OF 517

embankment shall be watered, leveled and compacted as specified hereinafter, before the seceding layer is placed. The surface of the embankment shall, at all time during construction, be maintained at such a cross fall as will shed water and prevent pounding. If bridges and culverts on the road are not completed in advance of bank-work, a length of 15m to 30m. bank shall be left on each side of structure these lengths shall be dealt with later for placing the bank work. Watering : If the bank material contains less than the optimum moisture water shall be added to the material in the narrow pits or alternatively in the loose layers of the embankment to bring the moisture uniformly up to requirement. If some moisture is likely to be evaporated in transit or in the bank before compaction, adequate water in excess shall be added to allow for the loss. If the material contains more than the required moisture, it shall be allowed to dry until the moisture is reduced to the required extent. If due to wet weather etc. the moisture content of the soil cannot be reduced to the appropriate amount by exposure, bank work shall be suspended till suitable conditions prevail without the contractor claiming any compensation. Water to be used shall be free of harmful elements which may cause heavy efflorescence etc. and approved by the Engineer. The contractor shall make his own arrangements for getting adequate quantity of acceptable water. Compaction: When a loose layer is leveled manually or mechanically and moistened or dried to a uniform moisture content suitable for maximum compaction, it shall be compacted by power rollers, sheep foot rollers or heavy hauling or dozing equipment to give the specified 95% of the standard Proctor density. If on testing, the density is found to be less than 95% of the standard Proctor density, the contractor shall do additional compaction necessary to get the specified density after adding water if required. If the density cannot be improved on reasonable effort, the work may be accepted as substandard by the Engineer, if he thinks it to be not harmful for the purpose at a reduced rate. Where the specified density is imperative the work shall be removed and redone by the contractor at his own cost to give the specified density. Where the material allowed to be used is excessively stony or sandy so that it will not compact to the required density and where such material is otherwise acceptable for embankment construction the Engineer may waive the tests for stony or sandy portion, provided compaction effort is the same as in nonstony portions where the required test results are obtained. Each layer shall be compacted dully before the next layer is laid. Proper sequence of all component operations shall be maintained to give individual progress. To allow for subsequent settlement, the finished level of the embankment may be kept higher than the specified level by 1 cm for each metre of the height of the bank and this if provided will be paid for. The hauling equipment, animal, labour etc. shall be made to go over the bank as far as possible to get the initial compaction. Care shall be taken for getting good compaction at all the position. Bank work in areas not accessible to rollers such as those adjoining bridges, culverts and other works, shall be carried out independently of main embankment and shall have the layers placed in 10cm to 15cm. height and each layer shall be moistened and thoroughly compacted with mechanical or manual tampers. Embankment shall be brought up simultaneously in equal layers on each side and compacted carefully to avoid unequal pressure etc. Protection: Proper care shall be taken to ensure that the method of operation and compacting of the bank-work does not cause damage or undue strain to any structural element. Embankment over and around bridges or culverts shall be of approved materials and carefully placed and compacted. The contractor shall take all precautions necessary for the protection of the bank-work by diversion of strems, local surface drainage, rain water, etc. likely to damage the bank. Any damage to the bank-work due to no protection or inadequate protection shall be made good by the contractor at his own cost. Conveyance of material shall SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

354 OF 517

not cause obstruction or nuisance to the nearby property owners and traffic. Finishing: The embankment shall be finished and dressed smooth and even in conformity with the alignment, levels, cross-section and dimensions shown on the drawing with due allowance for shrinkage. On curves, section shall be provided with super-elevation and increased width as shown on the plans or as directed by the Engineer. All damages caused by rain flood or any other reason shall be made good in the finishing operations. The road land width shall be cleared of all debris and ugly spots near camping areas, etc. for which the contractor or his men were responsible. Maintenance: The contractor shall be responsible for maintaining the bank-work satisfactorily at his own cost till finally accepted including making good any damages. Tests: a)Tests shall be made to determine the maximum density of the material to be used by the proctor method before starting the work. b)Density tests shall be carried out for the bank-work during the progress of the work. One set of three core samples for every 1,000 sq. m. area of each layer of bank-work shall be taken and tested. The average density shall not be less than 95 per cent of the standard Proctor density. A deviation of 80 kg. per cum. for fine and 160 kg. per cum. for coarse grained soils shall be permitted in dry density and individual sample if the average density reaches up to 95 per cent of standard Proctor density for each set. Item to include : (1) (2) (3) (4) (5) (6) (7) (8) Clearing the site. Setting out alignment including necessary labour and materials and maintaining it as long as required. Preparing the ground for laying the embankment. Providing and maintaining diversions of necessary unless provided as a separate item in the tender. Obtaining the embankment materials including all lifts and leads and laying the bank in layers, watering, compaction and tests and Royalties, fees, etc,. if any. Protecting and maintaining the bank. Finishing the embankment. All labour, materials, use of equipment, tools and plant necessary for completing the work satisfactorily.

Mode of measurement and payment : The contract rate shall be per cu. meter of the finished bank-work. Measurements shall normally be taken by leveling section and chaining distances between them.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

355 OF 517

2. CHAIN-LINK FENCING
Item No. 1 a. Excavation for foundation in soil of all types including removing the excavated materials up to a distance of 50 meters beyond the building area and lift as specified stacking, and spreading, necessary dewatering unless provided else where, preparing the bed for the foundation and required back filling, ramming, watering, shoring and strutting etc. complete as directed. a. Lift up to 1.50 M. b. Lift from 1.50 to 3 M Item No. 1 b. do as per Item No. 1 a. but excavation in Hard murum etc. complete. a. Lift up to 1.50 M b. Lift from 1.50 to 3 M Item No. 1 c. do as per Item No. 1 a. but excavation in soft rock etc. complete. a. Lift up to 1.50 M Clearing Site : The site on which the structure is to be built shown on the plan and the area required for setting out and other operations should be cleared and all obstructions, loose stone, materials and rubbish of all kinds, stumps, brushwood and trees removed as directed, roots being entirely grubbed up. The materials obtained will be the property of the Maharashtra State Electricity Transmission Co. Ltd. and materials pronounced useful by the Engineer -in-charge will be conveyed and properly stacked as directed within the specified lead. Useless materials shall be burnt or otherwise disposed off as directed by the Engineer-in.-charge. Setting out : The center lines will be given by the Engineer-in-charge and it will be the responsibility of the contractor to install substantial references marks, bench marks, etc., and maintain them as long as required true to the line, curve, level and slopes. The contractor shall assume full responsibility for alignments collation and dimension of each and all parts of the work. Labour materials etc. required for setting out establishing the bench marks and other reference marks shall be arranged by the contractor at his own cost. Excavation : Foundation excavation shall include removal of all materials of whatever nature, whether wet or dry, necessary for the construction of foundation and substructure exactly in accordance with the lines, levels, graded and curved shown on the plans or as directed by the Engineer-in-charge. It shall be taken to the exact width of the lowest step of the footing and the sides shall be left plumb where the nature of the soil admits it useless there is a specific extra provision in contract for shoring or for cutting side slopes, contractor shall at his own cost do the necessary shoring or cutting or slopes, to a safe angle or both as directed by the Engineer-in-charge when the stratances such treatment. The contractor shall notify the Engineer-in-charge before starting excavation to enable him to take cross sectional levels for purposes of measurements before the found is disturbed. Dewatering : Unless specifically provided for as a separate item in the contract, the excavation rate shall include bailing or pumping out all water, which may accumulate in the excavation during the progress of work either from seepage, springs, rain or any other case and diverting surface flow if any by bunds or other means which shall be removed after their purpose is served. The excavation shall be kept free from water(s) (1) during inspection and measurement (2) when concrete and or masonry are in progress and till they come above the natural water level (3) and till the Engineer considers that the mortar is sufficiently set. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

356 OF 517

Slips or blows : If there are any slips or blows in the excavation they shall be removed by the contractor without cost to the Owner so as to provide the correct dimensions required for the foundation. Mode of Measurement and Payment : The payment for respective class of excavation shall be made at the unit contract rate per cubic meter for the quantity acceptably excavated, limited to the dimensions shown in the sanctioned plans or as directed by the Engineer. Excavation to dimensions in excess of the above will not be measured nor paid for and if so ordered by the Engineer, the contractor shall have to fill up the excess depth with cement concrete or U.C.R. masonry specified for foundation without extra payment. Driving of sounding bars, or jumping small drill holes to explore the nature of substratum upto a total length of a meter distributed in 2 or 3 places in each foundation if necessary, will be considered incidental work and will not be paid for separately. Removal of slips and blows in the foundation trenches will not be measured nor paid for. If it is necessary in the opinion of the Engineer to carry foundation below the level shown on the plans, the excavation for the first five (5) meters depth will be included in the quantity for the particulars classification at tendered rate. The excavation below this additional rate of 5.0 meter will be paid for as extra work at the rate to be decided under the general conditions of contract unless the contract is willing to accept payment at tendered rates. For all depths less than the specified depth the excavation will be paid for at tendered rates. Dimensions shall be measured correct to two places of decimals of a meter and individual quantity shall be calculated correct to two places of decimals of a cubic meter Excavation in hard murum : Specification as above but for hard murum. Excavation in soft rock : GENERAL : The excavation refers to excavation for foundation, wet or dry and shall comply with specification for Item No. 1 in all respect except that the excavation shall be in soft rock and / or old cement of lime masonry, instead of in earth and soils of all types, sand gravel, and soft murum. MODE OF MEASUREMENT AND PAYMENT : As above. Item No. 2 Providing and laying in situ cement concrete in proportion M:15 of trap metal for foundation and bedding including bailing out water manually, formwork, compacting and curing etc. complete. GENERAL: The specifications pertain to cement concrete of the specified proportion to be laid for raft or strip foundations, as thin bedding below RCC foundation, bedding below paved floors and flooring. Preparation of foundation for laying concrete: PASSING FOUNDATION: The foundation shall be passed in writing by the Engineer before concerting is started, the bed of the foundation trenches / flooring sub-grade shall be cleaned of all loose materials and well wetted, if dry , to prevent absorption of water from the green concrete. In case of paved floors, plinth filing and rubble soling, if any, shall have been well compacted and brought to the required levels etc. and passed by the Engineer before concrete is allowed to be laid.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

357 OF 517

DEWATERING :If the area of which the concrete is to be placed. is under water, water shall be removed as specified in the section B-1.8. Concrete shall include the cost of dewatering also. CONCRETE :The cement concrete shall comply with specification No. B-6 for ordinary cement concrete subject to the following. PROPORTION :Proportion of Materials shall be as mentioned in the wording of the item. COARSE AGGREGATES :Coarse aggregate shall be broken from sound stones of the type mentioned in the item and of approved quality as specified in A.7.0. Maximum size of aggregate shall not exceed 40 mm when the depth of concrete footing is 20 cm. or more and the aggregate shall be well graded between the maximum size and 10 mm. For less depths, the maximum size shall not exceed 1/4th the depth. FORMS :If the trenches are dug exactly to the dimensions of footings, no forms will be necessary. But the sides and bottom of the trenches shall be moistened to the extent necessary to prevent absorption of water from the concrete. If however, footings are dug to dimensions larger than complying with specification No. B.6.5 (b) shall be used at the contractors cost. The side forms shall be removed 48 hours after placement of concrete. MIXING:The concrete shall be mixed in mechanical mixers if the total quantity of concrete is more than 15 cubic meters. For quantity of concrete is less than 15 cubic meters for which machine mixing is not specified in the special provisions, hand mixing shall be permitted with additional cement, etc. as specified in B.6.4. COMPACTION:When the quantity of concrete required for a work is less than 15 cubic meters and the special provisions do not specify mechanical vibration, manual compaction with tamping rods, etc. shall be permitted. In the case of manual compaction the depth of each shall not exceed 20 cm. However, if the quantity of concrete excess 15 cubic meters and if the depth of concrete member exceeds 30 cms. compaction shall be done with mechanical vibrators. In the case of concrete bedding below paved floors, a screed Owner shall be used to get a level or sloped surface as aggregate, if any, shall be removed and top surface left slightly rough to improve bond wit the topping. TESTS:If the Engineer so directs six cubes of 15 cm. size shall be cast on the first day and tested for compression at 7 days and 28 days, later on, if the Engineer so directs, 3 cubes shall be tested for every 60 cubic meters of concrete cast. If there is doubt about the strength of 1:3:6 and 1:4:8 concrete, tests may be carried out and their cost borne by the department if the results are satisfactory and by the contractor if they are unsatisfactory. INTERVAL FOR STARTING MASONRY :Masonry will be allowed to be started on the concrete 48 hours after completion of concrete. Side filling between the concrete and sides of excavation shall also be allowed after 48 hours after placement of concrete. But the material adjoining concrete shall be kept wet for the duration of the curing period. RCC work over concrete bedding shall be allowed after the concrete is sufficiently set.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

358 OF 517

ITEM TO INCLUDE :1. All labour, materials use of equipment tools and plant, installing and removal of scaffolding, false work, forms and bracing necessary for the satisfactory completion of the item except reinforcement steel. 2. Providing cement concrete of specified proportion including transporting, placing and compacting, curing finished to the dimensions and shapes shown on the planes or as ordered by the Engineer. 3. Dewatering and bailing out of water. 4. Compensation for injury to persons and damages to work of property. MODE OF MEASUREMENT AND PAYMENT :The contract rate shall be for a unit of one cubic metre of concrete. The concrete shall be measured for its length, breadth and depth limiting dimensions to those specified on the drawing or as directed by the Engineer-in-charge. Item No. 3 Providing uncoursed rubble masonry of trap stones in cement mortar 1:6 in foundation and plinth of inner walls, including bailing out water manually- striking joints on unexposed faces and watering etc. complete. (Spec. No. BdH - Page No. 329) GENERAL :The item provides for construction of uncoursed rubble masonry in foundations and plinth and shall comply with the following. DRESSING AND SIZE : Stones to be set in the work shall be as received from the quarry after merely knowing of the weak corners and edges with a masons hammer. In the case of face stones and shall the sides shall be place individual stones shall have thickness and width of not less than 1 1/4 times its height. FACE STONES : The face stones shall be selected from the mass of quarry stones for their greater size, good beds, close grain and uniform colour 50 percent of the stones shall be more than 1/2 c.ft. in walls upto 20" in thickness and 1/2 c.ft. in thicker walls. The bed joints shall have an average bearing of not less than 3/4". THROUGH STONES :One through stone shall be provided per five sq.ft. facing evenly distributed. They shall be 1/2 sq.ft. in face area and shall have a tailing of the full width of the masonry level 2' in width line of headers overlapping each other by at least 6" shall laid right through the wall from face to back. The length of the interior headers shall not be less than 18" and their average cross sectional area shall not be less than 1/2 sq.ft. fine header shall be distinctly marked and its face. HEARTING AND BACKING STONES :In walls of 20" and less about 30 percent of the stones shall not be less than 1/3 sq.ft. and for thicker walls about 30 percent of shall not be less than 1/2 sq.ft. QUOINES :The quoins shall as of selected stones and shall normally be 8" x 10" x 16" or as directed by Engineer in charge. The face of quoins shall be rough toed or provided the same type of dressing that of the face stones as directed Chisel draft or about 1 1/2" shall be providing on each side of the exposed corner. The beds and tops shall be dressed square to the face and rough tooled to 4" from the face and vertical joints similarly dressed to 1.5 from the face. In the embedded portion the length of the side shall not be SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

359 OF 517

less than that of the exposed side opposite by more than 3" for the shorter side. CONSTRUCTION DETAILS :The stones shall be laid without any pinning on the exposed faces. In each course the headers or lines of headers as the case may be shall be kept in position at specified laps where such laps are required before the masonry of the layer is commenced to ensure that they are being laid properly and in required numbers and intervals. They shall be embedded in mortar as masonry in that layer progress. Quoins shall be laid stretch and header wise as soon as each face and shall correspond to the arrangement of quoins in the same course. The quantity of mortar for 1 cubic meter of this and massive masonry shall range from 0.30 cum. to 0.3 cum. respectively and for water retaining masonry from 0.46 cum. to 0.48 cum. JOINTS:No face joints shall exceed 5/8". STRIKING JOINTS :The face joints should be properly struck while their mortar is fresh. Joints which cannot be so struck at the time of laying shall be prepared for it by raking joints to a depth of not less than 5/8" when the mortar is fresh. These joints should be properly cleaned of loose particles wetted thoroughly and filled with good cement mortar 1:3 and finished off by being troweled smooth. Rate of raising masonry - The rate of raising uncoursed rubble masonry brought up in uniform levels may be limited to a height of 2 per day in case of cement mortar. But no fresh course shall be laid over masonry previously laid within 4 hours of its laying. CONSTRUCTION :The masonry is to be laid directly on concrete footing and the footing shall be cleaned of all loose materials, cleaned and wetted just before laying the masonry. Where flooring is to be provided flush with the top of plinth, the inside offset of the plinth walls shall be kept below the outside offset by the depth of the flooring at laying the masonry. Holes of the required size and will shape will be left in the masonry during construction alone for fixing pipes, service lines, cables or for passage of water. After the service lines, pipes, cable etc. are fixed the extra hollows left if any, shall filled with 1:3 cement mortar of 1:3:6 cement concrete and the face shall neatly finished with matching tones. If any fixture is to be provided they shall be neatly embedded in the required position while laying the masonry. Joints in the outside faced of external walls of plinth shall be pointed with cement mortar 1:3 upto 6" below the finished ground level, pointing shall be conform to General specifications for cement pointing. Unless otherwise specified in special provisions, all other joints inside shall be struck flush while laying masonry. MODE OF MEASUREMENT AND PAYMENT : The quantity of uncoursed rubble masonry to be paid under this item shall be number of cubic meter of the finished work including etc. and with the limiting dimensions not exceeding those shown on the plans or as fixed by the Engineer. The contract rate shall be based on unit of one cubic meter or finished masonry. No deduction shall be made for opening each upto one sq. area or for pipes or fixture embedded in the masonry upto 25 sq. inches in section. Item No. 4 Providing and casting in situ cement concrete M-15 of trap metal for coping to plinth or parapet, moulded or chamfered as per drawing or as directed by Engineer - in - charge, roughening the exposed faces if special finish is to be provided and curing etc. complete. (Spec.No.BdE-3 Page No. 288) GENERAL : The specifications pertain to the cement concrete required for concrete coping over parapet walls, sills, bed SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

360 OF 517

blocks etc. The concrete shall generally conform to the general specification for ordinary cement concrete subject to the following. PROPORTION: The grade of cement concrete shall be M-15. COARSE AGGREGATE: Coarse aggregates shall be crushed from sound stones of the type mentioned in the item and of approved quality. The maximum size of coarse aggregates shall be 20 mm or 1/4th the depth of concrete member whichever is smaller and aggregate shall be properly graded from the maximum sizes to 5 mm and conform to specification No. A.5.0. FORM WORK : The forms shall be prepared to bring out the mouldings, chamfers etc. correctly to conform to the drawings. COMPACTION: Concrete in this particular item of work shall be normally manually compacted but the Engineer may insist on mechanical compaction by immersion vibrators if the height of coping is 30 cm or more. FINISHING : Coping shall be constructed strictly according to the lines, curves, slopes, size and shape including moulding etc. as shown in the drawings and as directed by the Engineer. Immediately after removing the forms and within day thereof, concrete surface shall be roughened, plastered with 1:3 cement mortar of minimum sufficient thickness to give a smooth and even surface and cured unless special finishing is specified under a separate item. Concreting shall be done in such a way that this thickness of finishing shall not normally exceed 6 mm. In case a special finishing is specified then the above finishing with cement plastering shall not be done for such areas. The surface shall be only roughened to receive the special finish and cured. The special finishing will be paid under a separate item. ITEM TO INCLUDE : As per specification No. B.6.14 The item shall also include providing, moulding, chamfers etc. to the concrete and finishing the surface with 1:3 cement plaster of minimum thickness and producing the correct shape and size of mouldings, chamfers etc. MODE OF MEASUREMENT AND PAYMENT: The tendered rate is for one cubic metre, the length shall be measured along the center line correct to two places of decimals of a metre and the sectional dimensions measured correct to half a centimeter. The quantity shall be calculated correct to three places of decimals of a cubic metre. The sectional dimensions shall be measured overall square to cover the mouldings and chamfers and limited to those shown on the drawings or as directed. The dimensions shall be measured before finishing plaster Changes ordered by the Engineer in dimensions shown in the drawings etc. will not entitle the contractor to make extra claims. Item No. 5 Providing tuck pointing with cement mortar 1:3 for stone / brick masonry including scaffolding and curing complete. (Spec. No. BdL-17 Page No. 373) General : The item provides for the tuck pointing to stone pitching/ masonry with cement morter 1:3 as per the wording of the item. Preparation : i) In hand mixed mortar, cement and sand in the specified proportions shall be thoroughly mixed dry on a clean impervious platform by turning over at least 3 times or more till a SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

361 OF 517

homogeneous mixture of uniform colour is obtained. Fresh and clean water as specified above shall be added gradually through a rose and thoroughly mixed to form a stiff shall be completely covered so that each particle of sand shall be completely covered with a film of wet cement. The water cement ratio may be as under or as directed by Engineer. NOMINAL MIX Cement Sand water cement ratio Quantity of water/ 50kg of cement (Litres) 12.5 0.38 0.30 0.35 0.40 0.53 0.60 0.70 0.90 14.0 15.0 17.5 20.0 26.5 30.0 35.0 45.0

l l l l l l l l l 1 0.25 1.5 2 2.5 3 4 5 6 8

Mixing platform shall be so arranged that no deleterious extraneous material shall get mixed with mortar nor the mixing water of the mortar shall flow out. ii) Machine mixed mortar shall be prepared in an approved mixer. About 5 percent to 10 percent of mixing water shall be put into the mixer and sand and cement in the required proportion shall be then added. The remainder of water, quantity of which shall be predetermined by consideration of strength and consistency shall be added uniformly. Mixing will be continued until all particles of sand are uniformly coated with cement paste. Mixing for one & half to 2 minutes will normally be sufficient. water cement ratio shall be as per hand mixed mortar. iii) The mortar so prepared shall be used within 30 minutes of adding water. Only such quantity of mortar shall be prepared as can be used within 30 minutes. The mortar remaining unused after that period or mortar which has partially hardened or is otherwise damaged shall not be re-tempered or remixed. It shall be destroyed or thrown away. Scaffolding : Scaffolding required for facility of construction shall be provided by the contractor at his expense. Scaffolding may be erected with steel sections or pipes or bamboos of adequate strength so as to be safe for all construction operations. Any instructions of the Engineer-in-charge in this respect shall also be compiled with. Proper scaffolding shall be provided to allow easy approach to every part of the work. Scaffolding will be double or single as is warranted for the type of work to be undertaken.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

362 OF 517

Construction Details : The joints in the masonry shall be raked out to the depth not less than the width of the joint or as directed by the Engineer when the mortar is green. The joints are to be brushed clean of dust and loose particles with a stiff brush. The area shall be washed and the joints thoroughly wetted before pointing is commenced. The raked out joints shall be filled with mortar of the specified mix and required consistency and well pressed and rubbed smooth. A semicircular depression 3 mm thick diameter shall be made in the joint by pressing a clean string with trowel keeping the string exactly horizontal and on the center line of the joint. The vertical joints shall be similarly marked. These depressed lines will then be immediately rubbed with a nayla till they become uniformly 6 mm deep and 6 mm wide and assume fairly blackish colour. Intersection of the horizontal and vertical joints shall be finished neatly with the vertical line just touching the horizontal line but not crossing it. Where joints are not horizontal and vertical as in the case of uncoarse rubble masonry. The pointing shall be made the center line of actual joints to uniform width and depth and the junctions of pointing made neatly. The joints in the dry rubble stone pitching shall be filled in with hard murum with small sizes of metal chips and should be wedged properly to secure tight packing. Then these joints shall be filled with mortar of the specified mix and required consistency and well pressed and rubbed smooth with the mortar projecting beyond the face of the pitching joint by half the thickness of the joint. The protruding strip of the pointing shall have its centre line coinciding with centre line of the joint. The width of the protruding strip shall be equal to the specified thickness of the joint in the pitching or as directed by the Engineer. The width and depth of projection shall be uniform throughout. The junctions of horizontal and vertical joints shall be finished neatly. Where joints are not horizontal or vertical the pointing shall be made along the centre line of actual joints to uniform width and depth as directed and the junctions of pointing made neatly. The mortar shall not spread over the adjoining stones. Mortar pointing shall be restricted to the width of the joints and all superfluous mortar shall be removed with a trowel. Watering : The pointed face shall be kept continuously wet for 14 days after initial set. Should the contractor fail to water the work as specified, Engineer, may if required in the interest of work and to keep the scheduled programme, supply labour, materials and equipment to water the work and charge the cost to the contractor. Bad work : Should the mortar perish or deteriorate through neglect of watering or any other default and if the work is not done neatly and as specified above, the pointing shall be removed and redone at the expense of the contractor. Item to include : Cement pointing shall include erecting and removal of scaffolding, all labour, materials and equipment incidental to complete the pointing, filling joints with hard murum, cleaning, wetting, filling with mortar, toweling, pointing with nayla watering. Mode of measurement and payment : The contract rate shall be for a unit of one square meter of cement pointing. The dimensions of individual measurement shall be correct upto a centimeter and quantity calculated correct to two places of decimals of a square metre. Item No. 6 Providing and laying weep holes of 100 mm diameter of AC /PVC pipes as per drawing for retaining wall etc. complete as directed by Engineer-in-Charge. General :

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

363 OF 517

The item pertains to providing A.C./PVC pipe pieces of specified diameter and length for weep holes including placing in position in brick masonry walls at specified intervals, providing and fixing chicken mesh of size 100 mm. x 100 mm. etc. complete as directed by the Engineer-in-Charge. Construction : The A.C. pipe weep holes shall be fixed in position, alignment and at interval as shown on drawings or as directed. The pipes shall be fixed and get checked before concreting. The weep holes shall be cleaned after concreting. Mode of measurement and payment : The contract rate shall be per running meter of A.C./PVC weep hole. Item No. 7 Providing and casting in situ cement concrete M-20 of trap metal for bed block/ foundation blocks and such other items, including bailing out water manually, form work, compacting, roughening the exposed faces if special finish is to be provided & curing etc. complete. (Spec. No. BdE-4 Page No. 289) General :Item will meet all the pertinent portion of item in general the following :It will cover all R.C.C. works from column footing/. R.C.C. paradi, cabin slab etc. at all leads and lifts above plinth level and as detailed below:Proportions :The proportions of various type of contents will be as per the design mix to be adopted to suit work requirement and site conditions and will be of specified strength as given in the wording of item. Materials. All fine and coarse aggregates proposed for use in this contract, shall be subject to the prime approval and, after specific materials have been accepted, the source of supply of such materials shall not be changed without prior written of the Engineer-in-charge. Aggregates: Fine aggregates shall consist of natural sands from river bed, and shall confirm to I.S 383, shall be clean, hard, strong, durable with uncoated grains. The sand shall not contain any clay, loam, alkali, organic matter, mica, salt, or other deleterious substance which can be injurious to the setting qualities and strength of concrete. The sand shall be so graded that concrete of the required economy; workability, density and strength can be produced using the specified water cement ratio. Unless otherwise directed, sand shall be graded according to grading Zone I, II or III as stipulated in I.S. 383. Fine aggregates shall be tested for soundness in accordance with I.S. 2386. The finess modulus shall not be less than 2.8 or more than 3.2. The finess modulus will be determined by adding cumulative percentages retained on the five I.S. 460 sieve designations (2 mm. 1 mm. 500 micron, 300 micron and 150 micron and dividing by 100. Sand having specific gravity below 2.60 saturated surface dry basis) shall not be used without special permission of the Engineer-in-charge. Sand shall be also free from alive getable substances and injurious amounts of dust, clay lumps soft or elongated or flaky particles. Sand shall be prepared for use by such screening or washing or both, as necessary to remove all objectionable foreign matter while separating the grains to the required size fractions. The Percentage of deleterious substance in sand delivered to the mixer shall not exceed maximum of 5% by weight. (b) Coarse Aggregate : Coarse aggregates shall consist of crushed stone, broken trap, granite or any other suitable rock confirming I.S 383, and shall be composed of clean, uncoated grains free from injurious amounts of soft, elongated or laminated pieces, alkali, mica, organic matter or other deleterious substance. Natural gravel and crushed rock shall be screened and/or washed for the removal of dirt, or dust coating, SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

364 OF 517

before use. The gradation of coarse aggregate shall conform to Table II-I,S. 335 Percentage passing for graded aggregate of nominal size . The broken pieces of metal shall be angular in shape and shall have granular or crystal surface. Friable, Flaky and laminated pieces, mica and shall be present only in such quantities that will not in the opinion of the Engineer-in-charge adversely affect the strength and/or durability of concrete, being limited to negligible to 30% by weight the maximum. The size of the aggregate shall not be larger than 3/4th of the minimum spacing between reinforcing bars, whichever is smaller in no case shall the aggregate exceed a maximum size of 40 mm. in any direction. The amount of fine particles in the free stage or as loose adherent shall not exceed 1% when determined by laboratory sedimentation tests. After 24 hours immersion in water, a pervisly dried sample, shall not have gained more than 5% of its weight. No coarse aggregate of less than 2.6 specific gravity (saturated surface dry basis) shall be used without written approval of the Engineer-in-charge. (c) Cement : Cement shall be in accordance with I.S. 8112 /1989 and shall be ordinary portland cement or IS 1489 Puzzolana Portalnd Cement for general use and invariably that issued by the Board under schedule A shall be used unless otherwise approved by the Engineer-in-charge. Before accepting the issue the contractor shall have to satisfy himself about the quality of cement proposed to be issued to him and also point out its unsuitability to the Engineer-in-charge on whose approval, the cement declared unsuitable shall not be issued to the contractor. If at times of mixing concrete, it is found that cement is unsuitable for the work on hand the contractor shall remove the same within 24 hours from the site on written orders from Engineer-in-charge failing which it shall be removed departmentally at the contractors expenses. Should at any time the Engineer-in-charge have reasons to consider any cement in the Contractors possession defective, then irrespective of its origin and/or manufacturers test certificates, such cement will be tested in the approved laboratory and unless and until the results of such test are found satisfactory, it shall not be used in the work. The Contractor shall not be entitled to any claim of any nature on this account, or for return cement to the Boards stores. (d) Cement Admixtures: Admixtures to cement will be permitted only when specified on the drawings or approved by the Engineerin-charge in writing. The type of admixture to be used shall depend on the specific quality, which it is desired to impart to the mix. The manufacturers specifications concerning the use of his product and quantities to be used shall be rigidly followed. (e) Water : Water used for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other deleterious substance. In general, potable water will be satisfactory for use to concrete. Acceptance Tests fro water shall be set out as in I.S. 456 and water must be approved Testing in Laboratory, and surface drained rain water shall be not be used. Constructions:The work will be carried out strictly as per approved practice. All arrangements for weighing, stacking storage, handling and other incidental operations including taking of test cubes and their testing have been included in scope of this item. Form Work:: All form work shall be carried out strictly as per general item specification No. Bd. E.5 The bottom boards of the form work shall be given a camber of 1:240 of the span or as directed by Engineer-in-charge in the form work at the correct locations as directed by the Engineer. Chamfers, rounding moulding, etc. shall be made in the form itself. Concreting of the upper floor shall not be done until the concrete of the lower floor has set adequately to SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

365 OF 517

take the load. Placing: The forms, centering and reinforcement shall be checked and passed by the Engineer and reinforcement measured before concreting is permitted. Reinforcement will be paid in a separate item. Placing shall be done in a balanced manner to avoid continuous operation as far as possible. The Engineer may, however, permit construction joints at approved sections of the beam. The ribs of beams shall normally be concreted together with the slab of which they form a part, The schedule of programme shall be got approved by the Engineer and adequate labour and machinery shall be provided to keep up the programme. Clamps, fan hooks, inserts and other fixture etc. shall be embedded in the concrete while placing, if so required by the Engineer, clamps etc. themselves will be paid for separately. Bridges shall be provided to avoid walking over the reinforcement and fresh concrete. Compaction: Compaction shall be done by mechanical vibrators and also by rods while concrete is being placed to give a dense concrete, free of honeycombing. It should be seen that the vibrator needle does not touch the reinforcement and disturb the concrete already set. Where it is not possible to use the vibrator, rodding shall be resorted to and the concrete with greater slumps may be used. Finishing :Immediately on removing the forms and within a day thereof the formed faces shall be roughened and finished with 1:3 cement plaster of sufficient minimum thickness to give a smooth even and finished surface sand the same may be cured. The average thickness of finishing plaster should not normally exceed 6 mm. If however, it is intended to give a special finish to the formed surface and above plastering shall not be done and the formed faces shall only be roughened to receive the special finish. The special finish shall be paid under a separate item. Item to include :1. All labour, materials, use of equipment tools and plant except M.S, Reinforcement which will be measured and paid under separate item. 2. Designing of concrete mix of specified grade in item and all other incidental charges and costs of materials in connection with them from approved establishments including their charges, fees, testing charges, transport of materials to and fro complete and keeping records. 3. Periodical sampling and testing at work site and maintaining of records as per approved good practice. 4. Necessary provision and use of scaffolding, form work, and their erections well as removal after the prescribed period or as directed by Engineer-in-charge in writing. 5. 6. Compensation for injury to persons and damages to work or property. All transport, material handling and storage charges.

7. All RCC, CC works of specified M-150/M-200 grade above or below plinth level upto any height and lead. 8. All curing operation for specified period. with CM 1:3 in the line and level and roughening if special finish is to be 9. Finishing provided.

10. Provision and use of necessary construction and expansion joints as per good approved practice. Mode of measurement : Measurement and payment shall be for a unit of one cubic meter actually laid as per detailed drawing and dimension or as ordered by Engineer-in-charge in writing. The concrete beam and lintels and other specified structures shall be measured for their net length inclusive of boring in walls correct to a centimeter SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

366 OF 517

and the sectional measurements correct to the nearest half centimeter. The quantity shall be worked out correct to two places of decimals of a cubic meter. The increase in dimensions due to plaster finish shall not be taken into account. No deductions shall be made for reinforcement bars, for pipes not exceeding 25 sq. cm. each in sectional area, for fixtures embedded, for ends of dissimilar materials like girders etc. having a sectional area upto to 500 sq. cm. for chamfers of rounding of edges. When a beam in supported on column, the length of the beam shall be measured between the faces of columns. In beam and slab construction the beam shall be measured as the rib or part below or above the slab. Item No. 8 Providing and erecting 2 mtr. high chainlink fencing without anti-climbing arrangement made from 10 SWG galvanised steel wires 50 x 50 mm diamond mesh chainlink of 2.00 Mtr. High supported on hot dipped galvanised channels of size ISMC 75 x 40 mm section of 6.80 Kg / meter weight at 3.00 mtr. centre to centre with dowel bar of 12 mm dia, 300 mm long, vertically embedded in cement concrete bed block of size 450 x 450 x 500 mm including fabrication, drilling holes to galvanised angle 65 mm x 65 mm x 6 mm and 2.35 mtr. long stays with dowel bar of 12 mm dia and 300 mm long at every 10th post and at corners on both sides embedded in cement concrete bed blocks of size 500 x 450 x 400 mm and fixing 10 gauge galvanised iron wire on top and bottom linked with chainlink etc. complete all as per approved drawings and as directed. General : The item pertains to 2 mtr. high chainlink fencing without anti-climbing arrangement made from 10 SWG galvanised steel wires 50 x 50 mm diamond mesh chainlink of 2.00 Mtr. High supported on hot dipped galvanised channels of size ISMC 75 x 40 mm section of 6.80 Kg / meter weight at 3.00 mtr. centre to centre with dowel bar of 12 mm dia, 300 mm long, vertically embedded in cement concrete bed block of size 450 x 450 x 500 mm including fabrication etc. complete as per specifications. Erection : Post of heights 2.55 meter of size 75 x 40 x 6 mm. M.S. channel with double anti-climbing arrangement at top of 640 mm. length at 3.50 mtr. c/c and stay of size M.S. angles 65 x 65 x 6 mm. and 2.4 mm. length including 12 mm. dowel bar 2 nos. for stay and post and fabrication as per requirement and as per drawing etc. complete. This shall be done after the proper setting of concrete. The G.I. wire shall be placed and secured with the chainlink fencing at top and bottom to prevent its warping and bulging. 50 x 50 mm. diamond mesh of 10 gauge galvanised steel wire shall be fixed of 2 meter height. 8 rows of barbed wire 12 gauge G.I. steel wire shall be fixed with double pointed barbs spaced about 75 mm. All fabricated steel work shall be painted with 3 coats of aluminium paint over one coat of red oxide. This work requires extra double anti-climbing arrangement required at every corners and stays which includes in the rate no extra payment will be paid for steps and corners post and stays. Mode of measurement and payment : The contract rate shall be for a unit of one running metre of chainlink fencing fixed. The measurement shall be as per actual length of fencing measured from outside face of first post to outside face of end post of angles with necessary deductions for gates and openings. The measurement shall be along the centre line of post.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

367 OF 517

Item No. 9 Providing cement plaster 12 mm thick in single coat in cement mortar 1:4 without neeru finish to concrete or brick surface in all positions, including racking out joints, scaffolding & curing etc. complete as directed. GENERAL : The item refers to provision of 12 mm thick cement plaster to concrete surfaces and shall be carried out in conformity with specifications No. B.11 for cement plaster subject to the following additional specifications. TOOL AND ACCESSORIES : Tools and accessories used in plaster work may advantageously conform to I.S. 1630-1960. All tools shall be cleaned by scraping and washing at the end of each days work or after use. Metal tools shall be cleaned after each operation. All tools shall be examined to see that they are thoroughly cleaned before plastering is begun. PROGRAMME OF WORK IN RELATION TO PLASTERING : The programming of other building operations before, during and after plastering shall be according to the instruction mentioned in clause 4 of I.S. 1960 - 1961. GENERAL PRECAUTIONS IN PLASTERING : All general precautions as specified in I.S. 1961-1960 clause 9, shall be taken and preparation of the background shall be done as laid down in I.S. 1961-1960 clause 13. Care shall be taken to see that other parts of the work or adjacent works are not damaged while plastering. PLASTERING : Plaster of cement mortar shall be laid in with somewhat more than 12 mm. and thickness and pressed and levelled with a wooden ruler to a finished to a appropriate thickness. Long straight edge shall be freely used to measure a perfectly even surface. All corners and angles shall be perfectly plumb and soffits of arches true to the specified curve. All junctions of doors and windows and other frames shall be neatly finished. All junctions of doors and windows and other frames shall be neatly finished. All architectural paneling, grooves, etc. to be shown in the thickness of the plaster shall be so worked. When cement or neeru finish is not specified, the external plaster shall be finished with wooden float to give a granular surface and internal plaster finished smooth with steel trowel. For cement finishing, a clat of pure portland cement slurry (about 5 mm thick) shall be applied to the plastered surface with a trowel while the first coat is still plastic. If neeru or cement finish is specified, then the surface shall be finished as per specifications. The total thickness of the plaster excluding the cement or neeru finish shall be 6 mm. Watering for curing shall be started soon after the initial set of the surface material to avoid damage. ITEM TO INCLUDE : Plastering in all positions will be included in this item. The item shall include rounding up of corner and angles, finishing of tops of dado and skirting, junctions of roof and walls and neeru or cement finish as specified in the item. The plastering of Brick cornices. Bricks coping and other brick moulding shall not be measured not paid for separately when included in the respective inclusive items of cornices coping and moulding, Architectural cornices, mouldings, ribs, Architraves and the like when prepared in plaster only of more then 6 mm thickness shall be paid under separate item unless otherwise provided. MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be in per sq. m. of plastering of specified thickness. All work shall be measured in sq. mtr. Dimensions shall be measured and quantity worked out correct upto two places of decimals in meter and square meter respectively. If the average thickness of plaster provided by the contractor is more than what is specified on any account, no extra payment will be made. For jambs, soffits, sills etc. for openings not exceeding 0.50 sq. mt. each in area, ends of joists, beams, posts, girders, etc. not exceeding 500 sq. mm each in area and opening not exceeding 3 sq. m. each deductions and additions shall be made in the following manner:-

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

368 OF 517

1. No deduction shall be made for ends of joists, beams, posts etc. not exceeding 500 sq. cm. and for openings not exceeding 0.50 sq.m each and no additions shall be made for reveals, jambs, soffits, etc. of these openings nor for the finishing plaster around the ends of joists, beams etc. 2. Deductions for openings exceeding 0.50 sq.m. but not /exceeding 3 sq.mt. each shall be made as follows and no additions shall be made for reveals, jambs, soffits, sills etc. of the openings. i. Only when one face is plastered, no deductions shall be made. ii. When both faces of wall are plastered with the same plaster, deduction shall be made from one face only for square openings without considering splays. iii)When two faces of a wall are plastered with different plasters or if face is plastered and other pointed, deduction shall be made from the plaster or pointing on the side of frames for doors, windows etc. on which the width of reveal is less than that on the other side. In case opening are above 3 sqm. each, deductions shall be made for the actual openings but jambs and sills shall be measured and paid. Ceiling with projecting beams, shall be measured or beams the plastering on ceiling when plastered thicker than 6 mm or special finish is to be provided. But finishing plaster upto 6 mm thick for RCC work not be paid separately. The measurements and lengths of wall plastering shall be taken between walls or partitions. The dimensions after plastering shall be taken and from the top of floor or skirting to the top of the wall, for height, corners or covers, if any, shall be measured separately and excluded from this item. Bibs and windows or ceilings and beams more than the thickness of the plaster shall be measured separately as for the corners etc. in plaster, reduction being made from the plastering for the area covered. Sides of plasters projections etc. shall be added to the plaster on walls. Item No. 10 Providing, fabricating and fixing in position M.S. gate without wicket gate as per detailed drawings consisting of 50 mm diameter galvanised iron pipe frame (inside dia 50mm & outside dia 60mm) to which 12 mm M.S. square bar straight & U shaped are welded at 100 mm centre to centre with round ring at centre fabricated out of 12 mm square bars, 12 mm square bars at inclined spacing of 50 mm centre to centre will be placed along with mild steel angle support (35 x 35 x 6 mm), including providing necessary heavy duty aldrop locking arrangement and 100 mm diameter guide, including all material fabrication, painting with two coats of oil paint over one coat of steel primer all as per detailed drawing including necessary excavation for erection of columns, bed concrete C.C. 1:4:8, reinforcement, footing, columns in M-20 and plaster etc. complete. all as per drawing or as directed. GENERAL : The item pertains to Providing, fabricating and fixing in position M.S. gate without wicket gate as per detailed drawings etc. as per wording of item with the following specifications. MATERIAL : Gate column R.C.C. of size as mentioned in the drawing with reinforcement 6 nos. 12 mm. square bar and 6 mm. dia. rings. Frame of M.S. heavy duty 50 mm. dia. Pipe with necessary tees and elbows. Bottom plate of 14 gauge M.S. plate. Decorative grill of 12 mm. dia. M.S. bar and M.S. angle 40 x 40 x 6 mm. and heavy duty hinges along with tower bolts and locking arrangement. The structural steel shall confirm to specification No. A 11. The hinges, Aldrop and all fixtures shall conform to relevant standard specifications. Welding rods shall comply with specification No. B-18. Oil paint shall comply with specification No. A-17. The priming coat shall be of red lead and the other two coats shall be of approved make colour and shade. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

369 OF 517

CONSTRUCTION : The fabrication of M.S. grill shall be done according to specification No. B-19, B-18 and B-10. The gate shall be fabricated as per the de sign and drawing corresponding weight mention in the item. Erection of gate shall be done as per drawing and directions of Engineer in charge. The gate shall be painted with two coats of oil paint of approved make, colour and shade over one coat of priming. ITEM TO INCLUDE : 1. All materials required for completing item satisfactorily. 2. All labour for fabricating and erecting the gate, painting. 3. All T & P necessary for the job. MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for a unit of per square meter of gate provided and erected.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

370 OF 517

3 TOWER AND EQUIPMENT STRUCTURE FOUNDATIONS


Item No. 1 a. Excavation for foundation in earth soils of all types, sand, gravel, soft murum etc. including removing the excavated materials upto a distance of 50 meters beyond the building area and lift as specified, stacking and spreading, necessary dewatering unless provided else where, preparing the bed for the foundations and required back filling, ramming, watering, shoring and strutting etc. complete as directed lift as below:(Spec. No. BdA 1 to 3 Page No. 259) i. ii. iii. Lift up to 1.50 M. Lift below 1.50 to 3.0 M. Lift below 3.00 to 4.50 M.

Item No. 1 b. do as per Item No. 1 a but excavation for foundation in Hard Murum. (Spec. No. BdA 1 to 3 Page No. 259) i. ii. iii. Lift up to 1.50 M. Lift below 1.50 to 3.0 M. Lift below 3.00 to 4.50 M.

Item No. 1 c. do as per Item No. 1 but excavation for foundation in soft rock. (Spec. No. BdA 4 to 5 page No. 259 BdA 6 to 7) i. ii. iii. Lift up to 1.50 M. Lift below 1.50 to 3.0 M. Lift below 3.00 to 4.50 M.

Specifications for these items shall be as per Item No. 1 of Chainlink fencing section. Item No. 2 Providing & laying in situ cement concrete in proportion 1:4:8 of trap stone metal for foundation and bedding including bailing out water manually or mechanically, form work, compaction and curing etc. complete as directed (Spec No. BdE-1 Page) Specifications for these items shall be as per Item No. 2 of Chainlink fencing section. Item No. 3 Providing and casting in situ cement concrete M-25 of trap metal for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. columns and steel stanchions, including bailing out water manually or mechanically, centering, formwork, capacting, finishing and curing. (Excluding steel reinforcement) Spec. No. BdF-3 Page No. 298) Item No. 4 Providing and casting in situ cement concrete M-25 of trap metal for R.C.C. columns as per detailed designs and drawings or as directed by Engineer-in-charge, including centering, form work, compacting, roughening the surface if special finish is to be provided and curing ( excluding steel reinforcement) Spec. Item No. 5 Providing and casting in situ cement concrete M-25 of trap metal for R.C.C. Beams and lintels as per detailed drawings and designs or as directed by Engineer- in- charge including centering, form work, compacting, roughening the surface if special finish is to be provided and curing (excluding steel reinforcement) Spec No. BdF-6 Page No. 300 SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

371 OF 517

Item No. 6 Providing and casting in situ cement concrete M-20 of trap metal for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. columns and steel stanchions, including bailing out water manually or mechanically, centering, form work, compacting, finishing and curing. (excluding steel reinforcement) Spec No. BdF-3 Page no. 298 Item No. 7 Providing and casting in situ cement concrete M:20 of trap metal for R.C.C. columns as per detailed designs and drawings or as directed by Engineer- in charge, including centering, form work, compacting, roughening the surface if special finish is to be provided and curing (excluding steel reinforcement) Spec. No. BdF-4 Page No. 298 Item No. 8 Providing and casting in situ cement concrete M:20 of trap metal for R.C.C. Beams and lintels as per detailed drawings and designs or as directed by Engineer- in-charge including centering, form work, compacting, roughening the surface if special finish is to be provided and curing (excluding steel reinforcement) Spec. No. BdF-6 Page No. 300 APPLICABLE CODE : The following standard specifications of the Bureau of Indian Standard shall from part of these specifications and shall apply to the works covered under this contract as per latest amendable publication. I.S. 383 concrete. I.S. 8112 cement. I.S. 1489 Specifications for coarse and fine aggregate from natural sources for Specifications for ordinary, Rapid Hardening and low heat portland Specifications for Puzzolana Portland Cement.

I.S. 432 Specifications for mild steel and medium tensile steel bars and hard drawn steel wire for concrete reinforcement. I.S. 1139 Specifications for hot rolled mild steel medium tensile steel deformed bars for concrete reinforcement. I.S. 1786 I.S. 226 I.S. 1977 I.S. 456 I.S. 516 I.S. 1199 I.S. 2386 Specifications for cold twisted steel bars for concrete reinforcement. Specification for structural steel (Standard Quality) Specification for structural steel (Ordinary). Code of practice for plain reinforced concrete. Methods of Tests for strength of concrete. Methods of sampling and Analysis of concrete. Methods of Test for aggregates for concrete (Part I to VII).

I.S.2502Code of practice for bending and fixing of bars for concrete reinforcement. I.S. 515 Specification The contract rate shall be one cubic meter of stack measurement. natural and manufactured aggregates for use in mass concrete. All standards, specifications, codes of practice referred to herein shall be the latest or current edition including all official amendments and revision applied thereto of the Bureau of Indian Standards. MATERIALS : All fine and coarse aggregates proposed for use in this contract, shall be subject to the prime approval and, after specific materials have been accepted, the source of supply of such materials shall not be changed without prior written consent of the Engineer-in-charge.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

372 OF 517

(a) Fine Aggregates: Fine aggregates shall consist of natural sands from riverbed, and shall conform to I.S 383, shall be clean, hard, strong, durable with uncoated grains. The sand shall not contain any clay, loam, alkali, organic matter, mica, salt, or other deleterious substance which can be injurious to the setting qualities and strength of concrete. The sand shall be so graded that concrete of the required economy, workability, density and strength can be produced using the specified water cement ratio. Unless otherwise directed, sand shall be graded according to grading Zone I, II or III as stipulated in I.S. 383. Fine aggregates shall be tested for soundness in accordance with I.S. 2386. The finess modulus shall not be less than 2.8 or more than 3.2. The finess modulus will be determined by adding cumulative percentages retained on the five I.S. 460 sieve designations (2 mm. 1 mm. 500 micron, 300 micron and 150 micron and dividing by 100. Sand having specific gravity below 2.60 saturated surface dry basis) shall not be used without special permission of the Engineer-in-charge. Sand shall be also free from alive vegetable substances and injurious amounts of dust, clay lumps soft or elongated or flaky particles. Sand shall be prepared for use by such screening or washing or both, as necessary to remove all objectionable foreign matter while separating the grains to the required size fractions. The Percentage of deleterious substance in sand delivered to the mixer shall not exceed maximum of 5% by weight. (b) Coarse Aggregate : Coarse aggregates shall consist of crushed stone, granite or any other suitable rock confirming I.S 383, and shall be composed of clean, uncoated grains free from injurious amounts of soft, elongated or laminated pieces, alkali, mica, organic matter or other deleterious substance. Natural gravel and crushed rock shall be screened and/or washed for the removal of dirt, or dust coating, before use. The gradation of coarse aggregate shall conform to Table II-I,S. 335 Percentage passing for graded aggregate of nominal size . The broken pieces of metal shall be angular in shape and shall have granular or crystal surface. Friable, Flaky and laminated pieces, mica and shall be present only in such quantities that will not, in the opinion of the Engineer-in-charge, adversely affect the strength and/or durability of concrete, being limited to negligible to 30% by weight the maximum. The size of the aggregate shall not be larger than 3/4th of the minimum spacing between reinforcing bars, whichever is smaller and in no case shall the aggregate exceed a maximum size of 40 mm. in any direction. The amount of fine particles in the free stage or as loose adherent shall not exceed 1% when determined by laboratory sedimentation tests. After 24 hours immersion in water, a previously dried sample shall not have gained more than 5% of its weight. No coarse aggregate of less than 2.6 specific gravity (saturated surface dry basis) shall be used without written approval of the Engineer-in-charge. (c) Cement : Cement shall be in accordance with I.S. 8112 (ordinary portland cement )or IS 1489 (Puzzolana Portalnd Cement) for general use and invariably that issued by the Owner under schedule A shall be used unless otherwise approved by the Engineer-in-charge. Before accepting the issue, the contractor shall have to satisfy himself about the quality of cement proposed to be issued to him and also point out its unsuitability to the Engineer-in-charge on whose approval, the cement declared unsuitable shall not be used on work. If at times of mixing concrete, it is found that cement is unsuitable for the work on hand, the contractor shall remove the same within 24 hours from the site on written orders from Engineer-in-charge, failing which it shall be removed departmentally at the contractors expenses. Should at any time the Engineer-in-charge have reasons to consider any cement in the Contractors possession defective, then irrespective of its origin and/or manufacturers test certificates, such cement will be tested in the approved laboratory and unless and until the results of such test are found satisfactory, it shall not be used in the work. The Contractor shall not be entitled to any claim of any nature on this account, or for return cement to the Owners stores.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

373 OF 517

(d) Cement Admixtures : Admixtures to cement will be permitted only when specified on the drawings or approved by the Engineerin-charge in writing. The type of admixture to be used shall depend on the specific quality which it is desired to impart to the mix. The manufacturers specifications concerning the use of his product and quantities to be used shall be rigidly followed. (e) Water : Water used for mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other deleterious substance. In general, potable water will be satisfactory for use to concrete. Acceptance Tests for water shall be set out as in I.S. 456 and water must be got approved after testing in Laboratory, and surface drained rain water shall be not be used. (f) Reinforcing bars : Reinforcing bars shall be either plain mild steel bars of grade 1 in accordance with I.S. 432 or high yield strength deformed bars in accordance with I.S. 1139 as shown and specified in the drawings. Wire mesh or fabric shall be in accordance with I.S. 1566. Steel procured by the contractor shall be new and of tested quality. No recoiled materials will be accepted. If demanded by the Engineer-in-charge, the Contractor shall submit the manufacturers test certificate for steel. Random tests on such steel may be performed by the owner as per relevant Indian Standard. Steel not conforming to specifications shall be rejected, even after bringing the same to site if the test results are not satisfactory. All-bars shall be free from mill scales, grease, oil, dirt, scales, loose rust and bituminous materials. All rods be thoroughly cleaned before being fabricated, fitted and defective bars shall not be used. Reinforcement shall have the sizes shape and be spaced and located as shown and called for on the drawings. Substitution of reinforcement will not be permitted except upon written approval from the Engineer-in-charge. CONSTRUCTION DETAILS : Except for the foundations concrete, also called the binding layer on the levelling course or base course, which shall be a leaner mix of the proportion M-25 (1:1:2) or M-20 (1:1:3) as the case may be. All other concrete forming structural concrete shall invariably be laid over water tight formwork against rigid base of masonry or leaner concrete itself or over false work. Rich concrete shall not be laid over earth, murum or sand or grit pack or against any absorbent filling, but invariably over lean concrete layer in such cases, if required to be laid. The formwork shall be fixed, levelled up reinforcement cage tied properly and the entire operation got checked for safety before resorting to placement of concrete. Striking of formwork shall not be done haphazardly and safety points shall overrule technical or economical requirements as further detail hereunder. (a) Providing Forms or Form Work : Prior to construction of form work for any item whose bottom form will be soil, approval shall be obtained from the Engineer-in-charge as to suitability of the bottom form. Laying very lean concrete 1:1:2, 1:2:4 and 1:1:3 or brick masonry in 1:8 cement mortar shall also be accepted as base falsework. Forms shall be constructed of approved timber, steel or other materials possessing sufficient strength and rigidity or prevent distortion during depositing and curing of concrete. Timber shall be seasoned and free of sap, shapes, loose knots, check holes, wraps or other surface defects. Faces in connections with concrete shall be free from adhering grout plaster, paints, projecting nails, or other defects. Wrought timber shall be used for exposed surfaces and sawn timber may be used for unexposed surfaces. Inside faces of forms for concrete surfaces which are to be rubbed, finished shall be planed to be removed irregularities or unevenness in the faces. Use of plywood will be preferable. All new and used form timber shall be maintained in a good condition with respect to shape, strength, rigidity, water tightness, smoothness and cleanliness of surfaces. Forms intended for reuse shall be thoroughly cleaned of clinging concrete, have all nails removed and all holes that may leak mortar suitably plugged. Wrapped and cupped lumber shall be rejected. Form lumber unsatisfactory in any respect shall not be used and if rejected by the Engineer-incharge shall be removed from site or wasted. Forms shall confirm to the shapes lines, grades and dimension of the concrete as called for on the drawings. Ample studs, walkers, braces, ties, straps, shores etc. shall be SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

374 OF 517

used to hold the forms in proper positions without any distortion whatsoever until the concrete has set sufficiently to permit removal of forms. Forms shall be strong enough to permit the use of concrete form vibrators. Bamboo shall not be used as props or as cross bearers, but could be used in bracings. Forms shall be so designed and constructed that their removal will not damage the set concrete. Face form work shall provide true vertical and horizontal joints, Conform to the architectural features of the structure as to location of joints and be as directed by the Engineer-in-charge. The shuttering for beams and slabs shall be so erected that the shuttering on the sides of the beams and under the sophist of slabs can be removed without distributing the beam bottom. Re-propping of beams shall not be done except when props have to reinstate to take care of construction loads anticipated to be in excess of design load. Vertical props shall be supported on wedges or other measures shall be taken whereby the props can be gently lowered vertically while striking the shuttering. Where smooth or rubbed concrete finishes are required the forms shall be constructed with special care so that the resulting concrete surfaces will require a minimum finish. Bevels and/or chamfers or exposed concrete edges are not required unless indicated on the drawings. Where bevels or chamfers are indicated these shall be formed by mouldings. The standard dimensions of chamfers and fillets, unless otherwise specified, shall be 20 mm. Care shall be exercised to ensure accurate mouldings. The diagonal face of the moulding shall be placed or surfaced to the textures as the forms to which it is attached. Temporary openings shall be provided in column and wall forms to facilitate cleaning and inspection of forms and placing of concrete, as directed by the Engineer-in-charge. The inside of plywood and metal plates and unlined wood forms shall be thoroughly cleaned and coated with two coats of mineral oil, form lacquer lime wash or other coating materials, which shall be insoluble and non-miscible with water and will not stain or injure the concrete. Such coating shall not become flaky or be removed by rain or wash water. Reinforcement and/or other items to be cast in the concrete shall not be placed until coating of the forms as above is complete. Adjoining concrete surfaces shall be protected against contamination from the coating materials. Joints shall be sufficiently tight to prevent the leakage. Joints shall be stepped or caulked independently. Connections shall be so constructed as to permit easy removal of the shuttering and shall be either screwed, bolted, clamped wired or otherwise secured so as to be strong enough to retain the correct shape during consolidation. Before reuse, all forms shall be thoroughly scraped, cleaned, joints examined and when necessary, repaired and the inside retreated to prevent adhesion to the satisfaction of the Engineer-in-charge. The Contractor shall equip himself with enough shuttering to complete the job in the stipulated time. In case of all major formwork or if asked by the Engineer-in-charge the drawing and/or calculation for the design of the shuttering/staging shall be submitted for his approval before proceeding with work at no extra cost to the Owner. Forms and their supports shall be removed only after the concrete has attained the strength necessary to support its own weight and the construction loads to be placed thereon, but in no case without the approval of the Engineer-in-charge. The periods after which shuttering can be struck shall be in accordance with I.S. 456. The Contractor shall record on the drawing or in a special register the date on which the concrete is placed in each part of the work and the date on which the shuttering is removed there from. Striking shall be done with utmost care, without shock or vibration, by gently easing the wedges. If, after removing the formwork, it is found that the timber is embedded in the concrete it has to be cut out and made good with fine concrete. Due care shall be given to the provision of correct formwork for holes and opening in the slabs, inserts, grounding cable, conduits and pipe sleeves, foundation or anchor bolts. etc. as approved by the Engineer-in-charge. Wood formwork in contact with earth shall be completely removed to prevent dry rot or terminate infestation. It will be the responsibility of the Contractor to ensure a stiff and non-deflecting formwork by providing either through bolts or by external rigid supports to the approval of the Engineer-in-charge. In the event of the former, the Contractor shall not be allowed to remove the through bolts. Further, he shall have to cut the bolts at the face of the concrete only by gas cutting. The striking of formwork after placement of concrete shall be done in a systematic and approved manner on the directions of the Engineer-in-charge. In the normal circumstance, forms may be struck after expiry of the following periods: Nature of form work (i) Walls, columns, vertical sides of beams, of the coping No. of days at which to be struck 28 to 48 Hrs depending upon

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

375 OF 517

height/depth involved. (ii) Slabs without beams. props under slab) (iii) Slabs with beams (with props left under beams). (iv) After removal of props to beams/slabs. (v) Cantilevers, chajja slabs. b) Placement of Reinforcement bars : Reinforcement bars shall be securely held in the correct position to prevent displacement during placement and compaction of the concrete. The use of spacers and chairs for this purpose shall be in accordance with I.S. 2502 and shall be measured and paid for under relevant reinforcement item. Reinforcement for footings, grade beams and slabs on sub-grade shall be supported on precast concrete cover blocks approved by the Engineer-in-charge. The use of pebbles or stones shall not be permitted. Bars that cross each other shall be firmly tied together at all such points with No.16 gauge soft annealed iron wire or metal clips. Where not given on drawings the minimum clear distances between reinforcing bars shall be in accordance with I.S. 456. The vertical distance required between successive layers of bars in beams or similar members shall be maintained by the provision of mild steel spacer bars at such intervals that the main bars do not perceptibly sag between adjacent spacer bars. Laps and splices for reinforcement shall be in accordance with I.S. 456, unless stated otherwise, Splices in adjacent bars shall be staggered and the location of all spices, except those specified in the drawings, shall be approved by the Engineer-in-charge. No welding of rods to obtain continuity shall be allowed unless approved. If welding is approved, the work shall be carried out according to best modern practices and as directed by the Engineer-in-charge. Reinforcement specified on the drawings in linear meters shall be placed in maximum lengths practicable with splices in accordance with above paragraph and laps of length not less than 25 bar diameter in tension zones and variably hooked at both ends of laps with standard size hook and 35 bar diameter over compression zones (in columns, doubly reinforced beams etc.) and if the bars are deformed or cold notched the stated overlaps shall be further increased by 10 bars diameters in either case (i.e. 35d and 45d respectively in tension and compression zones) and need not be hooked. Erected and secured reinforcement shall be inspected, measured recorded and approved by the Engineer-in-charge prior to the pouring of concrete. Reinforcing bars shall be accurately shaped to the bends and dimensions indicated on the bar schedules and/or details. Bars having kinks or bends other than those required by design shall not be used. Standard hooks and other bends shall be made in accordance with I.S. 2502. Reinforcement bars shall be cold bent. Heating of reinforcement bars will not be permitted. Bars incorrectly bent shall be used only if the means used for straightening and rebinding be such as shall not, in the opinion of the Engineer-in-charge, injure the materials. No reinforcement shall be bent when in position in the work without approval of the Engineerin-charge, whether or not it is partially embedded in hardened concrete. Reinforcing bars shall not be straightened and re-bent in a manner that will injure the material. Bars containing cracks or splits or those which do not stand the field bend test shall be rejected. (c) Protective concrete covering : Unless indicated otherwise on the drawings, concrete protection for reinforcement shall be as per I.S. 456 and as given below : (i) For footing and other principal structural members in which the concrete is deposited on blindage against the ground, not less than 75 mm. (ii) For concrete surfaces exposed to the ground after removal of form, not less than 50 mm. for bars larger than 16 mm dia. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL Upto 4.50 m span : beyond 4.50 m. span 7 days 21 days (14 days with left 7 days 14 days 21 days 14 days. 28 days 28 days

376 OF 517

(iii) For other structural members, above ground not over 25 mm where effective bars of dia 20 mm and more are used, and 20 mm otherwise. (iv) For slabs / walls, 10 mm (upto slab thickness 100 mm) and 15 mm (if slabs thickness exceeds 100 mm). (d) Preparation Prior to Placement of Concrete : Dewatering, if required or asked for by the Engineer-in-charge shall, be carried out during the process of concreting. Freshly deposited concrete shall not be allowed to come in contact with water. Dewatering shall be arranged by providing necessary drains, sumps etc. as ordered and approved by the Engineer-in-charge. All debris shall be removed from the space to be occupied so that it will not impair the bond. All surfaces upon or against which concrete will be placed shall be plane, or as the Engineer-in-charge may direct, to meet the various situations encountered in the work. No lean concrete foundation sub-base of 1:2:4, 1:1:3 as specified shall be placed unless the foundation strata is approved by the Engineer-in-charge. The preparation of concrete surface upon which additional concrete is to be placed shall preferably be done by scarifying and cleaning while the concrete is in between its initial and final set stages. This method shall be used wherever practicable and shall consist of cutting the surface with picks and stiff brooms and by use of an approved combination of air and water jet, as directed by the Engineer-in-charge. Great care shall be taken in performing this work to avoid removal of too much mortar and the weakening of the surface by loosening of aggregate. When it is not practicable to follow the above method, it will be necessary to employ air tools to remove laitance and roughen the surface. The final required result shall be pitted surface from which dirt, unsound concrete, laitance and glazed mortar have been removed. After rock or concrete surface upon which new concrete is to be placed have been scarified, cleaned and wetted as specified herein. They shall receive a bonding treatment, immediately before placement of the concrete. The bonding medium shall be coat of cement, sand, mortar. The mortar shall have the same cement-sand content as the concrete which will be placed on it. The Water-cement ratio shall be determined by placing conditions, and as approved by the Engineer-in-charge. Bonding mortar shall be placed in sufficient quantities to completely cover the surface about 12 mm. thick for rock surfaces and about 10 mm. thick for concrete surfaces. It shall be brushed/broomed over the surface and worked thoroughly into all cracks, crevices and depressions. Accumulations or puddles or mortar shall not be allowed to settle in depression, and shall be brushed out to a satisfactory design as determined by the Engineer-in-charge. Mortar shall be placed at a rate that it can be brushed over the foundation just in advance of placement of concrete. Only as much area shall be covered with mortar as can be covered with concrete before initial set in the mortar takes place. The amount of mortar then will be permitted to be placed at any time, or the area which it is to cover, shall be in accordance with the directions of the Engineer-in-charge. Concrete shall then be mixed in the recommended proportions by volume preferably in a mechanically operated mixer machine with full bag mix (equivalent of 50 Kg) as a dry measure of 35 litres with the volumetric proportion of fine and coarse aggregate worked out and wooden or metal measure boxes fabricated for the purpose. (e) Placement of Concrete : Before any concrete is placed, the entire placing programme of equipment, layout, proposed procedures and methods shall be discussed and submitted to the approval of the Engineer-in-charge. No concrete shall be placed until the Engineer-in-charges approval has been received. Concrete shall be conveyed from the mixer and deposited in position and vibrated within thirty minutes after addition of water to cement aggregates. Concrete shall be conveyed to the place of final deposit and placed as nearly as practicable in its final position in a manner such as to avoid segregation, loss of materials or strength. Equipment for conveying concrete shall be of such size and design as to ensure a practically continuous flow of concrete during depositing without segregation of materials. Concrete shall be palced directly in its permanent position and shall not be worked along the shuttering to that position. Concreting once started shall be kept continuous until the pour is completed. The concrete shall be deposited in successive horizontal layers of uniform thickness ranging from 150 to 900 mm. or to full designed thickness as rapidly as practicable to prevent the formation of seams or places of weakness between each succeeding layer within the pour. The thickness of each layer shall be such that it can be SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

377 OF 517

deposited before the previous layer has stiffened. The top surface of each pour shall generally be levels unless otherwise specified on the drawings. The bucket loads, for other units of deposit shall be placed progressively along the face of the layer to uniform depth with minimum shovelling. Any tendency to segregation shall be corrected by shovelling stones into mortar rather than mortor on to stone. Concrete, especially the top layer, shall not be deposited during rains unless adequately protected. A concrete pour interrupted by rains shall be protected from the rains until it is sufficiently hardened so that its strength will not be impaired. Concrete that has partially hardened or become contaminated with foreign materials shall be restricted and disposed as directed by the Engineer-in-charge. For locations where direct placement is not possible and is in narrow form, the Contractor shall provide suitable drop chutes and elephant trunk to confine the concrete in movement. The chutes shall be metal or metal lined and of rounded cross-section. The slopes of the Chute sections shall be approximately the same. The minimum slope shall be 1 vertical to 3 horizontal and the maximum slope 1 vertical to 2 horizontal . Specific approval of the Engineer-in-charge must be obtained as to the type, length slopes etc. Before and after each pour, the chute shall be thoroughly cleaned of all debris, cleaning water, etc. deposited outside the forms to be removed. The discharge end of the chutes shall be maintained above the surface of the concrete in the forms at a height equal to approximately 3 times the thickness of the layer being deposited, but less than 1 metre with the vertical spout or down pipe as close to surface of deposit as practicable. Concrete shall not be dropped freely from height greater than 2.50 meters. For greater drops, a vertical down pipe spout or other suitable drop chutes shall be used to assist the concrete into place. In placing concrete through reinforcing steel cage, care shall be taken to prevent segregation or splitting of mortar and aggregate due to dashing against it. When the conjunction of steel makes it difficult for placement for the concrete, it would be necessary to move the top steel aside, properly place the concrete, vibrate and realign the moved out steel, tie secure and complete the concreting. Bleeding or free water on top of concrete being deposited into the forms shall necessitate stopping the concrete pour and the conditions causing this defect and corrections thereof before any additional concrete is poured. Water accumulating in forms during placement of concrete shall be immediately removed by means of drain holes of 12 mm. diameter maximum, drilled in the forms. Drain holes shall be plugged with round, tight fittings plugs before proceeding with the pour. While placing concrete in walls with opening, in floors of integral slab and beams construction and other similar conditions, the placing shall stop when the concrete reaches the top of the opening, or bottom horizontal surfaces of the slab, as the case may be. Placing shall be resumed before the concrete in place takes initial set, but not until it has had time, as determined by the Engineer-in-charge. (f) Providing construction Joints :Special provisions shall be made for joining successive pours as indicated on the drawings or as directed by the Engineer-in-charge. Construction Joints, the sole purpose of which is to join successive pours, not indicated on the drawings, shall be made and located at points which will least impair the strength and appearance of the structure. The location of construction joints shall be approved by the Engineer-in-charge prior to the installation and deposition of concrete. Concrete in a beam shall be placed throughout without a joint but if the provision of joint is unavoidable the joints shall be vertical and at the middle of the span. A joint in a slab shall be vertical and parallel to the principal reinforcement. Where it is unavoidably at right angles to the principal reinforcement, the joint shall be vertical and at the middle of span. Where a beam intersects a girder, the joints in the beam shall be offset at a distance equal to twice the width of the beam and additional reinforcement provided for shear. The joints shall be vertical throughout the full thickness of the concrete member. Columns or piers, not poured in a single operation, shall have joints at the underside of the bottom-most beams or girder framing therein to unless otherwise shown on the drawings. Haunches and column capitals shall be considered as part of and continuous with the floor or roof. At least 2 hours shall be lapsed after depositing concrete in columns, piers or walls before depositing in beams, girders or slabs supported on thereon. Joints other than those indicated on the drawing and unless approved by the Engineer-in-charge, shall not be provided in footings. Vertical construction joints in watertight construction will not be permitted unless indicated on the drawings or approved by the Engineer-in-charge. Mass foundations shall be poured in lift not exceeding 1.5 m. in height unless otherwise indicated on the drawings or approved by the Engineer-incharge. Where a horizontal construction joint is required to resist water pressure, special care shall be taken in all phases of the construction to ensure maximum water tightness. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

378 OF 517

All constructional joints shall have dowels or continuous and shear keys. Dowels unless specified on the drawings shall be reinforcing bars of diameter one eighth the thickness of the slab, placed at 300 mm. centres and with a minimum embedment of 30 diameters. Shear keys shall be of size suitable to the width and length of the construction joint unless otherwise indicated on the drawings. Where a joint is to be made, the existing surface shall be thoroughly roughened and cleaned of all foreign matter and laitance before depositing new concrete on or against existing concrete. The existing surface shall be thoroughly wetted and slashed with a coat of neat cement grout and the new concrete placed before the grout attains its initial set. The work shall be performed in a manner to ensure complete bonding between the existing and newly poured concrete and to the satisfaction of the Engineer-in-charge. Construction and expansion joints in slabs, walls grade beams, etc. shall be provided and constructed as indicated on the drawings. Floor slabs on grades shall be poured in alternate sections and allowed to take initial set and full shrinkage before pouring adjoining section. (g) Concrete Placing Under Water Under all ordinary conditions, in case of foundations completely under water, concrete shall be placed in the dry. However, when concrete placement under water is necessary the procedure shall be as follows :(i) Concrete shall be deposited under water by means or tremies, or bottom dump covered buckets of approved type. (ii) All works requiring placement of concrete under water shall be designed, directed and inspected with due regard to local circumstances and purpose. All underwater concrete shall be placed according to the plans or specifications and as directed and approved by the Engineer-incharge. (h) Hot Weather Concrete : For concrete work performed in hot weather, provision shall be made to lower concrete temperatures by cooling ingredients, eliminating excessive mixing, preventing exposure of mixers and conveyances to direct sun light and the use of reflective point on mixers and conveyances. The temperature of fresh concrete while placing shall not be permitted to exceed 38 C. Consideration shall be given to shading aggregate stockpiles from direct rays of the sun, spraying stockpiles with water, use of cold water when available and burying, insulating, shading and/or painting white the pipe lines and water storage tanks and conveyances. In order to reduce loss of mixing water the aggregates, wooden forms, sub-grade, adjacent concrete and other moisture absorbing surfaces shall be wetted prior to concreting. Placement and finishing shall be done as quickly as possible. Extra precautions shall be taken for the protection and curing of concrete. Curing shall start immediately after the concrete is placed. Formed concrete such as wall and columns shall be cured immediately after concrete has set by spraying cool water at the top of the forms. Continuous curing by ponding, wrapping in continuously wetted gunny bags etc. shall be carried out for at least seven days. Thereafter normal curing shall be continued until 28 days after placing of concrete. (i) Compacting concrete : While the concrete is being deposited, it shall be thoroughly and uniformly compacted by means of hand tools, internal vibrators or form vibrators approved by the Engineer-in-charge. The concrete shall be worked thoroughly round the reinforcement, embedded fixtures and into the corners of the forms. Tapping or external vibrating of the forms by hand tools or internal vibrators will not be permitted. Mechanical vibrators shall be used only under experienced supervision. The use of vibrators shall be consistent with the concrete mix and caution exercised not to over vibrate the concrete laterally over long distance within the forms. Vibrators shall be of internal immersion type, of high frequency, with speed of not less than 2850 cycles per minute when immersed in the concrete. Vibrators shall be used in sufficient number of units to properly consolidate all concrete. Vibrators shall be inserted in a vertical position at intervals of about centres depending upon the mix and the equipment used, and continued experience on the job. Vibrators shall be withdrawn slowly from vibrated concrete to avoid formation of dry holes in concrete. In placing concrete in layers which are advancing horizontally as the work progresses, great care shall be exercised to ensure adequate vibration, binding and bonding of the concrete between the succeeding batches. The vibrators shall penetrate the layer being placed and also penetrate the layer below while the under layer is still plastic, to ensure good bond and homogeneity between the two layer and prevent the formation of cold joints. Care shall taken to prevent contact of vibrators against reinforcement steel. Vibrators shall not be allowed to come in contact with forms or finished surfaces. External formwork vibrators or surface vibrators shall be SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

379 OF 517

used only with specific authorization of the Engineer-in-charge. The formation of stone pocket or mortar pondage in corners and against face of forms shall be avoided. Should these occur, they should be dug out, reformed and refilled to sufficient depth and shape for through bonding as directed by the Engineer-incharge. (i) Curing and protection : Freshly deposited concrete shall be protected from the elements, defacement and damage due to construction operation. Tarpaulins shall be provided and used when necessary to completely cover or enclose the freshly deposited concrete. Freshly placed concrete, after it has hardened sufficiently to prevent marring shall be cured by an accepted method which will continuously retain the concrete in moist condition for minimum period of 7 days or otherwise as ordered by the Engineer-in-charge. All curing methods shall be approved by the Engineer-in-charge. Quantity of water supplied shall be controlled so as to prevent erosion of freshly placed concrete. Preference shall be given to the use of continuous sprays, flowing or ponded water, continuously saturated coverings of sacking, canvas, hessian or other absorbent materials, or approved effective colourless sealing compounds applied with spraying equipment capable of producing a smooth, even-textured coat. Curing shall be assured by use of an ample water supply under pressure in pipes with all necessary appliances of such as sprinklers and spraying devices or by continuous fine mist spraying. No type of covering will be approved which would stain damage the concrete during or after the curing period. Water shall be applied to unformed concrete surface within 1 hour after concrete is poured. Water or approved sealing compounds shall be applied to formed surface immediately upon removal of forms. Colourless sealing compounds shall not be used on concrete receiving an applied wearing surface, water or acid proofing membranes, built-up roofing or liquid dust proofing or paint coat. (k) Finishing of concrete faces : Surface which will not be covered by back fill, concrete or tile toppings, such as outside decks facers of Galleries and sumps, parapets, gutters, sidewalks and slabs, shall be consolidated, screed and floated. Floating may be done with hand or with power driven equipment. Floating shall be started as soon as the screed surface has attained a stiffness to permit finishing operation and shall be the minimum required to produce a surface uniform in texture and free from screed marks or other imperfections. Joints and edges shall be tooled as called for on the drawings or as directed by the Engineer-in-charge. Immediately upon removal of forms, concrete shall be examined and all defective areas called to the attention of the Engineer-in-charge who may permit rectification of the defective areas or also reject the concrete unit either partially or in its entirety. Prior to rectification, all defective concrete shall be chipped out and removed to a minimum depth of 25 mm. The edges or patched area shall be cut at right angles to the surfaces, the portion to be patched shall be roughened, thoroughly soaked with clean water until absorption stops and a 6 mm. bonding coat applied followed by a mortar patch of same materials and in the proportions used in the concrete. The mortar coats shall be built up in 10 mm. thickness. Anchors, tees or dovetails slots shall be provided whenever necessary to attach the new material secured in place. Holes remaining from ties or bolts and holes passing entirely thorough the concrete section filled with mortar and struck off flush at the face of the concrete duly finished. (i) Sampling and testing : During the course of execution of work a minimum of six concrete test cubes of the standard field control test specimen (15 mm size cubes) shall be cast at the rate of one such set on all important concrete works each day or at the rate of one such set fo 6 cubes for every 10 cum of concrete poured. Concrete samples shall be taken as near as possible to the point of final deposit immediately after it has been deposited, but before compaction. Such specimen cubes shall be filled and rodded in the same manner the concrete laid on the structure and cured as specified in IS 516 and IS 1199. Three nos. of each set of specimen shall be tested at 7 days and the remaining of the set at 28 days, in any approved material testing laboratory, quality control agency or an approved institution having such facilities for testing and the results furnished to the Engineer-in-charge. The criteria for acceptance of a concrete shall be as set and in table (V) of IS 456. The Engineer-in-charge may order rejection of any concrete which fails to meet the design requirements. Rejected concrete shall be removed and replaced by the contractor at no extra cost or expense to the Owner. The Engineer-in-charge may also order test to be carried out on cement, sand, coarse aggregate or on SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

380 OF 517

hardened concrete in a situation, sampled in the appropriate methods by authorised persons to conform to the forgoing specifications for their individual quality, grades etc. in any approved laboratory at the cost of the contractors and specimen not satisfying the technical requirements shall be summarily rejected by him. The Engineer-in-charge may however accept at reduced rates concrete not standing to the prescribed standards after a load test and only with the permission of the Superintending Engineer concerned on the actual structural location and importance of the structural member with or without strengthening methods which in addition if ordered, shall be carried out by the contractor at his own cost. (m) Field Load Testing : In the event of any works of R.C.C. structural member is suspected to be constructed of faulty material or workmanship or both or as likely to be understrength to the designed parameters due to any reasons or the 28 days concrete cube strength is not found to be up to the required mark, the Engineer-in-charge, before requiring its removal and reconstruction, may order it be load tested in accordance with following provisions : The test load shall be 125 percent of the maximum super-imposed load for which the structure is designed. Such test load shall not be applied before 40 days after the date of concreting. During the tests, structure strong enough to take the whole load shall be placed in position leaving a gap under the members. The test load shall be kept for 24 hours before removal. The structure will be deemed to be satisfactory if : (i) No structural defects are observed. (ii) The residual deflection on removal of the load is not greater than 1/3 the max. Deflection shown during 24 hours of application of the test load. (iii)The maximum deflection shown during testing is not more than the theoretical deflection under the given condition of loading. Any other tests, e.g. taking out concrete cores, examination and test on such cores removed from such parts of the members in an approved manner and as directed by the Engineer-in-charge shall be carried out by the Contractor at his own cost. Should the result of any test prove unsatisfactory, the contractor shall remove and rebuild the member or members involved or carry out such other remedial measures as may be required by the Engineer-in-charge or his representative. The contractor shall bear the cost in respect of such measures unless the failure of the member or members to fulfill the test condition is solely due to faulty design which also be proved by calculations by the contractor. In respect of interpretation of test results, quality of concrete etc. the decision of the Engineer-in-charge shall be final and binding on the contractor. It should be clearly understood that the Engineer-in-charge may direct work with faulty materials and workmanship to be removed and reconstructed at contractors cost without resorting to load test also. (o) Item to include : Even though one continuous details for the various works covered under providing and laying of plain reinforced concrete as commonly applicable is mentioned in the foregoing paragraphs the entire work may be divided into various items in the schedule B for convenience of construction and ease of measurements. Irrespective of the item executed, whether it is for plain concrete or reinforced concrete, which shall only exclude the provision of reinforcement, the other scope of the work remains the same and deemed to cover the following (The rates covered the following activities at all lifts and heights and floors of the buildings). (a) All metals (of different sizes and grades as specified in each item), sand, water and cement as supplied by the Owner. (b) Use and waste of all shuttering, centering, formwork and false work including bath supports, bamboo arcing & shoring as required. (c) All labour involved in screening, clearing, batching, machine centering, handling at all stages of materials both in dry and wet stage, conveyance to required location, laying, consolidating, finishing and curing.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

381 OF 517

(d)

Adding admixtures, if specified, providing construction joints.

(e) Patching and finishing and curing and engagement of skilled workmen, applications of neat cement slurry between old and fresh concrete. (f) Watch and ward and incidental transport. (h) Hire and usage of all tools, plants and machinery such as mixer vibrators, lift and winch and other equipments. Further, the placement of reinforcement in R.C.C. would include : (a) All reinforcing bars of all designs, diameters (plain or deformed), binding wire. (b) All labour involved, both skilled and unskilled, in cutting, bending, hooking, supporting and hoisting to position laying and tying and putting concrete cover blocks. (c) All transport and handling, tools and tackles. 05. Mode of measurement for payments : (a) Cement Concrete (plain or reinforced) of all proportions : The set concrete shall be measured for its length, breadth and depth, limiting dimensions to those specified in the drawings or as ordered by the Engineer-in-charge. No deduction will be made for reinforcements in concrete. No extra payment will be made for hoisting to different floor levels, or below ground levels, curing etc. Pre-measurements shall be taken over shuttering, if the cast concrete becomes un-approachable for measurement and geometrical shapes shall be computed for measurements based on application of standard formulae on basic linear measurements. (b) Mild Steel Reinforcement : The reinforcement bars as are placed in positions (restricted however to the lengths and dimensions as shown in construction drawings or as directed by the Engineer-in-charge) including permitted laps, chairs, hooks, inserts such as fan cradle hooks etc. shall be measured in lengths, diameter wise separately, and the weights payable shall be worked out according to standard weights mentioned below for plain rounded or deformed bars. dia weight 6 mm 8 mm 10 mm standard weight 0.22 Kg/meter 0.40 Kg/meter 0.62 Kg/meter dia 12 mm 16 mm 20 mm standard weight 0.89 Kg/meter 1.58 Kg/meter 2.47 Kg/meter dia 22 mm 25 mm 28 mm standard 2.98 Kg/metre 3.8 Kg/meter 4.8 Kg/meter

Wire used for tying and devices for supporting bars and maintaining various clearances required will however not be measured or paid for. No payment will be made for clips, binding wires, tack welding done in lieu-of tying separators, wire chains and other materials used for fastening and supporting reinforcement in place and position. No separate lift charge for provision M.S. reinforcements at different floors location or position, of the building or below ground level shall be admitted. Item No. 9 Providing and fixing pockets in equipment & gantry foundations & such other foundations by providing pocket holes with formed boxes consisting of 12mm thick water proof ply of approved make and quality including cutting and making boxes in required shape and size of various depths including removing the pocket boxes after the work for reuse etc. complete as directed. General : The item refers to providing and fixing pockets in equipment & gantry foundations & such other foundations by providing pocket holes with formed boxes consisting of 12mm thick water proof ply of approved make and quality including cutting and making boxes in required shape and size of various depths including removing the pocket boxes after the work for reuse etc. complete as directed. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

382 OF 517

Construction Method : The form boxes shall be prepared as per drawing and design and all the sizes specified on the drawing for each category of the type of foundation preferably using marine plywood shuttering. Any other type of shuttering shall only be used with special permission of the Engineer in charge. The form boxes shall be placed on the concrete previously laid upto the bottom of the pocket holes and positioned and aligned as per drawing so that the work of concrete for the portion above bottom of pocket holes can be taken up simultaneously. This is with a view to ensure that the foundation concrete is done in one single lift or operation. The outside of the forms contract surface with concrete shall then be lubricated by suitable methods which will facilitate easy removal of the forms without damaging of the concrete. The form boxes will not be allowed to be removed unless the adjoining concrete is adequately set. In case, they are removed, the Engineer in charge reserves the right to order dismantling of the concrete above the bottom level of pocket upto the top of foundation and its re-doing at no extra cost of the Board. Item to Include : The item includes all items such as providing of formwork, material and labour charges for preparation of form boxes, labour charges for positioning and aligning of pocket holes, use and waste of work while removal and removal of the form boxes as per wording of the item. Mode of Measurement and Payment : The contract rate payable shall be per square metre of area of pocket. Item No. 10 Providing and casting in situ cement concrete M:20 of trap metal for bed block, foundation blocks and such other items including bailing out water manually, formwork, compacting, roughening the exposed faces if special finish is to be provided etc complete. (Spec. No. Bdf -4 Page - 289) Specifications for these items shall be as per Item No. 3 of Gantry and equipment structure foundation section. Item No. 11 Providing and laying cement concrete flooring 40 mm thick with cement concrete M:15 ( I.P.S.) laid to proper line, level and slope including compaction, filling joints, marking lines to give appearance of tiles or other design, finishing smooth (with extra cement ) in approved colour as directed and curing etc. complete. (Spec No Bdm 6 Page No. 38) General : The item provides for providing cement concrete flooring / dado. The final thickness shall be 40 mm. Material : The cement concrete shall generally conform to specification for ordinary concrete. The coarse aggregates shall be carefully selected sufficiently tough and hard stone pieces broken in a manner that will provided particles of approximately cubical shape affording good inter locking. Elongated or thick flake like fragments should be avoided. The maximum size of coarse aggregate shall be 12 mm. The fine aggregate shall consist of properly graded particles. The proportion of mix shall be 1:2:4 The least amount of mixing water that will produce a workable mix and will allow finishing without excessive trolling shall be used. Generally water cement ratio of 0.5 should suffice. For large works mechanical mixing may be resorted to. Laying : 1) Before placing the concrete flooring the sub grade shall be passed by the Engineer. The sub grade for the concrete floor shall be bedding of lime concrete or cement under a separate item in the tender. The sub grade in all cases shall be formed to proper levels and slopes will compacted and cured. The top surfaces shall be kept slightly rough. Any slope required to be SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

383 OF 517

provided in the floors in the floors is to be give to the sub grade. The sub grade shall be paid separately. 2) The surface of the sub grade shall be cleaned of all loose materials and moistened immediately before laying the concrete floor. The edges of each panel in to which the floor is divided should be supported be flat bars of steel or wood duly oiled to prevent sticking. Their depth shall be the same as that proposed for the finished floor as mentioned in item. The bars should be removed before filling in adjoining panels. At least 48 hours shall lapse before the concerting in the adjacent bays is commenced. 3) The concrete shall be laid immediately after mixing. While being placed the concrete shall be vigorously sliced and spaded with suitable tools to prevent formation of voids or honey comb pockets. Immediately after laying the concrete the surface shall be inspected for high or low spots and any needed correction made up by adding or removing the concrete. After striking off the surface to the required grade it shall be compacted with a wooden float No dry cement or mixture of dry cement and sand shall be sprinkled directly on the surface of the concrete to absorb moisture or to stiffen the mix. After the concrete has been thoroughly rammed and has dried sufficiently to allow the rendering to be worked up surface shall be rendered with a thin coat of 1:1 cement mortar with fine sand and uniformly floated when the cement mortar rendering is sufficiently stiff lines shall be marked on it with str-ings or by any other device to give the appearance of tiles 30 cm x 30 cm or any other size laid diagonally or square as directed by the Engineer. The junctions of floor and walls shall be rounded off if so directed without any extra payment. 4) After concrete in the bays has set the joints of the panels shall be filled with cement cream or with suitable bit mastic compound as shown on the drawings or directed by the Engineer. 5) Vertical edges of the bays shall be neatly marked on the surface of the concrete with a pointed trowel after filling the joints. Finishing : When the rending is some what stiff neat cement may be sprinkled on sparingly through a proper pot on the surface and rubbed lightly to give smooth polished ordinary cement coloured surface. If coloured flooring is required by the Engineer the approved coloured cement or cement mixed with the required shade of approved pigments shall be used. Curing shall start on the next day after finishing and be continued for 14 days. Item to include: The rate shall include all labour materials tools and equipment for cleaning and preparing the sub surfaces form work providing concrete of the specified mix compacting rendering using colouring pigment when required making lines on the surface finishing and curing as specified above. Mode of Measurement and payment : The contract rate shall be per square meter of the flooring of the specified thickness. The liner dimensions shall be measured between plastered walls or skirting correct up to 2 places of decimals of a meter and area worked out correct upto 2 places of decimals of a meter. Item No. 12 a. Providing and fixing in position M.S. bar reinforcement of various diameters for footings, rafts, foundations, beams, columns, coping etc as per detailed design and drawing and schedules including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required etc. complete as directed. (Spec. No .Bdf 1 Page No. 306) Item No. 12 b. do as per Item No. 12 a. but for Tor steel bar etc. complete. Specifications for these items shall be as per Item No. 20 of Store Shed section. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

384 OF 517

Item No. 13 Providing cement plaster 12 mm thick in single coat in cement mortar 1:4 without neeru finish to concrete or brick surface in all positions including racking out joints, scaffolding and curing etc. complete (Spec. No. BdL-2, Page No. 367) Specifications for these items shall be as per Item No. 9 of Chainlink fencing section. Item No. 14 Providing cement plaster 20 mm thick in single coat in cement mortar 1:4 without neeru finish to brick masonry or concrete surface, in all positions including scaffolding, racking out joints, providing groove at joints of stone masonry and concrete members and curing etc. complete (Spec. No. BdL 4 Page no. 368) Specifications for these items shall be as per Item No. 9 of Chainlink fencing section but for 20 mm. thick plaster. Item No. 15 Fixing of foundation bolts of various diameters and lengths using the template provided by the department including cleaning of template, fixing the template in line and level as per drawing and removing the template after foundation work is completed and cleaning the same and handing over the templates to the Department etc. complete and as directed by Engineer-in-charge (M.S. Templates and foundation bolts will be supplied / issued by M.S.E.T.C.L free of cost at the site) a. b. For Gantry structures. For equipment structures.

GENERAL : The item refers to Fixing of foundation bolts of various diameters and lengths using the template provided by the department including cleaning of template, fixing the template in line and level as per drawing and removing the template after foundation work is completed and cleaning the same and handing over the templates to the Department etc. complete and as directed by Engineer-in-charge. FIXING : The templates should be securely fixed with the formwork of the columns after correctly checking the centre to centre distances between the columns and foundation bolts. The top of the bolts should be kept at one required level. After properly aligning the bolts, verticality of each bolt should be checked before placing the concrete. For keeping the bolts in their proper position and for non disturbance to their verticality the bolts must be securely welded to the reinforcement bars of the pedestals. After completing the correct and after initial setting of concrete the templates will be removed, cleaned and used for fixing the bolts of next foundation. The threaded portion of the bolts so grouted and fixed should be cleaned thoroughly grease should be applied to this portion and piece of gunny bag cloth should be tied along the threaded portion to keep it free from rust etc. The contractor should take utmost care for fixing the bolts in precise correctness before grouting and placing the concrete. Any mistake in the centre to centre distance of the bolts will not be tolerated and the contractor will have to rectify the same by breaking the concrete, re-fixing the bolts and concreting again without any additional cost. Such rectification works will not be paid in any relevant items. MODE OF MEASUREMENT AND PAYMENT : The unit contract rate will be for one individual bolt with anchor plate or without anchor plate grouted in concrete. Even if assembly of twin or more is supplied by Department, each individual bolts fixed in concrete will be counted and paid. Item No. 16

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

385 OF 517

Providing and fixing 105/90 lbs rail pole (Wt- 52.70/45.17 Kg /Rmt) on transformer plinth including all transportation, loading, unloading, and necessary welding of rail poles to provided M.S. plate, including applying one coat of red oxide and two coats of oil painting complete as directed by Engineer-in-charge. General : The item refers to providing and laying and jointing of rail track as per the wording of the item. The rails 52 Kg./Rmt. will be arranged and transported by the Contractor. The rails shall be brought at the site. For fabrication and welding specification given in General Specification No. B.18 and B.19 shall be followed. Construction Method : The rails shall be fixed on the foundation already cast true to the alignment, level, gradient and gauge as specified on the drawing or as directed. The fixing to the foundation shall be done using foundation bolts as shown on the drawing or with the help of chairs alternatively. The chairs will have to be procured by the Contractor in lieu of base plates if approved by the Engineer in charge. In this case the difference in cost of base plates and chairs, if any shall be borne by the Board. Item to Include : 1. Cost of rail poles having weight of 90/105 lbs./yard. 2. The item shall include all labour charges for conveyance, loading, unloading, transportation handling etc. within 1 Km. lead and straightening if required. 3. Fixing of rails on the foundations true to alignment and level, gradients and gauge as specified on the drawing or as directed. 4. Cost of all materials required for execution of the item as per wording. 5. Fabrication of rails, welding of rails at alternate joints, drilling of holes in the rails as directed. 6. The item also includes the extra labour/material required for diamond crossing. Mode of Measurement and Payment : The contract rate shall be per running metre of the rail provided and laid. Item No. 17 Providing, fabricating and fixing M.S. plates and M.S. Templates as per detailed drawing and design and as directed by Engineer- in-charge complete. General : The item pertains to providing M. S. templates fabricated out of M. S. flats of specified size or as directed. The structural steel to be utilised shall confirm to the relevant standard specification, fabrication shall be as per standard practice and specification. The structural steel required for the job shall be purchased from reputed dealer as per the requirement. The required quantity of specified sizes of nut and bolts shall also be purchased from reputed dealers and preferably of k.w. standard. FABRICATION: The templates of various sizes should be fabricated strictly as per the dimensions given on the drawing. Required numbers of circular as holes as per the mentioned diameters shall also be drilled on the templates at the desired locations and as per the locations of bolts to be provided for the types of and as per the locations of bolts to be provided for the types of gantries / equipment for which templates will be fabricated. After fabrication of various members of the templates, the same should be assembled together with the help of nuts and bolts of required sizes. The c/c distance should be accurately checked and verified with the detailed drawing for the respective gantry / equipment foundations. If the templates (after joining various SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

386 OF 517

members) is formed to c.c. okay then centre lines should be marked with punching machine in all the channels members and each member of the templates should also be painted with the gantry No. / equipment such as CA, CB OR T1A, T2A etc. so that the assembling of the same will become easy. Fixing of Templates General : The item refers to the extra labour for positioning of foundation anchor bolt with the help of template in proper alignment and level as per detailed drawing and design all as directed as per wording of the item. The foundation bolt as per design and drawing shall be supplied free of cost at site. Construction Method: The template shall be jointed and placed in position and securely fixed by arranging suitable formwork or any other fixing arrangement approved by the Engineer-in-Charge. The same shall be properly aligned and levelled as per detailed drawing and design. The foundation bolts supplied by the department shall be inserted and positioned in perfectly vertical position till the concrete is set and shall be removed only after specific permission from the Engineer-in-Charge. Item to Include: The item shall include all labour charges for positioning of the foundation bolt and templates, their alignment and levelling and all material required for fixing the templates in position till the concrete is set. Removal of the templates shall be after the concrete is set. MODE OF MEASUREMENT AND PAYMENT: The contract rate shall be for per No. of bolt provided with the help of respective template. Item No. 18 Disposing off excavated stuff to a distance of 0.5 Km within substation premises by mechanical means, including loading, unloading, stacking and spreading etc., complete as directed. General : The work shall consist of disposing off excavated stuff to a distance of 0.5 Km within substation premises by mechanical means, including loading, unloading, stacking and spreading etc., complete as directed. Disposal : All the excavated stuff excluding the portion which is required for back filling will have to be removed by the contractor no sooner the foundation excavation is completed so as to ensure that the excavated stuff does not cause any inconvenience of hindrances to the execution of work going on at site. This work will have to be attended to promptly by the contractor. If he fails to do so, the Engineer in charge at his discretion and with 7 days s notice to the contractor on the issue will have the right to arrange disposal of the surplus stuff either departmentally or through another agency. The extra expenditure shall in that case be recoverable from contractors dues. Item to include : This item includes all the operations such as re-excavation of excavated spoil if required, loading, unloading, transportation by mechanical means as per wording of item. All labours, materials and hiring of T & P charges for satisfactory completion of the item. Mode of Measurement and Payment : The contract rate shall be per unit of cubic metre of spoil. The quantity for payment will be based on material stacks measured at disposal area shown by the department.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

387 OF 517

CONTROL ROOM BUILDING


Item No. 1 a. Excavation for foundation in earth, soil of all types, sand, gravel, soft murum including removing the excavated material upto a distance of 50.0 m. beyond the building area and stacking or spreading as directed, dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering, including shoring and strutting etc. complete. i. Lift up to 1.5 m. ii. Lift above 1.5 m. to 3.00 m depth. Iii. Lift above 3.00 m. to 4.50 m. iv. Lift above 4.50 m. Item No. 1 b. do as per Item No. 1 a but excavation in hard murum etc. complete. i. Lift up to 1.5 m. ii. Lift above 1.5 m. to 3.00 m depth. Iii. Lift above 3.00 m. to 4.50 m. iv. Lift above 4.50 m. Item No. 1 c. do as per Item No. 1 a but excavation in soft rock etc. complete. i. Lift up to 1.5 m. ii. Lift above 1.5 m. to 3.00 m depth. Iii. Lift above 3.00 m. to 4.50 m. Specifications for these items shall be as per Item No. 1 of Chainlink fencing section. Item No. 2 Providing and laying in situ cement concrete in proportion 1:4:8 of trap metal for foundation and bedding including bailing out water manually, formwork, compacting, curing etc. complete. Specifications for these items shall be as per Item No. 2 of Chainlink fencing section. Item No. 3 Providing and laying in situ cement concrete M-25 of trap metal for RCC work in foundations like raft and footings of R.C.C. columns and steel stanchions including bailing out water, steel centering, plywood / steel formwork, compaction, curing and roughening the surface if special finish is to be provided, finishing uneven and honeycombed surface with cement mortar 1:3 of sufficient minimum thickness to give smooth and even surface etc. complete. (excluding reinforcement and structural steel ). Item No. 4 Providing and casting in situ cement concrete M-25 of trap metal for RCC columns as per detailed design & drawings or as directed, including steel centering, plywood / steel formwork, compaction finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided, curing etc. complete including use of plasticizer wherever necessary as directed by Engineer - in - charge (excluding reinforcement). Item No. 5 Providing and casting in situ cement concrete M-25 of trap metal for RCC plinth beams as per detailed design & drawings or as directed, including steel centering, plywood / steel formwork, steel props SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

388 OF 517

compaction, finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided curing etc. complete, including use of plasticizer wherever necessary as directed by Engineer - in charge (excluding reinforcement). Item No. 6 Providing and casting in situ cement concrete M-25 of trap metal for RCC beams and lintels as per detailed design & drawings or as directed, including steel centering, plywood / steel formwork, steel props compaction, finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided, curing etc. complete including use of plasticizer wherever necessary as directed by Engineer- in-charge (excluding reinforcement). Item No. 7 Providing and casting in situ cement concrete M-25 of trap metal for R.C.C. slab (Flat / sloping) and landings as per detailed design and drawings, including steel centering, plywood / steel formwork, steel props compaction, finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided, with fan hook box of 2 mm thick M.S. sheet rectangular size 180 mm x 100 mm with required depth, with holes or notches, as required bottom and top lids of 1.6 mm thick M.S. sheet fixed with 3.5 mm dia. round headed screws together with 12 mm dia. M.S. bar bent to shape with hooked ends for fan hook and painting to exposed surface and curing etc. Item No. 8 Providing and casting in situ cement concrete M-25 of trap metal for R.C.C. canopy as per detailed design and drawings including steel centering, plywood / steel formwork, steel props compaction, finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided and curing etc. complete. (Excluding reinforcement). Item No. 9 a. Providing and casting in situ cement concrete M-25 of trap metal for R.C.C. chajja as per detailed design and drawings including steel centering, plywood / steel formwork, steel props compaction, finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided and curing etc. complete. (excluding reinforcement). Item No. 9 b. do as per Item No. 9 a but for R.C.C. Pardi etc. complete. Specifications for these items shall be as per Item No. 3 of Gantry and equipment structure foundation section. Item No. 10 Providing and casting in situ cement concrete M-15 of trap metal for RCC coping to plinth or parapet moulded or chamfered as per detailed drawings or approved by the Engineer including steel centering, plywood / steel formwork, compaction, finishing uneven and honeycombed surface with C.M. 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening the surface if special finish is to be provided and curing etc. complete. (Excluding reinforcement). Specifications for these items shall be as per Item No. 4 of Chainlink fencing section. Item No. 11 a. Providing and fixing in position mild steel bar reinforcement of various diameters for RCC pile caps, footings, foundations, slabs, beams and columns, canopies, staircases, newels, chajja, lintels, pardies, coping fins, arches etc. as per detailed design and drawings and schedules including cutting, bending, hooking the bars, binding with wires or tack welding and supporting etc. complete. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

389 OF 517

Item No. 11 b. do as per Item No. 11 a. but for Tor steel etc. complete. Specifications for these items shall be as per Item No. 20 of Store Shed section. Item No. 12 a. Filling in plinth and floors with contractors own materials approved by Engineer-in -charges in 15 cm. to 20 cm. layers including watering and compaction in layers etc. complete. Item No. 12 b. Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm. layers including watering and compaction in layers etc. complete. Specifications for these items shall be as per Item No. 5 of Store Shed section. Item No. 13 Providing dry trap rubble stone soling 15 to 20 centimeter thick including hand packing and compacting etc. complete. Specifications for these items shall be as per Item No. 2 of Store Shed section. Item No. 14 Providing and laying in situ cement concrete 1:3:6 of trap metal for foundation, bailing out water, plywood / steel formwork, compacting, finishing uneven and honey combed surface with cement mortar 1:3, curing etc. complete. Specifications for these items shall be as per Item No. 2 of Chainlink fencing section. Item No. 15 Providing second class Burnt Brick masonry with conventional / I.S. type bricks in cement mortar 1:6 in foundations and plinth of inner walls / in plinth of external walls including bailing out water, striking joints on unexposed faces, racking out joints on exposed faces and watering etc. complete. Item No. 16 Providing second class Burnt Brick masonry with conventional / I.S. type bricks in cement mortar 1:6 in super structure including striking joints, raking out joints watering and scaffolding etc. complete. Specifications for these items shall be as per Item No. 7 of Store Shed section. Item No. 17 Providing second class Burnt Brick masonry with conventional / I.S. type bricks in cement mortar 1:4 in half brick thick wall including mild steel longitudinal reinforcement of 2 bars of 6 mm diameter /2 hoop iron strips 25 mm x 1.6 mm placed at every third course, properly bend and bonded at ends, scaffolding, raking out joints and watering etc. complete. Specifications for these items shall be as per Item No. 7 of Store Shed section. Item No. 18 Providing sand faced plaster for external portion in cement mortar using approved screened sand in all positions including base coat of 15 mm thick in C.M. 1:4 using water proofing compound @ 1 KG per cement bag, curing the same for not less than 2 days and keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8 mm thick in C.M. 1:4, finishing the surface by taking out grains, making grooves and curing for fourteen days, scaffolding etc. complete as directed by Engineer - charge. Specifications for these items shall be as per Item No. 22 of Store Shed section. Item No. 19

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

390 OF 517

Providing internal cement plaster of following thickness in single coat in cement mortar 1:4 with neeru finish to concrete or brick or stone surface in all positions including scaffolding and curing as directed by Engineer - in - charge. a. 12 mm. thick b. 20 mm thick Specifications for these items shall be as per Item No. 9 of Chainlink fencing section but with neeru finish. c. Providing internal cement plaster 12 mm thick without neeru finish in cement mortar 1:4 to concrete or brick masonry surface in all positions including scaffolding and curing etc. complete. Specifications for these items shall be as per Item No. 9 of Chainlink fencing section. Item No. 20 Providing, fabricating and fixing in position aluminum door making frame in single / double leaf double swing shutter using approved I.S. Aluminum anodised sections, supplying and fixing 5.50 mm thick plain glass of actual or equivalent make having clear vision including all fixtures and fasting and fittings with aluminum anodised such as hinges, handle, tower bolts, chromium plated brass mortised lock, aldrop bolt, concealed type floor spring, automatic door closer etc. all as per drawing, manufacturers specifications, detailed item wise specification etc. complete. GENERAL :The scope covers providing, fabricating and fixing in position aluminum door making frame in single / double leaf double swing shutter using approved I.S. Aluminum anodised sections, supplying and fixing 5.50 mm thick plain glass of actual or equivalent make having clear vision including all fixtures and fasting and fittings with aluminum anodised such as hinges, handle, tower bolts, chromium plated brass mortised lock, aldrop bolt, concealed type floor spring, automatic door closer etc. all as per drawing, manufacturers specifications, detailed item wise specification etc. complete. MATERIAL : a) ALUMINIUM SECTIONS : Made from 16 gauge sections of Jindal make or equuivalent as approved having 15 micron silver anodising and fabrication works will conform in general to quality to following IS codes :1. I.S. 733-1956 (since revised); 2. I.S. 1285-1958 (since revised) and will be got approved prior to actual fabrication work and will meet dimensional tolerance and sizes as submitted with the detailed design drawing approved. b) GLAZING : i. 5.5 mm. thick clear vision sheet glass shall conform in general to I.S. Code 1761-1960. ii. 5.5 mm. thick plate glass of best quality and make will be used in shutter leaves with all edge preparations, hole drilling for accommodating fixtures etc. iii.All glass panes will be fixed with metal beading and neoprene rubber lining as per good approved practice. c) FIXTURES : Supplying, providing and fixing all door fixtures like fancy handles, hinges, concealed tower bolts, floor springs, automatic door closer, motorised lock etc. of approved best make. FABRICATION :- The item will in general meet all the specifications as stated in respective item specifications including finishing. ERECTION AND FIXING :- All the fixing work will be done in conformity with the I.S. Code 1081-1960 and glazing will be carried out as per standard approved practice or as per manufacturers instruction.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

391 OF 517

ITEM TO INCLUDE :- All labour, materials and equipments required for : 1. Providing, fabricating, supplying including erection and fixing main entrance door of anodised aluminium sections with plain clear vision sheet glass of 5.5 and 12 mm. thickness all as per detailed design in screw less metal beading with neoprene rubber lining including all fixtures and fastening specified. 2. Erection and fixing in brick masonry, C.C. brick masonry and R.C.C. work with suitable design at all heights and leads as per detail specifications, drawing and instructions of Engineer In Charge. 3. Removing and cleaning of protective coating and other debris. 4. Repairing and finishing of all C.C.B.M. and R.C.C. works. MODE OF MEASUREMENT :The contract rate shall be for a unit of one sq. meter of the area covered by outer dimensions of the composite door frame. The dimensions shall be measured outside of the outer edges of the composite door frame (excluding lugs) correct upto centimeter. The area shall be worked out correct upto 3 places of decimals of a square meter. Item No. 21 Providing and fixing in position aluminum door with marble frame (150mm wide) in single leaf using approved I.S. Aluminum anodised sections, Supplying & fixing bakelite sheet as panels and bajari glass at top Panel including all fixtures and fastening and fittings with aluminum anodized such as binges, handle, tower bolts, all as per approved drawing, manufactures specifications etc. complete. Specifications for this item shall be same as per above item but with marble frame (150mm wide) Item No. 22 Providing and fixing 12 mm thick NOVAPAN or equivalent panel (both side laminated) single or double leaf panel door with pressed steel frame of size 125 x 60 mm, 14 gauge as per I.S. 4351 including Indian Teak Wood bottom rail, side style as per detailed drawing No. MC/213/2, including necessary moulding lipped or architraves of 50 x 50 mm size with aluminum anodised fixtures such as aldrops 16 mm dia 200 mm long, tower bolt 100 mm long, C.P. mortise lock, 2 Nos. 100mm handle, wrought iron hold fast, painting or polished with 3 coats of oil paint of approved shade with approved quality, stopper to each shutter all as per detailed specifications, drawings or as per instruction of Engineer- in - Charge. GENERAL : The item pertains to providing and fixing 12 mm thick NOVAPAN or equivalent panel (both side laminated) single or double leaf panel door with pressed steel frame of size 125 x 60 mm, 14 gauge as per I.S. 4351 including Indian Teak Wood bottom rail, side style as per detailed drawing No. MC/213/2, including necessary moulding lipped or architraves of 50 x 50 mm size with aluminum anodised fixtures such as aldrops 16 mm dia 200 mm long, tower bolt 100 mm long, C.P. mortise lock, 2 Nos. 100mm handle, wrought iron hold fast, painting or polished with 3 coats of oil paint of approved shade with approved quality, stopper to each shutter all as per detailed specifications, drawings or as per instruction of Engineerin - Charge. FRAME : Door Frame shall be of hollow rolled cold / pressed steel of size mentioned in the item of 16 gauge or as per instruction of Engineer-in-charge. with M.S. hold fast iron oxidised fixtures and fastenings. It shall be fitted as per drawings and as directed by Engineer-in-charge. Frame shall be paited with primer paint before fixing into the wall. FIXING : Frame shall be fixed in the wall with proper care and quality. It shall be fixed in the ground at least 4" and ties properly fixed into the side walls. All tie members and holdfast shall be painted with red oxide before fixing into the wall. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

392 OF 517

Cement slurry of proper proportion shall be prepared and placed in the sides of frame so that no air bubbles are remained later. Ties shall be fixed properly while putting cement slurry and appropriate masonry work shall be done immediately. Frame shall be checked with proper line and level. Welded hinges shall be maintained as per the proposed opening of the door. ADHESSIVE : Only synthetic Resin Adhesives confirming to I.S. 851 or equivalent standards shall be used for bonding core members to one other. The adhesive used for bonding cross bend to core and face veneer to cross bound shall confirm to I.S. 848 (Phenolic and Amino Plastic). SHUTTER :- The shutter shall be 12 mm. thick both side pre-laminated shutter paneled door (Nova Pan) as per detailed drawing All doors shutters shall be provided with external peripheral teakwood lipping fixtures for Door. OUTSIDE i. ii. iii. iv. v. INSIDE i. ii. iii. iv. v. vi. 200 long Aluminium mat finish latch. 150 long Aluminium mat finish handle. 200 long Aluminium mat finish tower bolt. C.P. Safety chain. Rubber Buffer. Godrej Night Latch. 250 long C.P. brass Aldrop. 150 long C.P. brass handle decorative type. Rubber stopper. C.P. brass letter box slot. 120 wide angle viewing glass (peep hole).

Iron oxidised butt Hinges of 100 mm. size (32 mm. size 3 mm. thick) Wrought iron Hold fasts. All fittings required shall be of best quality, easy and smooth in operation and shall be got approved from the Engineer in charge before fixing. Screws used for fittings shall be of the same metal and finish as the fittings. FINISHING : The frame and shutter shall be given melamine polishing treatment in two coats using compressor and spray gun over a coat of approved wood, and veneer primer and one coat of hand polish of similar shade. The melamine polish shall be glossy in finish and shall give a glass like finishing coating. ITEM TO INCLUDE :1. M.S. Frame, 12 mm. thick both side pre-laminated shutter paneled door (Nova Pan), all fittings, hold fasts, fastenings and fixtures, Aluminium numbering, Melamine polishing etc. complete. 2. Fixing of frames in masonry or concrete with hold fasts in perfect plumb. Fixing shutters and all other fixtures and fastenings. 3. All necessary labour, material and use of tools for the satisfactory completion of the item at all leads and lifts. MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for a unit one square metre of the clear unrebated opening of the door. Item No. 23 a. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

393 OF 517

Providing and fixing in position aluminum windows three / two track sliding or openable with outer frame made from section of overall size 92 x 45 mm bottom section with or without drain section track weighing 0.90 kg. Per Rmt and top and side section 0.838 kg. per Rmt with shutter or sections made of 19 mm x 40 mm size having average weight of 0.60 Kg. per Rmt. ( or as required size ) with change in proportionate weight with 5.50 mm selected quality plain sheet glass fixed with neoprene gasket shutters to be provided with nylon encased stainless rollers, necessary locks and handles etc. complete as directed by Engineer - in - charge. Item No. 23 b. do as per Item No. 23 a. but for aluminum ventilators as per drawings GENERAL : Item in general refers to providing and fixing in position aluminum windows three / two track sliding or openable with outer frame made from section of overall size 92 x 45 mm bottom section with or without drain section track weighing 0.90 kg. Per Rmt and top and side section 0.838 kg. per Rmt with shutter or sections made of 19 mm x 40 mm size having average weight of 0.60 Kg. per Rmt. ( or as required size ) with change in proportionate weight with 5.50 mm selected quality plain sheet glass fixed with neoprene gasket shutters to be provided with nylon encased stainless rollers, necessary locks and handles etc. complete as directed by Engineer - in - charge. MATERIALS : 1. All aluminium 16 gauge Jindal make or equivalent having 15 micron silver anodising sections intended to be used in all fabrication works will conform in general to quality to following I.S. codes. a) IS 733-1956 (since revised). The same shall be got approved prior to actual fabrication work and will meet dimensional tolerances and sizes as stipulated therein. 2. GLAZING : 5.5 thick clear vision sheet shall conform in general to I.S. Code 1761-1960 and will be fixed with metal beading with neoprene rubber lining. 3. All fixtures and fastenings associated with them in a good approved practice. 4. All anodised aluminium channel sections required will meet specific requirement at site to suit detailed drawing. FABRICATION : Fabrication shall be carried out as me relevant standerd specifications. FIXING : All the fixing and glazing work will be carried out in confirmation with relevant I.S. Code and glazing work will be completed in approved good manner only. ITEM TO INCLUDE : All labour, materials and equipments required for : 1. Providing, fabricating, supplying and fixing anodised aluminium sliding glazed fixed windows with 5.5 mm. thick clear vision plain sheet glass in metal beading and neoprene rubber lining with all fixtures and fastening. 2. Erection and fixing. 3. Removing and cleaning of protective coating and other debris. 4. Repairing and finishing of all C.C. B.M. & R.C.C. Works. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

394 OF 517

MODE OF MEASUREMENT : The contract rate shall be for a unit of one Sq. Meter of the area covered by the other edges of the window frame (excluding lugs). Dimensions will be measured correct upto centimeter and area worked out correct upto 3 places of a Sq.meter. Item No. 24 Providing and laying gray cement base marble mosaic tiles 25 cm x 25 cm x 20 mm thick of approved colour and pattern with white and coloured marble chips up to maximum size 6 mm for flooring in required position set on bed of C.M. 1:6 of required thickness not less than 50 mm including neat cement float, filling joints with neat colured cement slurry, curing, polishing and rubbing etc. complete. Item No. 25 Providing and laying gray cement base marble mosaic tiles 25 cm x 25 cm x 20 mm thick of approved colour and pattern with white and coloured marble chips upto maximum size 6 mm for dado and skirting in required position after making the wall portion to required level with C.M. 1:4 and fixing the tiles with ready made adhesive including neat cement float, filling joints with neat coloured cement slurry, curing & rubbing etc. complete. Specifications for these items shall be as per Item No. 28 of Store Shed section. Item No. 26 Providing and laying polished kota stone flooring 25 mm to 30 mm thick in plain / diamond pattern on a bed of C.M. 1:6 including cement float, filling joints with neat cement slurry, curing, rubbing, polishing and cleaning etc. complete. Item No. 27 Providing and fixing in required position skirting or dado of polished Kota stone slabs 25 mm to 30 mm thick and required width after making the wall portion to required level with C.M 1:4 and fixing tiles with reedy made adhesive including cement float, filling joints with cement slurry, curing, rubbing and cleaning etc. complete. General: The item pertains to providing and laying polished kota stone flooring 25 mm to 30 mm thick in plain / diamond pattern on a bed of C.M. 1:6 including cement float, filling joints with neat cement slurry, curing, rubbing, polishing and cleaning etc. complete. Materials : Paving Slabs : The flag stones of size specified in the item shall be got approved by the Engineer. At its thinnest part, no stone shall be thinner than 25 mm. with tolerance margin of + 3 mm. The flag stones shall be hard, sound, durable, resistant to wear rectangular in shape or square as directed by the Engineer and of the specified width. They shall have plain surface. Uniformity of size shall generally be maintained for the flags used in any one room. The stone flags shall be without any soft veins, cracks or flaws and shall have a uniform colour. They shall have even natural surfaces free from broken flakes on top, and shall be machine cut and polished to specified dimensions. The edges shall be quite straight. The under face may be left as quarried. Samples of stone slabs to be used and their dressing shall be got approved by the Engineer and the slabs to be used shall conform to the approved sample. Bedding : Cement mortar or lime mortar for the bedding and cement mortar for pointing shall be of the proportion as specified in the item, Lime mortar, shall comply with A.2 and cement mortar shall comply with B.3.0, cement mortar may be used for the bedding only when lime mortar is not available. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

395 OF 517

Constructional Details : Bedding : Cement mortar for bedding may be mixed manually or by a mechanical mixer. Lime mortar shall be prepared in a mortar mill or pan. The amount of water added shall be the minimum necessary to give just sufficient plasticity for laying and satisfactory bedding. Care shall be taken in preparing mortar to ensure that there are no hard lumps that would interfere with the even bedding of the stones. Before spreading the mortar, the sub-floor or base shall be cleaned of all dirt, scum or laitance and of loose material and then well wetted without forming any pools of water on the surface. In case of R.C.C. floors, the top, shall be left a little rough. All points of level for the finished paving surface shall be marked out. The mortar shall then be evenly and smoothly spread over the base by the use of screed battens only over so much area as will be covered with slabs within half an hour. The required slope shall be given to the bed. Fixing stone slab : For flooring before laying, the flooring material shall be thoroughly wetted with clean water. Neat cement grout of honey like consistency shall be spread on the mortar bed over as much area as could be covered with the slabs tiles within half an hour. The specified type of stone flags shall be laid on the neat cement float and shall be evenly and firmly bedded to the required level and slope in the mortar bed. Each flag tile shall be gently tapped with a wooden mallet till it is firmly and properly bedded. There shall be no hollows left. If there is a hollow sound on gentle tapping of the slabs/tiles such slabs/tiles tile shall be removed and reset properly. The mason shall make the joints of uniform thickness and in straight lines. The thickness of joints shall not exceed 1.5 mm. The joints shall be struck smooth. But there shall be no smearing of mortar over the slabs. When painting is to be done, joints shall be raked out for not less than the width of the joints when the mortar is green. The flags shall be laid so as to give continuous parallel long joints with cross-joints at right angles to them. The edges of the adjoining slabs shall be in one plane. Where the slabs cover open edges, of floor or be provided unless other patterns are specified in the item or shown in the drawings. Filling the joints of tiles with neat cement or coloured cement slurry as necessary. Curing and hand or machine polishing or rubbing the surfaces. All labour, materials, and use of tools for carrying out the item as specified above. Cleaning the surface of all stain and debris etc. Mode of Measurement and Payment :i) The contract rate shall be per square meter of the floor area covered by the flooring of the specified type. All work shall be measured net. The length and width of the flooring shall be measured net between the faces of skirting or dados or plastered faces of walls. Paving under the dado, skirting or plaster shall not be measured. ii) The mode of measurement for skirting dado shall be per running meter of skirting provided. Item No. 28 Providing and fixing marble partition between urinal and wash basin of 40 mm thickness and of required height including fixing in line and level etc complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 29 Providing and laying polished Kota stone slab 30 mm thick, and in strips of 300 mm width for window sills, machine cut of approved quality set on a bed of cement mortar 1:4 of 20 mm thickness including neat cement float, filling joints with slurry, curing, polishing, rounding edges, cleaning etc. complete. General: The item refers to providing and laying polished Kota stone slab 30 mm thick, and in strips of 300 mm width SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

396 OF 517

for window sills, machine cut of approved quality set on a bed of cement mortar 1:4 of 20 mm thickness including neat cement float, filling joints with slurry, curing, polishing, rounding edges, cleaning etc. complete. Construction: The slabs shall be uniform in thickness and be preferably of one stone and at least as long as can be procured. The outside edges shall be rounded or square as shown in the drawings or as directed by the Engineer. The projection of the sill beyond each edge of the splayed jamb shall be uniform for all windows and shall not normally exceed 2 cm. There shall be no gap between the sill and frame. Mode of Measurement and Payment: The contract rate shall be per sq. m. of the sill area. The dimensions shall be measured overall including all the embedded portions limited to those shown on the drawings or directed by the Engineer in writing. The length shall not be more than 2 cm. beyond each splayed jamb at the ends. The dimensions shall be measured correct up to a cm. and the area worked out correct up to 2 places of decimals of a square meter. No deductions shall be made for ends of sills embedded in the jambs. The rounded edges shall be measured square including the rounding. As far as possible sills of windows shall be in one piece. The outer edges of sills of windows shall be rounded when so shown in the drawings or directed by the Engineer. Measurements shall be taken as if the edges were square including the rounding. Item No. 30 Providing and fixing ceramic tiles of approved quality 30 cm x 30 cm x 5.5 mm for flooring in required position laid on a bed of C.M. 1:4 including neat cement float filling the joints with white / colour cement slurry, curing, polishing and cleaning etc. complete as directed by Engineer - in - charge. Item No. 31 Providing and fixing ceramic tiles of approved quality 30 cm x 30 cm x 5.5 mm for dado and skirting in required position with ready made adhesive mortar of approved quality in required position after making the wall portion in level in plaster of cement mortar 1:4 including filling the joints with white / colour cement slurry, curing and cleaning etc. complete as directed by Engineer - in Charge. GENERAL :- The item refers to providing and fixing ceramic tiles of approved quality 30 cm x 30 cm x 5.5 mm for flooring in required position laid on a bed of C.M. 1:4 including neat cement float filling the joints with white / colour cement slurry, curing, polishing and cleaning etc. complete as directed by Engineer - in charge.

CONSTRUCTIONAL DETAILS : Mortar : As detailed for in General Item Specifications for lime mortar A.2.0 and cement mortar B.5.a Bedding : Cement mortar for bedding may be mixed manually or by a mechanical mixer. Lime mortar shall be prepared in a mortar mill or pan. The amount of water added shall be the minimum necessary to give just sufficient plasticity for laying and satisfactory bedding. Care shall be taken in preparing mortar to ensure that there are no hard lumps that would interfere with the even bedding of the stones. Before spreading the mortar, the sub-floor or base shall be cleaned of all dirt, scum or laitance and of loose material and then well wetted without forming any pools of water on the surface. In case of R.C.C. floors, the top, shall be left a little rough. All points of level for the finished paving surface shall be marked out. The mortar shall then be evenly and smoothly spread over the base by the use of screed battens only over so much area as will be covered with slabs within half on hour. The required slope shall be given to the bed.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

397 OF 517

Fixing Tiles : For flooring before laying, the flooring material shall be thoroughly wetted with clean water. Neat cement grout of honey like consistency shall be spread on the mortar bed over as much area as could be covered with the slabs tiles within half an hour. The specified type of stone flags shall be laid on the neat cement float and shall be evenly and firmly bedded to the required level and slope in the mortar bed. Each flag tile shall be gently tapped with a wooden mallet till it is firmly and properly bedded. There shall be no hollows left. If there is a hollow sound on gentle tapping of the slabs, tile such slabs, tile shall be removed and reset properly. The mason shall make the joints of uniform thickness and in straight lines. The thickness of joints shall not exceed 1.5 mm. The joints shall be struck smooth. But there shall be no smearing on mortar over the slabs. When painting is to be done, joints shall be raked out for not less than the width of the joints when the mortar is green. The flags shall be laid so as to give continuous parallel long joints with cross joints at right angles to them. The edges of the adjoining slabs shall be in one plane. Where the slabs cover open edges, of floor or be provided unless other patterns are specified in the item or shown in the drawings. ITEM TO INCLUDE : i) All labour, material and equipment, cleaning the sub base, laying mortar bed and cement grout as specified, fixing ceramic tiles as specified above and making up joints. ii) iii) iv) v) vi) vii) Any cutting and waste is required. Pointing of tiles if required. Filling the joints of tiles with neat white cement or coloured cement slurry as necessary. Curing and hand or machine polishing or rubbing the surfaces. Use of tools for carrying out the item as specified above. Cleaning the surface of all stain and debris etc.

MODE OF MEASUREMENT & PAYMENT :- The contract rate shall be per Square meter area covered by the tiles. Item No. 32 Providing and laying cement concrete flooring 40 mm thick with 1:2:4 cement concrete laid to proper level and slope in alternate bays, including compacting, marking lines to give appearance of tiles of 30 cm x 30 cm or other size laid diagonally / square etc. finishing smooth (with extra cement) in any colour as directed and curing etc. complete. Specifications for these items shall be as per Item No. 11 of Gantry and equipment structure foundation section. Item No. 33 a. Providing and laying white Makrana marble slabs 20 mm thick of approved quality, vein and colour with machine polished surface, for treads and risers of steps of stair cases on a bed of C.M. 1:6 including neat white / colour cement slurry to match the colour of slabs, curing, polishing, cleaning etc. complete. Item No. 33 b, Providing and fixing white Makrana marble slabs 20 mm thick of approved quality vein and colour with machine polished surface for dado and skirting after making the required portion in level, in cement plaster 1:4 and fixing the slabs with ready made adhesive including filling joints with neat approved coloured cement slurry, curing, polishing, cleaning etc. complete. GENERAL : The items refer to providing and fixing white Makrana marble slabs of 20 mm. thick and of approved quality and colour with machine polished surface for dado and skirting after making the required portion in level, in cement plaster 1:4 and fixing the slabs with ready made adhesive including filling joints with neat approved coloured cement slurry, curing, polishing, cleaning complete. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

398 OF 517

MARBLE SLABS : These shall be of the type mentioned in the item and of the colour and quality approved by the Engineer. Slabs shall be hard, dense, uniform and homogenous in texture. They shall have even crystal grain, and free from defects and cracks. The surface shall be machine polished to an even and perfectly plane surface and edges machine cut true and square. The rear face shall be rough enough to provide a key for the mortar. No slab shall be thinner than the specified thickness at its thinnest part. The dimensions of the slabs shall be as specified in the item. A few specimen of finished slabs to be used shall be deposited by the contractor in the office of the Engineer for reference. MORTAR : As detailed for general specification for cement mortar B-3.0 CONSTRUCTION CEMENT PLASTER : The backing for skirting shall be of cement mortar as mentioned in the item specification and will be done as per general item specification in B.11 in a single coat. FIXING THE SKIRTING OR DADO : This shall be done entirely in the same manner as for cement tiles specified in I.S. 1443-1972. Thickness of joints shall not exceed 1:5 mm. Final polishing may be done by rubbing. The top of skirting or dado shall be jointed neatly with the plaster above as directed. JOINT : The joints between the two slabs shall be filled with neat cement grout of appropriate consistency. ITEM TO INCLUDE :1. 2. 3. 4. 5. 6. 7. Background plastering. Providing and fixing the slabs including cutting etc. at all heights and lead. Jointing with cement grout and joining the top edge to plaster neatly. Curing. Final polishing by rubbing. Cleaning. All labour, materials and use of equipment to carry out the item as specified above.

MODE OF MEASUREMENT AND PAYMENT : The contract shall be per square meter of the treads & risers provided and fixed of the specified type. Item No. 33 c. Providing and fixing granite stone slab of approved quality and shade 20 mm thickness with machine polished surface for dado and skirting in required position after making the required portion in level in plaster in C.M. 1:4 and fixing the slabs with ready made adhesive of approved quality including filling the joints with white / colour cement slurry, curing and cleaning etc. complete as directed by Engineer - in Charge. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 34 Providing and laying pre cast polished chequered colour cement tiles for tread of size 20 cm x 32 cm x 20 mm thick with nosing and plain cement tiles of 20mm thickness for risers of steps in staircase as per

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

399 OF 517

drawing or as per directed on a bed C.M. 1:4 including cement float, filling joints with neat cement slurry, curing, polishing and cleaning etc. complete. Specifications for these items shall be as per Item No. 32 of Store Shed section. Item No. 35 Providing and fixing 1st class Orissa type colour glazed earthenware W.C. pan of size 650 x 450 mm including P or S trap UPVC soil and vent pipe up to the outside face of wall, C.C. 1:5:10 bedding, with syphonic flushing system with fittings, inlet pipe with stop tap, brackets for fixing the cistern, 32 mm dia. UPVC flush pipe with fittings and clamps 20 mm dia UPVC over flow pipe with mosquito proof coupling, UPVC chain and pulley, painting to cistern and exposed pipes, cutting and making good to the walls and floors, testing etc. complete. Specifications for these items shall be as per Item No. 36 of Store Shed section. Item No. 36 Providing and fixing white glazed earthnware large flat back urinal of size 610 x 400 x 380 mm (full stall type) concealed walls hangers of approved make & quality with automatic flushing cistern of 5 Ltr. Capacity, PVC with fittings like PVC connection stop cock brackets etc. G.I. flush pipe 20 mm and 25 mm dia. fitting including PVC waste pipe and bottle trap and C.I. concealed pipe connection up to the nearest inspection chamber all complete as per detailed specifications or as directed. Specifications for these items shall be as per Item No. 37 of Store Shed section. Item No. 37 Providing and fixing white glazed earthenware wash hand basin of size 550 mm x 400 mm including cold water pillar tap, brackets, rubber plugs and brass chain, stop tap, chromium plated bottle trap and necessary pipe connection including UPVC waste pipe and trap up to the out side face of the wall, making good the damaged surface, testing etc. complete. Specifications for these items shall be as per Item No. 38 of Store Shed section. Item No. 38 Providing and fixing 1st Class glazed earthenware recessed type soap dish of size 150 mm x 150 mm in C.M. 1:4 of approved type at all positions including cutting necessary holes in wall and finishing the joints with white or colour cement slurry etc. complete all as per detailed specifications and direction. This item provides for providing and fixing 1st Class glazed earthenware recessed type soap dish of size 150 mm x 150 mm in C.M. 1:4 of approved type at all positions including necessary cutting holes in wall and finishing the joints with white or colour cement slurry as per standard specifications and directives. Mode of Measurement and Payment : This item shall be paid for per No. of such soap dish provided and fixed. Item No. 39 Providing and fixing stainless steel sink of 530 x 430 x 180 mm overall size in battery room including one cold water screw down chromium plated pillar tap, C.I. Brackets, rubber plug with brass C.P. chain including inlet P.V.C. waste pipe up to the nahani trap, painting the bracket with acid proof paint etc. complete as directed. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 40 Providing and fixing chromium plated towel rail 75 mm long and 20 mm dia. of approved quality fixed on chromium plated bracket including teakwood plugs fixed in masonry etc. complete. GENERAL : Item pertains to providing and fixing chromium plated towel rail 75 mm long and 20 mm dia. of approved SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

400 OF 517

quality fixed on chromium plated bracket including teakwood plugs fixed in masonry etc. complete. MATERIAL : TOWEL ROD :- The 20 mm. dia. chromium plated brass towel rod of approved make and quality along with C.P. Brass Brackets. FIXING : The brackets shall be fixed to suitable wooden blocks (Wedge shaped) in walls with chromium plated round headed screws 5 cm. long. ITEM TO INCLUDE : All labour, material, use of T & P etc. complete including cleaning of all stains and debris from work area. MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for one towel rod fixed. Measurement shall be for the number of towel rods fixed as per specifications. Item No. 41 Providing and fixing position a set of 4 heavy types chromium plated brass double pointed pegs over T.W. moulded patti with Formica facing and of over all size 600 x 100 x 20 mm thick fixed on T.W. embedded block with polish etc. complete as directed. This item provides for supplying and fixing providing and fixing position a set of 4 heavy types chromium plated brass double pointed pegs over T.W. moulded patti with Formica facing and of over all size 600 x 100 x 20 mm thick fixed on T.W. embedded block with polish etc. complete as directed. Mode of Measurement and Payment : This item shall be paid per No. of chromium plated brass double pointed pegs provided and fixed. Item No. 42 Providing and fixing on walls / ceiling / floors, medium class G.I. Pipe having embossed ISI mark on it, of required diameter with screwed sockets, joints, necessary galvanised iron fittings such as sockets, back nuts, elbows, bends, tees, reducers, enlargers, plugs, clamps etc. including necessary drilling holes in walls, slabs etc. and remaking good the demolished portion to restore the same in original condition neatly and providing and applying anticorrosive primer oil paint and two coats of oil painting, testing, etc. complete. a. 15 mm dia. b. 20 mm dia c. 25 mm dia. Specifications for these items shall be as per Item No. 43 of Store Shed section. Item No. 43 Providing and fixing 15 mm dia. Screw down bib / stop tap of brass including necessary sockets, union nuts, testing etc. complete. Specifications for these items shall be as per Item No. 44 of Store Shed section. Item No. 44 Providing and fixing 25 mm dia. Screw down wheeled stop tap of brass including sockets, union, nuts, testing etc. complete. Specifications for these items shall be as per Item No. 45 of Store Shed section but for wheeled stop tap of brass instead of gun metal.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

401 OF 517

Item No. 45 Providing and fixing in position PVC SINTEX make or equivalent water storage tank with lid of 1100 mm dia. and 1200 mm height or equivalent with all necessary fittings for inlet, outlet, overflow, scour, vent pipe, brass ball cock for inlet etc. including erecting on roof slab on plastered brick pillars as per manufacturers requirement etc. complete (Capacity 1100 Lit). Specifications for these items shall be as per Item No. 39 of Store Shed section. Item No. 46 Providing and fixing 10 cm C.I. Nahani trap (long arm) including symet grating, bend, connecting piece of C.I. Pipe upto the outside face of the wall, making good the damaged surface, testing etc. complete. Specifications for these items shall be as per Item No. 46 of Store Shed section. Item No. 47 Providing and fixing 15 cm x 10 cm salt glazed stoneware gully trap in cement concrete 1:4:8 outside the building including symet grating in the sink, connecting glazed stoneware pipe, brick masonry chamber with R.C.C. lid and symet grating for the gully trap, testing etc. complete. Specifications for these items shall be as per Item No. 48 of Store Shed section. Item No. 48 Providing and fixing UPVC SOIL / VENT / WASTE Water pipe of required diameter confirming to I.S. - 13592 and I.S. - 4985 to withstand continuous internal hydraulic pressure of 4 kg. / cm2 including necessary fixtures and fittings such as bends, tees, single / double junctions and jointing with rubber rings and lubricants, on wall by means of clips or in ground including necessary excavation, laying, back filling trench, testing etc. complete. a. 75 mm dia. b. 100 mm dia. Specifications for these items shall be as per Item No. 42 of Store Shed section. Item No. 49 Providing and constructing brick masonry inspection chamber of specified size including C.C. 1:4:8 foundation, 1:2:4 C.C. channels, brick masonry airtight C.I. Lid with frame fixed in cement concrete etc. complete. a. 60 cm x 45 cm size b. 90 cm x 45 cm size. Specifications for these items shall be as per Item No. 47 of Store Shed section. Item No. 50 Providing and laying salt glazed stoneware pipe of specified diameter including fittings such as bends, tees, single / double junction, laying, jointing including necessary excavation and back filling the trenches etc. complete. a. 100 mm dia. b. 150 mm dia. Specifications for these items shall be as per Item No. 40 of Store Shed section. Item No. 51 Providing and fixing underground Hume pipe septic tank with pipe and cap including necessary excavation and laying etc. complete (size 1.20 mtr. dia & 3.50 mtr long). Specifications for these items shall be as per Item No. 41 of Store Shed section.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

402 OF 517

Item No. 52 Providing soak pit of size 150 cm x 150 cm x 120 cm including necessary excavation and filling with brick bats as per drawing etc. complete. GENRRAL: The item pertains to providing and excavation of soak pit of required size as described in item specification with brick bat coba and aggregates etc. complete. MATERIAL: Brick bats shall be of properly burnt bricks. CONSTRUCTION : A pit of specified dimensions shall be excavated at the specified places as directed by engineer-in-charge. The pit shall be completely filled with loosely put brick bats. ITEM INCLUDING : 1. 2. Excavating the pit and filling with brick bats. All necessary labour materials and use of tools.

MODE OF MEASUREMENT : The contract rate shall be for per number of soak pit of specified dimensions as provided in the item description. Item No. 53 Providing and fixing in position best quality Kohinoor or equivalent make 600 x 400 mm size plain glass mirror with 12 mm thick plywood backing chromium plated brass bracket with 600 x 100 x 6 mm thick glass etc. complete as per B84:B91 Specifications for these items shall be as per Item No. 49 of Store Shed section. Item No. 54 Providing and fixing Hydraulic door closer of approved quality and make to door shutter including making proper adjustment for smooth operation etc. complete. GENERAL : Item scope covers providing and fixing in position I.S.I. approved make hydraulic door closures to door as per detailed instructions of Engineer in charge. MATERIAL : Hydraulic door closure of approved type and ISI branded make shall meet all the relevant specification of pertinent code. FIXING : The door closure shall be fixed into the position as per manufacturers or as directed so as to give smooth trouble free service. ITEM TO INCLUDE : 1. 2. All labour, materials, fixtures and fastening to complete the job. All touching up work to door frame and painting.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for one such type of approved make and type hydraulic door closure provided and fixed in position. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

403 OF 517

Item No. 55 Providing and fixing in position marble year plate of size 400 x 300 x 20 mm thick with engraved approved letters with black Japan paint as directed, including fixing in C.M. 1:4 at all height as per detailed specifications and directed by Engineer - Charge. GENERAL : The item pertains to providing and fixing in position marble year plate of size 400 x 300 x 20 mm thick with engraved approved letters with black Japan paint as directed, including fixing in C.M. 1:4 at all height as per detailed specifications and directed by Engineer - Charge. MATERIAL : The Marble Plate shall be of the size specified in the item and 20 mm. thick. It shall be of good quality milky white shade, free from veins and unsightly spots, etc. It shall have uniform shade all over the surface. The surface shall be even, smooth and in one plane with edges true and square. Marble border if provided in the detailed drawing shall be of the size, shape and colour shown therein. LETTERING : The Engraving of lettering and figures shall be as per size indicated by the Engineer-in-charge. The lettering shall be as approved and shall be engraved properly in the marble plate. FIXING :The Marble year plate shall be fixed securely in position as shown on the drawing/oral order by the Engineer in charge. Cement mortar 1:2 with marble or mortar moulded border. Recess may be left in the masonry or the masonry may be cut out subsequently for the purpose. ITEM TO INCLUDE :1. Supply of materials mentioned in the item. 2. Cutting recession in masonry if requuired, fixing the plate by cement plaster and making 55 mm wide and 20 mm thick border with cement mortar. 3. All necessary layout, materials, use of tools and equipment for the satisfactory completion of the item. MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for one number marble plate of specified size including fixing. Item No. 56 Providing and fixing chicken wire mesh (Reference IS - 3150 - 1982) of 19 size of aperture at the junction of R.C.C. members and brick work of approved quality including fixing mesh in position by necessary nailing in concrete or B.B. Masonry and/ or tying by binding wire etc. complete all as directed. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 57 Providing and fabricating structural steel work in rolled sections like joists, channels, angles, tees etc. as per detailed design and drawings or as directed including cutting, fabricating, hoisting, erecting, fixing in position making riveted / bolted /welded connections without connecting plates, braces etc. and including one coat of anticorrosive paint and over it two coats of oil painting of approved quality and shade etc complete all as directed. General This specification covers for providing and fabricating structural steel work in rolled sections like joists, channels, angles, tees etc. as per detailed design and drawings or as directed including cutting, fabricating, hoisting, erecting, fixing in position making riveted / bolted /welded connections without connecting plates, braces etc. and including one coat of anticorrosive paint and over it two coats of oil painting of approved SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

404 OF 517

quality and shade etc complete all as directed. MATERIALS : Steel : All steel materials to be used in construction within the purview of this specification shall comply with any of the following Indian Standard Specifications as may be applicable: 1. 2. 3. 4. IS: 226 IS: 961 IS: 1977 IS: 2062 Structural steel (standard quality) Structural steel (High Tensile) Structural steel (Ordinary quality) St 420 Structural steel (Fusion Welding Quality)

In case of imported steel materials being used, these shall conform to specifications equivalent to any of the above as may be applicable. Bolts and Nuts All bolts and nuts shall conform to the requirements of Indian Standard Specification IS: 1367 Technical Supply Conditions for Threaded Fasteners. Materials for bolts and nuts under the purview of this contract shall comply with any of the following Indian Standard Specifications as may be applicable. a) Mild Steel: All mild steel for bolts and nuts when tested in accordance with the following Indian Standard Specification shall have a tensile strength of not less than 44 kg/mm2 and a minimum elongation of 23 per cent on a gauge length of 5.65 x A Where A is the cross sectional area of the test specimen. The yield stress shall not be less than 24 kg/mm2. 1. 2. tube. IS: 1367 Technical supply conditions for threaded fasteners. IS: 1608 Method for tensile testing of steel products other than sheet, strip, wire and

b) High Tensile Steel (Structural Quality): The material used for the manufacture of high tensile steel bolts and nuts shall have a minimum tensile strength 58 kg/mm2. Other mechanical properties shall conform to grade HT of IS: 961. c) High Tensile Steel (Special Quality): The material used for the manufacture of special quality high tensile steel bolts and nuts shall have the mechanical properties appropriate to the particular class of steel as set out in IS : 1367 or as approved by the Engineer. d) Washers Washers shall be made of steel conforming to any of the following Indian Standard Specifications as may be applicable under the provision of the Contract: 1. 2. 3. Paints Paints to be used for shop coat of fabricated steel shall conform to the Indian Standard Specification IS: 2074 Ready mixed Paint. Red Oxide Zinc Chromate Primer. It is not the intent to specify completely herein, all details of design and construction of the structural works involved. However, the work shall conform in all respects to high standards of engineering, design and workmanship and shall fulfill the anticipated performance upto the contractors guarantee in a manner IS: 226 IS: 961 IS: 1977 : : : Structural Steel (Standard Quality) Structural Steel (High Tensile Quality) Structural Steel (Ordinary Quality) St 420 H.T. Bolts (High Tensile Bolts) for permanent bolting structure shall confirm to IS - 3757

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

405 OF 517

acceptable to the owner who will interpret the meaning of the drawings and specifications and shall have the power to reject any work or materials which, in his judgment, are not in full accordance therewith. Applicable Codes & Standards the design materials, workmanship shall conform to the latest editions of one or as many as applicable standards or their approved equivalents : Fabrication and erection Cutting, holding, assembly, riveting, bolting, machining, painting, marking and erection shall be carried out in accordance with approved plans and as directed by the Engineer from time to time and shall comply with I.S. 800-1962. Damaged Members Any material found damaged or defective shall be stacked separately and shall be marked in a distinctive colour. Such material is to be dealt with expeditiously under the orders of the Engineer. Riveting, Welding and bolting 1. Riveting or welding shall not be started until such time as the Engineer has personally satisfied himself that the alignment is correct, the vertical plumb, the camber correct with all camber jacks screwed tight, all joints and cover plates fixed tight with service bolts and field rivet holes coinciding. While assembling, holes in different components shall be made concentric with the use of drifts before service bolts are fixed. Welding if required to be done, shall conform to specification No. B.18. All permanent machine-fitted or other bolts must be perfectly tight and should be burred or otherwise checked, to prevent nuts from becoming loose. No unfilled rivet or boltholes are to be left in any part of the structure. Fitting and riveting (or welding) of connections of steel sections, in cases where pieces are short or of full length shall be done in such a manner that the metal is not unduly strained or cracks caused. Care shall be taken to see that cracks are not filled with paint, putty, cinders, dirt, oil or filings for the purpose of deception. Particular care must be taken to ensure free expansion and contraction wherever provided for in drawings or as the Engineer directs. Chipping of rivets, angle flanges and edges of plates must be done without breaking out the metal. Chipped edges shall be finished off with a file and all concave corners shall be rounded off.

2. 3.

4.

5. 6. 7.

Painting Painting shall generally comply with I.S. 800-1962 and I.S. 1477 (Part I) - 1971 subject to such additions or alterations as may be prescribed in the special provisions for any particular item. It shall also comply with relevant part of specification No. B.21. One priming coat of red led shall be applied immediately after fabrication. Two coats of oil paint of approved shade shall be applied after complete erection. Inspection and Testing These shall be carried out in conformity with I.S. 800-1962. Item to include 1. The item shall include supply fabrication and erection in position at site of all structural steel sections of the required dimensions and labour, materials, and use of equipment required for all operations of fabrication, hoisting, erection and satisfactory completion of the item. Item shall also include labour, materials and use of equipment required for painting the structural steel work. SIGNATURE OF AUTHORISED NMMC OFFICIAL

2.

SIGNATURE OF TENDERER

406 OF 517

Mode of measurement and payment The contract rate for the item shall be per M.T. In the case of rolled sections lengths shall be measured correct to a cm. and weight calculated on the standard weight per metre tabulated in the I.S.I. Hand Book for structural steel sections limited to the length shown on the plans correct upto 0.10 of a Kg. Weight of steel plates of each thickness shall be calculated separately on the basis of actual shape provided without taking into account wastage or cut off. In case of bolted work, weight of bolts, nuts and washers shall be added in full and no deduction shall be made for bolt holes. In riveted work, only the weight of rivet heads shall be added. No deductions shall be made for rivet holes. No increase in weight shall be allowed in welded work due to welding. Item No. 58 Providing and laying plinth protection around the building consisting of excavation 250 mm depth, providing and laying 20 cm thick layer of trap stone rubble soling, 50 mm thick layer of hard murum, providing cast in situ cement concrete M:75 grade 20 mm thick, tile flooring including watering, curing, formwork etc. complete, providing expansion joints at every 10 mtr. approximate filled in with bitumen etc. complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 59 Providing and fixing mild steel grill work for windows, ventilators, etc. @ 20 kg / sqm. as per drawing including fixtures necessary welding and painting with one coat of anticorrosive paint and two coats of oil painting etc complete. General : This item shall include providing and fixing mild steel grill work for windows, ventilators, etc. at 20 kg / sqm. as per drawing including fixtures necessary welding and painting with one coat of anticorrosive paint and two coats of oil painting etc complete. Supply : The supply of m.s. flats shall be of approved width and thickness as per drawings or as directed. The G.I. pipes shall be of approved dia and class as per drawing and shall be in full lengths. The contractor shall provide certificate from the manufacturer regarding the class of pipe. The consumables such as welding electrodes, washers etc. shall be of approved make and specifications. Erection: The contractor shall provide all necessary arrangement for fabrication and erection of grill. If necessary, the contractor shall fabricate the grill on ground and erect the same in proper line and level as per drawing and as directed. The G.I. Pipe for railing shall be fixed after fixing the grill in proper position. If rail pipe is for stair case, it shall have the same slope of the stair case. The posts for such grill shall be in perpendicular with the ground and not with the staircase. The posts for other grill, it shall be spread equally as per the length of the grill. Posts shall be grouted properly. It is necessary for the contractor to take permission from the Engineer - in - Charge before grouting of posts. Where specified on drawings, welding shall be done in accordance with I.S. 816. Electrodes shall be properly used and sharp edges shall be filed properly. Painting: After erection is complete, the grill railing shall be painted with anti corrosive paint and later, it shall be painted with two coats of oil paint as directed. Sufficient period shall be permitted between two coats for drying of the paint. Scaffolding: The contractor shall provide scaffolding if necessary.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

407 OF 517

Item to include: 1. Supply of m.s. structural steel. 2. All Fabrication and erection. 3. Providing & applying Anti corrosive paint and oil paint. Mode of Measurement and Payment: The mode of measurement shall per Sq. meter of m.s. grill provided & fixed in position. Item No. 60 a. Providing and applying two coats of water proof cement paint with one coat of primer on concrete / masonry / asbestos cement / plastered surfaces of approved manufacturer and shade including scaffolding if necessary, preparing the surface by thoroughly cleaning oil, grease, dirt and other foreign matter and scoured with wire brushes, fine steel wool, scrappers and sand paper, watering for two days etc. complete. Specifications for these items shall be as per Item No. 35 of Store Shed section. Item No. 60 b. Providing and applying two coat of sandtex matt finish paint with one coat of primer on concrete / masonry / asbestos cement / plastered surfaces of approval manufacturer and shade including scaffolding if necessary, preparing the surface by thoroughly cleaning oil, grease, dirt and other foreign matter and scoured with wire brushes, fine steel wool, scrappers and sand paper, watering for two days etc. complete. GENERAL : The Item pertains to providing and applying two coat of sandtex matt finish paint with one coat of primer on concrete / masonry / asbestos cement / plastered surfaces of approval manufacturer and shade including scaffolding if necessary, preparing the surface by thoroughly cleaning oil, grease, dirt and other foreign matter and scoured with wire brushes, fine steel wool, scrappers and sand paper, watering for two days etc. complete. GENERAL PAINT : The SANDTEX MAT like paint shall be of Killick Nixon Make and it shall be of approved colour and shade. The contractor shall bring them to the site in original airtight containers with seals intact. BRUSHES : The brushes to be used shall be as specified by the manufacturer of the SANDTEX MAT paint and they shall be got approved by the Engineer. SCAFFOLDING : Scaffolding if necessary shall be double. PREPARATORY WORK : The surface to be painted shall be prepared as specified by the manufacturer of the paint. The surface shall be thoroughly cleaned free from dirt, dust, etc. by brushing and washing down with clean water. Any grease, oil paint or any other foreign material shall be removed by approved methods. Rough cast and pebble dash surface shall be thoroughly brushed and washed to remove dirt and dust. MIXING THE PAINT : The dry SANDTEX MAT paint shall be thoroughly mixed with clean fresh water so as to produce paint of required consistency which for normal work shall be that of ordinary paints. In mixing and application, the contractor must follow the manufacturers instructions. Paint for the application by brush shall be strained through paint strainer. The paint shall be kept stirred and used within the specified time. Hardened or damaged paint shall not be used.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

408 OF 517

APPLICATIONS : The SANDTEX MAT paint shall be applied as per manufacturers instructions by means of brushes and in the manner specified by manufacturer. Before applying the SANDTEX MAT paint, the plastered surface shall be painted with one coat of water proof cement paint of corresponding shade of approved manufacturer. The number of coats shall be as mentioned in the wording of the item. When more than one coat is ordered, subsequent coats shall be applied after the preceeding coat is properly cured and has thoroughly hardened, inspected and approved, and as per manufacturers specifications. Absorbent surface shall be evenly damped so as give even sanction. In dry weather freshly painted surfaces shall be kept damp for at least 2 days protected from the direct sun. ITEM TO INCLUDE : All required labour, material and use of T & P to carry out the following operations. 1. 2. 3. Supplying and mixing the paint as specified. Scaffolding including erection and dismantling. Preparation of the surface before painting.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be per square metre of painting. All works shall be measured in square meters. Dimensions shall be measured and quantity worked out correct upto 2 places of decimals in metre and square meters respectively. For jambs, soffits, sills, etc. not exceeding 0.5 sqm. each in area and opening not exceeding 3 sqm. deductions and additions shall be made in the following manner a) No deduction shall be made for ends of joints, beams, posts, etc. not exceeding 500 sq. cm. and for opening not exceeding 0.5 sqm. each and no addition shall be made for reveals jambs, soffits, sills etc. of these opening nor for finishing the plaster around or on end of joints, beams posts etc. b) Deduction for openings exceeding 0.5 sqm. but not exceeding 3 sqm. each shall be made as following and no addition shall be made for reveals jambs, soffits, sills etc. openings :i) When only one face is painted, no deductions shall be made. ii) When both faces are painted with the same paint deduction shall be made for one face only. For square openings without considering splays if any, iii) When two faces of a wall are painted with different paints deduction shall be made from the side of frames for doors, windows etc. on which the width of reveal is less than that on other side, but no deduction shall be made on the other side. c) In case of openings of area above 3 sq. mt. each, deductions shall be made for the actual openings but jambs, soffits, sills shall be measured and paid. Ceiling with projected beams shall be measured over beams i.e. the painted surface of the beam shall be measured and added to the area of the ceiling. The measurements of lengths of all painting shall be taken between walls or partitions and from top of floor or skirting to the top of wall for height. Item No. 61 Providing and applying washable oil bound distemper of approved make, colour and shade to old and new surfaces in two coats and one primer coat to receive oil bound distemper including scaffolding, preparing the surfaces etc. complete. Specifications for these items shall be as per Item No. 33 of Store Shed section.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

409 OF 517

Item No. 62 Providing and applying 3 coats of acid resisting paint of approved make and shade to plastered / wooden surfaces in all positions including scaffolding if necessary, preparing the surface and priming coat etc. complete. GENERAL :The item pertains to providing and applying 3 coats of acid resisting paint of approved make and shade to plastered / wooden surfaces in all positions including scaffolding if necessary, preparing the surface and priming coat etc. complete. APPLICATION OF PAINT:The item shall comply with the specification No. B.24.0 subject to the following: 1. The primer shall be applied in the one coat and will be of approved type only. 2. The finishing shall be done with the number of coats of paint of approved colour and shade as mentioned in the item. The paint shall conform to the relevant Indian Standard (latest edition). ITEM TO INCLUDE :The rate shall include all labour, materials and use of tools necessary to carry out the following operations; 1. 2. 3. 4. 6. 7. Supplying the paints for primer and finishing coats. Scaffolding including erection and dismantling. Cleaning and preparing the surface for receiving the paint. Applying the finished coats as specified. Protecting the painted surface till dry. Cleaning of all stains and debris from work area.

MODE OF MEASUREMENT AND PAYMENT :The contract rate shall be per square metre area covered by the painting. Item No. 63 Providing and fixing collapsible steel gate in two leaves with channel pickets, pivoted flat bars, including top and bottom guide rollers, stoppers, handles, all fittings and accessories, locking arrangement and applying one coat of red lead primer and two coats of oil painting complete as directed. (Spec. No. BdT-57, Page No. 511). General: The item refers to providing and fixing collapsible steel gate in two leaves with channel pickets, pivoted flat bars, including top and bottom guide rollers, stoppers, handles, all fittings and accessories, locking arrangement and applying one coat of red lead primer and two coats of oil painting complete as directed. a) Pickets: These shall be of 20 mm mild steel channels of heavy section unless other shines are shown in the drawings. Distance centre to centre of channel pickets shall be 12 cm. with an opening of 10 cm or as ordered. b) Provided mild steel flats shall be 20 mm x 6 mm or as ordered. c) Top and bottom guides shall be tee or flat iron of approved size. d) Other fittings like stoppers, fixing holdfasts, locking cleats, brass handles brass lock and cast iron rollers shall be of approved design and size. The fitting shall be done in a workmanlike manner. The gate shall open and close smoothly and easily. All work cut and disturbed in fixing shall be made good to match the existing. The bottom runner shall be sunk level with the floor and proper grooves shall be formed along the runner. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

410 OF 517

Finishing: The gate shall be finished with 2 coats of oil paint of approved colour and shade on an undercoat of red lead as B.21.a Item to Include: The rate shall include all labour materials and use of equipment to carry out the following. 1. Providing the fabricated steel collapsible gate with its accessories and fitting and transporting it to the site. 2. Erecting and fixing the gate in the required position as specified above. 3. Finishing. Mode of Measurement and Payment: The contract rate shall be for a unit of one sq. m. of the area covered by the outer dimensions of the collapsible door. The dimensions shall be measured outside to outside of the outer edges of the door frame correct upto a cm. The area shall be worked out correct upto 3 places of decimals of a sq. m. Item No. 64 Providing and fixing in position cable trench covers of aluminum chequered plates (3mm + 1 mm) thick including cutting to the required size and riveting to M.S. Angle of size 25 x 25 x 5 mm on edges and diagonally with two holes for lifting including lifting arrangement etc. oil painting to a M.S. Angles in three coats etc. complete all as directed. GENERAL:The item pertains to providing and fixing in position cable trench covers of aluminum chequered plates (3mm + 1 mm) thick including cutting to the required size and riveting to M.S. Angle of size 25 x 25 x 5 mm on edges and diagonally with two holes for lifting including lifting arrangement etc. oil painting to a M.S. Angles in three coats etc. complete all as directed. Item to include : 1. Supply of alluminium chequered plates of specified size as cable trench covers.

2. Transportation of the covers to site of work including loading, unloading, stacking as directed. 3. Fixing of covers in proper position line and level.

Mode of measurements and payment : The contract rate shall be per Sq. Mtr. of the covers as specified, provided and fixed. Item No. 65 Providing and fixing hot dip galvanised weld mesh (125 x 25 mm) on 40 x 6 mm size M.S. Flat frame for opening, at all height and as directed including painting the flat with two coats of oil paint etc. complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 66 Providing and fixing aluminum anodised grill work for windows and ventilators all as per drawing including fixtures etc. complete (Wt. 1.00kg / Sqm. Approx.) Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

411 OF 517

Item No. 67 Providing and fixing 100 mm dia chromium plated brass shower rose of 15 mm dia. Supply pipe including necessary bend and sockets, testing etc. complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 68 Providing and fixing anodised aluminum tube section 75 mm x 40 mm and 150 mm for water spout in chajjas including cutting and fixing etc. complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

412 OF 517

5 OIL COLLECTING TANK


Item No. 1 Excavation for foundation in soil of all types including removing the excavated materials up to a distance of 50 meters beyond the building area and lift as specified stacking, and spreading, necessary dewatering unless provided else where, preparing the bed for the foundation and required back filling, ramming, watering, shoring and strutting etc. complete as directed. Item No. 2 do as per item No. 1 but for lift above 1.50 m to 3.0 m etc. complete. Item No. 3 do as per item No. 1 but for hard murum and boulders lift up to 1.50 m etc. complete. Item No. 4 do as per item No. 3 but for lift above 1.5 m to 3.0 m etc. complete. Item No. 5 do as per item No. 1a but excavation in soft rock depth below 1.5 to 3.5 m Item No. 6 do as per Item No. 1 but for hard rock by chiseling and wedging lift below 1.50 m to 3.50 meter etc. complete. Specifications for these items shall be as per Item No. 1 of Chainlink fencing section. Item No. 7 a. Providing and laying in situ cement concrete in proportion 1:4:8 of trap metal for foundation and bedding including bailing out water, manually formwork, compacting, curing etc. complete. Item No. 7 b. do as per Item No. 7 a. but for 1:3:6 etc. complete. Specifications for these items shall be as per Item No. 2 of Chainlink fencing section. Item No. 8 Providing and casting in situ cement concrete M-20 or trap metal for R.C.C. work like raft, grillage, strip foundation and footing of R.C.C. columns and steel stanchions including bailing out water manually or mechanically centering formwork, compacting, finishing and cutting. (Excluding steel reinforcement) Item No. 9 Providing and casting in situ cement concrete M-20 or trap metal for R.C.C. columns as per detailed designs and drawing and or as directed, including centering, formwork, compacting, roughening the surface if special finish is to be provided and curing. (Excluding steel reinforcement). Item No. 10 Providing and casting in situ cement concrete M-20 of trap metal for R.C.C. slabs and landings of all thickness as per detailed drawings and design including centering, form work, compacting, roughening the surface if special finish is to be provided and curing etc. complete. Specifications for these items shall be as per Item No. 3 of Gantry and equipment structure foundation section. Item No. 11

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

413 OF 517

Providing and laying cement concrete flooring 40 mm thick with cement concrete M:20 laid to proper line and slope in alternate bays including compaction, finishing smooth (with extra cement) in approved colour as directed and curing etc. complete. (Spec. No. Bd-M-6 Page No. 381) Specifications for these items shall be as per Item No. 11 of Gantry and equipment structure foundation section. Item No. 12 Providing cement plaster 12 mm thick in single coat in cement mortar 1:4 with out neeru finish to concrete or brick surface in all positions including racking out joints, scaffolding and curing complete. (Spec. No. BdL-2-Page no. 367) Item No. 13 Providing cement plaster 20 mm thick in single coat in cement mortar 1:4 with out neeru finish to concrete or brick surface in all positions including racking out joints, scaffolding and curing complete. (Spec. No. BdL-2-Page no. 367) Specifications for these items shall be as per Item No. 9 of Chainlink fencing section. Item No. 14 Providing and fixing in position mild steel bar reinforcement of various diameters for R.C.C. pile caps, footings, foundations, slabs, beams and columns, canopies, staircases, newels, chajja, lintels, pardies, coping fins, arches etc. as per detailed design and drawings and schedules including cutting, bending, hooking the bars, binding with wires or tack welding and supporting etc. complete. Specifications for these items shall be as per Item No. 20 of Store Shed section. Item No. 15 Providing and fixing in position M.S. plate cover as per drawing and as directed. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 16 Providing and fixing in position C.I. Bend 100 mm diameter as per drawing & direction etc. complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 17 Providing supplying and laying 225 mm diameter hume pipe as per drawing & direction etc. complete for transformer oil draining. GENERAL :The item pertains to supplying of R.C.C. NP 2 class R.C.C. Pipes of specified sizes and lengths. MATERIAL :CEMENT Cement used for the manufacture of reinforced concrete pipes shall conform to IS 8112-1989. The use of pozzolona as on admixture to portland cement is not permitted. AGGREGATE It shall conform to IS 383-1970. The maximum size of aggregate should not exceed one third the thickness of the pipe or 20 mm. whichever is less. REINFORCEMENT It shall be mild steel Grade I or medium tensile steel bars conforming to IS 432-1982 or hard drawn steel SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

414 OF 517

wires conforming to IS 432-1982 or structural steel (standard quality) bars conforming to IS 226-1975 where soft grade wire is sued, it shall conform to IS 280-1978. CONCRETE OR MORTAR Concrete used for the manufacture of R.C.C. pipes shall conform to IS 456-1978. The concrete shall have a minimum cement content of 360 Kg./M3 and a minimum compressive strength of 20 N/mm2 at 28 days. If mortar is used, it shall have a minimum cement content of 450 Kg./m2 and a compressive strength not less than 20 N/mm2 at 28 days. Note :- The quantities of cement indicated above do not include the quantity of cement required for surface finish of the pipe. If so required, the manufacture is certificate indicating the quantity of cement in the concrete mix shall be obtained. DESIGN :i) The pipes shall be designed such that, the maximum tensile stress in circumferential steel due to specified hydrostatic test pressure does not exceed the limit of 125 N/mm2 in case of M.S. rods, 140 N/mm2 in case of hard drawn steel wire and high strengths deformed steel bars and wires. The barrel thickness shall be such that under the specified hydrostatic test pressure, the maximum tensile stress in concrete, when considered as effective to take stress along with the tensile reinforcement, shall not exceed 2 N/mm2 but the wall thickness shall not be less than those given in following table. ii) Longitudinal reinforcement shall be provided to ensure rigidity and correct locations cages (grids) longitudinally and to the limit the effects of transverse cracking. iii) REINFORCEMENT:- The reinforcement in the reinforced concrete pipe shall extend throughout the length of the pipe and shall be so designed that it may be readily placed and maintained to designed shape and in the proper position within the pipe should during the manufacturing process. The circumferential and longitudinal reinforcement shall be adequate to satisfy the requirements specified under following tables. The pitch of circumferential reinforcement shall be not more than the following a) 200 mm. for pipes of nominal internal dia. 80 to 150mm. b) 150mm. for pipes of nominal internal dia. 200 to 350mm. & c) 100mm. for pipes of nominal internal dia.400mm.& above. The pitch shall also be not less than maximum size of aggregate plus the diameter of the reinforcement bar used. COVER :The minimum clear cover for reinforcement in pipes shall be as given below : Barrel Thickness 1. Upto & including 25 mm. 2. Over 25 mm. & upto & including 30 mm. 3. Over 30 mm. & upto & including 75 mm. MANUFACTURE :The method of manufacture shall be such that the form and dimensions of the finished pipe are accurate within the limits specified as per IS 458. CONCRETE MIXING :Concrete shall be mixed in a mechanical mixer. SIGNATURE OF TENDERER Mixing shall be continued until there is a uniform SIGNATURE OF AUTHORISED NMMC OFFICIAL Minimum Clear Cover mm. 6 8 10

415 OF 517

distribution of the materials and the mass is uniform in colour and consistency, but in no ratio shall be less than 0.5. The concrete shall be placed before setting has commenced. It should be ensured that the concrete is not dropped freely so as to cause segregation. The concrete shall be consolidated by spinning, vibrating, spinning combined with vibrations or other appropriate mechanical means. REINFORCEMENT CAGES :Reinforcement cages for pipes shall extend throughout the pipe barrel. The cages shall consist of spirals or rings and straights of hard drawn steel wire and mild steel rod and may be circular. Circular cages and longinidinal reinforcement shall be placed symmetrically with respect to the thickness of the pipe wall. The spirals shall end in a complete ring at both the ends of a pipe. Single reinforcement cage shall be located near the inner surface of the pipe with adequate clear cover. CURING :Water Curing : Pipes manufactured in compliance with this standard shall be water cured for a period of not less than 2 weeks in case of pipes made from ordinary portland cement or portland slag cement or portland pozzolana cement or hydro phobic portland cement, and not less than 1 week in case of pipes made from rapid hardening portland cement or 43 grade ordinary portland cement. Pipes may be water cured by immersing in water, covering with water-saturated material or by a system of perforated pipes, mechanical sprinklers, porous hose, or by any other approved method that will keep the pipe moist during the specified curing period. In the case of large pipe projecting party above the water level, the projected parties shall be kept wet by any suitable means. DIMENSIONS :The internal dia of pipe, wall thick, lengths the min. reinforcements and strength rest requirements shall be as per the table enclosed. WORKMANSHIP & FINISH :Pipe shall be straight and free from cracks. The pipes shall be free from defects resulting from imperfect grading of the aggregate, mixing or moulding. Pipes shall be free from local dents or bulges greater than 3.0 mm. in depth and extending over a length in any direction greater than twice the thickness of barrel. TESTS :Sampling and Inspection : As per I.S. 458-1988. ITEM TO INCLUDE :1. 2. Supplying of R.C.C. NP 2 class round pipes of specified diameters and standard lengths of 1.22 m. or 2.44 m. as directed. Delivery of pipes from factory including loading, transportation, unloading, stacking to work site at the location shown by the Department.

Escort fee, octroi, sales tax etc. shall be borne by the Contractor. LAYING OF PIPES: GENERAL :The item pertains to laying of ISNP class RCC pipes in proper line & level & slope as per design and as directed by Engineer-in-Charge. LAYING: The pipes shall be laid as per design, drawing and as directed by Engineer-in-Charge. ITEM TO INCLUDE: 1. All labour, materials, use of equipment, tools and plant, installing and removal of scaffolding, false work and forms and bracing necessary for the satisfactory completion of SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

416 OF 517

the item except reinforcement steel. 2. Providing cement concrete of specified proportion including transporting, placing and compacting, curing, finishing to the dimensions and shapes shown on the plans or as ordered by the Engineer-in-Charge. Necessary sampling and tests for materials and concrete. Compensation for injury to persons and damages to work or property. Dewatering if required unless it is separately provided for in the tender. Providing and fixing dowels, and expansion and contraction joints.

3. 4. 5. 6.

MODE OE MEASUREMENT AND PAYMENT :The contract rate shall be per running metre of the round pipe supplied and laid. Broken pipes delivered to works site shall not be measured and paid for. Item No. 18 Providing and constructing brick masonry inspection chamber of specified size including 1:4:8 foundation C.C. 1:2:4 CC channels, brick masonry, airtight C.I. Lid with frame fixed in cement concrete etc. complete. a. 900 x 450 depth up to 600 mm b. 900 x 450 depth up to 1200 mm c. 900 x 450 depth up to 1800 mm Specifications for these items shall be as per Item No. 47 of Store Shed section. Item No. 19 Providing second class Burnt Brick masonry with conventional / I.S. type bricks in cement mortar 1:6 in foundations and plinth of inner walls / in plinth of external walls including bailing out water, striking joints on unexposed faces, racking out joints on exposed faces and watering complete. Specifications for these items shall be as per Item No. 7 of Store Shed section. Item No. 20 Providing and casting in situ cement concrete of proportion 1:2:4 of trap metal for coping to plinth or parapet moulded or chamfered as per drawing as directed including centering, formwork, compacting, roughening them if special finish is to be provided and curing complete. Specifications for these items shall be as per Item No. 4 of Chainlink fencing section. Item No. 21 Providing and laying R.C.C. pipes of 300 mm diameter (IS 458-1988) NP2 class in proper line level and slope, including providing and fixing collars in cement mortar 1:2 etc., complete for crossing the road to carry power cable. Specifications for these items shall be as per Item No. 7 of Transformer Oil Collecting Tank section. Item No. 22 Supplying and filling 40 mm metal of trap stone including loading, unloading and stacking etc complete.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

417 OF 517

GENERAL : The item provides for providing, supplying and filling 40 mm. size trap stone metal in transformer foundations plinth with approved quality metal etc. complete as directed by Engineer - in - charge. The contractor shall make his own arrangements to obtain the metal. The contractor shall get the sources and the quality of the metal approved by the Engineer. The contractor shall be fully responsible for any and all compensations to be paid as royalty, rents or damages to properties and injuries to persons etc. caused in obtaining the metal. No claim on account of any obstruction caused in collection of materials or difficulties or action arising out of quarrying in private land shall be entertained and the Owner will remain indemnified with regard to such action and payment. Quarrying shall be done only from sound portion of approved quarries, the disintegrated and weathered portions being rejected. No metal shall be obtained from within the site itself. METAL : Quality : The aggregate shall be obtained by crushing approved stone of specified type in a mechanical crushes and shall be clean, strong, tough, dense, durable, clear gained and free from soft, decayed and weather portions and from quoting of dust, dirt or other objectionable matter. Size: The shape of the stones shall be regular as can be by quarrying without attempt at shaping or dressing. They shall be sufficiently flat bedded. The stone shall be broken with the smallest dimensions equal to the specified thickness of soling. The length and breadth should not generally exceed twice its thickness. CONVEYANCE : After breaking the stone, it shall be brought to site sufficiently in advance of construction. The contractor shall be responsible to see that vehicles used for transporting materials do not drop any of the contents on the yard area and do not cause the nuisance to other works going on the site. The contractor shall also be responsible for any damage or accident arising out of such material falling off the work site and shall attend to all complaints in this regard. The Engineer-in-Charge may order the removal of such materials at the expense of the contractor in case of negligence. All leads and lifts are included in the rate for this item. Construction : The filling shall be carried out as specified in the drawings. Material to be filled in shall be brought from outside or from the excavated material as specified and instructed by the Engineer-in-Charge. The material to be brought from outside shall be either sand, murum good yellow soil or a mixture of these and shall be got approved by the Engineer in charge. In no case black cotton or similar greatly expensive and shrinkable soil be used. The approved materials to be filled in shall be clean and free from all rubbish and perishable material and all clods shall be broken to a size of 50 mm. or less. The stacking of material should be done in such a way as not to interfere with any general traffic or any construction process or activities. The contractor shall be responsible for any mishap or inconvenience of any kind due to his default in this respect. Item to include : 1. 2. 3. 4. 5. SIGNATURE OF TENDERER Cleaning the ground on which filling is to be done and dewatering if necessary. Providing the approved material to be used for filling in. Cleaning up the material to be used for filling if necessary. Filling contractors soil and excavated material in plinth in layers, watering and compaction. All labour, equipment and other arrangements necessary for satisfactory completion of the SIGNATURE OF AUTHORISED NMMC OFFICIAL

418 OF 517

item. Mode of measurement and payment : The contract rate shall be per cum. of the material brought and filled in by the contractor. The material for filling shall be brought by the contractor from outside instead of from the excavation for the same building. The rate shall include the cost of material. Item No. 23 Disposing off excavated stuff to a distance of 0.5 km within substation premises by mechanical means including loading, unloading, stacking and spreading as directed complete. Specifications for these items shall be as per Item No. 18 of Gantry and equipment structure foundation section.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

419 OF 517

6. W.B.M. ROAD
Item No. 1 a. Excavation for road way in earth soils of all types / sorts sand, gravel or soft murum including dressing section to the required grade camber or side slopes and conveying the excavated material with all lifts and up a lead of 50 m and spreading for embankment or stacking as directed etc. complete. (Spe. No. Rd 2. Page No. 180 to 183). GENERAL : Roadway and drainage excavation shall consist of excavation, removal, conveyance and satisfactory disposal of materials of the strata covered by the wording of the item for the construction of the road and its drainage including finishing the surface and the slopes to the required grade, lines, curves and sections shown on the plans or as directed by the Engineer. The item also covers maintaining the work in finished condition until taken over by the Department. CLEARING SITE : The land width required for the roadway, gutters, side slopes and catch water gutters shall be cleared of all trees having a girth of 30 cm.and less, brush wood, loose stones, vegetation, bushes, stumps and all other objectionable materials. The roots of trees shall be removed to a depth of 30 cm. below the surface of the road formation and side slopes and the excavation filled up with excavated materials in 15 cm. to 20 cm. layers and compacted. Brushwood, stumps, vegetation, etc. shall be cut flush with the ground. All the materials cleared will be the property of Owner. Useful materials shall be arranged in convenient stacks along the road boundary or as directed at places within a lead of 50 meters and handed over to the Department in convenient sections. Unsuitable materials shall be burnt or otherwise disposed off by the contractor at his own cost as directed by the Engineer without causing any nuisance, inconvenience or damage to the work, property or people in the neighborhood. If the materials is disposed of outside the road land, necessary permission from the private land owners shall be taken by the contractor and royalty, etc. if any paid by him without claiming compensation. In all cases, the materials shall be disposed off in a neat manner. SETTING OUT : After clearing the site, the alignment of the road shall be properly set out true to lines, curves, slope, grades & sections as shown on the plans or as directed by the Engineer. The contractor shall provide all labour and materials such as lime, string, pegs, nails, bamboos, stones, mortar, concrete, etc. required for setting out, establishing Bench Marks and giving profiles. The contractor shall be responsible for maintaining the B.Ms. profiles, alignment and other stakes and marks as long as they are required for the work in the opinion of the Engineer. If the contractor defaults in this respect even after direction by the Engineer within the specified time, they may be restored by the Engineer at the cost of the contractor. Levels and sections of the ground shall be taken and recorded in the presence of the contractor or his authorised representative who shall sign the book in tocken of his acceptance of the levels etc. If there is any disagreement, the contractor shall inform of it in writing to the officer concerned with specific reference to the sections before starting further work, Once further work is started, no cognizance of any complaint shall be taken. Merely not signing of the book shall not be deemed as disagreement. CLASSIFICATION OF EXCAVATION : The classification of strata mentioned in the wording shall be as indicated in specification No. B.1.12. CONSTRUCTION METHODS : Profiles of the section including the roadside gutters to be excavated shall be laid at suitable intervals of 10 m. to 50 m.or other intervals directed by the Engineer to conform to the curved or straight alignment sections, grades and side slopes. The lines of cuts shall be clearly marked and profiles of embankments where excavated materials are to be used shall be set up with the toe line marked on each side. The roadway section shall first be excavated with vertical sides for each lift and the side slopes for the lift shall be excavated in steps. These steps shall be smoothened to the required slope when the excavation reaches SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

420 OF 517

the road formation. The contractor shall on no account excavate beyond the slopes or below the specified grade unless so directed by the Engineer in writing. If excavations is done below the specified level or outside the section, it shall not be paid for and the contractor shall be required to fill up at his own cost such extra excavation in the road portion with approved materials of the embankment grade in layers of 15cm. to 20 cm watered and fully compacted to attain maximum density laid down for the embankment in the same agreement elsewhere. The Engineer may require measurement ridges and dead-men to be left at specified intervals or places and kept intact till ordered to be removed for the purpose of check measurements. The excavation shall be finished neatly, smoothly and evenly to the correct lines, curves, grades, sections and side slopes as shown on the plans or directed by the Engineer. The sub-grade if loose shall be scarified, watered and compacted to the same density as the embankment. The section, side slopes and catch water gutters shall be maintained by the contractor at his own cost in such a way that the formation and gutters will be well drained by providing necessary diversions, etc. and not damaged due to obstruction of any drainage. Necessary passages shall be provided for leading seepage, springs, surface flow or rain water safely without damaging the work. If any damage occurs due to default of the contractor in this respect, he shall make good the damage at his own cost. If it is necessary in the execution of the work to interrupt existing surface drainage, irrigation channels, sewers or under ground drainage, temporary arrangements shall be provided till such time as is necessary. The contractor at his own cost shall make good the interrupted drainage and sewer, etc., unless separately provided in the tender. Any damage to the existing works or work in hand caused as a result of his operations or negligence shall be made good by the contractor at his own cost. Roadside gutters shall be excavated to the specified sections and shall be measured along with the main cutting in cubic meters. Intercepting or catch water gutters where necessary shall be built to the cross sections shown on the plans in time to prevent damage to the cuts or banks. DEWATERING : If water is met with in the excavation due to springs, seepage, rain or other causes it shall be removed by suitable diversions, pumping or bailing out and the excavation kept dry whenever so required or directed by the Engineer. Care shall be taken to discharge the water so as not to cause damage to the work, crops or any property or any inconvenience to the property holders in the neighborhood. Unless separate provision is made in the tender for dewatering, the cost of dewatering shall be covered by the rate for excavation. SLIDES : If slides occur in the cutting they shall be removed as ordered by the Engineer. If finished slopes slide into the roadway before the final acceptance of the work, such slides shall be removed by the contractor and shall be paid for at the contract rate for the class of excavation involved provided the slides are not due to any negligence of the contractor. The classification of the material in slides shall conform to its condition at the time of removal and payment made accordingly regardless of its prior condition. Care shall be taken to see that excavation is arranged in a safe way so that there will be no risk to the work or workmen by slides, falling materials, boulders and collapsing sides, etc. PROTECTION : If there is traffic nearby or if there are towns and villages in the neighborhood, barricades and /or traffic signals shall be provided day and night for the duration of the work in such a way as to prevent accidents. Warning signals shall be displayed at 70 m.from the danger point on both sides to give sufficient warning. If necessary, signalers shall be stationed at each end to regulate traffic where it is heavy. Measures shall be taken to see that the excavation does not affect or damage adjoining structures or property. If there is damage to property, injury to workers, the members of the public, animals, etc. due to the negligence of the contractor, he will be responsible and liable to all the consequences including compensation.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

421 OF 517

DIVERSIONS : If diversions are necessary for the traffic they shall be provided and maintained as specified earlier. DISPOSAL OF THE EXCAVATED MATERIALS : All the excavated materials shall be the property of Owner. When the useful excavated material is to be used in embankment within a lead of 50 m., it shall be directly deposited at the required location in 15 cm. to 20 cm. layers the charges for watering and compacting such material will be paid if the material is temporarily deposited elsewhere and subsequently conveyed to site of deposition. The sequence of operations should be arranged properly. Useful excavated material to be used in the embankment beyond 50 may be conveyed directly to the site of use and laid in layers or first deposited in heaps and conveyed and laid in layers subsequently; the conveyance and the charges for watering and compaction shall be paid for under a separate item. Materials required for items other than bank shall be arranged in neat stacks at convenient places within a lead of 50m without interfering with the drainage in any way. If no Departmental land is available but the excavated useful stuff is to be stacked temporarily before use under the same agreement the contractor shall make his own arrangements for the stacking of this material temporarily on private lands by paying rents, etc. without claiming any compensation. Surplus material not required for use on embankment or unsuitable materials may be used at his own cost to uniformly widen embankment, to flatten slopes and to fill low places in the road land within a lead of 50 m. if so directed by the Engineer. Material not required for any use whatsoever may be disposed off by the contractor at his own cost in a manner approved by the Engineer. The excavated material shall not be deposited within 3 m. form the top edge of slope of toe of the bank unless expressly permitted by the Engineer in writing. When the excavated material is deposited or disposed off by the contractor in land not belonging to Owner, he shall be responsible for any compensation required to be paid to the private landowner. The leads shall be measured form approximate centre of gravity of the block of cutting to the approximate centre of gravity of block of deposited material. MAINTENANCE : The excavated roadway shall be maintained satisfactorily and protected by the contractor at his own cost against all damage till it is taken over by the Department. If any damage occurs, the contractor shall be responsible to repair it at his own cost against all damage till it is taken over by the Owner. ITEM TO INCLUDE : 1) 2) 3) 4) 5) 6) 7) 8) 9) Clearing site. Setting out including necessary labour, material & fixing reference marks. Diversion unless separately provided in the tender. Dewatering unless separately provided in the tender. Protective measures for work, workpeople, public, animals, property, etc. Excavation to the required lines, curves, sections and grades. Conveying the excavated materials including all lifts and lead up to 50 m. spreading in layers or stacking as directed and disposing off unwanted materials. All labour, materials and use of equipment and tools required for completing the item satisfactorily. Compensation on account of damages, accidents or use of private lands royalty, etc.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for a unit on one cubic metre for the strata mentioned in the wording of the item of excavation acceptably completed, limited to the dimensions shown on the plans or as directed by the Engineer. Excavation shall be measured in its original position by taking cross sections before the work starts and after it is entirely completed. The quantity shall be worked out by the average end area method. The individual dimensions and areas of the cutting shall be measured correct up to two places of decimals of a metre and square metre respectively and the quantity worked out correct up to two places of decimals SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

422 OF 517

of a cubic metre. When the classification of the strata changes, the contractor shall bring this to the notice of the Engineer who will then verify and if necessary take levels for changed strata for purposes of measurement. The Engineer at his option may direct dead -men to be left such intervals as he may indicate for purposes of measuring the depths and other dimensions either for initial measurements or for checking. Deductions shall be made for these dead-men. These shall be removed when no longer required and the deduction restored thereafter. If the dead -men are not removed and used in the work or otherwise disposed of as directed by the Engineer within 15 days of the date of check measurement, the Engineer shall have the right to remove them at the contractors cost. If for any reason the dead-men are damaged at the time of measurement the measuring or check measuring officer shall estimate the quantity of earthwork at his discretion and such estimate shall be final. Item No. 1 b. Excavation for foundation in earth murum in all types of soil to all depth, including removing the excavated material up to a distance of 50.0 m. beyond the building area and stacking or spreading as directed, dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering, including shoring and strutting as necessary complete. Specifications for these items shall be as per Item No. 1 of Chainlink fencing section. Item No. 2 Supplying and stacking 80 mm hand broken trap stone metal at road side including conveying the metal, stacking for measurements as directed etc. complete. Item No. 4 Spreading 80 mm hand broken metal on road including conveying sectioning complete. GENERAL : The item provides for the supply of metal of 80 mm. size and of the specified type of stones at the roadside including obtaining the metal from approved sources, conveying to the roadside with all leads and lifts, stacking in regular heaps as specified hereinafter uniformly along the roadside. QUARRIES : Where suitable and approved Departmental quarries exists, the contractor shall be allowed to obtain the metal of the requisite quality to the extent required for the work from these quarries without any royalty. He shall, however, be liable to pay compensation for any damage caused to the quarries or the Departmental land or property either deliberately or through negligence or otherwise, or from waste of materials in obtaining the requisite quantity or metal. Blasting, if required, shall be done with utmost care according to specification No. Bd.2 and the contractor shall be fully responsible for all accidents and compensation resulting there from. When no suitable Departmental quarries exist or when the fully quantity required for the work cannot be obtained from the Departmental quarries, the contractor shall make his own arrangements to obtain the metal. The contractor shall get the sources and the quality of the metal approved by the Engineer. The contractor shall be fully responsible for any and all compensations to be paid as royalty, rents or damages to properties and injuries to persons etc. caused in obtaining the metal. No claim on account of any obstruction caused in collection of materials or difficulties or action arising out of quarrying in private and non-Departmental land shall be entertained and Government will remain indemnified with regard to such action and payment. Quarrying shall be done only from sound portion of approved quarries; the disintegrated and weathered portions being rejected. No metal shall be obtained from within the road land unless so permitted in writing by the Engineer. METAL : Quality :

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

423 OF 517

The aggregate shall be obtained by crushing approved stone of specified type in a mechanical crushes and shall be clean, strong, tough, dense, durable, clear gaained and free from soft, decayed and wheather portions and from quoting of dust, dirt or other objectinable matter. They shall preferably have hydrophobic charactersticks. They shall generally satisfy the following physical requirement. For light or medium For heavy traffic traffic Los Angles Obrasion test, 25 17 percent, fines maximum Aggregate crushing test, percentage,fines maximum Water absorption by weight after 24 hours immersion,percent,not more thanTests shall be carried and according to I.S.383-1970. Tests considered necessary shall be carried out in an approved laboratory when the Engineer consider the quality to be doubtful as there in a dispute about the quality. If the reasults are satisfactory, the cost of tests shall be borne by the department and if unsatisfactory by the Contractor. Standard Size Wholly passing through Wholly retained on square mesh of internal dimension mesh of internal dimension 80 mm (about 3.15") 90 mm (about 3.54") 50 mm (about 2") 60 mm (about 2 ) 70 mm (about 2 3/4") 40 mm (about 1 ) 40mm (about 1 ) 50mm (about 2") 25mm (about 1") However, the following tolerance shall be permitted for water bound macadam : Not more than 20 percent of any sample shall exceed 65 mm. (about 2 1/2") in its greatest dimension. Chura and dust may be allowed upto 15% of the volume of the stack. The material which will pass through I.S. Sieve No. 8 will be treated as chura and dust. The pieces shall be roughly cubical in shape and more or less of uniform size with sharp edges for inter locking with one another and resisting displacement. Rounded, flunky, thin, elongated material shall not be accepted. Before large scale breaking, a sample conforming to the required quality, shape and size shall be got approved by the Engineer, who will keep it in his office for reference. CONVEYANCE : Materials shall be brought to site sufficiently in advance of construction. The contractor shall be responsible to see that vehicles used for transporting materials do not drop any of the contents on the road and thus cause nuisance to traffic. The contractor shall also be responsible for any damage or accident arising out of any such material filling on the road or elsewhere and shall attend to all complaints in this regard. The Engineer may order the removal of such materials at the expense of the contractor in case of neglect. Vehicles conveying or depositing materials shall not obstruct traffic. All leads and lifts are included in the rate for the item. STACKING : The metal shall be stacked uniformly along the roadside in regular stacks of 6 m. x 3 m. x 1 m. (about 20' x 10' x 3') unless other sizes are ordered by the Engineer. Stacking shall be done only after the quality; shape and size of the metal are approved. The stacks shall be made without appreciable hollows without making, special efforts to hand-pack the material. The stacks shall be free of earth, rubbish vegetation, inferior or too much oversize or undersize material. Only requisite number of stacks shall be laid in each of t he 200 m. section. One stack in each unit section may be of different length if necessary to make up the total quantity in that particular section. Low and wide stacks with outer retaining walls and the center filled in loosely shall not be permitted. The material shall be stacked entirely clear of the carriage way and as far as possible beyond the side widths and the side drains, on even ground or in the absence of such even ground SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL 23 1 17 1

424 OF 517

on platforms prepared in advance for the purpose by the contractor at his cost. If no such land is available, the width of the stack may be reduced and the stacks may be laid on the side widths with the approval of the Engineer. Such stacks shall be protected from being disturbed. Necessary precautions such as barricading, signs and signals shall invariably be taken the contractor being responsible for any accident, injury and compensation due to his negligence in this respect. On hill roads, material shall be stacked only on stacking germs. In the absence of such terms within a reasonable distance, stacks shall be made only at place where narrow width and sited on the side of the road as directed without interfering with free drainage. The Engineer may, if required get the stacks coming in the way of or obstructing the traffic removed at the cost of the contractor and the contractor shall not be entitled to claim for any loss or damage to the materials on that account. The stacking operations shall be started at the point farthest from the quarry and carried towards the nearest point. The stacks shall not be laid at such places where they are likely to be damaged on account of the traffic, washing out by rains or floods or drainage, slides of the banks or the slopes of cutting. Any loss on account of these or such other reasons shall be made good by the contractor without extra claims. As far as possible the metal shall be stacked evenly on one side of the road only and in such quantities per unit length as will be required for that particular length or as ordered by the Engineer. Where metal for two layers has to be stacked, the metal for each layer shall be stacked on the opposite side of the road or as directed by Engineer. SPECIAL POINTS : The contractor shall be responsible for obtaining consents of owners of quarries and lands, payment of royalties, fees, rents, taxes, octroi etc. compensation due to injuries to persons or damages to property in any way connected with the execution of this item and for loss of materials due to improper stacking etc. and shall make good the losses without extra claims. The contractor shall also responsible for the blasting operations required for obtaining the metal as explained in specification No. B.2. ITEM TO INCLUDE : Providing & breaking or crushing the metal to metal of the specified type of 40 mm ( about 1 1/2") conveying to road side and stacking including all other relevant items mentioned below : 1. 2. 3. 4. 5. Obtaining metal of approved quality, shape and size by blasting if required and payment of royalties, fees, rents etc. where necessary. Conveying to roadside including all leads and lifts. Stacking. All sorts of compensations involved in the execution of the item. Opening up of new quarries or reopening old ones including removal of overburden.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for one cubic meter of metal supplied at site in stacks of approved size. When the metal is stacked in heaps of one uniform size, smallest heap may be chosen in the particular km. or unit section and measured for its length, breadth and depth. The cubic contents of this heap shall be multiplied by the number of such heaps in the km. or unit section to arrive at the quantity in the particular km. or unit section. Engineer may measure any other heaps also for verification. When the sizes of stacks are not uniform, each stack shall be measured individually. The dimensions shall be measured correct to two places of decimals of a meter and quantity worked out correct to two places of decimals of a cubic meter. If there is reason to believe that the stacks are very loose and are having unduly large hollows and/or materials not satisfying the specifications, the stacks may be got opened and restacked properly after removing the inferior material by the Sub Divisional Officer at the cost of the contractor. The measurements of such a stack shall then be taken and if they are less than

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

425 OF 517

those of a normal heap, the quality of the restacked heap shall be multiplied by the No. of stacks to arrive at the quantity in the particular unit of length. No deduction shall be made for voids. Metal shall not be used until the full quantity is collected in a km. and measured. All stacks measured shall be marked with lime wash band to distinguish them to avoid double measurement. If the material is found to be of inferior quality or of size not satisfying the requirements the same may be rejected entirely or accepted by the Engineer at his discretion at a reduced rate if found to serve the purpose. All labour, materials etc. required for measuring, restacking, checking lime washing etc. shall be at the cost of the contractor.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

426 OF 517

7. CABLE TRENCHES
Item No. 1 Excavation for foundation in soil of all types including removing the excavated materials up to a distance of 50 meters beyond the building area and lift as specified stacking, and spreading, necessary dewatering unless provided else where, preparing the bed for the foundation and required back filling, ramming, watering, shoring and strutting etc. complete as directed. Item No. 2 do as per item No. 1 but for hard murum and boulders lift up to 1.50 m etc. complete. Specifications for these items shall be as per Item No. 1 of Chainlink fencing section. Item No. 3 Providing dry trap rubble stone soling 15 to 20 centimeter thick including hand packing and compacting complete. Specifications for these items shall be as per Item No. 2 of Store Shed section. Item No. 4 Providing and laying in situ cement concrete in proportion 1:4:8 of trap metal for foundation and bedding including bailing out water, manually formwork, compacting, curing etc. complete. Specifications for these items shall be as per Item No. 2 of Chainlink fencing section. Item No. 5 Providing and casting in situ cement concrete M-20 or trap metal for R.C.C. work like raft, grillage, strip foundation and footing of R.C.C. columns and steel stanchions including bailing out water manually or mechanically centering formwork, compacting, finishing and cutting. (Excluding steel reinforcement.) Item No. 6 Providing and casting in situ cement concrete M-20 or trap metal for R.C.C. pardi as per detailed designs and drawing and or as directed, including centering, formwork, compacting, roughening the surface if special finish is to be provided and curing. ( Excluding steel reinforcement). Specifications for these items shall be as per Item No. 3 of Gantry and equipment structure foundation section. Item No. 7 a. Providing & fixing in position mild steel bar reinforcement of various diameters for R.C.C. pile caps, footings, foundations, slabs, beams, columns, canopies, staircases, chajja, lintel, pardi, coping etc. as per detailed drawing & design and schedules including cutting, bending, hooking, binding with wire or tack welding, supporting etc. complete. Item No. 7 b. do as per Item No. 7 a. but for Tor steel etc. complete. Specifications for these items shall be as per Item No. 20 of Store Shed section. Item No. 8 Providing cement plaster of 12 mm thick in single coat in cement mortar 1:4 with out neeru finish to concrete or brick surface in all positions including racking out joints, scaffolding and curing complete. (Spec. No. Bd-L-2-Page no. 367) Specifications for these items shall be as per Item No. 9 of Chainlink fencing section.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

427 OF 517

Item No. 9 Providing fabrication and fixing in position M.S. flat of size 75 x 10 mm as shown on the drawing & as per directions etc. complete. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 10 Providing and constn. R.C.C. pipe half round Cable Trench as per detailed drawing & direction etc. complete. a. 300 mm diameter b. 150 mm diameter. GENERAL : The item pertains to providing and constructing 300 mm. and 150 mm. dia. R.C.C. half round pipe as directed. EXCAVATION : The trench for laying the pipes shall be excavated to the lines and levels as directed by the Engineer in charge. The bed shall be made even. The trench shall be excavated through all strata met with dewatering shall be done where necessary. All the pipes water mains, cables etc. met in the excavation shall be made good by the contractor at his own cost. The pipes shall be laid on a well compacted bed in the trench. The trench after laying the pipe shall be refilled except at the joints, in layers and manual rammed. Care shall be taken to see that no earth etc. gets inside the pipe. LAYING: The stratum on which the concrete is to be laid shall be watered immediately before placing the concrete and compacted. The concrete shall be placed in horizontal layers of 30 cm. to 40 cm. (about 12" to 16")and well compacted by mechanical vibrators and rodding. The Engineer may permit manual compaction in which case concrete will be placed in layers of 15 cm. to 20 cm. (about 6" to 8"). The concrete shall be placed in one continuous operation as far as possible but the Engineer may permit construction joints as directed by him under special circumstances. FINISHING AND CURING: Immediately after the removal of the forms and in any case within one day thereof, the concrete surface shall be finished with cement mortar 1:3 mix whenever there is honey-combing or depressions or broken edges, etc. and thereafter cured for 14 days. The sides shall have wet sacking covering and the top horizontal surface pounded during the period of curing. ITEM TO INCLUDE: 1. All labour, materials, use of equipment, tools and plant, installing and removal of scaffolding, false work and forms and bracing necessary for the satisfactory completion of the item except reinforcement steel. 2. Providing cement concrete of specified proportion including transporting, placing and compacting, curing, finishing to the dimensions and shapes shown on the plans or as ordered by the Engineer-in-Charge. 3. 4. 5. 6. Necessary sampling and tests for materials and concrete. Compensation for injury to persons and damages to work or property. Dewatering if required unless it is separately provided for in the tender. Providing and fixing dowels, and expansion and contraction joints.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

428 OF 517

Mode of Measurement and Payment: The contract rate shall be per running metre of the half round pipe supplied. Broken pipes delivered to works site shall not be measured and paid for. Item No. 11 Providing and laying approved factory made pre-cast R.C.C. trench cover of specified sizes as per drawing & as directed. a. 75 mm thick b. 65 mm thick GENERAL : The item pertains to providing, stacking at site and laying in position factory made pre-cast cable trench covers made up of M - 20 R.C.C., 65 mm. thick and of various sizes and shall comply with General Specifications for mild steel/tor steel bar reinforcement for R.C.C. work. MILD STEEL REINFORCEMENT : The Contractor shall be solely responsible for procurement of M.S./Tor steel. The steel required to complete the work over and above the quantity given in schedule B shall be procured by the contractor. The plain/tor M.S. bars shall conform to I.S. 432 and I.S. 1139 or I.S. 1786 respectively. For this item as quantity of steel is less, testing of steel bars is not necessary. FABRICATION : Reinforcing steel shall be thoroughly cleaned of all casting of any character that would destroy or reduce the bond. Bending reinforcement shall confirm accurately to the dia and shapes shown in the plans or a as directed by the Engineer-in-charge. Bar shall not be bent or straightened in a manner that will injure the material. Bars shall be bent cold to the shape and dimensions shown on the drawings or as directed by Engineer-incharge, Bar bender may be used to attain proper radii of bends and shapes. Bars which may be bend during transport or handling shall be properly straightened before being placed in the work without heating them. Details of length and bending diagrams shall be got approved by the Engineer-in-charge. This is to secure additional precautions against errors. SPLICING AND LAPPING : All reinforcement shall be furnished in full lengths indicated on the plans as far as possible. Splicing bars except as shown on the plans will not be permitted without the written approval of the Engineer-in-charge. When full lengths are not available bars shall be spliced, splices of tensile reinforcement at point of maximum stress and of adjacent bars at the same plane shall be avoided. Splices shall be staggered as far as possible and located at suitable points. Unless otherwise shown on the plans bars shall be lapped as specified in I.S. 456-1964 with due regards to the grade of concrete. In lap splices, bars shall be placed in contact and just wired together to keep in place. SUBSTITUTION : Substitution of size of bars different from those specified will be permitted at the request of the contractor only in authorised by the Engineer-in-charge. The steel substituted shall have an area not less than the designed area provided further that the safe bond stress is not exceeded. PLACING AND FASTENING : All reinforcement shall be accurately placed in position with spacing cover shown on the plan and firmly held so during the placing and setting of concret. Bars shall be tied at all intersections. Binding wire of 16 or 18 gauge shall be used. Spacing of bars shall be maintained by means of the spacers or other approved supports at sufficiently close interval so that bars will not sag between supports which extend to the surface SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

429 OF 517

or concrete except where shown in the plans wooden supports shall not be allowed placing bars for reinforcement on a layer at fresh concrete in the work progress will not be permitted. The use of pieces of broken stone or wooden blocks for maintaining of cover shall not be permitted layers of bars shall be separated by present cement mortar blocks, spacer-bars or other approved devices special care shall be taken to prevent any disturbance of the reinforcement in concrete that has already been placed. Reinforcement after being placed in position shall be maintained in a clean condition till it is completely embedded in the concrete. All bars protruding from concrete to which where bars are to be spliced and which are likely to be exposed for an indefinite period shall be protected from rusting by a thin coat of cement wash. INSPECTION : Full details of the number, sizes, lengths, weights, laps, spacing of the bars placed in different part of the work shall be recorded, certified and signed by the Engineer-in-charge has inspected and certified the correctness of reinforcement recorded the steel measurement and given permission in writing to place the concrete. After the approval of reinforcement by Engineer-in-charge it will be contractors responsibility to see that the reinforcement spacing and arrangement are not tempered with in any way before or during concreting. Since the contractor has to supply and use his own steel the steel used & measured while taking measurements will only be paid for. No wastage on any account will be considered i.e. wastage if any will be to the contractors account. The weight of M.S. bars would be worked out on the following basis. Diameter of bars Weight in in Milimeters Kgs/Rmt 6 mm. dia 0.22 Kg./Rmt. 8 mm. dia 10 mm. dia 12 mm. dia 16 mm. dia 20 mm. dia 22 mm. dia 25 mm. dia 28 mm. dia 32 mm dia. 0.40 Kg./Rmt. 0.62 Kg./Rmt. 0.89 Kg./Rmt. 1.58 Kg./Rmt. 2.47 Kg./Rmt. 2.98 Kg./Rmt. 3.80 Kg./Rmt. 4.80 Kg./Rmt. 6.31 Kg./Rmt.

The wire for trying will not be measured or paid. Concreting : Materials : The crushed aggregate for the casting of the covers shall conform to Item A(7) as per Standard Specifications except that the maximum size of metal shall not exceed 12 mm. since the thickness of covers is small, 20 mm. metal shall not be allowed ordinarily and use of 12 mm. metal will be insisted. The M.S. bars shall conform to Specifications A(10) and high tensile tor bars shall conform A.10 (a). The binding wire shall conform to A.15. Alternatively, the Contractor may be allowed to tack welding in place of binding wire. Sand shall conform to Specification A.6. Sand to be obtained from approved source. (Ghod River sand will be preferably used for purpose of this contract). SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

430 OF 517

Form Boxes : The form boxes to be used for casting of the covers at site shall preferably be made out of steel sections. However, the Engineer-in-Charge may approve use of wooden form boxes with a due precautions. The form shall be of the sizes specified to allow sizes and thickness as specified on the drawing. Casting beds : The casting beds shall be prepared on site at a suitable location as directed by the Engineer-in-Charge and shall be prepared of adequate sizes so as to allow casting of adequate numbers of beds at a time. The top of the casting beds shall be finished very smooth so as to ensure that the bottom surface of the covers gives proper finish without plaster. The Contractor shall ensure that any damages to the casting bed surface during removal of the cable trench covers shall be immediately rectified. This should be done to ensure that the irregularities of the damaged surface do not spoil the finish of the subsequent covers. Casting of beds : On completion of the entire work, the casting beds shall be dismantled, if so desired, at the Contractors cost. Curing pond/ Tank : The Contractor shall use curing tank or pond for curing of R.C.C. cable trench covers. The Contractor shall maintain adequate depth of water during the curing period so that the covers are not exposed to Sun. Casting of Covers : Casting of the covers shall be done at site only. The proportion of concrete mix to be adopted shall be 1:2:4 or any other proportion as per the wording of the item. Before the casting of the mix, the form shall be properly oiled including the casting beds so as to facilitate easy removal of the covers without breaking. Vibration : After the concrete is laid to the desired thickness as shown on the drawing, the concrete shall be vibrated using surface vibrator of approved type so that the slurry just works upto the surface. Use of excessive vibration shall be avoided so as to avoid segregation. Finishing : Before the initial setting of the concrete the top surface of the cable trench covers shall be finished smooth with cement mortar of 1:3 mix of bare minimum thickness. The top of the plaster shall further be finished with neat cement slurry as directed. After the initial setting of the slurry, the surface shall be evenly polished to give smooth and even finished surface. Curing of bed : After the final setting of cover surface, the concrete covers shall be cured on the bed for a period of 3 days by wet gunny bags. In case, (Pozolana) P.P.C. cement is used for casting purpose, the curing period of bed shall be extended to 5 days or as directed by the Engineer-in-Charge. The covers shall not be allowed to be removed from the casting bed unless and until the Engineer-in-Charge is satisfied about their easy removal from the bed without damages to the finishing or concrete edges. The covers will be liable for rejection if those are hastily removed from the casting bed ignoring the instructions of the Engineer-in-Charge. Curing in pond : The covers which are initially cured on the bed for a period of 3 days to 5 days shall be removed carefully and shifted to the curing tank where they will be cured for a further period of 23/25 days. The Contractor shall maintain adequate depth of water in the pond at all times to ensure that the covers are not exposed to Sun. The water in the tank shall be replaced at least once in a fortnight. After the expiry of the 28 days, the covers shall be removed from the tank and allowed to dry for a minimum period of 3 days before their removal to the final place of fixing. Transportation : The covers shall be transported from the place of curing tank to their proper place of fixing by any means of SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

431 OF 517

transport or mode of transport as approved by the Engineer-in-Charge. The contractor shall ensure that the edges of the covers are not damaged during transportation. In case any damages took place during transport or during the operation of fixing, the Contractor shall at his cost replace the rejected covers. Further, the rejected covers will have to be removed off the premises at the Contractors cost. The percentage of rejection shall not ordinarily exceed 2 %. In case this exceeds 2 %, the contractor shall be hold responsible for these avoidable damages, and as such, the cost of departmental materials consumed for this excessive rejection shall be recovered from the Contractor at penal rates i.e. market rates plus 15% extra. Fixing of covers : The Contractor shall fix the covers on the in-Charge. In no case the Contractor will work of laying of cables by the Electrical finalised without fixing in case the work of Spare covers : The Contractor shall supply 5 % quantity of spare covers to allow replacements of the broken covers during construction and maintenance. These spare covers shall be supplied and stacked at suitable locations as directed by the Engineer-in-Charge. These covers shall be paid at the same rates without any deduction for fixing to allow for stacking expenses. Item to include : 1. Supplying of precast covers as per the approved drawing and design including cost of all materials. It also includes providing & fixing M.S. reinforcement. 2. Preparation of casting beds, curing tank or pond, from boxes etc. complete for satisfactory execution of the item. 3. Transportation of the covers to site of work including loading, unloading, stacking as directed. 4. 5. 6. Fixing of covers in proper line and level. Expenses for watering, curing etc. complete. Providing hooks for lifting arrangements. top of the cable trenches as and when directed by the Engineerbe allowed to fix the covers in anticipation of completion of the Wing. If approved by the Engineer-in-Charge, the work shall be cabling is abnormally delayed.

Mode of measurements and payment : The contract rate shall be per Sq. Mtr. of the Reinforced cement concrete covers. The dimensions of the cover shall be measured correct upto 1 cm. accuracy and the quantities of the covers shall be worked upto 2 places of decimals of a Sq. Metre. Item No. 12 Providing and fixing in position 100 mm. Diameter A.C. pipes for weep hole in brick masonry wall of trenches all as per drawing and as directed including all transport cutting to required size and shape etc. complete. Specifications for these items shall be as per Item No. 6 of Chainlink fencing section. Item No. 13 a. Providing and laying R.C.C. pipes of 300 mm diameter, confirming to IS 458-1988, NP2 class, in proper line and level and slope, including providing and fixing collars in cement mortar 1:3 etc complete. Item No. 13 b. do as per Item No. 13 a. but for 450 mm. diameter etc. complete. Specifications for these items shall be as per Item No. 41 of Store Shed section.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

432 OF 517

MEATAL SPREADING ON ROAD GENERAL : The item provides for the labour for conveying the metal from the stacks on the road side and spreading it evenly on the sectioned road surface. DIVERSIONS : When the traffic can be allowed on the road side berms without much inconvenience to traffic or impediment to the work, this shall be provided by the contractor at his own cost. He shall provide the necessary barricading, warning boards and signals and watchman by day red lights at night and comply with relevant provisions of Road Diversion in picking the road surface including sectioning complete. Otherwise a separate diversion shall be provided according to road diversion in picking the road surface including sectioning complete. SPREADING METAL : The metal shall be screened if it contains grass, rubbish or other deleterious foreign material. The metal shall be spread evenly over the rolled ruble soling surface by giving a twisting motion to the basket at the time of spreading - Rolling over soling is included under the rolling of oversize metal true to line, grade and section to provide the requisite thickness of crust. In order to ensure the correct thickness, the area shall be suitably marked so as to receive the contents of one heap for the specified thickness in the area marked. The unevenness and undulations after the spreading shall be rectified either by thinning the metal or adding it as required. The metal so spread shall be checked by camber boards and line for the camber and grade in intervals of every 10 meters (about 30') or so. The edge line stakes shall be ranged for a sufficiently long length to obtain straight lengths and uniform curves except that the metal shall spread on the picked up surface. The picked up surface shall have been dressed to the typical section to suit straight reaches, super elevations or transition section as the case may be under the item of picking and sectioning and shall be lightly rolled before the new metal is spread. Rolling of the picked up surface is included in compacting the metal layer - m wide with power roller including necessary labour, materials and artificial watering complete for compacting metal layer with power roller including necessary labour, materials, use of roller and artificial watering complete. The edge of the metal shall be held by side widths or bunds to prevent the metal spreading out under the roller. When the thickness of metal layer to be compacted is more than 80 mm. (about 3") nor less than 40 mm (about 1 /2"). Camper boards shall be used to get the required section. ITEM TO INCLUDE : 1 2 Conveying the metal from the roadside within 50m lead and spreading evenly to the required depth, width and section. All labour materials and use of tools required for the satisfactory completion of the item.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for spreading on cubic meter of metal. The quantity spread shall be arrived at by deducting the quantity in balance on site from the total collection existing on the roadside before spreading is started. The quantity on the site shall be checked before spreading is started and after completion of spreading. Item No. 3 Supplying and stacking trap stone dust at road side including conveying stacking for measurements as directed. Item No. 5 Spreading stone dust on road including all conveying and sectioning etc. complete. GENERAL : The stone dust shall be necessarily by-product of machine crushed metal and shall be clean and free from SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

433 OF 517

soil silt. It shall be suitable for consumption in spreading over W.B.M. surface or in compacted yard. The dust shall be obtained while crushing good quality of trap stone available in the region. The sample of the dust shall be got approved before commencing the delivery. STORAGE : The dust shall be stacked in measurable heap. No foreign material shall be allowed to be mixed up with dust. STACKING : The dust shall be stacked in stacks not less than 0.5 m. in height and in suitable dimensions so that each stack normally contains about 50 Cub. mtrs. of dust. To ensure the correct height of stacks the Contractor will be required to clear and level the site marked by the Engineer and will erect as many posts as directed. He shall also make requisite height with paint, preferably with white and black markings. The contractor will be required to be present for joint measurements of the quantity supplied. Otherwise, measurements taken by the authorised official shall be treated as final and binding. The Engineer-in-Charge will have full right and authority to reject full or part of the material which is not conforming to the specifications and samples are not found in order during tests and trials at site. The Contractor shall be required to remove such rejected materials off the premises within the stipulated time limit. In the event of failure by the Contractor to attend to this, the rejected material shall be removed from site at Contractors risk and cost and the expenditure will be recovered from the Contractors dues. SPREADING DUST The dust shall be spread evenly over the rolled rubble soling surface by giving a twisting motion to the basket at the time of spreading . Rolling over soling is included under the rolling of oversize metal true to line, grade and section to provide the requisite thickness of crust. In order to ensure the correct thickness, the area shall be suitably marked so as to receive the contents of one heap for the specified thickness in the area marked. The unevenness and undulations after the spreading shall be rectified either by thinning the dust or adding it as required. The dust so spread shall be checked by camber boards and line for the camber and grade in intervals of every 10 meters (or so. The edge line stakes shall be ranged for a sufficiently long length to obtain straight lengths and uniform curves except that the metal shall spread on the picked up surface. The picked up surface shall have been dressed to the typical section to suit straight reaches, super elevations or transition section as the case may be under the item of picking and sectioning and shall be lightly rolled before the new dust is spread. Rolling of the picked up surface is included in compacting the metal layer with power roller including necessary labour, materials and artificial watering complete for compacting metal layer with power roller including necessary labour, materials, use of roller and artificial watering complete. ITEM TO INCLUDE : 1 2 Conveying the dust from the collected metal dust and spreading evenly to the required depth, width and section. All labour materials and use of tools required for the satisfactory completion of the item.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be one cubic meter of stack measurement and for spreading on one cubic meter of dust. The quantity spread shall be arrived at by deducting the quantity in balance on site from the total collection existing on the roadside before spreading is started. The quantity on the site shall be checked before spreading is started and after completion of spreading. Item No. 6 Spreading murum from excavated stuff including all conveying and sectioning etc. complete.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

434 OF 517

GENERAL :The item pertains to spreading murum from excavated stuff including all conveying and sectioning etc. complete. SPREADING : The sub grade shall be dressed and rolled to the required line, curve, grade and section before spreading hard murum or kankar. Hard murum or kankar shall give spread evenly true to line, grade and section and to the required thickness and width after ranging the edge line stacks for a sufficiently long length. It shall be laid to such section and grade that after compacting the section shall conform to the typical section and required grade specified or ordered by the Engineer. Any unevenness shall be removed by removal of excess material from high spots or filling in the depressions with additional material, both while spreading and rolling. The edges shall be supported by side widths. The section and grade shall be checked by means of camber boards and straight edges. ITEM TO INCLUDE :1. 2. 3. Collecting murum from the excavated stuff as directed. Conveying the material from the source and laying it evenly on the road formation to conform to the specified section and thickness or as directed by the Engineer. All labour, use of tools and plant to complete the item satisfactorily.

MODE OF MEASUREMENT AND PAYMENT :The contract rate shall be for spreading 1 cum. of soft murum. The quantity spread shall be arrived at by deducting the quantity balance on site from the total collection existing on the road side before spreading is started. The quantity on site shall be checked before spreading is started and after completion of spreading Item No. 7 Providing and constructing Grade III metal W.B.M. road in layers of 75/100 mm compacted thickness preparation of sub grade with murum screening including supplying and conveying all materials with all leads and lifts, spreading, sectioning the layers with vibratory roller as directed by Engineer - in - charge including maintenance of diversion road during construction. (Spe. No. MOST 1995 CI No. 404 Page 112 to 120). Specifications for this item shall be as per relevant M.O.S.T. standards, item description and as directed by Engineer-in-Charge. Item No. 8 a. Compaction of hard murum / Kankar 2.00 M to 7.00 meter. Width with static roller including artificial watering etc. complete. Item No. 8 b. do as per Item No. 8 a. but for sub grade / gravel / oversize metal layers etc. complete. GENERAL : The item provides for fully compacting the oversize metal layer with a power roller of 8 to 10 tons weight including compacting the sub-grade, rubble soling and gravel be-fore spreading the oversize metal and rolling over the oversize metal surface first dry to refusal and then again after watering and also after spreading of sand and soft murum blind age necessary labour, use of roller etc. complete. ROAD DIVERSION : When the traffic can be allowed on the road side terms without much inconvenience to traffic or impediment to the work, this shall be provided by the contractor at his own cost. He shall provide the necessary barricading, warning boards and signals and watchmen by day and red lights at night and comply with relevant provision of specification construction and maintaining temporary road diversion including SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

435 OF 517

barricading the existing road, maintaining night watchmen, red-lights etc. as directed till the completion of the work. Otherwise, separate diversion shall be provided as above. COMPACTION OF MURUM LAYER : General : The compaction shall be done with a 8 to 10 ton power roller. The rolling shall begin with the outside rear wheel of the roller covering equal parts of shoulder and metal and the roller shall be run forward and backward until the shoulder holds the metal firmly. The rolling shall then progress from edges to the center in strips parallel to the center line of the road. Rolling shall be done by lapping uniformly each preceding rear wheel track by one half width of the track and shall continue until all the surface has been rolled by the rear wheels three or four times and to refusal. Side bunds shall be raised to hold the material before starting rolling. On super elevations, the rolling shall be started at the inner edge and carried towards to the outer edge. In all cases, the correct cross sections of the road as required at straight portions, super-elevations and transitions shall be obtained on final rolling. During the final rolling, the sections and grades shall be checked with camber boards and straight edges and any defects set right at the time of rolling, care shall be taken to see that the roller is worked or started and stopped without jerks. The roller shall not be stopped in the working section as far as possible. Rolling shall not normally be done in lengths of less than 100 m. The stretch started on a particular day shall as far as possible be completed on the very day. On completion of a days work the roller shall be made to stand on the side width of the road and shall be guarded by the watchmen and conspicuous barricades. Red light shall be hung on to the roller so as to be visible from both sides of the road. Dry rolling of oversize metal : The layer of metal shall be rolled dry first with 8 to 10 ton power roller to refusal i.e. till the metal is completely interlocked and ceases to move under the roller and no more compaction can be achieved. This state can be judged by :a) Metal ceasing to move in the front of the roller or b) crushing of the metal with further rolling or, c) loaded bullock cart leaving no indentation over the compacted surface. In case of uneven spots, high spots shall be lowered by removing necessary metal pieces and depressions shall be filled by additional metal and full compaction of these portions redone to conform to the correct section. Wet rolling :The rolled surface shall then be watered freely and rolled again. Sand shall then be spread to a uniform thickness of 6 mm or such other thickness as directed by the Engineer and further rolling done to pack the interstices with sand. Watering shall be done again and soft murum blind age spread as directed by the Engineer and the surface finally rolled lightly. If no sand is provided there will be no rolling over sand. Opening road to traffic :The road may be opened to traffic after the macadam has set and not earlier than 24 hours after completion of final rolling. Watering shall be done in patches wherever necessary for 2-3 days after opening the road to traffic. For a week after the traffic is allowed to run on the surface, traffic should be distributed over the full width by blinding with gravel or by other acceptable means any tracks that may be forming in the surface. Item to Include :1. Dry and wet rolling of the oversize metal and sand including hire of machinery if any and all other charges involved. 2. Making good unevenness.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

436 OF 517

3. Final rolling over sand and murum blind age including hire and all other charges if any. 4. 5. Artificial watering over the metal and sand. Diversion of traffic.

6. All labour, materials, use of tools, roller and other equipment necessary for completing the work satisfactorily. Mode of Measurement and Payment :The contract rate shall be for compacting one square meter area of oversize metal layer. The length of the road compacted shall be measured along its centerline correct upto one place of decimal of a meter. Item No. 9 Providing and laying in situ cement concrete 1:4:8 of trap metal for foundation and bedding including bailing out water, ply wood/ steel form work, compacting and curing etc. complete as directed. (Spec. Bd E 1/ Page 287 to 288/ 15456 (1978) Specifications for these items shall be as per Item No. 2 of Chainlink fencing section. Item No. 10 Providing uncoursed rubble masonry of trap stone in cement mortar 1:6 in foundation and plinth including bailing out water, striking joints on un exposed faces and watering complete. (Spec. No. Bd H-1 Page 329) Specifications for these items shall be as per Item No. 3 of Chainlink fencing section. Item No. 11 Providing and laying in situ cement concrete 1:2:4 of trap metal for coping including centering form work, compacting roughening them if special finish is to be provided. (Bd E-3-Page 286 to 299.) Specifications for these items shall be as per Item No. 4 of Chainlink fencing section. Item No. 12 Providing internal cement plaster 20 mm thick in single coat in cement mortar 1:3 without neeru finish to stone Masonry surface in all positions including scaffolding, racking out Joints, providing groove at joints of stone masonry & concrete members and curing complete. (Spec. No. Bd L-3/Page No. 368.) Specifications for these items shall be as per Item No. 9 of Chainlink fencing section. Item No. 13 Providing tuck pointing with cement mortar 1:3 for stone / brick masonry including scaffolding and curing complete. Specifications for these items shall be as per Item No. 5 of Chainlink fencing section. Item No. 14 Providing and casting in situ cement concrete. M 20 of trap metal for R.C.C. raft as per detailed drawing including bailing out water manually, centering, form work, compaction, finishing and curing complete (excluding steel reinforcement)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

437 OF 517

Item No. 15 Providing and casting M:20 for R.C.C. columns as per detailed drawing and design or as directed including centering, formwork, compaction, roughening the exposed surface if special finish is to be provided and curing complete. (excluding steel reinforcement) Item No. 16 Providing and casting in situ cement concrete M 20 of trap metal for R.C.C. slab as per detailed drawing and design including formwork, compaction, roughening the surface if special finish is to be provided and curing complete. (Excluding steel reinforcement.) Specifications for these items shall be as per Item No. 3 of Gantry and equipment structure foundation section. Item No. 17 Providing A.C. pipe 100 mm diameter for ventilation in R.C.C. slab as directed by Engineer - in - charge complete. Specifications for these items shall be as per Item No. 35 of Control Room Building section. Item No. 18 Providing M.S. flats as fasteners in R.C.C. wall of Box type culverts as directed. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 19 a. Providing and fixing in position M.S. bar reinforcement of various diameters for R.C.C. rafts, columns, slabs etc. as per detailed drawing and design as schedule including cutting, bending, hooking bars, binding with wires, tack welding and supporting as required complete. (Spec. No. BdF -1 Page No. 306)

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

438 OF 517

8. METAL SPREADING
Item No. 1 Dressing and leveling the yard to required level by excavating the undulated surface and refilling the surface to achieve the level surface, disposing off the unusable material within a lead of 50.00 m all as directed etc. complete. General : The item pertains to dressing of area for switch yard including cutting trees, thorny shrubs, grass and gazer grass, leveling the area by cutting and filling upto a depth of 300 mm. and disposing off the excess excavated material and debris upto a distance of 500 M beyond the building area etc. complete. DRESSING : CLEARING THE SITE : The land to be developed shall be cleared of all trees, bushes, loose stones vegetation etc. All the materials cleared shall be the property of the Board. Useful materials shall be arranged in convenient stacks within 50 meters lead as directed. Unsuitable material shall be disposed off as directed. CLASSIFICATION OF EXCAVATION : After clearing the site the contractor shall provide all labour and material such as lime, string, pegs, nails, bamboos, stones mortar concrete etc. required for setting out and establishing bench marks and obtaining profiles. The contractor shall be responsible for maintaining the Bench marks, profiles demarcation etc. as long as they are required for the work in the opinion of the Engineer-In-Charge. If the contractor defaults in this respect even after directions of Engineer-In-Charge with in specified time they may be restored by the Engineer at the cost of the contractor. Levels and sections of the ground shall be taken and recorded in the presence of the contractor or his authorise representative before the filling is started to serve as basis of measurement. The contractor or his representative shall sign the book in token of his acceptance of the levels etc. If there is any disagreement the contractor shall inform of it in written to the officer concerned with specific reference to the sections before starting further work. Once the work is started the contractor is deemed to have accepted to levels, profiles as taken by department official and no cognizance of any complaint shall be taken. Merely not signing of the level book shall not be deemed as disagreement. MATERIAL : All the useful materials such as all types of soils and shingle mixed with soils, soft murum, hard murum, with small boulders less than 150 mm. size and soft rock obtained from excavated stuff shall be made use of to the extent ordered by the Engineer. Big boulders exceeding 150 mm. size of rubble of excavation shall not be used for filling work unless permitted by the Executive Engineer. Some quantity of filling materials useful for other items may be ordered to be reserved for use and in that case shall not be used for filling in the absence of any specific orders regarding reserving a portion of the materials all the excavation stuff approved by the Engineer and other than mentioned here in before such as soil etc. shall be used for filling. Piece of wood or other perishable materials shall not be used for filling. EQUIPMENTS : Pickaxes, crowbars, phavaras, showers, pans etc. may be used for manual work. Scrapers, dozers, graders, dumpers trucks, trolleys etc. may be used for mechanised works. Three wheeled 8 to 10 ton power roller or sheep foot roller may be used for compaction. In case of non availability of power roller the Board may procure on hire basis power roller in which case the hire charges paid plus 15% extra or departments over heads will be recovered from the contractors bills Bullock carts with tanks or mechanically driven tanker may be used for watering. The contractor will have to ensure that the watering is done profusely. In case he fails to use adequate quantum of water (Adequacy will be decide by the Engineer whose decision in this regard shall be final). The engineer will have the right to make arrangements for procuring additional water at contractors cost by giving 24 hours notice in writing. The departmental expenditure incurred plus 15% overhead shall be recovered through the contractors bills. CONSTRUCTION METHODS : SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

439 OF 517

Before any materials is laid for filling the ground shall be cleared of all rubbish etc. and holes if any shall be filled up and consolidated when the filling is done on slope the existing slopes shall be ploughed deeply. If the cross slope are steeper than lin 3 steps with reverse slopes shall be cut into the slopes to give proper hold and seating to the filling as directed by Engineer. On surface flatter than 1 in 3 no special surface treatment shall be necessary. PROTECTION : Proper care shall be taken to ensure that the method of operation of the filling does not cause damage or undue strain to any structural element. The contractor shall take all precautions necessary for the protection of the filling by diversion of surface flows, rainwater etc. FINISHING : The filling shall be finished evenly to the required yard level with due allowance for shrinkage. All damages caused by rain, flood ruts due to vehicles etc. shall be made good in finishing operation. TESTING : The compaction shall carried out thoroughly enough till no further compaction is achieved by the roller. Cutting of Trees : The trees marked for cutting shall be cut without disturbing or inconvenience traffic. Where the cut trees are likely to cause damage to any property, crops, trees that are to be left standing, road etc., ropes and guys shall be used the tree to fall in a guide direction in a harmless manner. Where necessary to prevent injury to structure, road, property or other trees or to avoid damage and obstruction to traffic, trees shall be cut in section from the top downwards. Ones cut across the trunk just near the ground level to a uniform depth shall first be taken and the tree shall them be pulled by means of ropes so as to separate it from the roots and fall in the guided direction. If the tree cut falls in a manner to interrupt of obstruct the traffic necessary diversion shall be prepared and maintained according to specification No. Rd. 27.2 so as to be safe for the traffic over it till the obstruction of the tree is entirely removed and the road surface restored to normal condition. Warning signal shall be displayed on either side of the obstruction. If the tree cannot be removed by sunset, warning red lights to indicate the danger shall be displayed from sunset to sunrise at 50 m. (164') on either side or the obstruction till it is completely removed. Cost of preparing maintaining, and operating diversion, providing warning boards, signals, etc. shall be borne by the contractor. The contractor shall take every precaution to safeguard the nearby property, crop and travelling public. If any damage to property or injury to life occurs due to the contractors default in this respect, he shall be liable to compensate such damage or injury. Grubbing : In road cutting, all stumps and roots shall be removed to a depth of not less than 30 cm. (about 1") below the graded formation and slopes. Under embankments they shall be removed to a depth of 15 cm. (about 6") below original ground level or 30 cm. (about 1") below formation level whichever is more. Outside embankments and cuttings, they shall be removed up to 15 cm. (about 6") below ground level. All the excavation made for grubbing shall be filled with excavated material in 15 cm. (about 6") layers rammed. Disposal of materials : All the products of cutting trees shall be the property of Government. All timber from which sawn logs and posts can be produced shall be cut into merchantable lengths as direct by the Engineer. Such timber will not be required to be cut to less than 3 m. (above 10") lengths. Other types of trunks and bigger branches shall be cut into pieces of 1 m. (about 3") or so and kept in neat stacks as directed within a lead of 50 meters (about 164") or as directed by Engineer-in-Charge. Smaller branches and thinner pieces shall be stacked separately and very thin leafy portion destroyed or removed as directed. The contractor shall be responsible for the custody of the cut materials till handed over to the Department. Item to Include : i) Uprooting, removing of the grass, shrub, removing of the caked mud, slush, animal dropping, vegetation & all other rubbish accumulated shall be removed & disposed off upto 1 Km lead. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

440 OF 517

ii) Levelling the surface area by excavating and filling upto 200 mm depth in all types of strata i.e. Soil, Soft Murum, Hard Murum, Soft Rock, Hard Rock etc. and conveying the surplus excavated / filling material by head load / mechanical means upto one kilometer lead at locations shown by the Department. iii) Watering & sectioning by light rolling by hand roller etc. Mode of Measurement & Payment : The contract rate shall be for one square metre of surface dressed. Item No. 2 Supplying and stacking stone dust in measurable stacks as per direction of Engineer - in - Charge including transportation, loading, unloading at the site with all leads etc. complete as directed. Item No. 5 Spreading stone dust evenly in line and level including head loading with all leads and lifts etc. complete as directed. (Spec. No. 28,31 Page No. 205, 206, 210) Specifications for these items shall be as per Item No. 3 of WBM Road section but for Switch Yard Area. Item No. 3 Supplying and stacking graded trap stone metal of 20 to 40 mm in measurable stacks as per direction of Engineer- in- Charge. Including loading, transportation, unloading at site with all leads etc. complete as directed. (Spec. No. Rd. 41 Page No. 215) Item No. 4 Supplying and stacking graded trap stone metal 12 to 20 mm in measurable stacks as per direction of Engineer- in - Charge. Including loading, transportation, unloading at site with all leads etc. complete as directed (Spec. No. Rd. 41 Page No. 215) Item No. 6 Spreading graded metal 20 to 40 mm. in layers as directed in specified grade including head loading with all leads and lifts etc. complete as directed. Item No. 7 Spreading 12 to 20 mm size metal in layers as directed in specified grade including head loading with all leads & lifts etc. complete all as directed. GENERAL : The item provides for the supply of metal of 20 to 40 mm. size & 12 to 20 mm. and of the specified type of stones on the site including obtaining the metal from approved sources, conveying to the site with all leads and lifts, stacking in regular heaps as specified hereinafter uniformly on the site. The contractor shall make his own arrangements to obtain the metal. The contractor shall get the sources and the quality of the metal approved by the Engineer. The contractor shall be fully responsible for any and all compensations to be paid as royalty, rents or damages to properties and injuries to persons etc. caused in obtaining the metal. No claim on account of any obstruction caused in collection of materials or difficulties or action arising out of quarrying in private land shall be entertained and the Owner will remain indemnified with regard to such action and payment. Quarrying shall be done only from sound portion of approved quarries, the disintegrated and weathered portions being rejected. No metal shall be obtained from within the site itself. METAL : Quality : The aggregate shall be obtained by crushing approved stone of specified type in a mechanical crushes and SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

441 OF 517

shall be clean, strong, tough, dense, durable, clear gained and free from soft, decayed and weather portions and from quoting of dust, dirt or other objectionable matter. Size: The shape of the stones shall be regular as can be by quarrying without attempt at shaping or dressing. They shall be sufficiently flat bedded. The stone shall be broken with the smallest dimensions equal to the specified thickness of soling. The length and breadth should not generally exceed twice its thickness. CONVEYANCE : After breaking the stone, it shall be brought to site sufficiently in advance of construction. The contractor shall be responsible to see that vehicles used for transporting materials do not drop any of the contents on the yard area and do not cause the nuisance to other works going on the site. The contractor shall also be responsible for any damage or accident arising out of such material falling off the work site and shall attend to all complaints in this regard. The Engineer-in-Charge may order the removal of such materials at the expense of the contractor in case of negligence. All leads and lifts are included in the rate for this item. STACKING : The metal shall be stacked uniformly on the site in regular stacks of 6 m. x 3 m. x 1 m. unless other sizes are ordered by the Engineer. Stacking shall be done only after the quality; shape and size of the metal are approved. The stacks shall be made without appreciable hollows without making, special efforts to handpacking the material. The stacks shall be free of earth, rubbish vegetation, inferior or too much oversize or undersize material. Only requisite number of stacks shall be laid in each of the 200 m. section. One stack in each unit section may be of different length if necessary to make up the total quantity in that particular section. Low and wide stacks with outer retaining walls and the center filled in loosely shall not be permitted. The material shall be stacked entirely clear of the carriage way and as far as possible beyond the side widths and the side drains, on even ground or in the absence of such even ground on platforms prepared in advance for the purpose by the contractor at his cost. If no such land is available, the width of the stack may be reduced and the stacks may be laid on the side widths with the approval of the Engineer. Such stacks shall be protected from being disturbed. Necessary precautions such as barricading, signs and signals shall invariably be taken the contractor being responsible for any accident, injury and compensation due to his negligence in this respect. The Engineer may, if required get the stacks coming in the way of or obstructing the traffic removed at the cost of the contractor and the contractor shall not be entitled to claim for any loss or damage to the materials on that account. The stacking operations shall be started at the point farthest from the quarry and carried towards the nearest point. The stacks shall not be laid at such places where they are likely to be damaged on account of the traffic, washed out by rains or floods or drainage, slides of the banks or the slopes of cutting. Any loss on account of these or such other reasons shall be made good by the contractor without extra claims. As far as possible the metal shall be stacked evenly at one place only and in such quantities per unit length as will be required for that particular length or as ordered by the Engineer. Where metal for two layers has to be stacked, the metal for each layer shall be stacked on the opposite side of the road or as directed by Engineer. SPECIAL POINTS : The contractor shall be responsible for obtaining consents of owners of quarries and lands, payment of royalties, fees, rents, taxes, octroi etc. compensation due to injuries to persons or damages to property in any way connected with the execution of this item and for loss of materials due to improper stacking etc. and shall make good the losses without extra claims. The contractor shall also be responsible for the blasting operations required for obtaining the metal as explained in specification No. B.2. ITEM TO INCLUDE : Providing & crushing the metal of the specified size of 40 mm conveying to site and stacking including all other relevant items mentioned below : SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

442 OF 517

1. Obtaining metal of approved quality, shape and size by blasting if required and payment of royalties, fees, rents etc. whereever necessary. 2. 3. 4. 5. Conveying to work site including all leads and lifts. Stacking. All sorts of compensations involved in the execution of the item. Opening up of new quarries or reopening old ones including removal of overburden.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for one cubic meter of metal supplied at site in stacks of approved size. When the metal is stacked in heaps of one uniform size, smallest heap may be chosen in the particular km. or unit section and measured for its length, breadth and depth. The cubic contents of this heap shall be multiplied by the number of such heaps in the km. or unit section to arrive at the quantity in the particular km. or unit section. Engineer may measure any other heaps also for verification. When the sizes of stacks are not uniform, each stack shall be measured individually. The dimensions shall be measured correct to two places of decimals of a meter and quantity worked out correct to two places of decimals of a cubic meter. If there is reason to believe that the stacks are very loose and are having unduly large hollows and/or materials not satisfying the specifications, the stacks may be got opened and restacked properly after removing the inferior material by the Engineer at the cost of the contractor. The measurements of such a stack shall then be taken and if they are less than those of a normal heap, the quality of the restacked heap shall be multiplied by the No. of stacks to arrive at the quantity in the particular unit of length. No deduction shall be made for voids. Metal shall not be used until the full quantity is collected in a km. and measured. All stacks measured shall be marked with lime wash band to distinguish them to avoid double measurement. If the material is found to be of inferior quality or of size not satisfying the requirements the same may be rejected entirely or accepted by the Engineer at his discretion at a reduced rate if found to serve the purpose. All labour, materials etc. required for measuring, restacking, checking lime washing etc. shall be at the cost of the contractor. If suitable metal is available from excavated material it shall be issued to the contractor as the material out of schedule will be recovered at the recovery rate based on cost of material + 15% Boards overhead charges + S.T. / C.S.T. as applicable. The rate will be finalised by Executive Engineer (C) concerned.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

443 OF 517

9. SPREADING METAL for SwitchYard


GENERAL : The item provides for the labour for conveying the metal from the stacks on the work site and spreading it evenly on the surface. SPREADING METAL : The metal shall be screened if it contains grass, rubbish or other deleterious foreign material. The metal shall be spread evenly over the dressed surface by giving a twisting motion to the basket at the time of spreading. In order to ensure the correct thickness, the area shall be suitably marked so as to receive the contents of one heap for the specified thickness in the area marked. The unevenness and undulations after the spreading shall be rectified either by thinning the metal or adding it as required. The metal so spread shall be checked by camber boards and line for the camber and grade in intervals of every 10 meters or so. The edge line stakes shall be ranged for a sufficiently long length to obtain straight lengths and uniform curves except that the metal shall spread on the picked up surface. The picked up surface shall have been dressed to the typical section to suit straight reaches, super elevations or transition section as the case may be under the item of picking and sectioning and shall be lightly rolled before the new metal is spread. Rolling of the picked up surface is included in compacting the metal layer with power roller including necessary labour, materials and artificial watering complete. The edge of the metal shall be held by side widths or bunds to prevent the metal spreading out under the roller. When the thickness of metal layer to be compacted is more than 80 mm. nor less than 40 mm. Camper boards shall be used to get the required section. ITEM TO INCLUDE : 1. 2. Conveying the metal from the stacks within 50m lead and spreading evenly to the required area. All labour materials and use of tools required for the satisfactory completion of the item.

MODE OF MEASUREMENT AND PAYMENT : The contract rate shall be for spreading on cubic meter of metal.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

444 OF 517

10 ASPHALTING OF W.B.M. ROAD


Item No. 1 Picking the road surface including sectioning complete. General : The item provides for the picking and sectioning of the road surface for receiving the new metal surface. Road diversion : If the traffic cannot be allowed to pass over the road side shoulders during the picking, spreading and compacting operations, diversions shall be taken out and maintained as specified under item No. BR.1 Where specified, the work may be done in half width provided proper section is obtained and suitable arrangement for traffic is made without hindering or interfering with the work. Proper barricades, signs also be erected for the traffic if allowed as directed by the Engineer. Red lights shall be hung during night time to indicate the danger. If the picked up road surface cannot be completely surfaced and rolled at the end of the day, red lights shall be put up at each end to warn the traffic. Picking : All the caked mud, slush, animal droppings, vegetation and all other rubbish accumulated on the road surface shall be removed. Where the section of the road surface is good, the road surface shall be picked lightly only to loosen the surface stones. Where the section is uneven picking shall be done a little deeper to enable the sectioning to be done to the required shape with the picked up material. The picking shall always be ahead of the spreading of metal and compaction by about 100 meters. The edges of the picking shall be truly in a line or curve as the case may be. This can be achieved by tying strings to nails driven on the road edge and ranging for a sufficiently long length. The picked up surface shall be sectioned to the required grade and camber, super elevation or transition section. Templates shall be used to obtain correct and uniform camber, super elevation or transition section as the case may be. The road surface may be watered by the contractor for easier picking without claiming extra for the same. The junctions of the picked and non - picked surfaces shall be diagonal. Item to Include (1) (2) (3) Picking Watering if required. Sectioning and grading

(4) Diversions including barricading warning signals, lights, etc. unless separately provided in the tender. (5) All labour, materials, use of tools, etc. for carrying out the works satisfactorily.

Mode of measurement and payment : The contract rate shall be for one sq. metre of surface picked and sectioned. The area picked shall be worked out in sq. meters correct upto a sq. metre. The width shall be limited to the width specified or as ordered by the Engineer. The length shall be measured along the centerline of the road. The dimensions shall be recorded correct upto one place of decimal of a metre. Increased width on curves shall be measured.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

445 OF 517

Item No. 2 Supplying and stacking 80 mm hand broken trap stone metal at road side including conveying the metal, stacking for measurements as directed. Item No. 3 Spreading 80 mm hand broken metal on road including conveying sectioning complete. Specifications for these items shall be as per Item No. 2 of Metal Spreading section but for 80 mm. hand broken trap stone. Item No. 4 Providing and laying hot mix hot laid bituminous macadam 50/75 mm average thickness with 3 to 3.5 % bitumen by weight of total mix for leveling course to remove irregularities including diversion of traffic, supply of materials, heating bitumen and chips in drum mix plant, cleaning the road surface, laying bituminous macadam by paver finisher including compacting with vibratory roller, transportation of bitumen from refinery and cost of material etc. complete as directed. (Excluding tack coat) Spec. No. MOST 1988 CL No. 504 Page no. 149 to 156) PROVIDING AND LAYING HOT MIX HOT LAID BITUMINUOUS MECADOM : BITUMIOUS MACADAM (MOST SPECIFICATION) SCOPE :The work shall consist of construction, in a single course, of compacted crushed aggregates premixed with a bituminous binder, to serve as base / binder course, laid immediately after mixing, on a base prepared previously in accordance with the requirement of these Specifications and in conformity with the lines, grades and cross - sections shown on the drawing or as directed by the Engineer. MATERIALS :Bitumen : The bitumen shall be paving bitumen of suitable penetration grade (30/40 to 80/100) as per IS : 73. The actual grade of bitumen to be used shall be decided by the Engineer appropriate to the region, traffic, rainfall and other environmental condition. Guidelines on selection of the grade of bitumen are given in Appendix - 4. Aggregates : The aggregates shall consist of crushed stone, crushed gravel / shingle or other stones. They shall be clean, strong, durable, of fairly cubical shape and free from disintegrated pieces, organic or other deleterious matter and adherent coating. If crushed shingle / gravel is used, not less that 90 per cent by weight of the gravel / shingle pieces retained on 4.75 mm sieve shall have at least two fractured faces. The aggregates shall preferably be hydrophobic and of low porosity. If hydrophilic aggregates are to be used, the bitumen shall preferably be treated with antistripping agents of approved quality in suitable does as per Appendix 5. The aggregates shall satisfy the physical requirements set forth in Table 500-3. PHYSICAL REQUIREMENTS OF AGGREGATES FOR BITUMINOUS MACADAM. S. No. 1. 2. 3. 4. Test Method Los Angeles Abrasion Value* Maximum Aggregate Impact Value* Flakiness and Elongation Maximum Indices (Total) Coating and Stripping Minimum retained of Bitumen Requirement IS:2386 (Part-4) 40 per cent -do30 per cent Maximum

IS:2386 (Part-1) 30 per cent AASHTO T 182 Aggregate coating 95 per cent Mixtures. 5. Soundness : IS :

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

446 OF 517

2386 (Part-5) i) Loss with Sodium 12 per cent Maximum Sulphate 5 Cycles ii)Loss with Magnesium 18 per cent Maximum Sulphate 5 cycles 6. Water absorption IS:2386 (Part-3) 2 per cent Maximum *Aggregates may satisfy requirements for either of the two tests. Note : - If crushed slag is used, Clause 404.2.3 shall apply. The aggregate for bituminous macadam shall conform to one of the two gradings in Table 500-4, depending on the compacted thickness, the actual grading shall be as specified in the Contract. Proportioning of materilas : The bitumen content for premixing shall be 3 to 3.5 per cent by weight of the total mix except when otherwise directed by the Engineer. Aggregate Grading For Bituminous Macadam IS Sieve Designation Per cent by weight passing the sieve Grading I 45.0 mm 26.5 mm 22.4 mm 11.2 mm 5.6 mm 2.8 mm 90.0 micron 100 60-95 30-55 15-35 5-20 0-5 Grading II 75-100 50-85 20-40 5-20 0-5 75-100 100

The maximum compacted thickness of layer shall be 100mm The quantities of aggregates to be used shall be sufficient to yield the specifiedc thickness after compaction. Variation in proportioning of material :- The Contractor shall have the responsibility for ensuring proper proportioning of materials and producing a uniform mix. A variation in binder content +-0.3 per cent by weight of total mix shall, however, be permissible for individual specimens taken for quality control tests vide Section 900. CONSTRUCTION OPERATIONS :Weather and seasonal limitations : The work of laying shall not be taken up during rainy or foggy weather or when the base course is damp or wet, or during dust storm or when the atmospheric temperature in shade is 100 or less. Preparation of the base : The base on which bituminous macadam is to be laid shall be prepared, shaped and conditioned to the specified lines, grades and cross - sections in accordance with clause 501, and a priming coat where needed shall be applied in accordance with Clause 502 as directed by the Engineer. Tack Coat : A tack coat as per Clause 503 shall be applied over the base. Preparation and transport of mix : Bituminous macadam mix shall be prepared in a hot mix plant of adequate capacity and capable of yielding a mix of proper and uniform quality with thoroughly coated aggregates. Hot mix plant shall be of suitable capacity preferably of batch mix type. Total system for crushing of stone aggregates and feeding of aggregate fractions in required proportions to achieve the desired mix, deployed by the Contractor must be capable of meeting the overall.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

447 OF 517

SPECIFICATION REQUIREMENTS UNDER STRINGENT QUALITY CONTROL. THE PLANT SHALL HAVE THE FOLLOWING ESSENTIAL FEATURES: A GENERAL : (a) The plant shall have coordinated set of essential units capable of producing uniform mix as per the job mix formula. (b) Cold aggregate feed system with minimum 4 bins having belt conveyor arrangement for initial proportioning of aggregates from each bin in the required quantities. In order to have free flow of fines from the bin, it is advisable to have vibrator fitted on bin to intermittently shake it. (c) Belt conveyers below each bin should have variable speed drive motors. There should be electronic load sensor on the main conveyor for measuring the flow of aggregates. (d) Dryer unit with burner capable of heating the aggregate to the required temperature without any visible unburnt fuel or carbon resdue on the aggregate and reducing the moisture content of the aggregate to the specified minimum. (e) The plant shall be fitted with suitable type of thermometric instruments at appropriate places so as to indicate or record / register the temperature of heated aggregate, bitumen and mix. (f) Bitumen supply unit capable of heating, measuring / metering and spraying of bitumen at specified temperature with automatic synchronisation of bitumen and mix. (g) A filler system suitable to receive bagged or bulk supply of filler material and its incorporation to the mix in the correct quantity wherever required. (h) A suitable built-in dust control system for the dryer to contain / recycle permissible fines into the mix. It should be capable of preventing the exhaust of fine dust into atmosphere for environmental control wherever so specified by the Engineer. (i) The plant should have centralised control panel / cabin capable of presetting, controlling / synchronising all operations starting from feeding of cold aggregates to the discharge of the hot mix to ensure proper quality of mix. It should have indicators for any malfunctioning in the operation. (j) Every hot mix plant should be equipped with siren or horn so that the operator may use the same before starting the plant every time in the interest of safety of staff. B FOR BATCH TYPE PLANT : (i) Gradation control unit having minimum four deck vibratory screens for accurate sizing of hat aggregate and storing them in seperate bins. This unit should be fully covered to reduce the maintenance cost and for better environmental condition. (ii) Proper arrangement for accurate weighing of each size of hot aggregate from the control panel before mixing. (iii) Paddle mixer unit shall be capable of producing a homogeneous mix with uniform coating of all particles of the mineral aggregate with binder. D FOR DRUM MIX PLANT: (i) It is a prerequisite that only properly screened and graded materials are fed to the bins. If required , a vibratory screening unit shall be installed at the plant site to ensure the same. A primary 4-deck vibratory screening unit shall be installed before the multiple bin cold feed system for screening the aggregates and grading the same. (ii) Belt conveyers below each bin should have variable speed drive motors. There should be electronic load sensor on the main conveyer for measuring the flow of aggregate. (iii) There should be arrangement to measure moisture content of the aggregate (s) so that moisture correction may be applied for working out requirements of binder and filler. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

448 OF 517

The temperature of binder at the time of mixing shall be in the range of 1500C to 1630C provided and that of the aggregate in the range of 1550C - 1630C provided that the difference in temperature between the binder and aggregate at no time exceeds 140C. Mixing shall be thorough to ensure that a homogeneous mixture is obtained in which all particles of the aggregates are coated uniformly, and the discharge temperature of mix shall be between 1300C to 1600C. The mixture shall be transported from the mixing plant to the point of use in suitable tipper vehicles. The vehicles employed for transport shall be clean and be covered in transit if so directed by the Engineer. Any tipper causing exceesive segregation of materials by its spring suspension or other contributing factors or that which shows undue delay shall be removed from the work until such conditions are corrected. Spreading : The mix transferred from the tipper at site to the paver shall be spread immediately by means of selr-propelled mechanical paver with suitable screeds capable of spreading , tamping, and finishing the mix true to the specified lines, grades and cross - sections. The paver finisher shall have the following essential features: (a) (b) Loading hoppers and suitable distributing mechanism. All drives having hydrostatic drive / control.

(c) The machine shall have a hydraulically extendable screed for appropriate width requirement. (d) The screed shall have tamping and vibrating arrangement for initial compaction to the layer as it is spread without rutting or otherwise marring the surface. It shall have adjustable amplitude and variable frequency. (e) Tha paver shall be equipped with necessary control mechanism so as to ensure that the finished surface is free from surface blemishes. (f) The paver shall be fitted with an electronic sensing device for automatic levelling and profile control within the specified tolerance. (g) The screed shall have the internal heating arrangement. (h) The paver shall be capable of laying either 2.5 to 4.0 m width or 4.0 to 7.0 m width as stiplated in the Contract. (i) The paver shall be so designed as to eliminate skidding / slippage of the tyres during operation. However, in restricted locations and in narrow widths where the avilable plant cannot be operated in the opinion of the Engineer, he may permit manual laying of the mix. The temperature of the mix at the time of laying shall be in the range of 1200C to 1600C. In multi-layer construction, the longitudinal joint in one layer shall offset that in the layer below by about 150 mm. However, the joint in the top-most layer shall be at the lane line of the pavement. Longitudinal joints and edges shall be constructed true to the delineating line parallel to the centre line of the road. All joints shall be cut vertical to the full thickness of the previously laid mix and the surface painted with hot bitumen before placing fresh materal. Longitudinal and transverse joints shall be offset by at least 250mm from those in the lower courses and the joint on the top-most layer shall not be allowed to fall within the wheel path. All thickness of the previously laid mix with asphalt cutter / pavement breaker and surface painted with hot bitumen before placing fresh material. Longitudinal joints shall be preferably hot joints. Cold longitudinal joints shall be properly heated with joint heater to attain a suitable temperature of about 800C before laying of adjacent material. Compaction : After the spreading of mix, rolling shall be done by 80 to 100 Kn rollers or other approved equipment. Rolling shall start as soon as possible after the material has been spread deploying a set of SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

449 OF 517

rollers as the rolling is to be completed in limited time frame. The roller shall move at a speed not more than 5 Km/h. Rolling shall be done with care to avoid unduly roughening of the pavement surface. Rolling of the longitudinal joints shall be dibe immediately behind the paving operation. After this, the rolling shall commence at the edges and progress towards the centre longitudinally except that on super elevated and uni-directional cambered portions, it shall progress from the lower to the upper edge parallel to the centre line of the pavement. The initial or break-down rolling shall be done with 80-100 Kn static weight smooth wheel roller (3 wheels or tandem) , as soon as it is possible to roll the mix without cracking the surface or having the mix pick up on the roller wheels. The second or intermediate rolling shall follow the break-down rolling with vibratory roller of 80 to 100 KN static weight or pneumatic tyred roller of 150 to 250 KN weight, with minimum 7 wheels and minimum tyre pressure of 0.7 MPa as closely as possible to the paver and be done while the paving mix is still at a temperature that will result in maximum density. The final rolling shall be done while material is still workable enough for removal of roller marks, with 60-80 KN tandem roller. During the final rolling, vibratory system shall be switched off. The joints and edges shall be rolled with a 80 to 100 KN static roller. When the roller has passed over the whole area once, any high spots or depressions which become apparent shall be corrected by removing or adding mix material. The rolling shall then be continued till the entire surface has been rolled to 95 per cent of the average lboratory density (obtained from Marshall specimens compacted as defined in Table 500-10), there is no crushing of aggregates and all roller marks have been eliminated. Each pass of the roller shall uniformly overlap not less than one-third of the track made in the preceding pass. The roller wheel shall be kept damp if necessary to avoid bituminous material from stcking to the wheels and being picked up. In no case shall fuel, ,lubricating oil be used for this purpose, nor excessive water poured on the wheels. Rolling operations shall be completed in every respect before the temperature of the mix falls below 1000C/ Roller (s) shall not stand on newly laid material while there is a risk that surface will be deformed thereb. The edges along and transverse of the bituminous macadam laid and compacted earlier shall be cut to theirs full depth so as to expose fresh surface which shall be painted with a thin surface coat of appropriate binder before the new mix is placed against it. SURFACE FINISH AND QUALITY CONTROL OF WORK : The surface finish of construction shall conform to the requirements of Clause 902. Control on the quality of materials and works shall be exercised by the Engineer in accordance with Section 900. The bituminous macadam shall be covered with either the next pavement course or weraing course, as the case may be, without any delay. If there is to be any delay, the course shall be covered by a seal coat to the requirement before allowing any traffic over it. The seal coat in such cases shall be considered incidental to the work and shall not be paid for separately. ARRANGEMENTS OF TRAFFIC : During the period of construction, arrangement of traffic shall be done to Clause 112. Mode of measurement and payment : The contract rate shall be for one cubic metre of hot mix bituminous laid on the road. Item No. 5 Providing 20 mm thick bituminous premix carpet of 60/70 grade of bitumen including supplying all materials preparing and cleaning the base, heating bitumen, mixing hot bitumen and chips, laying the carpet layer and compacting etc. complete. (Spe. No. Rd 63 page 233.) General : The item provides for the labour for laying premix carpet of a compacted thickness of 20 mm (about 3/4) including preparing the base, heating bitumen, applying tack coat, mixing chips and the hot bitumen in a SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

450 OF 517

bitumen mixer, laying the carpet layer, use tools, equipment and plant and materials such as fuel except aggregates, bitumen, and compaction. Diversions : Diversions shall be taken out and maintained as specified under item No. 27.2 by the contractor at his own cost unless separately provided in the tender. Diversion shall be watered if its dust is likely to blow on to the road being bituminous. Construction : Materials : The chips and bitumen for providing the bituminous premix carpet of 20 mm. (about 3/4") thickness shall comply with specification No. Rd. 41 and Rd 42. respectively and the quantities shall normally be as under :Rate of application application for 100 sq.m. (1) (a) (b) (c) (d) 12 mm (about) chips 10 mm (about3/8")chips Course sand for dusting Bitumen of I.S. grade S. 90 with 80/100 penetration at 56kg./cu.m. (about 3 lbs./cft.)for carpet. Bitumen of the same grade for tack coat : (i) On bituminous surface (ii)On W.B.M surface 49kg to 37.5kg. 73.5 kg to 97.5 kg 10 to 15 lbs. 15 to 20 lbs. (2) 1.83 Cu.m 0.9 Cu.m 0.15 Cu.m 156 kg for 100 sft. (3) 6 Cft. 3 Cft. Cft. 32 Lbs. Rate of

(e)

Exact quantities to be used for tack coat within the range will be as specified in the item. The chips shall be entirely dry at the time of mixing. If quantities of materials per unit stipulated in the special provisions differ from the above, those in special provisions shall be provided. Materials required for patch work to prepare the base for laying premix carpet are not included in these quantities. The supply of these materials shall be done and paid for under separate items. Increase in the use of materials upto an extent of 10 per cent shall not entitle the contractor for extra claims on labour charges, fuel etc. Preparing the base : The road surface shall be thoroughly cleaned of all caked mud, dirt, dust etc. by using wire brushes, brooms, fiber brushes and gunny bags before laying the carpet. Where the surface has local potholes or ruts, such irregularities shall be cleaned and made up by premixed chips and well compacted about a week before the carpet is laid. Such labour shall be incidental to the item and shall not be paid separately. Tack coat : Bitumen of the same grade as that used for premix shall be heated to a temperature of 163 deg. C. to 177 deg. C, (325 deg. F. to 350 deg. F) in a bitumen boiler and the hot bitumen shall be applied to the cleaned road surface at the rate specified in the item. Application shall be done by a mechanical pressure sprayer or SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

451 OF 517

if permitted by pouring cans with roses. The tack coat shall be applied just before the carpet is laid. Application of tack coat shall be only slightly in advance of laying the premixed chips. Carpet : 12 mm (about ) chips and 10 mm (about 3/8") chips shall be put into the bitumen mixer in 2:1 proportion by volumes and the bitumen of the specified grade heated to a temperature of 163 deg. C to 177 deg. C (325 deg. F to 350 deg. F) in a bitumen boiler shall be added to the chips at the rate of 56 kg./cu.m. (3.5 lbs. /c.ft.) of the aggregate. The chips and the bitumen shall be mixed in the mixer till all the chips are uniformly coated. The surface shall be suitably marked into rectangular areas to correct rate of application of the chips. The premixed chips shall be carried in wheel barrows to the site of deposition without any loss of time and spread evenly in a layer of uniform thickness at the rate 2.73 cu. m /100 sq. m. (9 cu. ft.per 100 s.ft.) to get a compacted layer of 20 mm (about 3/4") Compaction : The carpet shall be compacted with a 8 to 10 tonne roller as specified separately under specification No. Rd. 52 and this will be covered by that item. If any high spots or depressions become apparent during or after rolling, they shall be corrected by removing or adding premixed chips and compacting. Opening to traffic : Course sand or stone dust shall be spread evenly at the rate of 0.15 cu. m /100 sq. m. (about c.ft. per 100 s. ft.) over the compacted surface, brushed and lightly rolled. The traffic shall be allowed to pass over the road after 24 hours of the completion of the carpet or such time as specified by the Engineer. Special requirements : Heating of bitumen shall be done in bitumen boilers with cock unless otherwise permitted by the Engineer. The heated bitumen shall be handled in iron buckets with handles or sprayers. The labour engaged in handling the heated bitumen shall use full length gumboots, leather hand gloves and leather jacket with fire proof apron to cover the chest and the back and reaching upto the knees. Two thermometers shall be maintained on the site and used for checking the temperature of the heated bitumen. Item to Include : (1) (2) (3) (4) (5) (6) Preparing the base including patch work. Heating bitumen Applying tack coat. Mixing chips and bitumen in a bitumen mixer. Laying carpet. Spreading stone dust or sand.

(7) All labour, materials (excluding bitumen and chips) such as fuel for heating bitumen, tools use of equipment and plant for completing the item satisfactorily. Mode of measurement and payment : The contract rate shall be for per sq. m. The measurement shall be for the width of the road as executed limiting it to the width specified or as ordered by the Engineer and the length measured along the centre line. The measurements of dimensions shall be recorded correct upto two places of decimals of a meter and the area worked out correct upto one place of decimal of a sq. m.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

452 OF 517

Item No. 6 Providing bituminous liquid seal coat to B.T. surface including supplying all materials with all leads, preparing existing road surface, heating and applying bitumen spreading chips, rolling complete. (using bulk asphalt 60/70 grade at the rate of 0.98 Kg/Sqm.) (Spec No. Rd 66 Page No. 233 MORT & MCL) General : The item provides for labour for providing liquid seal coat to existing road surface spreading chips and use of equipment and plant and materials such as the fuel for heating bitumen etc. Diversions : When the traffic can be allowed on the roadside berms without much inconvenience to traffic or impediment to the work, this shall be provided by the contractor at his own cost. He shall provide the necessary barricading, warning boards and signals and watchmen by day and red lights at night and comply with relevant provisions. Otherwise, a separate diversion shall be provided. Diversion shall be watered if its dust is likely to blow on to the road being bituminous. Materials : The chips and bitumen for providing the liquid seal coat shall comply with specification Nos. Rd. 41 and Rd 42. respectively and the quantities shall normally be as under : Rate of application Rate of application for 100 sq. m. for 100 sq. ft. (1 (2) (3) (a) 6mm (about ) 0.9 Cu.m. 3 Cft. chips or coarse sand (b) Bitumen of I.S. 75-100 kg 15-20 Lbs. Grade S.90 with 80/100 penetration The chips shall be entirely dry at the time of spreading If modifications in the above quantities are stipulated in the special provisions, the work shall be carried out according to the special provisions. Increase in the use of materials up to an extent of 10 per cent, shall not entitle the contractor for extra claims for labour charges, fuel etc. The supply of these materials shall be done and paid for under separate items. Materials required for patch work to prepare the base for laying the seal coat are not included in the above quantities. Preparing the base : If the existing road surface contains local potholes or ruts, these shall be repaired by removal of all loose and defective materials and replaced with corresponding patching material and compacted to produce a tightly bonded even surface and section conforming to the adjacent area. High spots and depressions shall be corrected by removal or addition of suitable patching materials and compacting. Such labour shall be incidental to the item and shall not be paid for. The surface shall be swept clean of all dust, loose and foreign material and kept dry prior to the application of the bitumen. Applying bitumen : The bitumen of the specified grade shall be heated to 63 deg. C to 177 deg. C (325 deg. F to 350 deg. F) in a bitumen boiler and the hot bitumen shall be applied evenly to the cleaned road surface at the uniform rate of 100 kg. / 100sq.m. (20 lbs. / 100 s.ft.) on water bound macadam surface and 100-125 kg 100 sq. m (20SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

453 OF 517

25 lbs./100 sq. ft) on a bituminous surface with a pressure sprayer or if permitted with pouring cans with rose. The road surface shall be marked into rectangular areas so that a measured quantity of bitumen and chips will cover each such area with uniform thickness as specified. The spraying shall be done along the longitudinal direction of the road only when the surface is thoroughly dry. Spreading chips : Immediately on applying the bitumen to the road surface, 6 mm. (about ) chips shall be spread evenly at the rate of 0.9 cu. m / 100 sq. m (3 cft. per 100 sft.) over the road surface. The surface shall be broomed for ensuring evenness of the layer before rolling. Rolling : INITIAL ROLLING :The surface on which the grouting is to be laid shall have been brought to the required section and grade and cleaned under the item No. Rd. 43. preparatory to the spreading of the aggregate. This subgrade shall be rolled if necessary. The coarse aggregate shall be spread evenly to conform to the required section and grade as specified in specification No. Rd. 43. This layer of metal shall then be rolled to correct section and grade with a 10/12 tonne power roller to lock the metal without crushing the aggregate. The surface shall be checked for grade and section during and after rolling. Any irregularities shall be corrected by loosening the surface and removing or adding aggregate as required and the spots compacted. Rolling shall be stopped immediately the aggregate show signs of crushing. FINAL COMPACTION :Immeditely after spraying the bitumen and spreading the blinding chips as specified in specification No. Rd. 43, the surface shall be rolled with a power roller to obtain full compactrion and to force the blinding chips into the interstices of the coarse aggregate to pack them tightly. The rolling shall be continued till the asphalt hardens and the chips stop moving under the roller wheels. ROLLING OVER THE SEAL COAT :The seal coat when laid as specified in Rd. 43 shall be rolled lightly with a power roller so as to crush the chips. SPECIAL REQUIREMENTS :Heating of bitumen shall be done in bitumen boilers with cock unless otherwise permitted by the Engineer. The heated bitumen shall be handled in iron buckets with handles or sprayers. The labour engaged in handling the heated bitumen shall use full length gumboots, leather hand gloves and leather jacket with fire proof apron to cover the chest and the back and reaching upto the knees. Two thermometres shall be maintained on the site and used for checking the temperature of the heated bitumen. Opening to Traffic : The surface shall remain closed to traffic for 24 hours or such period as may be specified by the Engineer. Special requirements ; Heating of bitumen shall be done in bitumen boilers with cock unless otherwise permitted by the Engineer. The heated bitumen shall be handled in iron buckets with handles or sprayers. The labour engaged in handling the heated bitumen shall use full length gumboots, leather hand gloves and leather jacket with fire proof apron to cover the chest and the back and reaching upto the knees. Two thermometers shall be maintained on the site and used for checking the temperature of the heated bitumen. The chippings whipped off the road by fast moving traffic shall be collected and spread back on the surface uniformly till most of these are absorbed in the surface. This shall be done for 5 days opening the surface to traffic and shall be incidental to this item. Item to Include : SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

454 OF 517

(1) (2) (3) (4) (5)

Diversions if not separately provided in the tender. Patching up the road surface where necessary. Cleaning the road surface. Heating and applying bitumen. Spreading chips.

(6) All labour, necessary materials, such as the fuel (excluding bitumen and chips) use of tools, equipment and plant. Mode of measurement and payment : The contract rate shall be for sq. m. The measurement shall be for the width of the road as executed limiting it to the width specified or as ordered by the Engineer and the length measured along the centre line. The measurements of dimensions shall be recorded correct upto two places of decimals of a metre and the area worked out correct upto one place of decimal of a sq. m. Item No. 7 Providing and applying tack coat by manual / mechanical sprayer including conveying heating & cost of bitumen etc complete. a. At the rate of 10 kg/10 sqm. b. at the rate of 5 kg/10 sqm. GENERAL:The item provides for providing and laying bituminous macadam on prepared surface with specified graded crushed, aggregate for base / binding course including loading of aggregate with front end loader and hot mixing of stone aggregate and bitumen in hot mix plant transporting the mixed material in tipper to paver and laying mixed material with paver finisher to the required level and grade rolling by power rolling to achieve the desired density but excluding cost 75 / 50 mm. compacted thickness with ordinary roller of 8 to 18 Tonne etc. complete. DIVERSIONS When the traffic can be allowed on the roadside berms without much inconvenience to traffic or impediment to the work, the contractor at his own cost shall provide this. He shall provide the necessary barricading, warning boards and signals and watchmen by day and red lights at night and comply with relevant provisions of specification BR. 1. Otherwise, a separate diversion shall be provided according to specification No. BR 1. CONSTRUCTION. MATERIALS :The aggregates and bitumen for providing premix bituminous carpet of 40 mm.(about 1 1/2") thickness shall comply with specification No. Rd. 41 and Rd.42 respectively and shall normally comply with the following regarding sizes and quantities of aggregate and grade and quantities of bitumen. Rate of application Rate of application for 100 Sq.m. for 100 Sft. (1) (2) (3) a) 40 mm. (about 1 1/2") 6.0 Cu.m. 20 Cft. size metal b) 12 mm. (about 1/2") 1.5 Cu.m. 5 Cft. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

455 OF 517

c) d)

size chips. 10 mm. (about 3/8")

1.2 Cu.m. Bitumen of I.S. grade S.

4 Cft. 275 Kg. 55 Lbs.

35 with 30/40 penetration or I.S. grade S.65 with 60/70 penetration. e) Bitumen of I.S.grade 100 Kg. S.90 with 80/100, Penetration

20 Lbs.

If modifications in the above quantities are stipulated in the special provisions, the work shall be carried out according to the requirements of the special provisions. Increase in the use of materials up to an extent of 10 per cent shall not entitle the contractor for extra claims on labour charges, fuel etc. The supply of these materials shall be done and paid for under separate items. PREPARING THE BASEThe road shall be closed to traffic. The edge line shall be marked with stakes after ranging the line for a sufficiently long length. The existing road surface shall be picked to a depth of the top layer of existing metal uniformly over the full width on which the semi-grout surface is to be laid after edge line stakes are planted by ranging the edges for a sufficiently long length. The picked up road surface shall then be brought to the required grade and section. Templates and strings shall be used to obtain the correct section and grade. If found necessary, soft murum or gritty material shall be obtained by the contractor and spread evenly to a thickness of about 12 mm. (about 1/2") or as directed by the Engineer to enable hogging to work up to about half the thickness of the compacted course. This will be incidental to preparing the existing road surface and not be paid separately. SPREADING :The 40 mm. (about 1 1/2") size aggregate collected for the semi-grouting shall then be spread evenly at the rate of 6 Cu.m./100 Sq.m. (20 Cft/100 sft.) or at the rate as ordered by the Engineer to form a uniform layer over the specified width. The surface shall be checked by camber boards and line for the section and grade. Irregularities if any shall be corrected by adding and removing metal is necessary. If the aggregates contain dust, grass, etc. they shall be screened before spreading. A small quantity of aggregate shall be reserved to make up the inequalities. COMPACTING :The specification No. Rd. 44 for the 50 mm. (about 2") thick full grout-surface compaction shall be applicable to this item entirely except that watering shall be done to the required extent at the time of initial rolling of the coarse aggregate to enable the hoggin to rise up to about half the depth of the course. Metal shall be allowed to dry before applying bitumen. Inequalities observed during and after compaction shall be made good by spreading the reserve aggregate in depressions and removing aggregate from the high spots and by compacting. APPLYING BITUMEN :Bitumen of I.S. grade S. 35 or S. 65 supplied for the work shall be heated to a temperature of 177oC. to 191oC.(350oF. to 375oF.) in a bitumen boiler and that temperature shall be maintained at the time of actual application. The hot bitumen shall be applied through a pressure sprayer or can with a rose to the road surface uniformly at the rate of 275 Kg./100 Sq.m. The road surface shall be divided into suitable rectangles marked by chalk so as to ensure correct rate of application of the bitumen. When supply is made in bulk, pressure sprayers or Bowsers shall necessarily be used.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

456 OF 517

BLINDING :12 mm. (about 1/2") chips shall be spread evenly over the road surface at a uniform rate of 1.5 cu.m./100 Sq.m. (5 Cft./100sft.) immediately after applying the bitumen when it is still hot. Brooms shall also be used to ensure evenness of the layer of chips. Irregularities in surface shall be corrected by adding or removing cmps, applying bitumen, blinding and compaction. COMPACTION :Immediately after spreading the blinding chips, the surface shall be compacted as specified separately as under : The specification No. Rd. 44 for the 50 mm. (about 2") thick full grout-surface compaction shall be applicable to this item entirely except that watering shall be done to the required extent at the time of initial rolling of the coarse aggregate to enable the hoggin to rise up to about half the depth of the course. Metal shall be allowed to dry before applying bitumen. PREPARING THE SURFACE FOR THE SEAL COAT :A seal coat shall be applied soon after the surface is laid and in any case within a month of the laying of the full grout surface. The surface shall be cleaned of all foreign matter, dust, etc., by brooms, brushes and gunny bags before applying bitumen for seat coat. APPLYING BITUMEN FOR SEAL COAT :Bitumen of I.S. grade S. 90 having 80/100 penetration shall be heated in a bitumen boiler to a temperature ranging between 163oC. to 177oC. (325oF. to 350oF.) which shall be maintained at the time of actual application. Hot bitumen shall be applied evenly at a uniform rate of 170 Kg./100 Sq.m. (about 35 lbs./100 S.ft.) with a sprayer or a rose can. BLINDING :Immediately after applying the bitumen, the road surface shall be blinded evenly with 10 mm. (about 3/8") size chips at a uniform rate of 1.2 cu.m./100 Sq.m. (about 4 Cft./100 Sft.). Brooms shall be used to ensure the evenness of the layer of chips. INITIAL ROLLING :The surface on which the grouting is to be laid shall have been brought to the required section and grade and cleaned under the item No. Rd. 43. preparatory to the spreading of the aggregate. This sub grade shall be rolled if necessary. The coarse aggregate shall be spread evenly to conform to the required section and grade as specified in specification No. Rd. 43. This layer of metal shall then be rolled to correct section and grade with a 10/12 tonne power roller to lock the metal without crushing the aggregate. The surface shall be checked for grade and section during and after rolling. Any irregularities shall be corrected by loosening the surface and removing or adding aggregate as required and the spots compacted. Rolling shall be stopped immediately the aggregate show signs of crushing. FINAL COMPACTION :Immediately after spraying the bitumen and spreading the blinding chips as specified in specification No. Rd. 43, the surface shall be rolled with a power roller to obtain full compaction and to force the blinding chips into the interstices of the coarse aggregate to pack them tightly. The rolling shall be continued till the asphalt hardens and the chips stop moving under the roller wheels. ROLLING OVER THE SEAL COAT :The seal coat when laid as specified in Rd. 43 shall be rolled lightly with a power roller so as to crush the chips. SPECIAL REQUIREMENTS :Heating of bitumen shall be done in bitumen boilers with cock unless otherwise permitted by the Engineer. The heated bitumen shall be handled in iron buckets with handles or sprayers. The labour engaged in SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

457 OF 517

handling the heated bitumen shall use full length gumboots, leather hand gloves and leather jacket with fire proof apron to cover the chest and the back and reaching upto the knees. Two thermometers shall be maintained on the site and used for checking the temperature of the heated bitumen. ITEM TO INCLUDE :1. Diversions if not separately provided in the tender. 2. Preparing the base including soft murum filler if necessary. 3. Spreading aggregates of 40 mm. size. 4. Heating bitumen including fuel etc. and applying to the road surface for semi-grout. 5. Blinding the surface with 12 mm. size chips. 6. Preparing the surface for seal coat. 7. Heating and applying bitumen for the seal coat including fuel etc. 8. Blinding the surface with 10 mm. size chips for seal coat. 9. All labour, materials (excluding bitumen and aggregates) such as soft murum use of tools, plant and equipment for completing the item satisfactorily. MODE OF MEASUREMENT AND PAYMENT. The contract rate shall be for per Sq.m. The measurement shall be for the width of the road as executed limiting it to the width specified or as ordered by the Engineer and the length measured along the center line. The measurements of dimensions shall be recorded correct upto two places of decimals of a meter and the area worked out correct upto one place of decimal of a Sq.m. Item No. 8 a. Providing and filling murum on side berms with nominal watering and compaction, including conveying, stacking as directed with contractors murum complete. Item No. 8 b. do as per Item No. 8 a. but for available excavated murum. Specifications for this item shall be as per relevant I.S., item description and as directed by Engineer-inCharge. Item No. 9 Compacting the 80 mm size metal layers with power roller including necessary labour, materials and artificial watering etc., complete. IGENERAL : The item provides for fully compacting the oversize metal layer with a power roller of 8 to 10 tons weight including compacting the sub-grade, rubble soling and gravel be-fore spreading the oversize metal and rolling over the oversize metal surface first dry to refusal and then again after watering and also after spreading of sand and soft murum blind age necessary labour, use of roller etc. complete. COMPACTION OF OVERSIZE METAL : General : The compaction shall be done with a 8 to 10 ton power roller. The rolling shall begin with the outside rear wheel of the roller covering equal parts of shoulder and metal and the roller shall be run forward and backward until the shoulder holds the metal firmly. The rolling shall then progress from edges to the center in strips parallel to the center line of the road. Rolling shall be done by lapping uniformly each preceding SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

458 OF 517

rear wheel track by one half width of the track and shall continue until all the surface has been rolled by the rear wheels three or four times and to refusal. Side bunds shall be raised to hold the material before starting rolling. On super elevations, the rolling shall be started at the inner edge and carried towards to the outer edge. In all cases, the correct cross sections of the road as required at straight portions, super-elevations and transitions shall be obtained on final rolling. During the final rolling, the sections and grades shall be checked with camber boards and straight edges and any defects set right at the time of rolling, care shall be taken to see that the roller is worked or started and stopped without jerks. The roller shall not be stopped in the working section as far as possible. Rolling shall not normally be done in lengths of less than 100 m. The stretch started on a particular day shall as far as possible be completed on the very day. On completion of a days work the roller shall be made to stand on the side width of the road and shall be guarded by the watchmen and conspicuous barricades. Red light shall be hung on to the roller so as to be visible from both sides of the road. Dry rolling of oversize metal : The layer of metal shall be rolled dry first with 8 to 10 ton power roller to refusal i.e. till the metal is completely interlocked and ceases to move under the roller and no more compaction can be achieved. This state can be judged by :a) Metal ceasing to move in the front of the roller or b) crushing of the metal with further rolling or, c) loaded bullock cart leaving no indentation over the compacted surface. In case of uneven spots, high spots shall be lowered by removing necessary metal pieces and depressions shall be filled by additional metal and full compaction of these portions redone to conform to the correct section. Wet rolling :The rolled surface shall then be watered freely and rolled again. Sand shall then be spread to a uniform thickness of 6 mm or such other thickness as directed by the Engineer and further rolling done to pack the interstices with sand. Watering shall be done again and soft murum blind age spread as directed by the Engineer and the surface finally rolled lightly. If no sand is provided there will be no rolling over sand. Opening road to traffic :The road may be opened to traffic after the macadam has set and not earlier than 24 hours after completion of final rolling. Watering shall be done in patches wherever necessary for 2-3 days after opening the road to traffic. For a week after the traffic is allowed to run on the surface, traffic should be distributed over the full width by blinding with gravel or by other acceptable means any tracks that may be forming in the surface. Item to Include :1. Dry and wet rolling of the oversize metal and sand including hire of machinery if any and all other charges involved. 2. 4. 5. Making good unevenness. Artificial watering over the metal and sand. Diversion of traffic. 3. Final rolling over sand and murum blind age including hire and all other charges if any.

6. All labour, materials, use of tools, roller and other equipment necessary for completing the work satisfactorily. Mode of Measurement and Payment :The contract rate shall be for compacting one square meter area of oversize metal layer. SIGNATURE OF TENDERER SIGNATURE OF AUTHORISED NMMC OFFICIAL

459 OF 517

The length of the road compacted shall be measured along its centerline correct upto one place of decimal of a meter. Item No. 10 Supplying and stacking trap stone dust at roadside and spreading including conveying etc complete as directed. Specifications for these items shall be as per Item No. 2 of Metal Spreading section.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

460 OF 517

NAVI MUMBAI MUNICIPAL CORPORATION BELAPUR BHAVAN, C.B.D. BELAPUR NAVI MUMBAI 400 614 SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 100/22 KV 2X10/12.5 MVA TRANSFORMER SUBSTATION & 100 KV TRANSMISSION LINE WITH ASSOCIATED CIVIL WORKS AT BHOKARPADA, DIST RAIGAD.

NMMC/EE(E)/ 18 /2008 2009

VOLUME III PRICE SCHEDULE


INDEX
SECTION I SECTION II SECTION III 100 KV OVERHEAD TRANSMISSION LINE 100/22 KV 2 X 10/12.5 MVA SUBSTATION ELECTRICAL WORKS 100/22 KV 2 X 10/12.5 MVA SUBSTATION CIVIL WORKS

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

461 OF 517

Schedule 'B'
Vol. 3 SECTION - I 100 KV DOUBLE CIRCUIT LINE
Total Transportations + Insurance Unit Service Charges on Erection including Surcharge Total Unit Erecection price Total Unit Ex- works price Total Ex works price Total Erection Price Total Supply Price UNIT EX-WORKS Unit EREC. & Commissioning Total Supply + Erection p P=(k+O) Sr. No Item Description Excise Duty

Unit

Qty.

Vat

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

n n=(l+m)

0 0=(n*c)

SECTION - I 100 KV DOUBLE CIRCUIT LINE


1 Transmission Line structures - Supply ,Installation testing and commissioning of G.I structures for overhead transmission line including preparation of prototype and final structures ,hot dip galvanising as per enclosed technical specification and as per directions of the engineer in charge and of following types of towers with all hardware, stubs templets etc. 2 deg double circuit towers(2 Nos) 15 deg double circuit towers(1 No) 30 deg double circuit towers(2 Nos) 60 deg double circuit towers(2 Nos) 2 Conductor - Supply and installation of ACSR conductor Panther for use on 100KV overhead line as per the technical specification and the direction of the engineer in charge 7 kM. 40000 kg

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

462 OF 517

Total Transportations + Insurance

Unit Service Charges on Erection including Surcharge

Total Unit Erecection price

Total Unit Ex- works price

Total Ex works price

Total Erection Price

Total Supply Price

UNIT EX-WORKS

Unit EREC. & Commissioning

a 3

b Supply and installation of G.I.Earth wire 7/3.15 mm for use on 100KV overhead line as per the technical specification and the direction of the engineer in charge 11 KV disc Inulators - Supply,Installation ,testing and commissioning of 12KV grade type disc insulators for use in tension and suspension strings of following KN rating as per the enclosed technical specifications and as per the directions of the engineer in charge 11 kV disc insulators 120 kN 11 kV disc insulators 70 kN Insulator Hardwares - Supply and installation of various types of insulators hardware compression type suitable for the specified application as per the technical specification and directions of engineer in charge Tension hardwre suitable for ACSR Panther conductor Suspension Hardware suitable for ACSR Panther Conductor Tension hardware for G.I.Wire 7/3.15 mm Vibration dampers suitable for ACSR Panther conductor Preformed rods Tower Accessories including anti climbing device 60 10 13 60 12 7 1

d kM

4.1 4.2 5

600 120

Nos Nos

5.1 5.2 5.3 5.4 5.5 6

Sets Sets Sets sets sets Sets

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

463 OF 517

Total Supply + Erection p

Sr. No

Item Description Excise Duty

Unit

Qty.

Vat

Total Transportations + Insurance

Unit Service Charges on Erection including Surcharge

Total Unit Erecection price

Total Unit Ex- works price

Total Ex works price

Total Erection Price

Total Supply Price

UNIT EX-WORKS

Unit EREC. & Commissioning

a 7 8 9 10 Tower earthing

b 7 7

d Sets Nos km Lot

Civil works(Tower foundation including stub grouting) Survey and route demarkation Approvals, permissions and sanctions from statutory agencies

1.1 1

SECTION -I Total for 100 kV Line

1 2 3 4

Notes: In case of discrepancy between unit price and the total price, the unit price shall prevail Payment of taxes and duties indicated by the contractor shall be at actuals based on documentary evidence or the amount entered in the price schedule, whichever is lower Bidders shall quote prices for individual items as indicated in the schedules. No clubbing together of items is acceptable Quantities indicated are indicative only. Contractor shall be paid only for the actual quantities installed and unit rates shall be applicable for the same.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

464 OF 517

Total Supply + Erection p

Sr. No

Item Description Excise Duty

Unit

Qty.

Vat

Vol. 3 SECTION - II - ELECTRICAL WORKS


Total Erection Price Total Transportatio ns Total Supply Price Unit EREC. & COMM Total Supply + Erection n n=(k+m) 0 0 0 0 0 0 0 Excise Duty Unit Exworks price Total Ex works price i i=(c*h) UNIT EXWORKS Sr. No Item Description Unit Qty.

Vat

h h=(e+f+g)

k k=(i+j)

m m=(l*c)

SECTION - I - ELECTRICAL WORKS


1 1.1 1.1.1 100 KV SWITCHYARD EQUIPMENT 145 kV Circuit Breakers Supply,Installation,testing,and commisioning of 145KV 40KA 1600A SF6 gas circuit breaker with operating mechanism and supporting structure complete as per enclosed technical specification and as per directions of engineer in charge Supply of following spares for the above breaker SF6 gas filling device SF6 gas cylinder 9kg Closing coil suitable for 110V DC suitable for above breaker Tripping coil suitable for 110 V DC suitable for the above breaker 145KV Isolators -Supply , Installation testing and commisioning of following 145KV three phase gang operated double break center post rotating manually operated Isolators with 9 nos of solid core supporting insulators complete as per directions of engineer in charge With earth switch and 1250 A rating Without earth switch and 1250 A rating

No

1.1.2 a b c d 1.2

1 1 2 2

No No No No

0 0 0 0

0 0 0 0

0 0 0 0

0 0 0 0

1.2.1 1.2.2

2 13

No No

0 0

0 0

0 0

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

465 OF 517

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 1.3

b 145 KV Current Transformers - Supply , Installation testing and commisioning of following 145KV 40KA 800-400-200/ 1-1-1-11A ratio single phase oil filled ,dead tank copper wound out door type potential transformer as per the enclosed technical specifications and as per the directions of the engineer in charge 145 KV Potential Transformers - Supply , Installation testing and commisioning of following 145KV class 100 KV/root3/110V/root 3 single phase oil filled copper wound out door type potential transformer as per the enclosed technical specifications and as per the directions of the enginner in charge 96 KV Lightning Arresters - Supply , Installation testing and commisioning of 96KV station class 10 KA zinc oxide type lightning arrestor including all accessories such as base insulators, discharge counter and leakage detector complete as per the enclosed technical specifications and as per the directions of the engineer in charge 100 KV Control & Relay Panels - Supply , Installation testing and commisioning of following sheet steel enclosed ,floor mounted self standing simplex type control and relay panels including testing and calibration of all the mounted relays and instruments as per the approved control and protection scheme as per the enclosed technical specifications and as per the directions of the engineer in charge

c 15

d No

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

1.4

No

1.5

12

No

1.6

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

466 OF 517

Total Supply + Erection 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 1.6.1 1.6.2 1.6.3 1.6.4 1.6.5 1.6.6 1.7

b 100 KV Incoming line feeder control panel 100 KV Transformer feeder control panel 100 kV Bus Coupler Control Panel 100 KV Incoming Line feeder Relay panel 100 KV Transformer feeder relay Panel 100 kV Bus Coupler Breaker Relay Panel 145 kV Bus Post Insulator - Supply and installation of 145KV bus post insulators for use in switchyard for supporting of 100KV bus bars and jumpers as per enclosed technical specifications and as per the directions of the engineer in charge PLCC Design, supply installatuion testing and commissioning of Power line carrier communication system for the entire substation as per standard requirements of MSETCL comprising of 100 kv Line Trap for PLCC system with associated GI structure, foundation bolts and faxteners and support insulator 100 kV coupling capacitor with associated GI structure foundation bolts and fasteners Coupling Device HF cable PLC Terminals Private automatic telephone exchange

c 2 2 1 2 2 1 14

d No No No No No No No.

h h=(e+f+g) 0 0 0 0 0 0 0

i i=(c*h) 0 0 0 0 0 0 0

k k=(i+j) 0 0 0 0 0 0 0

m m=(l*c) 0 0 0 0 0 0 0

n n=(k+m) 0 0 0 0 0 0 0

1.8

1.8.1

Nos

1.8.2 1.8.3 1.8.4 1.8.5 1.8.6

4 2 300 2 1

nos Nos M Set Set

0 0 0 0 0

0 0 0 0 0

0 0 0 0 0

0 0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

467 OF 517

Total Supply + Erection 0 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

b Sub Total 1.0- 100 kV switchyard Equipment 22kV Switchyard Equipments 36 kV Circuit Breakers Supply,Installation ,testing and commisioning of 36KV 25KA 1600A SF6 gas circuit breaker with operating mechanism and supporting structure complete as per enclosed technical specification and as per the directions of the engineer in charge Supply of following spares for the above breaker closing coil suitable for 110V DC suitable for above breaker Tripping coil suitable for 110V DC suitable for above breaker 36 kV Isolators and HG Fuse 36 KV Isolators - Supply ,Installation ,testing and commisioning of following 36KV 25KA three phase gang operated double break center post rotating manually operated Isolators with 9 nos of stack type supporting insulators complete as per enclosed technical specification and as per the directions of the engineer in charge With out earth switch and 1600 A rating Without out earth switch and 800 A rating With earth switch and 800 A rating

h h=(e+f+g)

i i=(c*h) 0

j 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

2 2.1 2.1.1

No

2.1.2 a. b. 2.2 2.2.1

0 2 2 No No 0 0

0 0 0

0 0 0

0 0 0

a. b. c.

4 8 4

set set set

0 0 0

0 0 0

0 0 0

0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

468 OF 517

Total Supply + Erection 0 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 2.2.2

b Horn GapFuse set with 6A fuse Supply,Installation ,testing and commisioning of 36KV three phase horn gap fuse with 6 nos of stack type supporting insulators and 6A rewireable fuse suitable for 200KVA station transformer as per enclosed technical specification and as per the directions of the engineer in charge 36 KV Current Transformers Supply,Installation ,testing and commisioning of following 36KV 25KA single phase ,oil filled ,dead tank copper wound outdoor current transformers of core and ratio details as per enclosed technical specification and as per the directions of the engineer in charge 1600-800 /1-1-1-1 A 400 - 200 / 1-1-1 A 36 KV Potential Transformers Supply,Installation ,testing and commisioning of 36KV class single phase oil filled copper wound out door type 22KV /root 3/110V/root3- 2core potential transformer as per the enclosed technical specification and as per the directions of the engineer in charge 20 KV Lightning Arresters - Supply Installation ,testing and commisioning of 20KV 10KA zinc oxide type lightning arrestor including all accessories as per the enclosed technical specifications and as per the directions of the engineer in charge

c 2

d Set

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

2.3

2.3.1 2.3.2 2.4

9 12 6

No No No

0 0 0

0 0 0

0 0 0

0 0 0

2.5

18

No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

469 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 2.6

b 22 KV Control & Relay Panels - Supply , Installation testing and commisioning of following sheet steel enclosed ,floor mounted self standing simplex type control and relay panels including testing and calibration of all the mounted relays and instruments as per the approved control and protection scheme as per the enclosed technical specifications and as per the directions of the enginner in charge 22 kv Transformer feeder control panel 22 kv Outgoing line feeder control & relay panel(two feeders in one panel) 22 kv Bus Coupler Control and relay Panel 22 kv Transformer feeder relay Panel Sub Total 2.0- 22 kV switchyard Equipment

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

2.6.1 2.6.2 2.6.3 2.6.4

2 2 1 2

No No No No

0 0 0 0

0 0 0 0 0 0

0 0 0 0 0

0 0 0 0 0

3 3.1 3.1.1

SWITCHYARD ACCESSORIES Substation Structures Substaiton structure - Supply ,Installation testing and commissioning of G.I structures for switchyard including preparation of prototype and final structures ,hot dip galvanising as per enclosed technical specification and as per directions of the engineer in charge

89300

Kg.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

470 OF 517

Total Supply + Erection 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 3.1.2

b G.I.Fasteners, Nuts, Bolts, Flat / Spring washers etc. - Supply ,Installation of G.I fasteners including bolts ,nuts ,flat and spring washers for the above structures as per technical specification and as per the enclosed technical specifications and as per the directions of the engineer in charge Foundation Bolts with nuts Flat WashersSupply and installation including grouting of foundation bolts ,shop fabricated and hot dip galvanised and as per the enclosed technical specifications and as per the directions of the engineer in charge 11 KV disc Inulators - Supply,Installation ,testing and commissioning of 12KV grade type disc insulators for use in tension and suspension strings of following KN rating as per the enclosed technical specifications and as per the directions of the engineer in charge 120 KN with 20 mm ball diameter 70 KN with 16 mm ball diameter Insulator Hardwares - Supply and installation of various types of insulators hardware compression type suitable for the specified application as per the technical specification and directions of engineer in charge Single Tension Hardware for twin Zebra ACSR with 225 mm sub conductor spacing Single Tension Hardware for Single Zebra ACSR

c 4500

d Kg.

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

3.1.3

2700

Kg.

3.2

3.2.1 3.2.2 3.3

800 400

No No

0 0

0 0

0 0

0 0

3.3.1 3.3.2

18 18

Set set

0 0

0 0

0 0

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

471 OF 517

Total Supply + Erection 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 3.3.3 3.3.4 3.3.5 3.3.6 3.3.7 3.3.8 3.3.9 3.3.10 3.4

b Single Tension Hardware for Single Panther ACSR Single Suspension Hardware Single ZEBRA ACSR Single Suspension Hardware Single Panther ACSR Single Suspension Hardware Twin ZEBRA ACSR Tension Clamps for earth wire Suspension Clamps for earth wire Earting Bond for 7/ 3.15 Earth wire Single Tension Hardware for twin Zebra ACSR with 110 mm sub conductor spacing Bus Bar Clamps and terminal connectors Supply and installation of various types of bus bar clamps compression type suitable for the specified conductor size and for the specified application as per the technical specification and directions of engineer in charge T-Clamp suitable for ACSR Panther on Main and tap T-clamp suitable for single ACSR Zebra on main and Single Panther on tap T-clamp suitable for Twin Zebra on main and tap for 225 mm spacing T-clamp suitable for Twin Zebra on main and tap for 110 mm spacing

c 36 6 24 6 40 15 42 12

d Set set Set set Set set Nos Nos

h h=(e+f+g) 0 0 0 0 0 0 0 0

i i=(c*h) 0 0 0 0 0 0 0 0

k k=(i+j) 0 0 0 0 0 0 0 0

m m=(l*c) 0 0 0 0 0 0 0 0

n n=(k+m) 0 0 0 0 0 0 0

3.4.1 3.4.2 3.4.3 3.4.4

64 36 6 6

Nos Nos Nos Nos

0 0 0 0

0 0 0 0

0 0 0 0

0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

472 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 3.4.5 3.4.6 3.4.7 3.4.8 3.4.9

b Palm connector suitable for single Panther for 100 kV Circuit Breaker Palm connector suitable for single Panther for 100 kV Isolator Palm connector suitable for single Zebra for 100 kV Isolator Stud connector for suitable for ACSR Panther for 145 kV CT and PT Stud connector suitable for HV side 145 kV bushing of Power transformer for ACSR Panther conductor Bus post clamp suitable for ACSR Panther for 145 kV Post Insulator suitable for ACSR Panther Palm connector suitable for single Zebra for 36 kV Circuit Breaker Palm connector suitable for single Panther for 36 kV C B Palm connector suitable for single Zebra for 36 kV isolator Palm connector suitable for single Panther for 36 kV isolator Stud connector suitable for single zebra for 36 kV CT Stud connector suitable for single panther for 36 kV CT and PT Stud connector suitable for LV side 36 kV bushing of Power transformer suitable for ACSR Panther conductor

c 30 78 24 33 6

d Nos Nos Nos Nos Nos

h h=(e+f+g) 0 0 0 0 0

i i=(c*h) 0 0 0 0 0

k k=(i+j) 0 0 0 0 0

m m=(l*c) 0 0 0 0 0

n n=(k+m) 0 0 0 0 0

3.4.10 3.4.11 3.4.12 3.4.13 3.4.14 3.4.15 3.4.16 3.4.17

14 12 24 36 72 18 30 6

Nos Nos Nos Nos Nos Nos Nos Nos

0 0 0 0 0 0 0

0 0 0 0 0 0 0

0 0 0 0 0 0 0

0 0 0 0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

473 OF 517

Total Supply + Erection 0 0 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 3.4.18 3.4.19 3.5

b Spacer for twin zebra with 225 mm spacing for 100 kV Bus Spacer for twin zebra with 110 mm spacing for 22 kV bus Conductor - Supply and installation of following ACSR conductor for use on 100KV and 22KV bus and connections of various switchyard equipment as per the technical specification and the direction of the engineer in charge ACSR Conductor Panther ACSR Conductor Zebra Supply and installation of G.I.Shield wire 7/3.15 mm for use in switchyard as per the technical specification and the direction of the engineer in charge

c 18 18

d Nos Nos

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0 0

3.5.1 3.5.2 3.6

1200 900 800

Mtrs Mtrs Mtrs

0 0 0

0 0 0

0 0 0

0 0 0

Sub Total 3.0- Switchyard Accessories

100/22 kV Power Transformers

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

474 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

b 100 / 22 KV, 10/ 12.5 MVA Power Transformer- Supply ,installation testing and commissioning of 100/22KV ,10/12.5 MVA Outdoor oil filled copper wound star-star connected +5% to -15% OLTC operated power transformer complete with all accessories ,RTCC panel etc including assembly of all components ,filling of transformer oil ,oil filteration conducting routine tests and specified tests at manufactures works conducting all specified site tests prior to commissioning as per enclosed technical specifictions and the directions of engineer in charge Sub Total 4.0- 100/22 kV Power Transformer

c 2

d No

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

5 5.1 5.1.1

SWITCHYARD AUXILIARIES 415 V Distribution Boards415 V Main AC Distribution boardSupply,Installation ,testing and commisioning of 3 phase 4 wire sheet steel enclosed self standing 415V AC distribution board comprosinf of incoming ,outgoing feeders and meters and other instruments as per enclosed single line diagram the technical specifications and directions of the engineer in charge

No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

475 OF 517

Total Supply + Erection 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 5.1.2

b 415 V sub distrubution boards (Out door type) each comprising of one incoming feeder with 1 No. 63 A 9 kA TPN MCB, 9 Nos. of 15 A 9 kA TPN MCBs, 6 Nos of 9kA SPN MCBs and 415 V 100 A Three phase four wire 50 HZ Bus Bay marshalling box - Supply,Installation ,testing and commisioning of following types of Marshalling boxes suitable for outdoor installation sheet steel enclosed comprising of terminal connectors as per directions of the engineer in charge 120 Terminal Bay M. Box 60 terminal bay M. box DC supply system - Supply Installation ,testing and commisioning of lead acid battery system of following voltage grade and specified amperehours including all accessories such as batteries ,charger and associated DC distribution board and charging of the batteries at site complete in all respects and as per the technical specification and the direction of the engineer in charge 110 V, 200 AH Battery with Charger & DCDB 48 V, 200 AH Battery with Charger & DCDB

c 5

d No

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

5.2

5.2.1 5.2.2 5.3

5 8

No No

0 0

0 0

0 0

0 0

5.3.1 5.3.2

1 1

set set

0 0

0 0

0 0

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

476 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 5.4

b Station Transformer - supply installation,testing & commissioning of 22.5kV / 433V, 200KVA oil cooled copper wound Delta/Star station transformer with bare bushings on the HV side and cable end box on the LV side with off circuit tap changing gear along with all the accessories as per IS and as per enclosed technical specification and as per the directions of the engineer in charge Sub Total 5.0- Switchyard Auxiliaries

c 2

d No.

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

6 6.1

Switchyard Earthing EARTHING- Supply ,laying,welding,joining of following sizes of MS flat earth conductor for main grid to be laid 600mm below switchyard grade level including excavation and backfilling of soil as per tech specification and directions of the engineer in charge .

6.1.1 6.1.2 6.2

M.S.Flat 75 x 10 mm M.S.Flat 50 x 8 mm G.I.Flat for equipment earthing - Supply ,laying fixing of structures and equipments of following sizes of GI earth strips including cutting bending welding to MS earth mat applying protective paint to welded portion ,supply and fixing of necessary hardware as per the technical specification and the direction of the engineer in charge

1000 1500

M M

0 0

0 0

0 0

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

477 OF 517

Total Supply + Erection 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 6.2.1 6.2.2 6.2.3 6.3 6.3.1 G.I.Flat 50 x 6 G.I.Flat 25 x 6

c 3500 1500 300 10

d M M M No

h h=(e+f+g) 0 0 0 0

i i=(c*h) 0 0 0 0

k k=(i+j) 0 0 0 0

m m=(l*c) 0 0 0 0

n n=(k+m) 0 0 0 0

G.I.Flat 25 x 3 Earth pit stations Supply and installation of treated earth pit station comprising of 150mmX3000mm long cast Iron pipe having Hot dip galvanised clamp fabricaated from MS strips of 75x10mm size for bolting of earth strips from earthmat including required exacavation ,backfilling ,salt and charcoal layers as per IS 3043 along with brick masonary chamber with 600x300mm Cast iron cover complete in all respects generally as per enclosed technical specification ,and as per directions of the engineer in charge Supply and installation of Bore type earth pit station comprising of 40 m dia 14000 mm long Class B G.I. Pipe lowered in a 100 mm dia 15000 mm bore drilled for the purpose and the gap filled with Bentonate compound along with suitable hot dip galvanised MS strip clamp of size 75x10 mm including brick masonary chamber with 600x300 mm cast iron cover complete in all respects generally as per enclosed techical specification and as per directions of engineer in charge Sub Total 6.0- Switchyard Earthing

6.3.2

45

Nos

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

478 OF 517

Total Supply + Erection 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

LT Cables including termination & cable accessories LT Power Cables (AYWY) -Supply ,Installation ,Testing and commissioning of 1100 KV grade PVC insulated PVC sheathed GI steel wire /flat armoured aluminium conductor power cable for following sizes to be laid on tray in built ib trenches on steel supports ,ladders etc .Including cleating ,clamping ,binding ,dressing ,providing cable tag nos complete in all respects as per enclosed technical specification ,the drawings and as per directions of the engineer in charge 3.5 C x 120 Sq.mm 3.5 C x 70 Sq.mm 4 C x 16 Sq.mm 4 C x 10 Sq.mm 4 C x 6 Sq.mm 4 C x 4 Sq.mm 2 C x 70 Sq.mm 2 C x 4 Sq.mm 250 120 100 5520 300 180 50 800 M M M M M M M M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

7.1

7.1.1 7.1.2 7.1.3 7.1.4 7.1.5 7.1.6 7.1.7 7.1.8

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

479 OF 517

Total Supply + Erection

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 7.2

b LT Control Cables (YWY) - -Supply ,Installation ,Testing and commissioning of 1100 KV grade PVC insulated PVC sheathed GI Steel wire /flat armoured copper conductor to be laid on tray in built in trenches on steel supports ,ladders etc .Including cleating ,clamping ,binding ,dressing ,providing cable tag nos complete in all respects as per enclosed technical specification ,the drawings and as per directions of the engineer in charge 19 C x 2.5 Sq.mm 16 C x 2.5 Sq.mm 12 C x 2.5 Sq.mm 7 C x 2.5 Sq.mm 5 C x 2.5 Sq.mm 3 C x 2.5 Sq.mm 4C x 4 Sq mm Cable Termination Supply and installation of Single/Double Compression brass glands and suitable for following sizes of LT power cables including drilling of holes in gland plate ,fixing of glands ,dressing of cable ,providing and fixing necessary consumables ,supply and fixing of tinned copper lugs of proper size (crimping/bolting/stud type )as per reqirement taping, fixing dressing of cable cores inside panels ,boxes and terminating the cable complete in all respects as per technical specification and as per directions of engineer in charge

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

7.2.1 7.2.2 7.2.3 7.2.3 7.2.4 7.2.5 7.2.6 7.3 7.3.1

100 420 3000 1600 700 600 200

M M M M M M M

0 0 0 0 0 0 0

0 0 0 0 0 0 0

0 0 0 0 0 0 0

0 0 0 0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

480 OF 517

Total Supply + Erection 0 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a a. b. c. d. e. f. g. h. 7.3.2

b 3.5 C x 120 Sq.mm 3.5 C x 70 Sq.mm 4 C x 16 Sq.mm 4 C x 10 Sq.mm 4 C x 6 Sq.mm 4 C x 4 Sq.mm 2 C x 70 Sq.mm 2 C x 4 Sq.mm Supply and installation of Single/Double Compression brass glands and suitable for following sizes of LT control cables including drilling of holes in gland plate ,fixing of glands ,dressing of cable ,providing and fixing necessary consumables ,supply and fixing of tinned copper lugs of proper size (crimping/bolting/stud type )as per reqirement taping, fixing dressing of cable cores inside panels ,boxes and terminating the cable complete in all respects as per technical specification and as per directions of engineer in charge 19 C x 2.5 Sq.mm 16 C x 2.5 Sq.mm 12 C x 2.5 Sq.mm 7 C x 2.5 Sq.mm 5 C x 2.5 Sq.mm 3 C x 2.5 Sq.mm 4C x 4 Sq mm

c 4 4 4 170 10 20 4 30

d No No No No No No No No

h h=(e+f+g) 0 0 0 0 0 0 0 0

i i=(c*h) 0 0 0 0 0 0 0 0

k k=(i+j) 0 0 0 0 0 0 0 0

m m=(l*c) 0 0 0 0 0 0 0 0

n n=(k+m) 0 0 0 0 0 0 0 0

a. b. c. d. e. f. g.

90 14 100 200 100 150 40

No No No No No No No

0 0 0 0 0 0 0

0 0 0 0 0 0 0

0 0 0 0 0 0 0

0 0 0 0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

481 OF 517

Total Supply + Erection 0 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 7.4

b G.I. Perforated trays - Supply ,installation of GI Perforated trays of following sizes in trenches, on supports including cutting ,bending complete in all respects including supply and installation of coupler plates ,fixing hardware as per enclosed technical specifications and as per directions of engineer in charge 100 mm wide 150 mm wide 300 mm wide 450 mm wide M.S. Supports - Supply ,fabrication ,installation of MS supports for cable trays ,panel base frames ,Marshalling Box stands ,supports for junction boxes ,lighting panela ,lighting fixtures,including welding,cleaning,painting with two coats of primer and two coats of approved shade of epoxy paint complete in all respects as per directions of engineer in charge. Sub Total 7.0- Power and Control cables

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

7.4.1 7.4.2 7.4.3 7.4.4 7.5

250 50 1200 250 4000

M M M M Kg

0 0 0 0 0

0 0 0 0 0

0 0 0 0 0

0 0 0 0 0

SWITCHYARD ILLUMINATION

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

482 OF 517

Total Supply + Erection 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 8.1

b Lighting distribution boards - Supply ,installation,testing and commissioning of surface mounted triple pole and neutral distribution boards of following configurations ,made from 18 SWG CRCA sheet ,with copper bus bar pin per phase as per technical specifications and the directions of the engineer in charge Main Lighting Distribution Board comprising of 1 No Incomer 100A TP MCB and 6 Nos Outgoing feeders 32 A TP ELMCB Control Room Lighting DB comprising of 1 No Incomer 32A TPN MCB and 12 Nos Outgoing 6 A SPMCB Out door lighting Distribution Board comprising of 1 No incomer of 32A TPN MCB and 6 Nos outgoing 16 A TPN MCB Emergency DC lighting distribution Board as required Flood lighting MCB DB comprising of 1 No Incomer 16 A TPN MCB & 6 Nos Out going 10 A SP MCBs Circuit sub mains wiring - Supply,Installation testing and commissioning of circuit mains wiring using 1" heavy duty black enamelled MS Conduit with 3 Nos of 2.5sq.mm PVC insulated stranded copper conductor wires along with all accessories including fixing on walls ,beams etc complete in all respects as per technical specifications and directions of engineer in charge

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

8.1.1

No

8.1.2 8.1.3

1 1

No No

8.1.4 8.1.5

1 6

No No

8.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

483 OF 517

Total Supply + Erection 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 8.2.1 8.2.2 8.3

b 2x2.5 sq.mm for Switch boards 2x4 sq.mm for power sockets Point Wiring - Point wiring using 1 " MS conduit 2X1.5sq.mm insulated stranded copper conductor wires along with all accessories including fixing on walls beams complete in all respects as per technical specifications and directions of engineer in charge Light, Fan, Exhaust On board Plug Sockets Industrial Power Sockets (without wiring ) Lighting Fixtures including Lamp & Accessories - Supply and erection of following types approved make lighting fixtures complete with 40 W fluroscent tubes polyester heavy duty copper wound ballast ,lock type tube holders,tube starters ,starter holder condesor duly wored up for use on 250V AC supply and erected on ball and socket arrangement with heavy gauge 20mm dia down rods up to 1M length with twin core flexible wire twin core 24/0.20mm and with all necessary material complete as per technical specifications and directions of engineer in charge 1 x 40 W Industrial type fluorescent fitting with white powder coating made from CRCA sheet not less than 0.7mm thick along with reflector white on the inside and grey on outside

c 500 150

d M M

h h=(e+f+g) 0 0

i i=(c*h) 0 0

k k=(i+j) 0 0

m m=(l*c) 0 0

n n=(k+m) 0 0

8.3.1 8.3.2 8.3.3 8.4

48 12 3

No No. No.

0 0 0

0 0 0

0 0 0

0 0 0

8.4.1

No

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

484 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 8.4.2

b 2 x 40 W Mirror Optic type fluorescent fitting with white powder coating made from CRCA sheet not less than 0.7mm thick along with reflector white on the inside and grey on outside 1 x 40 W Corrosion proof fluorescent fitting with white powder coating made from CRCA sheet not less than 0.7mm thick along with reflector white on the inside and grey on outside suitable for mounting in Battery room 1 x 11 W CFL 1 x 150 W HPSV street light fitting wall mounted Ceiling / Exhaust fans 1200 mm sweep 1 Phase 230 V ceiling fan Supply and installation of 1200mm sweep 1 phase 230V ceiling fan withdouble ball bearings and with condesor complete erected in position with necessary flexible copper leads and with regualtor ,canopy and down rod upto 300mmalong with provision of hook /clamp in the ceiling including provision of necessary rubber bushings clamps nut bolts etc complete and as per directions of the engineer in charge Exhaust fan - Supply and erection of fresh air /exhaust fan heavy duty type suitable for 1 phase 230V supply 1400 rpm with condesor complete erected in position along with necessary including wire bird guard etc.motor E class insulation and fan provided with anti acid treatment and as per the directions of the engineer in charge

c 11

d No

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

8.4.3

No

8.4.4 8.4.5 8.5 8.5.1

8 6

No No.

0 0

0 0

0 0

0 0

No

8.5.2

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

485 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a a. b. 8.6

b 450 mm dia 300 mm dia Supply & installation of 150w HPSV street lighting fixture with 150W HPSV lamp fitted on 9M long street light pole with pole bracket,FRP junction box with necessary foundation as per the enclosed technical specification & the directions of the engineer in charge 70 W HPSV post top lantern - Supply and installation of 70W HPSV post top lantern for gate lighting fitted on 1.2M long pole along with necessary control gear ,lamp, junction box as per the technical enclosed and the directions of the engineer in charge 1 x 250 W HPSV flood lighting fixture -Supply and installation of 1x250 W HPSV flood lighting fixture for mounting on 18M high ,lightning masts along with necessary control gear ,1 No of 250W HPSV lamps complete as per the technical specificationand the directions of the engineer in charge Normal cum Emergency lighting fixture 1 x 18 W Sub Total 8.0- Switchyard Illumination

c 1 2 10

d No No No

h h=(e+f+g) 0 0 0

i i=(c*h) 0 0 0

k k=(i+j) 0 0 0

m m=(l*c) 0 0 0

n n=(k+m) 0 0 0

8.7

No

8.8

36

No

8.9

No

MISCELLANEOUS

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

486 OF 517

Total Supply + Erection 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 9.1

b 1.0 T capacity window air conditioner Supply Installation Testing and commissioning of 1.0T capacity window air conditioner including first filling of gas and as per enclosed technical specification and direction of engineer in charge 11KV grade Rubber mat - Supply and laying of antiskid 11KV grade Rubber mat 1M wide x 2M long x10mm thick as per specification and directions of engineer in charge 12 V emergency light Supply Installation Testing and commissioning of 12V emegency light with dry Ni-Cd battery ,ON/OFF indication ,5A socket /top etc complete as per the specification and direction of engineer in charge. Safety equipment Supply Installation Testing and commissioning of following safety equipment as per the specification enclosed and direction of engineer in charge First Aid Box 132 kV, 36 KV, 440 V Danger Boards Shock hazard charts duly framed 5 Kg capacity CO2 type fire extinguishers 50 L capacity wheel mounted foam type exting. 36 KV Hand gloves pairs Sand Buckets with MS stand Sub Total 9.0- Miscellaneous

c 5

d No

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

9.2

30

9.3

No

9.4

9.4.1 9.4.2 9.4.3 9.4.4 9.4.5 9.4.6 9.4.7

3 30 2 6 2 4 4

Nos Nos Nos Nos Nos Pairs Sets

0 0 0 0 0 0 0

0 0 0 0 0 0 0 0 0

0 0 0 0 0 0 0 0

0 0 0 0 0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

487 OF 517

Total Supply + Erection 0 0 0 0 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

h h=(e+f+g)

i i=(c*h) 0 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

10

SCADA System with instruments : Design, supply installatuion testing and commissioning of Substation control and data acquisitation system for the entire substation as per standard requirements of MSETCL

LS

11 11.1 11.1.1

22 kVCables to NMMC substation 22 kV Metering Kiosk 22 kV metering kiosk with two sets of 22 kV tariff metering CTs and metering PTs including sheet steel enclosed outdoor mounted as per the specification and as per the directions of the engineer in charge Supply and installation of MSETCL approved make tariff meter in the 22 kV metering kiosk including testing in MSETCL testing lab. 22 kV 3C x 300 sq. mm XLPE cable Supplying ,laying,testing and commissioning of 3C x300sq.mm 22KV (E) XLPE aluminium stranded screened conductor power cable as per the directions of the engineer in charge .The power cable is to be laid in the trench provided in 11.3 below

No

11.1.2

No

11.2 11.2.1

700

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

488 OF 517

Total Supply + Erection 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 11.2.2

b Supply installation testing and commisioning of heat shrinkable end termination joining kit suitable for 3Cx 300 sq.mm XLPE aluminium stranded conductor cable as per the directions of the engineer in charge Out door type Indoor type Making trench in earth of following type of soils and of appropiate width and of 1M depth for laying 3Cx300 sq mm XLPE cable and refilling the same with screened with sand bed of 200mm thick and covering the cable with half round RCC pipe of appropiate thickness ,size,and class all along the length of the cable and then refilling the trench with excavated earth free from stones and any other hard substance and making the surface proper with 150mm crown on the top as per directions of the engineer in charge in Hard Rock in All types of soils other than hard rock Supply and installation of 150mm dia RCC pipe of NP 3 class 1 mtr .Below the ground and joining together along with collar and back filling the excavated soil and light ramming at road crossings and at such other locations

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

a b 11.3

4 4

No No

0 0

0 0

0 0

0 0

11.3.1 11.3.2 11.3.3

200 100 6

M M M

0 0 0

0 0 0

0 0 0

0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

489 OF 517

Total Supply + Erection 0 0 0 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

a 11.3.4

b Supply and installation of galvanised cast iron cable marker 100mm dia ,6mm thick welded to 700mm long 12mm diameter iron rod with cross bar of 150mm welded at the bottom of the iron rod ,burried in trench along the cable route indicating the identification,class and depth of the cable as per the directions of the engineer in charge Sub Total 11.0- 100 kV switchyard Equipment

c 20

d Nos.

h h=(e+f+g) 0

i i=(c*h) 0

k k=(i+j) 0

m m=(l*c) 0

n n=(k+m) 0

12

Approvals, sanctions, permissions etc from statutory authorities including coordination with Electrical Inspector, MSEDCL and MSETCL office and all such offices

LS

SECTION - II Total for Switchyard Electrical works (Items 1.0 to 12.0)

Signature of Tenderer

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

490 OF 517

Total Supply + Erection 0 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total Erection Price

Total Transportatio ns

Total Supply Price Unit EREC. & COMM

b Optional Item(Not to be included in the Total for section II

h h=(e+f+g)

i i=(c*h)

k k=(i+j)

m m=(l*c)

n n=(k+m)

13 13.1

Power Transformer (Supplied by MSESTCL) Installation testing and commissioning of 100/22KV ,15/20 MVA Outdoor oil filled copper wound star-star connected +5% to -15% OLTC operated power transformer complete with all accessories ,RTCC panel etc including complete overhauling of the transformer at site.(The transformer is being released from MSETCL's existing substation at Aurangabad) including testing of transformers at existing location, in presence of MSETCL representative, dismantling, loading, transportation to location of installation, assembly of all components ,filling of transformer oil ,oil filteration conducting routine tests and specified tests at site tests prior to commissioning as per enclosed technical specifictions and the directions of engineer in charge Supply and installation of accessories and spares of the transformer for OLTC, RTCC, valves, OTI or WTI as required along with new set of gaskets for the transformers as per the directions of engineer in charge Supervision of installation by the authorised representative of the tansformer manufacturer 2 No 0

13.2

LS

13.3

Lot

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

491 OF 517

Total Supply + Erection 0 0

Excise Duty

Unit Exworks price

Total Ex works price

UNIT EXWORKS

Sr. No

Item Description Unit Qty.

Vat

Total for Item 13.0(Optional-not to be added to the main price) Notes: 1 2 3 4 In case of discrepancy between unit price and the total price, the unit price shall prevail Payment of taxes and duties indicated by the contractor shall be at actuals based on documentary evidence or the amount entered in the price schedule, whichever is lower Bidders shall quote prices for individual items as indicated in the schedules. No clubbing together of items is acceptable Quantities indicated are indicative only. Contractor shall be paid only for the actual quantities installed and unit rates shall be applicable for the same.

Signature of Tenderer

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

492 OF 517

Vol. 3 Section III- CIVIL WORKS


SR. NO. 1.00 1.1 PARTICULARS OF ITEMS Qty UNIT Rate AMOUNT

GANTRY TOWER FOUNDATIONS Excavation for foundation in earth soil of all types sand, gravel and soft murum upto a required depth including removing excavated material upto a distance of beyond preparing the bed for the foundation including shoring and strutting etc. complete. Lift upto 0 to 5 mtr. in hard murum with or without boulders etc. complete. in soft rock etc. complete. in Hard rock etc. complete Providing and laying in situ cement concrete 1:4:8 of trap metal for foundation and bedding including bailing out water manually, formwork, compacting, curing etc. complete. Providing and casting in situ cement concrete for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. column and steel stanchions including bailing out water manually, centering, formwork, compacting, finishing and curing etc. comple in M-15 in M-25 for RCC footing Providing and casting in situ cement concrete for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. column and steel stanchions including bailing out water manually, centering, formwork, compacting, finishing and curing etc. comple in M-20 for RCC columns in M-25 for RCC columns in M-25 for RCC Beams Providing and fixing in position M.S. / Tor steel bar reinforcement of various diameters for R.C.C. piles, caps, footing, foundations, slabs, beams, columns, canopies, staircase, newels, chajjas, lintels, pardies, coping, fins, arches etc. as per detailed Providing and fabricating G.I. anchor bolts with washers of required dimensions as per detailed drawing, design including threading at top of required length and providing hot dip galvanizing for bolts upto required length at top and nuts washers, mild st Providing and Fixing of bolts for Gantry foundations of various sizes using contractor's own template as per Boards drawing and design including fixing template in position in line and level and removing template after setting of concrete etc. complete. 140 420 830 150 77 Cum. Cum. Cum. Cum. Cum. 0 0 0 0 0

1.1.1 1.1.2 1.1.3 1.1.4 1.2 1.3

1.3.1 1.3.2 1.4

417 350

Cum. Cum.

0 0

1.4.1 1.4.2 1.4.3 1.5

200 15 20 50

Cum. Cum. M.T.

0 0 0

1.6

16

M.T.

1.7

932

No.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

493 OF 517

SR. NO. 1.8 1.9 1.10 1.11 1.12

PARTICULARS OF ITEMS Back filling of foundation pits with approved hard murum brought from outside and spread in layer 15 to 20 cm. including compacting, watering upto satisfaction to Engineer in charge. Providing cement plaster 20 mm. thick in two coats in cm. 1:4 without neeru finish to concrete or brick or stone surfaces in all positions including racking out joints, scaffolding and curing etc. complete. Providing and laying dry trap rubble soling in line and level of 150 to 230 mm. thick including hand packing with rubble chips watering, compacting etc. complete as directed. Disposing of balance excavated material of any kind including all leads, lifts, Lead of over distance of 25 Km. out of P.M.C. area etc. complete. Providing and applying three coars of waterfroof paint to the plastered surface of approved colour complete Gantry tower Foundations (Sub Total 1.00)

Qty 3400 270 100 3400 300

UNIT Cum. Sqm. Cum. Cum. Sqm.

Rate

AMOUNT 0 0 0 0 0 0

2.00 2.1

EQUIPMENT FOUNDATIONS Excavation for foundation in earth soil of all types sand, gravel and soft murum upto a required depth including removing excavated material upto a distance of beyond excavated area, preparing the bed for the foundation including shoring and strutting etc In earth soil of all types sand, gravel and soft murum In hard murum with or without boulders etc. complete. In soft rock etc. complete. In hard rock etc. complete Providing and laying in situ cement concrete 1:4:8 of trap stone metal for foundation and bedding including bailing out water manually formwork, compacting, curing etc. complete. Providing and casting in situ cement concrete M : 20 for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. columns and steel stanchions including bailing out water manually, centering, formwork, compaction and finishing and curing in M:20 for RCC footing etc. Complete in M:25 for RCC footing etc. Complete Providing and casting in situ cement concrete M : 20 for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. columns and steel stanchions including bailing out water manually, centering, formwork, compaction and finishing and curing for R.C.C. column including roughening the surface if special finish is to be provided etc. complete. in M : 25 for R.C.C. columns etc. complete. in M : 25 for R.C.C. beams etc. complete. 300 10 10 Cum. Cum. Cum. 0 0 0 100 300 250 650 75 Cum. Cum. Cum. Cum. Cum. 0 0 0 0 0

2.1.1 2.1.2 2.1.3 2.1.4 2.2 2.3

2.3.1 2.3.2 2.4

120 15

Cum. Cum

0 0

2.4.1 2.4.2 2.4.3

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

494 OF 517

SR. NO. 2..5

PARTICULARS OF ITEMS Providing and fixing in position M.S. / Tor steel bar reinforcement of various diameters for R.C.C. piles, caps, footing, foundations, slabs, beams, columns, canopies, staircase, newels, chajjas, lintels, pardies, coping, fins, arches etc. as per detailed Providing and fabricating G.I. Anchor bolts with washers of required dimension as per detailed drawing, design including threading at top of required length and providing hot dip galvanized for bolts upto required length at top and nuts, washers, mild st Fixing of bolts for equipment foundations of various sizes using contractors own template as per boards drawing and design including fixing template in position in line and level and removing template after setting of concrete etc. complete. Back filing of foundation pits with approved hard murum, obtained from outside (contractors murum) in 15 to 20 cm. layer including sufficient watering and compaction upto satisfaction of Engineer in charge etc. complete. Providing cement plaster 20 mm. thick in two coats in cement mortar 1:4 without neeru finish to concrete, brick or stone surface in all positions including racking out joints scaffolding and curing etc. complete. Providing and laying dry trap rubble soiling in line and level of 150 to 230 mm. thick including hand packing with rubble chips watering compacting etc. complete as directed. Disposing of balance excavated material of any kind including all leads, lifts and disposed upto a distance of 25 Km., out of P.M.C. area, lead of over 50 to 300 M. distance etc. complete. Providing and fixing formwork for pocket holes as directed including shuttering fixing in position, proper alignment in desired center line removing the shuttering after setting of concreting work, making good all damage occurred while removing of formwor Providing and applying three coars of waterfroof paint to the plastered surface of approved colour complete

Qty 25

UNIT M.T.

Rate

AMOUNT 0

2.6

2.7

M.T.

2.7

300

No.

2.8 2.9 2.10 2.11 2.12

1200 300 100 300 155

Cum. Sqm. Cum. Cum. Nos.

0 0 0 0 0

2.13

600

Sqm.

EQUIPMENT FOUNDATIONS (SUB TOTAL 2.0)

3.00

3.1.1 3.1.1

TRANSFORMER FOUNDATION Excavation for foundation in earth soil of all types sand, gravel and soft murum etc. upto any required depth including removing excavated material upto a distance of 50 meter beyond the building area and dewatering, preparing the bed for the foundation a Excavation for foundation upto 4M below ground level including removing excavated material upto a distance of 50 meter and all lifts, stacking and spreading as directed, dewatering, preparing the bed for the foundation and necessary back filling etc. in earth soil of all types in soft rock etc. complete. in hard rock complete 50 Cum. 0

3.1.2 3.1.3 3.1.4

140 270 50

Cum. Cum. Cum.

0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

495 OF 517

SR. NO. 3.2 3.3 3.4

PARTICULARS OF ITEMS Providing and laying in situ cement concrete 1:4:8 of trap stone metal for foundation and bedding including bailing out water manually, formwork, compacting, curing etc. complete. Providing and laying in situ cement concrete 1:3:6 of trap stone metal of foundation and bedding including bailing out water manually, formwork, compacting and curing etc. complete. Providing and casting in situ P.C.C. 1:2:4 of trap / granite / quartzite / gneiss metal for coping to plinth moulded or chamfered as per drawing or as directed including centering, formwork, compacting, roughening them if special finish is to be provided Providing and laying in situ cement concrete for R.C.C. work in foundation like raft, strip foundations, grillage and footing of R.C.C. columns and steel stanchions including bailing out water manually, in situ cement concrete M : 25 of trap / granite / quartzite / gneiss metal for RCC foundations in situ cement concrete M : 25 of trap / granite / quartzite / gneiss metal for R.C.C. columns in situ cement concrete M : 25 of trap / granite / quartzite / gneiss metal for R.C.C. Beam & Lintel / Wall in situ cement concrete M : 25 of trap / granite / quartzite / gneiss metal for R.C.C. slab Providing and fixing in position M.S. bar / H.Y.S.D. reinforcement of various diameters for R.C.C. piles, caps, footing, foundations, slabs, beams, columns, canopies, staircase, newels, chajjas, lintels, pardies, coping, fins, arches etc. as per detailed Providing IInd class burnt brick masonry with conventional type bricks in C.M. 1:6 in foundation and plinth on inner walls / in plinth external walls including bailing out water, striking joints on unexposed faces, racking out joints on exposed faces, nec Providing and fixing 45 cm. wide steel ladder of 40 mm. x 6 mm. M.S. flat stringers and steps 16 mm. dia. with steel bar for tank including fixing in 1:2:4 cement concrete block 60 cm. x 30 cm. x 30 cm. painting the ladder with Two coats of oil paint over Providing internal cement plaster 20 mm. thick in two coats in cement mortar 1:4 with cement finish to concrete, brick surface in all positions including providing fine cement finish 1.5 mm. thick over green plaster surface including scaffolding curing et Providing and fixing in position M.S. plate of 10 mm. thick of size 250 x 300 mm. including cutting, welding of dia. U bar hold fast fixing in position as per detailed drawing etc. complete. Providing 12 mm. thick integral finishing in cement mortar 1:3 including smooth cement finish and with using water proofing compound as per manufactures instruction, curing etc. complete. Providing supplying and filling in required area in transformer foundations plinth with approved quality etc. complete. (The filled up volume will be paid.) with 20 mm. size trap stone metal with 40 to 60 mm. size trap stone metal Providing and constructing brick masonry chamber 90 x 45 cm. and 90 cm. to 150 cm. in depth including 1:4:8 cement concrete foundation, M 15 cement concrete channels, brick masonry, plastering inside and outside, air tight C.I. lid with frame fixed in c

Qty 12 15 8

UNIT Cum. Cum. Cum.

Rate

AMOUNT 0 0 0

3.5 3.5.1 3.5.2 3.5.3 3.5.4 3.6

20 15 5 2 10

Cum. Cum. Cum. Cum. M.T.

0 0 0 0 0

3.7

100

Cum.

3.8

Rmt.

3.9

400

Sqm.

3.10 3.11 3.12 3.12.1 3.12.2 3.13

30 200

Nos. Sqm.

0 0

105 155 20

Cum. Cum. No.

0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

496 OF 517

SR. NO. 3.14

PARTICULARS OF ITEMS Providing and laying concrete pipes of ISNP 300 mm. dia. in proper line, level and slope including necessary excavation in all types of strata, fixing of collars, filling joints in cement mortar 1:1 curing refilling, ramming etc. complete. Providing and fixing R.C.C. cover of 3 thickness over manhole and inspection chambers including mild steel / tor steel reinforcement, fixing in cement concrete 1:2:4, curing etc. complete. (1.15 x 0.6/meter size) Providing and fixing R.C.C. pipe of 150 mm. diameter in proper line and level and slope etc. including necessary excavation in all strata, fixing of collers, filling joints in cement mortar 1:1, curing back filling the trench etc. all as directed by Engin Providing and fixing of 105 / 90 lbs rail poles on transformer plinth in required line, level and gauge specified including cutting, welding, transporting from store to site fixing with welding on M.S. plate and painting with two coats of oil paint over o Conveying of excavated material like soft murum, boulders by any means including loading, unloading disposing out side P.M.C. area or as directed by Engineer in charge etc. complete. (Rd. 18 / 197) Extra over and above for procurement of free sale cement from open market including loading unloading etc. complete. Contractor will have to produce receipt of authorised dealer only for purchase of cement and payment will be made on actual cost differenc Transformer Foundadtions(Sub Total 3.00)

Qty 300

UNIT Rmt.

Rate

AMOUNT 0

3.15 3.16

1 250

No. Rmt.

0 0

3.17

M.T.

3.18 3.19

600 50

Cum. M.T.

0 0

4.00 4.1.1

CABLE TRENCHES Excavation for foundation in earth soils of all types sand, gravel and soft murum upto any required depth including removing the excavated material upto a distance of 50 meters beyond the excavated area and stacking, spreading as directed, preparing the b but excavation in hard murum with or without boulders etc. complete. Providing soling using 80 mm. size trap metal in 15 cm. layer including filling laid with hand packing and compacting etc. complete. Providing and laying in situ cement concrete 1:4:8 of trap metal for foundation and bedding including bailing out water manually, formwork, compacting, curing etc. complete. Providing IInd class B.B. masonry with conventional / I.S. types in C.M. 1:6 in foundation and plinth of inner walls / in plinth of external walls including bailing out water, striking joints on unexposed faces, racking out joints on exposed faces, wateri Providing and casting in situ cement concrete 1:2:4 of trap / quartzite / gneiss / metal for coping to plinth or parapet moulded or chamfered as per drawing or as directed including centering, formwork, compacting, roughening them if special finish is to 830 Cum. 0

4.1.2 4.2 4.3 4.4

200 180 8 250

Cum. Cum. Cum. Cum.

0 0 0 0

4.5

25

Cum.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

497 OF 517

SR. NO. 4.6 4.7

PARTICULARS OF ITEMS Providing cement plaster 20 mm. thick in two coats in cm. 1:4 without neeru finish to concrete / brick surface in all positions including scaffolding and curing etc. complete. (Bd. L 4 / 368) Providing and fabricating structural steel work in rolled sections like joists, channels, angles, tees and foundations bolts, nuts, washers, gusset and stiffen plates as per detailed design and drawing including fixing in position with connecting plates w Providing and supplying factory made presresed cable trench covers of required size and length as directed by Engineer in charge. The technical details including R.C.C. concrete of M : 40 grade high tension wire of 4 mm. dia. 8 nos. and width 300 mm., thickness of covers 60 mm. with neat cement finish on all sides and griding of external edges of H.T. wire and providing non corrosive lifting arrangement at two places of cover top, c Laying of cable trench covers, supplied under above item in proper line and position including conveying without damaging etc. complete. Cable Trenches(Sub Total 4.00)

Qty 2000 6

UNIT Sqm. M.T.

Rate

AMOUNT 0 0

4.8

700

Sqm.

4.9

700

Sqm.

5.00 5.1 5.2 5.3 5.4 5.4.1 5.4.2 5.5.

METAL SPREADING Dressing sub - station yard to the required level including necessary excavation and filling low lying area, removing unwanted material, lying on site including watering, compacting by roller. Providing, and supplying stacking 40 mm size machine crushed trap stone metal free from impurities as directed by the Engineer-in-charge etc. complete. (Stack mment will be paid for) Providing, and supplying stacking 20 mm size machine crushed trap stone metal free from impurities as directed by the Engineer-in-charge etc. complete. (Stack mment will be paid for) Spreading of following materials : Spreading of 40 mm size trap stone metal in 65 mm. thick layer as directed by the Engineer-in-charge etc. complete. Spreading of 20 mm. size metal in 30 mm thick layer as per the instructions etc. complete. Rd 29 Providing and laying following dia B class GI pipe with screwed socket joints and necessary GI fitting such as socket, backnut, elbows, bends, tees, plugs, reducers or enlargers, clamps, union etc. comp including excavation of trenches for pipe line and 50 mm dia. 25 mm dia 15 mm dia. Providing and fixing 15 mm. dia complete. screw down bib/stop tap of brass including necessary socket union nut 200 120 100 50 Rmt. Rmt. Rmt. No. 0 0 0 0 7,500 300 450 Sqm. Cum. Cum. 0 0 0 0 300 450 Cum. Cum. 0 0

5.5.1 5.5.2 5.5.3 5.6

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

498 OF 517

SR. NO. 5.7.1 5.7.2 5.7.3 5.8

PARTICULARS OF ITEMS Providing and fixing screw down 50 mm. dia wheeled stop tap of brass including necessary sockets/union nut complete. Providing and fixing screw down 25 mm. dia. gun metal / brass wheeled stop tap including necessary sockets/union nut complete. -- do as per Item No. 8 b. but for 20 mm. dia gun metal / brass wheeled stop tap including necessary sockets/union nut complete. Providing and fixing precast R.C.C. collars for earth pits of 800 mm outer dia and 600 mm long with collar wall thickness of 45 mm with smooth finish including necessary excavation, transportation and fixing in proper position to earthing pipes including Metal Spreading(Sub Total 5.00)

Qty 4 4 4 50

UNIT No. No. No. No.

Rate

AMOUNT 0 0 0 0

6.00 6.1

WBM Road Excavation for road way in earth soil of all sorts, sand, gravel or soft murum etc. including dressing section to the required grade, camber and side slopes and conveying the excavated material with all lift upto 50 m. and spreading for embankment or stac -- do -- as per Item No. 1 but in hard murum with or without boulders etc. complete. Supplying and stacking 60 to 80 mm. trap / granite / quartzite / gneiss metal including conveying as directed by Engineer in charge etc. by breaking boulder etc. complete. (Stack measurements will be paid.) Spreading of 60 to 80 mm. size metal including hand packing, sectioning required grade, camber etc. complete. Supplying and stacking hard murum / kankar including all lead, lift with required thickness etc. complete. Spreading of hard murum, kankar including laying in layers, leveling etc. complete. Supplying and stacking 40 mm. trap / granite / quartzite / gneiss metal including conveying, stacking by breaking or boulders etc. complete. (Stack measurement will be paid.) Spreading of 40 mm. size metal including sectioning, grade, camber with hand packing etc. complete. Supplying and stacking soft murum of good quality etc. complete. (Stack measurement will be paid.) Spreading of sot murum in layers, leveling etc. complete. Compacting the sub grade over size metal to required thickness (100 mm. compacted two layer) with power rollers including necessary labour material with artificial watering etc. complete. Compacting hard murum, soft murum with power roller including necessary labour, material, artificial watering etc. complete. Disposing of balance excavated material with all lead and lift disposed out of P.M.C. area etc. complete. Lead upto 20 Kms. WBM Road ( Sub Total 6.00) 900 Cum. 0

6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 6.11 6.12 6.13

50 400 400 160 160 150 150 150 150 3200 3500 1000

Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Cum. Sqm. Sqm. Cum.

0 0 0 0 0 0 0 0 0 0 0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

499 OF 517

SR. NO.

PARTICULARS OF ITEMS

Qty

UNIT

Rate

AMOUNT

7.00 7.1 7.2 7.3

ASPHALTING Picking the road surface including sectioning etc. complete. Providing and supplying, stacking machine crushed and spreading 40 mm. metal on the W.B.M. road surface for leveling, pot holes etc. and compacting with power roller etc. complete. Providing 50 mm thick full grout bituminous road surface including supplying all materials, preparing the existing road surface, laying the required thickness of metal layer heating & spraying bitumen spreading chips, laying seal coat & compacting complet Asphalting (Sub Total 7.00) 250 10 250 Sqm. Cum. Sqm. 0 0 0

8.00 8.1.1

Water supply Excavation for foundation in earth soils of all types sand, gravel and soft murum upto any required depth including removing excavated material upto a distance of 50 meter beyond building line, stacking, spreading, shoring, strutting, preparing the bed fo -- do -- as above Item No. 1 a. but excavation in hard murum with or without boulders etc. complete. Providing and laying in situ cement concrete in 1:4:8 for foundation and bedding of trap / granite / quartzite / gneiss metal including bailing out water, formwork, compacting and curing complete. Providing 2nd class B.B. masonry in cement mortar 1:6 in foundation and plinth using I.S. type / conventional brick including bailing out water striking joints on unexposed faces racking out joints on exposed faces and watering etc. complete. Providing and casting cement concrete M 150 grade of trap / granite / quartzite / gneiss metal for coping to the plinth or parapet moulded, chamfered as per drawing as directed, compaction, formwork, curing etc. complete. Providing and casting in situ cement concrete M:25 of trap / granite / quartzite / gneiss metal for R.C.C. slabs, landing as per detailed design and drawings including centering, formwork, compacting, curing, roughening the surface if special finish is to Providing and fixing in position M.S. or Tor steel reinforcement of various dia. for footing slabs, beams, columns etc. as per detailed design or drawing or schedule including cutting, bending, hooking the bar, binding with 8 SWG binding wires or tack wel Providing 20 mm. thick internal cement plaster in cement mortar 1:4 in two coats to concrete or brick surface with 1.50 mm. thick neat cement finish with using water proof provides 1 Kg. / bag of cement curing etc. complete. 65 Cum. 0

8.1.2 8.2 8.3

10 8 20

Cum. Cum. Cum.

0 0 0

8.4

Cum.

8.5

Cum.

8.6

M.T.

8.7

100

Sqm.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

500 OF 517

SR. NO. 8.8

PARTICULARS OF ITEMS Providing sand faced plaster externally in cement mortar using approved screened sand, in all positions including base coat of 15 mm. thick in cement mortar 1:4 curing the same for not less than 2 days and keeping the surface of the base coat rough to rec Providing and fixing 50 mm. thick R.C.C. chamber cover of size 900 x 450 mm. including fixing etc. complete. Providing and fixing Kirloskar make 3 H.P. monoblock pump set of model No. KDS 335 / 3 H.P. 3 dia. 50 x 40 mm. suction and delivery size with concrete pedestal, foundation bolt, frame, earthing to pump etc. complete. Suction Accessories Providing suction accessories of 50 mm. dia. with brass heavy duty float valve hex nipple, union, socket, bend with G.I. flanges for connecting pipe to tank bottom level etc. complete. Delivery Accessories Providing delivery accessories of 40 mm. dia. G.I. bend, socket, union, hex nipple, G.I. flanges for delivery pipe with 40 mm. dia. brass heavy duty non return valve (Horizontal type) with union socket, providing fixing 40 mm. dia. Electrical Accessories Providing and erecting electrical accessories such as starter LTK 3 phase one Nos. main switch 460 V x 15 of stonly make, capacitor MCB single phase preventor volt meter, ammeter, panel box with panel box internal wiring etc complete Providing, laying and fixing armode copper cable of I.S.I. mark of 2.50 sqm. size 3 phase supply including laying, fixing etc. with necessary excavation, back filling etc. complete. Extra over and above for procurement of free sale cement from open market including loading unloading etc. complete. Contractor will have to produce receipt of authorised dealer only for purchase of cement and payment will be made on actual cost differenc Water Supply(Sub Total 8.00)

Qty 40

UNIT Sqm.

Rate

AMOUNT 0

8.9 8.10

1 1

No. No.

0 0

8.11.1 8.11.2

1 1

No. No.

0 0

8.11.3

No.

8.12 8.13

50 20

Rmt. M.T.

0 0

9.00 9.1.1

WATER DRAINAGE Excavation for foundation in earth soil of all types sand, gravel and soft murum upto a required depth including removing excavated material upto a distance of 50 meter beyond the building area preparing the bed for the foundation including shoring and strutting -- do -- all as above Item No. 1 a. but excavation in hard murum with or without boulders etc. complete. Providing and laying dry trap rubble soling in line and level of 150 to 230 mm. thick including hand packing with rubble chips watering, compacting etc. complete as directed. Providing and laying in situ cement concrete 1:4:8 of trap metal for foundation and bedding including bailing out water manually, formwork, compacting, curing etc. complete. 510 Cum. 0

9.1.2 9.2 9.3

340 166 75

Cum. Cum. Cum.

0 0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

501 OF 517

SR. NO. 9.4

PARTICULARS OF ITEMS Providing and casting in situ cement concrete 1:2:4 for R.C.C. work like raft, grillage, strip, foundations and footing of R.C.C. column and steel stanchions including bailing out water manually, centering, formwork, compacting, finishing and curing etc. -- do -- as per Item No. 4 but for pardi etc. complete. Providing and fixing 110 mm. dia. P.V.C. pipe as weep holes as per detailed drawing including cutting pipes, fixing in walls etc. complete. Providing and fixing in position M.S. / Tor steel bar reinforcement of various diameters for R.C.C. piles, caps, footing, foundations, slabs, beams, columns, canopies, staircase, newels, chajjas, lintels, pardies, coping, fins, arches etc. as per detailed Providing cement plaster 12 mm thick in single coat in cement mortar 1:4 with neeru finish to RCC slab, chajja, ceilings, surface in all position including scaffolding curing etc. complete. (Bd-L 2/368 / Bd-L-10/370) Extra over and above for procurement of open market cement as per ISI standard including testing, all lead, lift, taxes etc. complete. Disposing of balance excavated material of any kind including all leads, lifts, Lead of over distance of 25 Km. out of P.M.C. area etc. complete. Water Drainage(Sub Total 9.00)

Qty 45

UNIT Cum.

Rate

AMOUNT 0

9.5 9.6 9.7

155 90 9

Cum. Rmt. M.T.

0 0 0

9.8 9.9 9.10

2000 85 850

Sqm. M.T. Cum.

0 0 0

10.00 10.1

CONTROL ROOM ( UP TO PLINTH) Excavation for foundation in earth soil of all types sand gravel and soft murum upto 5.00 Mtr. below Ground level including removing the excavated material upto a distance of 50 Mtr. beyond the building area and all lift stacking and spreading as directed -- do -- as per Item No. 1 but excavation in hard murum with or without boulders etc. complete. (Provisional Item Only.) -- do -- as per Item No. 1 but excavation in soft rock etc. complete. (Provisional Item Only.) Providing and laying in situ cement concrete 1:4:8 i.e. M-75 using 40 mm. graded metal for foundation and bedding of column, footing, beams, flooring sub grade etc. including dewatering formwork, compaction, curing etc. complete. Providing and laying in situ cement concrete 1:3:6 for foundation flooring of trap metal including dewatering, formwork etc. complete. Providing and laying dry trap stone rubble soling in plinth below flooring and foundation bedding as per detailed drawing of sub grade 15 cm. to 23 cm. thick including hand packing, compaction etc. complete.

500

Cum.

10.2 10.3 10.4

90 30 50

Cum. Cum. Cum.

0 0 0

10.5 10.6

14 110

Cum. Cum.

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

502 OF 517

SR. NO. 10.7

PARTICULARS OF ITEMS Providing and laying in situ plain or reinforced cement concrete M-25 grade (cement concrete M : 250) with approved 20 mm. size graded machine crushed trap stone aggregate for foundation and footings of columns including dewatering, formwork mechanical co Providing and laying in situ plain or reinforced cement concrete M-25 (cement concrete M : 25) with 20 mm. size graded machine crushed trap stone metal for column below ground upto plinth including all lifts, finishing the formed surfaces with plaster in Providing and casting in situ cement concrete (M-25) of trap metal machine crushed for R.C.C. plinth beam as per detail design and drawing or as directed including dewatering, centering formwork, compaction, finishing the formed surface with cement mortar Providing and cleaning, cutting, hooking etc. and placing in position as per detailed drawing or as directed high, yield strength deformed bars Tor / MS plain bars to IS : 178 / and 432 in all cement concrete works of foundation columns, beams etc. at all Providing and constructing IInd class burnt brick masonry of conventional bricks in CM 1:6 at all heights including dewatering, striking joints on unexposed faces and racking out joints on the exposed faces, watering, and scaffolding etc. complete. Filling in plinth and floors with approved quality excavated materials in 15 cm. to 20 cm. layers including watering and compaction etc. complete as per detailed drawing. -- do as per Item No. 13 a. but with contractors own good quality hard murum brought from outside source etc. complete. Providing and casting in situ cement concrete M-150 (1:2:4) of trap metal for coping to plinth or parapet moulded or flooring or chamfered as per drawing or as directed including centering, formwork, compaction, finishing with sufficient minimum thickness Extra over and above for procurement of free sale cement from open market including loading unloading etc. complete. Contractor will have to produce receipt of authorised dealer only for purchase of cement and payment will be made on actual cost differenc Control Room - Up to plinth ( Sub Total 10.00)

Qty 80

UNIT Cum.

Rate

AMOUNT 0

10.8

20

Cum.

10.9

15

Cum.

10.10

10

M.T.

10.11

25

Cum.

10.12.1 10.12.2 10.13

110 100 23

Cum. Cum. Cum.

0 0 0

10.14

100

M.T.

11.00 11.1

CONTROL ROOM SUPERSTRUCTURE Providing and laying in situ cement concrete M-25 grade with 20 mm. aggregate trap stone for column above ground level all lifts, finishing the formed surface in CM 1:3 of sufficient thickness to give as even surface or roughening if special finish is to Providing and casting in situ cement concrete (M-25) trap metal for R.C.C. beams and lintels as per detailed design and drawing or as directed including dewatering, centering formwork, compaction finishing the formed surfaces with CM 1:3 of sufficient thi 60 Cum. 0

11.2

65

Cum.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

503 OF 517

SR. NO. 11.3a

PARTICULARS OF ITEMS Providing and casting in situ cement concrete (M-25) of trap metal for R.C.C. slab and landing of all thicknesses as per detailed design and drawing including canopy, slabs including formwork, compacting and giving form finish surface to the satisfaction -- do -- as per Item No. 3 a. but for R.C.C. chajja M-25 etc. complete. (Bd. F 9 / 302) Providing and laying in situ reinforcement cement concrete M-25 grade (cement concrete M:25) for pardi or fins etc. less than 100 mm thick with approved 20 mm size graded trap stone aggregate including formwork scaffolding finishing the surface with rough Providing cleaning, cutting, bending hooking etc. and placing in position as per detailed drawing or as directed by Engineer-in-Charge high yield strength deformed bars (Tor / MS plain bars of various diameters confirming to IS 178 and 432 in all cement c Providing 12 mm thick integral finish in CM 1:3 including water proofing compound to concrete surface including scaffolding, finishing, keeping proper slope, curing etc. complete as directed including testing of slab by impounding the water as directed. Providing and constructing second class burnt brick masonry in superstructure above plinth using conventional bricks in cement mortar 1:6 at all heights including racking out joints, watering and scaffolding etc. complete. Providing and constructing in superstructure second class burnt brick masonry in CM 1:4 in half brick thick wall including mild steel longitudinal reinforcement of 2 bars of 6 mm diameter 2 hoop iron strips 25 mm x 1.6 mm (16 gauge) at every third layer, Providing fabricating and fixing in position aluminum door with powder coating with approved colour including frame in single / double / leaf, double swing shutter using approved I.S. aluminum anodized sections, supplying and fixing 5.5 mm thick plain gla Providing and fixing teak wood double or single leaf fully paneled doors 35 mm thick shutter and 25 mm thick panels with openable fanlight as per detailed drawing including teak wood frame of size 125 x 60 mm and teak wood shutter, bottom rail, lock rail Providing and fixing solid core flush door in single leaf 32 mm thick commercial type as per detailed drawing including teak wood door frame of size 125 mm x 60 mm with wrought iron hold fasts, aluminum anodized fixtures and fastenings and handles on both Providing and fabricating and fixing in position aluminum windows and ventilators (openable or fixed or sliding) of standard aluminum anodized I.S. sections with applying powder coating as per required colours and as per manufacturing specifications inclu Providing cement plaster 12 mm thick in single coat in cement mortar 1:4 with neeru finish to RCC slab, chajja, ceilings, surface in all position including scaffolding curing etc. complete. (Bd-L 2/368 / Bd-L-10/370) Providing cement plaster 20 mm thick in two coats in cement mortar 1:4 with neeru finish to RCC / brick / stone surface complete at all lifts all as per detailed specifications and directions of Engineer-in-Charge.

Qty 110

UNIT Cum.

Rate

AMOUNT 0

11.3b 11.4

12 1

Cum. Cum.

0 0

11.5

30

M.T.

11.6

675

Sqm.

11.7

190

Cum.

11.8

25

Sqm.

11.9

30

Sqm.

11.10

17

Sqm.

11.11

27

Sqm.

11.12

70

Sqm.

11.13 11.14

480 1540

Sqm. Sqm.

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

504 OF 517

SR. NO. 11.15

PARTICULARS OF ITEMS Providing sand faced plaster 20 mm thick in two coats to all brick / stone masonry surfaces in cement mortar 1:4 using approved quality sand and in all positions including base coat, scaffolding, keeping the surfaces of the base coat rough to receive the Providing rough coat cement plaster with cement mortar 1:4, 25 mm thick in two coats to concrete brick or stone masonry surface in all position including scaffolding and curing etc. complete Providing and laying polished kotah stone slabs flooring 25 mm thick of required size (60 mm x 450 mm) diamond pattern or other approved pattern on a bed of 1:4 cm or 1:2 lime mortar including cement float, filling joints with neat cement slurry, curing, -- do -- as per Item No. 17 a. but for dado and skirting etc. complete. Providing and laying marble mosaic tiles of approved pattern with white and coloured marble chips upto the maximum size 6/12/20 for flooring in required position set on a bed of 1:6 c.m. including neat coloured cement slurry, curing polishing and rubbing -- do -- as per Item No. 18 a. but for dado & skirting etc. complete. Providing, laying and fixing granite stone slab of 12 to 15 mm. thick of approved make and shade for floor and skirting and architectural pattern portion with smooth machine polish rounding edges if required laid in cm. 1:4 with extra cement for fixing th Providing and laying ceramic tiles of approved size 300 x 300 mm. with 7 mm. thick for flooring in required position on a bed of CM 1:4 including neat cement slurry, curing and cleaning etc. complete. -- do -- as per Item No. 19 a. but acid resisting Endura make tiles for flooring etc. complete. Providing and fixing ceramic tiles of approved size of 300 x 300 x 7 mm. thickness for dado and skirting in required position laid on a plaster of CM (1:4) 12 to 20 mm. thick including all special required like round corner tiles, angles cups etc. filling -- do as per Item No. 20 but acid resisting tiles for dado and skirting etc. complete. Providing and laying interlocking concrete paving blocks of 80 mm. thick of selected pattern and colour including laying of sand / grit cushioning of 25 mm. thick bed including laying, levelling with proper sloe, cement mortar 1:4 etc. complete. Providing and fixing Orrisa pattern white glazed earthenware first quality 625 x 450 mm. water closet pan of approved make including P or S trap C.I. soil and vent pipe upto the connecting chamber, all net in bedding with 10 litre capacity fiber flush Providing and fixing white glazed earthwire large flat back urinal 610 mm. x 400 mm. x 380 mm. with concealed walls, hangers approved cistern 5 liters capacity PVC with fittings like PVC connection stop cock, brackets etc. G.I. flush pipe 20 mm. and 22 mm Providing and fixing white glazed earthenware wash hand basin of approved make 550 mm. x 400 mm. including best quality chromium plated brass screw down pillar cock G.I. pillar trap rubber plug and brass chain brass stop cock with PVC inlet connection PVC

Qty 2200

UNIT Sqm.

Rate

AMOUNT 0

11.16 11.17a

1,200 310

sq.M Sqm.

0 0

11.17b 11.18 a.

12 110

Sqm. Sqm.

0 0

11.18 b. 11.18 c.

12 70

Sqm. Sqm.

0 0

11.19 a. 11.19 b. 11.20.

20 40 60

Sqm. Sqm. Sqm.

0 0 0

11.21 11.22.

50 250

Sqm. Sqm.

0 0

11.23.

No.

11.24.

No.

11.25.

No.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

505 OF 517

SR. NO. 11.26.

PARTICULARS OF ITEMS Providing and fixing 1st class glazed earthenware pre-casted type soap dish of size 150 x 150 mm. in CM 1:4 of approved type at all position including necessary cutting holes in walls and finishing the joints with neat white or coloured cement slurry all Providing and fixing chromium plated brass towel rod 25 mm. diameter and 600 mm. long on teack wood plank 20 mm. thick and 100 mm. wide including all fixtures, painting with oil painting with oil paint etc. complete. Providing and fixing in position a set of 4 heavy type chromium plated brass double pointed pegs over teak wood moulded patti with formica facing and of overall size 600 mm. x 100 mm. x 20 mm. on teakwood embedded blocks with polishing etc. complete as di Providing and fixing stainless steel sink of approved make with drain board sink 470 mm. x 940 mm. with board 432 mm. 381 mm. in battery room including one cold water screw down chromium plate pillar cock CP pillar, trap C.I. brackets rubber plug with bra Providing and fixing in position G.I. pipes of sizes specified B class medium type screwed socket joints and necessary fittings such as sockets, reducers, enlargers, unions, clamps etc. including necessary excavation in trenches and back filling and fix 15 mm. diameter. 20 mm. diameter. 25 mm. diameter. 40 mm. diameter. Providing and fixing in position 15 cm. diameter heavy duty brass bib taps including necessary sockets union etc. complete. Providing and fixing in position 25 mm. diameter I.S.I. mark gate valve of approved manufacture and tested quality including necessary sockets, union, nut, brick masonry chamber with C.I. frame and lid and locking arrangement etc. complete. Providing and Fixing in position PVC Sintex make water storage tank with lid of 1100 mm. diameter and 1200 mm. height with all necessary fittings of inlet outlet overflow scourvent pipe brass ball cock for inlet etc. including erecting on roof slab on p Providing and fixing in position 100 mm. diameter nahani trap with long nose including grating and piece of G.I. pipe upto outside face of wall and necessary connection with the chambers etc. complete. Providing and fixing C.I. soil pipe / vent pipe with necessary fixtures and fittings such as bends, tees, single junction, double junctions, slotted vent offsets on walls with clamping or in the ground including excavation, laying, refilling, trenches etc a. 75 mm. dia. b. 110 mm. dia.

Qty 1

UNIT No.

Rate

AMOUNT 0

11.27.

No.

11.28.

No.

11.29.

No.

11.30.

a. b. c. d. 11.31. 11.32.

15 20 40 80 5 2

Rmt. Rmt. Rmt. Rmt. No. No.

0 0 0 0 0 0

11.33.

1000

Per Lit.

11.34. 11.35.

No.

10 25 50

Rmt. Rmt. Rmt.

0 0 0

11.36.

Providing and fixing 110 mm. diameter PVC rain water pipe including necessary fittings such as bends offsets, shoe and painting with oil paint.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

506 OF 517

SR. NO. 11.37 a.

PARTICULARS OF ITEMS Providing and constructing inspection chambers of 230 mm. thick 2nd class brick masonry work 900 mm. x 450 mm. clear size including cement concrete M : 75 grade bed concrete M : 150 grade channel, plastering, inside and outside exposed surface of brick ma -- do -- as per Item No. 37 a. but 600 mm. x 450 mm. Providing and fixing 150 mm. x 100 mm. salt glazed stoneware gully trap in CM 75 grade outside the building C.I. grating, connecting glazed stoneware pipe brick masonry chamber 225 mm. x 300 mm. with C.I. lid and frame fixed in M : 150 grade concrete copi Providing and fixing in position best quality kohinoor or equivalent make 600 mm. x 400 mm. size plain glass mirror with 16 mm. dia. nickel plated towel rod and 6 mm. thick plywood packing chromium plated brass brackets 600 x 100 x 6 mm. thick glass shelf Providing and fixing in position hydraulic door closure of approved ISI mark at all position etc. complete. Providing cement plaster 12 mm. thick in single coat in CM 1:4 with cement finish in all positions including scaffolding curing etc. complete for cable trenches. Providing structural steel work in rolled section like joists, channels, singles, tees etc. as per detailed design and drawing including fixing in position with connecting plate, braces, cleats etc. with welding and painting 2 coats of oil paints over one Providing and fixing MS grill fabricated out of 40 mm. diameter M.S. medium class pipe at top 12 mm. square bars at 125 mm. centers and at the top and bottom 25 mm. square bars 150 mm. center M.S. flat 30 x 5 mm. size at bottom including necessary fabrica Providing and fixing high strength aluminium alloy grill with approved design including fixtures for fixing to the wall / window as per manufactures specification aluminum grill with F channel drilling, cutting etc. complete. (AL 103 type 7.5 to 8 mm. Providing and fixing hot dip galvanised welded mesh (125 mm. x 25 mm.) on 40 x 6 mm. size M.S. flat frame for opening, complete at all heights and as directed including painting the flat with 2 coats of oil paints etc. complete. Providing and applying white wash in 2 coats on new plastered surface of slab ceiling including scaffolding and preparing the surface by brushing and brooming down etc. complete. Providing and applying priming coat to concrete / masonry / asbestos / plastered surface including scaffolding if necessary, preparing the surface thoroughly, cleaning oil, grease dirt and other foreign material etc. complete. Providing and applying washable oil bound colour and distemper of approved colour shade to new surface in 2 coats on base coat of approved make primer including scaffolding preparing the surface to receive the priming and finishing coats complete as per d -- do -- as per Item No. 47 a. etc. complete. (Priming Coat)

Qty 3

UNIT No.

Rate

AMOUNT 0

37 b. 11.38.

3 3

No. No.

0 0

11.39.

No.

11.40. 11.41. 11.42.

2 80 2

No. Sqm. M.T.

0 0 0

11.43.

10

Sqm.

11.44.

70

Sqm.

11.45.

Sqm.

11.46. 11.47 a.

1930 1540

Sqm. Sqm

0 0

11.47 b.

1540

Sqm.

11.48 a.

2250

Sqm.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

507 OF 517

SR. NO. 11.48 b.

PARTICULARS OF ITEMS Providing and applying water proof exterior PKSHC emulsion, Apex or other (Asian) make paint equivalent quality approved colour and shade in two coats with approved primer to the plastered surface at all height including scaffolding preparation of surface Providing and applying 3 coats of acid resisting (epoxy base) paint of approved make and shade to plastered / wooden surface in all positions including scaffolding, if necessary preparation of surface and priming coat etc. complete. Providing and fixing in position marble year plate of size 400 mm. x 300 mm. x 20 mm. thick with engraved figures and letters with approved black Japan as directed including fixing in cement mortar 1:4 at all heights all as per detailed specifications and Providing and laying 100 mm. diameters salt glazed stone ware pipe on 1:4:8 C.C. bed in proper slope including all fittings such as bends, tees, single or double junctions, testing, refilling of trenches etc. complete including excavations in all types of Providing and excavation of sock pit of size 2000 mm. x 1500 mm. x 1200 mm. deep in all type of soils soft murum, hard murum filling the trenches with brick bat aggregate, covered with bitumen coated bamboo matting 200 mm. below ground level and top fille Providing and laying aluminum checkered plate for cable trench covers of thickness (3.00 + 1.00) mm. checkered 400 mm. shall be width of each fixed on M.S. angle frame made out of angle of size 25 mm. x 25 mm. x 3 mm. both side diagonal and border angles Providing and applying sandtex matt finish in two coats over one coat super snowcem to any surface of approved colour and shade including scaffolding preparing the surface to receive priming coat and finishing etc. complete. Providing and laying 40 mm. x 40 mm. aluminum square water spout including providing hole to RCC or brick work etc. complete. Providing and fixing marble partition between urinal and wash basin of 40 mm. thickness and of required heights including fixing etc. complete. Providing and fixing Hume pipe septic tank 1200 mm. dia. with vent pipe and cowl including necessary excavation and laying in position including providing soak pit of required size as directed by Engineer in charge. Providing and constructing brick masonry intercepting trap chamber 900 x 450 mm. including excavation, C.C. 1:4:8 foundation C.C. 1:2:4 channels / half round glazed stone ware pipe channel, salt glazed stoneware intercepting trap with robing pipe set in 1 Providing and applying water proof algiproof water, weather proof compound for slab and beams, with ISI mark etc. complete as directed by the manufacture etc. complete. Providing and fixing sun control film (polyester) & approved sample and of approved shade and quality by Engineer in charge to glass panes including parting to glass with all labour cutting and westage etc. complete.

Qty 2250

UNIT Sqm.

Rate

AMOUNT 0

11.49.

90

Sqm.

11.50.

No.

11.51.

15

Rmt.

11.52.

No.

11.53.

30

Sqm.

11.54.

50

SQ.M

11.55. 11.56. 11.57.

22 1 1

No. No. No.

0 0 0

11.58.

No.

11.59. 11.60.

13 70

Kg. Sqm.

0 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

508 OF 517

SR. NO. 11.61. 11.62.

PARTICULARS OF ITEMS Providing patti on plastered surface 12 to 15 mm. thick and 100 mm. wide in CM 1:3 in line and level including neat finishing, curing, scaffolding etc. complete. Providing and laying leak-proof tar felt five course treatment including laying water proofing primer laying a coat of hot bitumen at 12 Kg. / 100 Sqft. Laying leak proof felt again laying hot asphalt of 13 Kg. / 100 Sqft. and spreading grit of 20 Ft. / 1 Providing and fixing chiken mesh jalli (24 guage) at the juction of 2 different surface or different materials component at the fime of plastering to prevent cracking in plaster surface as and where as directed at all floors with all leads and lifts etc. Providing and fixing M.S. collapsible steel gate in two leaves with hot rolled vertical channels of 18 x 9 x 3 mm. minimum size crossing of M.S. flats of size 18 x 5 mm. Tand or E section for runner of minimum size 40 x 12 mm. with rollers, wheels confirm Extra over and above for procurement of free sale cement from open market including loading unloading etc. complete. Contractor will have to produce receipt of authorised dealer only for purchase of cement and payment will be made on actual cost differenc Control Room Super structure( Sub Total 11.00)

Qty 50 680

UNIT Rmt. Sqm.

Rate

AMOUNT 0 0

11.63.

80

Sqm.

11.64.

14

Sqm.

11.65.

150

M.T.

12.00 12.1.1

CHAIN LINK FENCING AND GATES Excavation for foundation in earth soils of all types sand, gravel and soft murum upto any required depth including removing excavated material upto a distance of 50 meter beyond building line, stacking, spreading, shoring, strutting, preparing the bed fo -- do -- as per Item No. 1 a. but excavation in hard murum with or without boulders etc. complete. (Bd. A 3 / 259) Providing and casting in situ cement concrete 1:4:8 of trap stone metal for foundation and bedding including bailing out water, formwork, compacting, curing etc. complete. Bd. E / Page No. 287 Providing and casting in situ cement concrete M : 15 of trap stone metal for strips foundation etc. including formwork, scaffolding, compaction and curing and roughening including special finish etc. complete. (Excluding steel reinforcement) Providing and fixing in position M.S. or Tor steel reinforcement of various dia. for footing slabs, beams, columns etc. as per detailed design or drawing or schedule including cutting, bending, hooking the bar, binding with 8 SWG binding wires or tack wel Providing and constructing U.C.R. masonry of trap stone in cement mortar 1:6 foundation and plinth of inner wall, in plinth of external walls including bailing out water, striking joints on exposed faces, watering etc. complete. (Bd. H 1 / Page No. 329) 200 Cum. 0

12.1.2 12.2.1 12.2.2

50 20 40

Cum. Cum. Cum.

0 0 0

12.2.3

1.5

M.T.

12.3

200

Cum.

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

509 OF 517

SR. NO. 12.4

PARTICULARS OF ITEMS Providing and casting in situ cement concrete 1:2:4 for coping to plinth or parapet moulded or chamfered as per drawing or as directed including centering, formwork, compacting, roughening them if special finish is to be provided and curing etc. complete. Providing internal cement plaster 20 mm. thick in cement mortar 1:4 without neeru finish to concrete or brick surface in all positions including scaffolding and curing etc. complete. Providing flush grooved pointing with cement mortar 1:3 for stone masonry work including scaffolding and curing etc. complete. Providing and fixing (erecting) 3.00 meter high double anticlimbing chainlink fencing, comprising of. a. using 70 x 40 mm. thick channel post for vertical post and 65 x 65 x 5 mm. stays at 3.00 m. c/c with 0.6 meter anti-climbing both side and 3.00 meter high including all painting with one coat of primer and two coats of approved make and shade oil paint b. Erecting, grouting and post in cement concrete 1:3:6 block of size 0.45 x 0.45 x 0.60 in U.C.R. masonry including casting, formwork, curing etc. complete. c. Fixing of galvanised chainlink of 50 x 50 diamond shape having of 10 gauge size fixed post with 10 mm. plain bar with U hook with riot bolting etc. complete. d. Fixing of barbed wire of 12 gauge double pointed barb at 150 mm. c/c (galvanised) with U nails fixing to anticlimbing portion of angle and including stretching, fixing by U G.I. hooks etc. complete. Providing, fabricating and erecting in line and level steel gate as per drawing No. M 75 R 1 with the following specifications. a. Gate column R.C.C. of size 500 x 375 with reinforcement 6 Nos. 12 mm. main bar and 6 mm. dia. rings. b. c. d. e. f. Frame of M.S. heavy duty 50 mm. dia. pipe with necessary tees and elbows. Bottom plate of 14 gauge M.S. plate. Decorative grill of 12 mm. dia. M.S. bar and M.S. angle 40 x 40 x 6 mm. 100 mm. long heavy duty hinges (6 Nos.) 450 mm. long 20 mm. dia. Tower Bolts 2 Nos.

Qty 10

UNIT Cum.

Rate

AMOUNT 0

12.5 12.6 12.7

100 100 950

Sqm. Sqm. Sqm.

0 0 0

12.8

No.

g. Locking arrangement for main gate and wicket gate towards inner and outer side (4 sets) fabricated out of 18 mm. dia. bars. h. 50 mm. G.I. pipe in column of lighting. i. Necessary excavation in all type of strata, P.C.C. 1:4:8, R.C.C. footing, column etc., plastering to R.C.C. column as per drawing and water proof 2 coats of cement paint to R.C.C. columns and 2 coats of approved oil paint to M.S. pipe, angle, p 12.9 Providing and erecting 1.50 metre high wire fencing with seven rows of barbed wire supported on M.S. angles (50 x 50 x 6 mm.) of 2.50 metre c/c including excavating pit for foundation, fixing post in cement concrete 1:4:8 at size 45 x 45 x 45 cm. fastenin 100 Rmt. 0

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

510 OF 517

SR. NO. Chain Link Fencing (Sub Total 12.00)

PARTICULARS OF ITEMS

Qty

UNIT

Rate

AMOUNT 0

13.00

LAND DEVELOPMENT Excavation for leveling of land in earth soil of all sorts, sand, gravel or soft murum including dressing section to the required grade and conveying the excavated materials with all lifts up to a lead of 100 m. spreading for embankment or stacking etc. a in hard murum with or without boulders etc. complete. ' in hard rock by pneumatic chiselling etc. complete. Providing earth work for embankment with approved quality of H. M. obtained form outside by contractors own source including all lifts, laying in layers of 20 cm. to 30 cm. thickness breaking clods, and dressed to required line & level etc. complete. ' Watering and compacting of embankment formed of materials obtained from the cutting of leveling of land within a lead of 50 meters to 100 m. or brought from out side source with power roller/mechanical vibrator etc. complete. ' Land Development (sub total 13.00) 0 2,500 1,000 1,000 Cu.M 0 Cu.M Cu.M 0 0 0 0 0 5,000 Cu.M 0 0 10,500 Cu.M 0

13.1.1 13.1.2 13.1.3

13.2

13.3

SECTION - III Total for Switchyard Civil works (Items 1.0 to 13.0)
0

Signature of Contractor

Executive Engineer (Elect) Navi Mumbai Municipal Corporation


SIGNATURE OF AUTHORISED NMMC OFFICIAL

SIGNATURE OF TENDERER

511 OF 517

DRAWING 1) Location DDrawing 1) Location Map:

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

512 OF 517

2) Control Room

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

513 OF 517

3) Signal Line Diagram

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

514 OF 517

4) Section

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

515 OF 517

5) Switchyard Layout

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

516 OF 517

SIGNATURE OF TENDERER

SIGNATURE OF AUTHORISED NMMC OFFICIAL

517 OF 517

You might also like