Sunteți pe pagina 1din 863

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.

Narsimha Rao Kanthanapally Sujala Sravanthi Project


NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M"

AGREEMENT BOND
A.B.No.SE/TCR-DLIS/WGL/EPC/OS^OlS-M^DhlZ-Og^OlS.

(Volume -1)

Office of the SUPERINTENDING ENGINEER, l&CAD DEPTT., J.CHOKKA RAO DEVADULA LIFT IRRIGATION SCHEME CIRCLE, K.C. COLONY, CHINTHAGATTU,WARANGAL.

GENERAL INDEX
P.V. Narasimha Rao Kanthanapally Sujala Sravanthi ProjectConstruction of Barrage across River Godavari near Kanthanapaly (V), Eturunagaram (M), Warangal DistPhase- I, Package-I AGREEMENT BOND NO.SE/JCR-DLIS/WGL/EPC/03/2013-14, Dt.12-09-2013 SI.No 01 Booklet Volume-I Contents Bid Document (ITB, GCC, SCC,OSCC ) No. of Pages 415

02

Volume-ll

Technical Specifications of Spillway

331

03

Volume-Ill

Technical Specifications Earth Dam

91

04

Volume-IV

Drawings

16 Nos

Forwarding Slip to accompany the Agreement Bond No.SE/JCR-DLIS/WGL/EPC/03/2013-14, Dt: 12-09-2013 P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Proiect Phase-I-Package-I
1 Name of the Work : 'P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I: Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.0QM, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam. Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements. Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works. Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including 0 &M

Estimate Amount a) Administrative Sanction (Main Estimate) (Revised) b) Technical Sanction (Sub-Estimate)

G.O.Ms.No.38, I&CAD (M&MI-T.V.l) Dcptt., Dt: 24-04-2013 for Rs.2345.00 Crorcs CE/GLISAVg]/Proc.No.CE/GLIS/DCE/OTl/TS5/PVNRKSSP/1508, Dt:25-04-2013 for Rs.2345.00 Crores. Rs.l643,67,75,699/- (Rupees One Thousand Six Hundred Forty Three Crorc Sixty Seven Lakh Seventy Five Thousand Six Hundred and Ninety Nine only) [ ...I~ .' i Rs.1809.00 Crorcs (Rupees One Thousand Eight Hundred and Nine Crorc only) Minus (-) 9.1389% Less to Rs.1809.00 Crorcs M/S.SEW-RITHWIK JOINT VENTURE, C/o. SEW Infrastructure Limited, Office: 63-871, Snehalata, Greenlands Road, Begumpet, Hyderabad-500016, Andhra Pradesh Original NOT APPLICABLE

3 a) Value of the work to be done as per the Agreement

b) Value of work to be done as per Estimate c) Percentage excess or less over the estimate value 4 Name of the Contractor & Address

5 6

Original Or Supplement Agreement If this is a supplemental Agreement value of work under the Original agreement 7 If bids have been called for a) Is this the lowest bid b) How many bids were received c) Names of Bidders, the value of their bids and the percentage excess or less

YES 3 Bids Name of the Bidder SI.No. 1 M/s.SEW-RITHWIK (JV), HYD. 2 3 M/s.SOMA Enterprise Ltd. M/s.PATEL-PES (JV)

Value of the Bid Rs. 1643,67,75,699/Rs. 1672,00,00,000/Rs. 1737,00,00,000/-

Pcrccntage (%)
(09-1389% (Less)

(-)7.5732% (Less)

(-)3.9801%(Less)

d) If single bid only received what are the possible reasons e) Has wide publicity been given, if not why? f) Date of issue of Tender Notice g) Last date of receipt of Bids (i) Technical Bid (ii) Price Bid h) Date of acceptance of the successful bid

NOT APPLICABLE YES, Wide Publication has given e-procurement Tender Notice No.03/2013-14, Dt: 17-04-2013 17-06-2013 @11:00 AM 03-07-2013 3:00 PM This Office Lr.No.SE/JCR-DLIS/WGI/TS/DEE-II/T2/PVNRKSSP/l 3 88/S, Dt:31-082013 and acceptance of Bidder vide Lr. Of M/s. SEW-RITHWIK (JV) Hyd.No.SRJV/TW/F.20/2013/SR-0842, Dt:10-09-2013. NOT APPLICABLE

if bid other than the lowest is accepted whether a report has been sent to the next higher authority [f the work is awarded on nomination whether approval of competent authority has been obtained for recorded reasons and a report made to the next iiigher authority wherever necessary

NOT APPLICABLE

10

Are the L.S. provision (if there are any sufficient or NOT APPLICABLE ikely to be exceeded) I

Am
^

SupenntendintfEngineerV I<fcCADD., J.Chokka Rijo D.L.I.Schenle Circle, K.C.CoIony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I ., Vol.1, Index

INDEX
S.No 1 2 3 4 Clause Description Check slip Technical bid (Qualification information) & Declaration. Notice Inviting Tender PART-A Bid Notice INSTRUCTIONS TO BIDDERS 1.0 1.4 2.0 3.0 5.0 6.0 7.0 8.0 9.0 9.1 10.0 11.0 12.0 13.0 13.3 13.4 13.5 13.6 A -GENERAL Name of work Declarations to be furnished by the bidder. Project Information Acceptance conditions of the Price Bid Time for completion. One bid per bidder Cost of bidding Site visit B- BID DOCUMENT Contents of bid documents Bidding documents Technical specification Clarification on bid documents Amendment to bid documents C - PREPARATION OF BIDS Language of the Bid. Technical Bid. Financial bid Validity of bids. Bid Security, Performance Security Deposit, Additional Performance Security, Additional securities & Transaction fee: Pre-Bid meeting Preparation of Bids Construction programme Specific issues. Special attention

5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22

23 24 25 26 27

14.0 15.0 16.0 17.0 18.0

J.Choklc^^absP^.I.Scheme Circle, K.C.ColonyjChinthagattUjWarangal.

i'2
28 29 19.0 20.0

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Index

30 31 32 33 34 35 36 37 38 39 40 41 42

21.0 22.0 23.0 25.0 26.0 27.0 29.0 30.0 31.0 32.0 33.0 34 35

D-SUBMISSION OF BIDS Submission of bids The documents to be uploaded with respect to the Parts of the bidding process shall be as follows. Part-l Eligibility & Technical stage. Part-ll Financial bid stage Last date / time for submission of the bids. Late Bids. Modification to the bid. E - BID OPENING AND EVALUATION Bid opening & Evaluation of Bids. Finalisation of Bids. Evaluation and comparison of Price Bids. Process to be Confidential F - AWARD OF CONTRACT Award Criteria Notification of award and signing of contract. Corrupt or fraudulent practices Examine closely the APSS Inspection of site and quarries by the bidders The Bidders particular attention is drawn to the sections and clauses in the standard specifications dealing with. Responsible for the quality of works. Maintaining the System for 5 years. Quote lump sum price No alteration by the Bidder in the contract form Subletting of contract Contractors organizational person Declaration regarding equipment owned on Rs.100/- Stamp paper (as per Format B-24C.) Bid Articles of contract GENERAL CONDITIONS OF CONTRACT A. GENERAL Definitions Interpretation Language Engineer-in-Charge's Decisions : Delegation ^-s?^^^ Contract Agreement '/%$>-~<;/\ ^Communications ((f.(, ]rAr. ,Y'*j
. \-

43 44 45 46 47 48 49 50 51

36 37 38 39 43 47

52 53 54 55 56 57 58

1.1 1.2 1.3 1.5 2 3

/}.J%ffi ^
CON'

.X

SUP^faNTENTJfNCJ &GINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chmthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Index

59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93

5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 12.2 13 14 15 16 17 18 19 21 22 23 24 25 26 26.2 27 28 29 30 31 32 33 34 35 36 36.1 36.2

Sub contracting Other contractors Personnel Contractor's Risks Insurance Right of Access to the site and possession of the Site Site Inspections Contractor to construct the works Diversion of River Godavari Deleted (covered at Clause 60 of GCC Temporary diversions (works on Highways) Ramps Monsoon damages Works to be completed by the Intended Completion date. Safety Discoveries Access to the site Instructions Settlement of disputes B. TIME FOR COMPLETION Programme Construction programme Speed of work Clause 60 of PS to APSS Suspension of works by the contractor Extension of the Agreed date of completion Delays ordered by the Engineer-in-Charge Early warning Management meetings C. QUALITY CONTROL Identifying defects Tests Correction of defects, Uncorrected defects Quality control Quality Assurance Quality Management Plan

CONTRACTOR "'

SUPEI^TENDMNG*NEER,I&CADD., J.Chofaka RBTo'D^.I-Scherne Circle, K.C.Coloriy;erunthagattu5WarangaL

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I

Vol.1, Index

94 95 96 97 98 99 100 101 102

37 38 39 39.4 40 41 41.2 42

103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127

42.1 42.2 42.4 43 44 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65


rt z*m

D. COST CONTROL Contract price - Schedule of payment, bill of quantities Changes in the quantities Extra items Entrustment of additional items Cash flow forecasts Contract price, Schedule of payments, payment Certificates Payment schedule Payments Intermediate payments will be made. Earth Dam, Navigation Channel spillway - Earth work . Foundation treatment, concrete and gates O & M - payments during O & M period: Payment and certificates Application for intermediate payment certificate Interest on money due to the contractor. Certificate of completion of works Price adjustment Retention Liquidated damages Mobilization advance Securities Cost of repairs E. FINISHING THE CONTRACT Completion Taking over Final Account Termination by Employer Payment upon Termination Property Release from performance F.OTHER GENERAL CONDITIONS Water supply Electrical power Land Approach Roads and, roads in work area Payment for camp construction Explosive and fuel storage tanks Labour /

CONTRA

SUPERINSENDWeH^emEEE^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I J Voll, Index

128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167

66 67 68 69 70 71 71.4 72 73 74 75 76 77 78 78.1 78.2 79 79.3 80 81 82 82.1 82.2 83 84 85 86 87 88 89 90 91 93 94 95 96 97 98 99 lOOs!


i^&^jHyderab

Safety measures for workers Fair wage clause Indemnity bond Compliance with labour regulations Salient features of some major labour laws Liabilities of the contractor Engagement of staff & labour Contractor's staff, Representatives and labour Accommodation and food Relationship Protection of adjoining premises Work during night or on Sundays and holidays Layout of materials stacks Use of blasting materials Plants, Materials & Workmanship Inspection Plant and Equipment Owner ship of plant & materials Steel forms Inconvenience to public Conflict of interest Contractor's operations on the site Instruction Contract documents and material to be treated as confidential General obligations of contractor Security measures Fire fighting measures Sanitation Training of personnel, Ecological balance Preservation of existing vegetation Possession prior to completion Access to the contractor's books Drawing to be kept at site B.I.S.(I.S.I) books and APSS to be kept at site Site order book Variations by way of modification, omissions or additions. Care and diversion of river / stream Clearing of the site and re-handing over ^Health and Sanitary q\ / ^ My SUPERmTEKDlNe^NGINEERJ&CAI3D., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

)NTRAOa^> 'Jr'JI CC

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I

&

Vol.1, Index

168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 189 190 191 192 193

101 102 103 104 105 107 108 109 110 111 112 113 114 115 116 116.1 117 118 118.2 118.2.1 118.3 118.4 119.1 119.2 122.0

194 195 196 197 198 199 200 201 202 203 204

1.0 2.0 3.0 3.1 3.2 4.0 5.0 6.0 7.0 8.0 9.0

Labour camp and contractor's staff colony Use of site Income Tax Seigniorage charges VAT Supply of construction materials Setting out Site Data Sufficiency of the contract price Unforeseeable difficulties Rights of way and facilities Avoidance of interference Access Route Transport of Goods Contractor's Equipment Protection of the Environment Progress reports Design Contractor's documents Contractors under taking As - Built Documents Design Error Programme Rate of progress Force Majeure Contract Agreement S PECIAL CONDITIONS OF CONTRACT Contents General Sufficiency of the bid Major project components and project basic parameters Major components Basic project parameters Scope of work Tests and quality control Measurements and payments Contractor's work programme Programme - Scheduling / Re-scheduling Monthly progress reports

CONT

SUPERp^p^OTm^NXjINEERj&CADD., J.Chofel^JB,aoD.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I *2, Vol.1 Index

205 206 207 208

10 10.1 10.2 10.3 10.4 10.5 10.6 10.7 11.1 11.2 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Appendix- SI Appendix -PI Appendix - CW Appendix - HW Appendix - O M 1 2

209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT General Drawings and Designs Construction programme Action when the progress of any crucial item of work unsatisfactory Inspection and tests Damage to works Examination and tests on completion Haul Roads Layout of construction of roads Regulations and Bye-laws Passing of foundation etc., Signing field books, longitudinal sections, cross sections and measurement books. Test results Cleaning up Communications and notices by contractors Compensation from department Execution in accordance with specifications Alterations in specifications and designs Time limit for unforeseen disputes Action and compensation payable in case of bad work. Works to be open for inspection Notice to be given before work is covered up Contractor to supply plant, ladders, scaffolding etc., Audit and technical examinations. Permission for crossing NH/SH/Roads / Railway lines. Land acquisitions Use of site Surveying and detailed investigation Design and Engineering Civil Works Gates and EM parts OPERATION AND MAINTENANCE General Scope of services

CONTRA'

SUP

EFJ&CADD.

J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.


V

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-I

Vol.1, Index

8
239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 Government Rules Operating personal Periodical Operation reports Right to perform upon contractor's default Payment for the services Price Adjustment Training of employer's personnel Force measure, Acceptance tests on completion of Five years O & M period 12 Insurance 13 Settlement of disputes 14 Minimum requirement during O&M OTHER SPEC AL CONDITIONS( Special conditions of contract) 1.0 Information / Data available No claims even during execution 2.0 3.0 Shifting of H.T / L.T Power lines 5.0 Supply of equipment, Labour and other materials without extra cost. 8.0 No extra payment will be made if there is any change in structures, the savings shall be accrued to the Government. 10.0 HP Boards 11.0 U.D. samples 12.0 Submission of drawings by Contractor 13.0 Submission of LP Schedules (10 Copies) 14.0 Metallic measuring gauges 15.0 Hectametre and Kilometer stones R.R masonry / CR masonry 16.0 17.0 Dewatering of foundation 18.0 Concrete design mixes shall be adopted 19.0 Plants - Trees 20.0 safety arrangements like 125 HP motor 21 Modern technology BILL OF QUANTITIES Annexure - I A. Mile stone programme financial in % Annexure -II Payment schedule Securities Bank guarantee for Bid Security Bank guarantee for Performance Security Bank guarantee for additional further security Bank guarantee for mobilization advance Form of solvency certificate^by banks 3 4 5 6 7 8 9 10 11

256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275

JB&^&Ss.
deiated] H V

CONT]

SUPEEONra^OTTG ENGINEER,I&CADD., J.Chafe|a K|o D.L.I.Scheme Circle, K.C.Colo^Qunthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Q Vol.1, Index

276 277
27.8

279 280 281 282 283 284 285 286 287 288 289 290 291

Format- B1 Format- B2 Format- B3 Format- B4 Format- B5 Format- B6 Format- B7 Format- B8 Format- B9 Format-B10 Format- B11 Format-B12 Format-B13

Undertaking from parent / holding company Parent/ holding company agreement (for sole applicant) Parent/ holding company agreement (for Joint venture / Consortium) PART-B General Organisational & Managerial capability Project organisation data Supervisory personnel Equipment data Financial capability Financial Data Technical capability (Questionnaire) Technical capability (Details) Project execution experience Project development experience Litigation History/Arbitrations Maximum value of Civil Engineering works executed in any one year during last five financial years. Details of similar works Minimum Quantities executed in a year during last 5 financial years Information on bid capacity Works for which tenders already submitted Works executed under EPC contract system Supporting /Attached Document list Availability of critical equipment & key personal Format for Application for Registration of the Contractor with Government of Andhra Pradesh Power of Attorney for signing the Bid Power of Attorney for Lead Member of Joint Venture J.V Agreement Declarations to be provided by the Bidder Critical Equipment proposed to be deployed Declaration PART -C Technical bid for implementation of project (data sheets 1-13) ^ .

292 293 294 295 296 297 298 299 300 301 302 303 304 305

Format- B14 &14 (a) Format-B15 & 15(a) Format-B16 Format- B16 (a) Format- B17 Format- B18 Format-B19 Format-B 20 Format-B 21 Format-B 22 Format- B 23 Format-B 24A Format-B 24B Format-B 24C

306

Data sheets

CONT

ER,I&CADD., SUPERINTEND J.Chokka Rao D.L.LScheme Circle, K.C.Colony5Chinthagattu,Warangal.

10

10
307 308 309 310 311 Part-D Part-E Part-F Annexure -FP1

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Index

PART -D Basic project parameters PART-E Project profile PART-F PRICE BID Letter of tender Minimum Qualification Criteria

...X
CONTRA SUPERB^N>B*7^ENG&BEEU,I&CADD., J.Chokka Rap DX.I.Scheme Circle, K.C.Coldnx5Chinthagattu,Warangal.

^ Q ^ l S d f 3fRT 3I^F ANDHRA PRADESH


SI. NoSold To S
S/0 ToWhoni

BD .79
KRAMA CHANDRAVATHI
Licenced Stamp Vendor LICNo.16-11-27/1999 REN.No.16-11-5/2011 . H.No.6-3-387, Near Himalaya Book World Beside Petrol Pump Punjagutta HYDERABAD (SOUTH) DISTRICT PHONE NO.23351799, 9392490025

Date.04/09/2013 : T. Rajesh : T. Krishna R/o Hyd. : SEW - Rithwik Joint Venture.

ARTICLES OF CONTRACT
A.B:No.SE/JCR-DLIS/C/WGL/EPC/cgf2013-14. Dated: 12--09-2013 Articles of contract made this I H-'^a'ay of September, 2013 between His Excellency the Governor of Andhra Pradesh through the SUPERINTENDING ENGINEER, J.Chokka Rao Devadula Lift Irrigation Scheme Circle, K.C.CoIony, Chinthagattu, Warangal (hereinafter called the "Employer", which expression shall where the context so admits include his successors in office and assignees) of the one part and M/s.SEW-RITHWIK JOINT VENTURE, C/o. SEW Infrastructure Limited, Office : 6-3-871, Snehalata, Greenlands Road, Begum pet, Hyderabad500016, Andhra Pradesh (hereinafter called the "Contractor") of the Other Part (In case of JV) Whereas the Government of Andhra' Pradesh (herein after called the "Government") are desirous of taking up the work of

CONTRA'

SUPERTNTENDINU ENGINEERJ&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

f p

Vol-I Part-A Bid Notice

"P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-IPackage-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (V), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" and have caused an estimate / proposal contained in drawings and specifications describing the work to be done to be prepared. And whereas the said drawings in Volume-IV, inclusive Vol-I (Part -A, Part-B, Part-C, Part-D, Part-E and Part-F), Vol.11, Vol.111 of the Contract have been signed by or on behalf of the parties hereto. And whereas the Contractor has agreed to retain with the Employer, the Performance Security paid by him vide, (i) B.G. No.053413 IGPER 0136, Dated 07-09-2013 of

Rs.10,14,00,000/- (Rupees Ten Crore and Fourteen Lakh only) issued by Andhra Bank, Somajiguda Branch, Hyderabad valid up to 06-09-2018 and (ii) B.G. No.053413 IGPER 0137, Dated 07-09-2013 of Rs.1,13,00,000/- (Rupees One Crore and Thirteen Lakh only) issued by Andhra Bank, Somajiguda Branch, Hyderabad valid to 06-09-2018 and

CONTR)J$3PR JS-II

SUPERETffl^SGTOGIbfeE^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

^
P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol-IPart-A BidNotice

(iii)

B.G.

No.020513

IGPER

0028,

Dated

04-09-2013

of

Rs.3,47,49,270/- (Rupees Three Crore Forty Seven Lakh Forty Nine Thousand Two Hundred and Seventy only) to 03-03-2023 and (iv) B.G. No.020513 IGPER 0029, Dated 04-09-2013 of issued by Andhra Bank, Sultan Bazar Branch, Koti, Hyderabad valid up

Rs.11,27,43,434/- (Rupees Eleven Crore Twenty Seven Lakh Forty Three Thousand Four Hundred and Thirty Four only) issued by Andhra Bank, Sultan Bazar Branch, Koti, Hyderabad valid up to 03-10-2020 and (v) B.G. No.0008 BG 00057614, Dated 04-09-2013 of

Rs.32,60,00,000/- (Rupees Thirty Two Crore and Sixty Lakh only) issued by ICICI Bank, Commercial Banking Begumpet, Hyderabad valid up to 03-09-2018 and (vi) B.G. No.0008 BG 00057814, Dated 04-09-2013 of

Rs.3,62,00,000/- (Rupees Three Crore and Sixty Two Lakh only) issued by ICICI Bank, Commercial Banking Begumpet, Hyderabad valid up to 03-09-2018 and (vii) B.G. No.0910313 BG 0000730, Dated 10-09-2013 of

Rs.15,00,00,000/- (Rupees Fifteen Crore only) issued by State Bank of India, Raj Bhavan Road, Somajiguda, Hyderabad valid up to 09-04-2021 and (viii) B.G. No.2013/97, Dated 10-09-2013 of Rs.5,00,00,000/- (Rupees Five Crore only) issued by Corporation Bank, G&H Park lane, M.G.Road, Secunderabad valid up to 09-09-2018. towards Performance Security for due fulfillment of contract to the satisfaction of Employer. And whereas the contractor has agreed that during the course of the contract period an amount at the rate of 7.5 % of the value of work done will be withheld from the bills as F.S.D. And where as contractor has agreed to provide O & M for 5 years including defect liability period of 2

CONTR^$fQR y$>//

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

14

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A BidNotice

And whereas the contractor has also signed the copy of the Andhra Pradesh standard specification and addenda volume there to be maintained in the office of Employer in token of acknowledgment of being bound by all the conditions of the clauses of the Standard preliminary specification and all the standard specification's for items of works described by a standard specification. And where as contractor has agreed to execute upon the subject to the conditions set forth in the preliminary specification of the Andhra Pradesh standard specifications and such other conditions as are contained in all specifications forming part of the contract (herein after referred to as "the said conditions) the work shown upon the drawing and described in the said specifications and comply with the rate of progress noted at the end of this articles of contract for a sum of Rs. 1643,67,75,699/- (Rupees One Thousand Six Hundred Forty Three Crore Sixty Seven Lakh Seventy Five Thousand Six Hundred and Ninety Nine only) or such other sum as may be arrived at under the clauses of the standard preliminary specifications relating to payment on lumpsum basis. Note it is hereby agreed as follows: 1. In consideration of the payment of the said sum of Rs.1643,67,75,699/(Rupees One Thousand Six Hundred Forty Three Crore Sixty Seven Lakh Seventy Five Thousand Six Hundred and Ninety Nine only) or such other sum as may be arrived at under the clause of the standard preliminary specification relating to payments on lumpsum basis, the contractor will, upon and subject to the said conditions, execute and complete the works shown upon the said drawings and described in said specifications, and to the extent of work shown in the Bid, the said works and method of payment there for as are provided for in the said works and conditions. 2. The term Executive Engineer in the said conditions shall mean the public works Engineer- in-Charge of the work having jurisdiction for the time being over the work. Who shall be competent to exercise all the powers and privileges reserved herein, in favour of the Government with sanction of or subject to the ratification by the Employer.

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

15
3. Adjudication of Disputes:

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Vol-lPart-A Bid Notice

Except as otherwise provided in the contract, any disputes and differences arising out of or relating to the contract shall be referred to adjudication as follows: 1)(i) Settlement of all claims up to Rs.50,000/- in value and below by way of Arbitration to be referred as follows :

a.

Claims up to Rs.10, 000/in value

Superintending Engineer, SRSP, Construction Circle Hanamkonda KC Colony Chinthagattu, Warangal

b.

Claims above Rs.10, 000/and up to Rs 50,000/- in value

Chief Engineer, Central Designs Organisation, Hyderabad

The arbitration proceedings will be conducted in accordance with provisions of Indian arbitration and conciliation Act 1996 or any statutory modifications thereof from time to time. The arbitrator shall invariably give reasons in the award.

ii) Settlement of all claims above Rs.50, 000/- in value : All claims above Rs.50,000/- in value shall be decided by the civil court of competent jurisdiction by way of regular suit and not by arbitration.

CONTRA'

SrSffiS SUPERINTENUlNU'JiJ^mNEER^&CADD.
J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

IS

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A Bid Notice

2. A reference for adjudication under this clause shall be made by either party to the contract with in six months from the date of intimating the contractor of the preparation of final bill or his having accepted payment whichever is earlier. 3. The relevant clause of Andhra Pradesh Standard specification stand modified to the extent provided in this clause.

4. Time shall be considered as of the essence of the contract and the contractor hereby agrees to commence the work as soon as the contract is signed and agrees to complete the work within 60 months from the date of such signing the contract and to show the progress as defined in the tabular statement "Rate of Progress", subject nevertheless to the provisions for extension of time contained in clause 59 of the standard preliminary specifications.

5. The said conditions shall be read and construed as forming part of this contract and the parties here to will respectfully abide by and submit themselves to the conditions and stipulations and perform the contract on their parts, respectively.

6. Upon the terms and conditions of this contract being fulfilled and performed to the satisfaction of the Employer/Engineer-in-Charge, the security deposited by the Contractor as herein before recited or such portion there of as he may be entitled to under the said condition shall be returned to the contractor as provided.

SUPEMNm^E^'MGDNE^I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

\< P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A Bid Notice

17

7. The Non-Lead Members of the Joint Venture have also signed this Articles of Contract as Confirming Parties to confirm that they are jointly and severally liable for performing all obligations under the Contract.(Applicable in case of JV)

In witness whereof, the Contractor/Members of Joint Venture SRl.A.N.MURTHY, Dy.General Manager (Tech.) has/have here unto set his/their hand/s and B.VENKATESHWARLU, B.Tech., Superintending Engineer, J.Chokka Rao Devadula Lift Irrigation Scheme Circle, K.C. Colony Chinthagattu, Warangal acting on behalf of and by the order and direction of his Excellency, the Governor of Andhra Pradesh has here into set his hand the day and year first above written. SIGNED BY :

(A.N.MURTI Dy.General Manag* (for and on behalf of the Contractor) Date: 121-09-2013

( B.VEf^ATKMmmU-f Superintending Engineer, l&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal. (for and on behalf of the Employer) Date: 12-09-2013

In the presence of witness:

(V.MOHAN) Assistant General Manager Date: 12-09-2013

( CH.CHITTI RAO ) Dy.Superintending Engineer.l&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony.Chinthagattu, Warangal. Date: 12-09-2013

CONTRAC

SUPEKTNTENDrNG'ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C. Colony, Chinthagattu, Warangal.

\tf-

18

Beside Petrol Pump P u n j a g u t t a HYDERABAD (SOUTH) DISTRICT PHONE NO.23351799, 9392490025


a

INDEMNITY BOND

r$\ME OF WORK: "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project 'Phase-I-Package-| : Investigation, Survey, Preparation of Designs &. Drawings and L?P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Sscharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and-stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including' electrification, lighting and irfetrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of easting BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at l^nthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including Q & M"

CONTIiA

JCR - Oil Scheme dfete Warangal

19
I.A.N.Murthy, Representative of M/s. SEW-RITHW|K Joint venture aged 44 Years Resident of Hyderabad do hereby bind myself to pay all the claims may come (a) under Workmen's Compensation Act. 1933 with any statutory modification there of and rules there under or otherwise for or in respect of any damage or compensation payable in connection with any accident or injury sustained (b) under Minimum wages Act 1948 (c) under payment of wages Act 1936 (d) under the Contractor labour (Regulation and Abolition) Act. 1970 by workmen engaged for the performance of the business relating to the above contract i.e., failing such payment of claims of workmen engaged in the above work, I abide in accepting for the recovery of such claims, affected from any of my assets with the departments.

}>

20

SEW - RITHWIK JOINT VENTURE


C/o.SEW INFRASTRUCTURE LIMITED, Office : 6-3-871, 'Snchalata, Greenlands Road, Begumpet, HYDERABAD - 500 016, A.P. Tel.No.040 - 23402153,23403273, Fax No. 040 - 23405016 e-inail: technicalf&sewinfra.com Website : www.sewiiifra.coin

Ref : SRJV/TW7F.20/2013/SR-0842 Date: 10September-2013.

e Superintending Engineer, J.Cnokka Rao D.LI.Scheme Circle, K.C. Colony, Chintagattu HANMAKONDA,Warangal. / Dear Sir, -

Sub : Irrigation & CAD (PW); Dept - .RVrNarasirnha Rao Kanthanapally Sujala Sravanthi Project across River Godavari near.Kanthanapally (V), Eturunagaram (M), Warangal Dist - Phase-li Package-i - Submission of Performance Bank Guarantees &. required papers for concluding Agreement - Reg. Letter of Acceptance No: SE/JCR-DLIS/Wgin"S/DEE-ll/T2/PVNRKSSP/1388/S, dated 31-08-2013. ***** We invite your kind attention to the above referred LOA, we submit herewith the Performance Security in the form of Bank Guarantees as detailed below :

Sl.No.

BGNo.&Date 053413IGPER0136, ' .Dt: 07-09-2013 053413 IGPER 0137, Dt: 07-09-2013 02513 IGPER 0029, Dt: 04-09-2013 02513 IGPER 0028, Dt: 04-09-2013
000.8 BG 00057614, Dt: 04-09-2013 0008 BG 00057814, Dt.: 04-09-2013

Name of the Bank , Andhra Bank, Somajiguda Branchy Hyderabad Andhra Bank, Sultan, Bazar.Branch, Koti,. Hyderabad , ICICIBank, Commercial Banking, Begumpet, Hyderabad State Bank of India, Raj Bhavan Road, Spmajiguda, . Hyderabad. . Corporation Bank, . Secunderabad..

Amount in Rs.
S

Valid upto 06-09-2018 06-09-2018 03-10-2020


03-03-2023

10,14,00,000.00 "1,13,00,000.00
V?

11,27,43T4T4.00 ^3,47,49,270;0p 32,60,00,000.00 3,62,0.0,000.0(T

r<7

03-09-2018 03-09-2018

0910313 BG 0000730, Dt: 10-09-2013

15,00,00,000.00
y

09-04-2021

50000000.00

09-09-201
Contd...2

aT

gUKj
c

OiVTJ?A

iCR - Oii Scheme Orcle Warangal

21

SEW - RITHWIK JOINT VENTURE


C/O.SEW INFRASTRUCTURE LB1ITED, Office ; 6-3-871, 'Snehalata, Greenjands Road, Bcgumpet, HYDERABAD - 500 016, A.P. TehNo.040 - 23402153, 23403273; Fax No. 040 - 23405016 e-inail: technical(rt).sewinfra,cora Website : www.sewinfra.corn

::2::

We. also enclose the following : ' . 1. ;Demand Draft for Rs.25,odo/-bearing No.172426,.dated 3-9-2013.towards Corpus 2.. Blank Non-Judicial Stamp Paper of Rs:100/- in the name of SEW ^ Rithwil JV 3. Hard copies of Qualification Information of Tender submitted through, online. Kindly arrange to-acknowledge the receipt, of the same.

We hope the above information will sufficefor conclusion of the Agreement.

Thanking you & with regards,

For& on behalf of: . SEW - RTOWIKJQiNT VENTURE

(A.N.MUR POWER OF

HOLDER.

E n d : As above

CONTRACTOR

>i&CADD JCR - DU Scheme Oircle Waranqal

\ -i?/

22

Somajiguda Branch

LRNO.0534/BG/ To The Superintending Engineer, JCR-DLIS Circle, K C Colony, Chinthagattu, Warangal- A P -INDIA HYDERABAD-5000058 "\\\^
\

'Astral Heights', Road No1, Banjara Hills Hyderabad - 500 034. Ph: 23421160/62/66/63 (fax) Dt: 07-09-2013

Dear Sir, The following Bank Guarantee has been issued by us at the request of M/S SEW Infrastructure Limited, 6-3-873, Sneha]2#ffj^nlanj3s ^.oads, Begumpet, HyderabadBGNO 053413IGPER0136 053413IOPER0137 Issue Date 07-09-2013 07-09-2013 untC rci & 0 4,00,000 1,13,00,000 Valid Upto 06-09-2018 06-09-2018

In this regard, the Company has requested for issuing the Bank GuaranteeSfor a higher tenor.However, as per our current sanction terms of the credit facilities enjoyed by M/s SEW Infrastructure Limited, We have issued the Bank Guarantees for a period of 60 Months.However, in future, we may consider for extension of the tenor of the BG as per the then terms of sanction.

(R.V.B.Sarma) Senior Manager

CONTRACT

SutTtrrTmemJinitt^aSe/, ^-sfcADD JCR - DLI Scheme C M e Waranqal

5UXMINAKAYANA S.ViJK>. 02/2006 HJtt*-*-3l2AJI0.


UCBKXKL12/20K

2 3 *1gcT 50625 ~ 106821

SEP 07 2013
13;32

SBEUMW ro o n ez e r o aro

Rs.0000100 PB5553
INDIA
NON-JUDICIAL STAWDUTY

The Superintending Engineer. JCR-DUS Circle, 053413IGPERO^ K.C. Colony, Chinthagattu, Warangal; Andhra Pradesh, India

jmmrnis^^c

WHEREAS M/s. SEW - Rithwik (JV), C/o. SEW Infrastructure Limited, 6-3-871, 'Snehalata', Greenlands Road, Begumpet, Hyderabad-500016, Andhra Pradesh, India (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. SE/JCR-DU5/Wgl/TS/DEE-ll/T2/PVNR KSSP/1388/S Dated: 31.08.2013 entered into with the Employer, to execute 'P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I - Investigation, Survey, Preparation of Designs a Drawings and L.P. Schedules etc., Construction of Barrage across River Godayari w i t h F.R.L. +85.00M, including Construction of Ogee Spillway to discharge, the Maximum Flood Discharge, fixation of vertical gates w i t h Rope Drum Hoists, NOF dam, Power Blocks f o r Power Generation w i t h intermediate dividing walls for each unit up to fore bay of power house, w i t h service gates w i t h Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices w i t h regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD ft CM works and other allied items connected to Project at Kanthanapally (V), Eturunagaram (M), Warangal (Dist.), A.P, India on EPC Turnkey Basis including O B M ' (hereinafter called "the Contract"); AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we, Andhra Bank, Somajiguda Branch,. Hyderabad, have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer, on behalf of the Contractor, up to a total of Rs.10,14,00,000/- (Rupees ten crores and fourteen lacs only) (hereinafter called the "Guaranteed Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Rs.10,14,00,000/- (Rupees ten crores and fourteen lacs only) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

'TrANDFn^i BANK

tftC 3TRIT feFor ANDHRA BANK

mtittit. TRf, ^-793/R.V.B. Sam* V-793 ft^ftig 3ififetift/Sr. Manager

COJXTRACT

Superfnt5afijjE5pitte&*( ^5cAM> JCR - OU Scheme Otcle Warangal

'>*

24

053413IGPER]3fo
U>

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. Notwithstanding anything contained herein above: a. Our liability under this bank guarantee shall not exceed Rs. 10,14,00,0007(Rupees ten crores and fourteen lacs only).

b. This bank guarantee shall be valid from 07,09.2013 to 06.09.2018 and c. We shall be liable to pay any amount under this bank guarantee or part thereof only if we received (if you serve upon us) a written claim or demand under this guarantee on or before 06.09.2018. ^ r 3TRIT*gr/ForANDHRABANK

---ItiRABANK

m * * *Ttf,tf-793/R.V.B.Sam* V793 wBjjwft/Sf. Manager % jfix * * ! #TOT,feKNhUSomafcuciaBr., Hyd. Signature & seal of the Guarantor

ssste'Si.ss

Name of Bank

Address:

Date':

0^0^0)3

GONTKAC

- &CADD JCR - W i Scheme O n t o Warangal

>*

s
SUUtMlKARAVJUtt S.VJJW. 02/2006 HMaS4-392,RJ_N0

25

^TRcT 50626 .110820

ante "R=T?T SEP 07 2013


1 3:32

ECEJRPTT0 are MV aro


UCBCEHa 12/2006

Rs.0000100 PB5553 INDIA


NQM-JUDICML ETAUPDUTY AMDHRAPfUDSH

The Superintending Engineer, JCR-DLIS Circle, K.C. Colony, Chinthagattu, Warangal, Andhra Pradesh, India

053413IGPER Q'l

^ T

WHEREAS M/s. SEW - Rithwik (JV), C/o. SEW Infrastructure Limited, 6-3-871, 'Snehalata', Greenlands Road, Begumpet, Hyderabad-500016, Andhra Pradesh, India (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. SE/JCR-DLIS/Wgl/TS/DEE-ll/T2/PVNR KSSP/1388/S Dated: 31.08.2013 entered into with the Employer, to execute 'P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-1-Package-1 - Investigation, Survey, Preparation of Designs ft Drawings and L.P. Schedules etc., Construction of Barrage across River Godayari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge, the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/sfitD/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD ft CM works and other allied items connected to Project at Kanthanapally (V), Eturunagaram (M), Warangal (Dist.), A.P, India on EPC Turnkey Basis including O & M* (hereinafter called "the Contract"); AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we Andhra Bank, Somajiguda Branch, Hyderabad, have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer, on behalf of the Contractor, up to a total of Rs.1,13,00,000/- (Rupees one crore and thirteen lacs only) (hereinafter called the "Guaranteed Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sum? within the limits of Rs. 1,13,00,000/- (Rupees one crore and thirteen lacs only) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. a$ SireiT *WForANDHRABANK

a r c * * Wrf, *-793RV.B. Samp V-793 T&SS arf3l<$r8?Sr. Manager difcfl^U mm,teSTS/SwrwiiguitaBr.. Hyd.

GQNTg*

CADO JCR - LI Scheme Grcle Warangal

26

053413IGPER

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. Notwithstanding anything contained herein above: a. Our liability under this bank guarantee shall not exceed Rs.1,13,00,000/- (Rupees one crore and thirteen lacs only).

b. This bank guarantee shall be valid from 07.09.2013 to 06.09.2018 and c. We shall be liable to pay any amount under this bank guarantee or part thereof only if we received (if you serve upon us) a written claim or demand under this guarantee on or before 06.09.2018. ^ #TOT t^/ForANDHRABANK

A BANK

u a t t mfc #-793/ft.V.B. Sam* V-793 *fte $fant/Sr. Mtntgar dmH*i *w*Cterti^Saw&udaBr., Hyd. Signature a seal of the Guarantor

Name of Bank:

Address:

Date:

ot^^]^
v-

eosTBACTa

Supertntendt^Bnghte&v *3 CADD JCR - DU Scheme Orcle Waranqal

vl'

27

SULTAN BAZAR BRANCH KOTI : : HYDERABAD Ph: 040-24683003-3025, Fax: 23468605 Email: bmhvdm0205(Q)andhrabank,co.in Lr. No. 0205/01/638 Date: 05.09.2013

To Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District, A.P.

Dear Sir, The following Bank Guarantees has been issued by us at the request of M/s SEW-Rithwik joint Venture, # 6-3-871, Snehalata, Green Lands Road, Begumpet, Hyderabad - 500016, Andhra Pradesh by this office. SI.No B.G.No 020513IGPER0028 020513IGPER0029 Date 04-09-2013 04-09-2013 Amount (in Rs.) 3,47,49,270.00 11,27,43,434.00 Valid upto 03-03-2018 03-03-2018 Claim Upto 03-09-2018 03-09-2018

01 02

In this regard we state that as per the current sanction of the credit facilities enjoyed by the company M/s Rithwik Projects Private Limited, with our bank we have issued the above Bank Guarantees for a period of 60 months only. The company has requested for issuing the BGs for longer duration. Upon considering the company's request favourable by the competent authority of the bank, the above BGs may be extended as per the terms of LOA / request of the Company.

Yours Faithfully

(U.V.V.L. Prasad) Deputy General Manager

CONTRA

& CADD Superintending JCR - DLI Scheme Orcle Waramjal

ANDHRABANK,28 U f R ^ 1 0 2 5 2 ZONAL OFFICE gM&l 04540 HYDERABAD WSSF

HPA/LA 3 i m W^?J

SEP 04 2013
4C

,ft

zero zero aro zero one zero zero 1 5 : 3 8

Rs.0000100 PB5244 (A GOVT.OF INDIA UNDEffgKfiNJG) AHDmunuoesti 0205-SULTAN BAZAR, KOTI, HYDBttBAi3*S&9i5
Ph.040-23468599, 23468595 Fax.23468605
BANK GUARANTEE FOR PERFORMANCE SECURITY To Superintending Engineer, J.Chokka Rao - Deyadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District Guarantee No. OZ-O 5 I 3 lq?e.ts&02~G> Amount of Guarantee: Rs.3,47,49,270/Guarantee Cover from 0 4 - 0 9 - 2 0 1 3 to 0 3 - 0 3 - 2 0 1 8 Last date for Lodgment of claim 0 3 - 0 9 - 2 0 1 8 WHEREAS M / s . SEW - R I T H W I K Joint V e n t u r e , having its office address at # 6 - 3 - 8 7 1 , Snehalata, Green Lands Road, Begumpet, Hyderabad - 5 0 0 0 1 6 , Andhra Pradesh (Hereinafter called "the Contractor") has undertaken, .in pursuance of Contract No./ LOA No. S E / J C R - D L I S / W g l / T S / D E E - I I / T 2 / P V N R K S S P / 1 3 8 8 / S dated:. 3 1 - 0 8 - 2 0 1 3 entered into with the Employer, to execute "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-IPackage-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical' gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation .with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation. Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements. Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including 0 & M" (hereinafter called "the Contract");

For ANDHRA s-i\Ku<


ANDHRA >A.J*; G HYDERABAD.

Dat*

c^*v^i

4^

iuttan Bazar, Hyderabad

Q j L _ *>%-"

COJVTHA

Supennliaaffig^bp^ 2 ^ CADI> JCR - OU Scheme Orel Warangal

29
T

Guarantee No. 02-0

5/3

T<$P&KC&2-2

Amount of Guarantee: Rs. 3 , 4 7 , 4 9 , 2 7 0 / Guarantee Cover from 0 4 - 0 9 - 2 0 1 3 to 0 3 - 0 3 - 2 0 1 8 Last date for Lodgment of claim 0 3 - 0 9 - 2 0 1 8 AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we, Andhra Bank, Sultanbazar Branch, koti, Hyderabad have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer , on behalf of the Contractor, up to a total of R s . 3 , 4 7 , 4 9 , 2 7 0 / (Rupees T h r e e Crore Forty Seven Lacs Forty Nine Thousand Two Hundred and seventy only) (hereinafter called the "Guaranteed .Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum' or sums within the limits of R s . 3 , 4 7 , 4 9 , 2 7 0 / - (Rupees Three Crore Forty Seven Lacs Forty Nine Thousand T w o Hundred and seventy o n l y ) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. For A N D H R A B A N K

ANDHRA

SANK

t*TWTr. HYOEHA8AD. B.G. N o ; Q ^ - ^ ^ -

Crsaef M@nag&* Sultan Bazar, Hyderabad.

OyfxQi tvCO8

M.NAVEEN KUMAR
TT N-215

DISTRACT

Superintending Bktfoev * & CADD JCR - DU Scheme Orcle Warangai

30
:: 3 ::

Amount of Guarantee: Rs. 3,47,49,270/Guarantee Cover from 0 4 - 0 9 - 2 0 1 3 to 0 3 - 0 3 - 2 0 1 8 Last date for Lodgment of d a i m 0 3 - 0 9 - 2 0 1 8 This guarantee shall be valid beyond 6 months from the date of completion of O&M. NOTWITHSTANDING ANYTHING CONTAINED HEREIN ABOVE:1. Our liability under this Bank Guarantee shall not exceed R s . 3 , 4 7 , 4 9 , 2 7 0 / (Rupees Three Crore Forty Seven Lacs Forty Nine Thousand Two Hundred and seventy only). 2. This Bank Guarantee shall be valid up to 0 3 - 0 3 - 2 0 1 8 and

3. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee if and only if you serve upon us a written claim or demand on or before 0 3 - 0 9 - 2 0 1 8
^ ? # STF^TF %h?

Place: Hyderabad Date: 0 4 - 0 9 - 2 0 1 3

For A

Signature & seal of the G u a f a u f e B a z a n Name of Bank Address Date

yderab^d.

M.NAVEEN KUMAR v? N-215

0"
4 \s
0205
'

ANDHBA -SANK
HYOEHASAO.

**$'

G. No; & V < ^

^-TT

Data,

QVVV3>

SupermtendtogEiiljf*eer, * & CADD JCR - Oli Scheme Oxcle Waranqai

S.VXJW). 27/99^-L-NO. - . - . 6-3-3S7, DULY COMPLEX BESSDE BAKMRA DURBAR HOTEL PUNJAGUTTA, V ROAD

sfTTcT 59386 'HIWLA sria "SCT 192433 31sEP 07 2013


zero zere zaro zot- one zoo zero 1 1 : 2 1

"WIWrir BAN

(A

GQW/miMmfrmD

^gpOOTOO

PB5432

>-TSQ019&IW* ,,RADESH 0205-SULTAN BAZAR, K O T I , H P H . 0 4 0 - 2 3 4 6 8 5 9 9 , 2 3 4 6 8 5 9 5 FAX 23468605

AMENDMENT To Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District Dear Sir, Ref: Our Bank Guarantee No: 020513IGPER0028 dated 04-09-2013 - Expiring on 03-03-2018 for Rs.3,47,49,270/- Issued on behalf of M/s SEW-Rithwik Joint Venture, Hyderabad. With reference to the above and at the request of our clients, we hereby request you to make the following amendment to our BG No. 020513IGPER0028 dated 04-09-2013 in your favour for Rs. 3,47,49,270/-. Bank Guarantee Expiry Date and Last date for lodgment of claim as mentioned in all pages of the Bank Guarantee No. 020513IGPER0028 dated 04-09-2013 shall be read as follows: "Bank Guarantee Expiry Date: 03-03-2023" "Bank Guarantee Last date for lodgment of claim: 0 3 - 0 9 - 2 0 2 3 " NOTWITHSTANDING ANYTHING CONTAINED HEREIN ABOVE:1) Our liability under this Bank Guarantee shall not exceed Rs. 3,47,49,270/(Rupees Three Crore Forty Seven Lacs Forty Nine Thousand Two Hundred and seventy only). This Bank Guarantee shall be valid up to 03-03-2023 and We are liable to pay the guaranteed amount or any part there of under this Bank Guarantee if and only if you serve upon us a written claim or demand on or before 03-09-2023.

2) 3)

All other terms and conditions of our original Bank Guarantee No. 020513IGPER0028 dated 04-09-2013 shall remain unchanged. This amendment letter shall form part of our original Bank Guarantee. for ANDHRA BANK ANDH8A BANK HYDERABAD.
#

_i%f MarfQT Chief MartMtL


fp ^ l r f WW* W^nt% BRIlt I W1W^. ^^^

0205

, c y ^ ' ^ ' ^ ? ^ ^.^-.^ir'


, o W&*Q |
JCR - DU Scheme Otrri** t.

Sulttn tor. Hyderabad.

xytad&CDOXRA

ANDHRABANK, ZONAL OFFICE HYDERABAD

*HI<C1 1 0 2 5 1

18154932

HPA/LA SEP

sriij 3T^?T

M 2013

no zero zero o one zero zero -1x5:37

AP*jttEti/t&*

NG) (AGOVT.OFINDIAUND [^95 0205-SULTAN BAZAR, KOTI, HY Ph.040-23468599, 23468595 Fax.23468605 BANK GUARANTEE FOR PERFORMANCE SECURITY
To Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District Guarantee No. d % 6 J T ) 3 J fy p fl-0 d 2 ^ Amount of Guarantee: Rs. 1 1 , 2 7 , 4 3 , 4 3 4 / Guarantee Cover from 0 4 - 0 9 - 2 0 1 3 to 0 3 - 0 3 - 2 0 1 8 Last.date for Lodgment of claim 0 3 - 0 9 - 2 0 1 / ^

Rs.0000100 PB5244
MIDHRAPItADCSH

WHEREAS M/s. SEW - RITHWIK Joint Venture, having its office address at # 6 - 3 - 8 7 1 , Snehalata, Green Lands Road, Begum pet, Hyderabad 5 0 0 0 1 6 , A n d h r a P r a d e s h (Hereinafter called " t h e Contractor") has undertaken, in pursuance of Contract N o . / LOA No. S E / J C R - D L I S / W g l / T S / D E E I I / T 2 / P V N R K S S P / 1 3 8 8 / S dated: 3 1 - 0 8 - 2 0 1 3 entered into with the Employer, to execute "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project P h a s e - I - P a c k a g e - I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. + 8 5 . 0 0 M , including Construction of Ogee Spillway to discharge t h e Maximum Flood Discharge, fixation of vertical gates with Rope D r u m Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope D r u m Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of t h e Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training w o r k s , Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road f r o m Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally ( v ) , Eturunagaram ( M ) , Warangal (Dist.)/ A.P, INDIA on EPC Turnkey Basis including 0 & M" (hereinafter called " t h e Contract"); - ^ eTpP?J7 ;_ For A N D H R A B A N K

ANOHHA BANK HYDERABAD.


Sultan Bazar, Hyderabad.

f.
CONTRA

oVi > oVvcLii


V? N.215 JCR - U Scheme Orcte Wararioal

33
.. T .. fc

Guarantee No. ( 5 ^ X i 3 J U P U L O " 5 ^ Amount of Guarantee: Rs. 11,27,43,434/Guarantee Cover from 0 4 - 0 9 - 2 0 1 3 to 0 3 - 0 3 - 2 0 1 8 Last date for Lodgment of claim 0 3 - 0 9 - 2 0 1 8 AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we, Andhra Bank, Sultanbazar Branch, koti, Hyderabad have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer , on behalf of the Contractor, up to a total of Rs.11,27,43,434/(Rupees Eleven Crore Twenty Seven Lacs Forty Three Thousand Four Hundred and thirty four only) (hereinafter called the "Guaranteed Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Rs. 1 1 , 2 7 , 4 3 , 4 3 4 / - (Rupees Eleven Crore Twenty Seven Lacs Forty Three Thousand Four Hundred and thirty four only) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

34
-3 mi O

Guarantee No. Q0S \ T C \ f $-$0 2 l Amount of Guarantee: Rs.11,2^743,434/Guarantee Cover from 0 4 - 0 9 - 2 0 1 3 to 0 3 - 0 3 - 2 0 1 8 Last date for Lodgment of claim 0 3 - 0 9 - 2 0 1 8

This guarantee shall be valid beyond 6 months from the date of completion of defect liability period. NOTWITHSTANDING ANYTHING CONTAINED HEREIN ABOVE:1. Our liability under this Bank Guarantee . shall not exceed Rs. 1 1 , 2 7 , 4 3 , 4 3 4 / - (Rupees Eleven Crore Twenty Seven Lacs Forty Three Thousand Four Hundred and thirty four only). 2. This Bank Guarantee shall be valid up to 0 3 - 0 3 - 2 0 1 8 and 3. We are liable to pay the" guaranteed amount or any part thereof under this Bank Guarantee if and only if you serve upon us a written claim or demand on or before 0 3 - 0 9 - 2 0 1 8

Place: Hyderabad Date: 0 4 - 0 9 - 2 0 1 3

For A N D H R A BANK

Signature & seal of the Guarantor. Name of Bank Ad d ress Date__ .

Ch aa9f ^ H WfvHR, t&rorn? Sultan Bazar, Hyderabad.

'T1 TpT.**4W cW4K %1%M.NA]/EBN KUMAR iT N-215

ANDHRA

SANK

v*Y0KrtBA0.

f g 0 2 0 5 f\

CONTRA

Supernffimuing Engtofe^rr-^ CADD JCR - 0 U Scheme Cfecta Waranqal

*#

4 1 >

K.RAMi CH&tQf&V S.Vi-WO. 2 7 / M . I U - N O 6 - > 3 * 7 ( DULY COMPLEX BESIDE BANJARA DUftMR HOTEL PUKMSEJTTA *)T ROAD

*jWd

59385 Q g H^.LAsny T ^ ? :

' " " 193432

S E P 07 2013
11:21

isro zero zero zero W P ' W C zaro

5WBttRA BA
(A GQ&^&^&ITWN

&$$0010Q

PB5432

M P f e S O 0 1 &&HRA P R A D E S H 0205-SULTAN BAZAR, KOTI, Kf PH.040-23468599, 23468595 FAX.23468605 AMENDMENT To Superintending Engineer, j.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District Dear Sir, Ref: Our Bank Guarantee No: 0 2 0 5 1 3 I G P E R 0 0 2 9 dated 0 4 - 0 9 - 2 0 1 3 - Expiring on 0 3 - 0 3 - 2 0 1 8 for R s . 1 1 , 2 7 , 4 3 , 4 3 4 / - Issued on behalf of M/s SEW-Rithwik Joint V e n t u r e , Hyderabad. With reference to the above and a t the request of our clients, we hereby request you to make the following amendment to our BG No. 0 2 0 5 1 3 I G P E R 0 0 2 9 dated 0 4 - 0 9 - 2 0 1 3 in your favour for Rs. 1 1 , 2 7 , 4 3 , 4 3 4 / - . Bank Guarantee Expiry Date and Last date for lodgment of claim as mentioned in all pages of the Bank Guarantee No. 0 2 0 5 1 3 I G P E R 0 0 2 9 dated 0 4 - 0 9 - 2 0 1 3 shall be read as follows: " B a n k Guarantee E x p i r y Date: 0 3 - 1 0 - 2 0 2 0 " " B a n k G u a r a n t e e L a s t d a t e for lodgment of claim: 0 3 - 0 4 - 2 0 2 1 ^ N O T W I T H S T A N D I N G A N Y T H I N G CONTAINED HEREIN ABOVE:1) Our liability under this Bank Guarantee shall not exceed R s . 1 1 , 2 7 , 4 3 , 4 3 4 / (Rupees Eleven Crore Twenty Seven Lacs Forty Three Thousand four Hundred and thirty four only). This Bank Guarantee shall be valid up to 0 3 - 1 0 - 2 0 2 0 and We are liable to pay the guaranteed amount or any part there of under this Bank Guarantee if and only if you serve upon us a written claim or demand on or before 0 3 - 0 4 - 2 0 2 1 .

2) 3)

All other terms and conditions of our original Bank Guarantee No. 0 2 0 5 1 3 I G P E R 0 0 2 9 dated 0 4 - 0 9 - 2 0 1 3 shall remain unchanged. This amendment letter shall form part of our original Bank^Guarantee. W&3?F*IX* For A N D H H A SANK ANOHRA BANK fvmrr,
HYOSKABAD. 'der$ad]ti. N o ;

JWtwr Chief M a n w r ^JWIW wfoint, tvtaiaj Sultan Bazar, Hyderabad.

Su. JCR - U l i S

frCADD

Jfr

a
Dear Sir,

36

ICICIBank

Date: September 05, 2013 The Superintending Engineer, JCR-DL1S Circle, K.C. Colony, Chinthagattu, Warangal, Andhra Pradesh, India

/ 3V \ The following bank guarantee has been issued by ICICI Bank at the request of M/S i* SEW Infrastructure Limited, 6-3-871, Snehalata, Greenlands Roads, Begumpet, . ^ V Hyderbad -500016.
BGNo

0008BG000576U
0008BG00057814

Issue Date 04-09-2013


04-09-2013

Valid Upto Amount (^ mn) 326.0 03-09-2018 36.2 03-09-2018

In this regard, the Company has requested for issuing the bank guarantees for a higher tenor. However, as per our current sanction terms of the credit facilities enjoyed by M/S SEW Infrastructure Limited, we have issued the bank guarantees for a period of 60 months. However, in future, we may consider for extension of the tenor of the BG as per the then terms of sanction.

Yours sincerely,

CI Bank

w^w^<

B c ^ ' i t l (8->g"2^2

COOT

Tel : 040-6602 2830-33 Fax : 040-6602 2802 Website : www.icicibank.com

^doda

liCofflpL.

iooBUcfecfca*lj*Be&i4\feira9i^*53112:

September 05,2013 To, THE SUPERINTENDING ENGINEER, JCR-DLIS CIRCLE, K.C. COLONY, CHINTHAGATTU, WARANGAL, Sub:lssuance of Bank Guarantee Dear Sir/Madam, Please find attached Bank Guarantee issued by us favoring yourselves on behalf of M/s SEWRITHWIK(JV) Details are under. Bank Guarantee No. & date 0008RG00057814, dated 04-09-2013 0008BG00057614 dated 04-09-2013 Expiry date 03-09-2018 03-09-2018 Claim Expiry date 03-09-2018 03-09-2018 Amount of Bank Guarantee in INR 36200000/rr ' 3260.00000/^ ft ' "" '

We confirm that the officials who have signed the above bank guarantee are authorized to sign such documents on behalf of ICICI Bank Limited. You may verify the genuineness of the guarantee from our bank. Thanking you, Yours faithfully,

S.VXMO. 02/2006 HJtf-3-3KyUJ*C fftDBttUD UCHttEND.U/2006

159B23<*o

SEP 84 2 0 1 3 12:49

nn> so zero nro one nro aro


^w^jiw-cssT
I 1 N D I A
" fc*IM
H0(

R s . 0 0 0 0 1 0 0 PB5553
STAMP DUTY

WUDtClAL

AflDHRA PRADESH

ICiCI BANK LIMITED


Commercial Banking, "ICICI Bank Towers " Level-l. West Wing. 1-11-256. Street No 1 Begumpet, HYDERABAD - 1 6 Ph: 040-6602 2830, 3 1 , 32, 33 ?ax ; 040 - 6602 2802

. ^

torms

an integral ;"

^ ^

Bank Gusrar.'x--!'<..

^-'^;^w -^
(Rupee* . ^ . ^ ^ - j _., cniy) issued on bai'-at o. ..-..--

^jfcuft?,

W \

>NTRA

Superintending Eitgtn&r/ ^ CA0D JCR - U Scteme Crete Waranqai

S^

Ban**

ft Bank
f*8"8 O ank

rtdBai **tGtCtBank '^^&Ht Bs! n k 'tCfCIBank 'fCtCtBank ^

MCiCtBank

*# Bank

**k

'ffiOidBank

BAMJC ICICI Bank


k Rated in Inclr

k Bank

w "in-'Ja

y j

0iCiCSBank

*T

*$tctGt &&<umb0M$&BQ&576l4$$Cf ^ Issue Dale:04.09.2013


nk

WtGlGtBank BANK GW tCiCt Bank , The SuperintendinckEngineer, /<RDS&tfircle, WtCtCtBank /<!> K.C. C o l o n y , ^ a?an" Andhra Pradesh, India \f^i{mmmekreferrMX0^^imo:9\^er") j%

k\

B<3/?&

WSCtCtBank \NTEE FOR PERFORMANCE SECURITY

t*tCtCt8ank

'tact

Bank

ank ank \! Bank

HCt Bank
fffCtCt Bank ank

ICKIWBIBREAS :(W^CHIXA0^Bithwilf^J^)#CB/6 5 aBEW l n f a s ^ f ^ t u Y ^ a k t m i t e d , . W 3 ^ ^ # a m e h a l a t a ^ # C T r %K Greenlands Road,J3egumpet, Hyderabad-500016, Andhra Prap'esh, India (hereinafter called "the k

ifftc&GttiffioflU has iSdmske^mkpursi}a^^0t:$mxmt No..W4^ML^iWgi/rsOTfeUffl#NB


. 11 KSSP/1388/Sjpated: 31.08.2013 entered into with the^Employer, to executjL'P.V.Narsimha Rao Z^flSCIfeaBtttanapagffiDja^fiESvanthi W\m^M$eAi?acka0\ielW&&mtion, S0mt&$mmtipn 1 3 ^ Designs & Drawing^ and LP. Schedulesetc., Construction ofBarrage across RiveyppeSvari with

xr-

j off?fctpit i

k j. 15 Discharge, fixation of vertical gates with Rope Drum Heists, NOF dam^he^jUsjo&tts for Power 7*Wc/&Wtf3tion -wbcitarfflsMiiete d i v p ^ j ^ l | g ^ f i f c e a c h W j ^ ^ ^ g g j ^ b j y ^ l ? 0 g r / f e W f r w i t W I O * / * i service gates with Rope Drum Hoists and stop log ga^es^&jipSe^gJbates, trash rack and Gantry l ^ l ^ ^ P ^ i l l ^ d i n g . ^ ^ r ^ r ^ a j j o ^ n , Nav^iiioErchadoS) dno\ immmm\4s>okr Hea( , Jouble lane Road Bridge, Stair Cases, 19 Gates, Scour^ sluices with regulan< 19 3 # ^ C / @ ^ $ o r s , WRC^flPflefnJiartjt including electrification, lighting and instrumentation, 21 connections on either si< CO iri Rive.i k ^t&lSfflSfflkfor ^0&^^WH^S 23 colony, fo roads, raising of existing BT road from Kanthanapally cross road

vm&mmteh

m&mi _..

25 Project at Kanthanapally (V), Eturunagaram (M), Warangal (Dist.), A.P, India on EPC Turnkey Basis 20iB&ufmrOi& M' ( # ^ a j | e ^ c ( a j } e d " t h e j f ^ r ^ t ^ ^ ^ GgetCtBank

mrictCtBank

^toMP/AWHER^t^asj^ee^n s t ^ p j ^ ^ ^ d
28 k\ 30

Coi^^^t^f}ontra0^^Mpi^

the;0ia^0

Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum the Contract;

SCtatBank"**tCtCli\Bank , , fftptCt8ankn ^WmtCLBapk MKXCtBank.i 31 AND WHEREAS we, ICICI Bank Ltd., Commercial Banking, ICfClBank Towers, Level 1 , West Wing, ace 33 Course Circle, Vadodara 390 007 (Hereinafter referred to as ^Bank'T nave agreecf t o s/lveTn toc#6iPl^er
s

# i ^ M ^ F

n t

# i t e M M ^ ; ?

Contr

mCtBank

0tCtCtBank

- 'k ."

^FORp^jfeteSP^nW* *
rtGtCtBank
f

^^^^^P^fe^^'^'site^fe^^^
taij! BMipyj
itiwfctfSignatory

Regd.

PageloR l<: Landmark, Race Course Circtetyadodara-390 007.. Phone : 02&b661*234, Fjyc:02S5-2341

tact a Kfc
ink* fCtB

tCtCtBank

CHAN k 7CRBgte0ffice: "LlWdTj


E-mail: corporateca

$ tact

Bank

,,-tCtCIBark .< -,3584 MAWJUSHAM f tCfCtBank ' '' $iCtCtk?&

ele?^ddaaia&390 00Fl^Cfia?IP^6rie/3D265.MCICINBB ?a/ifc tCtGtBaiQjBi^

Pianf-

ft? ICICI Bank

WICICI Bank >ank

f <

A
F

40

ICICIBank

W ICICI Bank

ymim&k #c#c#BAttK ICICI Bank Limited


**Ngt#6&&mikl in *? ICICI Bank

** ICICIBank
WICICI Bank
f !

*,

\rMfCICIBank

$/ICICI Bar & ICICI Bank

'mmi
w

Bank IO$GI Sank

hemi %<^umbfmmmm&576umc!9'
Issue
nl

lBa0& -i GiCIBank V!
ank

IC

tf ICICI B&nk

lakhs only) (hereinafter called the Guaranteed AmounfT such sum being payable and we i^ynde,rtake to pay )^Je&\your first W$1J&Q^niand and wjfiaytcavij or.argura^tj^iw^um or

MW d if t l M ^ ^ 1 1 9 t 0 * a w gr#to??j$<s for y e t h e i
sum specified therein.
WWI^e?e^waive^ee^^f y o u T n ^ < f f t e a a i F f e l f i K f o ' t f e Coh!?aCWeife' 3 ^ us^vith the demand. >a> 43 presenting us'Svith J% j*j8 J%

fCICIBank

ft* ICICI ICICI Bank Bank &

tyICICI tyICICI

Bank Bank

WICICI Bank

ft?ICICI

Bank

to

4-^a We further agree tbjBt no change or addition to or other modification of the terms^ithe Contract 4 ^ * 0 ? ^ W o r k s t^p^h^^therMf^m^al^ of t h l ^ f g f t ^ m e n f s ^ ^ r F r f # e J 46 made between vou and the Contpaictor shall in any wasi release _us from an^Liability under this.

ft

m&mW^ab\\0mm^tfar>k gur^sfia1Pfct ex!fffi 5CLa crores and sixty lacaonly). _^ v _ Bank ftr ICICI Bank WGJQ?gAr$L\ \$*IGIGI-Bank

two

ICICIBank

I 51 b.This bank guarantee shall be valids 09.2018 and Bank ' ICICIBank WICICI Bank ^A\ ^ ICICIBank 5 ^ a c.We shall be liable to^fiv3ny^a\i\3iWunder this bank guarantee or part thereof only if we IH

50mimmyo\^0i^^mm^
Bank

wrmmmfim^emanMmiG^^^rant^s^^h^o^
--3* ICICI Bank ICICIBank **ICICI fr ICICI Bank Bank i
nk

I 54 03.09.201S-^Qo(Mi^ya^rComn|ercial Banking, ICIQjgBank Towers, Level^ West Wing, 1-11_ "fCM^Mree\lWi^&^^'HyderW0tol6.

H
WICICI Bank

'ICICI Bank * ICICI Bank-

ft

56^ Signature &seal ofj^je Guara^t-o^ ft* ICICIBank 57 Name of Ban

58^ Address : 59 Date : 04.09.2013 F pr ICICI Bank & ICICI Bank


/?/-?

$U1Q@ICICI ^ 0 , 3 1 , 32-33

Bank

hciCI Bank
IGlGBBank
RtEd

g^T^fSW^
^IClOmm^^^ICkf^^k^
323416

'ICICIBank h & ICICI Bank

Bank
Pae2ofZ

&IG

- ^ ^ r

s e

07,. pbona : 026 *ffl3!&BUSfe&

' ft*ICICI Bank "


:

GIGI Bank

U- 3584 **ICICI Bank ft* ICICI Bank

0 ICICI Ban

0ICICiBsnk

**

i*^#C/*Rep?0ffice rtSpTdFl JE-mai I:. cprporatecare@i & -*<p lGI3Wtmr.

@ffdle7l^do3arak390 00WfldBaa?lidfteofi265 WIFT: ICJC IN BB

'IGIB&nk
Bank

ft

JCR - Ofi Scheme Orel* WjHpgal


'ICICI Bank & ICICI Ftenk ftWtritnt

$ ICICI Bank

"ICICIBank

SUXHIKKAYWtt S-VUB. 02/2006 WOMiTOH3A6UTTAP0UCESTATIDW HYDKAMD UCBCE NO. 12/2006

^TRcT 47876 4 1 ms v&\ >198820 SEP 04 2013


zero wo no MO am aro arc 12:49

Rs.0000100 PB5553
INDIA
NON-JUDICIAL STAMP DUTY MUMNCA PRADESH

ICtCI BANK LIMITED


Commercial Banking, "ICICI Bank-Towers" Level-1. West Wing. 1-11-256. Street No 1 Begumpet, HYDERABAD - 1 6 Ph: 0 4 0 - 6 6 0 2 2 8 3 0 , 3 1 , 3 2 , 3 3 ^ax : 040 - 6602 2802

This Starr* c Qn,~^ forms an integral part of V Bank Gtrarartco ^..Mi^Jk&&^!k5&J . daied.-.lhl <$..... . r:^...j!Ah.$*~.9.t>*l~ (Rupee- ^ K M C^.flU^.....SuXfJ'... IWQ. UxU ...^^r.......Only),
id ISSUSG OR behalf ot M/3. .,...* W . . . 7 . . & f t l ! ^ "

x
^

For 1C1CI BANK UK?


AuthofcedSignatory Authorised

^^SVJ.620

nk hcfd

. WiGiGtBank frtttGi Bank

XnctGIBank ^$CiG Ba nk GICIBank Bank *tCtGiBank


>R PERFOI
;f"* **!"** J!

Bank

Bank

B A N K GU^R'ANrEEB v ^iCid ICICI B a n k L i m i t e d id in \ridmWM 'tiam Bank


k
ik

GIG* Bank

iCJGIBank
k

|C^RITY ffilGIGiBank iCiGi Bank ^*

0$asCiBank ** 0tG*Ct Sank < ?

$ The Superintendin,d*Engineer, Wf^Mr-jf^^ WidlC/Bank ) 4 K.C. Colony, ,g% *

^ICIGSBank XGiBank

, 6 a Andhra Pradesh, India


i<\

tyiGlCIBank ^ ^ F
&M

r/^gBW^^ithwik^fi^:fcey^i'W I n f M f d M ^ l f t i t e d / B ^ f ^ F ^ e l f e l a t ^ 9 ^ Greenlands Road,J3egumpet, Hyderabad-500016, Andhra Pradesh, India (hereinafter called "the

l^ijfissffifetert- h a s ^r^^g^-rr^ursuif^pg^afe NO. Wm^mmQifTsfBmfffi/Pm^

11 KSSP/1388/S/Bated: 31.08.2013 entered into with theJamployer.to executegP.V.Narsimha Raom^mm^napa\^m^r%yknth\ ^S^KS^aoltBgKVm^BSihn, sEt9/^S0hn of* A . 1 1 3 A Designs & Drawings* and LP. Schedulesretc, Construction ofoBarrage across Rivee^Sqwari with lF#&85/O0M/W I 15 Discharge, fixation of vertical gatesjwith Rope Drum Haists, N O E ^ a m f f o w e o w c k s for Powers VC3fisfction f f e n ^ m V d ^ t e divSTrff^tfPfor^ach l r ^ ^ o ^ ^ b \ y ^ W f f i ^ a ^ with? 17^a service gates withjtope Drum Hoists anjbstop log o a t e ^ ^ e j a e r ^ C a t e s , Trash rask and Gantry la # lf^afeQnclfeid!ng fflifl0ffl3fi8tiefr, N a v i l f e M ^ ^ ST* I 19 Gates, Scour>sluices.with r e g u l a j ^ a / ^ ^ V a m e } ^ j i u b l e lane Road Badge, Stair Cases, / a ] WCvSfors, Fgfm^fo^i^^ iWffiWSItSfffl^ M a c l P l I W ^ ^ f r b a n k WCiCS 2 L ^ connections on either s ^ e ' ^ t h e ^ f ^ w g y including electrification, lighting and instrumentation, ia Ai 2 # m ^ # 0 a m & f o r cMgrWrM aflkfi^Kcf ^ m ^ f y ^ 23 colony, foHflSHarKEff.mtettTaTc.C roads, raising of existing* BT road from Kantbanapally cross road 4$ | f 0mGmmMage\^^^atm^UrammmWd&Bf-&cCM MWaWBth^ allieMm'l&Jbftrmfed t d " 4 25^ Project at KWrfnanapaily (V),.Eturunagaram (M), Warangal {DisU, A.P, India on EPCLJurnkey Basis j ^ 2$?&mM&fri& M' (ffmffi&fKiSbffllted "the$3cWa^f'$an/r -WICIGIBank ifriGiCiBank ffCWa&^VHEReW&^BHsaaeefe stipulalem^Kessald Con!r^ct3iMa^iEft&igontracTOirlCfiir^mi5^ the** 28 8 ^ Employer with wit a Bank Guarantee by anindian Nationalized Bank / Scheduled Bank for the sum 2w*#j#lfet!jfcrein asfefc^Uee^Secuntftfowmfeltaftce witPfegrD^Hg^xj^s in a$W* IM Uk "*-*'-' 30 the Contract; 'WiGIGi Bank , -^tG/Cl Bank *riCiGt Bank 3 31 AND WHEREAS waJCICI Bank Ltd., Commercial Banking, ICICU3ank Towers, Level X West Wing, 32f?iH!383k?S&eet NoWaiimrQffi^Hy^ at Iff||0tfa&g0&33 Course Circle^Vadodara 390 OOTJHereinafter referred l o as "Bank") have aareed to give the GBBmk^er suW#Barffe ^wamntee Qm&^<8^ontrai8tiflc/ &9n& WiCiCi Bank < !

: 'H

JCB-OU:

'ank J#mid Bank

W ICICI
!

Bank Bank

WICICI

Bank Bank
Jii

m^ICICI *

Ban^

g n

** ICICI

Bank

&ICICI

& ICICI
if m/'it tiff H LJt.it

m
&IG

BANK
! ICICI B a n k L i m i t e d r IQ$m&mto in \rmjCiCiBank 'IBank GIBank

:/gr as/
1K

WlGIClBafi

if

'Wi'QiCf&ank-

^ICICI

Bank

x f i a a

80)NumbeR5jD0SBgQ0jO67814^F#cic^f .

tf es/iife ^ICICI Bank $ ICICI Bank WICICI Bank &ICICIBank 36 on behalf of the Contractor, up to Jktotal of Rs. 3,62,00,000/- (Rupees Three crgjjes & sixty two l a k h s ^ |.p/CMfc$).(here^ ; 3 8 ^ pay y o u , upon youtfirst written d e m a n d and without cavil or^rgument, any sum or sums within .4 f 3Wtto9dXP&Srffi Rs.3il?&0i0J)jp^^ as am$&tf&mbQi& \ 40 your needing to prove or to show^grounds or reasons i o r your demand f o r i h e sum specified s I C I C I Bank ICICI Bank ICICI Bank

.1

i K

$B^WM^KJm9&$MI&f

Yo\W$mm$mifre

sa\M$$$&$<mir1ke Corm&BX&il&mik

43 presenting uswith the demand. & UiQIQI Bank 0 ICICI Bank 0ICICI Bank 0ICICI Bank f*ICICI Bank P 44 We further agree that no change or addition to or other modification of the terms of the Contract 4 3 # | g j # / t e | j W j p r k s t p ^ e ^ ^ o ^ e o ^ t h e r e i l j l ^ ^ c i ^ i i v y of th0^tm^Wert0Mkwmb& made between you and the Contractor shall in any wav release us from anv liability under this b 46 $ t e e , a # ^ e / | i e / e ^ y r ^ a i v e n f S c ^ p J & m y ^ c h chaM$m$$M93m mo6\m#$&miBanfc 4f

i%?Mding amm&88iwd
sixty t w o lacs only). _ ...^JIBank Wit b. This bank guarantee shall be valid 'Bank XFlGIGIBan c. We shall be liable to p^ r ^ e i M e d J j ^ y o u st 03.09.2d?8j^Qft^a^rl|^

be

me%m$ank

' ICICI

Ba.

^ICt&ank

YH

50
K

. 51 ....... 52 53if 54'"

ICICI Bank ff ICICI Bank _ ^ . tromMMQ ^l^p^.cra.2018 and ._ ^ICICI Bank &JICICI Bank nder this bank guarantee or part thereof only if we it^iGlag^^emanc^sde^this^au^rantejfciiKflP. 1^ West*Wing,*t"l'f-

'ICICI Bank em^tJlGltsanK 56

GIBank . *gitf?vi&ani Signature & seal of the Guarantor afne of Bank: tank am $r ICICI Bank ank WICICI Commercial Bari^nOQICt6ank.Towers" Baling,''ICICIBa! Vestwinfff ' Bank

*5Q

Date -04 09 2<#3 WICICI Bank -ffICld^fnk Barrk Bank ' ICICI Bank

^ICICI If

Bank

0 4 0

'

^iCICi

$IGlX ^^ICICI

Ba rrk

$ ICICI
i MM

Bank
, eOQ <(%

Kefid. Oflkei Landmark, Race Course Circle J^dodam-390 007.. Priori* : 0 2 ^ 6 6 1 7 2 3 4 , F a x : ( f ^ S 5 g 3 $ t p 6 f c | ^ y y p t N J v - ' ^

iff ICICI ICICI Bank

Bank ik

^tf&f&s&m?*-""1 Bank

ff ICICI 'f ICICI

Bank

WlCICSBaM'^ $rICICI Bank

*f>i

^ICICI

Bank

ice: E-mallrcorporatecare k

*WBitm<SfamkZ$0 SWIFT :ICIC IN BB ank ^ICICI


'%& **"** 2-rim is

OQraafeKPJififtBtfffiK - 66f

Bank

WsrtMr'x Rants
RaniJrJ

JCR-

"

.K

STATE BANK OF INDIA IK-DL. FINANCE BRANCH, HYDERABAD 6-3-1109/1, Raj Bhavan Road, Somajiguda, HYDERABAD

44
TEL NO: FAX NO:91-40-23402837 SWIFT N0:SBININBB144 PIN CODE;500082

THE SUPERINTENDING ENGINEER J.CHOKKA RAO,DEVADULA LIFT IRRIGATION SCHEMECIRCLE,K.C.COLONY CHINTAGATTU HANMAKONDA-WARANGAL DT DEAR SIRS, GUARANTEE AMOUNT OF GUARANTEE LAST DATE
-;

10/09/2013

fa%c*,r

NO GUARANTEE COVER FROM FOR LODGEMENT OF CLAIM

0910313BG0000730 INR15,00,00,000.00 10/09/2013 TO 09/04/2021 09/04/2021

THIS DEED OF GUARANTEE IS EXECUTED BY THE STATE BANK OF INDIA, CONSTITUTED UNDER THE STATE BANK OF INDIA ACT , 1955 HAVING THE CENTRAL OFFICE AT NARIMAN POINT , MUMBAI AND AMOUNGST OTHER PLACES. A BRANCH AT INDL. FINANCE BRANCH, HYDERABAD HEREIN AFTER REFFERED TO AS 'THE BANK').IN FAVOUR OF THE SUPERINTENDING ENGINEER (HEREIN AFTER REFERRED TO AS 'BENEFICIARY') FOR AN AMOUNT NOT EXCEEDING INR 15,00,00,000.00 Rupees fifteen crore only AT THE REQUEST OF RITHWIK PROJECTS LIMITED AND THE GUARANTEE SHALL REMAIN IN FULL FORCE UPTO 09/04/2021 AND CANNNOT BE INVOKED OTHERWISE THAN BY WRITTEN DEMAND OR CLAIM UNDER THIS GUARANTEE SERVED ON THE BANK ON OR BEFORE THE 09/04/2021 SUBJECT TO AS AFORESAID NOTWITHSTANDING ANYTHING CONTAINED HEREIN ABOVE, OUR LIABILITY UNDER TH^^fe, GUARANTEE IS RESTRICED TO /W*1$$ INR 15,00,00,000.00 Along with original BG m 3 Rupees duly discharged fifteen crore only OUR GUARANTEE SHALL REMAIN IN FORCE UNTIL 09/04/2021. UNLESS A DEMAND OR CLAIM UNDER THE GUARANTEE IS MADE ON OUR BANK IN-WRITING.ON OR BEFORE 09/04/2021 ALL YOURS RIGHTS UNDER THE SAID GUARANTEE BE FORFEITED AND WE SHALL BE RELIEVED AND DISCHARGED FROM ALL LIABILITES THEREUNDER.
\FX?A Vv- ^ ' ST'ATh HAWK LJE- iNDjA

AUTH|^|D^lg^gpY

*r o S ? < ^ S ^ f UTHORISED SIGNATORY

PLEASE CONTACT BRANCH FOR eTradeSBI FACILITY-INTERNET ACCESS TO TRADE FINANCE

flO S5P2013
CONTBA
Supefi5lenainigrl:ngii?eGrr^ CADD

JCR - U SdmwQKift WaraugaL

s.vXMO. 2~,';qft,K i.MC 6-3-387 DULY COMPLEK BCSIOe BAKJAfiA OORB^R W & . PUW^GUTT^ X ROAD

^18iU32 4 5 SEF 07 2013


zerr #-c rp zsr. r * #& z?-- 1 7 : ^ 1

"fffiWKRK'aPiN^^^ 0000100

PB5432

Industrial Finance Branch, 1st Floor, INIWIWff^CjTaFDberswtjwRa Raj Bhavan Road, Somajiguda, Hyderabad-82 Ph.No.040-23147261 Fax No.040-23400795 BANK GUARANTEE FOR PERFORMANCE SECURITY To Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District o O f S ~ Guarantee No. O q i D 3 ' 3 P ^ C 0 ^ ^ D Amount of Guarantee: Rs. 1 5 , 0 0 , 0 0 , 0 0 0 / Guarantee Cover from|D*0<r13 to 6 ^ 0^-7oV Last date for Lodgment of claim JS^J% c l ^ .*},}.) WHEREAS M / s . SEW - RITHWIK Joint Venture, having its office address at # 6 - 3 - 8 7 1 , Snehalata, Green Lands Road, Begum pet, Hyderabad 500016, Andhra Pradesh (Hereinafter called "the Contractor") has undertaken, in pursuance of Contract No./ LOA No. SE/JCR-DLIS/Wgl/TS/DEEI I / T 2 / P V N R K S S P / 1 3 8 8 / S dated: 3 1 - 0 8 - 2 0 1 3 entered into with the Employer, to execute "P.V.Narsimha Rao KanthanapallySujalaSravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapaliy cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapaliy (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including 0 & M" (hereinafter called "the Contract");

Contd...2
wfa $z *fe / STATE BANK OF WDIA
Bjft 3 1 TO T&W

ft)r Deputy General Manager

$.. amsi. m i LES., yo-

CONTRACT
L. i

Superintend

tangai

46

:: 2 ::

Guarantee

Ho.O^Bil^COOC^OO

Amount of Guarantee: Rs. 1 5 , 0 0 , 0 0 , 0 0 0 / Guarantee Cover f r o m l D - ^ - D to^t>h*i-Ot) Last date for Lodgment of claim p f l ^ j ^ X D l /

AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we, State Bank of I n d i a , Industrial Finance Branch, Somajiguda, Hyderabad have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer , on behalf of the Contractor, up to a total of Rs. 1 5 , 0 0 , 0 0 , 0 0 0 / (Rupees Fifteen Crores only) (hereinafter called the "Guaranteed Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Rs. 1 5 , 0 0 , 0 0 , 0 0 0 / - (Rupees Fifteen Crores only)as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

Contd...3

47

:: 3 :: Guarantee N o . > 9 ' ^ \3>D>CC0O6^O Amount of Guarantee: Rs. 15,00,00,000/Guarantee Cover from)).#? */5to 0 ^ 0 ^ . 2 0 * I Last date for Lodgment of claim*yy ^ , ^ 0 ' l ) NOTWITHSTANDING ANYTHING CONTAINED HEREIN ABOVE:iOur liability under this Bank Guarantee shall Rs.15,00,00,000/- (Rupees Fifteen Crores only) 2. This Bank Guarantee shall be valid up to )& ^262-1 aftd 3. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee if and only if you serve upon us a written claim or demand on or before o ^ ' ( 9 l | -^0 \ not ceed

Signature &seal of the Guarantor. Name of Bank Add ress Date_ ^ _ . ^ _ ^ _

arofrt^feStatoBankotmdte
W3W & 5 f f c / STATE BANK OF INDIA

p. A, p~a/.
fgr Ostuty ^ " " N Monaaf

rAissM

iv. tm. ^ ; i.F.8., Hyd.

CONTRACT

Superintending'

JCR - DU SdiemoCfedet IKuBiigA/

IX

ar
s k ti 1 -2-235, ft & T^-, *TT^ ^ T , Trq-.^fr. Tte, *ft.^t.W. 1546 I&+*Uk| -03.

48
D.No. 1-2-235, G & H , Park Lane, M.G. Road, R B . No. 1546, Secunderabad - 500 003.

Corporation Bank
HR3 *k+N W sfSPT A Govt. of India Enterprise

OR/044/CORP/SEW7

Date: 10.09.2013

To The Superintending Engineer, JCR-DUS Circle, K C Colony, Chinthagattu, Warangai- A P -INDIA HYDERABAD-5000058 Dear Sir, The following Bank Guarantee has been issued by us at the request of M/S SEW Infrastructure Limited, 6-3-871, Snehalata, Greeniands, Roads, Begumpet, Hyderabad-500016, AP, India. BGNo. 2013/97 Issue Date
10.09.2013

Amount (Rs.) 5,00,00,000/-

Valid Upto 09.09.2018

In this regard, the Company has requested for issuing the Bank Guarantee for a higher tenor. However, as per our current sanction terms of the credit facilities enjoyed by M/s SEW Infrastructure Limited, we have issued the Bank Guarantees tor a period of 60 Months. However, in future, we may consider for extension of the tenor of the BG as per the then terms of sanction.

CONTRA
^TWT : (AGM)040-27894143 (0)27894143, 27815655, 27894144, 23447901 (PBX) ^ W / F a x : 040-27842670

Superintending ngtlidr^& CADD

JCR - MiScteBaC&ctet Warangai.


Do visit us a t : www.corpbank.com E-mail: cbo44@corpbank.co.in

1". f>. I. D. 3024

Corporation Bank
(A Government of India Enterprise) .t^A:.9^r,.%h^.4^^:, *PfH=fcti bwf?i<* P T "Jeff Address of the Controlling Office :
J

49

91TST Branch

ir.i'-icb HST S R T O e R The Asst. General Manager 2008

3fitjff^ch n4sic The Zonal Manager 3TTtfe> chl'-j|rr|ij Zonal Office Serial

N? 161598

Saf^....toxfJM, .y.
U^....$tos^ Mtyktofcd.
f7? ym\ m c S TW T W4 TRU1 % fan " T T T fcffcf ?TcR craf ?T, % Hm 3FpfSFT feT ^ * > fjH SH R ST7!

"*(1)*fr/^
41

(2) 97/^2JT

% 4^PT S^TTSFf % ^TFTfeT" T ^ T TI

This covering letter is issued to be annexed to the letter of Guarantee No.... QJ)A~>. ./3.?". dated....'..'

>Mfr*J3

for amount of Rs. .J5.Gftft4<tefc/:r:

valid
.r..3&.0

m.MlQS/M/^

issued by this office under the joint signatures of *'(1)Mr^M^....(^.K$^^^ *M2)Mr./^....fcG^..;.J^^^ A^^...^O^.....^^Wf^ Mg?rfVJRAft| &.r....(75.^

2. tTTS" ^T 1 T % m ^fe c^T 3ncPWFT ST ? T T 5T iM^'-W H'-i-Jcb ^ R m T !3TH 3?" I 2. Confirmation of this guarantee, if the same is desired should be obtained from the controlling above.

[^TT3> Date

ia/oa/*?J3..

K^^W Signature: *F! Name: . . . f c ! ^ . . : . ] ^ ^.^TTH Designation:

i^TTfiy^rTFT cfir ;zTH ? *HT Beneficiary's name & address:

KACA....!^^..^

^Tssf^Ji^,

$Jf*M^.s.y.jy&&.
EFNfe *hl*lfdq : TOTM HTlR TPf, <ft. A H. 88,TOR- 575 001

Corporate Office ; Mangaladevi Temple Road, P.B. No. 88, Mangalore - 575 001

Full address o,

rnished.

Full name and designation of the officials signing the Guarantee Agreement be furnished.

GO

*fwi^^*MW\
2

& CADD ^^SW^\ r JCB - B l i S c t e m e C f c t * Waranga*

<-7^=
^ne.^^omr.
:HA5TMY A OOULSEGE S.R.**AGAft

^ E 9 365 50
ffl^P*^

3TO

Ti^[

wo zero ffltn zero cne i m lare 1 4 : 4 7

Rs.0000100 PB5467
NOW-JUDICIAL -STAMP DUTY

ANDHRA PRADESH

BANK GUARANTEE FOR PERFORMANCE SECURITY The Superintending Engineer, JCR-DLIS Circle, K.C. Colony, Chinthagattu, Warangal, Andhra Pradesh, India

OT 10/05/^013

WHEREAS M/s. SEW - Rithwik <JV), C/o. SEW Infrastructure Limited, 6-3-871, 'Snehalata', Greenlands Road, Begumpet, Hyderabad-500016, Andhra Pradesh, India (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. SE/JCR-DLIS/Wgl/TS/DEE-ll/T2/PVNR KSSP/1388/S Dated: 31.08.2013 entered into with the Employer, to execute 'P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I - Investigation, Survey, Preparation of Designs 8t Drawings and L.P. Schedules etc., Construction of Barrage across River Godayari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge, the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s 8t D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (V), Eturunagaram (M), Warangal (Dist.), A.P, India on EPC Turnkey Basis including O&M' (hereinafter called "the Contract"); AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we, Corporation Bank, M.G.Road Branch, Secunderabad, have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor;

r
cjer cunderabad

CW* SuperKrtendirtp/Ea0!nfe&^y &

7.

6V xo)2>/3751 o-f. o/04/wfc

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer, oh behalf of the Contractor, up to a total of Rs. 5,00,00,000/- (Rupees five crores only) (hereinafter called the "Guaranteed Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of Rs.5,00,00,000/- (Rupees five crores only) as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. Notwithstanding anything contained herein above: a. Our liability under this bank guarantee shall not exceed Rs.5,00,00,000/- (Rupees five crores only). b. This bank guarantee shall be valid from 10.09.2013 to 09.09.2018 and c. We shall be liable to pay any amount under this bank guarantee or part thereof only if we received (if you serve upon us) a written claim or demand under this guarantee on or before 09.09.2018. \

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & C.A.D.DEPARTMENT

52

From Sri.B.VENKATESHWARLU, B.Tech., Superintending Engineer, I&CADD, J.Chokka Rao D.L.I. Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

To M/s SEW-Rithwik QV), C/o SEW INFRASTRUCTURE LIMITED, 6-3-871,SnehaIata, Greenlands Road, Begumpet. HYDERABAD-500016.

Lr.No.SE/ICR-DLIS/Wg]/TS/DEE-II/T2/PVNRKSSP/)3^ftl5 Gentleman, Sub:

Dated: h\ -08-2013.

"P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-IPackage-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including 0 & M" Acceptance of Tender-Reg. 1. T.O. Tender Notice No.03/2013-14,Dt.l7-04-2013. 2. G.O.Ms No.38,I&CAD(M&MI-T.V.l) Deptt.,Dt.24-04-2013. 3. Govt.Memo.No.l6847/M&MI.T.V.l/2010, Dt.30-08-2013 communicated by the Chief Engineer,GLIS,Warangal vide Endt.No. CE/GLIS/Wgl/ DCE/0T1 / TS5/F.193.Vol.III/2798,Dt.30-08-2013.
***

Ref:

As per the recommendations of High Power Committee dated: 05-08-2013& 17-082013 the Government have issued instructions vide reference 3 rd cited to award the above work to the lowest bidder "M/s SEW-Rithwik QV],"Hyderabad at their quoted price of

Rs.1643,67,75,699.00 (Rupees One thousand six hundred forty three Crores Sixty seven Lakhs Seventy five Thousand six Hundred and ninety nine Only) i.e., (-) 9.1389 % Less over IBM value ofRs. 180{ (P.T.01 n'&CADD JCR - 011 Scheme Orrta Warangal

CONTRA

-2-

53
Accordingly "M/s SEW-Rithwik (JV],"Hyderabad, tender proposals for the above work is accepted for a value of Rs.1643,67,75,699.00 (Rupees One thousand six h u r l e d forty three Crores Sixty seven Lakhs Seventy five Thousand six Hundred and ninety nine Only).. Therefore you are requested to attend this office along with the following documents and particulars for concluding the agreement with in 15 days from the date of receipt of this letter, 1. Letter of acceptance. 2. Non-Judicial Stamp Paper worth of Rs. 100/3. Performance Security Deposit of One Bank Guarantee/Demand Draft of 4.5% of Price Bid value i.e., Rs.73,96,54,906/- (Rupees Seventy three Crores Ninety six Lakhs Fifty four Thousand nine Hundred and six Only) valid for a period of 90 Months and the other One Bank Guarantee/Demand Draft of 0.5% of Price Bid value i.e., Rs.8,21,83,878/- (Rupees Eight Crores Twenty one lakhs Eighty three Thousand Eight hundred and sevevty eight Only] for a total period of 126months from the date of signing the Agreement as per conditions of Contract by way of crossed Demand Draft on any Nationalized Bank in favour of Assistant Pay and Accounts Officer (Works &Projects), K.C.Colony, Chinthagattu, Warangal or unconditional and irrecoverable Bank Guarantee in prescribed format from any Nationalized Bank / Scheduled Bank in favour of the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal from the date of signing the Agreement. Further the contractor should furnish the 1) The Designs and Drawings as per the scope of work in conformity with the relevant I.S. Codes and subject to approval by the Employer / Employer's Representative or competent Authority (Chief Engineer, Central Design Organization) any change in the sizes / capacities / dimensions of the structures / Barrage / Earth Bund/ Gates etc., based on the approved Designs and Drawings should be effected without any change in the Price Bid. 2} The Land, Water, Electricity, Approach Roads and Materials etc. required to the contractor for the execution of works shall be obtained by the Contractor himself. 3] V'-procurement corpus fund of Rs.25,000/erabad. 4]j[^ftiiydiEi3a^&dLested to furnish the Technical Data Sheets'pertaining to motors for <^/ \ ^ a | ^ i e gates S apertalB^fc Engineer,'* CADI* 1 ( Rupees twenty five thousands only towards' Corpus Fund in shape of Demand Draft in favour of A.P.T.S., B.R.K.R.

-3-

<'

54
5) Work Methodology shall be furnished. 6) The Implementation schedule shall be furnished. 7) The contractor should furnish the list of key personnel. 8) The Contractor should furnish the Insurance policies by paying premium at one time only for total period of 5 years plus 2 years defect liability period as per Clause 9.0 of GCCVol-I. 9] The contractor should furnish the Latest sales Tax certificate. 10]The Contractor should furnish the Latest Income Tax certificate. l l ] T h e contractor should furnish the Labour contract License as per Regulation and Abolition Act-1970 as per updated Act, if any. 12) The Financial Bid Breakup for Contract Price should be furnished in prescribed proforma. Please note that your failure to turn up in the manner aforesaid, within 15 days from the receipt of letter your Tender will be cancelled by the department and the bid security furnished by you will be forfeited to the Government without any further notice as per Clause 31.2 Instruction to Bidders of Vol-I.

Yours Sincerely, Sd/Superintending Engineer, I&CADD, J.Chokka Rao D.L.I. Scheme Circle, K.C.Colony, Chinthagattu, Warangal. //Attested / /
> "

Superintending Engineer, I&CADD, J.Chokka Rao D.L.L Scheme Circle, K.C.Colony, Chinthagattu, Warangal
'?v'%~

GOVERNMENT OF ANDHRA PRADESH IRRIGATION 6s CAD (M&MI-TV} DEPARTMENT JLcmQ N o . l 6 8 4 7 / M & I V I I . T . V , 1 / 2 0 1 0 i^Sub: Vtf* , ^ _. ^ .-i''. y*-/,^-' *-'._ y ^ ' Dated:3Q/08/3O13

^--""T-. Ret: I- From t h e Engineer-in-Chief (I.W.), Hyderabad, Lr.No. ->--' w.v ENC/IW/P&M/EEJ/DEE-9/AEE3/Misc/KantftanapaUy, -yj ? V dated: 03.08.2013. > cV-., '-'ir.^^ 2.Govt. Memo No. 16847/M&M1-TV. 1 / 2 0 1 0 , ' "*>'& ' 0 dated:30/08/2013. '' ', ' ' ' * ft-

-M*

GUS-P.V.Narasimba Rao Kanthanapally Sujala S r a v a n t h i Project- Phase-l- Package -I: Investigation, Survey, Preparation of Designs & Drawings a n d L.P. S c h e d u l e s etc., for lifting of 50 TMC water from river G o d a v a n by constructing a Barrage across Godavari River a n d dropping into t h e existing Kakatiya Canal by excavating t u n n e l s a n d c a n a l s for stabilization of SRSP a y a c u t of Siage~I & 11 - Regarding.

4.A& k> i ^

******

<

v -*

& IJ The Chief Engineer, GL1S h a s s u b m i t t e d t h e Bid Evaluation |f Report for the work of P.V.Narasimha Rao Kanthanapally Sujala .'KSravanthi ProjectPhase-l- Package-1 investigation survey ' t preparation of Designs &. Drawings a n d L.P. S c h e d u l e s etc., for V^''."' ~' . nfting of *p0"''rVlC of water from Rivei' Godavari by c i ^ s t m e u n g * < A ' -, barrage a c r o s s River Godavari with P'RL'85.00 mt'rs fof storing 22J.5 *o$S TMC of water, a n d dropping in to t h e existing Kakatiya Canal by excavating t u n n e l s a n d c a n a l s for stabilization of 7,50,000 Acres of SRSP ayacut of Stage-I & II in t h e districts of Warangal, Nalgonda a n d K h a m m a m a n d drinking water needs to enroute villages 'fg ~ including Power blocks.
/'^ ^ v . ^"/ff//. !st 7 f 2. The Bid Evaluation Report was placed before the High Power Committee o n 0 5 . 0 8 . 2 0 1 3 a n d 17.08.2013 constituted vide G.O.Ms.No. 1 2 1 , dated: 15.10.2004. The High Power Committee after considering the various factors recommended to e n t r u s t t h e above work to the lowest bidder M / s SEW- Retwik (JV), Hyderabad for Rs. 1643.6775 Crores (Rupees One T h o u s a n d Six H u n d r e d Forty Three Crores Sixty Seven Lakhs Seventy Five T h o u s a n d only) which is (-! 9 . 1 3 8 9 % Less over the IBM value of Rs. 1809.00 Crores. 3. Government here by accepts t h e above recommendations of i.he High Power Committee. 4. The a g r e e m e n t shall be in conformity with t h e i n s t r u c t i o n s of the Government including Govt. Memo as reference 2 nci above, &^w^M-^m^ wherever, uccessarv in t h e Agreetnent-to

5. The Chief Engineer; GLIS, Warangal shall t a k e necessary action in the m a t t e r accordingly. ADITYA NATH DAS PRINCIPAL SECRETARY TO GOVERNMENT. To The Chief Engineer, GL1S, K.C.Colony, C i h m h a g a t t u , Hanarnkond rf " " J j R W A R D E P T'-Y OF! MiR / / [Hyderabad
O (TV , '"T , t

^ONTRACPOR

56
alcyyj <v,//
*V U
\fC'Jl . - ,
r t 3 7 1 , 7 7";m OL ,n w^ i7 i. . / /^^H , . .-r, ^

,
<J~:BDj.r/L

H
*./ -rj-QQ -Dli\
h-u -Ji j-fU-U'^.

UJn ch lose, /

CK^.d o ^-r

r <<:.. KM

Ci

JT-

CL(:TlCY->

a^Jk-zm-

}imr7-'!-cL'n^lu

v^

'V_

Chief Engineer,
GODAVARIUFT IRRIGATION SCHEME
( ^ V Chintagattu Camp, Hanamkonda, WARANGAL.

. ,'-..,>(; ***S-~>i!<-,*A.

J5
:

(Hyderabad)'

>^TfU3X)jR

eer, * & GADD


* .
.>'

JCR - DLI Scl

9
W^R?A*AO-'SW(73 !

72759 16595*

57
19:37 P85932

s am aw we & /em

s a p DUTY

9KE*

018
FORMAT - B23 JOINT VENTURE AGREEMENT THIS JOINT VENTURE AGREEMENT is entered into on this the 8th day of June 2013. AMONGST

M/s.SEW Infrastructure Limited, a company incorporated under the Companies Act, 1956 and having its registered office at 6-3-871, "Snehalata", Greenlands Road, Begumpet, HYDERABAD - 500 016, A.P. (hereinafter referred to as the "SEW/First Party" which expression shall, unless repugnant to the context include its successors and permitted assigns.

AND 2. M/s.Rithwik Projects Private Limited, a company incorporated under the Companies Act, 1956 and having its registered office at Plot No.37 & 39, Navodaya Colony, Road No.2, Banjara Hills, HYDERABAD - 500 034, A.P. (hereinafter referred to as the "RITHWIK/Second Party" which expression shall, unless repugnant to the context include its successors and permitted assigns. The above mentioned First Party and Second- Party are collectively referred to as the "Parties" and each is individually referred to as a "Party" WHEREAS, (A) The Superintending Engineer, JCR-DLIS Circle, Warangal, Andhra Pradesh represented by its (hereinafter referred to as the "Employer" which expression shall, unless repugnant to. the context or meaning thereof, include its administrators, successors and assigns) has invited Bids (the "Bids") by its Bid Documents for qualification and selection of Bidders for "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-1-Package-i : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s . Revetment, black topping and bank connections on either side of the Spillway / including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, of internal C.C roads, raising of existing BT road from Kanthanapally ^to barrage site and Laxmipuram including CD & CM works and other connected to Project at Kanthanapally (v),^,E$timnagaram (M), Sist.), A.P, INDIA on EPC Turnkey Basis including b'$$ffide Tender '03/JfU3-14, Dated : 17-04-2013 (the "Project")."' A " ^

<SOT CRrOUSehemeOide Waranqai


**.

58
(B) The Parties are interested in jointly bidding for the Project as members of a Joint Venture (JV) and in accordance with the terms and conditions of the Bid Document in respect of the Project, and It is a necessary condition under the Bid Document that the members of the Joint Venture shall enter into a Joint Venture Agreement and furnish a copy thereof with the Bid.

(C)

NOW IT IS HEREBY AGREED as follows: 1. Definitions and Interpretations: In this Agreement, the capitalised terms shall, unless the context otherwise requires, have the meaning ascribed thereto under the Bid Documents 2. 2.1 Joint Venture: The Parties do hereby irrevocably constitute a Joint Venture namely SEW RITHWIK JOINT VENTURE (the "Joint Venture") for the purposes of jointly participating in the Bidding Process for the Project. The Parties hereby undertake to participate in the Bidding Process only through this Joint Venture and not individually and/ or through any other joint venture / Joint Venture constituted for this Project, either directly or indirectly or through any of their Associates. Role of the Parties: The Parties hereby undertake to perform the roles and responsibilities as described below: (a) The First Party shall be the Lead Member of the JV and shall have the Power of Attorney from all members for conducting all business for and on behalf of the JV during the Bidding Process and during the execution of the Contract. The Second Party shall be the member of the JV.

2.2

3.

(b) 4.

Joint and Several Liability: The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Project and in accordance with the terms of the Bid Documents and the Contract, under and in accordance with the Contract to be entered into with the Employer.

5. 5.1 /

Shares in the JV: The Parties agree that the proportion of shares among the Parties in the JV shall be as follows: . First Party (SEW): 51% (Fifty one percent)

59
Representation of the Parties: Each Party represents to the other Parties as of the date of this Agreement that:

(J20

(a)

Such Party is duly organised, validly existing and in good standing under the laws of its incorporation and has all requisite power and authority to enter into this Agreement; The execution, delivery and performance by such Party of this Agreement has been authorized by all necessary and appropriate corporate or governmental action and a copy of the extract of the charter documents and board resolution/ power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Joint Venture Member is annexed to this Agreement, and will not, to the best of its knowledge: (i) O'i) (iii) require any consent or approval not already obtained; violate any Applicable applicability to it; Law presently in effect and having

(b)

violate the Memorandum and Articles of Association, by-laws or other applicable organizational documents thereof; violate any clearance, permit, concession, grant, license or other governmental authorization, approval, judgment, order or decree or any mortgage agreement, indenture or any other instrument to which such Party is a party or by which such Party or any of its properties or assets are bound or that is otherwise applicable to such Party; or create or impose any liens, mortgages, pledges, claims, security interests, charges or encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or mortgage in or on the property of such Party, except for encumbrances that would not, individually or in the aggregate, have a material adverse effect on the financial condition or prospects or business of such Party so as to prevent such Party from fulfilling its obligations under this Agreement;

(iv)

(v)

(c) (d)

this Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms against it; and there is no litigation pending or, to the best of such Party's knowledge, threatened to which it or any of its Affiliates is a party that presently affects or which would have a material adverse effect on the financial condition or prospects or business of such Party in the fulfillment of its obligations under this Agreement.

CONTRACTOR

VrtfCADD jCR-OLISdiema'
Warangal

60

021
7. Termination: This Agreement shall be effective from the date hereof and shall continue in full force and effect during the Contract Period and in accordance with the Contract to be entered into with the Employer, in case the Project is awarded to the Joint Venture. However, in case the Joint Venture is either not qualified for the Project or does not get selected for award of the Project, the Agreement will stand terminated. 8. 8.1 8.2 Miscellaneous: This Joint Venture Agreement shall be governed by laws of India. The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without the prior written consent of the Employer.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN. SIGNED, SEALED AND DELIVERED For and on behalf of the First Party M/s.SEW INFRASTRUCTURE LIMITED

Signature ^^~^Q^ Name: M.THIRPATFTREDDY Designation: DIRECTOR Address: 6-3-871, Snehalata, Greenlands Road, Begumpet, Hyderabad-500016.

SIGNED, SEALED AND DELIVERED For and on behalf of the Second Party M/s.RITHWIK PROJECTS PRIVATE

Signature Name: K.VENKATESWARA RAO Designation: AGM - TENDERS Address: Plot No.37 a 39, Navodaya Colony, Road No.2, Banjara Hills, Hyderabad - 500034 In the presence of: Witnesses:

1.
2.

OONTRACTO
NOTARIAL

JCB-DliSdWff
i . I ' ' '> i '

11

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I O-i Voll, Check slip

CHECK SLIP TO ACCOMPANY THE TENDER (TO BE FILLED IN AND SUBMITTED BY THE BIDDER ALONG WITH TENDER) SI. No. 1 1. Proof there of page Nos. 4

Description 2 Enclosed copy of Contractors Registration under appropriate class with .Govt. of A. P. Enclosed copy of Latest Income tax Return filed with IT Dept, and PAN card. Enclosed copy of VAT Registration. Enclosed the required Bid security in the shape of D.D. or B.G. in the stipulated format for the required period. Furnished the Formats B1 to B24C with supporting documents. Furnished the Data Sheets 1 to 12. Enclosed Proof of liquid assets in the shape of Solvency certificates etc., for the required amount. Annual Turnover Certificate by Statutory Auditor with balance sheet. J.V. Agreement (Format B.23) Authority for Signing the bid (Format -21) i.e., Power of Attorney for signing as Format-21. Furnished Declaration as required under. Clause.1.4 of ITB.( Format B.24 A) Critical equipment proposed to be deployed (Format 24B) Furnished Declaration about owning the equipment as per (Format B.24C) Power of attorney in favour of Lead Member (Format B.22) ISO Certificate Design office backup / MOU (CI.30 -B-2 of tender details

Status 3 Yes/No

2. 3. 4.

Yes/No Yes/No Yes/No

5. 6. 7.

Yes/No Yes/No Yes/No

8. 9. 10.

Yes/No Yes/No Yes/ No

11. 12. 13. 14. 15. 16.

Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No

The Check slip is meant for broad and general guidance. It is the responsibility of bidder to furnish all the required information as per bid document alonowith tender.

CONTRAC

SUPERINTENDING ENGINE^RJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

^ , t,
12

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Check slip

DC
T E C H N I C A L BID QUALIFICATION INFORMATION The information shall be filled in by the Bidder in the check slip enclosed to the Technical Bid/Tender schedules which will be used for the purposes of verification of adequacy of information as well as evaluating the bidder's Compliance to the qualification criteria as provided in the . Tender in the Tender Schedule. STATUS OF BIDDER 1. 2. 3. 4. Individual/Partnership Firm Place of Registration Principal Place of Business Registration particulars with Government of A.P. Authorized Signatory to sign the Tender document in case the Bidder is a firm (enclose copy of such authorization) Check-slip duly filled in should be enclosed : Signature of the Bidder. DECLARATION l/WE have gone through carefully all the above and enclosed the necessary documents as indicated in Check slip. I/WE also solemnly declare that l/WE will abide by the conditions contained in the tender schedules for having not produced or produced incorrect/false certificates and shall not claim for ' any relief/relaxation thereafter. Name and Signature. Note: In proof of the Statement made under Column(3) of check slip Copies of the certificates duly got self attested and enclosed to the Technical Bid shall contain serial numbers on the right corner of each certificate, which will be indicated in column(4) against each item. :, -. : :

5.

6.

iNDIN^&rlNEERj&CADD.,

J.Chokka Rao D.LX'Scheme Circle, K.C.Colony,Crrinthagattu,Warangal.

13

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I g 3 Void, Tender Details

NOTICE INVITING TENDER Department Name Name of the Project Unit /Circle Tender Number Tender Subject IRRIGATION AND CAD DEPARTMENT P.V.Narasimha Rao Kanthanapally Sujala Sravanthi Project Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.CoIony, Chintagattu, Hanamkonda, Warangal District. 03/2013-14, Dated:17-04-2013. "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" Not Applicable 60 Months EPC -Turn Key Open Works Rs. 18.10 Crores (Rupees Eighteen Crores and ten lakhs only) Demand Draft in favour of APAO(Works & Projects) Chinthagattu, Hanamkonda, Warangal Dist. Andhra Pradesh or in the shape of unconditional irrevocable Bank Guarantee in the standard form obtained from any Indian Nationalized Bank / Scheduled Bank in favour of Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District, to be valid for a period of 9 months from the last date of submission of Bids to be provided as per proforma. (Comgendum-4) 0 (INR) Not applicable. Rs.28100 (Twenty eight thousand one hundred only)

10

11 12

Estimated Contract Value Period Of Contract Form Of Contract Tender Type Tender Category Bid Security Bid Security Payable To

13 14
15

Tender Fee Tender fee payable to Process/Transaction fee

16

Process/Transaction Fee

M/s Vayam Technologies Ltd., Hyderabad through electronic gateway payment system.

CONT.

SUPERmTENDINGENGI^Egiy&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

14
4- -1-

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Voll, Tender Details

64
17. 18. 19.

Schedule Sale Opening Date Schedule Sale Closing Date Pre-Bid Meeting Opening Date & Place

26.04.2013 10.06.2013

:03.00 PM : 11.00 AM (Corrigendum-3)

09.05.2013 : 11:00 AM (Corrigendum-1) Office of the Chief Engineer, Godavari Lift Irrigation Scheme, K.C.Colony, Chinthagattu, Hanamkonda, Warangal.District, A.P.

20. 21. 22. 23.

24.

25. 26.

Pre-Bid Meeting Closing 09.05.2013 ; 5:00 PM (Corrigendum-1) Date Bid Submission Closing 10.06.2013 : 5:00 PM (Corrigendum-3) Date Bid Submission Online Pre-Qualification 17.06.2013 : 11:00 AM onwards. /Technical Bid Opening (Corrigendum-3) date (Qualification and Eligibility Stage) Technical Specifications Bid Opening Date (Technical Bid Stage) Price Bid Opening Date 03.07.2013 : 3:00 PM onwards (Financial Bid Stage) (Corrigendum-3) Place Of Tender Opening Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chintagattu, Hanamkonda, warangal District. Officer Inviting Bids/ Contact Person Address/E-mai! id Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chintagattu, Hanamkonda, warangal District. Office of the Superintending Engineer, JCRDLIS CIRCLE.KC Colony Chintagattu, Warangal. Email: sejcrglip@yahoo.co.in, Sri. K. Bangaraiah, M.Tech, Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District. Ph: 0870-2564824, Fax: 0870-2564824 A) General requirements : 1) Individual / Firm/ Company registered with Government of Andhra Pradesh with valid Registration in terms of (l)G.O.Ms.No.94, dt. 1.7.2003 and l&CAD(PW-COD) Dept.,

27.

28.

29.

Contact Details /Telephone, Fax

30.

Eligibility Criterion

SUPERINTENDING :ENGINEEk,I&CADD.,

J.Chokka Rao D.H.I.Scheirie Circle, K.C.Colony,ChinlMgattu, Warangal.

15

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I VoU, Tender Details

65

(ll)G.O.Ms.No.130,I&CAD(PW-Reforms)Dept., dt. 22.05.2007 are only eligible. 2) In case of J.V, at least one member of the J.V group should have a valid registration with the Government of Andhra Pradesh as on date of submission of bids and others should produce valid registration as a contractor (Civil or Mechanical) with the Government of Andhra Pradesh in'terms of G.Os mentioned above before concluding the agreement. Failure to comply with this condition, contract shall be cancelled, duly forfeiting the Performance Security, security deposits besides blacklisting the other J.V partners having valid registration with Government of Andhra Pradesh. 3) The Bids are limited to those individuals, firms, companies, joint ventures, who meet the following qualification and eligibility requirements and herein after referred to as "BIDDER". 4) The Bidder / firms / companies should have ISO certification or produce evidence of making application for ISO certification. In case the Bidders who has applied for ISO certification happens to be successful bidder he shall produce proof of ISO certification before concluding the agreement. Failure to comply with this condition, contract shall be cancelled, duly forfeiting the Performance Security, security deposits besides blacklisting the other J.V partners having valid registration with Government of Andhra Pradesh :

CONTRAC

SUPERINTCNra^WGiNEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

<

16

66

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender Details

5) In case of joint ventures, the eligibility criteria will be considered on the basis of combined resources of the JV members, subject to the provisions of clause 30-A-12 (Corrigendum-2) of tender details. 6) The total members in the Joint venture shall not be more than 3 (Three) 7) The Bidder should submit a Power of Attorney as per the format B-21 (Power of Attorney for Signing of Bid). In the case of a Joint Venture, the members should submit a Power of Attorney in favour of the Lead Member as per format at B-22. 7A) In case of Joint Venture, the JV members should have entered into a legally valid Agreement (as per Form - B23) for joint and several responsibilities and submit along with bid. The name of the Lead Member shall be defined. The Lead Member's share shall be not less than 51% in the joint venture. The share of each member including lead Member shall be exhibited in the JV Agreement. 8) The JV Agreement should clearly exhibit the responsibilities of the JV members. The non lead members of the JV shall execute a Power of Attorney in favour of the Lead Member authorizing the Lead Member to conduct all business for and on behalf of the JV during (a) Tendering process and (b) execution and for successful performance of the package including the Defect Liability and Operation and Maintenance periods in case of award of work. The Lead Member shall execute a Power of Attorney in favour of one of its officers to be the Authorized Signatory for signing the Bid Documents and also to undertake all other acts and deeds on the behalf of the JV in connection with the Bid and the Contract.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chintfiagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender. Details

67

'

9) The JV Agreement should clearly exhibit the validity of the Agreement until the completion of the work including the Defect Liability and Operation and Maintenance periods. 10) The JV firm should furnish an undertaking from all the members that in case of award of work, the J.V Agreement deed is irrevocable by any one or all the members together until 3 months after the completion of the contract period including the defect liability and operation and maintenance periods. In case of Extension of time granted by the employer, the Agreement of joint undertaking is also deemed to be extended for the period of such delay and that it is irrevocable until 3 months after the completion of the extended periods also. 11) The JV Agreement should also include JV members to agree that the above undertaking to be without any prejudice to the various liabilities of the members of the JV (Bidder) including the performance security deposit as well as all the other obligations of the contract. 12) In case of J.Vs in meeting the requirement of eligibility criteria except "Available bid capacity", the resources of each of the members of J.V shall be added together to arrive the combined resources of the J.V to determine the bidders compliance with eligibility criteria. The share of lead member shall not be less than 51%. Regarding available bid capacity, in case of joint venture the available bid capacity will be applied for each member to the extent of his participation in the execution of the works according to the J.V agreement and then combined. 13) The experience of the work for which bids are invited shall be shared among the members of J.V. in the same ratio of their financial/equity participation in the work.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

18

68

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender Details

<5*

14) Bids by Subsidiary Companies: If a subsidiary company bids for the work individually or as a JV member on the unconditional technical and financial strength of the parent /holding company the same shall be considered provided the parent/holding company commits to sign a separate agreement with the employer (in the requisite Format) evincing full support for the technical; and financial requirements of the subsidiary company in the event of award of the work to that subsidiary company or its JV firm. An undertaking by the parent / holding company to this effect shall be submitted along with the Bid (in the requisite Format). Subsidiary company is one in which the parent/holding company or any other subsidiary companies of the same parent / holding company hold(s) 100% equity share capital. A subsidiary company intending to bid on the strength of parent/ holding company shall not be allowed to participate as a 'Sub-Contractor. In case the subsidiary company or the JV firm in which it is a member, gets qualified and awarded the work, the parent/ holding company shall furnish an additional performance bank guarantee of value equivalent to 5% (five percent) of the contract price where the subsidiary company is an individual bidder; or 5%(five percent) of portion of work of their share where the subsidiary company is Joint Venture Partner, as the case may be, in addition to normal Performance Security of 5% of contract value to be submitted by the Bidder to the Employer besides entering into separate Agreement (in the requisite Format). This additional Performance bank guarantee for 5% of contract value or portion of work value shall be valid for a total period of 90 months (i.e. six months beyond the stipulated period of completion of Defects Liability Period).

SUPERINTENDIMJENGINEER,I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

VoU, Tender.Details

69
B) TECHNICAL REQUIREMENT: The Bidder should satisfy the following. 1) Bidder should have capacity for design office backup and field backup having experience on structural and hydraulic design for N.O.F Dam, Spillway, Earth Dam, scour Sluices, River Training works, Vertical Gates with Rope Drum hoist equipment, or should have MOU with such firm of experience. 2) The Bidder should have executed Minimum quantities of similar work of concrete dam or spillway or barrage in a year during last Ten Financial Years (2003-04 to 2012-13) (Format-B. 15) a) EWE, Embankment - 4.20 Lakh Cum b) C.C and RCC - 2.45 Lakh Cum c) Gates (vertical or Radial) with any kind of hoisting and its elements 1120 M.T. (Comgendum-4) 3)The individual / firm / Lead Member in case of J.V, shall have completed at least one similar work of concrete dam or Barrage or spillway having a height not less than 25 m from the lowest foundation level during last Ten Financial Years (2003-04 to 2012-13) as a prime contractor or as a Lead Member in the JV in the same name and style. (Format B.15-a). C. FINANCIAL REQUIREMENT: The Bidder should satisfy the following. 1) The bidder should have minimum annual financial turnover in all civil engineering and Hydro-Mechanical works of value not less than Rs710 Crores in any one year in the same name and style during last 10 (ten) years (2003-04 to 2012-13) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

20

70

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Tender Details

a) The bidder should have satisfactorily completed (not less than 90% of contract value) similar works of value not less than Rs.900 Crores as a prime contractor or as a lead member in a J.V in respect of lead member of present J.V and as a prime contractor or as a lead member or as a member in a J.V in respect of other members of present J.V in the same name and style during the last 10 financial years (2003-04 to 2012-13) updated by giving 10% simple weightage per year to bring them to 2013-14 price level. The similar works means Concrete Dams or Barrages or Spillways.(Format B-14 & B-14(a)). (b) In case of J.V, the lead member should have satisfactorily completed (not less than 90% of contract value) similar works of value not less than the proportionate share of Rs 900 Crores equivalent to his share holding in the present J.V, as a prime contractor or lead member in a J.V in the same name and style during the last ten financial years(2003-04 to 2012-13) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level. For instance in a J.V if the lead member has a share holding of 60% then he should have satisfactorily completed similar works of value not less than Rs.540 Crores ((60X900)/100), in the block period of 10 years to meet this criteria. 2)(a) In case of J.V, each member should have minimum annual financial turnover in all Civil Engineering and Hydro-Mechanical works not less than the proportionate share of Rs 710 Crores equivalent to his share holding in the present J.V in any one year in the same name and style during the last ten financial years (2003-04 to 2012-13) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level.

SUPEP9OTENDING ENelNEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

21

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender Details

71

In any case minimum annual financial turnover of the lead member of J.V shall not be less than Rs 362 Crores and that of other members of J.V shall not be less than Rs 140 Crores. For example if a J.V of three members A,B,C with share holding of 60:30:10 participates in the bid, the minimum annual turn over of 'A* shall not be less than Rs 426 Crores (i.e 0.6X710) and that of *B* shall not be less than Rs 213 Crores (i.e 0.3X710) and "C l shall not be less than Rs 71 Crores (i.e 0.1X710=75 but minimum is Rs 140 Crores). (b) In case of Joint Venture (JV) each other member of joint venture (other than Lead Member) should have minimum annual financial turnover in all Civil Engineering and HydroMechanical works not less than Rs.140 Crores in any one year in the same name and style during last 10. (ten) Financial Years (2003-04 to 2012-13) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level. Certificate regarding annual financial turnover of the firm in all Civil Engineering and HydroMechanical works duly authenticated by Statutory Auditor along with audited Balance Sheet shall be furnished. 3) The Bidder should be net profit making in at least 3 (Three) Financial Years during last five Financial Years. 4) (a) Liquid assets or credit facilities or Solvency Certificate from Indian Nationalized or Scheduled Banks of value not less than Rs.130 Crores.

CONTRACTOR

SUPERST^NDIMJ

EkblNEERj&CADD., J.Chokka Rao D.L.I.Scheme^Circle, K.C.Colony,Chinthagattu,Warangal.

22

72

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Void, Tender Details

(b) Each individual J.V member shall have liquid assets or credit facilities or Solvency Certificate from Indian Nationalized or Scheduled Banks of value not less than Rs.50 Crores. 5) Assured available Bid capacity as per formula (2AN-B) shall be greater than Internal Bench Mark value assessed by employer. A = Maximum value of Civil Engineering and Hydro Mechanical works executed in any one year during last 10 (ten) years (updated by giving 10% simple weightage per year to bring them to the Financial Year 2013-14 price level (Format B-13). N = Number of years prescribed for completion of Works for which tenders are invited. B = Value at current price level of existing commitments and on going works to be completed during the period of completion of works for which bids are invited. (Format B-16) 6) Even though the Bidders meet the above Qualification Criteria, they are subject to be disqualified if they have: a) Record of poor performance such as abandoning the works, not properly completing or financial failures etc., in preceding 10 (ten) financial years (2003-04 to 2012-13). b) Consistent history of litigation or arbitration awards against the Bidder or any member of the JV in preceding 10 (ten) financial years (2003-04 to 2012-13) Format-B12. 7) Officially approved sub contractor's experience for the works awarded in terms of Government of Andhra Pradesh/other state Government/Central Government/central or state Government under Taking norms by the competent authority shall alone be considered. Certificate in proof of such Sub Contractor's

SUPERfi^Ettrfea ENG1NEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

23

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I y O - Voll, Tender Details

experience as sated above shall be signed by the Executive Engineer or equivalent and counter signed by the Superintending Engineer or equivalent and furnished along with the Bid. Any deviations to these norms shall not be entertained. Sub Contractor's experience for the works awarded/ carried out not in accordance with the norms of Government of Andhra Pradesh shall not be taken in to account. General Power of Attorney holder's experience shall not be taken into Account. Bids, which do not fulfill the Eligibility Criteria, will not be considered. 1. Bidder would be required to register on the eprocurement market place www.eprocurement.gov.in and submit their Bids online. The employer will not accept any Bid not submitted in the proper form. Bidders are requested to submit the Bids in two stages: Stage-I Eligibility and Technical Bid. Stage-ll Financial Bid/Price Bid 2. The first stage will cover the qualification and eligibility details and the Technical Bid. The Bidder shall upload documents in support of the above. The Bidder shall submit Price Bid online under second stage. 3. The detailed procedure for Bid submission is described in the Bid Documents. 4. For registration and online Bid submission Bidders may contact HELPDESK of M/s. Vayam Technologies Ltd, Plot No. 107, 1 s t Floor, Lumbini Enclave, Opp:NIMS Hospital near Hotel Urvasi, Punjagutta, Hyderabad-500082, Andhra Pradesh, India on https://tender.eprocurement.gov.in, Ph.No.+91-40-44426250/51, Fax:+91-40-44426252.

31

Procedure for Bid Submission.

CONTRACTOR

SUPERINTENDING ENGINEERINGADD., J.Chokka Rao D.L.LSchenie-Circle, K.C.Colony,Chinthagattu,Warangal.

24

74

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender Details

s x

a) The Bidders shall sign on the documents (such as Bid Security & Certificates etc.) uploaded by them, owning responsibility for their correctness / authenticity. b) Successful Bidder/ Contractor shall furnish the original hard copies of all the documents / certificates /statements uploaded by him before concluding agreement and stipulated time. c) If the Bidder fails to submit the original hard copies of up loaded certificates / documents with in the stipulated time or if any variation is noticed between the up loaded documents and the hard copies submitted by the Bidder, the Bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 (three) years as per G. O. Ms. No. 174, Dated 01.09.2008. d) All the Bidders shall submit the original DD/ BG towards Bid security uploaded by them before the scheduled date of opening of Price Bid as per NIT. If any Bidder fails to submit the original DD/BG towards Bid security within the stipulated time, then the Price Bid of that Bidder will not be opened though qualified in Technical Bids, and the Bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 (three) years. GENERAL TERMS & CONDITIONS: (1) The details and certificates are to be furnished as per the proformae available in the tender schedules in proof of Qualification Criteria. The, details of works not furnished in the relevant B-Formats shall not be taken in to consideration for evaluation, though up loaded along with Bid. (Format B-13, B-14, B-14(a), B15&B-15(a)&B-16)

32.

General Terms & Conditions

SUPEKlNTENDlNG'ENGlNEERa&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

25

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I $%U, Tender Details

75
(2) The Bidder should have the key and critical equipment (either owned or leased) as mentioned in the Bid Document. 3) The Bidders shall submit Written Power of Attorney authorizing the signatory of the Bid to commit for the Bidder. In case of JV, Power of Attorney has to be provided by Lead Member of the JV, in the formats provided (Format -B-21) The Scope of the work is as detailed below. Surveying, investigation, sub-soil exploration, designs, Engineering, Estimates and construction of the following 1) Earth dam on either side of spillway with necessary instrumentation and foundation treatment. 2) Formation of Double lane width BT Road on earth bund, safety measures like procurement of motor launches, speed boats etc., and lighting arrangements to Spillway, Power blocks, NOF, Earth dams, and camp colony. Providing Diversion arrangements for river Godavari by constructing necessary coffer Dams. The 100 years return flood discharge is 29.00 Lakhs Cusecs (The discharge is \nd\cat\ve)(Corrigendum-6) Spillway with crest level +75.00M to pass the designed discharge with necessary divide walls on the downstream and foundation treatment Non-overflow dam with necessary

33.

SCOPE OF WORK:

3)

4)

5)

foundation treatment.

CONTRACTO

SUPERINTENDING ENGINEER I&CADD., J.Chokka Rao D.L.I.Scheme^Circle, K.C.Colony,Chinthagattu,Warangal.

-=

26

76
6)

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender Details

Supply, Manufacture erection and commissioning of 131 Vertical Gates with Rope drum hoisting arrangement and all related components including instrumentation for automatic operation of gates, Required sets of Stop log elements and not less than 3 nos of Gantry crane arrangement for hoisting stop logs and accessories. 4 Nos Scour sluices of size 2.00m X 3.00 m, fish ladders etc.. Construction of buildings, camp/ residential/ office formation of internal camp colony C.C. roads Beatification of Project Site and Camp Colony.

7) 8)

9)

10) Double lane Road Bridge over spillway, power block of not less than 9.75m top width with d/s foot path 1.50m as per MORTH drawing. 11) Construction of Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house i.e., upto section D-D shown in the drawing. Construction of trash racks. Supply, Manufacture erection and commissioning of 12 nos. Vertical Gates with Rope drum hoisting arrangement and all related components including instrumentation for automatic operation of gates, Required sets of Stop log elements and Gantry crane arrangement for hoisting stop logs and accessories.

SUP,

G ENGINEER,I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

27

P.V.N.R.KanthanapalIy Sujala Sravanthi Project ^ _ ... Phase-IPackage-I 7 7 <$dll, Tender Details

12) Raising of existing WBM road from Kanthanapally x road (Eturunagaram to Tupakulagudem) to Barrage work site including construction of CM & CD works. 13) Raising of existing B.T.Road from Kanthanapally x road to Laxmipuram including construction of CM & CD works. 14) Construction of Head Regulator including Bank connections 15) Construction of Navigation locks and

navigation channel. 16) Necessary instrumentation and electrification for Spillway, NOF, Power blocks, Earthdam, Head regulator, etc. 17) Beautification of camp of staff quarters and office buildings (Corrigendum-4) 18)Operation and Maintenance for a period of 5 years including defect liability period of 2 years after successful completion of the project. The Scope of work shown above is only indicative and detailed scope basic parameters and project profile have been described in the bid document in appropriate chapters. 1 The Scope of Work shown above is only indicative and detailed scope has been described in the Bid Document. 2 The time for completion of the Construction Works is 60 months, followed by Operations and Maintenance for period of 60 months including Defect Liability Period of 24 months after successful completion of Construction Works and Commissioning of project.

34.

Special conditions:

CONTRACTO

SUPEK$ffiNBfNG ENGINEEKJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

28

78

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Tender Details

3 Issue of Bid Document will not automatically construe the eligibility of the Bidder(s) for participation in the subsequent Bidding process and will be determined during evaluation. 4 The Employer reserves the right to accept or reject any or all the Bids without assigning any reason whatsoever. 5 The dates stipulated in the NIT are firm and under no circumstances they will be relaxed unless officially extended / notified. 6 The Bidders shall submit their Bids online only. Any sort of difficulties or the problems in the internet, web site in submission of tenders, the Employer is not responsible. 7. The Bidder shall process all those designs and he/they shall initiate the designs and drawings for the components involved under the Scope and process them till they are approved by the competent authority. The Bidder shall take all these aspects into consideration while quoting the tender. 8. Bids received with an excess of more than 5% over the Internal Benchmark value Specified by the employer shall be summarily rejected. 9. In respect of Bids received beyond 25% less than Internal Benchmark value specified by the employer, the bidder shall furnish a Bank Guarantee ( or) Demand Draft for the difference between the ,Bid amount and 75% of Internal Benchmark value at the time of concluding Agreement as additional security deposit valid up to 6 months after completion of work. 10. The Employer reserves the right to cancel the Bids at any time without assigning any reasons.

SUPH9OTE1BING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 7 Q $}> ffindw Details

11. The Bidder should submit a copy of valid VAT registration certificate issued by the VAT registration authority. 12. The Bidder should submit copy of PAN card and copy of latest Income Tax return submitted to IT Department along with proof of submission. 13. Any other condition regarding receipt of Bids in conventional method appearing in the Bid documents may please be treated as not applicable. 14. The Bidders should invariably upload the scanned copies of Bid Security and experience certificates and other relevant documents duly signed by them. 15. The successful Bidder/Contractor however shall furnish the Performance Security Deposit calculated at 5% of Contract Value amount at the time of signing the Contract Agreement in the shape of two demand drafts or unconditional and irrecoverable Bank Guarantees one for 4.5% and other for 0.5% of Contract Value amount from Nationalized Bank/ Scheduled Bank in the standard format enclosed to the Bid documents with validity period of 90 Months & 126 Months respectively. 16. Bids shall be valid for a period of 6 (Six) months from the last date of submission of Bids. Before expiry of validity, the authority who called for the Bidder, shall seek for further extension of validity from the Bidders and in case the validity is not extended by any Bidder, his Bid will not be considered after such expiry and his Bid Security shall be returned.

30

80

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.I, Tender Details

17. The Retention Money from the bills will be deducted at the rate as mentioned in GCC. 18. The transaction fee plus Service Tax of Rs. 28,100/- has to be paid through electronic gateway payment system to M/s Vayam Technologies Ltd., by each participating Bidder at the time of Bid submission itself, which is not reimbursable. (Corrigendum-4) 19. All necessary permissions / clearances / approvals are to be processed and obtained by the Bidder only at his own cost. As an user agency, the Employer will cooperate in processing the proposals in respect of the above. 20. In case of discrepancy between the Price Bid quoted online and in supporting documents uploaded, the Price Bid quoted in the template provided online only would be considered for evaluation. 21. Bid Price should be quoted online in the specified template. 22. e-procurement corpus fund of Rs.25,000/should be paid in the shape of DD in favour Managing Director, APTS before concluding the agreement by the Successful Bidder/ Contractor. 23. Experience relating to the works executed in State / Central Government Departments / Local self Government or State / Central Government under takings in India shall be considered. 24. In case of Projects executed in Government departments/ Government undertakings /Private sector, the experience certificates should be certified by : the Executive Engineer or equivalent and counter signed by the Superintending Engineer or equivalent and

SUPERINTENDING ENGMEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

31
OS

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol Q 1 -l* %ender Details

copies may be uploaded along with tender duly self attested. In addition to the above in case of projects executed in private sector, the experience certificates should be certified by statutory auditor of the entities from whom experience is claimed. The copies may be uploaded along with tender duly self attested. 25. The Employer reserves the right to undertake a verification of the experience so stated, through engaging the services of a Professional Agency, and if any discrepancies are noticed in the information provided by the Bidder/ Successful Bidder/ Contractor (meaning one or more members, in case of JV) regarding previous relevant experience, the said Bidder/ successful Bidder/ Contractor shall be disqualified duly forfeiting bid security/performance security and value of work done and shall be liable to pay damages as determined by the Employer. Further, the Bidder/ Successful Bidder/Contractor shall be black listed. 26. The Bidder is subjected to be disqualified and liable for black listing and forfeiture of Bid Security, if he is found to have misled or furnished false information in the documents submitted in proof of qualification requirement. 27. Even during execution of the work, if found that the Contractor had produced false/fake certificates of experience he will be liable for black listing and the Contract will be liable for termination duly forfeiting Performance Security and all the amounts due to him. 28. The Employer reserves the right to relax the conditions if required for eligibility of the Bidder in the public interest. The bidder(s) shall not have any right to question the decision taken by the employer in this regard.

CONTRACTOR

,I&CADD., SUPES8WFENDBS&-EN' J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

32

>.

82

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.I, Tender Details

29. Articles of Contract Successful Bidder/Contractor is to execute Articles of Contract as provided in the Bid Document. 30. Status of Clearances for the Project: In-Principle-clearance is accorded by CWC, New Delhi for submission of DPR. EIA.EMP.TOR is approved by Appraisal Committee of MOEF in its 51st meeting.

31. Status of Land acquisition: The land coming under submergence area of barrage is not acquired.

SOTERIIsrrENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

33

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I

OO

VoMTart-A Bid Notice

VOLUME - 1 PART -A BID NOTICE


NOTE TO BIDDERS: Tender schedules can be down loaded from the web site www.e-procurement.gov.in. The Bidders should quote their Price Bid on line in the template provided in the e-market place. The Bidders shall upload scanned copies of all the documents such as B.G/D.D towards Bid Security, formats, data sheets, declarations, experience certificates, other credentials etc. as stipulated in the Bid Document. The e-procurement application is PKI enabled and supports the digital certificates issued by APTS for signing the Bids at the time of submission by Bidder. The Bidder has to procure digital certificates issued by APTS Ltd., Hyderabad as per the procedure. Digitally signed bids are to be submitted electronically through e-procurement, without which the Bid will not be considered for opening the Price Bid. If, the Bidders intend to know the procedure of Bid submission on e-procurement platform suitable training will be given by M/s Vayam Technologies Ltd., Hyderabad.

In the process, if the Works are stalled due to legal intervention or due to natural calamities, Government reserves the right not to pay any compensation.

CONTRACTO

% SUPERINTENDING ENGlNEERjl&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

34

84

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Vol-lPart-A Bid Notice

INSTRUCTIONS TO BIDDERS
A. GENERAL

1.0 "Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation lock and Navigation channel , Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, Construction of Buildings, formation of internal roads and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis, including O & M" Tenders are invited on EPC-Turnkey system. Tender schedules can be down loaded from the web site www.eprocurement.gov.in. The dates stipulated in the Bid notice are firm and under any circumstances they will not be relaxed unless officially extended. 1.1 1.2 1.3 1.4 The Bid opening Authority will not consider any Bid received after expiry of date and time fixed (as specified in Bid document) for receipt of Bids. The successful Bidder/Contractor is expected to complete the work within the time period specified in the Bid Document. The Bidder shall submit a Written Power of Attorney authorizing the signatory of the Bid to commit for the Bidder. Declarations to be furnished by the Bidder: a) Bidders shall submit a declaration on their letter head duly signed by the authorized signatory as required to be provided in Format B-24- A. 1.5 All the declarations furnished as per Format B-24 (A) should be subject to the status prevailing as on the date of submission of the tender. If any deviation in the information furnished is noticed at a later date, the Tender will be cancelled together with forfeiture of Bid Security/ Performance Security Deposit and the Bidder will be black listed. Even if during execution such lapse is noticed, the contract will be terminated under clause 61 of PS to APSS besides black listing the Contractor.

35

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I 8 5 VoMPart-A Bid Notice

Further the experience of the works produced by the bidder falling in the block period prescribed against each item of eligibility criteria as specified in tender details and to be furnished in the relevant B- Format of bid document shall alone be considered during evaluation of Bids. 2.0. Project Information: Information regarding the Project features, major components and their location etc., as available are provided in Volume - I, Part - E , Project profile of the Bid Documents. 3.0. Acceptance Conditions of the Price Bid: 3.1. Deleted. 3.2. a) If the contract price quoted by a Bidder is found to be either abnormally high or with in the reasonable limits but under collusion or due to unethical practices adopted at the time of Bidding process, such Bids shall be rejected. b) A Bidder submitting a Bid which the Bid accepting authority considers excessive and/ or indicative of insufficient knowledge of current prices or definite attempt of profiteering will render himself liable to be debarred permanently from Bidding or for such period as the Bid accepting authority may decide. The Bidder's quoted price should be based on the controlled prices for the materials, if any, fixed by the Government or the reasonable prices permissible for the Bidder to charge a private purchaser under the provisions of clause-6 of the hoarding and profiteering prevention ordinance of 1943 as amended from time to time and on similar principle in regard to labour supervision on the construction. 3.3. Bid submitted by a JV shall comply with the following requirements: i) Each JV partner should be experienced in the field in which he is as proposed as specialist contributor for the said works.

ii) The Bidder must describe the qualifications, experience and responsibilities of each member of JV and the commitments of each member of JV intends to make to the project in conducting surveys, detailed investigation, design and engineering of total work. iii) The JV member of one Bidder, shall not enter into JV with another Bidder for the same work. iv) The change of Joint Venture member shall not be accepted under normal conditions after submitting the Bid. However the change in Joint Venture member may be considered in the event of insolvency, death, stoppage of business, abstaining from country for longer period and participation in terms of people's representation Act of India etc, only with the prior approval of the Employer. The Employer reserves the right to reject such requests/proposals from any Joint Venture member if it adversely affects the Joint venture strength.

CONTRACTOR\$hV

^ 7 i

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

36

86

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A Bid Notice

v) The Bidder nominated as Lead Member shall be authorized to incur liabilities and receive instructions for and on behalf of any and all members of the Joint Venture and the entire execution of the contract including payments shall be made in favor of Joint Venture only. vi) Detailed information as required in the prescribed format provided in Vol.1, Part - C , Data Sheets 1 to 12 should be submitted on behalf of J.V with authorized signature. Full pertinent information that may affect the performance or the responsibility of any J.V Members such as on going litigation, financial constraints/ problems or any other distress must also be disclosed. 3.4. Bids submitted by Subsidiary Companies shall comply with the following requirements: If a subsidiary company bids for the work individually or as a JV member on the unconditional technical and financial strength of the parent /holding company the same shall be considered provided the parent/holding company commits to sign a separate agreement with the employer (in the requisite Format) evincing full support for the technical; and financial requirements of the subsidiary company in the event of award of the work to that subsidiary company or its JV firm. An undertaking by the parent / holding company to this effect shall be submitted along with the Bid (in the requisite Format). Subsidiary company is one in which the parent/holding company or any other subsidiary company of the same parent / holding company holds 100% equity share capital. A subsidiary company intending to bid on the strength of parent/ holding company shall not be allowed to participate as a 'Sub-Contractor. In case the subsidiary company or the JV firm in which it is a member, gets qualified and awarded the work, the parent/ holding company shall furnish an additional performance bank guarantee of value equivalent to 5% (five percent) of the contract price where the subsidiary company is an individual bidder; or 5%(five percent) of portion of work of their share where the subsidiary company is Joint Venture Partner, as the case may be, in addition to normal Performance Security of 5% of contract value to be submitted by the Bidder to the Employer besides entering into separate Agreement (in the requisite Format) 4.0. Deleted

5.0. Time for completion The time for completion of construction of the project including time required for creation of construction facilities and infrastructure works, necessary pre-construction survey, investigation, soil exploration, design and engineering etc., shall not exceed 60(Sixty) Months from the date of conclusion of Contract Agreement. Stipulated period of completion is the main essence of the contract and shall be strictly adhered to. 5.1. The start date and date of possession of the site shall be the date of Lerrient.

SUPESffi^TENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

37

P.V.N.R.Kanthanapally Sujala Sravanthi Project _ ^ . * Phase-I Package-I 8 7 Vol-FP-art-A Bid Notice

6.0. One Bid per Bidder: Bidder shall submit only one Bid for the work in response to invitation for bidding. Any Bidder who submits or participates in more than one bid will be disqualified and will also cause the disqualification of the Joint Venture Company in which he is a member. 7.0. Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of his Bid technical and other documentation, site visits, surveys etc., and the Bid Inviting Authority will in no case be responsible and liable for those costs. 8.0. Site Visit. The Bidder, at the Bidder's own responsibility and risk is advised to visit and examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the Bid for entering into a Contract, for construction of the Work. The costs of visiting the site shall be at the Bidder's own expense.

B.
9.0 9.1

BID DOCUMENT

Contents of Bid Document Bidding Documents The bidding documents shall comprise the following:

VOLUME-I PART-A Bid Notice, Instructions to Bidders, Bid conditions, Qualifying and Eligibility Requirements, Technical Bid, General conditions of Contract and Special Conditions of Contract Bill of Quantities Formats of Securities. PART-B PART-C PART-D Formats B-1 to B-24 C Formats of Technical Bid (Data Sheets 1-13) Basic Project Parameters

^ CONTRACTO

SUPERmTEM^I^G'e&nNEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangai.

38

88
PART-E PART-F VOLUME-I I VOLUME-HI VOLUME-IV Project Profile. Price Bid

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A Bid Notice

Technical Specifications for Spillway Technical Specifications for Earth Dam Drawings

10.0 Technical Specification The Bidder shall be deemed to have carefully examined all the bid documents and also to have satisfied himself as to the nature and character of the work to be executed and where necessary of the site conditions and other relevant matters / details, any information thus had or otherwise obtained from Employer, Engineer-in -Charge shall not in any way relieve the contractor from his responsibility for executing the Work in terms of the specifications including all details and incidental work and supply of all accessories and apparatus which may not have been specifically mentioned in the specification or drawings, but otherwise necessary for ensuring completion of project within the quoted contract price only. 11.0 Clarification on Bid Documents 11.1 A prospective Bidder requiring any clarification on Bid documents may contact the Bid Inviting Officer at the address indicated. The Bid Inviting Officer will also respond to any request for clarification received. 12.0 Amendment to Bid Documents 12.1 Before the last date for submission'of Bids, the Bid Inviting Officer may modify any of the Contents of the Bid Notice, Bid documents by issuing Amendment / Addendum. 12.2 Any addendum/amendments issued by the Bid Inviting Officer shall be part of the Bid Document. 12.3 To give prospective Bidders reasonable time to take an addendum into account in preparing their bids, the Bid Inviting Officer may extend if necessary, the last date for submission of Bids.

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattni,WarangaI.

39

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Q Q OO

, HPhase-I Package-I Vol-fPaH-A Bid Notice

C. PREPARATION OF BIDS
13.0 Language of the Bid. 13.1 All documents relating to the Bid shall be in the English Language only. 13.2 Documents comprising of the Bid: The Bid comprise the following: a. Technical bid b. Finance Bid 13.3 Technical Bid 13.3.1 The Technical bid should contain Bid Security in the form of DD/BG as stipulated in the document. 13.3.2 Deleted. 13.3.3 Formats as given in Volume-I, Part-B and Part - C of this document duly filled in. 13.3.4 Certificates regarding Annual Financial Turnover of the firm duly authenticated by the Statutory Auditor, along with audited balance sheet. Experience in execution of all Civil Engineering works in respect of Government/Government Under takings/Private Sector projects duly certified by the Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent. In respect of Private Sector projects, the Experience certificates shall also be certified by the Statutory Auditor of entities.

13.3.5 Registration of Individual / firm/Joint Venture with Government of Andhra Pradesh (GOAP) or an application for registration with GOAP, in case not registered at the time of Bidding, subject to clause 30-A-2 of Tender details. 13.3.6 Work plan and methodology for executing this Work. 13.3.7 Bio-Data of personnel to be deployed for this Works. 13.3.8 Machinery and Equipment available/proposed to procure for executing this work etc. 13.4 Financial Bid 13.4.1 The Bidder shall quote his Price Bid in the template provided online.

SUPERHfTENDtNG ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

*0

40 Qn * ,r

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-I Part-A Bid Notice

13.4.2 Bidders shall quote for the entire Work on a firm lump sum Price and on a single source responsibility basis. 13.4.3 The price quoted by the Bidder is not subject to adjustment during the performance of the Contract for taxes, duties and any other levies, except those for which there is specific provision for adjustment in the bid document. 13.4.4 Not withstanding anything that is stated the Price Bid once accepted by the Employer shall be final and shall not be subject to any claim on any ground what so ever. 13.4.5 The bid offer shall be for the whole work and not for individual items/ part of the work.

13.4.6
13.4.7

Deleted.
Bidders shall quote price in the template provided on line. The proportional cost of each of the components of work as compared to overall cost of the Project shall be as provided in Annexure - I I , 'Schedule of Payment'. The Contractor whose Price Bid has been accepted shall be required to submit component wise cost details based on and limited to the provision shown in Annexure-ll, 'Schedule of Payments'. The same shall be finalised with the Successful Bidder/ Contractor, before award of the Contract for purpose of interim payments. While doing so Contract Price i.e., quoted lump sum Price Bid shall be kept firm.

13.4.8 The contractor is expected to quote the Price Bid in lump sum after careful analysis of cost involved for the performance of Work complete considering all specifications and conditions of contract. In case it is noticed that the price quoted by the Bidder is unusually high or unusually low, it will be sufficient cause for the rejection of the bid or unless the Employer is convinced about the reasonableness of bid price on scrutiny of the analysis for such price to be furnished by the Bidder, the bid is liable for rejection. 13.4.9 Deleted. 13.4.10 The bidder shall submit along with his bid, monthly cash-flow statement based on requirement of funds (Indian Rupees) to match the Physical targets of construction. 13.4.11 The bidder shall pay special attention as regards achieving of critical milestones on schedule, so as to ensure final commissioning on time. The Employer directly and through Engineer-in-charge shall critically monitor both the Physical as well as Financial Targets, on monthly and quarterly basis. Shortfalls, if any, in the monthly targets shall be immediately rectified by supplementing the resources by the Contractor leading to increase in the progress, at no extra cost to the Employer, so achieve the quarterly targets as per schedule.

lEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu9Warangal.

41

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Q 1 Vol-IParfrA Bid Notice

13.5 Validity of Bids: 13.5.1 Bids shall remain valid for a period of 6 (six) months from the last date of submission of Bids. 13.5.2 During the above mentioned period no plea by the Bidder for any sort of modification of the Bid based upon or arising out of any alleged misunderstandings or misconceptions or mistakes or for any reason will be entertained. 13.5.3 In exceptional circumstances, prior to expiry of the original time limit, the Bid Inviting Officer may request the bidders to extend the period of validity for a specified additional period. Such request to the Bidders shall be made in writing. A Bidder may refuse the request without forfeiting his Bid Security. A Bidder agreeing to the request will not be permitted to modify his Bid, but will be required to extend the validity of his Bid Security for a period of the extension.

13.6. Bid Security, Performance Security Deposit, Additional Performance Security, Additional securities & Transaction fee: 13.6.1. The Bidder shall furnish, Bid Security of Rs 18.10 crores (Rupees Eighteen Crores and Ten Lakhs Only) at the time of bid submission. The Performance Security Deposit calculated @ 5% of Price Bid value in the shape of two demand drafts or unconditional and irrecoverable Bank Guarantees one for 4.5% and the other for 0.5% of Price Bid amount shall be furnished at the time of signing Contract by the successful Bidder/Contractor. This Deposit can be in the form of, a) b) A Demand Draft from any Indian Nationalized Bank/ Scheduled Bank.

(or)
An Unconditional and irrevocable Bank Guarantee in the form given [under formats of securities], from an Indian Nationalized Bank/ Scheduled Bank. The beneficiary of BG shall be Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal District Andhra Pradesh and the BG has to be obtained by the Contractor only.

One Bank Guarantee/Demand Draft of 4.5% of Price Bid value shall be valid for a total period of 90 months (i.e. six months beyond the stipulated period of completion of Defects Liability Period) and the other Bank Guarantee/Demand Draft of 0.5% of Price Bid value shall be valid for a total period of 126months (i.e. six months beyond the stipulated period of completion of O & M). The Performance Security Deposit(s) submitted by the Successful Bidder/Contractor will not carry any interest or other charges and it will be dealt with as provided in the conditions stipulated in the Bid.

42

92

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-I Part-A Bid Notice

In respect of Bids received beyond 25% less than Internal Benchmark value specified by the employer, the bidder shall furnish a Bank Guarantee ( or) Demand Draft for the difference between the Bid amount and 75% of Internal Benchmark value at the time of concluding Agreement as additional security deposit valid up to 6 months after completion of work. In case the subsidiary company or the JV firm in which it is a member, gets qualified and awarded the work, the parent/ holding company shall furnish an additional performance bank guarantee of value equivalent to 5% (five percent) of the contract price where the subsidiary company is an individual bidder; or 5%(five percent) of portion of work of their share where the subsidiary company is Joint Venture Partner, as the case may be, in addition to normal Performance Security of 5% of Contract value to be submitted by the Bidder to the Employer besides entering into separate Agreement (in the requisite Format). This additional Performance bank guarantee for 5% of contract value or portion of work value shall be valid for a total period of 90 months (i.e. six months beyond the stipulated period of completion of Defects Liability Period). 13.6.2. Demand Drafts / Bank Guarantees furnished towards Bid Security along with Bid shall be valid for a period of 9 (nine) months from the last date of submission of Bids. The Bid Security must be paid in full without concession. The Bids without stipulated Bid Security or with any shortfall in amount or period of validity will be summarily rejected. Deleted. The Bid Security could be retained in the case of Successful Bidder/Contractor and will not carry any interest and will be dealt with as provided in the Bid.

13.6.3.

13.6.4. 13.6.5.

13.6.6. Deleted. 13.6.7. 13.6.8. Deleted. The Bid Security will be refunded to the unsuccessful Bidders either after finalization of Bids or on the expiry of validity period of Bids (i.e six months from the last date of submission of Bids) whichever is earlier. If the Successful Bidder/Contractor fails to submit the Performance Security Deposit, Additional performance security and additional security as specified in the Clause 13.6 of ITB and fails / refuses to sign the Contract within specified time then his Bid Security shall be feited.

13.6.9.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

43

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 9 3 Vol-lPart-A BidNotice

13.6.10. 13.6.11.

Deleted. The Bid Security shall be forfeited, (a) (b) (c) If the Bidder withdraws the Bid during the validity period of Bid. in the case of a Successful Bidder/Contractor, if he fails to sign the Contract for whatever the reason. in case of Successful Bidder/Contractor, if he fails to submit the Performance Security/ additional Performance Security/ additional security as specified in clause-13.6 of Instructions to

Bidder. 13.6.12. In consideration of the Superintending Engineer / Chief Engineer, GLIS/ State Level Standing Committee / High power committee undertaking to investigate and to take into account each Bid and in consideration of the work thereby involved, all Bid Securities by the Bidder will be forfeited to the Government in the event of such Bidder either modifying or with-drawing his Bid at his instance within the said validity period of 6 (Six) months or during extended period of the bid validity if any.(Comgendum-4) 13.6.13. Any Bid not accompanied by Bid Security, Transaction fee and e-procurement fee will be rejected by the employer as "nonresponsive". 13.6.14. Interest or any other charges whatsoever, will not be payable by the Employer on the Bid Security or Performance Security or Additional Performance Security or Additional Security or Retention amount.

14.0 Pre-Bid Meeting: A Pre-Bid Meeting, open to all prospective bidders, will be convened by the Superinteding Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal District on 09.05.2013 at 11.00 AM (Corrigendum^) in the chambers of Chief Engineer, Godavari Lift Irrigation Scheme, Chinthagattu Camp, Hanamkonda, Warangal. The purpose of this meeting will be to discuss and answer to queries on any matter relating to Bid Document that may be raised at that stage. The Bidders are requested to submit any query in writing, FAX or e-mail to reach the office of Employer before Pre-Bid meeting. Any modification of the Bid Documents that may become necessary as a result of the Pre-Bid meeting shall be made by the Employer, by issuing an addendum to Bid Documents through e-procurement website.

CONTRACTfl^X

Jjt'/I

X", 2 SVPERimEmyi^TSmmBERllSsCADD.,
J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

44

94
15.0 Preparation of Bids:

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A BidNotice

a) The Bid must contain the name, and places of business of the person or persons making the bid and all documents certificates etc., must be signed by the duly authorized representative and sealed by the Bidder with his usual signature. The name of the person signing should also be typed or printed below the signature. b) Bid(s) by a Joint Venture of companies / Firms must be furnished with full names of all companies/ firms and be signed by their authorized representatives. c) Bid(s) by Corporation/Company must be signed with the legal name of the Corporation / Company and by the President/chairman, Managing Director or by the Secretary or other person or persons authorized to Bid on behalf of such Corporation/Company in the matter. d) Satisfactory evidence of authority of the person(s) signing on behalf of the Bidder shall invariably be furnished with the Bid. e) The Bidder's name stated on the Bid shall be the exact legal name of the firm. f) The Bid should cover the entire scope of service indicated in the Bid Document. g) Each bidder shall submit only one Bid either by himself, or as a partner in a Joint Venture. h) Bids not conforming to the above requirements are liable to be rejected. 16.0 Construction Programme 16.1 The Bidder shall submit a detailed construction programme along with bid describing broadly about Methodology and Technology going to be adopted for carrying out survey, investigation, soil exploration, Design & Engineering preparation of detailed estimation and construction Methodology for all the Major components like, Spill Way foundation exploration, Spill Way foundation treatment, Spill way concreting, fabrication and hoisting of vertical gates and commissioning of total project, O & M of total Project system. The programme shall be supplemented with Master Control Network. 16.2 The Employer reserves the right to request for changes in the Master control Network during pre-award discussions with the responsive bidder. Mutually agreed Master Control Network shall form part of the Contract. 17.0 Specific Issues: a) A prospective bidder is expected to examine all instructions, terms & conditions, forms and specifications in the Bid Document and fully inform himself as to all the conditions and matters which may in any way affect the Works, his Bid or the cost thereof. Further, failure to furnish all information required by the Bid Document or submission of incomplete offers, conditional Bids and Bids containing deviations from the Bid . Document shall be rejected as non-responsive.

45

P.V.N.R.Kanthanapally Sujala Sravanthi Project Q |Phase-I Package-I 0 Vol-I Pari-A Bid Notice

b) It shall be the responsibility of each Bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the Works covered under the specifications and documents. c) The Bidders shall familiarize themselves with all the applicable laws including rules, regulations and notifications made there under, and judgements, decrees, injunctions, writs and orders of any court of record, as may be in force and effect during the subsistence of this Contract including the Income Tax Act, Companies Act, Customs Act, prevailing Labour Laws and other related Acts and Laws. Further, the Bidders are requested to comply with the applicable insurance laws including the Workmen's Compensation Act, laws governing third party insurance and other relevant laws/provisions governing the requirements of taking insurance for storage, Civil, Structural and Architectural Work, Erection, testing and commissioning, operation and Maintenance, till the Project is handed over to Employer. d) The Employer shall not entertain any requests for clarification from the Bidders regarding local conditions. It must be understood and agreed that such factors have properly been investigated and considered by the bidders while submitting their Bids. Failure to do so will not relieve the Bidders from the responsibility for estimating properly the cost of successfully performing the work and completion time required for the Work. e) The Employer will assume no responsibility for any understanding, or representation concerning the conditions made by any of its officers or agents prior to award of the Contract. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by Employer, which arises out of lack of such clear knowledge or its effect on the cost of execution of the Contract on the part of the Bidder. Employer shall not entertain any request for clarifications from the Bidders, regarding any statutory provisions. f) The Bidder shall take full responsibility for the Survey, Investigation, Design & Engineering and Execution of entire work under Scope of Work including Operation Maintenance of the Project for a period of 5 years including Defect Liability Period of 24 months from the date of issue of completion certificate by the employer.

g) The basic parameters of the project stated in Volume I (Part - D) are to be strictly adhered to by the Bidders, unless otherwise specified, during detailed Survey, investigation engineering, design and execution of the project. The bidders are also required to review the Topographical, Hydrological, Geological & Meteorological data and other data/information provided in the Volume I (Part -E)- Project Profile of the Bid document and satisfy themselves for their adequacy.

CONTRACTOI^V_^^y .

SUPEIUNTENDme^JGDflEEFCl&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

V
46

96

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A BidNotice

h) Bidder's Survey, Investigation, Designs, Technical Specifications and Technical Parameters shall conform to Bureau of Indian Standard Codes and/or International Standards & practices/C.W.C. Manuals / IRC Codes/1 & CAD Department specifications / Circulars issued by Department from time to time. i) It is understood that all plant, equipment, and works connected with the normal efficient execution of the Project are covered in the Scope of Work defined in the Bid Documents. j) While working out their price bid, .the bidders are required to take into account entire scope of the work defined in Bid documents, additional Infrastructure and Construction facilities and other related activities, for all the members of the Joint Venture, whatsoever required. k) The Price Bid of the Bidder shall also include the cost of de-mobilization and shipping back the construction equipment and other equipment / materials etc. from the Project Site. 18.0 Special Attention : While preparing the Price Bid the Bidders shall also take into account the following: I. Infrastructure & Construction Facilities, Preliminary, Enabling & Ancillary works whatsoever required by them for successful completion of the Project in the specified time schedule. II. Indian Income Tax and Surcharge on Income Tax on Salaries of Expatriates etc. III. Corporate Income Tax. IV. All Taxes, Duties and expenses and transportation etc., except Central Excise Duty, Customs Duty on vertical gates, Hoisting equipment and VAT. V. All Local Duites, Royalties, Octroi etc. VI. Service Tax is not applicable to this work as per Section 65 (105) (zzzz a) of the Finance Act, 1994. Service Tax on services provided to the Government for construction, maintenance of canals, Dams or other Irrigation works are exempt vide item 12 (d) of Ministry of finance notification No. 12/2012, Dt. 17.03.2012. 18.1 The following recoveries will be made towards taxes. 1) VAT at 3.50%. (70% of 5%) It will be reimbursed to the contractor on production of proof. 2) Income tax at 2.0% 3) Seigniorage charges- where ever applicable. It will be reimbursed to the contractor on production of proof and on verification (Corrigendum-4) 4) Labour welfare cess at 1% shall be recovered from the gross value of each bill of contract. 5) Deleted.

SUPERINTENDING ENGINEER^&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

cO 47 P.V.N.R.Kanthanapally Sujala Sravanthi Project Q ^ Phase-I Package-I w 7 Vol-lPart-Alhd Notice

The above Statutory deductions and any other Statutory Deductions if applicable then will be effected at applicable rates. 18.2 Central Excise Duty and Customs Duty are beyond quoted Contract Price. It will be reimbursed on the production of evidence of payment by the Contractor. However, the reimbursement of Central Excise Duty and Customs Duty by the Department is limited to vertical Gates with Rope Drum hoisting arrangements and related items only. The rate of Bitumen from petroleum companies are inclusive of excise duty and VAT. Therefore excise duty paid by agency on bitumen cannot be reimbursed.

D.
19.0 Submission of Bids

SUBMISSION OF BIDS

19.1 The Bidders who are desirous of participating shall submit their Price Bids etc., at the prescribed field/place provided in the e-market place. The Bidders shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness / authenticity. The Bid Security payable along with the bid shall be in accordance with clauses of ITB. 19.2 Any other condition regarding receipt of Bids in conventional method appearing in Bid document may be treated as Non-applicable.

20.0 The documents to be uploaded with respect to the Parts of the bidding process shall be as follows: i) PART I - ELIGIBILTY AND TECHNICAL STAGE Check slip Bid Security in the form of Bank Guarantee / D.D Declarations as in the format provided in Format B -24 A. AP VAT live dealer certificate, PAN proof and latest IT Return submitted. Declaration for the veracity or genuinity of the credentials submitted. Formats B1 to B 24 C. Information/Data, pertaining to bidder's proposal as Data sheet 1 to Data sheet 12 of Volume-I Part- C of the Bid documents.

CONTRACTOK^* J ^

SUPERINTENDING^^MEER^&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

48

98
ii)

,--; . .

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lPart-A Bid Notice

PART II - FINANCIAL BID STAGE Quote tender contract price/price bid in the template prescribed on line. Infrastructure and other facilities: Bidder shall collect all information on existing infrastructure like roads to construction area, power, telecommunications etc., and satisfy himself prior to submission of his / their bid. 21.0 Last date / time for Submission of the Bids. The Superintending Engineer, JCR-DLIS CIRCLE,KC Colony Chinthagattu, Warangal, may extend the dates for issue of Bid Documents and receipt of Bids by issuing an Amendment in which case all rights and obligations of the Employer and Bidders will remain same as previously. 22.0 Late Bids. Bids will not be received after the last date / time prescribed. 23.0 Modification to the Bid. 23.1 Bidders can modify their Price Bid before the last date/time of filing Bids. 23.2 No Bid shall be modified after the last date /time of submission of Bids. 23.3 In modification, Bidder may offer, "only discounts" to the Bid price quoted in the original Bid submitted prior to the last date and time specified for submission of Bids. No withdrawal of bid is acceptable once the bid is submitted. 24.0 Deleted.

E.
25.0 25.1

BID OPENING AND EVALUATION

Bid Opening and Evaluation of Bids. The Technical Bids will be opened online by the Superintending Engineer, JCR-DLIS CIRCLE.KC Colony Chinthagattu, Warangal at the time and date as specified in the Bid Documents. All the statements, documents, certificates, DD/BG etc., uploaded by the Bidders will be verified and downloaded, for technical evaluation. The clarifications, particulars, if any, required from the Bidders, will be obtained either online or in the conventional method by addressing the Bidders. The technical bids of the bidders who satisfy the specified parameters/criteria mentioned in the chapter of Minimum Qualification Criteria will only be evaluated and the technically qualified bidders will be identified. The result of Technical Bid evaluation will be displayed on the 'e' market place, which can be seen by all the bidders who participated in the Bid.

SUPm^TENDING ENGfi<EER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

49

P.V.N.R-Kanthanapally Sujala Sravanthi Project

QQ " U

Phas^IPackage-I Vol-I PaWA'mNotice

25.2

After the evaluation of technical bid by the Superintending Engineer, JCRDLIS circle it will be sent to state level standing committee for approval. The price bids will be opened after approval of technical bid by the state level standing committee. Similarly, at the specified date and time, the price bids of all the technically qualified bidders will be opened online by the Superintending Engineer, JCR-DLIS CIRCLE.KC Colony Chinthagattu, Warangal and the result will be displayed on the 'e' market place which can be seen by all the bidders who participated in the tenders. Till the technical bids are opened, the identity of the bidders who participated in the tenders is to be kept confidential. Similarly, till the price bids are opened, the Bidoffers are to be kept confidential.

25.3

26.0 Finalization of Bids: 26.1 The Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal will evaluate and process the Bids and submit to the committee constituted for the purpose. The committee will examine the Bids and decides the successful Bidder and communicates its recommendation to the Chief Engineer, Godavari Lift Irrigation Scheme, Warangal. The Chief Engineer, Godavari Lift Irrigation Scheme will forward the recommendations of the Committee to the Government for deciding the successful Bidder. 26.2 Bids shall be scrutinized in accordance with the conditions stipulated in the Bid Document. In case of any discrepancy or non-adherence of conditions the Bid Accepting Authority shall communicate the same, which will be binding both on the Bid Opening Authority and the Bidder. In case of any ambiguity, the decision taken by the Bid Accepting Authority on Bids shall be final. 27.0. Evaluation and Comparison of Price Bids 27.1. The Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal Andhra Pradesh will evaluate and compare the Price Bids of all the qualified Bidders. 27.2. Negotiations at any level are strictly prohibited. However, good gesture rebate, if offered by the lowest Bidder prior to finalization of Bids may be accepted by the Bid Accepting Authority. 27.3. Selection of Bidder among the lowest & equally quoted Bidders will be in the following orders: a) The Bidder whose bid capacity is higher will be selected.

CONTRACTO

SUPER^ENDINaENGINEERj&'CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

50

100
b)

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I

i--'

Vol-IPart-A Bid Notice

In case the Bid capacity is also same, the Bidder whose annual turnover is more will be preferred.

Even if the criteria incidentally become the same, the turnover on similar works and thereafter machinery available for the work and then the clean track record of the firm or all the members of J.V. will be considered for selection. 28.0 Deleted. 29.0 Process to be Confidential. 29.1 Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a Contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder/ Contractor has been announced by the Bid Accepting Authority. Any effort by a Bidder to influence the processing of Bids or Award decisions may result in the rejection of his Bid. 29.2 No Bidder shall contact the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal or any authority concerned with finalization of Bids on any matter relating to its Bid from the time of the Bid opening to the time the Contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, he should do so in writing. 29.3 Before recommending / accepting the Bid, the Bid recommending / Accepting Authority shall verify the correctness of certificates submitted to meet the Eligibility Criteria and specifically experience. The employer reserves the right to call for the authenticated agreements of previous works executed by the lowest Bidder. 29.4 Policy for Bids under Consideration: Bids shall be deemed to be under consideration immediately, after they are opened and until such time official intimation of award / rejection of Bid is communicated by the employer. While the Bids are under consideration, Bidders and / or their representatives or other interested parties are advised to refrain from contacting by any means, the Employer and / or his employees/representatives/consultants on matters related to the Bids under consideration. To assist in the examination, evaluation and comparison of Bids, the Employer/ Employer's authorized representative may, at his discretion, ask any or all bidders for clarification of his /their Bids, including breakups of unit rates, technical information, documents and materials after opening of the Bid. The request for clarification and the response shall be in writing or by Fax. The Bidders shall submit all clarifications / additional documents in one original and three copies. Employer may also request for with drawl of deviations within a specified time, if necessary. It may be noted that it is not obligatory on the part of Employer to hold any kind of discussions / egotiations with the Bidders. >

c)

JGINEERJ&CADD., J.Chokka Rao.D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

51

P.V.N.R.Kanthanapally Sujala Sravanthi Project iPhaseJ Package-I Vol-I PhrPA Bid Notice

101

29.5 The Bids will be referred to Bid Accepting Authority along with bid evaluation for consideration. The Bid Accepting Authority shall scrutinize the Bids in accordance with conditions stipulated in the Bid Document and in case of any discrepancy or non-adherence to the conditions, the same shall be communicated which will be binding both on the Bid Opening Authority and contractor. In case of any ambiguity the decision taken by the Bid Accepting Authority on Bids shall be final. 29.6 No claim for compensation for submission of Bids. The Bidders whose bid is not accepted shall not be entitled to claim any costs, charges and expenses of and incidental to or incurred by him through or in connection with his submission of Bid, even though the employer may elect to modify / withdraw the invitation to Bids.

F. AWARD OF CONTRACT
30.0 Award Criteria: 30.1 The Committee/ The Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal will award or recommend to the Competent Bid accepting authority for award of the Contract to the Bidder who is found qualified as per the Bid conditions and whose Price Bid is evaluated as the lowest. 31.0 Notification of Award and Signing of Contract. 31.1 The Bidder whose Bid has been accepted will be notified of the award of the Work by the Employer prior to expiration of the Bid Validity period by registered letter. This letter (hereinafter and in the Conditions of Contract called "Letter of Acceptance") will indicate the sum that the Government will pay the Contractor in consideration of the execution, completion, operation and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Amount"). 31.2 When a Bid is accepted, the concerned Bidder shall attend the office of the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal Hyderabad on the date fixed in the Letter of Acceptance. Upon intimation being given by the Chief Engineer, Godavari Lift Irrigation Scheme of acceptance of his Bid, the Bidders shall make payment of the Performance Security Deposit, Additional Performance Security and Additional Security Deposit wherever needed by way of Demand Draft or unconditional and irrevocable Bank Guarantee obtained from any Indian Nationalized bank or any scheduled bank with required validity period and sign a Contract in the form prescribed by the Employer with in 15 days for the due fulfillment of the Contract.Failure to attend the office of the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Waranaal on the date fixed, in the written intimation, to enter into the

CONTRACTOR V _ > S ^

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

\
52 . _ P,V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

1 0 2

Vol-IPart-A Bid Notice

required Contract shall entail forfeiture of the Bid Security Deposit and black listing of Bidder. The written Contract be entered into between the Contractor and the Employer shall be the foundation of the rights and obligations of both the Parties and the Contract shall not be deemed to be complete until the Contract has first been signed by the Contractor and then by the proper officer authorised to enter into Contract on behalf of the Employer. If a subsidiary company or a JV firm in which it is a member is awarded the work on the unconditional technical and financial strength of the parent /holding company, then the parent/holding company shall sign a separate agreement with the employer (in the requisite Format) evincing full support for the technical; and financial requirements of the subsidiary company, duly furnishing an additional performance bank guarantee of value equivalent to 5% (five percent) of the contract price where the subsidiary company is an individual bidder; or 5%(five percent) of portion of work of their share where the subsidiary company is Joint Venture Partner, as the case may be, in addition to normal Performance security of 5% to be submitted by the Bidder to the Employer. 32.0 Corrupt or Fraudulent Practices: 32.1 The Government requires that the Bidders / suppliers / contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of the Works. Notwithstanding anything to the contrary contained herein, or in the Contract, the Authority may reject a Bid, without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In such an event, the Authority shall be entitled to Damages, without prejudice to any other right or remedy that may be available to the Authority under the Bidding Documents. Without prejudice to the rights and remedies of the Authority under this Clause if a Bidder is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bidding Process, the Authority may blacklist / or debar a firm/JV and partners in J.V either indefinitely or for a stated period of time. For the purposes of this Clause the following terms shall have the meaning hereinafter respectively assigned to them: i) "corrupt practices" means the offering, giving, receiving or soliciting of anything of value to influence the action of a Government official or any her'person concerned with the Bidding Process

'OR

S ttPERfOTENDlMG ENGINEER, I&C ADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

53

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

103

Voi 7Par

^ $idNotice

ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Employer and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish in Price Bids at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition. (iii) "coercive practice" means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person's participation or action in the Bidding Process; (iv) "undesirable practice" means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and (v) "Restrictive practice" means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process. 33.0 The Bidder shall examine closely the A.P.S.S. and also the standard preliminary specifications contained therein and sign at Employer's office copy of the A.P.S.S. and its addenda volume in token of such study before submitting his Bid which shall be for finished work IN-SITU. He shall also carefully study the drawing and additional specifications and all the documents which form part of the Contract be entered in to by the Successful Bidder. The A.P.S.S. and other documents connected with such as specifications plans and any other information can be had at any time between 11-00A.M. to 5-00P.M. on all working days in the office of the Superintending Engineer, JCR-DLIS CIRCLE.KC Colony Chinthagattu, Warangal or Chief Engineer, Godavari Lift Irrigation Scheme, Warangal. 33.1 The Bidders attention is directed to requirements of materials under the clause materials and "Work man ship" in the preliminary specifications of APSS. Material conforming to the Indian standards specifications shall be used on the work and the Bids shall quote his Bid accordingly. 33.2 The Bidder has to do his own testing of materials and satisfy himself that they confirm to the specifications of respective I.S.I, codes before Bidding. 33.3 The Contractor shall himself procure required construction materials of approved quality including the earth for formation of embankment and water from source of his choice all materials required for the work shall be got approved by the Engineer-in-charge in writing well before their use on the work.

CONTRACTOR \\&Y' ~~JMII

SUFERffnTENDpfe^^?aSR;i&CADD., J.Chokka Rao D.L.I.Scherae Circle, K.C.Colony,Chinthagattu, Warangal.

<
54 't f\ A P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lPart-A Bid Notice

33.4 The Contractor shall himself procure the sheet piles, cement, steel, bitumen, sand, blasting materials, metal, soils etc., and such other materials required for the work well in advance. The Contractor has to bear the cost of materials, conveyance and storage charges etc,. 33.5 The contractor can utilize the useful excavated materials from the other components of present work. 34. Inspection of Site and Quarries by the Bidders Every Bidder is expected, before quoting his Bid, inspect the site of proposed work. He should also inspect the quarries and satisfy himself about the quality and availability of materials. The best class of materials to be obtained from quarries, or other source shall be used on the work. In every case the material must comply with the relevant standard specifications. Samples of materials as called for in the standard specifications or in the Bid Notice or bid document or as required by the Engineer-in-Charge, in any case shall be submitted for the Engineer-inCharge's approval before the supply to site of work is begun. The contractor after examination of the source of materials shall state clearly in his Bid, where from he intends to obtain materials, subject to approval of the Employer/ Engineer-in-Charge. 35 The Bidders particular attention is drawn to the sections and clauses in the standard specifications dealing with. i) ii) iii) v) Test, Inspection and rejection of defective materials and work. Carriage. Construction plant. Cleaning up during the progress and for delivery.

iv) Water and lighting. vi) Accidents. vii) Delays. viii) Particulars of payments. The Contractor should closely pursue all the specifications clauses, which govern the Bid he is Bidding. 36 The Contractor is responsible for the quality of Works executed. If any defects are noticed during the construction period and also during the Defect Liability Period of 24 months after completion of works, the Contractor has to rectify at his own cost.

37 The Contractor is responsible for operating and Maintaining the System for 5 (five) years including 2(two) years of Defect Liability Period after issue of Completion Certificate by the Employer. 38 The Bidder will quote lump sum Price Bid for the work as a whole..

SUPERMTEM5ING'ENGINEER,I&CADD.) J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

55

P.V.N.R.Kanthanapally Sujala Sravanthi Project PhasesI Package-I 1 Q C Vol-lP'm-A BidNotice

39

No alteration which is made by the Bidder in the Contract form, the conditions of the Contract, the drawings, specifications accompanying the same will be recognized and if any such alterations are made, the Bid will be void. A Bidder submitting a Bid, which the Bid Accepting Authority considers excessive and or indication of insufficient knowledge of current Prices or definite attempt of profiteering will render himself liable to be debarred permanently from Bidding or for such period as the Bid Accepting Authority may decide. The Bidders Bid should be based on the controlled prices for the materials if any fixed by the Government or the reasonable prices permissible for the Bidder to charge a private purchase under the provisions of clause-6 of the hoarding and profiteering prevention ordinance of 1943 as amended from time to time and on similar principle in regard to Labour supervision in the construction.

40

41 Read as per Clause 37 of D-Cost Control of GCC. 41.1 Deleted. 42 44 Deleted. If further necessary information is required, the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, or his nominee will furnish such information but it must be clearly understood that Bids must be received in order and according to instructions. 43 SUBLETTING of contract shall be as per clause 5.1 of G.C.C.

45 Deleted. The Contractor shall keep identification cards issued by the registering authority at all times, while at the site of work and at offices and produce the identity cards as and when asked for. 47 Contractors Organizational Person The contractor shall employ the Organizational staff during execution of Work, as indicated in Schedule C data sheet 7. Note: 1) The Key Personnel should be on full time basis and available at site whenever required by Engineer in charge to take instructions. 2) The names of the Key Personnel to be employed by the Contractor should be furnished in the statement enclosed separately. 3) In case the Contractor is already having more than one work on hand and if he is himself qualified Engineer and has undertaking more than one work at the same time, he should employ separate Key person on each work. 46

CONTRACTOR "%S^Z^^

"

SUPERINTENDnfeENG'jM^Rj&CADD., J.Chokka Rao D.L.I.Scheme.Circle, K.C.Colony, Chinthagattu, Warangal.

56 206' [ V ' '

P.V.N.R.Kanthanapally Sujala Sravantht Project Phase-I Package-I Vol-IPart-A Bid Notice

48.0

The Contractor should furnish the address in the Bid to which communication relating to the Contract may be sent and also authorize a person to be available at work spot during his absence. Any change in the incumbency of the authorized agent shall be communicated in writing by the Contractor to the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, or his nominee and their acknowledgement obtained on his copy of the communication. It is to be expressly and clearly understood that Contractor shall make his own arrangements to equip himself with all machinery and special tools and plant required for the speedy and proper execution of the work and the Employer does not undertake any responsibility towards their supply. The Bidder should select quarries of his own choice as well as sources of water and quote the Bid including quarrying, conveyance and all other charges and other construction materials. However, the Contractor should make use of stone abundantly available in the excavation of spillway foundations, Navigation Channel for all items such as rubble for revetment/pitching, metal for filters, metal for C.C/R.C.C items of structure, any other item involving stone or metal, duly making necessary local arrangement for operations such as blasting, crushing the stone to the specified sizes. The excavated materials from other component of Works involved under Scope of Work can also be made use of. With the prior approval of Employer. The Contractor shall pay seigniorage charges on the used quantity. The cost of useful rock obtained from foundations will be charged as per rules in vogue . The Work will have to be executed as per the IS specifications, standard specifications of APSS and special specification attached herewith or as directed by the Engineer-in-charge with reference to the working drawings. Bid quoted shall be for finished work in situ and inclusive of all incidental and contingent charges. All taxes, seigniorage, royalties turnover tax etc., in respect of materials to be used on the work must be borne by the contractor. The Contractor is advised to analyze the rates workable to him reckoning all the pertinent parameters and quote overall Price Bid. Vernacular signature should be translated into English. The Contractor shall at his cost do all the drainage and pumping necessary for carrying out the work including shoring, strutting etc., The Contractor shall provide at his own cost necessary river diversion works other than coffer dams and other protective works contingent on the work. It is the duty of the Contractor not only to provide for such works but also maintain them during the course of work in serviceable and safe condition. The Employer accepts no responsibility for any damage to the work itself consequent on the failure of the coffer dams, diversion works or protective works, whether it be due to rains, floods in the river or other causes. The Price Bid quoted must be inclusive of all the above charges.

49.0

50.0

51.0

52.0

53.0 54.0

SUfEMNTENDING ENGINEER, I&C ADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattus Warangal.

57

P.V.N.R.Kanthanapally Sujala Sravanthi Project 1 f\ tj Phase-I Package-I * U * Vol-I Par^ABidNotice

55.0

Re-handling of excavated soil/rock due to injudicious selection of the place of dumping shall not be paid for. The special attention of the Bidder is drawn to the conditions in the Bid Notice/ Bid Documents wherein reference has been made to the Andhra Pradesh standard Specifications and the standard preliminary specifications contained therein. These preliminary specifications shall apply to the Contract to be entered into between the Contractor and Employer and shall form an inseparable condition of the Contract along with the additional conditions of Contract, special specifications, drawings, contract, schedules etc. All these documents taken together shall be deemed to form one Contract and shall be complementary to one another. Critical Equipment proposed to be deployed

56.0

The Bidder should furnish the information regarding the availability of the equipment, required for construction / quality control as per Format B-24 B.

A declaration regarding the equipment owned shall be produced by the Bidder on a non-judicial stamp paper of Rs 100/- as per Format B-24 C.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

% 58

108
BID'

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lPart-A Bid Notice

[To be submitted online and along with Tender and hard copies.] Date: To The Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal Sir, 1. I/we, having examined the Bidding Documents and understood their contents, hereby submit my/our Bid and if this Bid is accepted, undertake to execute the following Works viz.,

2. 3. 4.

5. 6. 7.

8.

9.

10.

as provided for in the "conditions of the Contract" for the sum quoted by me /us in template. I/ We have examined and have no reservations to the Bidding Documents, including any Addendum issued by the Authority; I/ We believe that I/We meet(s) the requirements as specified in the Bidding Document. I/ We acknowledge that the Authority will be relying on the information provided in the Bid and the documents accompanying the Bid for selection of the Contractor for the aforesaid Works, and we certify that all information provided therein is true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying the Bid are true copies of their respective originals. [/ We shall make available to the Authority any additional information it may find necessary or require to supplement or authenticate the Bid. I/ We acknowledge the right of the Authority to reject our Bid without assigning any reason or otherwise. I/ We certify that in the last three years, I/We have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part. I/ We certify that in regard to matters other than security and integrity of the country, l/we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the Works or which relates to a grave offence that outrages the moral sense of the community. I/ We further certify that in regard to matters relating to security and integrity of the country, I / We have not been charge-sheeted by any agency of the Government or convicted by a Court of Law. I/We have also quoted the bid in the template prescribed on line (in words and figures) for which I/We agree to execute the Work at the quoted lump sum payment under the terms of the Contract.

tafet^ $^^^S>fJj * ^&f

SUPEKiNTENDINGTENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

J>*

59

P.V.N.R.Kanthanapally Sujala Sravanthi Project ^ _ Phase-I Package-I 1 0 9 Vol-1Part-A>BidMtjce

11.

I/We have quoted the Price Bid in the template prescribed on line both in words & figures. In case of any discrepancy between the Price Bid quoted in words and figures, the Price Bid quoted in words only shall prevail. I/We agree to keep the offer in this Bid valid for a period of six month(s) mentioned in the Bid Notice and not to modify the whole or any part of it for any reason within above period. If I/We withdraw the Bid for any reason whatsoever, the Bid Security deposited by me/us will be forfeited by Employer. I/We hereby distinctly and expressly, declare and acknowledge that, before the submission of the Bid I/We have carefully followed the instructions in the Bid Notice and have read the A.P.D.S.S. and the preliminary specifications therein and the A.P.D.S.S. Addenda volume. I/We have made such examination of the Contract documents and the plans, specifications and of the location where the said Work is to be done, and such investigation of the Work required to be done, and in regard to the Material required to be furnished as to enable me/us to thoroughly understand the intention of same and the requirements, covenants, contracts, stipulations and restrictions contained in the Contract, and in the said plans and specifications and distinctly agree that I/We shall not hereafter make any claim or demand upon the Government based upon or arising out of any alleged misunderstanding or misconception /or mistake on my/or our part of the said requirement, covenants, contracts, stipulations, restrictions and conditions. I/We have enclosed along with my/our Bid, a crossed demand draft/B.G. (No dated : ) for Rs as Bid Security which shall not bear any interest. I/We shall not assign the contract. Subletting any portion of the work shall be subject to the provisions of clause 5.1 of G.C.C. I/ We undertake that in case due to'any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the Bidding Documents, we shall intimate the Authority of the same immediately. If my/our Bid is not accepted the sum shall be returned to me/us on application when intimation is sent to me/us of rejection or at the expiration of Six months from last date of receipt of this Bid, whichever is earlier. If my/our Bid is accepted the Bid Security shall be retained by the Government as security for the due fulfillment of this Contract. If upon written intimation to me/us by the Employer, I/We fail to attend the said office on the date herein fixed or if upon intimation being given to me/us by the Employer or acceptance of my/our Bid, and if I/We fail to make the Performance security, Additional performance security , additional security deposit or to enter into the required Contract as defined in condition 31.2 of the instructions to Bidders, then I/We agree to the forfeiture of the Bid Security and black listing. Any notice required to be served oh meius- here under shall be sufficiently served on me/us if

12.

13.

14.

15.

16. 17.

18.

CONTRACTOR \V&\'

~yg}J

SUPE^^TENf^fG-ENG|NEpR)I&CADD.) J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

% 60 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-I Part-A Bid Notice

no

delivered to me/us hereunder and shall be sufficiently served on me/us if delivered to me/us personally or forwarded to me/us by post (registered or ordinary) or left at my/our address given herein. Such notice shall if sent by post would be deemed to have been served on me/us at the time when it is be.delivered at the mailing. 19. I/We fully understand that the written Contract to be entered into between me/us and Employer shall be the foundation of the rights of the both the Parties and the contract shall not be deemed to be complete until the Contract has first been signed by me/us and then by the Employer. I /we are professionally qualified and my/our qualifications are given below: Name Qualified

20.

21.

I/We will employ the following technical staff for supervising the work and will see that one of them is always at site during working hours, personally checking all items of works and paying extra attention to such works as required special attention (e.g.) Reinforced concrete work. Name of members of technical Qualification. staff proposed to be employed

22.

I / We declare that I/We agree to recover the salaries of the technical staff actually engaged on the Work by the Employer, from the work bills, if I/We fail to employ technical staff as per the Bid condition. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in connection with the selection of the Bidder, or in connection with the Bidding Process itself, in respect of the above mentioned Works and the terms and implementation thereof. 1/ We have studied all the Bidding Documents carefully and also surveyed the Site. We understand that except to the extent as expressly setforth in the Contract, we shall have no claim, right or title arising out of any documents or information provided to us by the Authority or in respect of any matter arising out of or relating,to the Bidding Process. 1/ We agree and undertake to abide by all the terms and conditions of the Bid documents.

23.

24.

25.

BIDDERS/CONTRACTOR'S CERTIFICATE. a) I/We am/are prepared to furnish detailed data in support of ail my quoted rates, if and when called upon to do so without any reservations. b) I/We hereby declare that I/We will not claim any price escalation other than what is provided in the bid document. I/We hereby declare that I am/We are accepting for the O & M period of 5 rs including defect liability period 24 months.

SUPERINTENDING^NGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^Chinthagattu,Warangal.

61

P.V.N.R.KanthanapaiIy Sujala Sravanthi Project Phase-I Package-I

111

V l !Part A BidNotice

~ ~

d) I/We declare that l/WE will procure the required construction materials including earth and use for the work after approval of the Engineer-in-Charge. The responsibility for arranging and obtaining the land for borrowing or exploitation in any other way shall rest with me/us for the materials for construction, I/We shall ensure smooth and un-interrupted supply of materials. e) I/We declare that the responsibility for arranging and obtaining the land for . disposal of spoil/soil not useful for construction purposes shall rest with me/us. f) I/We declare that I/We shall not claim any compensation or any payment for the land so arranged for disposal of soil and the land for borrow area. My/our quoted bid price are inclusive of the land so arranged and. I/We will hand over the land so arranged for disposal of spoil to the department after completion of work. g) I/We declare that l/WE will not claim any extra amount towards any material used for the work other than the quoted price for the work covered under the scope, except price adjustment as per clause 46 of G : C.C. h) I/We declare that l/WE will execute the work as per the mile stone programme, and if l/WE fail to complete the work as per the mile stone programme I abide by the condition to recover liquidated damages as per the Bid conditions. i) I/We declare that l/WE will abide for settlement of disputes as per the Bid conditions. DECLARATION OF THE BIDDER. a) I/We hereby declare that the Bidder/ Partners of Joint Venture (JV) firm / reputed firms have not been Banned / Delisted / Blacklisted / Debarred / Demoted/ Suspended in any State Government / Central Government or State/ Central Government undertakings in India or out side India and in the event any such occurrence is in force, such bid should be disqualified. I/We agree to disqualify me/us for any wrong declaration in respect of the above and to summarily reject my/our Bid. Date Address of the Bidder: Address: Phone No: In the presence of Witness i) Sri Signed by the Bidder:

Fax No:

Note: If the Bid is made by an individual, it shall be signed with his full name and his address shall be given. If it is made by a firm, it shall be signed with the copartnership name by a member of the. firm, who shall also sign his own name, and the name and address of each member of the firm shall be given, if the Bid is made by a corporation it shall be signed by a duly authorized officer who shall produce with his Bid satisfactory evidence of his authorization. Such Bidding corporation may be required before the Contract is executed, to furnish evidence of its corporate existence. If the bid is.made by JV it should be signed by authorized signatory authorized by Board of Directors of each member in JV Bids signed on behalf of authorized signatory will be rejected.

CONTRACT(H5\nyaera|KK';3 II

SUPEmNliNDS^SGMEElljI&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

\ 62 J_22
t

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Vol-IPart-A BidNotice

Proforma Articles of Contract


Articles of contract made this day of 2012 between His Excellency the Governor of Andhra Pradesh through the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal (hereinafter called the "Employer", which expression shall where the context so admits include his successors in office and assignees) of the one part and

(hereinafter called the "Contractor", which expression shall where the context so admits include his heirs, executors, administrators and legal representatives) of the other part. (In case of Single Bidder) or (Lead Member, acting for itself and on behalf of the other members of the Joint Venture) (hereinafter called the "Contractor") of the other Part (Non Lead Members of the Joint Venture) (hereinafter called the "Confirming Parties") of the Other Part (In case of JV) Whereas the Government of Andhra Pradesh (herein after called the "Government") are desirous of taking up the work of and and have caused an estimate / proposal contained in drawings and specifications describing the work to be done to be prepared. And whereas the said drawings in volume -IV, inclusive Vol. I (Part -A, Part - B , Part - C , Part - D , Part-E and Part -F), Vol.ll, Vol.lll of the Contract have been signed by or on behalf of the parties hereto. And whereas the Contractor has agreed to retain with the Employer, the Performance Security paid by him vide (i) D.D./ B.G. No. dated of Rupees issued by valid up to and (ii) D.D./ BG No. dated : of Rupees issued by valid up to . (iii) DD/B.G.No. Dt. for Rs. issued by valid upto towards additional security deposit (iv) B.G. No. dated for Rupees issued by valid up to towards additional Performance Security for due fulfillment of contract to the satisfaction of Employer. And whereas the contractor has agreed that during the course of the contract period an amount at the rate of 7.5 % of the value of work done will be withheld from the bills as F.S.D. And where as contractor has agreed to provide O & M for 5 years including defect liability period of 2 years.

COW$$W$&J/

S0PERINT!END1INGENGINEERSI&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

63

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

I 1 n

Vol-I Part*A Bid Notice

And whereas the contractor has also signed the copy of the Andhra Pradesh standard specification and addenda volume there to be maintained in the office of Employer in token of acknowledgment of being bound by all the conditions of the clauses of the Standard preliminary specification and all the standard specification's for items of works described by a standard specification. And where as contractor has agreed to execute upon the subject to the conditions set forth in the preliminary specification of the Andhra Pradesh standard specifications and such other conditions as are contained in all specifications forming part of the contract (herein after referred to as "the said conditions) the work shown upon the drawing and described in the said specifications and comply with the rate of progress noted at the end of this articles of contract for a sum of Rs. (Rupees ) or such other sum as may be arrived at under the clauses of the standard preliminary specifications relating to payment on lumpsum basis.

Note it is hereby agreed as follows: of the payment of the said sum of Rs. ) or such other sum as may be arrived at under the clause of the standard preliminary specification relating to payments on lumpsum basis , the contractor will, upon and subject to the said conditions, execute and complete the works shown upon the said drawings and described in said specifications, and to the extent of work shown in the Bid, the said works and method of payment there for as are provided for in the said works and conditions. 2. The term Executive Engineer in the said conditions shall mean the public works Engineer- in-Charge of the work having jurisdiction for the time being over the work. Who shall be competent to exercise all the powers and privileges reserved herein, in favour of the Government with the previous sanction of or subject to the ratification by the Employer. 3. Adjudication of Disputes: Except as otherwise provided in the contract, any disputes and differences arising out of or relating to the contract shall be referred to adjudication as follows: 1. In consideration

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

64 ^ ^ _ 1 1 4

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Vol-lPart-A Bid Notice

1)(i) Settlement of all claims up to Rs.50,0007- in value and below by way of Arbitration to be referred as follows : a.Claims up to Rs.10, 000/- in value Superintending Engineer, SRSP, Construction Circle Hanamkonda, KC Colony Chinthagattu, Warangal.

b.Claims above Rs.10, 000/- and up to Chief Engineer, Rs 50,000/- in value Central Designs Organisation, Hyderabad

The arbitration proceedings will be conducted in accordance with provisions of Indian arbitration and conciliation Act 1996 or any statutory modifications thereof from time to time. The arbitrator shall invariably give reasons in the award. ii) Settlement of all claims above Rs.50, 000/- in value : All claims above Rs.50,000/- in value shall be decided by the civil court of competent jurisdiction by way of regular suit and not by arbitration. 2. A reference for adjudication under this clause shall be made by either party to the contract with in six months from the date of intimating the contractor of the preparation of final bill or his having accepted payment whichever is earlier.< , 3. The relevant clause of Andhra Pradesh Standard specification stand modified to the extent provided in this clause. 4. Time shall be considered as of the essence of the contract and the contractor hereby agrees to commence the work as soon as the contract is signed and agrees to complete the work within 60 months from the date of such signing the contract and to show the progress as defined in the tabular statement "Rate of Progress", subject nevertheless to the provisions for extension of time contained in clause 59 of the standard preliminary specifications. 5. The said conditions shall be read and construed as forming part of this contract and the parties here to will respectfully abide by and submit themselves to the conditions and stipulations and perform the contract on their parts, respectively. 6. Upon the terms and conditions of this contract being fulfilled and performed to the satisfaction of the Employer/Engineer-in-Charge, the security deposited by the Contractor as herein before recited or such portion there of as he may be entitled to under the said condition shall be returned to the contractor as provided. 7. The Non-Lead Members of the Joint Venture have also signed this Articles of Contract as Confirming Parties to confirm that they are jointly and severally liable for perforrnjggjail obligations under the Contract. (Applicable in case of JV)

SW^RitNtENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

65

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 1 1 C Vol-I Pgrizd Bid Notice

In witness whereof, the contractor/Members of Joint Venture has/have here unto set his/their hand/s and Sri. Superintending Engineer, JCR-DLIS Circle, KC Colony Chinthagattu, Warangal. acting on behalf of and by the order and direction of his excellency, the Governor of Andhra Pradesh has here into set his hand the day and year first above written. Signed by: for and on behalf of the Employer in the presence of Witness: Name: Address: Date: Signed by: for and on behalf of the Non-Lead Member-1 in the presence of Witness: Name: Address: Date: In the presence of witness: Signed by: for and on behalf of the Contractor/Lead Member in the presence of Witness: Name: Address: Date: Signed by: for and on behalf of the Non-Lead Member-2 in the presence of Witness: Name: Address: Date:

CONTRA

SUPERINTENDING1'ENCHNEI ENGINEERJ&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

'<r 66 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll General Conditions of Contract

116

GENERAL CONDITIONS OF CONTRACT

A. GENERAL 1.1 Definitions In these General Conditions of Contract, the following words and expressions, unless repugnant to the context or meaning thereof, shall have the meanings assigned to them respectively hereunder. Words indicating persons or parties include corporations and other legal entities, except where the context require otherwise. 1 "Applicable Laws" means all laws, brought into force and effect by Government of India or the State Government of Andhra Pradesh, or any legally constituted public authority, including rules, regulations ordinances and notifications made there under, and judgements, decrees, injunctions, writs and orders of any court of record, applicable to this Agreement and the exercise, performance and discharge of the respective rights and obligations of the Parties hereunder, as may be in force and effect during the subsistence of this Agreement; "Base Date"means the date 28 days prior to the latest date for submission of the Bid. "Bid Security" means the security (or securities, if any) deposited by the Bidders under Sub-Clause 13.6 of Instruction to Bidders "Bidder'T'Tenderer" mean the firms/companies /individuals /Joint Ventures who have preferred their Bid or Tender. "Commencement Date" will be the date of execution of the Contract Agreement. "Contract" means collectively the Contract Agreement, these General Conditions of Contract, the Special Conditions of Contract, the Employer's Requirements, the Bid/Tender, and the other documents (if any) which are listed in the Contract Agreement. "Contract Agreement" means the Contract Agreement including any annexed memoranda thereto. "Contract Price"/ "Contract Amount"/ "Bid Amount" means the agreed amount stated in the Contract Agreement in accordance with the price quoted online by the Bidder. "Contractor" means the person named as Contractor in the Contract Agreement and his successors/ assigns. "Contractor's Documents" means the calculations, computer programs and other software, drawings, manuals, models and other documents of a technical nature supplied by the Contractor under the Contract;

SUPERII^^DINe^NGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

67 J

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 1 **) Vol. 1 General ConditigifstoflContract

"Contractor's Equipment" means all apparatus, machinery, vehicles and other things required" for the execution and completion of the Works and the remedying of any defects. However, Contractor's Equipment excludes Temporary Works, Employer's equipment (if any), Plant, Materials and any other things intended to form or forming part of the Permanent Works. "Contractor's Personnel" means the Contractors Representative and all personnel whom the Contractor employs on the Site, who may include the staff, labour and other employees of the Contractor and any other personnel assisting the Contractor in the execution of the Works. "Contractor's Representative" means the person named by the Contractor in the Contract or appointed from time to time by the Contractor under Clause 1.5.1 of G.C.C who acts on behalf of the Contractor. "Cost" means all expenditure reasonably incurred (or to be incurred) by the Contractor, whether on or off the Site, including overhead and similar charges, but does not include profit. "Country" means India "Day" means a calendar day and "Year" means a calendar year of 365 days. "Defects Liability Period" means the period for notifying defects in the Works or a Section (as the case may be). The Defects Liability Period shall be 24 months calculated from the date on which the Works are completed as certified. "Employer" means the Government of Andhra Pradesh represented by the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh as designated by the Government of Andhra Pradesh for the purpose of the Contract, and his successors/ assignees. "Employer's Equipment" means the apparatus, machinery and vehicles (if any) made available by the Employer for the use of the Contractor in the execution of the Works, as stated in the Employer's Requirements; but does not include Plant which has not been taken over by the Employer. "Employer's Personnel" means the Employer's Representative, the assistant and all other staff, labour and other employees of the Employer and of the Employer's Representative; and any other Personnel notified to the Contractor by the Employer or the Employer's Representative, as Employer's Personnel. "Employer's Representative" means the person named by the Employer in the Contract or appointed from time to time by the Employer under Clause 10.0 of G.C.C who acts on behalf of the Employer.

.(Hyderabad)!

CONTRACTOR

&C4

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao DX.LScheme Circle, ; K.C.Colony,Chinthagattu,Warangal.

'* 68 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

118

"Employer's Requirements" means the document entitled Employer's Requirements, as included in the Contract, and any additions and modifications thereto in accordance with the Contract. Such document specifies the purpose, scope, and/or design or other technical criteria, for the Works. "Engineer-in-charge" means the Executive Engineer, JCR-DLIS Division, Warangal under the technical control of Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh "Force Majeure" is defined in Clause 122.0 of G.C.C [Force Majeure]. "Goods" means Contractor's Equipment, Materials, Plant and Temporary Works, or any of them as appropriate. "Government" means the Government of Andhra Pradesh Local Currency" means the lawful currency of India i.e. Indian Rupees. "Material" means things of all kinds (other than plant) intended to form or forming part of the Permanent Works, including the supply of any materials (if any to be supplied by the Contractor under the Contract. "PAO" means the pay and accounts officer who issues cheque for the bills. "Parties" means the Employer and the Contractor collectively, and "Party" means either of them individually as the context requires. "Performance Security Deposit" means the security (or securities, if any) deposited by the Successful Bidder / Contractor under Sub-Clause 13.6 of Instruction to Bidders. "Permanent Works" means the permanent Works to be designed and executed by the Contractor under the Contract. "Plant" means the apparatus, machinery and vehicles intended to form or forming part of the Permanent Works.

"Retention money" means the accumulated retention money which the Employer retains under Sub-Clause 47.1 and pays under Sub-Clause 47.2 of GCC. "Schedule of Payments" means the document so named (if any), as included in the Contract. "Section" means any of the 5 (Five) Sections I to V of EPC part of the Contract and Operation and Maintenance part of the Contract.

SefflUOTSJblNG ENGINEERJ&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

69

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I J[ ]_ Q Vol. 1 General Conditions^Contract

"Site" means collectively all the places where the Permanent Works are to be executed and to which Plant and Materials are to be delivered, and any other places as may be specified in the Contract as forming part of the Site. "Statement" means a statement, which is either an interim running bill or a final bill, submitted by the Contractor as part of an application for payment. "Sub- Contractor" means any person named in the Contract as a sub-Contractor or any person appointed as sub-Contractor, for a part of the Works; and the legal successors in title to each of these persons. "Temporary Works" means all temporary works of every kind (other than Contractor's Equipment) required on Site for the execution and completion of the Permanent Works and the remedying of any defects. "Tender"/ "Bid" means the Contractor's signed offer for the Works and all other documents Contractor submitted therewith by the Contractor (other than these General Conditions of Contract and the Employer's Requirements, if so submitted), as included in the Contract. "Tests After completion" means the tests (if any) which are specified in the Contract and which are carried out after the Works or a Section (as the case may be) are taken over by the Employer. "Tests Before Completion" means the tests which are specified in the Contract or agreed by both Parties or instructed as Variation, and which are carried out before the Works comprising Sections I to V are certified to be completed by the Employer. "Time for Completion of Construction" means the time for completing the Construction with any extension under Clause 28 [Extension of the Agreed Date of Completion], calculated from the Commencement Date. "Variation" means any change to the Employer's Requirements for the Works, as instructed or approved as variation by the Employer. "Works" mean the Permanent Works and the Temporary Works, or either of them as appropriate. 1.2. Interpretation: In this contract, unless the context otherwise requires, 1.2.1. Special Conditions and additional special conditions shall be read in conjunction with General Conditions, Technical specifications, Schedule of Works, Project Profile along with Drawings and other documents forming part of this Contract.. wherever applicable, or the context so requires. '

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

\
70 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

120

Vol. 1 General Conditions of Contract

1.2.2. Notwithstanding the sub-division of the Contract into several contract documents every part of each shall be deemed to be supplementary to and complimentary of every other part and shall be read with and into the Contract so far as it may be practicable to do so. 1.2.3. In the Contract unless otherwise stated specifically, the singular shall include the plural, male shall include female and vice versa wherever the Contract so requires. Words importing person shall include incorporated companies / registered association / body of individuals / firm of partnership as applicable in context thereof. 1.2.4 All headings and marginal notes to the Clauses / Articles of the General Condition or to the Specifications or to any other document forming part of the Contract are solely for the purpose of giving a concise indication of the general subject matter thereof and not a summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof. 1.2.5 If during the course of execution of the Works any discrepancy or inconsistency, error or omission in any: of the provisions of the Contract is discovered which has any effect on the execution of the Works, and need to be clarified, the same shall be referred to the Employer's Representative who shall give his decision and the issue instructions directing the manner in which the Works are to be carried out. Any and all decisions and/or orders of the Employer's Representative shall be deemed decision and/or orders of the Employer. The Contractor shall carry out the Works in accordance with such decisions and/or instructions of the Employer's Representative. Where it is mentioned in the Contract that the Contractor shall perform certain work or provide certain facilities, it is understood that the Contractor shall do so at his cost and the Contract Price shall be deemed to have included the cost of such performances and provisions so mentioned.

1.2.6

1.2.7. The materials, design and workmanship shall satisfy the applicable standards, specifications contained herein and codes referred to. Where the Contract stipulates requirements in addition to those contained in the standards, codes and specifications, those additional requirements shall also be satisfied. 1.2.8 References to any legislation or any provision thereof shall include amendment or re-enactment or consolidation of such legislation or any provision thereof so far as such amendment or re-enactment or consolidation applies or is capable of applying to any transaction entered into hereunder; References to laws of India or Indian law or regulation having the force of law shall include the laws, acts, ordinances, rules, regulations, bye laws or notifications which have the force of law in the territory of India and as from time to time may be amended, modified, supplemented, extended or re-

1.2.9

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chintihagattu,Warangal.

71

121

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions^Contract

1.2.10 The words "include" and "including" are to be construed without limitation and shall be deemed to be followed by "without limitation" or "but not limited to" whether or not they are followed by such phrases; 1.2.11. Any reference to any period of time shall mean a reference to that according to Indian Standard Time; 1.2.12. Any reference to day shall mean a reference to a calendar day; 1.2.13. Any reference to month shall mean a reference to a calendar month as per the Gregorian calendar; 1.2.14 Any reference to any period commencing "from" a specified day or date and "till" or "until" a specified day or date shall include both such days or dates; provided that if the last day of any period computed under this Agreement is not a business day, then the period shall run until the end of the next business day; 1.2.15. Deleted. 1.2.16 Time shall be of the essence in the performance of the Parties' respective obligations. If any time period specified herein is extended, such extended time shall also be of the essence. 1.2.17. The rule of construction, if any, that a Contract should be interpreted against the Parties responsible for the drafting and preparation thereof, shall not apply. 1.2.18. Any word or expression used in this Agreement shall, unless otherwise defined or construed in this Agreement, bear its ordinary English meaning and, for these purposes, the General Clauses Act 1897 shall not apply. 1.2.19 All measurements and calculations shall be in the metric system and calculations done to 2 (two) decimal places, with the third digit of 5 (five) or above being rounded up and below 5 (five) being rounded down. 1.3. Language: 1.3.1. The Language of the Contract shall be English. 1.3.2. All further documents and also correspondence in respect of contract shall be in English. 1.3.3. The Employer's representatives and Employer's personnel and Contractor's representatives and Contractor's personnel shall be fluent in English. 1.3.4. Governing Law and Jurisdiction: 1.3.4.1 The Contract Shall be construed and Interpreted in accordance with and governed by the Laws of India. 1.3.4.2 In respect of all matters or actions arising out of the contract and which may arise any time, the courts at competent Jurisdiction in Andhra Pradesh shall have exclusive jurisdiction (claims, disputes and Arbitration).

72 J^ 2 2 " . - "

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

PRIORITY OF DOCUMENTS: The documents forming the Contract are to be taken as mutually explanatory of one another for the purpose of interpretation; the priority of the documents shall be in accordance with following sequence.

1.4

1) 2) 3) 4) 5) 6) 7) 8)

Contract Agreement Letter of Acceptance, notice to proceed with the works Contractor's Bid (Technical bid) General Conditions of contract and Special Conditions of Contract. Specifications Drawings Bill of quantities (Price-bid) Any other document listed as forming part of the Contract.

1.5.

Engineer-in-Charge's Decisions:

1.5.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the contractual matters between the Employer and the Contractor in the role representing the Employer. Employer representative shall be the Engineer-in-Charge. 1.6. Contractor's Representative: The Contractor shall appoint the Contractor's Representative and shall give him all authority necessary to act on the Contractor's behalf under the Contract. Unless the Contractor's Representative is named in the Contract, the Contractor shall, prior to the Commencement Date, submit to the Employer for consent the name and particulars of the person the Contractor proposes to appoint as the appointed person fails to act as Contractor's Representative, the Contractor shall similarly submit the name and particulars of another suitable person for such appointment. 1.6.1. The Contractor shall not, without the prior consent of the Employer, revoke the appointment of the Contractor's Representative or appoint a replacement. The Contractor's Representative shall, on behalf of the Contractor, receive instructions under the Contract. 1.6.2. The Contractor's Representative may delegate any powers, functions and authority to any competent person, and may at any time revoke the delegation. Any delegation or revocation shall not take effect until the Employer has received prior notice signed by the Contractor's Representative, naming the person and specifying the powers, function and authority being delegated or revoked.

CONTRACKgRV-^^^

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

73

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

J 2 3

Vt-1 Gewera/ Conditions x>f Contract

Delegation:

2.1 The Engineer-in-Charge may delegate any of his duties and responsibilities to other officers and may cancel any delegation by an official order issued. However, they will remain fully accountable for the acts of their assignees. 3 Contract Agreement:

The Contract shall come in to full force and effect on the date stated in the Contract Agreement. The Contractor shall execute formal Contract Agreement on appropriate value of stamp paper imposed by Law in connection with entry into Contract Agreement within 15 days from the date of Letter of Award. The following documents shall be deemed to form and be read and construed as part of Contract Agreement i. ii. iii. iv. v. vi. vii. viii. ix. The Letter of Tender annexed with the agreement (which includes the break up of the Contract Price) The Addenda issued before the last date for submission of bids. The Special Conditions of Contract. Basic project parameters. The Project Profile. The Contractor's Tender/ Bid. The Technical Specifications. Drawings Any other documents forming part of the Contract.

Unless and until a formal agreement is prepared and executed this letter of tender together with written acceptance thereof, shall constitute a binding Contract between the Employer and Contractor. 4.0. Communications:

4.1. Wherever these Conditions provide for the giving or issuing of approvals, certificates, consents, determinations, notices and requests, these communications shall be: (a) in writing and delivered by hand (against receipt), sent by mail or courier, or transmitted using any of the agreed system of electronic transmission as stated in the Conditions of Particular Application, and (b)delivered, sent or transmitted to the address for the recipient's communications as stated in the Contract. However: (i) if the recipient gives notice of another address, communications shall thereafter be delivered accordingly; and (ii) if the recipient has not stated otherwise when requesting an approval or consent, it may be sent to the address from which the request was issued.
IIK,
_^

CONTRACTOR

ifHyderebadli

SUPE^rmiEN-DINiTENGINEER>I&CADD.J

J.Chokka Rao DXJ.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

74

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

124

Vol. 1 General Conditions of Contract

Approvals, certificates, consents and determinations shall not be unreasonably withheld or delayed. Contractor's General Obligations: The Contractor shall design, execute and complete the Works in accordance with the Contract, and shall also remedy any defects in the Works. When completed, the Works shall be fit for the purposes for which the Works are intended as defined in the Contract. The Contractor shall provide the Plant and Contractor's Documents specified in the Contract, and all Contractor's Personnel, consumables and other things and services, whether of a temporary or permanent nature, required in and for this design, execution, completion and remedying of defects. The Works shall include any work which is necessary to satisfy the Employer's Requirements, or is implied by the Contract, and all works which (although not mentioned in the Contract) are necessary for stability or for the completion, or safe and proper operation, of the Works. The Contractor shall be responsible for the adequacy, stability and safety of all Site operations, of all methods of construction and of all the Works. The Contractor shall, whenever required by the Employer, submit details of the arrangements and methods which the Contractor proposes to adopt for the execution of the Works. No significant alteration to these arrangements and methods shall be made without this having previously been notified to the Employer. 5.0. SUBCONTRACTING: 5.1. SUBLETTING OF CONTRACT No part of the Contract shall be sublet without written permission of the Employer nor shall transfer be made by power of attorney, authorizing others to receive payment on the Contractor's behalf. If the Contractor desires to sublet a part of the work he should submit the same at the time of filing Bids itself or during execution giving the names of the proposed sub-contractor along with the details of his qualification and experience. The Bid accepting authority should verify the experience of the sub-contractor and if the Sub-Contractor satisfies the qualification criteria in proportion to the value of Work proposed to be sublet, he may permit the same. However the Contractor/Bidder will be held responsible regarding the quality of work by the sub-contractor and no correspondence will be made with the sub-contractor for any rectification purposes. The total value of works to be awarded on subletting shall not exceed 50% of Contract value. The extent of subletting shall be added to the experience of the Sub-Contractor and to that extent deducted from that of the main Contractor.

CONTRAC

S T ^ ^ S N D I N G ENGINEER,I&CADD., \ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^hinthagattu^Warangal.

75

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 1 O r Vol. 1 General Conditions ofContract

6.0.

Other Contractors:

The Contractor shall cooperate and share the Site with other contractors, Public authorities, utilities, and the Employer. The Contractor shall also provide facilities and services for them as directed by the Engineer-in-Charge. 6.1 Existing utilities and roads: Notwithstanding anything to the contrary contained in the Contract, the Contractor shall ensure that the respective entities owning the existing roads, right of way or utilities on, under or above the Site are enabled by it to keep such utilities in continuous satisfactory use, if necessary, by providing suitable temporary or permanent diversions with the authority of the controlling body of that road, right of way or utility, and the Employer shall, upon written request from the Contractor, initiate and undertake at the Contractor's cost, legal proceedings for acquisition of any right of way necessary for such diversion. 6.2 Shifting of obstructing utilities The Contractor shall, subject to Applicable Laws and with assistance of the Employer, undertake shifting of any utility including electric lines, water pipes and telephone cables, to an appropriate location or alignment within or outside the Site if and only if such utility causes or shall cause a material adverse effect on the construction, Operation or Maintenance of the Project. The cost of such shifting shall be borne by the Contractor if the Employer so directs, and in the event of any delay in shifting thereof, the Contractor shall be responsible for failure of its obligations hereunder if such failure is a direct consequence of delay on the part of the Contractor. 6.3 Felling of trees

The Employer shall assist the Contractor in obtaining the Applicable Permits for felling of trees to be identified by the Employer for this purpose if and only if such trees cause a material adverse effect on the construction, operation or maintenance of the Project The cost of such felling shall be borne by the Contractor. The felled trees shall be deemed to be owned by the Employer and shall be disposed in such manner and subject to such conditions as the Employer may in its sole discretion deem appropriate. Care and Supply of Documents Each of the Contractor's Documents shall be in the custody and care of the Contractor, unless and until taken over by the Employer. Unless otherwise stated in the Contract, the Contractor shall supply to the Employer six copies of each of the Contractor's Documents. The Contractor shall keep, on the Site, a copy of the Contract, publications named in the Employer's Requirements, the Contractor's Documents, and Variation and other communications given under the Contract. The Employer's Personnel shall have the right of access to all these documents at all reasonable times.

CONTRACTOR

SUPERINTENDING EM3INEER,I&CADD., J.Chokka Rao DJtfXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

76

126

P.V.N.RXanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

If a Party becomes aware of an error or defect of a technical nature in a Document which was prepared for use in executing the Works, the Party shall promptly give notice to the other Party of such error or defect. Confidentiality Both Parties shall treat the details of the Contract as private and confidential, except to the extent necessary to carry out obligations under it or to comply with Applicable Laws. The Contractor shall not publish, permit to be published, or disclose any particulars of the Works in any trade or technical paper or elsewhere without the previous agreement of the Employer. Employer's Use of Contractor's Documents As between the Parties, the Contractor shall retain the copyright and other Intellectual Property Rights on the Contractor's Documents and other design documents made by (or on behalf of) the Contractor. The Contractor shall be deemed (by signing the Contract) to give to the Employer a non- terminable transferable non - exclusive royalty-free license to copy, use and communicate the Contractor's Documents, including making and using modifications of them. This license shall: (a) apply throughout the actual or intended working life (whichever is longer) of the relevant parts of the Works, (b) entitle any person in proper possession of the relevant part of the Works to copy, use and communicate the Contractor's Documents for the purpose of completing, operating, maintaining, altering, adjusting, repairing and demolishing the Works, and (c) in the case of Contractor's Documents which are in the form of computer programs and other software, permit their use on any computer on the site and other places as envisaged by the Contract, including replacements, of any computers supplied by the Contractor. The Contractor's Documents and other design documents made by ( or on behalf of) the Contractor shall not, without the Contractor's consent, be used, copied or communicated to a third party by ( or on behalf of) the Employer for purposes other than those permitted under this Sub-Clause. Contractor's Use of Employer Documents As between the parties the Employer shall retain the copyright and Intellectual Property Rights in the Employer's Requirements and other documents made by (or on behalf of) the Employer. The Contractor may, at his cost, copy, use, and obtain communication of these documents for the purposes of the Contract.

SlJPERINTENBING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

77

127

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

The Contract shall not, without the Employer's consent, be copied, used or communicated to a third party by the Contractor, except as necessary for the purpose of the Contract. Joint and Several Liability IF the Contractor constitutes (under applicable Laws) a JV, consortium or other unincorporated grouping of three persons: (a) these members shall be deemed to be jointly and severally liable to the Employer for the performance of the Contract; (b) these members shall notify the Employer of their Lead Member who shall have authority to bind the Contractor and each of these persons; and (c) the Contractor shall not alter its composition or legal status without the prior consent of the Employer. 7.0. 7.1. Personnel: The Contractor shall employ the required Key Personnel named in the Schedule of Key Personnel to carry out the functions stated in the Schedule or other personnel approved by the Engineer-in-Charge. The Engineer-in-Charge 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. If the Contractor fails to employ the required technical personnel including quality management staff, the Employer would engage any quality assurance staff for implementing Quality Management Plan. The amounts spent on such deployment will be recovered from the Contractor's bills. However, this will not absolve the Contractor from the responsibility of Quality Management on Contract Works. The technical personnel including quality assurance personnel should be on full time and available at site whenever required by Engineer- in -Charge/ PMC to take instructions. The names of the technical personnel including quality assurance personnel to be employed by the Contractor should be furnished to the Employer in the statement enclosed separately. In case the Contractor is already having more than one work on hand and has undertaken more than one work at the same time, he should employ separate technical and quality assurance personnel on each work. If the Contractor fails to employ technical and quality assurance personnel the work will be suspended, and the Employer will engage technical and quality assurance personnel and recover the cost thereof from the Contractor. This will not absolve the Contractor from the responsibly of maintaining quality of work and implementing quality management plan.

7.2.

7.3.

7.4.

7.5.

7.6.

CONTRACTOR

SUP^tmTEOTlNGENGINEER,I&CADD., J.Chokka Rao-D.L'.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

78

128
7.7.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol. 1 General Conditions of Contract

7.8.

If the Engineer-in-Charge asks the Contractor to remove a person who is a member of Contractor's staff or his work force stating the reasons, the Contractor shall ensure that the person leaves the Site forthwith and has no further connection with the Work in the Contract. The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst the Contractor's Personnel, and to preserve peace and protection of persons and property on and near the Site. The Contractor shall at all times submit, to the Employer, details showing the number of each class of Contractor's Personnel on the Site.

7.9.

8.0.

Contractor's Risks:

8.1. All risks of loss of or damage to physical property and of personnel injury and death, which arise during and in consequence of the performance of the Contract, are the responsibility of the Contractor. 8.2. Risk And Responsibility

Indemnities The Contractor shall indemnify and hold harmless the Employer, the Employer's Personnel and their respective agents, against and from all claims, damages, losses and expenses (including legal fees and expenses) in respect of: bodily injury, sickness, disease or death of any person whatsoever arising out of or in the course of or by reason of the design, execution and completion of the Works, and the remedying of any defects, unless attributable to any negligence willful act or breach of the contract by the Employer's Personnel, or any of their respective agents, and (b) damage to or loss of any property, real or personal (other than the Works), to the extent that such damage or loss: (i) arises out of or in the course of or by reason of the design, execution and completion of the Works and the remedying of any defects, and (ii) is not attributable to any negligence, willful act or breach of the Contract by the Employer, the Employer's Personnel, their respective agents or anyone directly or indirectly employed by any of them. 8.3. Contractor's Care of the Works (a)

The Contractor shall take full responsibility for the care of the Works and Goods from the date of commencement until the takeover of the Works, when responsibility for the care of the Works shall pass to the Employer.

S t j I ^ ^ ^ r ^ n ^ G ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, R.C.Colony,Chinthagattu,Warangal.

79 1 On

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. I General Conditipqs of Contract

After responsibility has accordingly passed to the Employer the Contractor shall take responsibility for the care of any work which is outstanding until this outstanding work has been completed. If any loss or damage happens to the Works, Goods or Contractor's Documents during the period when the Contractor is responsible for their care, from any cause, the Contractor shall rectify the loss or damage at the Contractor's risk and cost, so that the Works, Goods and Contractor's Documents confirm with the Contract. The Contractor shall be liable for any loss or damage caused by any actions performed by the Contractor after the takeover of the Works and which arose from a previous event for which the Contractor was liable. 8.4. Intellectual and Industrial Property Rights

In this Sub-Clause, "infringement" mean an infringement ( or alleged infringement) of any patent, registered design, copyright, trade mark, trade name, trade secret or other Intellectual or Industrial Property Right relating to the Works; and "claim" means a claim (or proceedings pursuing a claim) alleging an infringement. Whenever a Party does not give notice to the other Party of any claim within 28 days of receiving the claim, the first Party shall be deemed to have waived any right to indemnity under this Sub-Clause. The Employer shall indemnify and hold the Contractor harmless against and from any claim alleging an infringement which is or was: (a) a result of any Works being used by the Employer: (i) for a purpose other than that indicated by, or reasonably to be inferred from, the Contract, or (ii) in conjunction with anything not supplied, by the Contractor, unless such use was disclosed to the Contactor prior to the Base Date or is stated in the Contract. The Contractor shall indemnify and hold the Employer harmless against and from any other claim which arise out of or in relation to (i) the Contractor design, manufacture, construction or execution of the Works, (ii) the use of Contractor's Equipment, or (iii) the proper use of the Works. 8.5. Limitation of any Liability

Neither Party shall be liable to the other Party for loss of use of Works, loss of profit, loss of any contract or for any indirect or consequential loss or damage which may be suffered by the other Party in connection with the Contract, other than payment on termination and indemnities.

V<r CONTRACTO^V_^# . StrFEKlNTENDp<3 ENGINEER J&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

80

130

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

The total liability of the Contractor to the Employer, under or in connection with the Contract shall not exceed the sum stated in the Particular Condition or if a sum is not so stated the Contract Price stated in the Contact Agreement. This Sub-Clause shall not limit liability in any case of fraud, deliberate default or reckless misconduct by the defaulting Party. 8.6. Verification of Risks

It shall be the responsibility of the Engineer-in-Charge to verify and certify the extent of risk to be borne by either of the Parties under this Clause.

9.0.

Insurance:

9.1. The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defect Liability Period i.e., 24 months after completion of works for the following events which are due to the Contractor's risks including Fire risk. a) b) c) d) loss of or damage to the Works, Plant and Materials; loss of or damage to the Equipment; loss of or damage of property in connection with the Contract; and Personal injury or death of persons employed for construction.

9.2. Policies and certificates of Insurance shall be delivered by the Contractor to the Employer at the time of concluding Contract agreement. All such insurance shall provide for compensation to be payable to rectify the loss or damage incurred. i) The Contractor shall furnish insurance policy in force in accordance with proposal furnished in the Bid and approved by the Employer for concluding the Contract. ii) The Contractor shall obtain the Insurance policies by paying premium at one time only for total period of 5 years plus 2 yearsdefect liability period at the time of concluding agreement and submit to Employer. It shall form part of the Agreement. iii) The Contractor shall suitably extend the Insurance coverage at his cost in case the Contract period including O&M period is extended, which will be reimbursement on the basis of actual payment during the extension of time which is not attributed to the Agency.

9.3. Alterations to the terms of insurance policy shall not be made without the approval of the Employer.

SUMOOTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaL

st

81

P.V.N.R-Kanthanapally Sujala Sravanthi Project f o Phase-I Package-I "*"-!. Vol.1 General Conditions of Contract

10.0

Right of Access to the Site and possession of the Site.

The Employer shall give the Contractor right of access to and possession of, all parts of the Site within the time (or times) stated in the Contract. The right and possession may not be exclusive to the Contractor. However, the Employer may withhold any such right or possession until the Performance Security Deposit has been received. Permits, Licenses or Approvals The Employer shall (where he is in a position to do so) provide reasonable assistance to the Contractor at the request of the Contractor. by obtaining copies of the Laws of the Country which are relevant to the Contract but are not readily available, and for the Contractor's applications for any permits, licenses or approvals required by the Laws of the Country. The Employer's Representative The Employer may appoint an Employer's Representative to act on his behalf under the Contract. The Employer's Representative shall carry out the duties assigned to him, and shall exercise the authority delegated to him, by the Employer. The Employer's Representative shall be the Engineer-in-Charge. Other Employer's Personnel The Employer or the Employer's Representative may from time to time assign duties and delegate authority to assistants, and may also revoke such assignment or delegation. These assistants may include Assistants/ independent inspectors appointed to inspect and/or test items of Plants and /or Materials. The assignment, delegation or revocation shall not take effect until a copy of it has been received by the Contractor. Assistants shall be suitably qualified persons, who are competent to carry out these duties and exercise this authority. Delegated Persons All these persons, including the Employer's Representative and assistants, to whom duties have been assigned or authority has been delegated, shall only be authorized to issue instructions to the Contractor to the extent defined by the delegation. Any approval, check, certificate, consent, examination, inspection, instruction, notice, proposal, request, test, or similar act by a Delegated Person, in accordance with the delegation, shall have the same effect as though the act had been an act of the Employer. However, (a) Any failure to disapprove any work, Plant or Materials shall not constitute approval, and shall therefore not prejudice the right of the Employer to reject the work, Plant or Materials; and (b) If the Contractor questions any instruction of a Delegated Person, the Contractor may refer the matter to the Employer, who shall promptly confirm, reverse or vary the determination or instruction.

CONTRACTOR V&SV

JlFJl

SUPERtN'i'bNDlNU IJNGINEERJ&CADD., J.ChokkaRao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

fiz

82

P.V.N.R.KanthanapalIy Sujala Sravanthi Project

J Op "*"

*..".

Phase-I Package-I Vol. I General Conditions of Contract

11.0

Site Inspections:

11.1 The Contractor should inspect the site and also proposed quarries of choice for materials source of water and quote his Bid Price including quarrying, conveyance and all other charges etc. 11.2 The responsibility for arranging the land for borrow area and dumping areas rests with the Contractor and no separate payment will be made for procurement or otherwise. The Contractor's quoted Bid Price will be inclusive of land cost. The land so arranged for disposal of spoil shall be handed over to the Employer after completion of work. Contractor to Construct the Works: The Contractor shall conduct, surveys, detailed investigation, design engineering, prepare estimates and LP. schedules construct and Commission the Work in accordance with the approved specifications and Drawings. Diversion of River Godavari: (Comgendum-6)

12.0 12.1

12.2

To facilitate the construction of Spillway, Navigation Channel, Power Block, NOF the river flows are to be diverted by constructing coffer dams at suitable locations with necessary cut offs to minimize the seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs (The discharge is indicative). The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent project authority and executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. The bid price quoted by the contractor is inclusive of all the above operations. The financial mile stone for coffer dam will be distributed for 5 years (Working period). Other Streams: 12.3 The Contractor shall at all time carry out construction of cross drainage works in a manner creating least interference to the natural flow of water while consistent with the satisfactory execution of Work. A temporary diversion shall be formed by the contractor at his cost where necessary. No extra payment shall be made for this work. 12.4 No separate payment for bailing out sub-soils, water drainage or locked up rain water for diversion, shoring, foundations, bailing of pumping water either from excavation of soils from foundations or such other incidental will be paid. The Price Bid to be quoted by the Contractor is for the finished item of work in situ and including all the incidental charges. The borrow pits are also to be dewatered by the Contractor himself at his expense, if that should be found necessary.

CONTRA(\(&.

Jgll

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,CMnthagattu,Warangal.

83

P.V.N.R.KanthanapaIly Sujala Sravanthi Project ^ _ ,Phase-I Package-I JL O O Vol. 1 General Condition^ of Contract

12.5

The work of diversion arrangements should be carefully planned and prepared by the Contractor and forwarded to the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh technically substantiating the proposals and approval of the Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh obtained for execution. The Contractor shall arrange for bailing out water, protection to the work in progress and the portion of works already completed and safety measures for men and materials and all necessary arrangements to complete the Work. All the arrangements so required should be carried out and maintained at the cost of the Contractor and no separate or additional payment is admissible.

12.6

12.7

12.8 Coffer Dams.(Comgendum-4) Necessary coffer dams and ring bunds have to be constructed at the cost of contractor and after completion of the main barrage the coffer dam shall be removed for required depth to facilitate free drainage or as directed by the employer. The materials shall be disposed off to the dumping yard. The Contractor has to quote his Price Bid keeping the above in view. 13. 14. Deleted (covered at clause 60 of GCC). Temporary Diversions (Works on Highways)

14.1 The contractor shall at all times carryout work on the highway in a manner creating least interference to the flow of traffic while consistent with the satisfactory execution of the same. For all works involving improvements to the existing highway, the Contractor shall in accordance with the directions of the Engineer-in-charge provide and maintain during the execution of the work a passage for traffic, either along a part of the existing carriage way under improvement or along a temporary diversion constructed close to the highway. 14.2 If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on part width of the carriage-way for any reason, a temporary diversion close to the highway shall be constructed as directed. It shall be paved with the materials such as hard morrum, gravef and stone, metal to the specified thickness as directed by the Engineer-in-Charge. In all cases, the alignment, gradients and surface type of the diversion including its junctions, shall be approved by the Engineer-in-charge before the highway is closed to traffic. 14.3 The Contractor shall take all necessary measures for the safety of traffic during construction and provide erect and maintain such barricades, including signs, markings, flags lights and information and protection of traffic approaching or passing through the section of the highway under improvement. Before taking up any construction, an agreed phased programme for the diversion of traffic on the highway shall be. drawn up in consultation with the Engineer-in-charge.

CONTRACTOR

l\ir y d e r a b a 7|j) W ^ w W . ^s==s^

SUPMNTEfrDING(ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, * K.C.Colony,Chinthagattu,Warangal.

84

134

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

14.4 The barricades erected on either side of the carriage way portion of the carriage way closed to traffic, shall be of strong design to resist violation and painted with alternative black and white stripe. Red lanterns or warnings lights of similar type shall be mounted on the barricades at night and kept it throughout from sunset to sunrise. 15 Ramps: Ramps required during execution may be formed wherever necessary and same are to be removed after completion of the Work. No separate payment will be made for this purpose. 16 Monsoon Damages: Damages due to rain or flood either in cutting and banks or any other work shall have to be made good by the Contractor till the work is handed over to the Employer. The responsibility of de-silting and making good the damages due to rain or flood rests with the Contractor. No extra payment is payable for such operations and the Contractor shall therefore, has to take all necessary precautions to protect the Work done during the Construction Period. 17 The works to be Completed by the Agreed date of Completion: The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the construction programme approved by Engineer In Charge and complete the work by the agreed date of Completion. 18 Safety: The Contractor shall: (a) be responsible for the safety of all activities on the Site. (b) be responsible for keeping unauthorized persons off the Site, (c) comply with all applicable safety regulations, (d) take care of the safety of all persons entitled to be on the Site, (e) use reasonable efforts to keep the Site and Works clear of unnecessary obstruction so as to avoid danger to these persons, (f) provide fencing, lighting, guarding and watching of the Works until completion and taking over under the provisions of the Contract, 19 Discoveries: Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Government. The Contractor is to notify the Engineer-in-charge of such discoveries and carry out the Engineer-in-Charge's instructions for dealing with them. 20 Deleted.

CONTRACT'

ITENDING ENG1NEER,I&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

85 .

135
21 Access to the Site:

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I _ Vol.1 General Conditions of Contract

21.1 The Contractor shall provide the Engineer-in-Charge and any person authorized by the Engineer-in-Charge, access to the site and to any place where work in connection with the Contract is being carried out or is intended to be carried out. 22. Instructions: The Contractor shall carry out all instructions of the Engineer-in-Charge/ Employer and comply with all the applicable local laws where the Site is located. 23. 23.1 Settlement of disputes: If any dispute or difference of any kind whatsoever arises between the department and the Contractor in connection with, or arising out of the Contract, whether during the progress of the Works or after their completion and whether before or after the Termination, abandonment or breach of the Contract, it shall in the first place, be referred to and settled by the Engineer-inCharge who shall, within a period of thirty days after being requested by the Contractor to do so, give written notice of his decision to the Contractor. Upon receipt of the written notice of the decision of the Engineer-in-Charge / Employer the Contractor shall promptly proceed without delay to comply with such notice of decision. If the Engineer-in-Charge/ Employer fails to give notice of his decision in writing within a period of thirty days after being requested or if the Contractor is dissatisfied with the notice of the decision of the Engineer-in-Charge, the Contractor may within thirty days after receiving the notice of decision appeal to the Employer who shall offer an opportunity to the contractor to be heard and to offer evidence in support of his appeal, the Employer shall give notice of his decision within a period of thirty days after the Contractor has given the said evidence in support of his appeal, subject to arbitration, as hereinafter provided. Such decision of the Employer in respect of every matter so referred shall be final and binding upon the Contractor and shall forthwith be given effect to by the Contractor, who shall proceed with the execution of the works with all due diligence whether he requires arbitration as hereinafter provided, or not. If the Employer has given written notice of his decision to the Contractor and no claim to arbitration, has been communicated to him by the Contractor within a period of thirty days from receipt of such notice the said decision shall remain final and binding upon the Contractor. If the Employer fail to give notice of his decision, as aforesaid within a period of thirty days after being requested as aforesaid, or if the Contractor be dissatisfied with any such decision, then and in any such case the Contractor within thirty days after the expiration of the first named period of thirty days as the case may be, require that the matter or matters in dispute be referred to arbitration as provided in clause 3 of the articles of Contract.

23.2

23.3

CONTRACTOR

SUPE

J&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

86 "J9ft *

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I yt-1 General Conditions of Contract

B. TIME FOR COMPLETION


24 Program: The Contractor shall complete the construction with in the total period of 60 months from the date of entering into Contract including rainy season. Keeping in view the schedule for handing over of site, the work should be programmed such as to achieve the mile-stones as in "Rate of progress statement" enclosed. 24.2 The attention of the Bidder is directed to the contract requirement at the time of beginning of the work, the rate of progress and the dates for the whole work and its several parts as per milestones. The following rate of progress and proportionate value of work done from time to time as will be indicated by the Engineer in charge's Certificate for the value of work done and completion of mile-stones will be required. Date of commencement of their programme will be the date for concluding CONTRACT. 24.3 After signing the Contract, the contractor shall forthwith begin the work, shall regularly and continuously proceed with them. The Contractor shall obtain work completion certificate from the Engineer-inCharge for the value of work done and completion of each of the Mile Stones. 24.1

24.4

24.5

WORK PROGRAMME OF ACHIEVING THE MILESTONES:

SI No.

Mile stone No.

Period in Months.

To be Completed Financial

Separate statement (Annexure-I) enclosed. 24.6 The Contractor shall commence the works on site within the period specified under condition 24.1 to 24.4 above after the receipt by him of a written order to this effect from the Engineer-in-Charge and shall proceed with the same with due expedition and without delay, except as may be expressly sanctioned or ordered by the Engineer-in-Charge or be wholly beyond the Contractor's control. This being a Contract on EPC, conducting of survey, investigation, designEngineering, preparation of land plan schedules are within the Scope of the Contract and the Contractor shall meticulously plan so as to obtain the required site for carrying out the Work.

24.7

SUPE!mTNDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, ; K.C.ColonysChinthagattu,Warangal.

87 1^7

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I y?- ^ General Conditions of Contract

24.8

Save in so far as the Contract may prescribe, the extent of portions of the site of which the Contractor is to be given possession from time to time and the order in which such portions shall be made available to him and, Subject to any requirement in the Contract as to the order in which the works shall be executed, the Engineer-in-Charge with written order to commence the works, give to the contractor possession of so much of the site as may be required to enable the contractor to commence and proceed with the execution of the works in accordance with the programme if any, and otherwise in accordance with such reasonable proposals of the contractor as he shall by written notice to the Engineer-in-Charge, make and 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 the said programme or proposals as the case maybe, if the Contractor suffers delay or incurs cost from failure on the part of the Engineer-in-Charge to give possession in accordance with the terms of this clause, the Engineer-in-Charge shall grant an extension of time for the completion of works and the contractor is not entitled for any compensation what so ever in this regard. The Contractor shall bear all costs and charges for special or temporary way leases required by him in connection with access to the Site. The Contractor shall also provide at his own cost any additional accommodation outside the Site required by him for the purposes of the work.

24.9

24.10 Delays and extension of time: No claim for compensation on account of delays or hindrances to the work from any cause whatever shall lie, except as hereafter defined. Reasonable extension of time will be allowed by the Employer for unavoidable delays, such as may result from causes, which in the opinion of the Engineer-in-Charge, and are undoubtedly beyond the control of the Contractor. The Engineer-in-Charge shall assess the period of delay or hindrance caused by any written instructions issued by him, at twenty five per cent in excess or the actual working period so lost. In the event of the Engineer-in-Charge failing to issue necessary instructions and thereby causing delay and hindrance to the Contractor, the latter shall have the right to claim an assessment of such delay by the Employer whose decision will be final and binding. The contractor shall lodge in writing with the Engineer-in-Charge a statement of claim for any delay or hindrance referred to above, within fourteen days from its occurrence, otherwise no extension of time will be allowed. Whenever authorized alterations or additions made during the progress of the work are of such a nature in the opinion of the Engineer-in-Charge as to justify an extension of time in consequence thereof, such extension will be granted in writing by the Engineer-in-Charge or other competent authority when ordering such alterations or additions. ^

CONTRACTOR ^ ^ - > ^ / ^^*_^^^

SUpAfeeNDING ENGINEE-R,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

138
25 Construction Programme: 25.1

88

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I

Vol. 1 General Conditions of Contract

The Contractor shall furnish within fifteen days of the commencement date an integrated construction schedule showing the sequence in which he proposed to carry out the work, monthly progress expected to be achieved, also indicating date of procurement of materials, plant and machinery and shall obtain the approval of the Employer. The schedule should be such that it is practicable to achieve completion of the whole work within the time limit fixed and in keeping with the Mile stone programme specified. Further rate of the progress as in the program shall be kept upto date. In case it is subsequently found necessary to alter this program, theContractor shall submit sufficiently in advance the revised program incorporating necessary modifications and get the same approved by the Employer. No revised program shall be operative with out approval of the Employer. The Engineer-in-Charge shall have all times the right, without any way violating this contract, or forming grounds for any claim, to alter the order of progress of the works or any part thereof and the contractor shall after receiving such directions proceed in the order directed. The contractor shall also report the progress to the Employer within 7 days of the Engineer-in-Charge direction to alter the order of progress of works. The Contractor shall give written notice to the Engineer-in-Charge whenever planning or progress of the works is likely to be delayed or disrupted unless any further drawings or order including a direction, instruction or approval is issued by the Engineer-in-Charge 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. If by reason of any failure or inability of the Engineer-in-Charge to issue with in a time reasonable in all the circumstances any drawing or order requested by the contractor the Contractor suffers delay, and then the Engineer-in-Charge shall take such delay into accord in determining any extension of time.

25.2

25.3

26 Speed of Work: 26.1 The Contractor shall at all times maintain the progress of work to conform to the latest operative progress schedule approved by the Engineer-in-Charge. The contractor should furnish progress report indicating the programme and progress once in a month. The Engineer-in-Charge may at any time in writing direct the contractor to slow down any part or whole of the work for any reason (which shall not be questioned) whatsoever, and the contractor shall comply with such orders of the Engineer-in-Charge. The compliance of such orders shall not entitle the contractor to any claim of compensation. Such orders of the Engineer-in-Charge for slowing down the work will however be duly taken into account while granting extension of time if asked by the contractor for which no extra payment will be entertained.

&S*iraftTlNIMNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

89

139
26.2

P.V.N.R.Kanthanapally Sujala Sravanthi Project Pljase-I Package-I Vol. 1 General Conditions of Contract

Delays in Commencement or progress or neglect of work and forfeiture of Performance Security .Additional Performance security, Additional Security Deposit and withheld amounts and work done but not paid.

If, at any time, the Engineer-in-Charge shall be of the opinion that the Contractor is delaying Commencement of the work or violating any of the provisions of the Contract or is neglecting or delaying the progress of the work as defined by the tabular statement, "Rate of progress" he shall so advise the Contractors in writing and at the same time demand compliance in accordance with instructions to Bidder and conditions of Contract. If the Contractor neglects to comply with such demand within seven days after receipt of such notice, it shall then or at any time there after, be lawful for the Engineer-in-Charge to take suitable action in accordance with Clause 60 ofPStoAPSS. 27 27.1 Suspension of works by the Contractor: If the Contractor suspends the works, or sublet the work or in the opinion of the Engineer-in-Charge shall neglect or fail to proceed with due diligence in the performance of his part of the Contract as laid down in the Schedule rate of progress, or if he shall continue to default or repeat such default in the respects mentioned in clause 27 of the APSS. Engineer-in-Charge shall take action in accordance with Clause 55 & 56 of General conditions of Contract or in accordance with clause 61 of PS to APSS. Suspension of works by the Employer. The Employer may at any time instruct the Contractor to suspend progress of part or all of the works. During such suspension, the Contractor shall protect, store and secure such part or the works against any deterioration, loss or damage. 28 28.1 Extension of the Agreed Date of Completion: The Engineer-in-Charge shall extend or recommend for extension, in accordance with the Government orders in force, the Agreed Date of Completion if a Variation is issued which makes it impossible for Completion to be achieved by the Agreed Date of Completion. The Engineer-in-Charge shall decide whether and by how much to extend the Agreed Date of Completion within 21 days of the Contractor asking the Engineer-in-Charge for a decision upon the effect of a Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Agreed Date of Completion.

27.2

28.2

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

90 - . -140

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions of Contract

29

Delays Ordered by the Engineer-in-Charge: The Engineer-in-Charge may instruct the Contractor to delay the start or progress of any activity within the Work.

30 30.1

Early Warning: The contractor is to warn the Engineer-in-Charge at the earliest opportunity of specific likely future events or circumstances that may adversely affect the Execution of Works. The Contractor shall cooperate with the Engineer-in-Charge in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Engineer-in-Charge. Management Meetings:

30.2

31

The Employer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the programme for remaining work and to deal with matters raised in accordance with the early warning procedure.

C. QUALITY CONTROL
32 Identifying Defects: 32.1 The Engineer-in-Charge, Department quality control, Third Party quality control (if appointed) shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer-in-Charge may instruct the Contractor to verify the Defect and to uncover and test any work that the Engineer considers may be a Defect. Completion of outstanding work and Remedying Defects: In Order that the works shall be in the condition required by the Contract (fair wear and tear excepted) by the expiry date of the relevant Defects Liability Period or as soon as practicable thereafter, the contractor shall: Complete any work which is outstanding on the date of start on takeover of the Site and Works, within such reasonable time as is instructed by the Employer, and Execute all work required to remedy defects or damage, as may be notified by the Employer on or before the expiry date of the Defects Liability for the works (as the Case may be)

32.2

32.3 Cost of Remedying Defects All work required to remedy defects shall be executed at the risk and cost of the Contractor, if and to. the extent that the work is attributable to : (a) the Desjfle=ofeJbe Works,

CONTRACTQ^\_^/f^f

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

91

141

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.l GeneralConditiofyp hf Contract

(b) Failure of the Contractor to comply with its obligations under the Contract. 33 Tests:

If the Engineer-in-Charge/ Employer instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the Contractor shall have to carry out such tests at no extra cost. 34 34.1 Correction of Defects: The Engineer-in-Charge shall give notice to the Contractor of any Defects before the end of the Defects Liability period of 24 months, which begins on completion of construction work. Every time notice of a Defect is given, the Contractor shall correct the notified defect within the length of time specified in the notice of the Engineer-inCharge/ PMC. Uncorrected Defects: If the contractor has not corrected the defect within the time specified in the notice of the Engineer-in-Charge the Engineer-in-Charge will assess the cost of having the defect corrected and the contractor shall pay this amount or it will be recovered from dues to Contractor. The Engineer-in-Charge shall introduce O.K. cards and prescribed the formats there of. O.K. cards shall relate to all major components of the work. The contractor / his authorized representative shall be required to initiate and fill in and present the O.K. card to the construction staff that would check the respective items and send to Engineer-in-charge or his representative for final check and clearance / O.K. Any defects pointed out by the supervision staff of department shall promptly be attended to by the Contractors and the fact of doing so be duly recorded on the back of O.K. card. The Engineer-in-Charge may also introduce check lists which shall be kept in Bound registers by the construction supervision staff. The Contractor may be required to fill up these lists in the first instance and shall be subsequently checked by the Quality Control Engineers. Further Tests If the work of remedying of any defects or damage may affect the performance of the works, the Employer may require the repetition of any of the tests described in the Contract, including Tests on Completion and/or tests after completion. The requirement shall be made by notice within 28 days after the defect or damage is remedied. These tests shall be carried out in accordance with the terms applicable to the previous tests, except that they shall be carried out at the risk and cost of the Contractor.

34.2

35 35.1

35.2

35.3

35.4

CONTRACTOR

SUPE!wraTOlNGTOGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

92

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

142
36 Quality Control:

Vol. I General Conditions of Contract

Quality control monitoring reports, test results, reports of corrective action etc, shall be furnished to the employer at regular intervals. Quality Audit will be got conducted by the Engineer-in-Charge departmental^ or by other organization and the contractor shall extend the testing facilities to them also at his cost. The Contractor shall produce the Quality records maintained by him to the Employer for the quality audit. 36.1 Quality Assurance: The Contractor shall submit quality assurance plan with in one month from the Commencement Date for approval of Employer. The Contractor shall institute a quality assurance system to demonstrate compliance with the requirements of the Contract. The system shall be in accordance with the details stated in the Contract. The Employer shall be entitled to audit any aspect of the system. Details of all procedures and compliance documents shall be submitted to the Employer for information before each design and execution stage is commenced. When any documents of a technical nature are issued to the Employer, evidence of the prior approval by the Contractor himself shall be apparent on the document itself. Compliance with the quality assurance system shall not relieve the Contractor of any of his duties, obligations or responsibilities under the Contract. 36.2 The Contractor shall submit the Quality Management Plan for the Contract work indicating the following, with in one month from the Commencement Date for approval of Employer. The quantum of work to be done, quantities of various materials required and the electrical and mechanical equipment to be installed. The number of tests to be conducted for various materials, electrical and mechanical equipment and also for finished items of work as per the I.S Codes and other codes. The details of field laboratories and testing facilities available for conducting the above tests. MOU with external laboratories approved by the Government for conducting required tests on equipment and materials. The personnel of contractor in-charge of quality management with their names, duties and authority. The qualifications of the persons in-charge of collecting samples, testing materials, testing equipment and finished item work, persons incharge of quality assurance with powers to reject the defect work, the process of

a) b)

c) d) e)

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

93

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I ^1 A .Q Vol. 1 General Conditions of Contract

rectification of defects and deficiencies, the process of corrective actions for avoiding recurrence of defects. f) g) Any other information that may be required by the Employer. Copies of the quality management plan have to be furnished to the Engineer-inCharge and also to the out side quality control agency nominated by the Employer.

D. COST CONTROL
37 Contract Price - Schedule of payment. Bill of quantities. 37.1 37.2 Deleted. The Contractor will be paid a firm contract price for completion of all works as specified under the scope of the work under the contract agreement.

37.3 Notwithstanding anything that is stated in the Contract Agreement, the Contract * price once accepted by the employer shall be final and shall not be subject to any claims on any ground what so ever of the Contractor. 37.4 The Contract Price of the total work is divided among different component of works as per the percentages specified in Annexure-II 'Schedule of payments' and payments will be regulated accordingly.

37.5 - The Contractor shall give "Bill of Quantities" based on the detailed estimates prepared on the basis of approved design drawings and the items of the estimate shall be suitably clubbed or grouped for assessment of value of work done. 38 38.1 Changes in the Quantities: Being a lump sum Contract on EPC, the Contractor is bound to complete the entire work under the contract on a firm lump sum price quoted and on a single source responsibility basis. The Contractor shall be deemed to have satisfied himself as to the correctness and sufficiency of the Contract Price. Therefore the Contractor is bound to execute all .supplemental works that are found essential, incidental and inevitable during execution of main work at no extra cost to the Employer. The cost due to such supplemental items of work shall be borne by the Contractor.

38.2

94 . J. 4 4

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vt-1 General Conditions of Contract

39 39.1

Extra items: Extra items of work shall not vitiate the Contract. This being a lump sum Contract on EPC for a firm lump sum price quoted and on single source responsibility basis, the Contractor shall be bound to execute any items of work contingent to main work for completion in full shape as directed by the Engineer-in-Charge at no cost to the Employer. The cost due to such extra items shall be deemed to have been included in the contract price quoted. Deleted. The cost on any component due to any implementation of approved design should always be on Contractor's account within the cost of the total contracted amount under EPC until and unless such designs effectively change any of the basic parameters as defined. In such a situation, where there are revisions in the design due to change in the basic parameters then the modalities for effecting such a change it will be decided with the prior approval of Employer. Entrustment of additional items:

39.2 39.3

39.4

39.4.1 Wherever additional items not contingent on the main work and outside the scope of original Contract Agreement are to be entrusted to the Contractor, entrustment of such items and the price to be paid shall be referred to a committee proposed by Government for final decision and it shall be binding on the Contractor. 39.4.2 Entrustment of the additional items contingent on the main work will be authorized by the employer and the Contractor shall be bound to execute such additional items at no extra cost to the Employer and the cost of such items shall be deemed to have been included in the Contract Price Quoted. 40 Cash flow forecasts: When the program is updated, the contractor is to provide the Engineer-incharge with an updated cash flow forecast. 41 Contract Price, Schedule of Payments, Payment Certificates:

41.1 Contract Price: The total Contract price shall be total value of the work under EPC as per Contract Agreement including operation and maintenance for five Years which includes two years defects liability period from the date of Completion Certificate. a) The Employer will pay the Contractor a firm Contract Price for completion of all works as specified under the scope of the work / Employers requirement which shall include but not limited to conducting surveys, detailed investigation, fixing alignment, Design and Engineering preparation of estimates, submission of L.P. Schedules, construction of schedule of items to be executed as per Part- D, Basic project parameters. b) Contract Price will.be paid to the Contractor in Indian Rupees only.

CONTR^ypKR

/&//

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagatta,Warangal.

95

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

145
41.2 Payment Schedule: 41.2.1 The total work specified under this Contract is divided into several components of work to facilitate payments component wise. The cost of each of the components are specified as percentage of the total Bid Price underAnnexure-ll "Schedule of payments." The proportion of different components of works as compared to over all cost of project is as stipulated in Annexure-ll "Schedule of payment." 41.2.2 The Contractor's bid price as approved shall be divided among the components of work as per respective percentages of total bid price stipulated in Annexurell "Schedule of payments" and the payment for each of the component works shall be limited to the respective amounts arrived on the basis of percentages specified. 41.2.3 The Schedule of Payment stipulated in Annexure-ll shall supercede all modes of payment / other payment schedules if stipulated anywhere else in the Contract Agreement. -41.2.4The components shown in Schedule of Payment Annexure-ll can be further sub-divided into appropriate sub-components and stages for the purpose of payment. The sub-component stages should have relation to the programme of construction taking due cognizance of interdependency of various activities. The payment sums of each stage of sub-component shall be expressed as percentage of total cost of approved bid. Sum of all such stages of particular component shall be equal to the percentage of that component shown in the Annexure-ll Schedule of payment. This detailed schedule of payment sub-components shall also be approved by the employer and shall form part of the Contract. 41.2.5 Payment shall be released only as per work done and a respective component / sub-component of work has been completed and / or levels are achieved, as per approved drawings, subject to the provisions of clause 42 of G.C.C. 41.2.6 Any quantities, rates or amounts which may be set out in a Schedule of Payment are only to be used to assess the value of interim payments. 41.2.7 Chief Engineer, Godavari Lift Irrigation Scheme, Warangal is empowered to modify the percentage of components, stage wise based on the detailed investigation, detailed drawings and detailed estimation done by the Contractor keeping the total bid price unaltered. The payment schedule (Annexure-ll) appended to the agreement shall prevail till the designs of all the components are approved. After approval of all the designs and consequential estimates only, any modifications to the payment schedule as specified in the agreement shall be entertained, according to detailed estimates.

CONTRACT

SUPE^feNI?INGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

96

146
41.3

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

The Engineer-ln-Charge shall check the contractor's monthly statements within 7 days. The value of work executed shall be determined by the Engineer-inCharge. The Engineer-in-Charge may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information. The Contractor will be permitted to submit their work bills once in a month and payment will be made after proper check of quantity and quality with in a time limit of 60 days.

41.4

41.5

41.6 The Contractor will be permitted to submit its work bills during the Construction Period to the Engineer-in-Charge once in a month after due certification by 3rd party quality control / Departmental quality control as decided by the Employer and the value of the any bill shall not be less than 0.5% of the Contract value. The Contractor will be permitted to submit its O&M bills during the O&M Period of 5years including Defect Liability Period on quarterly basis.

42

Payments: The Contractor shall execute the various components of work as per approved drawings and specifications. The contractor shall take and record all measurements of work done of various components of work in the Measurement Books/Level field books and plotted in the cross section sheets and quantities arrived as per actual execution. Further the contractor should arrange to take and record measurements of work done and plot the cross sections and arrive the quantities as and when required by the Engineer-lncharge. Measurements will be recorded by the contractor for the work done in each bay only for which all tests are conducted and work done in accordance with specifications and Contract conditions by using the materials specified in the Contract. The Contractor shall prepare monthly work bills based on the measurements of work done already recorded as stated above and submit to Engineer-in-Charge duly signed by him or his authorized signatory for arranging payment. Only completed portions of the works as per the sub-component wise breakup payment schedule as approved by Employer shall be eligible for payment. The payments shall be made as per the break-up of payment schedule specified in the Contract.

*^>.

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, - K.C.Colony,Chinthagattu,Warangal.

97

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions$f Contract

147
Intermediate payments will be made as detailed below: DAM a) Earth Dam / Coffer Dam: The unit length for eligibility for arranging payment for Earth dam / Coffer Dam may be taken as 20 m. The cross section levels perpendicular to the axis of the dam shall be taken at 5 m or less intervals as per site conditions and as directed by the Engineer-in-Charge. The Contractor shall execute the various components of work as per approved drawings & specifications. The Contractor shall arrange to take and record all measurements of work done of various components of work in the measurement book / level field books and plotted in the cross section sheets and quantities arrived as per actual execution. The Contractor shall also arrange to take the measurements plot the cross sections and arrive the quantities as per actual execution as and when required in the presence of Engineer-in-Charge. Measurements will be recorded by the Contractor for the work done only in each bay for which all tests conducted and work done in accordance with the specifications and agreement conditions specified in the Contract. The Contractor shall prepare monthly bills based on the measurements of work done already recorded as stated above and submit to Engineer-in-Charge duly signed by him or his authorized signatory for arranging payment. Only completed portions of the works as per the sub-component wise break up of payment schedule as approved by Employer are eligible for payment. The interim payment for unfinished bay will be made for each subcomponent as approved by Employer or as per clause 41.2.4 of general conditions of contract of the agreement, duly withholding 10% of the value of work done and same will be retained till satisfactory completion of entire works in that bay as per approved drawings, including formation of road, beautification works and other miscellaneous works including formation of drainage chutes etc., and to the satisfaction of Engineerin-Charge. The amount so withheld shall be released only after the entire work in the bay is completed as per approved drawings and to the satisfaction of Engineer-inCharge. Filters: The unit length for arranging payment for metal and sand filters of Earth Dam may be taken as 20 m. The interim payment for unfinished bay will be made duly with holding 10% of the value of work done. The same will be released after completion of bay of 20 m length of Dam in all respects.

CONTRACT1

SUPERlN5&BI^ENaiNE.ER,I&CADD.) J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

98

148

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

b) Navigation Channel: Earth work excavation: The bay length for eligibility for arranging payment for navigation channel shall be taken as 20 m. The cross section levels perpendicular to the channel shall be taken at 5 m or less intervals as per site conditions and as directed by the Engiheer-in-Charge. C) SPILLWAY/NOF DAM/POWER BLOCK/HEAD REGULATOR Earth Work: The unit length for eligibility for arranging payment for earthwork / Rock excavation for spill way foundation is 20 meters. The interim payments will be made monthly for the work done portion. To compute the quantity for both soils and rock, levels to be taken at every 20m along the axis and cross section levels taken at every 10M or less offset points as directed by the Engineer- in - Charge. The Contractor shall execute the various components of work as per approved drawings & specifications. The Contractor shall arrange to take and record all measurements of work done of various components of work in the measurement book / level field books and plotted in the cross section sheets and quantities arrived as per actual execution. The contractor shall also arrange to take and record measurements of work done, plot cross sections and arrive quantities as per actual execution as and when required by the Engineer-in-charge . Measurements will be recorded by the Contractor for the work done only in each bay for which all tests conducted and work done in accordance with the specifications and agreement conditions specified in the Contract. The Contractor shall prepare monthly bills based on the measurements of work done already recorded as stated above and submit to Engineer-in-Charge duly signed by him or his authorized signatory for arranging payment. Only completed portions of the works as per the sub-component wise break up of payment schedule as approved by employer. The interim payment for unfinished bay will be made for each sub component as approved by the Employer or as per clause 41.2.4 of G.C.C of the agreement duly with holding 15% of work done amount in case of rock below ground level. In case of soils 15% of the work done amount will be retained. The amount so withheld shall be released only after the entire work in the bay is finished and completed as per approved drawings and to the satisfaction of Engineer-in-Charge. The Contractor shall submit sub component wise and stage wise break up of component of earth work excavation for each bay as per payment schedule and get it approved from the Employer. The intermediate payments shall be regulated as per the sub component break up approved by the Employer duly with holding amounts as specified above, -

SUPEREfreNDING ENGINEER,I&CADDM

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

99

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Vol.J General Conditions of Contract

149
e) Foundation Treatment: Intermediate payments will be made block wise. The Contractor shall submit block wise sub component wise break up for the component of foundation treatment and get the approval from the Employer for,the sub component wise payment schedule as per clause 41.2.4 of G.C.C of the agreement. f) Concrete: Intermediate payments will be made block wise. The Contractor shall submit block wise, sub component wise and lift wise break up for the component of concrete and get the approval of the Employer for the sub component wise payment schedule as per clause 41.2.4 of G.C.C of the agreement. g) GATES FOR SPILL WAY/POWER BLOCKS/HEAD REGULATOR Procurement, testing, fabrication and supply of E.M parts, vertical gates, stop log gates, hoist bridge, rope drum hoist, gantry crane. Erection of E.M parts, vertical gates, stop log gates, hoist bridge, , 'rope drum hoist, gantry crane. On satisfactory completion of testing, commissioning of vertical gates, stop log gates, etc., in dry condition. On satisfactory completion of testing, commissioning of vertical gates, stop log gates, etc., in F.R.L condition. 70% 20% 5%. 5%

Note: The unit of payment for the above gates items will be ONE-VENT and measurement by weight. The Contractor shall submit a sub component break up of component of gates and get it approved by the Employer for the sub component payment schedule as per Clause 41.2.4 of G.C.C of the Agreement.

42.1

O & M - payments during O & M period: The Contractor after successful completion of the works specified under the Contract (Other than O & M for Five years) as per condition of Contract and to the satisfaction of Engineer-in-Charge shall operate and maintain the above completed works including Hydro Mechanical works namely Gates with hoist mechanism, sub stations, illuminations, Gantry Crane, Stoplogs, Gallery maintenance including pumps and all necessary consumables required for satisfactory functioning as per the contract conditions and as directed by the Engineer-in-Charge for a period of five years from date of completion certificate (Other than O & M) including defect liability period of two years.

CONTRACT J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu3Warangal.

100 J C ri ,

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

42.1.1 Payment towards O & M services provided during 5 years including defect liability period of 2 years. Payment on quarterly basis will be allowed under the O&M part of the contract agreement to an extent of value not exceeding the provision set apart in 'Annexure-ll payment schedule' of the agreement towards O & M services to be provided during the total operation and maintenance period of 5 years including the defect liability period of 2 years in respect of all the works covered under the Contract. 42.1.2 After completing the entire works specified under the scope of the contract other than O&M to be provided for 5 years, the construction part of the contract will be treated as completed and the contractor will be entitled to claim for issue of completion certificate as per the conditions of the contract. 42.1.3 After completing the entire works specified under the scope of the contract other than O&M to be provided for 5 years, the O&M part of the contract agreement will come into force with the'scope of the work of providing O&M for 5 years to the entire works completed. Then the contractor is entitled to claim for issue of the completion certificate of works and final payment as per the conditions of the contract.

42.1.4 After successful completion of O&M and defect liability period of 2 years from the date of issue of completion certificate as per the conditions of the contract the withheld amount including part of original Performance security deposit of 4.5% can be released while, the remaining performance security deposit of 0.5% will be in force and continue to be with the Employer till the balance O &M period of 3 years also is over.

42.1.5 After 6 months of successful completion of providing O & M services for 5 years as per the conclusion of contract and to the satisfaction of Engineer-inCharge and after handing over the project works duly conducting all necessary acceptance tests to the satisfaction of Engineer-in-Charge and as specified in the contract condition for O & M , balance performance security of 0.5% will be released to the Contractor. 42.2 42.2.1 Payments and Certificates: Payments shall be adjusted for recovery of advance payments, liquidated damages in terms of Bid conditions and security deposit for the due fulfillment of the Contract Recoveries will be affected towards seigniorage and charges on the materials used and sales tax and other statutory taxes as per the State and Central Government Rules. Payment will be made to the Contractor under the certificate to be issued at reasonably frequent intervals by the Engineer-in-Charge, and intermediate payment will be the sum equal to .92.50% of the value of work done as so certified and balance of 7.50% will be

CONTRACTORw""taaJll

SUPHNraftnNGTENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

101

151

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

withheld and retained as security for the due fulfillment of the Contract under the certificate to be issued by the Engineer-in-Charge. On completion of the entire works the contractor will receive the final payment of all the moneys due or payable to him under or by virtue of the Contract except performance security deposit retained as security and a sum equal to 2.5% of the total value of the work done. The amount withheld from the final bill will be retained under deposits and paid to the Contractor together with the performance security deposit after six months of defect liability period as all defects if any shall have been made good according to the true intent and meaning there of. 42.2.2 In case of over payments or wrong payment if any made to the Contractor due to wrong interpretation of the provisions of the contract, APSS or Contract conditions etc., such unauthorized payment will be deducted in the subsequent bills or final bill for the work or from the bills under any other contracts with the Government or at any time thereafter from the deposits available with the Government.

42.2.3 Any recovery or recoveries advised by the Government Departments either state or central, due to non-fulfillment of any contract entered into with them by the contractor shall be recovered from any bill or deposits of the Contractor. 42.2.4 No claim shall be entertained, if the same is not represented in writing to the Engineer-in-Charge /Employer within 15 days of its occurrence. The contractor is not eligible for any compensation for inevitable delay in .handing over the site or for any other reason. In such case, suitable extensions of time will be granted after considering the merits of the case.

42.2.5

42.3.1 The Engineer-in-charge shall within 28 days after receiving a Statement and supporting documents, give to the Contractor notice of any items in the Statement with which the Engineer in charge disagrees, with supporting particulars. Payments due shall not be withheld, except that; (a) If anything supplied or work done by the Contractor is not in accordance with the Contract, the cost of rectification or replacement may be withheld until rectification or replacement has been completed; and / or (b) If the Contractor was or is failing to perform any work or obligation in accordance with the contract and had been as notified by the Engineer-in-Charge / Employer the value of this work or obligation may be withheld until the work or obligation has been performed.

CONTRACTORS^

'^/S/i

'

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

102 A CQ

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vl-1 General Conditions of Contract

(c) The Employer may, by any payment, make any correction or modification that should properly be made to any amount previously considered due. Payment shall not be deemed to indicate Engineer in charge's acceptance, approval, consent or satisfaction. 42.3.2 All progressive payments made to the Contractor shall be reviewed on quarterly basis and reconciled with the break-up of the schedule. Over payments/under payments made, if any, shall be adjusted in the next interim/final payments.

42.4

APPLICATION FOR INTERMEDIATE

PAYMENT CERTIFICATE:

The Contractor shall submit a statement/bill in six copies to the Engineer-inCharge once in a month, in a form approved by the Engineer-in-charge, showing the amounts to which the Contractor considers himself to be entitled, together with supporting documents which shall include the detailed report on the progress during the month for each section of the Work. The statement duly certified by Engineer-in-charge/Department quality control/Third party quality control shall include the following items, as applicable, which shall be expressed in Indian Rupees and also shall include the following items, as applicable, which shall be expressed in the sequence listed below: (a) (b) (c) (d) (e) (f) (g) (h) The estimated Contract value of the Construction Documents produced and the Works executed up to the end of the month. Amount to be deducted for retention, shall be @ 7.50% from the each interim bills. Any amount to be deducted against recovery of advance amount in accordance with rate specified in Contract. Delay damages in respect of non-achievement of milestone as per Contract. Any other additions or deductions which may have become due in accordance with the Contract. Deduction of all Taxes and duties as applicable as per Bid Document. The total amounts certified on all previous Interim Payment Certificates. Each bill shall accompany the test reports of all the work done quantities, materials, equipment and finished items of work.

43 Interest on Money due to the Contractor: 43.1 No omission by the Engineer-in-Charge to pay the amount due upon certificates shall vitiate or make void the contract, nor shall the Contractor be entitled to interest upon any guarantee fund or payments in arrear, nor upon any balance which may, on the final settlement of his accounts, found to be due to him.

CONTRAv^QR

Mil

SUP^TOTENDING ENGINEER5I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

103 __

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

153
44 Certificate of Completion of works: 44.1 Certificate of Completion of works:

44.1.1 When the whole of the work has been completed and has satisfactory passed any final test that may be prescribed by the Contract, the Contractor may give a notice to that effect to the Employer accompanied by an undertaking to carry out any rectification work during the period of maintenance, such notice and undertaking shall be in writing and shall be deemed to be request by the Contractor for the Employer to issue a Certificate of completion in respect of the Works. The Employer, within twenty one days of the date of delivery of such notice either issue to the Contractor, a certificate of completion stating the date on which, in his opinion, the works were completed in accordance with the Contract or give instructions in writing to the Contractor specifying all the Works which, in the opinion of the Employer required to be done by the Contractor before the issue of such Certificate. The Employer shall also notify the Contractor of any defects in the Works affecting completion that may appear after such instructions and before completion of the Works specified there in. The Contractor shall be entitled to receive such Certificate of the Completion within twenty one days of completion to the satisfaction of the Employer of the Works so specified and making good of any defects so notified. 44.1.2 Similarly, the Contractor may request and the Engineer-in-Charge shall issue a Certificate of Completion in respect of: Any section of the Permanent works in respect of which a separate time for completion is provided in the Contract, and Any substantial part of the Permanent Works which has been both completed to the satisfaction of the Engineer-in-Charge and occupied or used by the Department. If any part of the Original/Permanent Works shall have been completed and shall have satisfactorily passed any final test that may be prescribed by the Contract, the Engineer-in-Charge may issue such certificate, and the Contractor shall be deemed to have undertaken to complete any outstanding work in that part of the Works during the period of Maintenance. Provided always that a certificate of completion given in respect of any section or part of the permanent works before completion of the whole work shall not be deemed to certify completion of any ground or surfaces requiring in statement, unless such certificates shall expressly so state.

a) b)

44.1.3

44.1.4

45 Deleted

CONTRACT'

SUPERINTENDING ENGINEER.I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

104

154
46. PRICE ADJUSTMENT

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

46.1 The price adjustment will be allowed on course aggregate, sand and labour in accordance with the following principles and procedure. a) Price adjustment shall apply only for work carried out with in the stipulated time or extensions granted by the employer for the reasons attributable to the employer. It shall not apply to work carried out beyond the stipulated time with extension granted by the employer for reasons attributable to the contractor. b)The price adjustment shall be determined during each quarter from the formulae as detailed herein after. (i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the following formula. VL=0.85XPIXRX(Li-L0)
100 Lo

R = Total value of work done during the quarter. V L = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for local labour. L0 = Beyond plus or minus 5% of the average consumer price index for industrial workers for Warangal centre for the quarter preceding the date of opening of tenders, as published by Bureau of Economics and Statistics, Government of Andhra Pradesh, Hyderabad. U = The average consumer price index for industrial workers for Warangal centre for the quarter under consideration as published by Bureau of Economics and Statistics, Government of Andhra Pradesh, Hyderabad. Pi = Percentage of local labour component. (8.97%) (ii) Price adjustment for increase or decrease in the cost of sand & aggregate procured by the contractor shall be paid in accordance with the following formula. Vm = 0.85 X P m X R (Mi-Mo) 100 R = Total value of work done during the quarter. Mo

V m = Increase or decrease in cost of work during the quarter under consideration due to changes in rates for local material other than POL. M0 = Beyond plus or minus 5% of the average whole sale price index (all commodities) for the quarter preceding the date of opening of tenders as published by the Ministry of Industrial Development, Government of India, New Delhi.
s

SUPEMNTENT5ING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

105 . _

P.V.N.R.Kanthanapally Sujala Sravanthi Project ^Phase-I Package-I Vol. I General Conditions of Contract

255
U-\ = The average whole sale price index (all commodities) for the quarter under consideration as published by the Ministry of Industrial Development, Government of India, New Delhi. Pm = Percentage of local material component. (9.64%) To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the provisions of this or other clause in the contract, the contract amount shall be deemed to include amounts to overcome the contingency of such rise or fall in costs. (iii) Price adjustment for increase or decrease in the cost due to fuel and lubricants shall be paid in accordance with the following formula. (Corrigendum-4)

VF=0.85XPF/100XRIX(FI-FO)/FO Where, RI=Value of work done during the quarter. VF=increase or decrease in the cost of work during the quarter under consideration due to change in rates for fuels and lubricants. PF=% of fuel and lubricants component of the work. (The component of PF will be assessed and decided by a committee constituted by the Government). FO= Beyond plus or minus 5% of the average official retail price of HSD at the existing consumer's pumps of IOC/IBP/HP nearest to the work spot on the last day of filing bids. FI= The average official retail price of HSD at the existing consumer's pumps of IOC/IBP/HP nearest to the work spot on the 15th day of the middle calendar month of the quarter under consideration. 46.2 However, in respect of Cement, Steel (TMT Bars, FE- 415), MS plates, MS angles, Channels and I- Sections, Price adjustment will be made for the actual quantity used on the work, if the prices increase or decrease by more than 5% over sanction estimate rate. The basic rate of Cement is Rs.5,300/-, Steel (TMT Bars, FE-415), Rs.47,500/-, MS Plates Rs.45,800/-, MS Flats Rs46500/-, MS angles, channels & I-Sections Rs.48,500/- per MT. For the purpose of assessing the increase or decrease in prices, the actual market price of cement and steel, communicated by the Chief Engineer, Godavari Lift Irrigation Scheme, Warangal, Government will be adopted. The price adjustment will be effective beyond 5% only and the initial 5% will not be considered for payment. This means, the initial 5% increase or decrease shall not be accounted for

CONTRACT04\?\

7 //

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

106

156

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

46.3

while making price adjustment of all occasions. The tender percentage excess or less shall be applicable on price adjustment either for increase or decrease. In respect of fuels the rates prevailing in the nearest fuel stations to work spot on the last day of filing the bids will be adopted as base rates. Any hike or decrease beyond 5% over the base rates will be adjusted for every fortnight. For this purpose, the rates fixed by the public sector under takings will be considered. The price adjustment will be effective beyond 5% only and the initial 5% will not be considered for payment. This means, the initial 5% increase or decrease shall not be accounted for while making price adjustment of all occasions. The tender percentage excess or less shall be applicable on price adjustment either for increase or decrease. The price adjustment for cement, steel and POLs shall be applicable with in original contract period or extended on grounds of the departmental delays and with valid reasons and shall not be applicable to the extensions granted on account of the contractor's faults. Price adjustment shall be applicable for components of works actually carried out during the period of the bill. For the price adjustment in respect of cement, steel & POLs, the adjustment shall not be allowed where liquidated damages are levied and extension of time granted for reasons attributable to the contractor, even though there is increase in the prices. In the event of decrease in the prices of the above materials, the price adjustment will be done on such occasions also, subject to the provision contained under clause 46.2 and 46.3 above.

46.4

46.5

47. 47.1

Retention: The Engineer-in-Charge shall retain from each payment due to the Contractor @ the rate of 7.50% of bill amount until completion of the whole of the Works. Out of 7.50%, 2.50 % will be retained with the department in cash only. The retention amount so accumulated against remaining 5% will be released against the bank guarantee valid beyond 6 months from the date of completion of defect liability period, in spells of Rs. 50.00 Lakhs. However, at any point of time, the retention money with the department to an extent of 2.50% shall be in cash only. On completion of the whole of the Works; out of total amount retained i.e., 7.50%, 5 % will be re-paid to the Contractor along with final bill and balance i.e., 2.5% will be paid when the defect liability Period has passed and the Engineer-in-charge has certified that all the Defects notified to the Contractor before the end of this period have been rectified/corrected.

47.2

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

107

P.V.N.R.KanthanapalIy Sujala Sravanthi Project ; . Phase-I Package-I

J. O 7

Vt- * General Conditions of Contract

48. 48.1

Liquidated Damages. If for any reason, which does not entitle the contractor to an extension of time, the rate of progress of works, or any section is at any time, in the opinion of the Superintending Engineer/Employer too slow to ensure completion by the prescribed time or extended time for completion Superintending Engineer/Employer shall so notify the contractor in writing and the contractor shall there upon take such steps as are necessary and the Superintending Engineer/Employer may approve to expedite progress so as to complete the works or such section by the prescribed time or extended time. The contractor shall not be entitled to any additional payment for taking such steps. If as a result of any notice given by the Superintending Engineer/Employer under this clause the contractor shall seek the Engineer-in-Charge permission to do any work at night or on Sundays, if locally recognized as days or rest, or their locally recognized equivalent, such permission shall not be unreasonably refused. If the Contractor fails to complete whole of the works or any part thereof or section of the works within the stipulated periods of individual mile stones (including any bonafide extensions allowed by the competent authority without levying liquidated damages), the Employer/Superintending Engineer may without prejudice to any other method of recovery will deduct one twentieth of one percent of respective mile stone financial programme value per calendar day or part of the day for the period of delays subject to a maximum of 10% of the Contract value as damages due from the contractor from any moneys in his hands due or which may become due to the contractor. The payment or deductions of such damages shall not relieve the Contractor from his obligation to complete the works, or from any other of his obligations and liabilities under the Contract.

48.2

The maximum amount of liquidated damages for the whole of the works is ten percent of final Contract Price. 49. 49.1 Mobilization Advance: The Contractor is permitted to avail the facility of mobilization advance in three installments equivalent to a total of 10% of the Contract amount; i.e.,1% after concluding the agreement; 4% at the time of commencement of work ie., after completion of investigation, survey and designs; and 5% for machinery and equipment; named in the letter of acceptance payable as per above. Payment of the loan will be done under separate certification by the Engineer-in-charge after (i) Execution of the form of Contract by the parties there to (ii) Provisions by the contractor of the further security in accordance with relevant condition and (iii) provision by the contractor of a Bank Guarantee from / Indian Nationalized Bank /Scheduled Bank acceptable to the Engineer-in-charge for an amount equal to 12% of Contract amount as indicated in the letter of acceptance towards the installment of the advance mobilization loan, such
UK C O N T R A C T O R ^ (Hyderabad)!

SUPERSTT^DINGENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

108

158

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

bank guarantee to remain effective until the said advance loan has been completely repaid by the Contractor out of the current earnings under the Contract and certified accordingly by the Engineer-in-Charge. The 'Advance mobilization loan' will be paid in 30 days after fulfilling the above i, ii, and iii items. 49.2 A form of Bank Guarantee acceptable to Engineer-in-Charge is indicated (under formats of Securities). The advance mobilization loan shall be used by the Contractor exclusively for mobilization expenditures, including the acquisition of constructional plant, in connection with the works. Payment of the third installment of advance mobilization loan equivalent to 5 percent of the Contract amount will be due within the original period of contract both for local purchase of machinery and equipment and the machinery & equipment to be imported under separate certification by the Engineer-in-Charge. 1) Mobilization advance on machinery is payable after production of Invoices and bills in proof of purchase of the machinery by the Individual/Firm/ Company and the machinery is mobilized at site of work. 2) The invoices and bills should be on the name of EPC agency only and the machinery should have been purchased only after the date of conclusion of the agreement for the work on which the payment of mobilization advance is proposed. 3) Mobilization advance is payable in respect of new machinery purchased @ 100% value. The same is payable in respect of old machinery at 50 % of the value as per registered sale deed. 4) No mobilization advance is payable on the pre-owned machinery prior to conclusion of the agreement for the work or leased machinery or purchased by an individual firm in respect of Joint venture though that individual firm happens to be a partner in the joint venture. 5) The EPC agency should submit an under taking to the effect that they have not obtained any mobilization advance from the Government, any other agencies or organizations against the machinery for which they are presently claiming payment of mobilization advance. Any wrong declaration, when comes to light, entitles recovery of the entire amount paid with penal interest in a lumpsum from their intermediate next work bill apart from instituting other prescribed penal actions. 6) Furnishing of Bank Guarantee equal to 6% Contract value (Towards machinery mobilization advance). 49.3 Should the Contractor misappropriate any portion of the advance loan, it shall become due to the Executive Engineer and payable immediately in one lump by the contractor and no further loan will be considered thereafter.

SUPEI^TSSSGENGINEERJ&CADD., J.Chokka Rao DXJ.Scheme Circle, K.C.Colony,Chin1hagattu,WarangaI.

109

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I | tr Q Vol. 1 General Conditions of Contract

49.4

The Mobilization advance shall bear harrowing rate of interest as approved by the Government of Andhra Pradesh from time to time. The interest on the amounts paid as advance is chargeable from the date the amount is paid. The Bank Guarantees against mobilization advance will be released only after recovery of entire advance amount with interest. Recovery of advances:

49.5 49.6

49.6.1 The recovery towards repayment of Mobilization advance and interest on that starts only from the next running bill after 10% of the Contract value is touched. Any recovery on the interim bills towards Mobilization Advance should not be less than 20% on each such interim payment bill till Mobilization Advance with interest is completely recovered. The recovery from each bill should be appropriated towards principal amount of Mobilization Advance, and interest out standing on the above amount on that date to be recovered additionally. The Department shall approach the Finance Department and fix up the borrowing rate of interest from time to time. The recovery towards repayment of mobilization advance together with interest accrued thereon shall be effected completely by the time the cumulative value of all interim payment bills reaches 80%of contract value. The Engineer-incharge shall approve the rate of recovery to be effected from each interim payment bill to complete the recovery of entire mobilization advance together with interest by the time the cumulative value of interim payment bills reaches 80% of contract value. The recovery from each interim payment bill of the contractor shall be effected at rate approved by the Engineer-in-charge. 49.6.2 Interest on Mobilisation Advance shall be levied beyond agreement period also till the total Mobilisation Advance is recovered. 49.6.3 Deleted. 49.6.4 The mobilization advance with interest will be recovered in one lumpsum or two or three stages, if chosen by the contractor. 50. 50.1 Securities: Performance Security Deposit shall be provided to the Employer not later than the date specified in the Letter of Acceptance, before signing the Contract Agreement and shall be calculated at 5%: of Price Bid amount in the shape of two demand drafts or unconditional and irrecoverable Bank Guarantees one for 4.5% and the other for 0.5% of Price Bid amount each from Nationalized Banks / Scheduled Banks in the standard format enclosed to the Price Bid schedule. First part of the Performance Security Deposit shall be for a total period not less than six months after the stipulated period of Defects Liability Period and the second part of the Performance Security Deposit shall be for a total period not less than six months after the stipulated period of completion of O &M.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

110 1 6 0

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I yt-1 General Conditions of Contract

51.

Cost of Repairs:

51.1 Loss or damage to the Works or materials to the Works between the Start Date and the end of the Defects Correction Periods shall be remedied by the Contractor at the Contractor's cost.

E.
52. Completion:

FINISHING THE CONTRACT

52.1 The Contractor shall request the Employer to issue a Certificate of completion of the Works and the Employer will do so upon deciding that the work is completed. 53. Taking Over: 53.1 The Department shall take over the Site and the Works within fourteen days of the Employer issuing a certificate of Completion. 54. Final Account:

54.1 The Contractor shall supply to the Engineer-in-Charge / Employer a detailed account of the total amount that the Contractor considers payable under the Contract at the end of the defect liability period. The Engineer-in-Charge / Employer shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer-in-Charge shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. After it has been resubmitted, the Engineer-in-Charge shall decide on the amount payable to the Contractor and issue a payment certificate with in 56 days of receiving the Contractor's revised account. 55. Termination by Employer :

Termination to be Governed by APSS. The parties hereby expressly agree that the termination of the Contract shall be governed by the procedure prescribed under the APSS. 55.1 The Employer may terminate the Contract if the Contractor causes a fundamental breach of the Contract. 55.2 a) Fundamental breaches of Contract include, but shall not be limited to the following. The Contractor stops work for 28 days when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Employer. The Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation.

b)

CONTRACXP^ y^Jl

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

111

161
c)

P.V.KR.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions of Contract

The Engineer-in-Charge gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer-in-Charge and The Contractor does not maintain a security which'is required and The Contractor has delayed the completion of works by the number of days for which the maximum amount of liquidated damages can be paid as defined. If the contractor, in the judgment of the Department has engaged in corrupt or fraudulent practices in completing for or in the executing the contract. If it is found that the work was awarded on false/ fake certificates of experience.

d) e) f) g)

If any of these events or circumstances, the employer may, upon giving 14 days notice to the contractor, terminate the contract and expel the contractor from the site as per the clause 61 of PS to APSS. For the purpose of this paragraph: "corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. "Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Government and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish Bid prices at artificial non-competitive levels and to deprive the Government of the benefits of free and open competition. 55.3 Notwithstanding the above the Employer or Engineer-in-charge may terminate the Contract for convenience. 55.4 If.the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secured leave the Site as soon as reasonably possible. 56. Payment upon Termination:

56.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Conditions of D-Code and APDSS shall be applied. 57. Property:

57.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of the Department if the Contract is terminated because of Contractor's default.

for CONTRACTOR^ (Hyderabad]!

n
UK

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

112 i ryc\ -~ t> (


4

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. I General Conditions of Contract

58.

Release from Performance:

58.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor, the Employer shall certify that the.contract has been frustrated. The Contractor shall make the site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all works carried out before receiving it and for any work carried out after wards to which commitment was made.

F.
59. Water Supply:

OTHER GENERAL CONDITIONS

The Contractor has to make his own arrangements for water required for the work and to the colonies and work sites, which are to be established by the Contractor. 60. Electrical Power:

The Contractors will have to make their own arrangements for drawing electric power from the nearest power line after obtaining permission from the Andhra Pradesh State Electricity Board at his own cost. In case of failure of electricity, the Contractor has to make alternative arrangements for supply of electricity by Diesel Generator sets of suitable capacity at place of work. If the supply is arranged by the Department, necessary Tariff rates shall have to be paid based on the prevailing rates. The contractor will pay the bills of Electricity Board for the cost of power consumed by him. The contractor shall satisfy all the conditions and rules required as per Indian Electricity Act 1910 and under rule - 45(l) of the Indian Electricity Rules, 1956 as amended from time to time and other pertinent rules. The power shall be used for bonafide Departmental works only. 60.1 Electric Power for Domestic Supply:

a) The Contractor has to make his own arrangements for the supply of electric power for domestic purposes and the charges for this purpose have to be paid by him at the rates as fixed by the Andhra Pradesh State Electricity Board from time to time. b) The Contractor will have to make his own arrangements to lay and maintain the necessary distribution lines and wiring for the camp at his own cost. The layout and the methods of laying the lines and wiring shall have the prior approval of the Engineer-in-Charge. All camp area shall be properly electrified. All lines, streets, approaches for the camp etc., shall be sufficiently lighted for the safety of staff and labour of the Contractor, at the cost of the Contractor and it will be subject to the approval of the EnginaefciflrCharge.

CONTRACTED

JMII

SUPER&H=ENDING ENGINEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.ColonysChinthagatru,WarangaI.

113

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-I Vol. 1 General Conditions of Contract

61. 61.1

Land: Land for Contractor's use:

The Contractor will be permitted to use Government land for execution of work. The contractor shall have to make his own arrangements for acquiring and clearing the site, leveling, providing drainage and other facilities for labour staff colonies, site office, work-shop or stores and for related activities. The Contractor shall apply to the Employer within a reasonable time after the award of the contract and at least 30 days in advance of its use, the details of land required by him for the work at site and the land required for his camp and should any private land which has not been acquired, be required by the contractor for his use. The same may be acquired by the contractor at his own cost by private negotiations and no claim shall be admissible to him on this account. The Engineer-in-Charge reserves the right to refuse permission for use of any government land for which no claim or compensation shall be admissible to the contractor. The contractor shall, however, not be required to pay cost or any rent for the Government land given to him. 61.2 Surrender of Occupied Land:

a) The Government land as here in before mentioned shall be surrendered to the Engineer in Charge within seven days, after issue of completion certificate. Also no land shall be held by the contractor longer than the Engineer-in-Charge shall deem necessary and the contractor shall on the receipt of due notice from the Engineer-inCharge, vacate and surrender the land which the Engineer-in-Charge may certify as no longer required by the Contractor for the purpose of the work. b) The Contractor shall make good to the satisfaction of the Engineer-in-Charge any damage to areas, which he has to return or to other property or land handed over to him for purpose of this work. Temporary structures may be erected by the contractor for storage sheds, offices, residences etc., for non-commercial use, with the permission of the Engineer-in-Charge on the land handed over to him at his own cost. At the completion of the work these structures shall be dismantled site cleared and handed over to the Engineer-in-Charge. The land required for providing amenities will be given free of cost from Government lands if available otherwise the contractor shall have to make his own arrangements. 61.3 Contractor not to dispose off Spoil etc.: .(Comgendum-4)

The contractor shall not dispose off or remove except for the purpose of fulfillment of this contract, sand, stone, clay ballast, earth, trees and shrubs or other materials obtained in the excavation made or lying on the site of the work, and all such materials and produce shall remain property of the Government. The Employer may upon request from the contractor, or if so stipulated in the conditions of the contract allow the contractor to use any of the above materials for the works during the execution of the work. However, the contractor shall pay seigniorage charges as indicated in

CONTRAC

SUPERINTENDING >ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

V64

114

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.! General Conditions of Contract

the bid document and the cost of materials used for construction at the rate finalized by the employer on the used quantity of materials at specified rates will be recovered from the bills.
62. APPROACH ROADS AND ROADS IN WORK AREA:

In addition to existing public roads and roads Constructed by Government, if any, in work area all additional approach roads inside work area and camp required by the Contractor shall be constructed and maintained by him at his own cost. The layout design, construction and maintenance etc. of the roads shall be subject to the approval of the Engineer-in-Charge. The contractor shall permit the use of these roads by the Government at free of charge.

It is possible that work at, or in the vicinity of the work site will be performed by the Government or by other contractors engaged in work for the Government during the contract period. The contractor shall without charge permit the government and such other contractor and other workmen to use the access facilities including roads and other facilities, constructed and acquired by the contractor for use in the performance of the works. The contractor's heavy construction traffic or tracked equipment shall not traverse any public roads or bridges unless the contractor has made arrangement with the authority concerned. In case contractor's heavy construction traffic or tracked equipment is not allowed to traverse any public roads or bridges and the contractor is required to make some alternative arrangements, no claim on this account shall be entertained. The contractor is cautioned to take necessary precautions in transportation of construction materials to avoid accidents. 63. Payment for Camp Construction:

No payment will be made to the contractor for construction, operation and maintenance of camp and other camp facilities and the entire cost of such work shall be deemed to have been included in the Bided rate for the various items of work in the schedule of quantities and bids. 64. Explosive and Fuel Storage Tanks:

No explosive shall be stored within V2 (half) KM of the limit of the camp sites. The storage of gasoline and other fuel oils or of Butane, Propane and other liquefied petroleum gases, shall confirm to the regulations of Andhra Pradesh State Government and Government of India. The tanks, above ground and having capacity in excess of 2000 liters, shall not be located within the camp area, nor within 200m, of any building.

SUPEKHfTENDlNG ENG1NEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

115

165
65. Labour:

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

The Contractor shall, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. Labour importation and amenities to labour and contractor's staff shall be to the contractor's account. His quoted price shall include the expenditure towards importation of labour, amenities to labour and staff; The Contractor shall, if required by the Engineer-in-Charge, deliver to the Engineer-inCharge a written in detail, is such form and at such intervals as the Engineer-inCharge may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the contractor on the Site and such information respecting Contractor's Equipment as the Engineer-in-Charge may require. 65.1 Transportation of Labour:

The Contractor shall make his own arrangement for the daily transportation of the labour and staff from labour camps colonies to the work spot and no labour or staff of the contractor shall stay at the work spot. No extra payment will be made to the contractor for the above transportation of the labour and his quoted percentage to the work shall include the transportation charges of labour from colonies to work spot and back. The Contractor will at all times duly observe the provisions of employment of children Act XXVI of 1938 and any enactment or modification of the same and will not employ or permit any person to do any work for the purpose under the provisions of this contract in contravention of said Act. The contractor here by agrees to indemnify the employer from and against all claims, penalties which may be suffered by the department or any person employed by the department by any default on the part of the contractor in the observance and performance of the provisions of the employment of children Act. XXVI of 1938 or any enactment or modification of the same. The Contractor shall obtain the insurance at his own cost to cover the risk on the works to labour engaged by him during period of execution against fire and other usual risks and produce the same to the Engineer-in-Charge concerned before commencement of work. 66. 1. Safety Measures for workers: The Contractor shall take necessary precautions for safety of the workers and preserving their health while working in such jobs, which require special protection and precautions. The following are some of the measures listed but they are not exhaustive and contractor shall add to and augment these precautions on his own initiative where necessary and shall comply with directions issued by the Engineer-in-Charge or on his behalf from time to time and at all times.

CONTRAC

SUPERINTENDING ENGINEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

116 1 g g

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions of Contract

2.

Providing protective foot wear to workers situations like mixing and placing of mortar or concrete sand in quarries and places where the work is done under much wet conditions. Providing protective head wear to workers at places like underground excavations to protect them against rock falls. Providing masks to workers at granulates or at other locations where too much fine dust is floating about and sprinkling water at frequent intervals by water hoses on all stone crushing area and storage bins abate to dust. Getting the workers in such jobs periodically examined for chest trouble due to too much breathing in to fine dust. Taking such normal precautions like fencing and lightening in excavation of trenches, not allowing rolls and metal parts of useless timber spread around, making danger areas for blasting providing whistles etc. Supply work men with proper belts, ropes etc., when working in precarious slopes etc. Avoiding named electrical wire etc., as they would electrocute the works. Taking necessary steps towards training the workers concerned on the machinery before they are allowed to handle them independently and taking all necessary precautions in around the areas where machines hoists and similar units are working. Fair Wage Clause:

3.

4.

5.

6.

7.

8. 9.

67.

The contractor shall pay not less than fair wages to labourers engaged by him on the work. "Fair" wages means wages whether for time of piecework notified by the Government from time in the area in which the work is situated. The contractor shall not with-standing the revisions of any contract to the contrary cause to be paid to the labour, in directly engaged on the work including any labour engaged by the sub-contractor in connection with the said work, as if the labourers had been directly employed by him. In respect of labour directly or indirectly employed in the works for the purpose of the contractors part of the contract the contractor shall comply with the rules and regulations on the maintenance of suitable records prescribed for this purpose from time to time by the Government. He shall maintain his accounts and vouchers on the payment of wages to the laborers to the satisfaction of the Engineer-in-Charge.

CONTRAlgJ&R Jj^/I

SUPERIN^ETOtNCTmiNEERj&CADD., , J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

117

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-1 -ton* Vl-1 General Conditions of Contract

The Engineer-in-Charge shall have the right to call for such record as required to satisfy himself on the payment of fair wages to the labourers and shall have the right to deduct from the contract amount a suitable amount for making good the loss suffered by the worker or workers by reason of the "fair wages" clause to the workers. The Contractor shall be primarily liable for all payments to be made and for the observance of the regulations framed by the Govt. from time to time. As per Contract labour (Regulation and abolition) Act. 1970 the Contractor has to produce the license obtained from the licensing officers of the labour department along with the Bid or at the time of contract. Any violation of the conditions above shall be deemed to be a breach of his contract. Equal wages are to be paid for both men and women if the nature of work is same and similar. The Contractor shall arrange for the recruitment of skilled and unskilled labour local and imported to the extent necessary to complete the work within the agreed period as directed by the Engineer-in-Charge in writing. 68. Indemnity Bond:

Name of work:" Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation lock and Navigation channel , Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, Construction of Buildings, formation of internal roads and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis, including O & M I contractor S/o. aged Resident of do hereby bind myself to pay all the claims may come (a) under Workmen's Compensation Act. 1933 with any statutory modification there of and rules there under or otherwise for or in respect of any damage or compensation payable in connection with any accident or injury sustained (b) under Minimum wages Act 1948 (c) under payment of wages Act. 1936 (d) under the Contractor labour (Regulation and Abolition) Act. 1970 by

CONTRA J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

118 1 R Q /

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

workmen engaged for the performance of the business relating to the above contract i.e., failing such payment of claims of workmen engaged in the above work, I abide in accepting for the recovery of such claims, affected from any of my assets with the departments. 69. Compliance with Labour Regulations:

During continuance of the Contract, the contractor and his sub Contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notifications that may be issued under any labour law in future either by the State or the Central Government or the local authority and also applicable labour regulations, health and sanitary arrangements for workmen, insurance and other benefits. Salient features of some of the major labour laws that are applicable to construction industry are given below. The contractor shall keep the Employer indemnified in case any action is taken against Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for nonobservance of the provision stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the contractor, the Engineer-in-charge /Employer shall have the right to deduct any money due to the contractor including his amount of performance security. The Employer /Engineer-in-Charge shall also have right to recover from the contractor any sum required or estimated to be required for making good the loss or damage suffered by the Department. The Employees of the Contractor and the Sub-Contractor in no case shall be treated as the Employees of the Employer at any point of time. 70. Salient features of some major labour laws applicable to establishment engaged in buildings and other construction work: (a) Workmen compensation Act 1923:The Act provides for compensation in case if injury by accident arising out of and during the course of employment. (b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if any employee has completed 5 years service or more, or on death, the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments, employing 10 or more employees. (c) Employees P.F. and Miscellaneous provision Act 1952:The Act provides for monthly contributions by the Department plus workers @ 10% or 8.33%. The benefits payable under the"Act

CONTRAC^^R^---^*^

SUPEISNfENDING ENGINEER,I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

119

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 4 P Q Vol.1 General Conditions'of Contract

(i) (ii) (iii)

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 P.F. accumulation on retirement/death etc.,

(d) Maternity Benefit Act 1951 The Act provides for leave and some other benefits to women employees in case of confinements or miscarriage etc. (e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided by the Principal Department by Law. The Principal Department is required to take certificate of Registration and the contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Department if they employ 20 or more contract labour. (f) Minimum wages Act 1948: The contractor is supposed to pay not less than the Minimum wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment construction of Buildings, Roads, Runways are scheduled employments. (g) Payment of wages Act 1936:lt lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made form the wages of the workers. h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male or Female workers and for not making discrimination against Female employee in the matters of transfers, training and promotions etc. (i) Payment of Bonus Act 1965:The Act is applicable to all establishments employing 20 or more employees. The Act provides for payment of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs. 3500/- per month or less. The bonus to be paid to employees getting Rs.2500/- per months or above and up to Rs.3500/- per month shall be worked out by taking wages as Rs.2500/- per monthly 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 this Act. G) 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.

CONTRACTO

SUPERINTENDING ENGINEER,I&C ADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

>, 120 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

170

Vol. 1 General Conditions of Contract

(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the State and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Department on matters provided in the Act and get the same certified by the designated Authority. (I) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and Departments. The Trade Unions registered under the act have been given certain immunities from civil and criminal liabilities. (m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes, Employment Child Labour is prohibited in Building and Construction Industry. (n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of service) Act 1979: The Act applicable to an establishment, which employs 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. (o) The Building and Other Construction workers (regulation of Employment and conditions of service) Act 1996 and the Cess Act of 1996: All the establishments who carryon 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 1% of the cost of construction as may be modified by the Government. The Department of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The establishment to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. (p) Factories Act 1948: The Act lays down the procedure for approval of plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 person or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process. (q) The contractor / Executing agency shall require to register the workers engaged by them as beneficiaries with the Andhra Pradesh Building and other construction workers welfare Board and extension of benefits to such workers under the said Act.

CONTRACTOR T ^ ^ -

SUPE^^SSBS^EMMEERJ&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

121

P.V.N.R.Kanthanapally Sujala Sravatithi Project Phase-I Package-I 2. 7 A Vl-1 General Conditions of Contract

71. 71.1

Liabilities of the Contractor: Accident Relief and workmen compensation:

The Contractor should make all necessary arrangements for the safety of workmen. On the occurrence of an accident, which results in the injury or death of any of the workmen employed by the Contractor, the Contractor shall within 24 hours of the happenings of the accident should intimate in writing to the Engineer-in-charge or the Employer, about the accident. The Contractor shall indemnify the Employer against all loss or damage resulting directly or indirectly from the accident including the penalties or fines if any payable as a consequence of failure to give notice under Workmen's Compensation Act or otherwise. The entire responsibility for the loss or damage and payment of penalties or fines shall be that of the Contractor and the Employer shall in no way be made responsible for the same. 71.2 In the event of an accident in respect of which compensation may become payable under the Workmen's Compensation Act by the Contractor, it shall be lawful for the Engineer-in-Charge to retain from the amounts payable to the Contractor, such sum of money which may in the opinion of the Engineer-in-Charge be sufficient to meet such liability. The opinion of the Engineer-in-Charge shall be final in regard to all matters arising under this clause. 71.3 The Contractor shall at all times indemnify the Employer against all claims which may.be made under the workmen's compensation act or any statutory modification there to or rules there under or otherwise any damage or compensation payable in consequence of any accident or injuries sustained or death of any workmen engaged in the performance of the business relating to the Contractor. 71.4 Engagement of Staff and Labour Except as otherwise stated in the Employer's Requirements, the Contractor shall make arrangements for the engagement of all staff and labour, local or otherwise, and for their payment, housing, feeding and transport. 72. Contractor's Staff, Representatives and Labour: (a) The Contractor shall, at all times, maintain on the works, staff of qualified Engineers, and Supervisors of sufficient experience of similar other jobs to assure that the quality of work turned out shall be as intended in the specifications. The Contractor shall also maintain at the works, a Work Manager of sufficient qualifications , experience and office and duly authorize him to deal with all aspects of the day-today work. All communications to any commitments by the Work Manager shall be considered as binding on the Contractor. (b) The Contractor shall at all times submit details of skilled and unskilled labour, supervisory staff and equipment employed to the Engineer-in-Charge in prescribed proforma as he may require, and notify the changes when made and satisfy the Engineer-in-Charge regarding the quality and adequacy of staff thus employed.

CONTRACTO

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

122

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I

J_ ( 2

P"0'- ^ General Conditions of Contract

(c) If the Contractor fails to employ the technical personnel as above, a fine of Rs.25,0007- per day of the default will be imposed on the Contractor. If the default continues for a period exceeding 30 days, thereafter it shall amount to a fundamental breach of contract by the Contractor. (d) The Contractor shall at all times, maintain on the work staff of qualified Engineers and Supervisors of sufficient experience of similar other jobs to ensure that the quality of work turned out shall be as intended in these specifications and they shall be present at the work spot during working hours and at the time of inspection by the Employer. All orders and directions given to such supervisory or other staff of the contractor to be present on any specified inspection and the contractor shall comply with such requisitions. (e) The Contractor shall supply to the Engineer-in-Charge details of name, qualifications and experience in regard to all supervisory staff employed by the contractor and notify the changes when made and satisfy the Engineer-in-Charge regarding the quality and adequacy of staff thus employed. (f) The Engineer-in-Charge will have the unquestionable right to ask for change in the contractor's supervisory staff and to order removal from the work of any of such staff. The contractor shall comply with such order and effect replacement to the satisfaction of the Engineer-in-Charge. (g) The Contractor shall not without written authorization of the Employer permit entry on site of work of any persons other than his workers, supervisory staff and authorized agents, engaged in connection with work. (h) All vehicles used by the contractor shall be clearly marked with contractor's name. 73. Accommodation and food:

The contractor should arrange accommodation he needs, at his own cost. The contractor shall make his own arrangements for supply of food grains, fuel and other provision to his staff and labourers including controlled commodities. 74. Relationship:

Contractor shall have to furnish information along with Bid, about the relationship he is having with any officer of the Employer of the rank of Assistant Engineer and above engaged in the work and any officer of the rank of Assistant Secretary and above of the Department of Government of Andhra Pradesh. 75. Protection of adjoining premises:

The contractor shall protect adjoining sites against structural, decorative and other damages that could be caused by the execution of the works and make good at his cost any such dam;

SUPEREfBsNBE^ENGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chintfiagattu,Warangal.

123

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I ^ *y O Vol. 1 General Conditions, of Contract

76. Work during night or on Sundays and holidays: The works can be allowed to be carried out during night, Sundays or authorized holidays in order to enable him to meet the schedule targets and the work shall require almost round the clock working keeping in view that: (i) The provisions of relevant labour laws are being adhered to:

(ii) Adequate lighting, supervision and safety measures are established to the satisfaction of the Engineer-in-Charge and (iii) The construction programme given by the Contractor and agreed upon by the Engineer-in-Charge envisages night working or working during Sundays or authorized holidays. (iv) Disorderly Conduct The Contractor shall at all times take all reasonable precaution to prevent any unlawful, riotous or disorderly conduct by or amongst the Contractor's Personnel, and to preserve peace and protection of person and property on and near the Site.

77.

Layout of materials stacks:

The Contractor shall deposit materials for the purpose of the work on such parts only of the ground as may be approved by the Engineer-in-Charge before starting work. A detailed survey, clearly indicating position and areas where materials shall be stacked and sheds built is to be conducted by the contractor at his own cost and only after obtaining necessary approval of the plan for use of sites by the Engineer-in-Charge, the Contractor can use the sites accordingly. 78. Use of blasting materials:

Procurement of blasting materials and its storage is the responsibility of the contractor. The contractor shall engage licensed blaster for blasting operation. The contractor is to act in accordance with Indian Explosive Act and other rules prevailing, during the execution of work. It is the responsibility of the contractor to see, that works by other agencies in the vicinity are not hampered and in case any claim is made by other agencies on account of loss due to blasting the liability in respect there of should be borne by the contractor. Carriage of blasting materials, from the magazine to the work site, is the responsibility of the contractor. The contractor shall obtain all licenses and permissions for procuring, handling explosives and blasting operations for carryout the work from competent authority as per Explosives Act.

CONTRACTO

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

124

174
78.1 PLANTS, MATERIALS AND WORKMANSHIP

P.V.N.R.KanthanapaUy Sujala Sravanthi Project Phase-I Package-I Vol. I General Conditions of Contract

Manner of Execution The contractor shall carry out the manufacture of plant, the production and manufacture of Materials, and all other execution of the Works. (a) In the manner(if any) specified in the Contract, (b) In a proper workmanlike and careful manner, in accordance with recognized good practices, and (c) With property equipment facilities and non-hazardous Material, except as otherwise specified in the Contract. 78.2 Inspection The Employer's Personnel and representatives shall at all reasonable time: (a) have full access to all part of the site and (b) during production, manufacture and construction^ site and to the extent specified in the Contract, elsewhere), be entitled to examine, inspect, measure and test the materials and workmanship, and to check the progress of manufacture of Plant and production and manufacture of Materials. The contractor shall give the Employer's Personnel full opportunity to carry out these activities, including providing access facilities, permissions and safety equipment. No such activity shall relieve the Contractor from any obligation or responsibility. 79. Plant and Equipment:

79.1 The Contractor shall install sufficient plant, equipment and employ sufficient labour and shall work for such hours and shifts as may be necessary to maintain the progress on the work as per the approved progress schedule. The working and shifts hours shall comply with the Govt. Regulations in force. 79.2 It is to expressly and clearly understood that contractor shall make his own arrangements to equip himself with all machinery and special tools and plant for the speedy and proper execution of the work and the department does not undertake responsibility towards their supply. 79.3 Ownership of Plant &Materials Each item of plant and material shall , to the extent consistent with the Laws of the Country become the property of the Employer at whichever is earlier of the following items free from liens and other encumbrances. (a)when it is delivered to the Site; (b) When the Contractor is entitled to payment of value of the Plant and Material under the Contract.

c
SUPERJNTENnn^jENGTNEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

125

175

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. I General Conditions of Contract

The Employer shall supply to the contractor such of the machinery that may be available on hire basis but their supply can not be demanded as matter of right and no delay in progress can be attributed to such non supply of the plant by the employer and the employer can not be made liable for any damage to the contractor. The contractor shall be responsible for the safe custody of the departmental machinery supplied to him (which will be delivered to contractor at the machinery yard at site of work) and he ahs to make good all damages and losses if any other than fire, wear and tear to bring it to conditions that existed at the time of issue to the contractor before handing over the same to the employer. The hire charges for the machinery handed over to the contractor will be recovered at the rate prevalent at the time of supply. The contractor will have to execute supplemental contract with Executive Engineer at the time of supply of machinery. 80. Steel forms:

Steel forms should be used for all items involving use of centering and shuttering. They shall be such that the concrete surface obtained after removal of centering and shuttering shall be single plane without any Honey combs, dents and undulations. 81. Inconvenience to public:

The Contractor shall not deposit materials at any site, which will cause inconvenience to public. The Engineer-in-Charge may direct the Contractor to remove such materials or may undertake the job at the cost of the Contractor. 82. Conflict of interest:

Any bribe, commission, gift or advantage given, promised or offered by on behalf of contractor or his partner, agent or servant or any one on his behalf to any officer, servant, representatives, agents of Employer/Engineer-in-Charge or any persons on their behalf, in relation to the obtaining or to execution of this, or any other contract with Employer/Engineer-in-Charge shall in addition to any criminal liability of the contractor may also result in cancellation of this or all other contracts and also to payment by the contractor of any loss or damage resulting from any such cancellation. The Engineer-in-Charge shall then be entitled to deduct the amount, so payable from any money, otherwise due to the contractor under this or any other contract. 82.1 Contractor's Operations on the Site The Contractor shall confine his operations to the Site, and to any additional areas which may be obtained by the Contractor and agreed by the Employer as working areas. The Contractor shall take all necessary precautions to keep Contractor's Equipment and Contractor's Personnel within the Site and these additional areas, and to keep them off adjacent land.

CONTRACT(3^X_>^/ :

SUPERINTEN0INCrENGINEER,I&CADD., J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

126

176

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol. 1 General Conditions of Contract

During the execution of the Woks, the Contractor shall keep the Site free from all unnecessary obstruction, and shall store or dispose of any Contractor's Equipment or surplus materials. The Contractor shall clear away and remove from the Site any wreckage, rubbish and Temporary Works which are no longer required. Upon the issue of the Taking-Over Certificate for the Works, the Contractor shall clear away and remove all Contractor's Equipment, surplus material, wreckage, rubbish and Temporary Works. He Contractor shall leave the Site and the Works in a clean and safe condition. However, the Contractor may retain on Site, during the Defects Notification Period, such Goods as are required for the Contractor to fulfill obligations under the Contract. 82.2 Instructions: The Contractor shall take instructions from the Employer/Engineer-in-Charge or an assistant to whom appropriate authority has been delegated to issue instructions. The Contractor shall carry out all instructions of the Emp!oyer/Engineer-in-charge and comply with all the applicable local laws where the Site is located. 83. Contract documents and materials to be treated as confidential:

All documents, correspondences, decisions and orders, concerning the Contract shall be considered as confidential and/or restricted in nature by the Contractor and he shall not divulge or allow access to them by any unauthorized person. 84. General obligations of Contractor:

84.1 The Contractor shall, subject to the provision of the Contract and with due care and diligence, execute and maintain the Works in accordance with specifications and drawings. 84.2 The Contractor shall promptly inform the Employer and the Engineer-in-Charge of any error, omission and fault and to rectify the defect in the design or specifications of the Works which are discovered when reviewing the Contract Documents or in the process of execution of the Works. 85. Security measures:

a) Security requirements for the Work shall be in accordance with the Government's general requirements including provisions of this clause and the Contractor shall conform to such requirements and shall be held responsible for the actions of all his staff/ employees. b) All Contractors' employees, representatives shall wear identifications badges provided by the Contractor. Badges shall identify the Contractor, showing and employee's name shall be worn at all times while at the site.

SUPERe^^OTrJMG^IEERj&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

127

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I 1 >y>y Vol.1 General Conditi&ps of "Contract

c) All vehicles used by the Contractor shall be clearly marked with Contractor's name. d) The Contractor shall be responsible for the security of the Works in the duration of the Contract and shall provide and maintain continuously adequate security personnel to fulfill these obligations. The requirements of security measures shall include, but not limited to maintenance of order on the site, provision of proper lighting, fencing, guards, flagmen, barricades, warming signboard and all other measures necessary for the protection of the Works within the colonies, camps and elsewhere on the Site, all materials delivered to the Site, all persons employed in connection with the Works. The security arrangements shall be in place continuously throughout working and non working period including nights, Sundays and holidays for the entire duration of the Contract. e) Other Contractors if any, working on the site concurrently with the Contractor will provide security for their own plant and materials. However, their security provisions shall in no way relieve the Contractor of his responsibilities in this respect f) Separate payment will not be made for provision of security services and the cost of this shall be deemed to have been included in the bid. 86. Fire fighting measures:

a) The Contractor shall provide and maintain adequate fire fighting equipment and take adequate fire precaution measures for the safety of all personnel and Temporary and Permanent Works and shall take action to prevent damage to destruction by fire of any structures, sheds, trees shrubs and grasses. b) Separate payment will not be made for the provision of fire prevention measures. 87. Sanitation:

The Contractor shall implement the sanitary and watch and ward rules and regulations for all workers / staff employed under this Contract and if the Contractor fails to enforce these rules, the Engineer-in-Charge may enforce them at the expenses of the Contractor. 88. Training of personnel:

The Contractor, shall, if and as directed by the Engineer-in-Charge provide free of any charge adequate facilities, for vocational training of Government Officers, students, Engineers, supervisors, foremen, skilled workmen etc. not exceeding six in number at any one time on the Contractor's work. Their salaries, allowances etc. will be borne by the Government and the training schemes will be drawn up by the Engineer-inCharge in consultation with the Contractor.

CONTRACT'

SUPERINTENDING KNGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

128 j[ *J Q

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

89.

Ecological balance:

a) The Contractor shall maintain ecological balance by preventing de-forestation, water pollution and defacing of natural landscape. The Contractor shall so conduct his construction operation as to prevent any unnecessary destruction, scarring, or defacing of the natural surroundings in the vicinity of the Work. In respect of the ecological balance, Contractor shall observe the following instructions. i) Where unnecessary destruction, scarring, damage or defacing may occur, as result of the operation, the same shall be repaired replanted or otherwise corrected at the Contractor's expense. The Contractor shall adopt precautions when using explosives, which will prevent scattering of rocks or other debris outside the work area. All work area including borrow areas shall be smoothened and graded in a manner to conform to the natural appearances of the landscape as directed by the Engineer-in-Charge. ii) All trees and shrubbery which are not specifically required to be cleared or removed for construction purposes shall be preserved and shall be protected from any damage that may be caused by the contractor's construction operation and equipment. The removal of trees and shrubs will be permitted only after prior approval by the Engineer-in-Charge. Special care shall be exercised where trees or shrubs are exposed to injuries by construction equipment, blasting, excavating, dumping, chemical usage or other operation and the Contractor shall adequately protect such trees by use of protective barriers or other methods approved by the Engineer-inCharge. Trees shall not be used for anchorages- The Contractor shall be responsible for injuries to trees and shrubs caused by his operations. The term "injury" shall include, without limitation bruising, scarring, tearing and breaking of roots, trunks or branches. All injured trees and shrubs be restored as nearly as practicable without delay to their original condition at the Contractor's expense. (iii) The Contractor's construction activities shall be performed by methods that will prevent entrance or accidental spillage of solid matter contaminants, debris and other objectionable pollutants and wastage into river. Such pollutant and waste include earth and earth products, garbage, cement concrete, sewage effluent, industrial wastes, radio-active substances, mercury, oil and other petroleum products, aggregate processing, mineral salts and thermal pollution. Pollutants and wastes shall be disposed off in a manner and at sites approved by the Engineer-in-Charge. (iv) In the conduct of construction activities and operation of equipments the Contractor shall utilize such practicable methods and devices as are reasonably available to control, prevent and otherwise minimize the air pollution. The excessive emission of dust in to the atmosphere will not be permitted during the manufacture, handling and storage of concrete aggregates and the Contractor shall use such methods and equipment as are necessary for collection and disposal or prevention of dust during these operations. The Contractor's methods of storing and handling cement shall also include means of eliminating atmospheric discharges of dust.

CONTB^jgqpR^^/

SUPERDSFffl^OmcrSSIGINEER.I&CADD, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

129

179

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions of Contract

Equipment and vehicles that give objectionable emission of exhaust gases shall not be operated. Burning of materials resulting from clearing of trees, bushes, combustible construction materials and rubbish may be permitted only when atmospheric conditions for burning are considered favorable. b) Separate payment will not be made for complying with the provisions of this clause and all cost shall be deemed to have been included in the unit rates and prices included in the Contract. If any provision is not complied with within a reasonable time even after issue of a notice in this respect, the necessary operations would be carried out by trie Engineer-in-Charge at the cost of the Contractor; Orders of the Engineer-inCharge in this respect would be final and binding on the Contractor. 90. Preservation of existing vegetation:

a) The Contractor will preserve and protect all existing vegetation such as trees, on or adjacent to the Site which do not unreasonably interfere with the construction as may be determined by the Engineer-in-Charge. The Contractor will be held responsible for all unauthorized cutting or damage of trees, including damage due to careless operation of equipment, stockpiling of materials or trekking of grass areas by equipment Care shall be taken by the Contractor in felling trees authorized for removal to avoid any unnecessary damages to vegetation and tress that are to remain in place and to structures under construction or in existence. b) All the produce from such cutting of trees by the Contractor shall remain the property of Government and shall be properly stacked at site, approved by the Engineer-in-Charge. No payment whatsoever shall be made for such cutting and its stacking by the Contractor. If any produce from such cutting is not handed over to the Government by the Contractor, he shall be charged for the same at the rates to be decided by the Engineer-in-Charge. The recovery of this amount shall be made in full from the intermediate bill that follows. c) The Contractor shall also make arrangements of fuel deposits for supply of required fuel for the labourer to be employed for cooking purpose at his own cost in order to prevent destruction of vegetation growth in the surrounding area of the work site. 91. Possession prior to completion:

The Engineer-in-charge shall have the right to take possession of or use any completed part of Work or Works or any part thereof under construction either temporarily or permanently. Such possession or use shall not be deemed as an acceptance of any work either completed or not completed in accordance with the Contract with in the interest of Clause 28 of APSS except where expressly otherwise specified by the Engineer-in-charge.

92.

Deleted

CONTRACTO

SUPERINTEfWlffeB^^BKRJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K!C.Colony,ChinthagattusWarangal.

130

180
93. Access to the Contractor's books:

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

Whenever it is considered necessary by the Engineer-in-Charge to ascertain the actual cost of execution of any particular extra item of work or supply of the plant or material on which advance is to be made or of extra items or claims, he shall direct the Contractor to produce the relevant documents such as payrolls, records of personnel, invoices of materials and any or all data relevant to the item or necessary to determine its cost etc. and the Contractor shall when so required furnish all information pertaining to the aforesaid items in the mode and manner that may be specified by the Engineer-in-Charge.

94.

Drawing to be kept at Site:

One copy of the drawings shall be kept by the Contractor on the Site and the same shall at all reasonable time be available for inspection and use by the Engineer-inCharge and the Engineer-in-Charge's representative and by any other persons authorized by the Engineer-in-Charge in writing. 95. B.I.S. [I.S.I.] books and APSS to be kept at Site:

A complete set of Indian Standard specification referred to in "Technical Specifications" and A.P.S.S. shall be kept at Site for reference. 96. Site Order Book:

An order book shall be kept at the site of the Work. As far as possible, all orders regarding the Work are to be entered in this book. All entries shall be signed and dated by the Department Officer direct charge of the Work and by the Contractor or by his representative. In important cases, the Engineer-in-Charge or the Employer will countersign the entries, which have been made. The order book shall not be removed from the Site, except with the written permission of the Engineer-in-Charge. 97. Variations by way of modification, omissions or additions:

For all modifications, omissions from or additions to the drawings and specifications, the Employer will issue revised plans, or written instructions, or both and no modification, omission or addition shall be made unless so authorized and directed by the Engineer-in-Charge in writing. The Engineer-in-Charge shall have the privilege of ordering modifications, omission or additions at any time before the completion of the Work and such orders shall not operate to annul those portions of the specifications with which said changes do not conflict.

> *

SUPERINS^OTNGENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

131

181

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions of-'Contract

Enqineer-in-Chame's Decision: It shall be accepted as inseparable part of the Contract that in matters regarding materials, workmanship, removal of improper work, interpretation of the Contract drawings and Contract specification, mode of the procedure and the carrying out the work, the decision of the Engineer-in-Charge / Employer, which shall be given in writing shall be binding on the Contractor. 98. Care and diversion of river/stream: The Contractor shall submit details regarding the diversion and care of river or stream during construction of the Work along with a separate print-out of the time table showing earliest and latest start and finish dates of various activities. He should submit a detailed layout plan with drawings for the diversion and care of river during construction of work. The above arrangements shall be at Contractor's cost. 99. Clearing of the site and Re-handing over 99.1 Government land as may be considered necessary by the Engineer-in-Charge for the execution of the Work will be handed over to the Contractor and shall be handed back to the Employer/ Government in good condition and to the complete satisfaction of the Engineer-in-Charge, after completion of the Works. 99.2 After completion of the Works, all areas of operations including those for the staff and labour colonies handed over to the Contractor shall be cleared and handed back to the Engineer-in-Charge. The contractor shall make good to the satisfaction of the Engineer-in-Charge all damages or alterations made to the area while handing over back of other property or land handed over to him for purpose of the works. Temporary structures may be erected by the Contractor, such as storage sheds, office, residence etc., for non-commercial use in the land handed over to him at his expense and within the permission of the Engineer-in-Charge. At the completion of work, the structures should be dismantled and the Site cleared and handed over to the Employer. 100. HEALTH AND SANITATION

Medical rules for the provision of health and sanitary arrangements for worker employed by the Employer and Contractors: The camp and hutting accommodation water supply and sanitary arrangement for the workers and labour Employed on the Works shall be made by the Contractor at his own cost and shall strictly confirm to the requirements and to the satisfaction of the Medical and Sanitary authorities and in accordance with the medical rules listed below. I. The Contractor shall refer to clauses 37, 38, 39, 50 and 51 of preliminary specifications to the APSS and shall provide at his own expense the following amenities to the satisfaction of the Engineer-in-Charge.

CONTRAC

SUPEWNireNDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

132

182

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol. 1 General Conditions of Contract

II. First Aid: At the Work Site there shall be maintained in a readily accessible place first aid appliances and medicines including an adequate supply of sterilized dressing and sterilized cotton wool. The appliances shall be kept in good order. They shall be placed under the charge of responsible person who shall be readily available during working hours. Drinking Water: Water of good quality fit for drinking purpose shall be provided for the working people on a scale of not less than 3 gallons per day. Where drinking water is obtained from an intermittent public water supply, each work place shall be provided with storage tank where such drinking water shall be stored. Every water supply storage shall be at a distance of not less than 15 m from any latrine drain or other source of pollution. Where water has to be drawn from an existing well which is within such proximity of latrine, drain or other source of pollution, the well shall be properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely enclosed in and be provided with a trap door which shall be dust and water proof. A reliable pump shall be fitted to each covered well and the trap door shall be kept closed and opened only or cleaning for inspection which shall be done at least once in a month. Washing and bathing places: Adequate washing and bathing place shall be provided separately for men and women such places shall be kept in clean and drained conditions, bathing and washing should not be allowed in or near any drinking water well. Latrines and Urinals: These shall be provided within the premises of every work place, Latrines and Urinal in an accessible place and the accommodation separately for each of them shall be on the following scale or as directed by the Engineer-inCharge in any particular case. Seats 1. . Where the number of persons employed does not exceed 50 2. Where the numbers of persons employed exceeds 50 but does not exceed 100 3. For every additional 100 2 3 3

If women are employed, separate latrines and urinals, screened from those for men shall be provided on the same scale. Except in work places provided with water flushed latrines connected with a water borne sewage system, all latrines shall be cleaned at least four times daily. The excreta from the latrines shall be disposed off at the Contractor's expenses in out of way pits approved by the local public health authority. The Contractor shall also employ adequate number of scavengers and

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

133

183

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

conserve staff to keep the latrines and urinal in a clean condition which shall be cleaned at least four times daily. Rest Shelters: Rest shelters for the workers at the Work Site there shall be provided free of cost. Two suitable sheds one for meals and the other for use of labour for resting, shall be provided. Crutches: At every work place at which 50 or more women workers are ordinarily employed there shall be provided two huts of suitable size for the use of children under the age of 6 years belonging to such women one hut shall be used for important games and play and other as their bed rooms. The hut shall not be constructed on lower standards than the following. 1. 2. 3. huts shall Thatched roof. Mud floors and walls. Planks spread over the mud floor and covered with matting. The use of the be restricted to children, their attendants and mothers of the Children.

Canteens: A cooked food canteen on a moderate scale shall be provided for the benefit of workers, if it is considered essential. Sheds for workmen: The Contractor shall provide at his own expense sheds for housing the workmen. The sheds shall be on a standard not less than cheap shelter type to live in which the work people in the locality are accustomed to live, with a floor area of about 2m x 1.5m per two persons. The sheds are to be in rows with 12.5m clear space between sheds and 19m clear space between rows if conditions permit. The work people's camp shall be laid in units of 400 persons each unit to have a clear space of 12m all round. Land should be acquired temporarily for storing Contractor's materials or for his staff. The Contractor should make his own arrangements for temporary acquisition of land required for storing his materials and for housing of this staff at his expenses.

101. LABOUR CAMP AND CONTRACTOR'S STAFF COLONY


I. The Engineer-in-Charge will hand over the Site for the Contractor and his labour. All areas of operation including those for his staff and labour colonies handover to the Contractor shall be cleared and handed back as soon as the Contract for the work is over. The contractor at the time of handing over back shall make good to the satisfaction of the Engineer-in-Charge any damage or alterations made to the areas or other property or land handed over to him for the purpose of the project Works. Temporary structures may be erected by the Contractor for storage sheds, offices, residences etc., for non commercial use, with the permission of the Engineer-inCharge on the land handed over to him at his own cost. At the completion of the work these structures shall be dismantled, Site cleared and handed over to the Engineer-inCharge. The land required for providing amenities will be given free of cost from Government lands if available otherwise the Contractor shall have to make his own arrangements.
H'-i

CONTRACTOR1

SUPERINTEOTING^NGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

134

184

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

II. Labour importation and amenities to labour and Contractor's staff shall be to the Contractor's account. His quoted bid shall include the expenditure towards importation of labour amenities to labour and staff; 102. USE OF SITE:

The Contractor may be permitted to avail the Site as per departmental rules on lease for use by him in carrying out the Contractor work and when Engineer-in-Charge may consider such use to be necessary for the bonafide purpose of executing works. The contractor shall commence any operation on such lands with the prior approval of the Engineer-in-Charge. 103. INCOME TAX:

a) During the currency of the Contract deduction of TDS at 2.0% shall be made from the gross value of each bill of the contract, the Contract value of which is in excess of Rs.10, 000/- for deduction of tax at rates lower than 2.0% procedure stipulated under section 194-C (4) of Income Tax Act, 1961 shall be followed. b) bill. Income Tax clearance certificate shall be furnished before the payment of final

c) The Contractor's staff, personnel and labour will be liable to pay personnel income taxes in respect of their salaries and wages as are chargeable under the laws and regulations for the time being in force, and the Contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations. 104. SEIGNIORAGE CHARGES:

104.1 Seigniorage charges will be recovered as per rules from the work bills of the Contractor based on the theoretical requirement materials at the following rates. S. No. 1. 2. 3. Material Sand Metal & Stone Gravel Moram earth Seigniorage Rs.40.00/cum. Rs.50.00/cum. Rs.22.00/cum.

and

104.2 The above rates are liable to be revised and amended from time to time by the State Government, by notification in the 'Andhra Pradesh Gazette'. The recovery from the Contractor's bills shall be as per revised rates. The total recovered amount will be reimbursed to the contractor on production of proof and verification (Com'gendum-4).

SUPERim^D^GSTGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

135

185
104.3 Deleted (Corrigendum-4).

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

104.4 If any materials used on the work other than shown under this clause, the seignorage charges will be collected as per G.O.Ms.No.198 Industries and commerce (M-l) Department, Dt. 13.08.2009. 104.5 For the sand consumed by the contractor normal seigneorage charges will be recovered from the work bills. (Corrigendum-4) 105. VAT: 105.1 Deleted. 105.2 The Contractor should produce a valid VAT Clearance Certificate before the payment of the final bill; otherwise payment to the Contractor will be withheld. 105.3 The VAT structure under clause 18.1 of ITB is liable for revision as per the orders of the Government issued from time to time and in such case, the VAT will be deducted at source at the revised rates only while making payment to the Contractor. 105.4 Excess recovery due to revision in VAT rates as per orders of Government from time to time will be reimbursed. 106. 107. Deleted. SUPPLY OF CONSTRUCTION MATERIALS:

i) The Contractor has to make his own arrangements for procurement, supply and use of construction materials. ii) All materials so procured should confirm to the relevant specifications indicated in the bidding documents. iii) The Contractor shall follow all regulations of the Employer/Government of India in respect of import licenses etc., if the procurement of the materials is through imports and he shall be responsible for the payment of applicable duties and taxes, port clearances, inland transportation etc. iv) The Contractor shall make his own arrangements for adequate storage of the materials. 108 SETTING OUT:

The ontractor shall verify at Site the location lines / profile, levels and reference points as specified in the Contract. The Contractor on the basis of actual field survey shall carry out setting out of the entire project component and its relative position. The Contractor shall be responsible for the correct positioning of all parts of the Works and shall rectify any error in the position, levels and dimensions of alignment of the Work.

CONTRACTO

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

136

186
109 SITE DATA:

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

The data and information given in the Basic Project Parameter/ Project Profile ( Part E) of the Bid Document are based on the Investigations conducted so far. Variations / alternations in the said data / information in respect of Geology, topography, sub soils, hydrological conditions etc., which have bearing on the Construction, cannot be ruled out. The Contractor shall, therefore, satisfy himself about the adequacy and accuracy of the said data / information and interpretation thereof and if necessary, carryout any further Investigations to be conducted by the Contractor. The Employer shall not be responsible for the accuracy / adequacy of the said data / information and interpretation thereof by the Contractor. 110 Sufficiency of the Contract price:

The Contractor shall be deemed to have satisfied himself as to the correctness and sufficiency of the Contract Price. Unless otherwise stated in the Contract, the Contract price covers all the Contractor's obligations under the Contract (including those under provisional sums, if any) and all things necessary for the proper execution and completion of the Works and the remedying of any defects during construction and maintenance period. 111 Unforeseeable Difficulties:

Except as otherwise stated in the Contract: a) The Contractor shall be deemed to have obtained all necessary information as to risks, contingencies and other circumstances which may influence or affect the Works: b) By signing the Contract, the Contractor accepts total responsibility for having foreseen all difficulties and costs of successfully completing the Works; and c) The Contract Price shall not be adjusted to take account of any unforeseen difficulties or costs. 112 Rights of Way and Facilities:

The Contractor shall bear all costs and charges for special and/or temporary rights-ofway, which he may require, including those for access to the Site. The Contractor shall also obtain, at his risk and cost, any additional facilities outside the site, which he may require for the purposes of the Works. 113 Avoidance of Interference: The Contractor shall not interfere unnecessarily or improperly with: a) the convenience of the public, or

SUPERBftENDlNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

137

P.V.N.R.Kanthanapa!ly Sujala Sravanthi Project Phage-I Package-I VolJ General Conditidijs, of Contract

287
b) the access to and use and occupation of all roads and footpaths, irrespective of whether they are public or in the possession of the Employer or of others. . The Contractor shall indemnify and hold the Employer harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from any such unnecessary or improper interference. Access to the Site: The Contractor shall provide the Employer /Engineer-in-Charge and any person authorized by the Engineer-in-Charge, access to the site and to any place where work in connection with the Contract is being carried out or is intended to be carried out. 114. Access Route: The Contractor shall be deemed to have been satisfied as to the suitability and availability of access routes to the Site. The Contractor shall use reasonable efforts to prevent any road or bridge from being damaged by the Contractor's traffic or by the Contractor's Personnel. These efforts shall include the proper use of appropriate vehicles and routes. Except as otherwise stated in these Conditions: a) The Contractor shall (as between the Parties) be responsible for any maintenance which may be required for his use of access routes; the Contractor shall provide all necessary signs or directions along access routes, and shall obtain any permission which may be required from the relevant authorities for his use of routes, signs and directions; the Employer shall not be responsible for any claims which may arise from the use or otherwise of any access route, the Employer does not guarantee the suitability or availability of particular access routes, and Costs due to nonsuitability or non-availability, for the use required by the Contractor, of access routes shall be borne by the Contractor. 115 Transport of Goods:

a) The Contractor shall give the Employer not less than 21 days' notice of the date on which any Plant or a major item of other Goods will be delivered to the Site; b) The Contractor shall be responsible for packing, loading, transporting, receiving, unloading, storing and protection all Goods and other things required for the Works; and c) The Contractor shall indemnify and hold the Employer harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from the transport of goods, and shall negotiate and pay all claims arising from their transport.

CONTRACTORVgv

Ml

: z3^=>' SUPERINTENDING ENGINEER, I&CADD.,


J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

138 2 3 3

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I VL1 General Conditions of Contract

116

Contractor's Equipment:

The Contractor shall be responsible for all Contractors1 Equipment. When brought on to the Site, Contractor's Equipment shall be deemed to be exclusively intended for the execution of the Works. The contractor shall provide Insurance to all machinery and equipment brought to site. 1) All Constructional Plant, Temporary Works arid materials provided by the Contractor shall, when brought on to the Site, shall be deemed to be exclusively intended for the execution of the Works and the Contractor shall not remove the same or any part thereof, except for the purpose of moving it from one part of the site to another, without the consent, in writing, of the Engineer, which shall not be unreasonably withheld. 2) Upon completion of the works the Contractor shall remove from the Site all the said Constructional Plant and Temporary Works remaining thereon and any unused materials provided by the Contractor. 3) The Employer shall not at any time be liable for the loss of or damage to any of the said Constructional Plant, Temporary Works or materials. 116.1 Protection of the Environment The Contractor shall take all reasonable steps to protect the Environment (both on and off the Site) and to limit damage and nuisance to people and property resulting from pollution, noise and other results of his operations. The Contractor shall ensure that emissions, surface discharges and effluent from the Contractor's activities shall not exceed the values indicated in the Employer's Requirements, and shall not exceed the values prescribed under applicable Laws. 117 Progress Reports:

The Contractor shall prepare and present Weekly and Monthly progress reports to the Engineer-in-Charge. After receiving the approvals from Engineer-in-Charge the contractor shall submit these reports to the Employer in six copies. Reporting shall continue until the Contractor has completed all Construction Work, which is known to be outstanding at the completion date stated in the Taking-Over Certificate for the Works. The reporting format and content will be decided by the Engineer-in-Charge however each report shall include but not limited to the following (a)charts and detailed descriptions of progress, including each stage of surveys, investigation, design, Contractor's Documents, procurement, manufacture, delivery to Site, construction, commissioning and trial operation; (b)digital photographs showing the status of progress on the Site;

SUPER#?ENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

139

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 1 8 9 VolA General Condition^ of Contract

(c) for the manufacture of each main item of Plant and Materials, the name of the manufacturer, manufacture location, percentage progress, and the actual or expected dates of: (i) (ii) (iii) (iv) (d) (e) (f) (g) (h) commencement of manufacture, Contractor's inspections, tests, and shipment and arrival at the Site;

(i)

G)
118 118.1

the details of Contractor's Personnel and Equipment; copies of quality assurance documents, test results and certificates of material; list of variations, notices given safety statistics, including details of any hazardous incidents and activities relating to environmental aspects and public relations; and comparisons of actual and planned progress, with details of any events or circumstances which may jeopardize the completion in accordance with the Contract, and the measures being (or to be) adopted to overcome delays. risks and dependency registers updated schedule. Design: General Design Obligations:

The Contractor shall be deemed to have scrutinized, prior to the Base Date, the Employer's and other Approving Authorities requirements (including design criteria and calculations, if any). The Contractor shall be responsible for the Works and for the accuracy of such requirements (including design criteria and calculations), except as stated below. The Employer shall not be responsible for any error, inaccuracy or omission of any kind in the Employer's Requirements as originally included in the Contract and shall not be deemed to have given any representation of accuracy or completeness of any data or information. Any data or information received by the Contractor, from the Employer or otherwise shall not relieve the Contractor from his responsibility for the execution of the Works. 118.2 Contractor's Documents: The Contractor's Documents shall comprise the technical documents specified in the Employer's Requirements and the documents required to satisfy all regulatory approvals. The Contractor shall prepare all Contractor's Documents, and shall also prepare any other documents necessary to instruct the Contractor's Personnel.

CONTRACTOR

SUPERINTEINGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

% 140 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

X9 0

yI-1 General Conditions of Contract

If the Employer's Requirements describe the Contractor's Documents which are to be submitted to the Employer for review, they shall be submitted accordingly, together with a notice as described below. In the following provisions of this Sub-Clause, (i) "review period" means the period required by the Employer for review, and (ii) "Contractor's Documents" exclude any documents which are not specified as being required to be submitted for review. The Employer directly or through his representative may give notice to the Contractor that a Contractor's Document fails (to the extent stated) to comply with the Contract. If a Contractor's Document so fails to comply, it shall be rectified, resubmitted and reviewed in accordance with this Sub-Clause, at the Contractor's cost.. For each part of the Works, and except to the extent that the Parties otherwise agree: (a) Execution of such part of the Works shall not commence prior to the expiry of the review periods for all the Contractor's Documents which are relevant to its design and execution; (b) Execution of such part of the Works shall be in accordance with these Contractor's Documents, as submitted for review; and if the Contractor wishes to modify any design or document which has previously been submitted for review, the Contractor shall immediately give notice to the Employer. Thereafter, the Contractor shall submit revised documents to the Employer in accordance with the above procedure. (c) If the Employer's Representative instructs that further Construction Documents are necessary for carrying the works, the Contractor shall upon receiving the Employer's Representative's Instructions prepare such construction documents and it shall not be considered as variation Any such contract (under the preceding paragraph) or any review (under this SubClause or otherwise) shall not relieve the Contractor from any obligation or responsibility. 118.2.1 Contractor's undertaking

The Contractor undertakes that the design, the Contractor's Documents, the execution and the completed Works will be in accordance with: (a) the Laws in the Country, and (b) the documents forming the Contract, as altered or modified from time in accordance with the terms of the Contract. 118.3 As-Built Documents: The Contractor shall prepare, and keep up-to-date, a complete set of 'as-built' records of the execution of the Works, showing the exact as built locations, sizes and details of the work as executed. These records shall be kept on the Site and shall be used exclusively for the purposes of this Sub-Clause. Two'copies shall be supplied to the Employer -prioMo- the. commencement of the Q.C checks / Verification Tests on Complete to time,

SUPEI^S^?BfNCrERGlNEER,r&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

141

191

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General ConditwrtfdfContract

In addition, the Contractor shall supply to the Employer as-built drawings of the Works, showing all Works as executed, and submit them to the Employer for review under Sub-Clause [Contractor's Documents]. The Contractor shall obtain the consent of the Employer as to their size, the referencing system, and other relevant details. Prior to the issue of any Taking-Over Certificate, the Contractor shall supply to the Employer the specified numbers and types of copies of the relevant as-built drawings, in accordance with the Employer's Requirements. The Work shall not be considered to be completed for the purposes of taking-over [Taking Over of the Works and Sections] until the Employer has received these documents. 118.4 Design Error: If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects are found in the Contractor's Documents, they and the Works shall be corrected at the Contractor's cost, notwithstanding any consent or approval under this Clause. 119.1 Programme : The Contractor shall submit a time programme to the Employer within 15 (fifteen) days after the Commencement Date and the programme shall be based on the basic time period for completion and milestone as indicated in the Contract Document. The Contractor's programme shall be considered effective upon its acceptance by the Employer. The Contractor shall also submit a revised programme whenever the previous programme is inconsistent with actual progress or with the Contractor's obligations. Unless otherwise stated in the contract each programme shall include: (a) The order in which the Contractor intends to carry out the Works, including the anticipated timing of each major stage of the Works. (b)The periods for reviews under Clause 118.2 [Contractor's Documents], (c) The sequence and timing of inspections and tests specified in the Contract, and (d) A supporting report which includes: (i) A general description of the methods which the Contractor intends to adopt for the execution of each major stage of the Works, and (ii) The approximate number ,of each class of Contractor's Personnel and of each type of Contractor's Equipment for each major stage.

CONTRACTO

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

142

.192

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol. I General Conditions of Contract

The Contractor shall promptly give notice to the Employer of specific probable future events or circumstances, which may adversely affect or delay the execution of the Works. In this event, or if the Employer gives notice to the Contractor that if a programme fails (to the extent stated) to comply with the Contract or to be consistent with actual progress and the Contractor's stated intentions, the Contractor shall submit a revised programme to the Employer in accordance with this Sub-Clause.

119.2

Rate of Progress

If, at any time: (a) Actual progress is too slow to complete within the Time for Completion, and/or

(b) Progress has fallen (or will fall) behind the current programme under SubClause 24.4 [Programme], then the Employer may instruct the Contractor to submit, under Sub Clause 24.10 [Programme], a revised programme and supporting report describing the revised methods which the Contractor proposes to adopt in order to expedite progress and complete within the Time for Completion. Unless the Employer notifies otherwise, the Contractor shall adopt these revised methods, which may require increases in the working hours and/or in the numbers of Contractor's Personnel and/or Goods, at the risk and cost of the Contractor. 120.0 From the Commencement of the Works to the completion of the same, the works are to be under the Contractor (s) charge. The Contractor(s) is / are to be held responsible for and to make good all injuries, damages and repair occasioned or rendered necessary to the same by fire or other causes and the Contractor shall hold the Employer harmless from any claims for injuries to persons or for structural damage to property happening due to any neglect, default, want of proper care or misconduct on the part of the Contractors(s) or of any one in his/their employees during the execution of the Works. 121.0 If at any time before or after the commencement of the work the Employer shall for any reason whatsoever. a) have caused alterations, omissions or variation in the drawings and specification involving any curtailment of the Works as originally contemplated or b) Required the whole of Work as specified in the Bid not to be carried out, the contractor shall have no claim to any payment or compensation whatsoever on account of any profit or advantage which he might have derived from the execution of the Work in full as specified in the Bid but which he did not derive in consequence of the curtailment of the works by reason of alterations, omissions or variations or in consequence of the full amount of the work not having been carried out.

SUPEI&FHrRBlNGENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K. C. ColonysChinthagattu,Warangal.

143

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

^ 9 3

Vol.1 General Conditions* of Contract

122.0 FORCE MAJEURE Force Majeure In this clause, "Force Majeure" means an exceptional event or Majeure circumstances: (a) (b) (c) (d) which is beyond a party's control, which such party could not reasonably have provided against before entering into the Contract, which, having arisen, such party could not reasonably have avoided or overcome, and Which is not substantially attributable to the other party.

Force Majeure may include, but is not limited to, exceptional events or circumstances of the kind listed below, so long as conditions (a) to (d) above are satisfied: (i) war, hostilities (whether war be declared or not), invasion, act of foreign enemies, (ii) munitions of war, explosive materials, ionizing radiation or contamination by : radio-activity, except as may be attributable to the contractor's use of such > munitions, explosives, radiations or radio-activity, and (iii) natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity (iv) Unprecedented floods Notice of Force Majeure If a party is or will be prevented from performing any of its obligations under the contract by Force Majeure, then it shall give notice to the other party of the event or circumstances constituting the Force Majeure and shall specify the obligations, the performance of which is or will be prevented. The notice shall be given within 14 days after the party became aware or should have become aware, of the relevant event or circumstance constituting Force Majeure. The party shall, having given notice, be excused performance of such obligations for so long as such Force Majeure prevents it from performing them. Duty to Minimize Delay Each Party shall at all times use all reasonable endeavors to minimize any delay in the performance of the contract as a result of Force Majeure. A party shall give notice to the other party when it ceases to be affected by the Force Majeure.

CONTRACT

SUPE:

iNOTNOlNBERj&CADD.,

2&T

J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

144 1Q A ,

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

Allocation of costs arising out of Force Majeure Upon occurrence of any Force Majeure event mentioned above, the Parties shall bear their respective costs and no Party shall be required to pay to the other Party any costs thereof. For the avoidance of doubt, Force Majeure Costs may include interest payments on debt, operation and maintenance expenses, any increase in the cost of construction of Works on account of inflation and all other costs directly attributable to the Force Majeure event. Termination Notice for Force Majeure event If a Force Majeure event subsists for a period of 180 (one hundred and eighty) days or more within a continuous period of 365 (three hundred and sixty five) days, either Party may in its discretion terminate this Agreement by issuing a termination notice to the other Party without being liable in any manner whatsoever, save as provided in this Article , and upon issue of such termination notice, this Agreement shall, notwithstanding anything to the contrary contained herein, stand terminated forthwith; provided that before issuing such termination notice, the Party intending to issue the termination notice shall inform the other Party of such intention and grant 15 (fifteen) days time to make a representation, and may after the expiry of such 15 (fifteen) days period, whether or not it is in receipt of such representation, in its sole discretion issue the termination notice. Dispute resolution In the event that the Parties are unable to agree in good faith about the occurrence or existence of a Force Majeure event, such Dispute shall be finally settled in accordance with the dispute resolution procedure; provided that the burden of proof as to the occurrence or existence of such Force Majeure event shall be upon the Party claiming relief and/or excuse on account of such Force Majeure event.

CONTRACTOR* J^f

SUPERBSSESBBJG^JGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

145

195

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 General Conditions,6f Contract

CONTRACT AGREEMENT

This Agreement made the day of 2012 Between of (hereinafter called 'the Employer1) of the one part, and of (hereinafter called 'the Contractor1) of the other part (in case of a Single Bidder) or (Lead Member, acting for itself and on behalf of the other members of the Joint Venture) (hereinafter called the "Contractor") of the other Part

(Non Lead Members of the Joint Venture) (Hereinafter called the "Confirming Parties") of the Other Part (In case of JV) Whereas the Employer desires that the Works known as should be executed by the Contractor, and has accepted a Tender by the Contractor for the execution and completion of these Works and the remedying of any defects therein, The Employer and the Contractor agree as follows: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement: (a) (b) (c) (d) (e) The Letter of Acceptance dated The Letter of Tender dated The Addenda nos. The Conditions of Contract The Specification The Drawings, and The completed Schedules. In consideration of the payments to be made by the Employer to the Contractor

(0
(9) 3.

as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein, in conformity with the provisions of the Contract.

CONTRACTOR

SUPERS VENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

146

196
4.

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Vol. 1 General Conditions of Contract

The Employer hereby covenants to pay the Contractor, in consideration of the

execution and completion of the Works and the remedying of defects therein, the Contract Price at the times and in the manner prescribed by the Contract. 5. The Non-Lead Members of the Joint Venture have also signed this Contract as

Confirming Parties to confirm that they are jointly and severally liable for performing all obligations under the Contract. (Applicable in case of JV) In Witness whereof the parties hereto have caused this Agreement to be executed the day and year first before written in accordance with their respective laws.

SIGNED by: for and on behalf of the Employer in the presence of

SIGNED by: for and on behalf of the Contractor/Lead Member in the presence of

Witness: Name: Address: Date:

Witness: Name: Address: Date:

SIGNED by:

SIGNED by:

for and on behalf of the Non-Lead Member-1 in the presence of

for and on behalf of the Non-Lead Member-2 in the presence of

Witness: Name: Address.: Date:

Witness: Name: Address: Date:

CONTRAC

SUSE^?KffiNEflNCrENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

147

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I VoU 1 9 7 > SplConditions of Contract

Special Conditions of Contract CONTENTS


Clause No. 1.0 2.0 3.0 3.1 3.2 4.0 Description GENERAL SUFFICIENCY OF BID MAJOR STRUCTURES AND BASIC PARAMETERS MAJOR STRUCTURE BASIC PROJECT PARAMETERS SCOPE OF WORK GENERAL SECTION (I) - SURVEYS AND INVESTIGATION SECTION (II) - DESIGN AND ENGINEERING SECTION (III) -CIVIL WORKS SECTION (IV) -GATES INCLUDING HOISTING ARRANGEMENT AND EM PARTS SECTION (V) - HYDRO-MECHANICAL & ELECTRICAL WORKS SECTION (VI) - MAINTENANCE TESTS AND QUALITY CONTROL MEASUREMENTS AND PAYMENTS CONTRACTOR'S WORK PROGRAMME PROGRAMME - SCHEDULING / RE-SCHEDULING MONTHLY PROGRESS REPORT ADDITIONAL SPECIAL CONDITIONS OF CONTRACT SCOPE OF WORK, SECTION (I) - SURVEYS AND DETAILED INVESTIGATION. SCOPE OF WORK, SECTION (II) ENGINEERING DESIGN AND

4.1 4.2
4.3 4.4 4.5

4.6 4.7 5.0 6.0 7.0 8.0 9.0 10.0

Appendix -SI

Appendix- PI Appendix - CW A A- UXA/ Append.x-HW Appendix-OM

SCOPE OF WORK, SECTION (III) - MAIN CIVIL WORKS SCOPE OF WORK, SECTION (IV) - HYDRO-MECHANICAL &
E L E C T R | C A L W O

K S

SCOPE OF WORK, SECTION (V) - OPERATION & MAINTENANCE

!4g | QO

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, SplConditions of Contract

SPECIAL CONDITIONS OF CONTRACT: 1.0 GENERAL The data and information given in the Project Profile (Vol-I Part -E) of the Bid Documents are based on the preliminary investigations, planning and preliminary designs carried out so far. The data considered for the project planning have been included in the bid documents. The contractor shall, therefore, satisfy himself about the adequacy and accuracy of the said data / information and interpretation thereof and collect fresh data / additional data / information and carryout / conduct further investigation and studies. The employer shall not be responsible for the accuracy / adequacy of the data / information and interpretation thereof by the contractor. SUFFICIENCY OF BID The Contractor shall be deemed to have visited and carefully examined the Project Site and its surrounding to have satisfied himself to the nature and conditions of the means of transport and communications, whether by land, water or air, as available at present and as to possible interruptions thereto including the access and regress conditions for the Site. The Contractor is also deemed to have made enquiries, examined and satisfied himself as to the sites source for obtaining sand, stones, bricks and other materials, the sites for disposal of surplus materials and accommodation for depots, colonies, workshops and other infrastructure facilities as may be necessary for executing and completing the Works, as also the sub-soil water and variations thereof, storms, prevailing winds, climatic conditions and all other similar matters affecting the works including law & order. Any neglect or omission or failure on the part of the Contractor in obtaining necessary and reliable information upon the foregoing or any other matter affecting the Contract shall not relieve him from any risks or liabilities or the entire responsibility for the completion of the Works in accordance with the Contract. No verbal agreement or inference from conversation with any officer or employee of the Employer either before or after the signing of the Contract shall in any way affect or modify any of the terms or obligations herein contained. The Contractor shall also be deemed to have inspected and examined the Site and to have satisfied himself, before submitting his Bid, as to the form and nature thereof including the sub-surface conditions and other local conditions, the hydrological, geological and climatic conditions, the extent and nature of work and materials necessary for the completion of the Works, the means of access to the Site and the land for accommodation etc. he may require and, in general, shall be deemed to have obtained all necessary information, as to risks, contingencies and all other circumstances which maMflffSaence or affect his Bid.

2.0

CONTRACq$R>-^^

'

SUPERB^a5lNGENGINEERsI&CADD, J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

149

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 1 QQ Vol.1, Spl.Conditions of Contract

3.0

MAJOR PROJECT PARAMETERS

COMPONENTS

AND

PROJECT

BASIC

The major components as proposed by the Employer along with the basic project design parameters fixed by the Employer for Construction of P.V. Narasimha Rao Kanthanapally Sujalasravanthi Project are indicated below and given in Project Profile (Part E). 3.1 MAJOR COMPONENTS: 1. Earth dam on either side of spillway with necessary instrumentation and foundation treatment. 2 Spillway with crest level +75.00M to pass the designed discharge with foundation treatment. 3. Non-overflow dam with necessary foundation treatment. 4.Navigation channel, Navigation locks with foundation treatment. 5. Power blocks with foundation treatment. 6. Head Regulator with foundation treatment. 3.2 ' Basic PROJECT Parameters: For Basic project parameters pertaining to the project refer Part D

4.0 4.1

SCOPE OF WORK GENERAL

4.1.1. The major components of works to be executed by the contractor under this contract shall be as described section - wise as follows. Execution of all these works shall include all construction plant / equipment and materials indigenous or imported, and all services and facilities required for completion of the work. 4.1.2. Any requirements of work whether requested by the Employer or otherwise and whether specifically described in the Contract or not but are necessary or required for the proper completion and functioning of the Works in accordance with the Contract including deficiencies in the Works shall not be deemed to be considered as any change in the Scope of Work and shall not entitle the contractor for any extra payment.

200
42

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-I Vol.1, Spl.Conditions of Contract

SECTION (I) - SURVEYS AND DETAILED INVESTIGATION: The contractor's scope of services shall include the following activities. The surveys and investigations are to be conducted. The data available with the Employer will be furnished to the contractor. All the further investigations / surveys and studies required shall be conducted by the contractor through a reputed agency agreeable to the employer. Further, if there are any further studies and tests required during execution shall also be carried out by the contractor through reputed institutions agreeable to the Engineer-incharge / Employer the cost of such studies and tests shall deemed to be included in the quoted price. The scope of service also includes preparation of LP schedules wherever necessary and preparation of estimates at no extra cost. SECTION (II) - DESIGN AND ENGINEERING :

4.3

4.3.1 During detailed Engineering the Contractor shall submit design for all the components falling under the scope of work, keeping in view of the safety and time effectiveness provided always that the design of the project shall be always in conformity with the basic parameters and in accordance with the Nationally / Internationally accepted practice and for the optimal performance of the works as warranted under the contract. This shall not entitle the contractor to additional cost, whatsoever, other than the contract price. The total scope of services under this section shall be as per Appendix PI. The number of copies of the Reports and other Documents to be submitted to the Employer by the contractor is also specified in Part C(Data Sheets 1 to 12). The bidder shall conduct further detailed investigation, model studies, design engineering for all the components specified in scope of work and shall submit construction drawings and approval shall be obtained from Chief Engineer, CDO. Further the contractor shall submit drawings for all other components and they shall be got approved by from Chief Engineer, CDO. Any modifications suggested by CE,CDO during approval shall also be incorporated at no extra cost. It is the responsibility of the contractor to prepare such designs by conducting all necessary studies and tests. The contractor shall submit ten copies of all approved drawings along with one soft copy. The total responsibility for the safety, stability and proper functioning of the entire project lies with the bidder only. The cost of scope of the work under this chapter shall deemed to be included in the quoted price. 4.3.2 Data and information related to the Project as available with the Employer have been furnished in the bid documents. Any other data relevant to design shall be collected by the Contractor without any financial burden to the Employer.

SUPERIOTENDINGENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

151

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I .Vol.1, Spl.Conditions of Contract

SECTION (III) - CIVIL WORKS The scope of work under this section covers provision of all labour, plant and materials for and execution of all civil works, complete in all respects, as described in the Appendix -CW read in conjunction with the Project Profile,(Part -E) also. basic project parameters (Vol - I , Part D) and conditions of contract and Technical Specifications of Bid Documents including incidentals for the proper completion and functioning of the Works in accordance with the contract including any amendments thereof. SECTION(IV)-GATES INCLUDING HOIStlNG ARRANGEMENT AND EM PARTS The scope of work under this section covers provision of all labour, plant and materials for supply and execution of all fixing of Embedded Parts, hydromechanical and Electrical works i.e., Vertical Gates, including Rope Drum hoisting arrangement, stop log gates, gantry crane etc., complete in all respects, as described in the Appendix-HW read in conjunction with the Basic project parameters (Part -D) and Project Profile ( Part E) and Technical. Specifications of Bid Documents including incidentals and all .u necessary works not shown or specified but reasonably implied or necessary for the proper completion and functioning of the Works in accordance with ; the contract including any amendments thereof. SECTION (V) - MAINTENANCE - The scope of work under this section shall be as per the terms and conditions provided in Appendix - OM. TESTS AND QUALITY CONTROL The Contractor shall be required to carry out all tests in accordance with relevant Clauses of the General Conditions of contracts and the Technical Specifications. Employer's/Department quality control shall have at all reasonable times access to the site and shall have the power at all reasonable times to inspect and examine the materials and workmanship of the works during execution. Employer's authorized representative and or Department quality control inspection agency acting on behalf of the Employer shall have at all times access to the site and shall have the power at all times to inspect and examine all works, materials and workmanship of the project works during execution. The contractor shall provide necessary labour, tools, scaffolding or any other assistance as desired by the employer in his representation without any extra payment. The testing charges are also to be borne by the agency. If any defects notified during inspection by the Engineer-in-charge/ Departmental quality control on behalf of employer those defects shall be rectified by the contractor in the specified time with no extra cost.

CONTRACTO

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

152

OO p ^ ^

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I KoU SplConditions of Contract

5.2.1 Where the field quality assurance plan provided for witnessing tests/inspection on behalf of the Employer, the Contractor shall give the Employer adequate written notice of any inspections/tests. 5.2.2 Where the Employer attends the tests as provided in clause 5.2.1 above, and has any objection to any works or workmanship which in his opinion is not in accordance with the Contract he shall advise the Contractor of his objection during tests/inspections. The Contractor shall give due consideration to such objections and shall make modifications that may be necessary to meet the said objective. 5.3 The inspection/tests by Employer/Agency and/or his countersigning inspection/test certificate(s) thereon shall in no way limit the liabilities and responsibilities, of the Contractor as stipulated in the Contract. The Contractor shall maintain and record all measurements and test results and submit the same to the Employer after completion of such inspection/tests. MEASUREMENTS AND PAYMENTS The Contractor is entitled for interim payment under various sections of the work in accordance with Clause 41 and 42 of the General Conditions of Contract. Measurement / verification for interim payment certificate of various items, under various sections of the works, shall be made jointly by the Engineer-in-charge and the Contractor for verifying the claims of the Contractor's interim payment/running bills. All items having a financial value shall be measured in the manner as prescribed in specification by the contractor and verified by the Engineer-lnCharge so that a complete record is maintained of all work performed under the Contract. The measurement of lumpsum items will be based on the work completed as a percentage of the total work. Measurement shall be signed and dated by both parties on the Site. If there is any dispute in any of the measurements a note to the effect shall be made in the measurement record against the disputed items and such note shall be signed and dated by both parties engaged in taking the measurements and the Parties shall discuss and resolve the same in accordance with relevant clauses of the contract.

5.4

6.0 6.1

6.2

6.3

7.0
7.1

CONTRACTOR'S WORK PROGRAMME


Within 15 (fifteen) days from the Date of Commencement, the Contractor shall submit to the Employer a work programme showing the sequence in which he proposes to carry out various components for completing the Works as per the Master Control Network within the TIME FOR COMBbKlON; The Master Control Network (Integrated Schedule) shall

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

j 53 _

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Spl.Conditions of Contract

203
indicate the sequence of various activities and highlight the critical activities including delivery of equipment. Such work programme shall be subject to review and revision by the Employer in consultation with the Contractor from time to time in order to achieve completion of the Works within the TIME FOR COMPLETION. The contractor shall also make it in MS project or any such model that should be remotely accessible through an internet connection. The contractor shall also submit to the Employer the information on detailed methodology of carrying out investigation surveys, design engineering detailed construction methodology along with schedule for deployment of plant & machineries, which shall successively be adjusted in order to meet the actual requirement to complete the works within the TIME FOR COMPLETION along with the work programme. PROGRAMME - SCHEDULING / RE-SCHEDULING The Works shall be executed and performed in accordance with the Master Control Network (Work Programme) which shall clearly indicate the interlinking / interdependencies of all the works of the Contract including relative activities of Civil Works. The Programme shall be reviewed jointly by the Employer and the Contractor, at least once every week where-in the hold ; ups/delays, if any, in the progress of Works, with reference to the agreed Schedule shall be given Special Attention. Necessary modifications (updating / Revisions) of the Programme, within the overall Time for Completion, shall be carried out by mutual understanding between the Employer and the Contractor. Supply at Site of the embedded parts and Spares etc., shall be made available 2 months in advance of the scheduled dates of Installation / erection matching with the progress and availability of Civil Works to take care of any eventualities of hold ups/delays during transit. If for any reason, any parts of the Works of the Project are delayed, then the total programme may be re-scheduled by mutual understanding between the Employer and the Contractor, if necessary, keeping the overall completion schedule of the project unaltered. No extra cost whatsoever, on account of such re-scheduling shall be payable to the contractor.

7.2

8.0 8.1

8.2

8.3

9.0
9.1

MONTHLY PROGRESS REPORT


The contractor shall submit to the Engineer-in-charge six copies of a monthly progress report by the 5th day of the following month, in such form and detail as the Engineer-in-charge shall reasonably prescribe, for the proper monthly follow up. The contractor shall also keep the monthly progress report in internet and update promptly as specified above.

CONTRACTOR

SUPERINTENDING ENGDSfEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

154 Q *-| h, ** 4

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 Additional Special Conditions of Contract

10.

ADDITIONAL SPECIAL CONDITIONS OF CONTRACT

10.1. General: The special conditions are supplementary instructions to the Bidders and would form part of the contract. 10.2 Drawings and Designs: Drawings given, listed and indexed in volume IV will form part of the contract. The contractor shall use guidelines in the relevant ISI codes/circulars issued by the department from time to time for various components of the works. All the further studies, layout drawings and modifications if required to be prepared for taking up execution of the work, shall be prepared by the contractor and shall be got approved from the competent authority i.e, Chief Engineer, Central Design Organization. For the purpose of approval the contractor shall submit 5 copies to the Engineer-in-Charge. The contractor shall prepare ten copies of approved drawings supplied to him by the Employer with one soft copy. The contractor is expected to organize his work to the best of his knowledge so that final draft of various layouts will be submitted to competent authority within stipulated time period. All the studies layouts, which have been submitted to the Employer, shall become the absolute property of Employer under the copy right act and the contractor shall not use the same in whole or part thereof elsewhere for any purpose without explicit written permission from the Employer. In all difference of opinion on technical matters between the contractor and the Engineer-in-Charge the decision given by the Chief Engineer, Central Designs Organization, Hyderabad and Employer shall be final and binding on the contractor. 10.3 Construction Prog ram me:-The contractor shall submit "Construction Programme" showing quantity wise sequence of operations within fifteen days of commencement date and should get the programme approved from the Employer. Along with the above he will also submit programme of bringing requisite tools and plant, machinery to be engaged by him to the site of work. Contractor shall also prepare his own month wise (detailed week wise), item wise physical construction programme, prepared with computer aided project management software to generate bar chart based on network technique as per approved quantities of different items without modifying date of work order (start date) and stipulated date of completion (end date) within fifteen days of commencement date and get it approved from Employer keeping in view the recommendations of. The programme shall be as per work completion schedule. The contractor shall submit weekly progress report to Enginsftfekv-Charge in approved format of report regularly.

SUPER5HRBINUENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

155

205

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I P^ckage-I Vol. 1 Additional Special Conditions of Contract

10.4. Action when the progress of any crucial item of work is unsatisfactory:If the progress of a crucial item of work, which is important for timely completion of work is unsatisfactory, the Engineer-in-Charge shall not withstanding, that the general progress of work is satisfactory, in accordance with relevant clause be entitled to take action under clause after giving the contractor 7 days notice in writing and the contractor will have no claim for compensation for any loss sustained by owing to such action. 10.5. Inspection and tests:- Except as otherwise provided in here of all materials and workmanship. If not otherwise designated by the specifications, shall be subject to inspection, examination and test by the Engineer-in-Charge or his representative at any and all times during manufacture and/or construction and at any / all places where such manufacture or construction are carried on.The Engineer-in-Charge shall have the right to reject defective material and workmanship or require its corrections. Rejected workmanship shall be satisfactorily replaced with proper material without charge thereof and the contractor shall properly segregate and remove the rejected material from the premises, if the contractor fails to proceed at once with the replacement of the rejected material and / or the construction of defective workmanship, the Engineer-in-Charge may replace such material and / or correct such workmanship and charge the cost thereof to the contractor. The Contractor shall be liable for replacement of defective work up to the time in accordance with the conditions of contract of all work to be done under the contract. The contractor shall furnish promptly without additional charge all facilities, '. labour and material necessary for the safe and convenient inspection and tests that may be required by the Engineer-in-Charge. All inspections and tests by the Engineer-in-charge or his representative shall be performed in such a manner as not to unnecessarily delay the work. Special full size and performance test shall be charged with any additional cost of inspection when the contractor does not make materials and workmanship ready at the time of inspection. 10.6 Damage to Works:-The works whether fully completed or incomplete, all the works materials, machinery, plants, tools, temporary buildings and other things connected there with shall remain at the risk and in the sole charge of the contractor until the completed work has been delivered to the Engineerin-Charge. Until such delivery of the completed work the contractor shall at his own cost take all precautions reasonably to keep all the aforesaid works, materials, machinery, plants, temporary buildings and other things connected there with free from any loss or damage and in the event of the same or any part thereof being lost or damaged, he shall forth with reinstate and make good such loss or damage at his own cost.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

156

206

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 Additional Special Conditions of Contract

10.7. Examination and tests on Completion:- On the completion of the work the Engineer-in-Charge shall make such examination and tests of the work as may then seen to him possible, necessary or desirable, and the contractor shall furnish free of cost any materials and labour which may be necessary therefore, and shall facilitate in every way all operations required by the Engineer-in-Charge in making examination and tests. 11.1 Haul Roads: The Contractor shall make the work sites accessible to the Employer/Engineer-in-charge or their authorized representatives for inspection by way of constructing / maintaining all weather roads/approaches. Layout of construction of road: The Contractor shall have to submit detailed plan to the Engineer-in-Charge showing the layout of the work site, roads and approach roads proposed by him, before he starts the actual work. Such a road layout road plan will be scrutinized by the Engineer-in-Charge and any modifications suggested by him will be binding on the contractor. If it is decided by the Engineer-inCharge to have some of the roads proposed by the Contractor as common road for common use of department/Employer and other contractors or convenient and for compact and planned layout of work site, the Contractor will be bound to construct them and allow them to be used simultaneously by other Contractors and departments. In case of disputes, the decision of the Engineer-in-Charge shall be final and the binding on the Contractor. 12. Regulations and Bye-laws: The contractor shall conform to the regulation, bye-laws, any other statutory rules made by any local Authorities or by the Government and shall protect and indemnify Government against any claim or liability arising from or based on the violation of any such laws, ordinance,, regulations, orders, decrees, etc., Passing of Foundation etc., After the completion of the work of excavation, the same will be checked and passed by the competent authority. No masonry or concrete or back filling shall be laid unless the foundations are so passed. No concreting shall commence, unless the centering and the reinforcement is checked and passed by the Engineer-in-charge. SIGNING FIELD BOOKS, LONGITUDINAL SECTIONS AND MEASUREMENT BOOKS : SECTIONS, CROSS-

11.2

13.

14.

Before starting the work, and at the end before the work is covered, levels for plotting the longitudinal sections (along the axis as decided by Engineerin-Charge or his authorized representative) and cross section of the portion of tjjgfflf^Hjkshall be taken by authorized Engineer of the contractor in the

"^C^^^^raR ^ ^

SUPEJ^^&^INrrENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

157

207

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Vol.1 Additional Special Conditions of Contract

presence of the Engineer-in-Charge or his authorized representative and the same shall have to be got attested from the Engineer-in-Charge or his authorized representative in token of acceptance. If the contractor fails to take measurements and sign them, then the measurements recorded by the Engineer-in-charge, or his authorized representative in the authorized books shall be final and binding on the contractor. For this purpose, suitable date or dates shall be fixed by the Engineer-in-Charge and intimated to the contractor at least three days in advance. If the contractor, or his duly - authorized agent fails to attend on the appointed date or dates, the levels and measurements shall be taken in his absence and such levels and measurements and longitudinal sections and cross sections based there on shall be final and binding on the Contractor. The levels will be taken on such alignments and cross sections as will be useful for reference permanently and described under specification for "Excavation". The point of the locations for the levels will depend upon the roughness of the area and will also be at least in conformity with the requirement of specifications for "Excavation" as for as possible. The similar procedure for record measurements shall hold good for all other items and activities involved in execution of the work. All the levels/measurements shall be recorded by the Engineer-in-Charge or his y- authorized representatives in the authorized level / measurement books. TEST RESTULTS : (Corrigendum^) ; The contractor shall produce results of quality control tests carried out on the ' works by his staff and the quality audit conducted by the Employer and their authorized representative on these works. If the test result do not fulfill the stipulated criteria laid down in specifications the payment will be limited as per the provisions in the specification(s) and if number of results fail beyond the limit of acceptance, then the contractor shall not be paid unless he rectified all such imperfect work(s). The decision of the Chief Engineer, Godavari Lift Irrigation Scheme, K.C. Colony, Chinthagattu, Hanamkonda, Warangal in respect of the matters pertaining to the quality control shall be final and binding on the Contractor. CLEANING UP: a) The Contractor shall at all time keep the construction areas and his colony and storage free from accumulation of waste or rejected materials. b) Prior to the completion of the work, the Contractor shall remove all rubbish from and around the promises and all tools, scaffolding equipment and material which are not part of permanent structures.

CONTRACTOR!

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

158

208
17.

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1 Additional Special Conditions of Contract

COMMUNICATIONS AND NOTICES BY CONTRACTORS: All communication and or notices pertaining to works and concerning matters, such as passing and approving of foundation, reinforcement, and form work, measurements, mark outs, etc shall be addressed by the Contractor to an officer not below the rank of Engineer-in-Charge for his review and recommendation. All such notices communications, etc shall be addressed in good time so as not to hold up the work.

18.

The contractor shall not be entitled to claim any compensation from department for the loss suffered by him on account of delay by Employer in approval of design, drawing, approval to foundation, approval of alignment etc. Works to be executed in accordance with Specifications, Drawings, Orders etc.,:-The Contractor shall execute the whole and every part of the work in the most substantial and workmen like manner and both as regards materials and otherwise in every respect in strict accordance with specifications. The Contractor shall also confirm exactly, fully and faithfully to the designs, drawings and instructions in writing relating to the work signed by the Engineer-in-Charge and lodged in his office, and to which the contractor shall be entitled to have access at such office or on the site of the work for the purpose of inspection during office hours, and the contractor shall if he so requires, be entitled at his own expense to make or cause to be made copies of specifications and of all such designs, drawings and instructions as aforesaid. Alterations in Specifications and Designs:- The Engineer-in-Charge shall have power to make any alterations in, or omissions from, addition to, or substitutions for the original specifications and approved drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instruction which may be given to him in writing signed by the Engineer-in-Charge and such alterations omissions, additions or substitutions shall not invalidate the contract and any altered, additional or substituted work which the contractor may be directed to do in the manner above specified as part of the work, shall be carried out by the contractor on the same conditions, in all respects on which he agreed to do the main work and at the same bid cost. Being a Lump sum contract on EPC financial claims on the department shall not be considered.

19.

20.

21.

Time limit for unforeseen disputes:- Any dispute should be brought to the notice of the Engineer-in-Charge in writing within one month of the occurrence of such disputes.

SUPE^^HD^G-ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

159

P.V.N.R.Kanthanapally Sujala Sravanthi Project

2 0 9

Phase-I Package-I Vol. 1 Additional Special Conditions of Contract

Action and compensation payable in case of bad work:-lf at any time before security deposit is refunded to the contractor it shall appear to the Engineer-in-Charge or his representatives or his subordinates in-charge of the work that any work has been executed with unsound, imperfect or unskilled workmanship or with materials of inferior quality or, that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to that contracted for, or otherwise not in accordance with contract, it shall be lawful for the Engineer-in-Charge to intimate this fact in writing to the contractor, and then notwithstanding the fact that the work, materials or articles complained of may have been inadvertently passed, certified and paid for, the contractor shall be bound forthwith to rectify or remove and reconstruct the works specified in whole or in part as the case may require, or if so required to remove the materials or articles so specified and provide other proper and suitable materials or articles at his own proper charge and cost and in the event of his failing to do so within a period to be specified by the Engineer-in-Charge in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate of one percent of the amount of the estimate for every day not exceeding ten days during which the failure so continues and in the case of any such failure, the Engineer-in-Charge may rectify or remove and re-execute the v work or remove and replace the materials or articles complained of as the ,- case may be at the risk and expense in all respects of the contractor. Should ' the Engineer-in-Charge consider that any such inferior work or materials as described above may be accepted or made use of, it shall be within his ; discretion to accept the same after imposing penalty as decided by him. Works to be open for Inspection:- All works, under or in course of .. execution or executed in pursuance of the contract shall at all times be open to the inspection and supervision of the Engineer-in-Charge or his representatives and his subordinates and the contractor shall at all times during the usual working hours and at all other times at which reasonable notice of the intention of Engineer-in-Charge or his representatives or his subordinates to visit the work shall have been given to the contractor either he himself be present to receive orders and instructions, or have a responsible agent duly accredited in writing, present for that purpose. Orders given to the contractor's agent shall be considered to have the same force as if they had been given to the contractor himself. Notice to be given before work is covered up:- The contractor shall give not less than five days notice in writing to the Engineer-in-Charge or his representatives or his subordinate in-charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be verified/checked and correct dimensions thereof be taken before the same is so covered up or placed beyond the reach of verification/checking of any work without the consent in writing of the Engineer-in-Charge or his reprsentatives or subordinates in-charge of the work, and if any wpjiustiairbe covered up or placed beyond the reach of

CONTRACTOR V \

Mil

SUPERINTENDING ENGINEER,^ ADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

^ i= ^

\
160 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

PIQ

" ""

Vol. 1 Additional Special Conditions of Contract

verification/checking without such notice having been given or consent obtained, the same shall be uncovered at the contractor's expense or in default thereof, no payment or allowance shall be made for such work or materials with which the same was executed. 25. Contractor to supply Plant, Ladders, Scaffolding etc.,:- The contractor shall supply at his own cost materials, plant, tools appliances, implements, tackle, scaffolding and temporary works requisite for the proper execution of the work, whether original, altered or substituted and whether included in the specifications or other documents forming part of the contract or referred to in these conditions or not, or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage therefore to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works and counting, weighing & assisting in the checking measurement or examinations at any time and from time to time of the work or materials. Failing his so doing, the same may be provided by the Engineer-in-Charge at the expense of the contractor and the expenses may be deducted from any money due to the contractor under the contract, or from his security deposit or the proceeds of sale thereof, or of a sufficient portion thereof Contractor is liable for damages arising from non provisions of lights, fencing etc., The contractor shall also provide at his own cost, except when the contract specifically provided other wise and except, for payment due under clause 4.28 all necessary fencing and lights required to protect the public from accidents, and shall be bound to bear the expenses or defense of every suit, action or other proceedings of law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and costs which may be awarded in any such suit, action or proceedings, to any such persons or which may with the consent of the contractor be paid to compromise any claim by any such person. AUDIT AND TECHNICAL EXAMINATIONS: The Employer shall have the right to cause any audit and technical examination of the works and the final bills of the Contractor including all supporting vouchers, abstracts etc to be made after payment of the final bill and if as a result of such audit and technical examinations any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed by him to have been done by him under the contract and found not to have been executed, the contractor shall be liable to refund the amount of overpayment and it shall be lawful for Government to recover the same from him in the manner prescribed in relevant clause and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of lent shall be duly paid by Government to the contractor.

26.

SUPERBSEKBtNOTOGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

161 Ql j

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1 Additional Special Conditions of Contract

Provided that Govt. shall not be entitled to recover any sum overpaid, nor the contractor shall be entitled to payment of any sum paid short where such payment has been agreed upon between the Engineer-in-Charge on the one hand and the contractor on the other hand, under any term of the contract permitting payment for work after assessment by the Engineer-in-Charge. PERMISSION FOR CROSSING NH/SH/ROADS/RAILWAY LINES: a) The works of the kanthanapally project is likely to have several crossings for National Highway, State Highway, Other Roads, Railway lines, HPCL Oil pipelines, GAIL gas pipelines water pipelines etc., and as such necessary letter to grant the permission for crossing those premises shall be issued to the respective authorities by the Engineer-in- Charge. However the contractors will have to keep the follow-up and obtain timely clearance from the concerned authorities. Costs of those crossing shall be deemed to be included in the Bid except the crossings pertaining to railway lines. b) DIVERSION OF EXISTING ROADS: The contractor shall make arrangements to divert all the existing roads falling in the working area with the approved standards as suggested by the Engineer-in-Charge. The cost of all such diversion of roads shall . deemed to be included in the quoted price. LAND ACQUISITIONS After the alignment/HP's are finalized the process of land acquisition shall be started by the Engineer - i n - charge with the help of contractor. As such necessary proposals will be submitted to the respective authorities by the Engineer-in-charge and to be processed with L.A. authorities by the agency for early taking possession of land. (Corrigendum-4) USE OF SITE a) All areas of operation including those of his staff and labour colonies handed over to the contractor shall be cleared and handed over back in good condition to the Engineer-in-Charge after completion of works under this contract or the termination of contract whichever is earlier. The Contractor shall make good to the satisfaction of the Engineer-in-Charge any damage or alterations made to areas which he has to hand over back or to other property or land handed over to him for the purpose of this work. b) The lands shall as herein before mentioned be handed over back to the Engineer-in-charge immediately after completion of the,work under this contract or the termination of the contract whichever is earlier. Also no

CONTRACTOR\\5\,,'ue,dDaa>/5/j

SUPERBT^MDING ENGrNEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu3Warangal.

162

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1 Additional Special Conditions of Contract

land shall be held by the Contractor longer than the Engineer-in- Charge shall deem necessary and the Contractor shall on due notice by the Engineer-in-Charge vacate and returned the land which the Engineer- inCharge may certify as no longer required by the Contractor for the purpose of the works. In case the lands are not handed over back to the Employer within the time limit; specified above penal rent as may be decided by the Engineer-in-Charge will be recovered from the contractor. c) The vegetation and forest is noticeable in project area. The Contractor should take utmost care for the preservation of this vegetation and forest. Any damage in this vegetation and forest will have to be compensated by the Contractor and decision of Engineer-in-Charge will be final and binding on Contractor.

CONT.

SUPERSH3ENBMUENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chmthagatta,WarangaL

163
0

P.V.N.R.Kanthanapaily Sujala Sravanthi Project Phase-I Package-I Vol.1, Appendix (Sl,PI,CW,HW,OM)

APPENDIX-SI SECTION - I SURVEYS AND INVESTIGATION SCOPE OF SERVICES The Contractor's Scope of Services shall include the following activities: 1.0 1.1 Review and Assessment of Data Requirement. Review of survey and investigation data and identification of additional /fresh survey and investigation requirement considered necessary for Spill Way and its appurtenant works Earth Dams, Navigation channel etc., preparation of estimates, for record preparation of land plan schedules and LA. Proposals including property cases and execution, investigation, commissioning and maintenance of the project. Review of technical and design parameters for Spill Way and its appurtenant works Earth Dams, Navigation channel etc., and its appurtenant works, embedded parts for Hydro Mechanical and Instrumentation works. Preparation and submission of Reports on the above for the information to the Employer. Preparation of work programmes for carrying out additional/fresh investigations and studies for the information of the Employer. The contractor shall submit a review report after carrying out the above activities for acceptance of the Employer. Additional/fresh Investigations and Observations and Studies Carrying out additional /fresh surveys, geotechnical investigations and laboratory tests, analysis and studies including collection of other relevant data as necessary. Evaluation of results of additional investigations and laboratory tests, analysis and studies including collection of other relevant data as necessary. Finalisation of conceptual plan based on the extent of designs / drawings finalized at CE CDO/ Planning of the employer. The detailed investigation and geo technical investigations and the studies are to be carried out for the components of the Project. The conceptual plan shall be on whole, to the part principle. Preparation and submission of reports on Clause 2.1 & 2.2 above for references, acceptance and record of employer.

1.2

1.3 1.4 1.5 2.0 2.1

2.2

2.3

2.4

CONTRACTO

43^t^*"'
SUPERINTENDING ENG1NEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

164

214
3.0 3.1

.-<
DETAILED INVESTIGATION:

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Appendix (SI,PI,CW,HW,OM)

Preparation of a memorandum on conducting surveys and investigation indicating investigation criteria, methodology to be followed, equipment proposed to be used and method of analysis on all components of the project. Deleted. Survey for fixing alignment taking trial pits and borrow area survey and obtaining approval of competent authority and fixing permanent bench marks. Deleted. Deleted. Deleted. Deleted. Deleted. Deleted. Deleted. Any tests/ studies / investigations found necessary or suggested by CE, CDO during execution / operation and maintenance period the contractor has to carry out such studies / investigations at his own cost. Liaison with the employer. Investigation liaison with Employer/Engineer-in-charge from the start of investigation to actual Commissioning of the project in full. Preparation of monthly progress reports on the progress of the investigation Work. No separate payment shall be made for conducting any of the surveys, detailed investigation and geotechnical exploration etc., indicated above and needed for the completion of the project and shall deemed to be included in the quoted price.

3.2 3.3

3.4 3.5 3.6 37 3.8 3.9 3.10 3.11

4.0 4.1 5.0

6.0

SUPERilESDme^N6INEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

165

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Voll, Appendix (SI,Pl,CW,HW,OM)


** -ft. XJ

Appendix P I SECTION - I I DESIGN AND ENGINEERING SCOPE OF SERVICES The Contractor's Scope of Services shall include the following activities: 1.0 1.1 1.2 Review and Assessment of Data Requirement investigation requirement and studies required for design, execution, commissioning and operation of the project. Review of technical and design parameters for Spill Way and its appurtenant works Earth Dams, Navigation channel etc., Embedded parts for Hydro-mechanical and Instrumentation Works. Preparation and submission of Reports on the above for the information to the Employer. Preparation of work programmes for carrying out additional investigations and studies for the information of the Employer. 1.5 2.0 The contractor shall submit a review report after carrying out the above Activities for acceptance of the Employer. Additional Investigations and Observations and Studies 2.1 ; Carrying out additional surveys, geotechnical investigations and laboratory tests, analysis and studies including collection of other relevant data as necessary. 2.2 2.3 Evaluation of results of additional investigations, carrying out studies and analysis for the design of the Project components. Finalisation of conceptual plan based upon the extent of designs / drawings finalized at CE CDO / planning of the Employer, the works to be executed for Canal System of the scheme. The conceptual plan shall be on whole to the part principle. Preparation and submission of Reports on point 2.1, 2.2 and 2.3 above for reference, acceptance and record of the Employer. Detailed Design Preparation of design memorandum indicating design criteria, design parameters, design assumptions, method of analysis on all components of the project (Civil, Structural, Hydro-mechanical). These design briefs shall be submitted to the Employer for approval before carrying out detailed design and construction drawings.

1.3 1.4

2.4 3.0 3.1

CONTRACTOR\V&\

Mil

iRIOTENDING ENGINEER, I&CADD., SUPEI J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

166 9 1 C Cl * L

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Ko/.i, Appendix (SI,PI,CW,HW,OM)

3.2

Detailed design for the Civil Works i.e., Spill Way and appurtenant works, Earth Dams, including drawings required for the execution of the calculations performed and the construction drawings issued shall be submitted to the Department for getting the approval by the competent authority i.e., CE.CDO. The remarks raised by the CE, CDO during scrutiny shall have to be attended by the contractor at his cost. Detailed design of Embedded EM and instrumentation Parts including drawings required for the execution of the Works and ail calculations performed and the construction drawings issued shall be submitted to the Department for getting the approval by the competent authority i.e., CE,CDO. The remarks raised by the CE, CDO during scrutiny shall have to be attended by the contractor at his cost. Details of control arrangement including drawings required for the execution of the Work shall be submitted to the Department for getting the approval by the competent authority i.e., CE, CDO. The remarks raised by the CE, CDO during scrutiny shall have to be attended by the contractor at his cost. Additional designs and modifications, as needed, during construction. The contractor shall adopt modern methodology/State of art Techniques in design of structures like using HDPE film/Geo-membrane/Geo-textile etc. Preparation of Commissioning and O & M Manuals. Project Completion Report Preparation of as-built drawings and a Detailed Project Completion Report. Design liaison with the Employer Design liaison with the Chief Engineer.Godavari Lift Irrigation Scheme, Chief Engineer, CDO, Hyderabad / Superintending Engineer, JCR-DLIS CIRCLE.KC Camp Chinthagattu, Warangal from the start of the investigations and until commissioning of the project in full. Design, Preparation of Monthly Reports on the progress of the project work as a whole for information of the Employer, in respect of: Investigation & Surveys. Design and engineering. Civil Construction. Embedded Parts for Gates and Hoisting arrangements & EM Parts and Instrumentation items. Control arrangement. Technical status (Present status and future programme)

3.3

3.4

3.5 3.6 4.0 5.0 5.1 6.0 6.1

6.2

CONTRACTORS Zr

SUPERI>E^jG-ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

167

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I

217

y<>llt Appendix (SI,PI,CW;HW,OM)

Project status ( Time Schedule, achievement of mile-stone, slippage in time schedule with specific reference to activities and acceleration measures proposed) Financial status ( Present status and future projection) Deployment of Manpower, Labour, Expatriates staff and Construction Equipment Further more the Report shall include necessary photographs and sketches showing the previous month's progress. 7.0 7.1 Supply of Drawings, Reports etc. The Contractor shall furnish to the Employer's office the following number of copies of drawings, reports and other technical documents:

SL NO. 1 2

PARTICULARS Drawings for information Drawings for approval

HARD COPIES 5 (five) sets 5 (five) sets

SOFT COPIES 1 (One) 1 (One)

REMARKS

One hard copy shall be returned to the Contractor with approval or comments.

Approved drawings

1+ 10 sets

1 (One) copy in CD Shall be submitted in accordance with Clause 118 of General Conditions of Contract. One hard copy shall be returned to the Contractor with approval or comments. 1 (One) copy in CD 1 (one) copy in CD

As-built document

Review Report/ Design 2 (Two) sets Briefs/Design Memo/ Design Reports (Draft) Review Report/ Design 1 + 10 sets Briefs/Design Memo/ Design Reports (Final) Commissioning and 2 (Two) sets O&M Manuals (Draft)

One hard copy shall be returned to the Contractor with approval or comments.

CONTRACTOR

SUPERINTfiMBflfGrENGINEER,I&CADD., J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

168

218

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Appendix (SI,PI,CW,EW,OM)

9 10

Commissioning and O&M Manuals (Approved) Progress Reports Final design computations

10 sets

(Ten)

1 (One) copy in CD

6 (Six) sets 6 (six) sets

11

Detailed Project 10 Completion Report sets

1 (One) copy in CD (Ten) 1(One) copy in CD

7.2 8.0

All Software used shall also be loaded in Employer's computers for design verification and Employer's subsequent use at no additional cost. The quoted price shall include cost of design and Engineering works indicated above and needed for the completion of the project.

CONTRA'

SUPEI^TCNDD^GENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaL

169

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.I, Appendix (SI,PI,CW,l(W,OM)

Appendix - CW SECTION - III CIVIL WORKS SCOPE OF SERVICES Name of work:- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L P . Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" > Civil works to be executed shall be the following major components. 1 .Earth dam on either side of spillway with necessary instrumentation and foundation treatment. 2.Formation of Double lane width BT Road on earth bund, safety measures like procurement of motor launches, speed boats etc., and lighting arrangements to Spillway, Power blocks; NOF, Earth dams, and camp colony 3.Providing Diversion arrangements for river Godavari for a return flood of 1 in 100 years by constructing coffer Dams on U/s and D/s. 4.Spillway with crest level +75.00M to pass the designed discharge with necessary divide walls on the downstream and foundation treatment. 5. Non-overflow dam with necessary foundation treatment

170

220

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Appendix (SI,PI,CW,HW,OM)

6.Supply, Manufacture erection and commissioning of 131 Vertical Gates with Rope drum hoisting arrangement and, all related components including instrumentation for automatic operation of gates, Required sets of Stop log elements and not less than 3 nos of Gantry crane arrangement for hoisting stop logs and accessories. 7. 4 Scour sluices of size 2.00 X 3 m, fish ladders etc. 8.Operation and Maintenance for a period of 5 years including defect liability period of 2 years after successful completion of the project. 9.Construction of buildings , camp/residential/office. 10. Double lane Road Bridge over spillway, power block of not less than 9.75m top width with d/s foot path 1.50m as per MORTH drawing. 11. Construction of Power Blocks for Power Generation with intermediate .dividing walls for each unit upto fore bay of power house. Construction of trash racks. Supply, Manufacture erection and commissioning of 12 nos, Vertical Gates with Rope drum hoisting arrangement and all related components including instrumentation for automatic operation of gates, Required sets of Stop log elements and Gantry crane arrangement for hoisting stop logs and accessories. 12. Formation of single lane black top approach road from existing R&B road (Eturunagaram to Tupakulagudem) to Barrage work site including construction of CM & CD works and formation of internal camp colony roads with BT. 13. Construction of Head Regulator including Bank connections 14. Construction of Navigation locks and navigation channel. 15. Necessary instrumentation and electrification for Spillway, NOF, Power .blocks,Earthdam, Head regulator, etc. 16. Beautification of Project site and camp colony The Scope of work shown above is only indicative and detailed scope basic parameters and project profile have been described in the bid document in appropriate chapters.

SUPERISTSS^GENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

171

?21
SECTION - IV

P.V.N-R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Appendix (S1,F1,CW,HW,0M)

Appendix - H W GATES & EM PARTS SCOPE OF SERVICES The scope of work in this section includes, vertical gates for spillway with rope drum hoisting arrangements, including instrumentation for automatic operation of gates, scour sluice, gates with necessary hoist arrangements and stop log gates and Number of Gantry crane arrangements but not limited to the following: 1. Detailing, supply and manufacture, inspection, shop assembly, testing, etc. 2. Delivery, transit insurance, collection of equipment and custom clearance (if any), inland transportation to site. 3. Site storage, including insurance, transportation and handling. Site erection, testing and commissioning including provision of labour, plant material etc. for the above. 4. Handing over to Employer. Supply and installation of all incidentals not specified but are necessary for proper completion and satisfactory functioning of the system. 5. The Contractor shall supply the following equipment, which will meet in all respects, the requirements of Employer in regard to performance, durability and satisfactory operation. All the equipment supplied shall conform to the relevant Indian Standards. Wherever, Indian Standards are non-existent or silent, relevant International Standards (as agreed . between the Employer and the Contractor) shall be followed. The sizes and numbers of units are based upon Employer's preliminary design and may vary to suit site conditions and design requirements. Installation of Embedded Metal Parts. Installation of Instrumentation Systems.

CONTRACTO

SUPERINTCM5INGTOGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

172

222

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Appendix (SI,PI,CW,HW,OM)

Appendix - O & M SECTION - V OPERATION AND MAINTENANCE TERMS AND CONDITIONS GENERAL (Corrigendum-4) "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-IPackage-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" SCOPE OF SERVICES The scope of services for Earth Dams, Spillway, non overflow dam, Spillway vertical gates including rope drum hoisting arrangements, stop log gates, gantry crane, navigation Channel, Electromechanical works, sub stations should include the following, for a period of Five years including defect liability period of Two years. To maintain all permanent civil and Hydro-mechanical works, operation and maintenance of all gates as and when required. To provide all services necessary to operate and maintain the project efficiently, to optimize the useful life of the project etc. To operate the project in accordance with the operation and maintenance manuals of the equipment manufacturers / O&M Manuals of Central Water Commission Guidelines and as directed by the Engineer-in-Charge.

173

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

OOO

Voll

> Appendix(SI,PI,CW,HW,OM)

To provide requisite numbers of qualified personnel as agreeable to the department to perform the services. To maintain operating logs, records as per the requirement of the department. To carryout maintenance of the equipment and carry out repair and preventive maintenance in accordance with the recommendations of the equipment manufacturers / and in accordance with the standard manuals. To maintain all the historical record of O&M which are useful to carry out the technical audit for health of the equipment. To provide technical assistance to the Employer, in solving operational and maintenance problems. To provide all spare parts, tools, equipment, consumables etc. required to operate and maintain the project in accordance with prudent utility practice and keeping in view warranty period. Maintain all roads, yards, walkways, the colony, house keeping and security of the project. Procure, maintain and keep in ready fire protection system and safety equipment for the project. Recommend improvements / modifications in the project by competent authority and to implement the same. Represent the Employer in meetings/discussions with kanthanapally Project and other authorities. Engage sub-Contractors and vendors, as may be necessary for the performance of services approved by the competent authority. Suggest improvements in the operation and maintenance schedule for better performance. To prepare Annual Operation Plan and submit to the Employer for approval. The agency shall have to get the alignment verified of, Earth Dams and Spillway by the survey of India with DGPS, reference points shall also be fixed by using DGPS.

GOVERNMENT RULES The Contractor shall perform the work in accordance with Indian and other applicable laws (including environmental protection, sanitary, employment, industrial safety and labour laws) regulations, codes, permits, licenses, court orders and standards binding and enforceable on the Employer. The Contractor shall pay income or other taxes resulting from the performance and payment made to him in this connection.

CONTRAC

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

174

24
OPERATING PERSONNEL

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Appendix (SI.PI.CW.HW.OM)

The Contractor shall deploy experienced personnel for operation and maintenance of the project. The deployment schedule indicating the name of the persons, responsibility assigned to each of them and their bio-data shall be provided to the Employer.

PERIODICAL OPERATION REPORTS All the components of Earth dam / Spillway/Spillway Gantry/ Stop logs / Navigation Channel / Navigation locks / Power Blocks / Power Block gates etc., shall be maintained as per the guidelines of the CE,CDO, l& CAD Department or any authenticated standard maintenance manuals or any other appropriate authority. The Contractor shall prepare fortnightly operation report and submit to the Employer within three days of the end of previous fortnight. The report shall include, the quantum of water released, energy consumed, repairs / maintenance carried out, spare parts / equipment / consumables utilized, labour status report, equipment operational status, status of fire fighting equipment, performance of the project compared to the annual operation plan etc. The contractor shall take the observations of instruments installed in the various parts of earth dam and spillway and keep a record of the observations providing a copy to Engineer-in-Charge analyzing and interpreting these observations and submit a report of the same to the Engineer-in-Charge.

RIGHT TO PERFORM UPON CONTRACTOR'S DEFAULT If at anytime, the Contractor fails to perform and such failure is likely to cause injury to any person or damage to the project, the Employer may, but shall have no obligation to, perform any such obligation. The cost to the Employer of affecting such performance would be deducted from the payment due to the Contractor. No separate payment shall be made for the services indicated above and needed for the maintenance services during the O & M period of five (5) years and shall be deemed to be included in the quoted contract price.

CONTRACTO

SUPERD^ffl6S*eSRfelKEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

175

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Appendix (Sl,Pl,CWtHW,OM)

PAYMENT FOR THE SERVICES The O&M expenses payable to the Contractor by the Employer during five years including defect liability period of two years shall be in the agreed currency (INR) for every quarter based on the invoices raised by the Contractor for the preceding quarter in accordance with the relevant clauses of the General Conditions of Contract. Total payment shall be limited to the price specified for Operation and Maintenance under the payment schedule annexure-ll. While making payment on O&M, 7.5 % of the invoice will be withheld and retained as security for due fulfillment of O&M and this will be released after satisfactory completion of O&M period. The manpower deployment schedule would be provided to the Employer and it would be adhered to strictly. Further the facilities eg. Accommodation, transport, electricity, water etc. to be provided to the deployed manpower by the contractor/Employer would be clearly specified. The man-month charges of the deployed manpower, as scheduled and adhere to would be charged to the quarterly invoice along with the consumables/minor repairs incurred for the quarterly on actual basis. In case of major expenses for replacements / spares, the contractor would inform the requirement to the Employer; The Employer would purchase / provide for the items not covered under defect liability. PRICE ADJUSTMENT The rates and prices quoted by the Bidder are not subject to adjustment during the performance of the Contract for taxes, duties and any other levies including variation in rate of exchange for foreign currency and on account of any other reason what so ever, except those for which there is specific provision for adjustment in the bid document. TRAINING OF EMPLOYERS PERSONNEL The Contractor shall arrange for training of Employer's personnel in operation and maintenance of the project. The Contractor shall provide a detailed training plan for all operation and maintenance procedures along with the bid documents which shall, after approval by the Employer, form the basis of training programme. FORCE MAJEURE Events or circumstances leading to force majeure and its effects on service etc, shall be applicable as given in General Conditions of Contract.

W(. CONTRACTO SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu3Warangal.

176

P.V.N.R-Kanthanapally Sujala Sravanthi Project

QQn *" "

. ,,

Phase-I Package-I Vol.I Appendix (SI,PI,CW,HW,OM)

11.

ACCEPTANCE TESTS ON COMPLETION OF FIVE(5)YEARS O&M PERIOD Upon completion of Five (5) years O&M,period, the acceptance tests shall be carried out before the project is taken over by the Employer or his representatives. These acceptance tests shall be identical to the tests after completion conducted under the EPC portion of the contract. The Contractor shall also make available the proof that maintenance / overhaul of equipment was carried out during Five (5) years' period in accordance with the maintenance schedule of the supplier of the equipment

12.

INSURANCE The Contractor shall obtain and maintain in force throughout during period of maintenance of 5 years including defect liability period of 2 years, all Risk Insurance for the project providing full coverage on replacement value basis. Covered peril shall include fire, flood and allied perils. Insurance for workers against injury and death as per Workman Compensation Act shall also be obtained by the Contractor.

13.

SETTLEMENT OF DISPUTES The settlement of disputes if any shall be handled in accordance with the General Conditions of Contract.

14. 1)

Minimum Requirement during Operation and Maintenance: The Gates operation require 24 hours monitoring and the workmen shall be present in all 3 shifts for all the seasons as Godavari as almost perineal river. Necessary log books for every gate shall be maintained and fortnight report shall be submitted to Engineer-in-Charge. Electrical staff shall be available at dam site and at spillway site in all the 3 shifts and for all seasons. Dewatering of galleries shall be closely monitored in spillway and staff shall be available for all 3 shifts and for all seasons. Gauges shall be monitored in all 3 shifts and for all the seasons and record shall be maintained for the gauge data and gauge discharge data in specified form shall be submitted to Engineer-in-Charge for every fortnight. Drilling and grouting staff shall monitor every day existing up lift pressure using a packer with gauge and necessary drilling operations shall be carried out depending on the up lift pressures.

2) 3) 4)

5)

CONTRAO^DRy^/J

SltfEBsJ?aINGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

177

?.27
6)

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-IPackage-I Vol.l, Appendix (SI,PI,CW',HW,OM)

Instrumentation: The instrumentation readings shall be taken daily and necessary calculations shall be carried out and fortnight reports shall be submitted to the Engineer-in-Charge.

Minimum Staff Required:

s
No

Description

Qualification Degree / Diploma Engineers. Foremen with I.T.I qualification. Mechanics with l.T.l qualification. Operators with l.T.l qualification. Helpers. Sub totar Degree/Diploma Engineers. Foremen with l.T.l qualification. Wiremen with l.T.l qualification. Operators with l.T.l qualification. Helpers. Sub total Degree /Diploma Engineers. Foremen with l.T.l qualification. Mechanics with l.T.l qualification. Operators with l.T.l qualification. Helpers. Sub total Degree /Diploma Engineers. Gauge reader with l.T.l qualification. Sub total Drilling operators. Helpers. Sub total Degree /Diploma Engineers. Instrument readers with l.T.l qualification. Cleaning and sweeping of Dam and Appurtenant works. Sub total Total workers

Total No. of persons 4 4 4 8 32 52 2 4 8 8 28 50 1 2 4 4 20 31 1 16 17 3 15 -J8 2 10 20 32 200

Gates

Electrical Staff:

Dewatering Staff:

Gauging :

Drilling & Grouting :

Instrumentation : 6

CONTRACTO

SUPE

G ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattusWarangal.

178

228

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1, Other Special Conditions of Contract Appendix-OS

OTHER SPECIAL CONDITIONS: SPECIAL CONDITIONS OF CONTRACT

1.0

The contractor shall review all the information / data available with the department and assess the additional surveys, investigation etc. that are to be carried out to fulfill the obligations under the contract. The contractor shall quote the bid price keeping the above aspects in to consideration and no claims what so ever on this issue will be entertained even during execution. Deleted. The contractor would be permitted to use the excavated useful soil and stone for construction purpose at a rate decided by the Engineer-in-charge or rules in vogue. The contractor shall make necessary arrangement for operation such as breaking and crushing the stone to the specified size. The stone used for the entire work in the scope of this contract would be allowed to utilize. However, the contractor shall pay seigniorage charges as indicated in the bid document and the cost of materials used for construction at the rate finalized by the employer on the used quantity of materials at specified rates will be recovered from the bills. The contractor should quote his bid price keeping in view of the above aspect(Corrigendum-4) "If at the Works location and all ancillary works shifting of H.T./L.T. power lines, towers, Electrical poles etc., is required either permanently or temporarily the contractor shall arrange for such shifting of power lines towers, electrical poles etc., through concerned authorities of Andhra Pradesh Electricity Board at his own cost. The Engineer-in-Charge will process the proposals submitted by the contractor to the authorities concerned of Andhra Pradesh Electricity Board. The cost towards shifting of H.T./L.T. power lines, towers, Electrical poles etc., will be reimbursed as per actuals to the Agency on production of proof and verification." .(Corrigendum-4) Deleted. In order to check the accuracy of the investigation work the equipment, labour required transport and other materials etc., at site of work have to be supplied to the Employer without extra cost by the Contractor. Deleted, . . . .

2.0

2.1 3.0

4.0 5.0

6.0

SUPERINTEMB!NG"ENGmEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

179

P.V.N.IUCanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Other Special Conditions of (Contract

P,?9 8.0

Appendix-OS

No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block,' NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general lay-out drawing (Comgendum-2) (appended in Vol.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.(Corrigendum-4) Deleted HP. Boards should be displayed of size 2.00m x 1.50 m to facilitate for inspection both at investigation and execution stages. During soil exploration by drilling boreholes for foundations, the contractor shall take required no. of U.D. Samples and normal samples and obtain soil classification soil properties and bearing capacity by getting them in the soil testing laboratories of Government Labs/Engineering Colleges or other reputed firms. The contractor shall provide certain U.D. Samples and normal samples to the department/ Engineer-in-Charge also so as to get them tested parallelly at APER Lab if required. The cost of such testing shall be borne by the contractor only. The contractor shall furnish draft reports on design Engineering, drawings, in five copies for obtaining the approval of the competent authority. After approval, the contractor shall furnish ten copies of booklets and 1 soft copy in C D . for record of the department at his cost and no separate payment will be made towards this. The contractor shall furnish ten (10) copies of Land plan schedules and Land acquisition proposals for obtaining approval of competent authorities, wherever necessary.

9.0 10.0

11.0

12.0

13.0

CONTRACTOR

S f e - '"""'
SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,CMnthagattu,WarangaL

180 9QA " U U

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Other Special Conditions of Contract Appendix-OS

14.0

The contractor shall fix enamel coated metallic measuring gauges both on U/s and D/s side of all the structures and at suitable locations as suggested by the Engineer-in-Charge. The contractor shall provide Hectametre and Kilometer stones of standard design on Earth Bunds and channels and cost there of is deemed to be included in the quoted contract price. R.R. Masonry / CR masonry Structures shall not be permitted. The contractor has to make his owri arrangement for dewatering of foundation etc., wherever necessary with in the quoted contract price. The concrete mixes to be adopted for all the structures shall be design mixes only and these design mixes shall be conducted the APERL Hyderabad and got approved by the Engineer-in-Charge before adoption. The contractor shall plant shade giving trees at specified @ 10 M intervals wherever possible in the project area or as directed by Engineerin-Charge. The contractor shall arrange cattle guard to all these plants, provide necessary manner, water them daily and sustain them for three years. If any trees are damaged or lost, he shall replace with new plants and shall maintaining these plants. The contract price quoted by the contractor shall include all these items. The safety arrangements like 125 HP motor launch not less than 50 seat capacity and 17 seated speed boat shall be supplied during the execution only and shall be maintained during the execution and O&M period. These items along with all other accessories shall be handed over to the Employer in working condition at the end of O&M period including defect liability period.

15.0

16.0 17.0

18.0

19.0

20.0

21

MODERN TECHNOLOGY The Contractor should adopt the latest / modern methodologies and State of Art Techniques in the investigation, design and execution of works under scope.

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,WarangaI.

181 9 o -I

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.l, Bill of quantities

BILL OF QUANTITIES
PREAMBLE 1. The Bili of Quantities shall be read in conjunction with the instructions to Tenderers, General and Special conditions of Contract Technical Specifications and Drawings. The quantities to be given in the Bill of Quantities are to be estimated by the contractor and are given to provide basis for general assessment of value of work done. The quantities are subject to alterations, omissions, deductions or additions as provided for in the conditions of this contract and do not necessarily show the actual quantities of work to be done. The basis of payment will be the percentage payment at various stages of work which would be assessed on quantities measured by the Contractor and verified by the Engineer at such rates and prices as the Engineer-in-Charge may fix. The quoted bid price, except in so-far as it is otherwise provided under the ' Contract include cost of all constructional material, labour, machinery, transportation, erection, maintenance, profit, taxes and duties together with all general risks, liabilities and obligations set out or implied in the Contract. The plans enclosed with the tender are liable to be altered during execution of work as per necessity of site conditions. The bid price quoted by the tenderer shall hold good for execution of work even with altered plans. The method of measurements of completed work for payment shall be in accordance with the relevant B.I.S. Codes & A. P. S. Specifications. All items of work are to be executed as per the drawings / specifications and as per the conditions of contract and as approved by the competent authority i.e., Chief Engineer, CDO, Hyderabad. Deleted. The actual mix proportion by weight to be adopted during execution will be got designed APERL, Hyderabad to suit the grade of concrete and mortar to be used. It will be the responsibility of the contractor to manufacture concrete and mortar of required strength. The quantum of measurement for all items of earthwork involving conveyance manually or by machinery shall be as assessed by level measurement. The measurements for the embankment will be for the consolidated banks only.

2.

3.

4.

5.

6.

7. 8.

9.

CONTRACTOR

SUPERINT^r5lNG ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

182 _

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

?, 3 2

Vol 1, Bill of quantities

10.

Wherever bailing out of water is involved either for excavation or for foundations or for constructions, the Bidder shall take into account the dewatering charges necessary. No separate payment wiil be made for dewatering. Wherever embankment work is involved, useful soils from the cutting reaches and diversion drains shall be got approved by the Engineer-inCharge if used for forming nearby embankments. The quoted Bid price shall also include the work of any kind necessary for the due and satisfactory construction, completion and maintenance of the works according to the drawings and these specifications and further drawings and orders that may be issued by the Engineer-in-Charge from time to time. The quoted bid price shall include compliance by the Contractor with all the general conditions of contract, whether specifically mentioned or not in the various clauses of these specifications, all materials, machinery, plant, equipment, tools, fuel, water, strutting, timbering, transport, offices, stores, workshop staff, labour and the provision of proper and sufficient protective works, diversions, temporary fencing and lighting. It shall also include safety of workers, first aid equipments suitable accommodation for the staff and workmen, with adequate sanitary arrangements, the effecting and maintenance of all insurances, the payment of all wages, salaries, fees, royalties / Taxes, duties or other charges arising out of the execution of works and the regular clearance of rubbish, reinstatement and clearing-up of the site as may be required on completion of works safety of the public and protection of the works and adjoining land. The work of Building in quality control / assurance shall be deemed to be covered in the quoted Bid price. The Contractor shall ensure that, the quoted Bid price shall cover all stages of work such as setting out, selection of materials, selection of construction methods, selection of equipment and plant, deployment of personnel and supervisory staff, quality control testing etc. The work quality assurance shall be deemed to be covered in the Bid price. a) The special attention of the tenderer is drawn to the conditions in the tender notice, instruction to Bidders wherein reference has been made to the Andhra Pradesh Standard Specifications [APSS] and the Standard preliminary specifications containing therein. These preliminary specifications shall apply to the agreement to be entered into between the contractor and the Government of Andhra Pradesh and shall form an inseparable condition of the contract along with the estimate. All these documents taken together shall be deemed to form one contract and shall be complimentary to another.

11.

12.

13.

14.

CONTRACT^

Mil

SUPERINTEftDfrfG-EHGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

183

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 9 o Q Vol. 1, Bill of quantities

b)

The tenderer shall examine, closely the A.P.S.S. / MOST and also the standard preliminary specifications contained therein and sign the Superintending Engineer's office copy of the APSS / MOST and its addenda volume in token of such study before submitting his overall tender percentage which shall be for finished work in-situ. He shall also carefully study the drawings and additional specifications and all the documents, which form part of the agreement to be entered into by the successful tenderer. The APSS / MOST and other documents connected with contract such as estimate plans, specifications, can be seen on all working days in the office of the Superintending Engineer. The tenderers attention is directed to requirements for materials under the clause 'materials and workmanship' in the preliminary specifications of APSS. Materials conforming to the Bureau of Indian Standards specifications, APSS etc., shall be used on the work. The tenderer has to do his own testing of materials and satisfy himself that they conform to the specifications of respective I.S.I. Codes before tendering. The contractor shall himself procure the required construction materials of approved quality including the earth for formation of embankment and water from quarries / sources of his choice. All such quarries / sources of materials required for the work shall be got approved by the Engineer-inCharge duly furnishing the test reports in writing well before their use of the work. The contractor shall himself procure the steel, cement, Bitumen, Blasting materials, sand, metal, soils, etc., and such other materials required for the work well in advance. The contractor has to bear the cost of materials for conveyance. Inspection of site and quarries by the tenderer: Every tenderer is expected before quoting his Bid price to inspect the site of proposed work. He should also inspect the quarries and satisfy himself about the quality, and availability of materials. The best class of materials to be obtained from quarries, or other sources shall be used on the work. In every case the materials must comply with the relevant standard specifications. Samples of materials as called for in the standard specifications or in this tender notice, Instructions to Bidder or as required by the Executive Engineer, in any case, shall be submitted for the Executive Engineer's approval before the supply to site of work is begun.

15.

16.

17.

18.

19.

CONTRACT'

SU^SNTENDSGENGINEERJ&CADD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

184 c\ t\ M K* C 4

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1, Bill of quantities

20.

The tenderer's particular attention is drawn to the sections and clauses in the A.P. standard specification dealing with a) b) . c) d) e) f) g) . h) Test, inspection and rejection of defective materials and work. Carriage Construction plant Water and lighting Cleaning up during the progress and for delivery. Accidents Delays Particulars of payments.

The contractor should closely peruse all the specification clauses, which govern the overall tender percentage he is tendering. 21. Operation and Maintenance for a period of Five years including defect liability period of Two years for Earth Dams, and its ancillary works and spillway, non over flow dam, vertical gates and its ancillary works after successful completion of the Pro\ect(Corrigendum-4) The quoted Bid price include all construction materials. No escalation in rates will be paid unless specified in the tender document. The tenderer has to quote Bid price considering all the aspects of the tender to complete the finished item of work as per the APSS / MOST / B.I.S. specifications, the special specifications appended, Drawings etc. If there is any contradiction between APSS/MOST and B.I.S. specifications, listed and d.etailed technical specifications, the latter shall prevail. In case of a" job for which specifications are not available with the Schedule or in APSS / MOST or B.I.S. code and are required to be prescribed, such work shall be carried out in accordance with the written instructions of the Engineer-in-charge. The contractor would be permitted to use the excavated useful soils and stone for construction purpose. The contractor would also be permitted to use the excavated useful soils / stone, if any, available at other packages of work with the prior written permission of Employer. However, the contractor shall pay seigniorage charges as indicated in the bid document and the cost of materials used for construction at the rate finalized by the employer on the used quantity of materials at specified rates will be recovered from the bills. The contractor should quote his Bid price keeping in view of the above aspects. (Comgendum-4) For all items of work, intermediate payment will be made as per condition 42 of GCCand.Annexure -II payment schedule.

22.

23. 24.

25.

26.

CONTR^TQR^/^r .

" ' SUPERIN5ffl^e^GlNEK^IS:CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

185

CORRIGENDUM-4

ANNEXURE -1 MILE STONE PROGRAMME Financial in % NAME OF WORK :- "P.V.NarsImha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including 0 & M"

CO

CD

SI.No Description of work

si
o c 3

si
:= co 5 " 4

5S

o c

"I

si
S|
7 8

gf 2 5
9

0 ,

CO

2 Investigation including preparation and approval of designs, drawings, blasting pattern and estimates etc., Earth dam Earth Dam+B.T. Road on Earth Bund Coffer Dam. Head ReguIator(incl.Bank connections) Total SPILLWAY Earthwork excavation for Spill way with including bail out water from foundation Concrete & Allied works Densification of sand NAVIGATION CHANNEL Earthwork excavation for Navigation channel Concrete & Allied works POWER DAM

5 -" 5

si s i
10

3 g
o>(o 11

1 i
a 12 S

u
13

to w O

I 1
14

I I 1 I 1 I
o
5 216

1 I

15

'5

17

2-

u 1 s
19

1
5

o 2 21

22 o i23

H
20

18

0.001

0.001

0.0009

0.0029

II
1 2

0.002 0.0043

0.0034

0.0054 0.0043

0.0066 0.001 0.001 0.001 0.004 0.000 0.000 0.000 0.000 0.009 0.000 0.000 0.000 0.000 0.000

0.0080 0.011 0.000 0.000 0.000 0.000

0.0146 0.027

0,0035

0.0035

0.004

0.004

0.004

0.0025

0.0025

0.0025

0.0025

0.004

0.0315

0.045

0.045

0.045

0.045

0.045

0.056

0.025

0.047

0.032

0.045

0.045

0.05

0.0175

0.018 0.0009

0.02

0.01

0.5853 0.0009 0.0019

0.0019 0.0172 0.01 0.01

0.0372

CONTRACTOR

SUPERlffrCUDlHerEWGINggRV ! ? JCR-DLIS Circle, Warangal

IV

Earth work excavation for Power Dam Concrete & Allied works RIGHT NON-OVER FLOW DAM Earth work excavation forRight NOF Concrete & Allied works Fabrication & erection of spillwayVertical gates with Rope drum hoisting system. Fabrication 5 erection of Naviqation locks. Raising of existing road from Kantanapally x road to barrage site Raising of existing road from Kantanapally x road toLaxmipuram Electrical substation and ,Boats,Generators and dewaterinq Pumps. Provision for instrumentation Construction of Buildings for staff. O&M for Civil works @0.5% per year for 3yearson Rs{1767(248+13.86+7.76)) and 1% peryearfor5yearson Rs (248+13:86) Labour welfare cess Sub total Grand Total

0.006 0.010 0.0017 0.005 0.025 0.020

0.0061 0.0617

0.0020 0.0044 0.02 0.02

0.00203 0.04440

0.13710 0.02 0.015 0.035 0.004 0.0010 0.02 0.001 0.02 0.0017 0.01 0.0171

03
0.00770 0.00630

0.00311

0.003

0.00019 0.01520

0.007

0.00733

0.00087 0.00530 0.0053 0.0017 0.00170 0.00800

0.002

0.003

0.003

0.01000

0.000 0.001 0.1

0 0.001 0.1

0.049 0.049 4.94

0.0505 0.055 5.48

0.0515 0.052 5.15

0.0515 0.052 5.15

0.0685 0.069 6.85

0.0735 0.074 7.35

0.06 0.069 6.86

0.07303 0.07283 0.073 0.073 7.303 7.283

0.0702 0.070 7.02

0.0667 0.067 6.67

0.069 0.069 6.9

0.0616 0.073 7.3

0.0684 0.068 6.84

0.025 0.025 2.5

0.03051 0.031 3.051

0.003 0.003 0.3

0.00806 0.008 0.806

0.01 0.97233 1.000 100.0

CONTRACTOR

^RlNTENDIRG'Tff ENGINECR, JCR-DLIS Circle, Warangal

tf
187

ANNEXURE-II PAYMENT SCHEDULE NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-l-Package-l: Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation. Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD

227

S. No. 1 I II

DESCRIPTION OF COMPONENT 2 Investigation including preparation and approval of designs, drawings, blasting pattern and estimates etc., EARTH DAM Earth Dam+B.T. Road on Earth Bund Coffer Dam . Head Regulator(incl.Bank connections)

PERCENTAGE OF BID AMOUNT 3

0.0029

III

Sub-Total SPILLWAY Earthwork excavation for Spill way with including bail out water from foundation and grouting Concrete & Allied works Densification of sand Sub-Total NAVIGATION CHANNEL Earthwork excavation for Navigation channel Concrete & Allied works Sub-Total POWER DAM Earth work excavation for Power Dam Concrete & Allied works Sub-Total RIGHT NON-OVER FLOW DAM Earth work excavation forRight NOF Concrete & Allied works Sub-Total

0.0054 0.0043 0.0146 0.0243 0.0315 0.5853 0.0009 0.6178 0.0019 0.0372 0.0391 0.0061 0.0617 0.0678 0.00203 0.0444 0.0464 0.1371 0.0077 0.0063 0.0152 0.0053 0.0017 0.008 0.010 0.010

IV

VI

VII VIII IX X XI XII


XIII XIV XV

Fabrication & erection of spillwayVertical gates with Rope drum hoisting system. Fabrication & erection of Navigation locks. Raising of existing road from Kantanapally x road to barrage site Raising of existing road from Kantanapally x road toLaxmipuram Electrical substation and .Boats,Generators and dewatering Pumps. Provision for instrumentation Construction of Buildings for staff. O&M for Civil works @0.5% per year for 3years on Rs(1767 - (248+13.86+7.76)) and 1 % per year for 5years on Rs (248+13.86) Labour welfare cess

>^=f?5ft&WD TOTAL
f CON1

1.00
100

^P^RnST^JDJhltS^N^N^RllgApD. J .ChokkalRao D.L.I.Scheme Circle, K.C.Colony.Chinthagattu.Warangal.

188

238

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I VoLl, Formats of Security

PROFORMA (BY INDIAN NATIONALISED / SCHEDULED BANK) BANK GUARANTEE FOR BID SECURITY We are aware that in accordance with the provisions and conditions of Bid Notice for the work of " ", Sri / M/s.. (name & Address of the Applicant/Bidder) (hereinafter called the "Bidder") shall deposit with the Employer, a bank guarantee towards Bid Security an amount of (Guaranteed Amount) (in words) We, the (Bank) as requested by the Bidder, agree unconditionally and irrevocably to guarantee as primary obligatory and as surety merely, the payment to the Employer, on his demand without whatsoever right of objection on our part and without his first claim to the Bidder, for recovery of the whole or part of the Bid Security from the Bidder. We further agree that any change, or addition to or other modifications of the forms of the contract or of works to be performed there under or of any of the contract document which may be made between the Employer and the Bidder shall not in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. THE CONDITIONS of this obligation are:(1) If after Bid opening the Bidder withdraws or modifies his Bid during the period of bid validity specified in the Form of Bid. If the Bidder having been notified of the acceptance of his bid by the Employer during the period of validity. (a) fails or refuses to execute the Contract in accordance with the Instructions to Bidders, if required; or (b) fails or refuses to furnish the Performance Security and additional performance Security in accordance with the instructions of Bidders, we undertake to pay to the Employer the Guaranteed Amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note the amount claimed by him is due to him owning to the occurrence of one or more of the events specified above

(2)

189

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I

O O C\

Vol.1, Formats of Security

This Guarantee will remain in force up to and including the date** after the dead line for submission of Tenders as such deadline is stated in the Instructions to Tenders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

Yours truly,

Signature & Seal (Name of the Bank)

WITNESS

SEAL.

(Signature, Name and Address)

The Tenderer should insert the amount of the Bid Security in words and figures denominated in Indian Rupee. This figure should be the same as shown in the NIT. 6 months from the deadline date for submission of Tender [As specified in NIT].

CONTRACTOR:

ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.


INDMG

190

240

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats of Security

PROFORMA (BY INDIAN NATIONALISED / SCHEDULED BANK) 2BGs-4.5%+5.0% BANK GUARANTEE FOR PERFORMANCE SECURITY (name and address of Employer)

WHEREAS (name and address of Contractor) (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. dated: entered into with the Employer, to execute [name of Contract and brief description of works] (hereinafter called "the Contractor"); AND WHEREAS it has been stipulated in the said Contract that the Contractor shall furnish the Employer with a Bank Guarantee by an Indian Nationalized Bank / Scheduled Bank for the sum specified therein as Performance Security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Employer such a Bank Guarantee on behalf of the Contractor; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to the Employer , on behalf of the Contractor, up to a total of Rs. [in words], (hereinafter called the "Guaranteed Amount") such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid beyond 6 months from the date of completion of defect liability period (4.50%). Another BG shall be valid beyond 6 months from the date of completion of O & M (0.5%). Signature & seal of the Guarantor Name of Bank Address Date

SUPERINTEN:

R,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

191

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I r\ M ^ Vol.1, Formats of Security

PROFORMA (BY INDIAN NATIONALISED / SCHEDULED BANK) BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY (name and address of Department) WHEREAS (name and address of Contractor) (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. dated: to execute [name of Contract and brief description of works] (hereinafter called "the Contractor"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by an Indian Nationalized Bank/ Schedule bank for the sum specified therein as Additional further security bank guarantee for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of Rs. [amount of guarantee] [in words], such sum being payable and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid upto 6 months after completion of work. Signature & seal of the Guarantor Name of Bank Address ate

CONTRAC^R--^V^ :

SUPERINTENDING ENGDSTEERJ&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

192 _ _ _

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

ir< 4 d

Vol.1, Formats of Security

PROFORMA (BY INDIAN NATIONALISED / SCHEDULED BANK) BANK GUARANTEE FOR MOBILISATION ADVANCE To

(name & Address of Employer) Sub:(name of the work)

In accordance with the provisions of the Conditions of Contract, to get Mobilization advance for the above-mentioned Contract, [name and address of Contractor] (hereinafter called "the Contractor") shall deposit with [name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Contract for an amount of Rs. [amount of guarantee]1 (in words). We, the [bank], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to [name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, for the amount not exceeding ("Guaranteed Amount")1 (in words). We further agree that no change or addition to or other modification of the terms of the Contract or of works to be performed there under or of any of the Contractor documents which may be made between [name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until [name of Employer] receives full repayment of the same amount from the Contractor.

Signature and seal:_ Name of Bank: Ad d ress: Date:


1 .An amount sk8ftj|fifw^ed by the Bank representing the amount of the advance payment and denominatedwi^^ial^Ktroees.

CONT^QTOg^

SUPEE^S^IMJENGSSERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony 5 Chinthagattu,Warangal.

193

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I O A *\ Vol.1, Formats of Security

PROFORMA FORM OF SOLVENCY CERTIFICATE BY BANKS

Managing Director / Manager / General Manager / Agent of Bank Limited do hereby certify that a [here the Names and addresses of the contractor] to be solvent to . the extent of Rs. [Rupees ] as disclosed by the information and record which are available with the aforesaid bank.

For the Date: Place:

Bank

Signature of Bank Manager [Authorised to Sign]

CONTRA'

SUPEITOTENDING ENGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaL

194

?44

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats of Security

UNDERTAKING FROM PARENT/ HOLDING COMPANY (On the letter head of Parent/Holding Company) No:......... Date: The Engineer - in- Chief (I. W.) l&CADDept. Jalasoudha.Erramanzil,Hyderabad, Andhra Pradesh, India. Sub: Invitation for Bid forDear Sirs, We, M/s (Name of the Parent/Holding Company) having registered office at (Address of the Parent/Holding Company) do hereby undertake that in case (Name of work) is awarded to M/s (Name of the Bidder) who is participating in your subject Bid as a Sole Bidder/constituent of JV/Consortium partner, we shall provide the full support for technical and financial requirements for the work " " (the scope of work of subsidiary company) and we shall be responsible for the successful completion of the scope of works of M/s (Name of the Applicant subsidiary company). In case the Bidder, M/s (Name of Subsidiary company) gets qualified and awarded the work, We hereby undertake; (i) to enter into a separate agreement with the Employer as per the Employee's approved format included in the Bid documents. (ii) to furnish an additional performance bank guarantee of value equivalent to five (5%) percent of the Contract Price/five (5%) percent of portion of work (where the Subsidiary Company is a Joint Venture Partner/Consortium applicant) as the case may be, if the applicant subsidiary Company is qualified on the strength of Parent/Holding Company. We do hereby also confirm that we are not participating either as a sole Applicant or as a partner of a Joint Venture/consortium Applicant against the above Invitation for Tender. Yours faithfully, For & on behalf of M/s (Name & Address of the Parent/Holding Company) (Office Seal) Station: Date: Note: This Letter of undertaking shouid be on the letterhead of the Parent/Holding Company and should be signed by a person competent and having the Power of Attorney to bind the Parent/Holding Company. Power of Attorney in favour of this do so together with the authority of its executant be enclosed with this idertaking.
[ Hyderabad)

SUPERINTHEUNe-ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

195

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

O A^\

Volly Formats of Security

PARENT/ HOLDING COMPANY AGREEMENT


(For sole applicant)
THIS AGREEMENT IS MADE on this the th day of between the (Employer) and having its Principal Office at Superintending Engineer, JCR-DL1S Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh India, (hereinafter referred to as the 'Employer' which expression shall unless repugnant to the subject or context or meaning thereof include its successors, administrators, executors and assigns) of the one part; and (name of Parent/Holding Company) a company organized and existing under the laws of and having its Principal Office at (Hereinafter referred to as the "Parent/Holding Company" which expression shall unless repugnant to the subject or context or meaning thereof include its respective successors, administrators, executors and assigns) of the other part; WHEREAS on the Parent/Holding Company's commitment to provide full support for technical and financial requirements and be responsible and liable for successful completion of the works being awarded to M/s (name of Subsidiary Company) and further agreeing to enter into a separate agreement with the Employer besides furnishing an additional Performance Bank Guarantee of value equivalent to 5% of the Contract Price, the Employer has entered into a Contract with M/s. on (hereinafter referred to as the "Contractor" which expression shall unless repugnant to the subject or context or meaning thereof include their successors, administrators, executors and permitted assigns) for the execution of (name of work package) P.V.Narsimha Rao Kanthanapally Sujalasravanthi Project Phase-1-Package-l : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation lock and Navigation channel , Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, Construction of Buildings, formation of internal roads and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis, including O & M (hereinafter referred to as the "Contract").

SUPERINTENDING ENGINEER,I&CADD.J,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

196 r\ M j

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

' " O

Vol.1, Formats of Security

And whereas, in consideration of the aforesaid commitment, the Parent/Holding Company hereby enters into this agreement with the Employer for providing full support for technical and financial requirements to the Contractor and be responsible and liable for successful performance and completion of the woks described in the said Contract on the following terms and conditions: NOW THEREFORE THE PARTIES HERETO HEREBY AGREE AND THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement except where the context otherwise requires, the following expressions shall have the meaning hereinafter respectively assigned to them: 2. "Contract" shall mean the Contract dated entered into between the Employer and the Contractor for the execution of the Work described therein of the Project in the State of in India. 3.(a) The Parent/Holding Company hereby agrees to the Employer to ensure due and faithful performance of the obligations and liabilities by the Contractor under the Contract and remain responsible to irrevocably and unconditionally provide full technical and financial support to the Contractor for completion of the works covered under the Contract. The provisions of Contract shall mutatis-mutandis apply to the Parent/Holding Company. 3. (b) In the event of breach and/ or failure on the part of the Contractor to perform or fulfill any of its obligations and liabilities under the Contract, the Employer may at its discretion call upon the Parent/Holding Company and the Parent/Holding Company shall be obliged to execute and perform or cause to be executed and performed and to satisfy the obligations and liabilities of the Contractor under the Contract in accordance with the terms and conditions thereof without prejudice to any other right or remedy, besides encashing the Bank guarantee(s). 3(c) The Parent/Holding Company shall indemnify and keep indemnified and harmless the Employer at all times against any loss, damage, cost charge and expense whatsoever that may be suffered or incurred by or caused to the Owner on account of such breach. 3(d) It shall not be necessary for the Employer to proceed against the Contractor before proceeding against the Parent/Holding Company and the Parent/Holding Company shall be liable to fulfill its obligations and liabilities hereunder notwithstanding the Employer having undertaken any proceedings and/or obtaining any security from the Contractor for the performance of its obligations under the Contract. In order to give effect to this Agreement, the Employer may at its option be entitled to act as if the Parent/Holding Company was the Contractor for successful completion of the works.

SUPERINTE&nmaENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

197

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I O A *V Voll, Formats of Security

3(e)

However, where the Contractor disputes the occurrence of a breach under the Contract and if such dispute is referred to arbitration in terms of of General Conditions for the Contract, the Contractor is obliged to carry on the works under the Contract. In case, during the pendency of the dispute in arbitration, the Contractor does not carry on the work satisfactorily, the Employer by notice to the Parent/Holding Company shall be entitled to invoke this Agreement, as if a breach had occurred for the purpose of Clause 3(b) hereinabove. It is agreed that the obligations undertaken by the Parent/Holding Company hereunder shall be performed by it notwithstanding any difference or dispute between the Employer and the Contractor pending before any court, tribunal, arbitration or any other authority or forum. This Agreement shall come into force and effect upon the Commencement Date of the Contract and shall remain in force and effective till the date of expiry of operation and maintenance period of 60 months in which defect liability period of 24 months by the Employer pursuant to the Conditions for the Contract. This guarantee is in addition to and without prejudice to the securities offered by and on behalf of Contractor to the Employer and all rights and remedies in respect thereof be reserved. This guarantee shall be a continuing guarantee and be in force notwithstanding discharge of Contractor by operation of any law or insolvency /bankruptcy /winding up/dissolution of the Contractor. The Employer shall have the full liberty from time to time to vary any of the terms and conditions of the Contract by mutual agreement between the Employer and the Contractor and to extend time for performance thereunder by the Contractor or any other party thereto in accordance with the terms of the Contract and / or to postpone for any time and from time to time any of the powers exercisable by the Employer against the Contractor and either to enforce or forebear from enforcing any of the terms and conditions of the Contract and/or the securities available to the Employer from the Contractor and the Parent/Holding Company shall not be released from its obligations and liabilities under this Agreement in any manner whatsoever by any exercise by the Employer of the liberty and / or the rights with reference to the matters as aforesaid or by reason of time being given to the Contractor or any other act of forbearance, waiver or omission on the part of Employer or any indulgence by the Employer to the Contractor or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Parent/ HoldingCompany from its obligations and liabilities hereunder.

4.

5.

6.

7.

CONTRIJJSKPR Jg-j} .

SUPERB^EmJlHGENGINEERJ&CADD'., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony5Chinthagattu,Warangal.

198

P.V.N.R.Kanthanapally SujalaSravanthi Project Phase-I Package-I

\\. A 3 8.

VL 1> Formats of Security Nothing contained in this Agreement shall be construed or interpreted in any way as modifying or amending or relieving in any manner whatsoever the Contractor from their obligations under the Contract. This Agreement shall be interpreted and be governed under the Law of India. Any dispute or difference which may arise between the parties out of or in connection with this Agreement and which the Parties are unable to settle amicably shall be settled by reference to arbitration as per General/Particular/Special Conditions of Contract. The courts of Hyderabad , Andhra Pradesh shall have exclusive jurisdiction provided however that any award made in such arbitration shall be enforceable in any court of competent jurisdiction. IN WITNESS WHEREOF THE PARTIES HERETO HAVE PUT THEIR HANDS HEREUNTO ON THE DAY MONTH AND YEAR FIRST ABOVE WRITTEN AT For and on behalf of the Employer (through representative) Witnesses: 1 2. authorized For and on behalf of the Parent/ Holding Company (through duly authorized representative) Witnesses:

9. 10.

SUPERINTESff^3-mGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

199

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Formats of Security

PAS
PARENT/ HOLDING COMPANY AGREEMENT
(For Joint Venture/Consortium) THIS AGREEMENT IS MADE on this the th day of between the (Employer) and having its Principal Office at Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh India (hereinafter referred to as the 'Employer' which expression shall unless repugnant to the subject or context or meaning thereof include its successors, administrators, executors and assigns) of the one part; and (name of Parent/Holding Company) a company organized and existing under the laws of and having Mts Principal Office at (Hereinafter referred to as the "Parent/Holding Company" of the Joint Venture Partner M/s which expression shall unless repugnant to the subject or context or meaning thereof include its respective successors, administrators, executors and assigns) of the other part; WHEREAS on the Parent/Holding Company's commitment to provide full support for technical and financial requirements and be responsible and liable for successful completion of the scope of works of M/s (name of Subsidiary Company) being awarded to Joint Venture of M/s (name of Joint Venture) and further agreeing to enter into a separate agreement with the Employer besides furnishing an additional Performance Bank Guarantee of value equivalent to 5% of the Contract Price to the portion of work of M/s of Joint Venture, the Employer has entered into a Contract with the Joint Venture comprising M/s and M/s on (hereinafter referred to as the "Contractor" which expression shall unless repugnant to the subject or context or meaning thereof include their successors, administrators, executors and permitted assigns) for the execution of (name of work package) for Project in the State of , India (hereinafter referred to as the "Contract"). And whereas, in consideration of the aforesaid commitment, the Parent/Holding Company hereby enters into this agreement with the Employer for providing full support for technical and financial requirements to its Subsidiary M/s and be responsible and liable for successful performance and completion of the woks described in the said Contract on the following terms and conditions: NOW THEREFORE THE PARTIES HERETO HEREBY AGREE AND THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement except where the context otherwise requires, the following expressions shall have the meaning hereinafter respectively assigned to them: 2. "Contract" shall mean the Contract dated entered into between the Employer and the Contractor for the execution of the Work described therein of the Project in the State of

coNTRAC^m^ y^a
^*ztr

SUPES4ENB^^NGTNEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

200

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

O5 Q

Vol.1, Formats ofSecurity

3.(a) The Parent/Holding Company hereby agrees to the Employer to ensure due and faithful performance of the obligations and liabilities by M/s (name of Subsidiary Company) under the Contract and remain responsible to irrevocably and unconditionally provide full technical and financial support to M/s (name of Subsidiary Company) for completion of the works covered under the Contract. The provisions of Contract shall mutatis-mutandis apply to the Parent/Holding Company. 3. (b) In the event of breach and/ or failure on the part of M/s (name of Subsidiary Company) to perform or fulfill any of its obligations and liabilities under the Contract, the Employer may at its discretion call upon the Parent/Holding Company and the Parent/Holding Company shall be obliged to execute and perform or cause to be executed and performed and to satisfy the obligations and liabilities of the Contractor under the Contract in accordance with the terms and conditions thereof without prejudice to any other right or remedy, besides encashing the Bank guarantee(s). 3(c) The Parent/Holding Company shall indemnify and keep indemnified and harmless the Employer at all times against any loss, damage, cost charge and expense whatsoever that may be suffered or incurred by or caused to the Owner on account of such breach. 3(d) It shall not be necessary for the Employer to proceed against the Contractor before proceeding against the Parent/Holding Company and the Parent/Holding Company shall be liable to fulfill its obligations and liabilities hereunder notwithstanding the Employer having undertaken any proceedings and/or obtaining any security from the Contractor for the performance of its obligations under the Contract. In order to give effect to this Agreement, the Employer may at its option be entitled to act as if the Parent/Holding Company was the Contractor for successful completion of the works. 3(e) However, where the Contractor disputes the occurrence of a breach under the Contract and if such dispute is referred to arbitration in terms of of General Conditions for the Contract, the Contractor is obliged to carry on the works under the Contract. In case, during the pendency of the dispute in arbitration, the Contractor does not carry on the work satisfactorily, the Employer by notice to the Parent/Holding Company shall be entitled to invoke this Agreement, as if a breach had occurred for the purpose of Clause 3(b) hereinabove. 4. It is agreed that the obligations undertaken by the Parent/Holding Company hereunder shall be performed by it notwithstanding any difference or dispute between the Employer and the Contractor pending before any court, tribunal, arbitration or any other authority or forum. 5. This Agreement shall come into force and effect upon the Commencement Date of the Contract and shall remain in force and effective till the date of expiry of the operation and maintenance period of 60 months in which sjfects Liability Period of 24 months by the Employer pursuant to the litions for the Contract.

CTOR

SUPERg$JENDiNGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

201

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

'- D J.

Vol.1, Formats ofSecurity

7.

This guarantee is in addition to and without prejudice to the securities offered by and on behalf of Contractor to the Employer and all rights and remedies in respect thereof be reserved. This guarantee shall be a continuing guarantee and be in force notwithstanding discharge of Contractor by operation of any law or insolvency /bankruptcy /winding up/dissolution of the Contractor. The Employer shall have the full liberty from time to time to vary any of the terms and conditions of the Contract by mutual agreement between the Employer and the Contractor and to extend time for performance there under by the Contractor or any other party thereto in accordance with the terms of the Contract and / or to postpone for any time and from time to time any of the powers exercisable by the Employer against the Contractor and either to enforce or forebear from enforcing any of the terms and conditions of the Contract and/or the securities available to the Employer from the Contractor and the Parent/Holding Company shall not be released from its obligations and liabilities under this Agreement in any manner whatsoever by any exercise by the Employer of the liberty and / or the rights with reference to the matters as aforesaid or by reason of time being given to the Contractor or any other act of forbearance, waiver or omission on the part of Employer or any indulgence by the Employer to the Contractor or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Parent/ Holding Company from its obligations and liabilities hereunder. Nothing contained in this Agreement shall be construed or interpreted in any way as modifying or amending or relieving in any manner whatsoever the Contractor from their obligations under the Contract. This Agreement shall be interpreted and be governed under the Law of India. Any dispute or difference which may arise between the parties out of or in connection with this Agreement and which the Parties are unable to settle amicably shall be settled by reference to arbitration as per General/Particular/Special Conditions of Contract. The courts of Hyderabad Andhra Pradesh shall have exclusive jurisdiction provided however that any award made in such arbitration shall be enforceable in any court of competent jurisdiction. IN WITNESS WHEREOF THE PARTIES HERETO HAVE PUT THEIR HANDS HEREUNTO ON THE DAY MONTH AND YEAR FIRST ABOVE WRITTEN AT For and on behalf of the Employer For and on behalf of the Parent/ Holding Company (through duly authorized authorized (through representative) representative) Witnesses: Witnesses: 1 2.

10.

CONTRAC

^4fr^ ENGINEERJ&CADD.,
J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project

252

Phase-I Package-I Vol.1, Formats B.l to B.24C

FORMATS

CONT

SUPERI^^^SR^G^NGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattiisWarangal.

204

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I rj ^ n Vol.1, Formats B.1 to B.24C
f.-w

Part-B (FORMATS B1 to B 24C ) FORMAT-B1 General Questionnaire (MEMBER-I) M/s.SEW INFRASTRUCTURE LIMITED

a.

Whether the bidder is submitting the bid as an individual Individual/JV/Company or as a Joint Venture (JV)?

JOINT VENTURE

b. . Incase of Joint Venture i) Has the bidder identified the lead firm? YES YES

ii) Has the bidder identified the role of the firms that comprise the Joint Venture? iii) Does your Joint Venture comprise a Public Sector Company? iv) Are there any existing litigation/arbitration case against any member of the Joint Venture? c. Incase of individual Company i) Are there any existing litigation/arbitration case against the Company?

NO

YES

NOT APPLICABLE YES

d.

Is the bidder willing to implement the Project on EPC and O&M

_>

CONTRAC

SUPERfHtENHING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

P.V.N.R-Kanthanapally Sujala Sravanthi Project

OK
I . . V. '

Phase-I Package-I Vol.l, Formats B.l to B.24C

Questionnaire (MEMBER-ID M/s.RITHWIK PROJECTS PRIVATE LIMITED


a. Whether the bidder is submitting the bid as an individual . Individual/JV/Company or as a Joint Venture (JV)? Incase of Joint Venture i) Has the bidder identified the lead firm? YES YES JOINT VENTURE

b.

ii) Has the bidder identified the role of the firms that comprise the Joint Venture? iii) Does your Joint Venture comprise a Public Sector Company? iv) Are there any existing litigation/arbitration case against any member of the Joint Venture? c. Incase of individual Company v) Are there any existing litigation/arbitration case against the Company? d. Is the bidder willing to implement the Project on EPC and O&M

NO

AS PER THE FORMAT-B12

NOT APPLICABLE YES

CONTRA'

SUPERINTENM^rENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

206

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats B.l to B.24C

P55

FORMAT B2 ORGANISATIONAL & MANAGERIAL CAPABILITY A. a) Capability of Bidder in case the proposal is submitted individually. Name and Address of the Bidder Contact Person Telephone No. Fax No. E-mail Address Type of Organisation Corporate deed reference & date of incorporation

b) c)

d) e) f)

Shareholding Pattern Field of Work & licensed capacities Existing Man Power along with brief Resume of Key Personnel Technical (Key Personnel) Financial (Key Personnel) Operational & Maintenance (Key Personnel) Others (Key Personnel)

NOT APPLICABLE

9) h) i)

Name and Address of Sister Engineering Organisation with similar nature of jobs Details of accreditation of quality standards (if available, please specify) General Organizational Chart of Company If the Company has failed to complete any contract or sub-contract, please indicate which one(s), when and why and give detailed explanation on all aspects related with non completion {fines, work problems, compensation etc.)

j)

CONTRAC

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.KanthanapalIy Sujala Sravanthi Project

256

Phase-I Package-I VoLl, Formats B.l to B.24C

B. "Capability of Bidder in case the application is submitted by a Joint Venture.


1. Name of Joint Venture SEW-RITHWIK JOINT VENTURE Please refer copy of Joint Venture Agreement enclosed vide Annexure-E C/o.SEW INFRASTRUTURE LIMITED, 6-3-871, Snehalata, Greenlands Road, Begumpet, HYDERABAD-500016, AP. +91 40 663 000 00 +9140 2340 5016 technical(5)sewi nfra.com C/o.SEW INFRASTRUTURE LIMITED, 6-3-871, Snehalata, Greenlands Road, Begumpet, HYDERABAD-500016, AP +91 40 663 000 00 +91 40 2340 5016 technical(5)sewinfra.com M/s.SEW INFRASTRUTURE LIMITED

Head Office address

Telephone No. Fax No. E-mail Address 2. Regional/Local Office address

Telephone No. Fax No. E-mail Address 3. Name of Company leading the Joint Venture Agreement of intent to form a Joint Venture/ (to be attached) Date of agreement Place

4.

Copy of Joint Venture Agreement enclosed vide Annexure-E Please refer Joint Venture Agreement Hyderabad

5.

Proposed distribution of responsibilities and financial participation of partners:Percentage of Financial Participation Percentage / Field of Technical Participation

Name of Company

Please refer Joint Venture Agreement enclosed vide Annexure-E

CONT

SUPERINTE^emGTENGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

208

P.V.N.R.Kanthanapally Sujala Sravanthi Project

257
6.
a.

Phase-I Package-I Vol.1, Formats BUffi$.2f,C

' **-

Details of individual members*


Name and Address of the Bidder

MEMBER-I
SEW INFRASTRUTURE LIMITED, Regd.Office :6-3-871, Snehalata, Greenlands Road, Begumpet, HYDERABAD-500016, AP SriAN.Murthy, Dy.General Manager (Tech.) +91 40 663 000 00 +91 40 2340 5016

Contact Person Telephone No Fax No E-mail Address Type of Organisation Corporate deed reference & date of incorporation

;
:

b. c.

d. e. f.

Shareholding Pattern Field of Work & licensed capacities Existing Man Power along with brief Resume of Key Personnel Technical (Key Personnel Financial (Key Personnel) Operational & Maintenance (Key) Personnel Others (Key Personnel) Name and Address of Sister Engineering Organisation with similar nature of jobs Details of accreditation of quality standards(if available, please specify)

technical(S>sewinfra.com Public Limited Company Company No.01-3796, dated: 08-021983 (Copy of Memorandum & Articles of association of the company & copy of certificate of incorporation enclosed vide Annexure-F) ', Closely held company (un listed) Execution of Civi! works on contract l basis Please refer Annexure-J
I

9h.

'

NONE SEW INFRASTRUCTURE LIMITED (ISO 9001:2008, ISO 14001:2004 & OHSAS 18001:2007 Certified Company) Certified Civil Engineering Construction Company, (Copy of the certificate is enclosed vide Annexure-G) Enclosed vide Annexure-H No such cases

i. j-

General Organizational Chart of Company If the Company has failed to complete any contract or sub-contract, please indicate which one(s), when and why and give detailed explanation on all aspects related with non completion (fines, work problems compensation etc.)

'

CONTRAC

SUPEISWENBING'ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

258
6: a. Details of individual members*: Name and Address of the Bidder

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats B.l to B.24C

MEMBER-II M/s.Rithwik Projects Private Limited, Plot No.37 & 39, Navodaya Colony, Road No.2, Banjara Hills, Hyderabad500 034, Andhra Pradesh, India Sri.T.Shyam Sunder Rao, 040-49113333/34 040-49113444 tenders(3)rithwikproiects.com Private Limited Company Year of incorporation 31 st March, 1999 and commencement 16th April, 1999. Details enclosed Infrastructure Enclosed at Form-B4

Contact Person Telephone No Fax No E-mail Address b. c. d. e. f. Type of Organisation Corporate deed reference & date of incorporation Shareholding Pattern Field of Work & licensed capacities Existing Man Power along with brief Resume of Key Personnel Technical (Key Personnel Financial (Key Personnel) Operational & Maintenance (Key) Personnel Others (Key Personnel) Name and Address of Sister Engineering Organisation with similar nature of jobs Details of accreditation of quality standards(if available, please specify) General Organizational Chart of Company If the Company has failed to complete any contract or sub-contract, please indicate which one(s), when and why and give detailed explanation on all aspects related with non completion (fines, work problems compensation etc.)

9h. i. j-

NIL ISO Certificate enclosed Org.Chart enclosed NO

*(Similar details should be furnished for all the members of the joint venture. Rating of each of the members would be used to work out a composite average of Bidder and Composite average would be used for evaluation purpose).

CONTRACTOR

SUPERINTEN0INGENGINEER,I&CADD.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

210

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I 2 5 9 Vol.1, Formats B.l to B.24C

FORMAT B3 PROJECT ORGANIZATION DATA 1. Proposed detailed investigation, soil exploration, design and engineering organization We will set up investigation, soil exploration, design & engineering organization for the project through their associates. Organisation Chart for the design and Investigation Organisation has been enclosed. The Design and Investigation Organisation will be headed by a Team Leader, who will provide key technical inputs and direction to the team. The Project Coordinator will maintain a day-to-day interaction will the team and with the Owner, and any other external agencies. The Sr.Design Consultants are experienced Dam & Hydro-Power design engineers with wealth of experience in design of various dam and hydro power projects. Most of the senior members of the proposed team have worked in senior positions for designs of Major Irrigation Projects on the major rivers in house design organization and therefore they carry rich experience in designs and solving associated problems. The design team shall carry out the detailed investigation, soil exploration, design & engineering in line with the relevant Indian and International Standards and Technical Specifications as mentioned in the Tender Document. Quality Assurance of the Designs & Drawings shall be carried out by the Project Coordinator/ Team Leader before the release of the designs and drawings either for approval or for construction. The key concerns of the Project as identified during the Project Appreciation (as provided under Data Sheet-1) shall be adequately addressed in the designs. 2. A) B) Proposed Site Organisation Preliminary site organization chart ENCLOSED Narrative description of site organization chart Project Management Committee (PMC) Constituted with one representative from each of the partners of the Consortium will appoint a Project Director with adequate experience and capabilities in executing similar Irrigation Projects. The Project Management Committee will oversee the progress via-a-vis construction programme submitted to the Department and deals with special problems that may arise in the construction and will help co-ordinate with the Employer and other agencies/ Govt. departments.

CONTRA

SUPERINTENDING ENGINEER, I&C ADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

260

P.V.N.R.Kanthanapally SujalaSravanthi Project

Phase-I Package-I VoU, Formats B.l to B.24C The overall management of the Project is the responsibility of the M/s.SEW Infrastructure Limited (Formerly SEW Constructions Limited) who will be interacting with the Employer. The Project Director will be assisted by two General Managers- General Manager (Civil), General Manager (Mechl.) & Dy.General Manager (Quality Assurance, Quantity Survey & Planning & Monitoring), the Project Director will also be assisted by Materials Manager, Accounts Officer, Administrative Officer & Sr.Engineer for construction & maintenance of the campus, the organization chart is enclosed.

C)

Description of relationship between head office and site management Site communication with the Contractor's Head Office The Project Director establishes his communication with Project Management Committee of the Consortium firm and takes instructions if found necessary. Moreover, the Project logistics Head quarter to be established in Head Office will provide the required logistical and procurement support and will follow up the issues related to the head office system. Regarding technical support, the Project Director will be assisted by senior experts of and out of the companies in different issues relevant to the Project. In order for the project head quarter (in the head office) to obtain the experts views and to convey them to the site, all necessary co-ordination in this respect will be made by the Project Director. For the purpose of acceleration in sending and receiving the solutions to the issues under follow-up process through Head Office there will be established computer communication, using fax modem and e-mail. The communication of Head Office Quality Assurance with the Site Quality Assurance system will also be made through the above mentioned project head quarter. It will be up to the Project head quarter in Head office to employ the required experienced experts and technicians as well as to coordinate for sending them to the site and for all other similar cases. Indicate clearly the responsibility and authority which will be delegated to site management.

(Additional sh^SF
Hyderabad)

y be attached).

CONTRAC

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu,Warangal.

212

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase#w5b%ge-I Vol.1, Formats B.l to B.24C

261

FORMAT B4 SUPERVISORY PERSONNEL -Site Staff proposed to be deployed in the project

Sector

Name (s)

Age

Years of exp.

Education

Proposed designation

Relevant * experience (Years & Project Name)

Project Management

Administration

Technical management

Site Supervision

Others

*A resume for each site staff must be attached as supporting document.

CONT

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu5Warangal.

262

213

P.V.N.RXanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Formats B.l to B.24C

FORMAT B5 EQUIPMENT DATA - List of Construction equipment, vehicles, survey instruments, testing equipment etc. available for deployment in the project Description (type, model, make) A Construction Equipment Capacity / performance / size No. of each Year of manufacture Source of major items
@

B Vehicles

C. Survey instruments

D. Testing Equipment

Indicate separately availability; e.g.; owned, leased or to be purchased new.

CONT

SUPERINfENtm^fTENGINEER,I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

214

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-LP^Bk^ge-I

263
FORMAT-B6

Vol.1, Formats

B.TtoK24C

FINANCIAL CAPABILITY A. Financial Capability of bidder in case the proposal is submitted individually. YEAR AVG I II III IV V VI VII VIII IX X a. YEAR (Please mention last ten years whose Balance Sheet and Profit & Loss Accounts have been finalized duly audited) b. Total Assets b1) Fixed Assets b2) Current Assets c. Total Liability (Long term Liability + Current Liability) Current Liability Total Loan Liability d. Working Capita! e. Net worth (Contributed Capital + Retained Earnings / Reserves & Surplus) f. Annual Turnover g. Debt-Equity Ratio h. Profit hi) Profit before Interest and Taxes (PBIT) h2) Net Profit i.e. Profit after taxes (PAT) i. Interest payable j. Interest Coverage Ratio (PBIT divided by Interest) k. Liability as %age of Total Asset I. Net Profit: Turnover m. Net Profit: Capital Employed (Net Worth + Interest Bearing Loan) n. Net Profit: Total Asset o. Turnover: Total Asset p. Gross Value of Projects in hand/under execution q. Maximum value of one Project/work executed r. Fund Flow Status v. Past Experience exhibiting bidder ability to secure & maintain Financial Guarantees viz. Bank Guarantees, Insurance Guarantees, LC / Lenders Bond etc. x. Whether balance sheets, Profit & Loss account and Fund flow statement for the last 3 years enclosed y. Financial credit rating by CRISIL or any other Financial Credit Rating Institution of repute y1) Name and address of Financial Credit Rating Institution y2) Financial Institution Rating y3) Interpretation of rating Note: Audited Annual Reports of the company for the last ten years shall be submitted.

CONTRA<S?QR

/^j]

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

215

P.V.N.R.Kanthanapally Sujala Sravanthi Project

p.p A C D ^

Phase-I Package-I Vol.1, Formats B.l to B.24C

B.

Financial Capability of bidder in case the proposal is submitted by a Joint Venture.


YEAR AVG

1 II HI IV V VI Vll VIII IX X YEAR (Please mention last ten years whose Balance Sheet and Profit & Loss Accounts have been finalized duly audited) a. Total Assets b1) Fixed Assets b2) Current Assets b. Total Liability (Long term Liability + Current Liability) Current Liability Total Loan Liability c. Working Capital d. Net worth (Contributed Capital + Retained Earnings / Reserves & Surplus) e. Annual Turnover f. Debt-Equity Ratio g. Profit h i ) Profit before Interest and Taxes (PBIT) h2) Net Profit i.e. Profit after taxes (PAT) h. Interest payable i. Interest Coverage Ratio (PBIT divided by Interest) j. Liability as %age of Total Asset k. Net Profit: Turnover I. Net Profit: Capital Employed (Net Worth + Interest Bearing Loan) m. Net Profit: Total Asset n. Turnover: Total Asset o. Gross Value of Projects in hand/under execution p. Maximum value of one Project/ work executed q. Fund Flow Status r. Past Experience exhibiting bidder ability to secure & maintain Financial Guarantees viz. Bank Guarantees, Insurance Guarantees, LC / Lenders Bond etc. s. Whether balance sheets, Profit & Loss account and Fund flow statement for the last 3 years enclosed t. Financial credit rating by CRISIL or any other Financial Credit Rating Institution of repute y1) Name and address of Financial Credit Rating Institution y2) Financial Institution Rating y3) Interpretation of rating (The listed details should be furnished separately for all members of Joint venture for ten years) Note : Audited Annual Reports of the company/members of Joint Venture for the last ten years shall be

CONTMC^ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

216

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-IjPaQkage-I Vol.1, Formats B.l'ioJ$.24C

265

FORMAT-B7 FINANCIAL DATA - Available credit

AVAILABLE CREDIT

Name of Bank

Amount of credit (INR)

^Supporting documents / Certificate to be attached)

CONT

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

217

266
FORMAT B8

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats B.l to B.24C

TECHNICAL CAPABILITY Questionnaire

a. b. c.

Whether the Bidder has got the Technical Organisation for setting up Major Water Irrigation Projects ? Will the key Technical Personnel available with the Bidder be deployed on the Project ? Will the Bidder engage services of some reputable engineering firm to acquire required technical capability? Has the Bidder enclosed a letters of understanding / agreement with Consultant Organizations to take up the design assignment and other assignments by the Bidder?

YES YES YES

d.

NO

CONT.

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scherae Circle, K.C.Colony,Chinthagattu,WarangaI.

218

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

267

VoU

>

Formats

BhJd%24C

FORMAT B9 TECHNICAL CAPABILITY (DETAILS) Bidder should indicate one number each of completed and on-going projects and furnish details indicated. In case the bid is submitted by a joint venture, projects of any / all members may be considered. SL. NO 1 INDIVIDUAL PARAMETERS*** PROJECTS COMPLETED**
*

PROJECTS ON-GOING***

Brief details of the project Name of the Employer Address of the employer Name of the contact person of the employer Phone No.of the contact person Fax no, of the contact employer/ contact person e-mail ID of the contact person If the applicant has done the following activities in Water Resources Development Projects, Irrigation Projects, meeting qualification and eligibility requirement A Investigation soil exploration Design And Engineering of* i) Construction of earth Dam ii) Excavation of Navigation Channel etc., iii) Instrumentation. iv) Construction of Spillway & Hydraulic Gates with Hoist Equipment. B Procurement of steel, cement and construction equipment.** C Construction of above components** D Over all project coordination/project managenasatstfurnish details)**
\ CON SUPERINTENDING ENGINEER,I&CADD.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

219

268
*

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats BJ to B.24C

For each of these items bidders should mention relevant technical details like type, quantity etc. ** for each of these structures bidder should mention relevant technical details like total quantity of steel, volume of concreting/fill material involved, size, weight and type of gates, maximum and average rate of monthly progress, total time period for construction (scheduled and actual), total construction cost (in INR). *** The above mentioned details need to be submitted in case details of more than one Project needs to be provided.

\ \

SUPERINtl&GWGINEER,I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

220

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-J,Pa9kage-I OfjQ Vol.1, Formatskl toB.24C

FORMAT B10 PROJECT EXECUTION EXPERIENCE (PROJECTS UNDER EXECUTION) PROJECT DATA SHEET (Separate sheets shall be given for each of the projects) PROJECT NAME : LOCATION (City and Country): TYPE: CONTRACT VALUE (INR) : Name of the Employer Address of the Employer Name of the Contact Person of the Employer Phone Number of the Contact Person Fax Number of the Employer/ Contact Person E-mail ID of the Contact Person

SI.No. 1

Particulars WHICH FIRMS PLAYED THESE ROLES ON THE PROJECT INLUDING APPLICANT'S OWN: a. Lead Developer b. Contractor ( Mention Component) c. 0 & M Contractor d. Equipment Supplier Consultant FINANCIAL EXPERIENCE: a. Bid Security provided b. Performance Security Provided c. Value of work executed till date d. Balance value of work to be completed e. Anticipated monthly financial target for next 2 (two) years

Name of the Company

Remarks

CONTRA

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Crunthagattu,Warangal.

270
3 PERFORMANCE a) Date of Commencement of work b) Original scheduled date of commissioning of the projects c) Expected date of commissioning of the projects as of now d) Scheduled Construction Period (months) (i) Already completed (actual) (\\) Reasons of delay (if anv) ENVIRONEMENT PROBLEMS ENCOUNTERED AND TACKLED, (if any)

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I VoU, Formats BJ to B.24C

5 NAME, ADDRESS AND CONTACT NUMBERS OF OWNER (for reference) Please enclose copy of Letter of Award / Letter of Intent and indicate their reference herein

SUPERBSS^DINGENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^ChinthagattUjWarangal.

222

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I; Eackage-I VoU 2 7 1 > FormatsB.l toB.24C

FORMAT B11 PROJECT DEVELOPMENT EXPERIENCE (COMPLETED PROJECTS^) PROJECT DATA SHEET (Separate sheets shall be given for each of the projects) PROJECT NAME : LOCATION (City and Country): TYPE : TOTAL COMPLETED COST (Rs. Provided in INR) :

Name of the Employer Address of the Employer Name of the Contact Person of the Employer Phone Number of the Contact Person Fax Number of the Employer/ Contact Person E-mail iD of the Contact Person SI.No. Characteristic Description Equity Provided (INR)

WHICH FIRMS PLAYED THESE ROLES ON THE PROJECT INLUDING APPLICANT'S OWN: a. b. c. d. e. f. g. h. Lead Developer Equity Participant Debt participant EPC Contractor ( Mention Component) O & M Contractor Equipment Supplier Consultant

272
2 FINANCIAL EXPERIENCE: a. Total Equity b. Applicant's Equity c. Total Debt d. Applicant's Equity e. Bid Security provided f. Performance Security Provided g. Construction Security Provided Time taken for financial closure (Months) PERFORMANCE

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Formats B.l to B.24C

a) Date of Commencement of work b) Commercial Operation Date (COD) c) Construction Period (months) (iii) Original as per Contract (iv) Completed (actual) (v) Reasons of delay ( i f any) d) Operating History (Years) Reasons for delay (if any) 4 ENVIRONEMENT PROBLEMS ENCOUNTERED AND TACKLED, ( i f any)

NAME .ADDRESS AND CONTACT NUMBERS OF OWNER( for reference) Please enclose copy of Letter of Award/Letter of Inten t, completion certificate and certificate of satisfactory performance and indicate their reference herein

SUPERINTENDING ENGINEER,i&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

224

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I 2 7 3 Volh Formats B.l toB}24C

FORMAT-B12 LITIGATION HISTORY/ ARBITRATIONS. Across the world for the last ten (10) financial years (2003-04 to 2012-13).

Bidders, including each of the partners of a joint venture, should provide information on any history of litigation or arbitration resulting from contracts executed in the last five years and currently under execution. A separate sheet should be used for each partner of a Joint Venture. Name of Bidder or partner of a joint venture SEW INFRASTRUCTURE LIMITED - MEMBER-I Year Contract Package AP-5, Road Work Visakhapatnam to Srikakulam Section of NH-5 (work completed 2003) Contract Package AP-1, (Balance work), Champavathi to Srikakulam Section of NH-5 (work completed 2007) 2007 Construction of Masonry Dam Sindh Phase-II, Madhikheda Dam, DistShivpuri (MP) RD 80 M to 543 M (work completed) 2007 Construction of Masonry Dam Sindh Phase-II, Madhikheda Dam, Dist.Shivpuri (MP) RD 80 M to 543 M (work completed) Award FOR or AGAINST Bidder Name of client, cause of litigation/ Arbitration, And matter in dispute Disputed amount (current value, Rupees

Proceedings in Progress

NHAI/ Price adjustment and other issues

Rs.11,60,47,118/-

Award to be published

NHAI/ Price adjustment and other issues

Rs.11,53,75,814/-

Award for part claim (Rs.1,99,95, 931/-out of Rs.20,34,98, 142/-found reasonable Tribunal award for entire claim amount of Rs.5,51,03,0 40/- on 26.11.2008

Govt. of Madhya Pradesh (WRD) WRIT for payment of additional cost incurred under performance of contract

Rs.20,34,98,142/(16.08.2007)

Govt. of M.P. Arbitration tribunal admitted and awarded total claim amount of Rs.5,51,03,040/-

Rs.5,51,03,040/w.e.f. 10.12.2007 along with 9% Annual interest

CONTRACT

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

274

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I VoLl, Formats B.l to B.24C

Name of Bidder or partner of a joint venture M / s . R i t h w i k Projects Private L i m i t e d - MEMBER-II

2011

Awarded for Bidder

Koteshwar Hydro-Electric project, Tehri Hydro Development Corporation Ltd., On account various delays viz., Land Acquisition, Non handing over of borrow areas, delay in release of approved Construction drawings, slope failure and execution of increased quantities due to adverse geological conditions, due to changes specification for cement from OPC/PPC to slag cement in giving decisions and changes in concrete placement, due to changes in fitness modules of sand etc., due to frequent obstructions by villagers, strikers etc., due to adverse climatic conditions due to treatment of cracks in the foundation blocks of dam etc., resulted in breach of obligations on the part of Respondent. Suffered heavy financial losses.

Rs.523 Crores

CON

SUPEE^TEKEJINGENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

226

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I o >~ VoLl, Formats B.l Ho B.24C

FORMAT - B 1 3 Maximum value of Civil Engineering and Hydro Mechanical works of State Government / Central Government or Central / State Government under takings / Private Sector Projects executed in any one year during the last ten financial years by the Tenderer. (2003-04 to 2012-13) SEW INFRASTRUCTURE LIMITED - MEMBER-I Value in Rs. Up date to the Price level 2013-14 @ 10% per the year. Annual Turnover (Rs.in Crores) 139.59 237.946 413.906 793.039 1156.44 1590.70 1783.10 1832.46 2056.74 2601.81 (Prov.) Updated Value to the Price level 2013-14 @10% per the year. (Rs.in Crs) 265.22 428.30 703.64 1268.86 1734.66 2226.98 2318.03 2198.95 2262.41 2601.81

SI.No.

Financial Year 2003-2004 2004-2005 2005-2006 2006-2007 2007-2008 2008-2009 2009-2010 2010-2011 2011-2012 2012-2013

Multiple Factor

D
2) 3) 4) 5) 6) 7) 8) 9) 10)

1.9 1.8 1.7 1.6 1.5 1.4 1.3 1.2 1.1 1.0

Copies of Auditor's Certificate for the last ten years and copies of Audited Annual reports of the company for the last five years (i.e.) 2007-08 to 2011-12 are enclosed vide Annexure-M.

CONTRA

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

276

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol.1, Formats B.l to B.24C

M/s.Rithwik Projects Private Limited - MEMBER-II Value in Rs. Up date to the Price level 2013-14 @ 10% per the year. Annual Turnover (Rs.in Crores) 101.37 113.85 184.13 213.85 329.80 488.15 547.79 787.07 630.41 Under auditing Updated Value to the Price level 2013-14 @ 10% per the year. (Rs.in Crs) 202.74 216.315 331.434 363.545 527.68 732.225 766.906 1023.191 756.492 0

SI.No.

Financial Year 2003-2004 2004-2005 2005-2006 2006-2007 2007-2008 2008-2009 2009-2010 2010-2011 2011-2012 2012-2013

Multiple Factor

D
2) 3) 4) 5) 6) 7) 8) 9) 10)

2 1.9 1.8 1.7 1.6 1.5 1.4 1.3 1.2 1.1

Certificate from statutory Auditor along with Balance Sheets are attached.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

%
228 P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol.1, Formats B.l to B.24C FORMAT-B14 Details of satisfactory completion of similar works in the name of tenderer as prime contractor during last ten financial years(2003-04 to 2012-13). The similar works should have been completed by 03/2013 as per clause B-1 offender details. The financial year wise breakup both physical and financial to be furnished along with date of completion of work. Remar Page ks No.of explain Experience certificate ing reason s for delay 12 13

SI.No

Year

Name of Project

Name & Designation of Agrt. concluding Authority 4

Description of work

Agrt. No. & Date

Value of Contra ct 7

Stipulated period of completio n 8

Value of work done so far 9

Balance work to be done

Actual date of completion 11

1 1 2 3 4 5 6 7 8 9 10

2 2003-04 2004-05 2005-06 2006-07 2007-08 2008-09 2009-10 2010-11 2011-12 2012-13

10

JO Sl^Eiy^TENDmGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu;Warangal. :

229

P.V.N.R.Kanthanapaily Sujala Sravanthi Project

Phase-I Package-I Vol.1 Formats B.l to B.24C Attach certificates issued by the Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent in respect of the above Govt./Public Sector/Private SectoK Project works. In case of Private Sector Projects in addition to the above the experience certificates shall be certified by the Statutory Auditor of the entities concerned.

FORMAT-B14(a) Qualification criteria for Similar works.

*0 vl 00

SI. N
0

Name of Cer projec tific t/ ate Work Pag &Agt. e No& No. Date 2 3

2003-04 (2) Up Ce da rtifi te cat d e a am m ou ou nt nt 5 4

2004-05 (1.9)

2005-06 (1-8) Cert Upd ificat ated e amo amo unt unt 8 9

Upd ificat ated e amo amo unt unt 6 7

Cert

200607(1.7) Ce Up rtifi da cat te d e a a m m ou ou nt nt 10 11

2007-08 (16) Cert Upd ificat ated e amo amo unt unt 12 13

200809(1.5) Ce Up rtifi da cat te e d a a m m ou ou nt nt 14 15

2009- 201010(1.4) 11 (1.3) Ce Up Ce Up rtifi da rtifi da cat te cat te e e d d a a a a m m m m ou ou .. ou ou nt nt nt nt 16 17 18 19

2011-12 2012-13 Total (1.2) (1.1) Up Up Ce Up Ce da da rtifi da Cert rtifi te te cat te ificat cat d e d d e e a a a a am amo m m m m ou unt ou ou ou ou. nt nt nt nt nt 22 23 24 25 20 21

Attach certificates issued by the Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent in respect of the above Govt.,/Public Sector/Private Sector Project works. In case of Private Sector Projects in addition to the above the experience certificates shall be certified by the Statutory Auditor of the entities concerned.

CONT

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

J3
230

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol.I Formats BA to B.24C FORMAT B15 Minimum quantities executed in a year during last Ten financial years (2003-2004 to 2012-2013). SI.No. Year of work Agrt.No. Quantities executed and Date E.W.E. both Excavation & C.C /R.C.C /P.S.C., Embankment 1 3 5 2 4 1 2003-2004 2 2004-2005 3 2005-2006 4 2006-2007 5 2007-2008 6 2008-2009 7 2009-2010 8 2010-2011 9 2011-2012 10 2012-2013

Gates 6

Page No.of Experience certificate 7

Attach certificates issued by the Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent in respect of the above Govt./Public Sector/Private Sector Project works. In case of Private Sector Projects in addition to the above the experience certificates shall be certified by the Statutory Auditor of the entities concerned. Signature of Tenderer:

M CD
CONT SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

231

P.V.N.R-Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Voll, Formats B.l to B.24C

o ;.

FORMAT B15(a) List of works Concrete Dam / Spillway / Barrage having not less than a height of 25 Mts from the lowest foundation level during last Ten financia years (2 003-2004 to 2012-2013). SI.No. Name of the project Agrt.No & Date Year of completion Page No.of Year of start Experience certificate 1 2 3 4 5 6

Attach certificates issued by the Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent in respect of the above Govt./Public Sector/Private Sector Project works. In case of Private Sector Projects in addition to the above the experience certificates shall be certified by the Statutory Auditor of the entities concerned.

CONT

SUPER^ENDING ENGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony ,Chmthagattu,Warangal.

232

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-! Vol.1, Formats B.l to B.24C FORMAT - B 1 6 Information on Bid capacity Works which are yet to be completed as on the date of submission of this Tender Existing Commitments. SI.No. Description of work Name & Address of Agrt. concluding authority 3 Agrt. No.
&

Value of Contract

Date

Stipulated period of completion Extension of time granted 6

Value of works completed

Value of works remaining to be completed 8

Anticipated date of completion

Remarks

10

Attach certificates issued by the Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent for the above works and in case of projects executed in private sector, the experience certificates should be certified by Statutory Auditor of the entities claiming experience and copies may be uploaded along with tender dulyself attested. Each certificate should contain full address of Employer.

Signature of the Tenderer. JO 00


CONT:

[TENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

-i*jr

233

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol.1, Formats B.l to B.24C FORMAT-B16(a) Works for which Tenders already submitted. SEW INFRASTRUCTURE LIMITED- MEMBER-I
SI. No. 1 1 Name& Address of Description of work Agrt. concluding authority 2 3 Godavari Delta System - Modernisation of Yeleru Irrigation and Drainage System and its distributory system, East Superintending Godavari District including detailed investigation, sub soil exploration, preparation of HPs, preparation of LP Engineer, schedules, design of CM & CD works, fixing bench marks, KMs & HM Stones along canal and channel banks, Irrigation & CAD Earth work excavation and forming embankment for canals and channels, dismantling and reconstruction of Department, existing CM & CD works, construction of new CM & CD works, protection works such as construction of concrete Irrigation Circle, retaining walls and lining of canals and channels wherever necessary, formation of roads on either side of canal Dowlaiswarambanks and channel banks, construction of residential and non-residential buildings, plantation on either side of 533125 Phone canals and channel banks and operation and maintenance of the system for 2 years or period covering two Khariff No.0883crops which ever is more on EPC turnkey system 2417419 Construction of ARPA Bhaisajhar Barrage project including structural steel gate, remore control room, remote Chief Engineer, control operation stop log gate and gantry crane and other appurtenant works for irrigation across ARPA river and CGWRD operation and maintenance for two years after completion of construction works in Distt. Bilaspur (C.G.) and Hasdeo Basin construction o f main canal from "0 km. to 55 km." length may vary to achieve optimum command area and its W . R : Deptt., distribution network with distributaries, minors and sub-minors including all hydraulic structures, aqueduct, railway Bilaspur (C.G.) and road, canal crossing structures as per topographical requirement, cement concrete lining of main canal from "0 km to 55 km." length may vary to achieve optimum command area of 25000 Ha. This work also include finalization of detailed alignment by survey of main canal and its distributories, minors, sub-minors, providing and fixing of colaba (outlet) down to 40 Ha. chak of 25000 Ha. of command area on lumpsum contract basis. The work comprising of planning, survey, drawing, designs, estimation of all Date when decision is expected 7 Not known 12.07.2013
Stipulated period of completio n

A3 00

Estimate d value of works

Date on which tender submitte d

J2
0

n E 8

4 EPC

5 51

6 20.05.2013

372.60

36

06.06.2013

I, M/s.SEW Infrastructure Limited do hereby solemnly declare the information furnished in formats 16 & (b) is correct and also declare that I/We will abide by any action such as disqualification or back listing or determination of Contract or any action deemed fit, if the department detects at any stage that the information furnished is wrong. Signature of the Tenderer CONT SUPERlN^e&emG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

^ %
234

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project

Phase-I Package-I Vol.I, Formats B.l to B.24C

M/s.Rithwik Projects Private Limited - MEMBER -II


Name& Address of Agrt. concluding authority 3 Date when decision is expected 7 8
Stipulated period of completio n

Estimate d value of works

SI. No. 1

Description of work

NIL

I, M / s . R i t h w i k Projects Private L i m i t e d do hereby solemnly declare the information furnished in formats 16 & (b) is correct and also declare that I/We will abide by any action such as disqualification or back listing or determination of Contract or any action deemed fit, if the department detects at any stage that the information furnished is wrong. Signature of the Tenderer.

Date on which tender submitte d 6

TO 00 CO CONTRACT SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol. 1, Formats B. 1 to B. 24C FORMAT- B17 Works executed under EPC. SEW INFRASTRUCTURE LIMITED- MEMBER-I
SI. No. 1 1 Name of work 2 Implementation of 2 x 5 MW Canal Head Power House with horizontal T.G. Gates on Left Bank Canal of Rani Avanti Bai Lodhi Sagar project near Bargi Village Dist. Jabalpur on Turnkey basis including Engineering, Procurement & Construction SRSP-II and Flood Flow Canal - Earth Work Excavation, forming embankment and construction of CM& CD works including investigation, designing and estimation of Flood Flow Main Canal from km.57.00 to km.70.00 (Package-3) in Karimnagar District on EPC Turnkey system in Joint Venture with IVRCL-SEW & Prasad (JV), Hyderabad in the ratio of 50 : 25 : 25 Design, Construction of 2.7 Meter Internal Diameter, 465 Meter, 640 Meter and 1860 Meter (Total 2.965 km) Long Tunnels for conveyance of clear water for Indore Water Supply Scheme, Package No.lND/WS/20 Providing, Erecting vertical lift type gates 27 Nos. of size 15x11 m for Sulwade Barrage Project, Tal.Shindkheda, Dist. Dhule including hoisting arrangement with ail appurtant works with further operation and maintenance for 3 years after satisfactory erection and testing etc., entire work (on turnkey basis, excluding civil works). SEW & Precision - Joint Venture in proportion of 80:20 Design, Engineering, Manufacture, Sand Blasting & installation, Testing & Commissioning of various Hydro-Mechanic Equipments at Maheshwar Hydro-Electric Project (10x40 MW), Madhya Pradesh) Total value of work 3 4,806.00 4,875.75 (25% of 19503.00) 1,543.72 9,073.30 (80% of 11341.62) 21,651.99 Work done so far 4 4,806.00 4,875.75 (25% of 19503.00) 1,543.72 9,073.30 (80% of 11341.62) 21,651.99 (Rs.in Lakhs) Date / Likely Balance date of completion. 5 6 May-2006

30-06-2008

30-09-2010

4'

31-12-2011

30-06-2012

Signature of the Tenderer:

CONTRA'

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

236

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol.1, Formats B.l to B.24C


M / s . R i t h w i k Projects Private L i m i t e d - MEMBER - I I SI. No. 1 1 Name of work 2 HNSS Project - Phase-I - Package 32 - Investigation, preparation of Hydraulic Particulars, Designs and Excavation of HNSS Main Canal from km.155.00 to km.176.00 including CM & CD works (50% Approved Sub-Contractor) Modernization of Mylavaram South Canal including Mylavaram Head works & Mylavaram repairs to structures and improvements to the Reservoir South Canal from km.0.00 to km.44.440 and its distributory system to feed ayacut of 25000 Acres (50% of Approved Sub-Contractor) HLMC-1 - Modernisation of HLMC from km.105.437 to km.115.000 and distributory system for stabilization of localized ayacut of 9746 acres under the T.B.P.H.L.C. system including CM & CD works, Distributory System, Approach Road and Investigation, Design, Estimation and Execution inclusive of Operation and Maintenance for two years/ two Khariff seasons (Ratna- RPL JV - Our Share is 45%) HLMC-1 - Modernisation of HLMC from km.172.000 to km.189.680 and distributory system for stabilization of localized ayacut of 1357 acres under the T.B.P.H.L.C. system including CM & CD works, Distributory System, Approach Road and Investigation, Design, Estimation and Execution inclusive of Operation and Maintenance for two years/ two Khariff seasons (Ratna- RPL JV - Our Share is 45%) J.Chokka Rao Devadula Lift irrigation Scheme Phase-ll - 4 L Distributory of RFMC of R.S.Ghanpur Reservoir (Rithwik- Uanmax JV - Rithwik share 90%) Total value of work 3 77.04 Work done so far 4 73.09 3.95 Bala nee Balance value of work to be done by Rithwik 5 1.975 Date/ Likely date of completion. 6 Sep-2013

73.58

49.81

23.77

11.885

Dec-2013

65.54

24.87

40.67

18.3015

Dec-2013

4'

88.36

35.31

53.05

23.8725

Dec-2013

61.65

26.72

34.93

31.437

Dec-2013

Signature of the Tenderer: c Oo


CONTRAC SUPERINTENDING ENGINEER,I&CADD.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project

28

Phase-I Package-I Voll, Formats B.l to B.24C FORMAT-B18 SUPPORTING/ATTACHED DOCUMENT LIST

FOR MAT NO. 1. 2. 3. 4. 5. 6.

SUPPORTING DOCUMENT / ADDITIONAL SHEET Note on Eligibility Criteria Bid (vide Page No.58 of Volume-1 of Bid Document Format B1 -General Format b2 - Organisational & Managerial capability Copy of Joint Venture Agreement Copy of Memorandum & Articles of Association of the Company Copies of ISO 9001:2008, ISO 14001:2004 & OHSAS 18001:2007 Certificates regarding accreditation of quality standards of the company Organisation charts of the company Format B3 - Project Organisation data Format- B4 - Supervisory Personnel - Site staff proposed to be deployed in the project

DOCU MENT NO. A B C D E F

7. 8. 9. 10.

G H I J K

Format B5 - Equipment Data - List of construction 11. . , equipment, vehicles, survey instruments, testing equipment etc., available for deployment in the project 12. 13. 14. 15. Format B6 : Financial Capability Copy of Auditor's Certificate and copies of Audited Annual Reports of the company for the last five years (i.e.) 20072008 to 2011-2012. Copies of Income Tax returns filed and PAN card Format B7 : Financial Data -Available Credit

L M N O

SUPERfiCEENBING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

238

P.V.N.R.Kanthanapally Sujala Sravanthi Project

287 16. 17. 18. 19. 20. 21. 22.

Phase-I Package-I Vol.1, Formats-MX&B.24C P Q R S T U V

Copy of certificate of our banker regarding Financial soundness of the company Format B8 : Technical Capability Format B9 : Technical Capability (Details) Format B10 : Project Execution Experience (Projects under Execution) Format B11 : Project Development Experience (Completed Projects) Format B12 : Litigation History/Arbitrations Format B13 : Maximum value of Civil Engineering works executed during the last five financial years Format B14 : Details of satisfactory completion of similar works together with copies of Clients Certificates during last ten financial years (2002-03 to 2011-12) Format B14 (a): Qualification Criteria for similar works Format B15 : Quantities executed in a year during last ten financial years (2003-04 to 2012-13) Format B15 (a): List of works Concrete Dam/ Spillway/ Barrage having not less than a height of 25 Mts. from the lowest foundation level during last ten financial years (200304 to 2012-13) together with copies of Clients Certificate Format B16: Existing commitments and ongoing works together with copies of Clients Certificates/ copies of R.A. Bills / Copies of work orders Format B16(a): Works for which tenders already submitted Format B17 : Works executed under EPC Format B18 : Supporting/Attached Document list Format B19 (A): Availability of Equipment Format B19 (B): Availability of Key Personal

23. 24. 25.

w
X Y

26.

27. 28. 29. 30. 31. 32.

Z1 Z2 Z3 Z4 Z5 Z6

/^S^\
Hyderabad

CONTRAC

SUPgfaWEttDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

. ,

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


:

2 80

'

Phase-I Package-I Voll, Formats B.l to B.24C

33.

Copies of Registration Certificates as Special Class Contractor in Civil, Fabrication & Erection of Structural Steel specialization with Irrigation & CAD Department, Government of Andhra Pradesh Format B21 : Power of Attorney for signing the Bid Format B22 : Power of Attorney for Lead Member of Joint Venture Format B23 : Joint Venture Agreement Format B24 A : Declaration Format B24 B : Critical Equipment proposed to be deployed Format B24 C : Declaration Copy of VAT Registration Certificate along with copy of Sales Tax Clearance Certificate Check slip to accompany the tender vide Page No. 12 of Volume-1 of Bid Document Status of Bidder vide Page No. 13 of Volume-1 of Bid Document, Declaration and Undertaking

Z7

34. 35. 36. 37. 38. 39. 40. 41. 42.

Z8 Z9 Z10 Z11 Z12 Z13 Z14 Z15 Z16

SUPERINEHTOENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu,Warangal.

240

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Voll, Formats B.l to B.24C FORMAT-B19 Availability of Critical Equipment & Key personal. (A) Availability of Equipment: The tenderer should furnish all the information required below, regarding the availability Proposals of the equipment. SI.No. 1 Name of equipment. 2 Owned 3 Leased 4 To be produced 5 Availability proposals 6 Remarks 7

(B) Availability of Key Personal: Qualification and experience of Key Personnel for administration and execution of the Contract. SI. No. 1 Position 2 Name 3 Qualification 4 Years of Experience. 5

00 ;C0
SUPERE^E^^SHafGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

241

P.V.N.R.Kanthanapally Sujala Sravanthi Project

290
Format - B20

Phase-I Package-I Vol.1, Formats B.l to B.24C

Format for Application for Registration of the Contractor with Government of Andhra Pradesh TO THE SUPERINTENDING ENGINEER, JCR-DLIS, K.C.COLONY, CHINTHAGATTU WARANGAL SIR, Subcontractor- PWD I & P Dept,.- Application for registration as Special Class Contractor- Submitted. ISri Managing Partner of (in the case of firm) M/s Resident District Contractors Village a Registered Engineers and Contractors, PWD,

Taluk Class

of Govt. / Corporation etc., request you to Class

kindly register my name / our firm as

Contractor in the category of Civil/ Public Health Engineering / Furniture / Transport / Electrical / Fabrication and erection of structural steel / Contractors and communication orders.

2.

In this connection, I enclose the following prescribed documents for your

information. i) Treasury Rs Division Registration fees. ii) Solvency certificate issued by competent authority for Rs The solvency certificate shall be not more than one year old).
s r

Challan

No to the EE,

Dated PWD

for

Creditable

Under the Head of "882 Cash Remittances towards

CONTRAOp^ JSJ]

SUPmONTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony5Chinthagattu,Warangal.

242

P.V.N.R-Kanthanapally Sujala Sravanthi Project

291
iii)

Phase-I Package7I Vol. 1, Formats B.l.to. A-24C

A list of works carried out by me in the past five years with their values. Certified by departmental Engineer of the rank of Executive Engineer or equivalent rank.

iv) v) vi)

Latest Sales Tax / Income Tax Clearance Certificate. Certified copy of the partnership deed (in the case of firm). Form (C) issued by the Register of firm (in the case of firms only) certified.

vii)

Copy of the Engineering degree certificate issued by the Recognized University (in the case of Engineering Degree holders seeking Registration).

viii)

Credentials

required

as

per

G.O.Ms.No.131,

I & CAD

Dept.,

Dt.24.06.2008. 3. I enclose a certificate to the effect whether the applicant or any of the partner or share holders or any of the personnel working under the applicant is / are dismissed Government servants). 4. I certified that I would not get my self registered under more than one name. 5. I will get my registration renewed within 5 years from the date of Registration. Note: For any further details / clarifications, they may contact Superintending Engineer, JCR-DLIS Circle, K.C.Colony, Chinthagattu, Warangal, Andhra Pradesh

CONTRAC

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

292
Format - B21

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Phase-I Package-I Vol.1, Formats B.l to B.24C

Power of Attorney for signing the Bid (To be executed on appropriate stamp paper) Know all men by these presents, we SEW Infrastructure Limited (Lead Member of the Joint Venture and address of the registered office at 6-3-871, Snehalata, Greenlands Road, Begumper, Hyderabad-500016, A.P. acting for ourselves / on behalf of the Joint Venture of M/s.Rithwik Projects Private Limited (herein after referred to as the "Joint Venture (SEW-RITHWIK)" do hereby irrevocably constitute, nominate, appoint and authorize Mr.D.R.C. Prasad Rao, S/o. Late Mr.Basvi Naidu, residing at Flat No.201, Srinivasa Nilayam, Greenland, Ameerpet, Hyderabad/ Mr.A.N.Murthy, S/o.Mr.China Sambayya, residing at Flat No.102, Datta Sai Residency, C.P.R. Colony, Quthbullapur, Hyderabad of SEW Infrastructure Limited who are presently employed with us holding the position of Senior General Manager and Dy.General Manager respectively, as our true and lawful attorney (hereinafter referred to as the "Attorney") to do in our name / in the name of the Joint Venture and on our behalf / on behalf of the Joint Venture, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Bid for the "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-l-Package-l : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" Project (hereinafter referred to as the "Project") proposed or being developed by the Superintending Engineer, J.Chokka Rao Devadula Lift Irrigation Scheme Circle, K.C.CoIony, Chinthagattu, Warangal, A.P. (the "Employer") including but not limited to signing and submission of all applications, bids and other documents and writings, participate in Pre-Bid and other conferences and providing information/ responses to the Employer, representing us / the Joint Venture in all matters before the Employer, signing and execution of all Contract/s and undertakings consequent to acceptance of our Bid, and generally dealing with the Employer in jilUnatters in connection with or relating to or arising out of our

CONTRA(\W

///

S^g^OTf^DING ENGINEER, I&C ADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

*3m^=*

244

P.V.N.R.Kanthanapally Sujala Sravanthi Project

" <*
0 Q

yoL

It

Phase-I Package-I F0rmats B. 1 to R %%&

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us / the Joint Venture. IN WITNESS WHEREOF WE, SEW INFRASTRUCTURE LIMITED, LEAD MEMBER OF SEW-RITHWIK JOINT VENTURE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS 8th DAY OF JUNE, 2013. For (Signature, name, designation and address) Witnesses: 1. (Notarised) 2. Accepted (Signature) (Name, title and address of the Attorney) Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. The Bidder should submit along with the Power of Attorney, the extract of the charter documents and documents such as the board or shareholders' resolution / authorization in favour of the person executing this Power of Attorney on behalf of the Bidder / Lead Member and the Memorandum and Articles of Association of the Bidder/ Lead Member. For a Power of Attorney executed and issued overseas, the document should also be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued and should be duly stamped on receipt in India. However, the Power of Attorney provided by the Bidder from countries that have signed the Hague Legislation Convention 1961 are not required to be legalized by the Indian Emba^^ufj^arries a conforming Appostille certificate.

CONTRACT^ ^ - ^ Jf

SUPmSTTENDlNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

245

P.V.N.R.Kanthanapally Sujala Sravanthi Project

294

Phase-I Package-I Vol. 1, Formats B. 1 to B.24C


Format - B22 Power of Attorney for Lead Member of Joint Venture (To be executed on appropriate stamp paper)

Whereas the Superintending Engineer, J.Chokka Rao Devadula Lift Irrigation Scheme Circle, Warangal, A.P. (the "Employer") has invited Bids from interested parties for the "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-IPackage-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation .of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation^ Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" Project (the "Project"). Whereas, M/s.SEW Infrastructure Limited and M/s.Rithwik Projects Private Limited (collectively the "Joint Venture Partners") being Members of the Joint Venture are interested in bidding for the Project in accordance with the terms and conditions of the Bid Documents in respect of the Project, and Whereas, it is necessary for the Members of the Joint Venture to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Joint Venture all acts, deeds and things as may be necessary in connection with the Joint Venture's Bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS


We, M/s.Rithwik Projects Private Limited, having our registered office at Plot No.37 & 39, Navodaya Colony, Road No.2, Banjara Hills, Hyderabad-500034, A.P. (hereinafter collectively referred to as the "Principals") do hereby irrevocably designate, nominate, constitute, appoint and authorise M/s.SEW Infrastructure Limited having its registered office at 6-3-871, "Snehalata", Greenlands Road, Begumpet, Hyderabad-500016, A.P. being one of the Members of the Joint Venture, as the Lead Member and true and lawful attorney of the Joint Venture (hereinafter referred to as the "Attorney"). We hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Joint Venture and any one of us during the.bidding process and, in the event the Joint Venture is awarded the Contract, during the execution of the Project and

CONTRAmW yderab 7|J \r*~~^t# ^==^

S^fflS^DfiieBTOINEER.MkCADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

246

P.V.N.R.Kanthanapally Sujala Sravanthi Project

p q rr

Phase-I Package-I Vol. 1, Formats B. 1 to B-24C

in this regard, to do on our behalf and on behalf of the Joint Venture, all or any of such acts, deeds or things as are necessary or required or incidental to the qualification of the Joint Venture and submission of its Bid for the Project, including but not limited to signing and submission of all applications, bids and other documents and writings, participating in Pre-Bid and other conferences, respond to queries, submit information/ documents, sign and execute Contracts and undertakings consequent to acceptance of the Bid of the Joint Venture and generally to represent the Joint Venture in all its dealings with the Employer, and/ or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Joint Venture's Bid for the Project and/ or upon award thereof during the period of execution of the Contract. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us / the Joint Venture. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS 8 th DAY OF JUNE, 2013. For (Signature, name, designation and address of the first Non-Lead Member)

For
(Signature, name, designation and address of the second Non-Lead Member)

Witnesses: 1.
(Notarized) 2. Accepted

(Signature) (Name, title and address of the Attorney / Lead Member)

CONTRACTORS

/57/

SUPEJaNTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

247

P.V.N.R-Kanthanapally Sujala Sravanthi Project

nnn
tf U b

. -' :: '

Phase-IPackage-I Ko/. 7, Formal 5.7 to B. 24C

Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. The Bidder should submit along with the Power of Attorney, the extract of the charter documents and documents such as the board or shareholders' resolution / authorization in favour of the persons executing this Power of Attorney on behalf of the Non-Lead Members / Lead Member and the Memorandum and Articles of Association of the Non-Lead Members / Lead Member. For a Power of Attorney executed and issued overseas, the document should also be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued and should be duly stamped on receipt in India. However, the Power of Attorney provided by the Bidder from countries that have signed the Hague Legislation Convention 1961 are not required to be legalized by the Indian Embassy if it carries a conforming Appostille certificate.

CONTR^MOR

/?//

S^^fefTENKNG ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony5Chinthagattu,Warangal.

248

P.V.N.R.Kanthanapally Sujala Sravanthi Project

p q *y ' Format-B23 Joint Venture Agreement

Phase-I Package-I Vol. 1, Formats B. 1 W$24C

(To be executed on Stamp paper of appropriate value)

THIS JOINT VENTURE AGREEMENT is entered into on this the 8th day of June2013 AMONGST 1. M/s.SEW Infrastructure Limited, a company incorporated under the Companies Act, 1956 and having its registered office at 6-3-871, Snehalata, Greenlands Road, Begumpet, Hyderabad-500016, A.P. (hereinafter referred to as the "SEW /First Party" which expression shall, unless repugnant to the context include its successors and permitted assigns)

AND 2. M/s..Rithwik Projects Private Limited, a company incorporated under the Companies Act, 1956 and having its registered office at Plot No.37 & 39, Navodaya Colony, Road No.2, Banjara Hills, Hyderabad-500034, A.P. (hereinafter referred to as the "RITHWIK/Second Party" which expression shall, unless repugnant to the context include its successors and permitted assigns) The above mentioned First Party and Second Party are collectively referred to as the "Parties" and each is individually referred to as a "Party"

WHEREAS, (A) The Superintending Engineer, JCR-DLIS, Warangal, Andhra Pradesh represented by its (hereinafter referred to as the "Employer" which expression shall, unless repugnant to the context or meaning thereof, include its administrators, successors and assigns) has invited Bids (the "Bids") by its Bid Documents for qualification and selection of Bidders for "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-PackageI : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power

CONTRACTCfrV_^^/

SUPERIN2END^<^ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

249

P.V.N.R.KanthanapaIly Sujala Sravanthi Project

p,Q o <

Phase-I Package-I Vol. 1, Formats B. I to B. 24C

Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" Project (the "Project"). (B) The Parties are interested in jointly bidding for the Project as members of a Joint Venture (JV) and in accordance with the terms and conditions of the Bid Document in respect of the Project, and It is a necessary condition under the Bid Document that the members of the Joint Venture shall enter into a Joint Venture Agreement and furnish a copy thereof with the Bid.

(C)

NOW IT IS HEREBY AGREED as follows: 1. Definitions and Interpretations In this Agreement, the capitalised terms shall, unless the context otherwise requires, have the meaning ascribed thereto under the Bid Documents 2. 2.1 Joint Venture The Parties do hereby irrevocably constitute a Joint Venture (the "Joint Venture") for the purposes of jointly participating in the Bidding Process for the Project. The Parties hereby undertake to participate in the Bidding Process only through this Joint Venture and not individually and/ or through any other joint venture / Joint Venture constituted for this Project, either directly or indirectly or through any of their Associates. Role of the Parties The Parties hereby undertake to perform the roles and responsibilities as described below: (a) The First Party shall be the Lead Member of the JV and shall have the Power of Attorney from all members for conducting all business for and on behalf of the JV during the Bidding Process and during the execution of the Contract.

2.2

3.

CONTRACip|^

///

SUPEfi^a^BINtjENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

250

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project

299 (b) 4.

Phase-I #ackage-I Vol. 1, Formats B. Ito B.24C

The Second Party shall be the member of the JV.

Joint and Several Liability The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Project and in accordance with the terms of the Bid Documents and the Contract, under and in accordance with the Contract to be entered into with the Employer.

5. 5.1

Shares in the JV The Parties agree that the proportion of shares among the Parties in the JV shall be as follows: First Party Second Party: 51% 49%

6. that:

Representation of the Parties Each Party represents to the other Parties as of the date of this Agreement (a) Such Party is duly organised, validly existing and in good standing under the laws of its incorporation and has all requisite power and authority to enter into this Agreement; The execution, delivery and performance by such Party of this Agreement has been authorized by all necessary and appropriate corporate or governmental action and a copy of the extract of the charter documents and board resolution/ power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Joint Venture Member is annexed to this Agreement, and will not, to the best of its knowledge: (i) (ii) (iii) (iv) require any consent or approval not already obtained; violate any Applicable Law presently in effect and having applicability to it; violate the Memorandum and Articles of Association, by-laws or other applicable organizational documents thereof; violate any clearance, permit, concession, grant, license or other governmental authorization, approval, judgment, order

(b)

fe
CONTRACTXS&V J&Jl SUP^MffiN&H^e-S^GINEER,I&CADD., J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu5Warangal.

251

P.V.N.R.Kanthanapally Sujala Sravanthi Project

300

Phase-I Package-I Voll, Formats B.l to B.24C or decree or any mortgage agreement, indenture or any other instrument to which such Party is a party or by which such Party or any of its properties or assets are bound or that is otherwise applicable to such Party; or (v) create or impose any liens, mortgages, pledges, claims, security interests, charges or encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or mortgage in or on the property of such Party, except for encumbrances that would not, individually or in the aggregate, have a material adverse effect on the financial condition or prospects or business of such Party so as to prevent such Party from fulfilling its obligations under this Agreement;

(c) (d)

this Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms against it; and there is no litigation pending or, to the best of such Party's knowledge, threatened to which it or any of its Affiliates is a party that presently affects or which would have a material adverse effect on the financial condition or prospects or business of such Party in the fulfillment of its obligations under this Agreement.

7.

Termination This Agreement shall be effective from the date hereof and shall continue in full force and effect during the Contract Period and in accordance with the Contract to be entered into with the Employer, in case the Project is awarded to the Joint Venture. However, in case the Joint Venture is either not qualified for the Project or does not get selected for award of the Project, the Agreement will stand terminated.

8. 8.1 8.2

Miscellaneous This Joint Venture Agreement shall be governed by laws of India. The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without the prior written consent of the Employer.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

CONT

yfEElsSS^OTNaiNEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

252

P.V.N.R.Kanthanapally Sujala Sravanthi Project

Q r\ A "U"* SIGNED, SEALED AND DELIVERED For and on behalf of the First Party By Signature Name Designation Address

Vol. 1,

Phase-I Package-I FormatsB.liolR24C

SIGNED, SEALED AND DELIVERED For and on behalf of the Second Party By Signature Name Designation Address

SIGNED, SEALED AND DELIVERED For and on behalf of the Third Party By Signature Name Designation Address In the presence of : Witnesses :

CONTRAC

SUPERmtENDINU^NGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

253

P.V.N.R.Kanthanapally Sujala Sravanthi Project

302
1. 2. Notes:

Phase-I Package-I Vol.1, Formats B.l to B.24C

The mode of execution of the Joint Venture Agreement should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. The Bidder should submit along with the Joint Venture Agreement, the extract of the charter documents and documents such as the board or shareholders' resolution / authorization in favour of the persons executing this Agreement on behalf of the Parties and the Memorandum and Articles of Association of the Parties. Deleted (Corrigendum-4).

CONT

SUPERSNTEm^ING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony?Chinthagattu,Warangal.

254

P.V.N.R.Kanthanapally Sujala Sravanthi Project

303

VoL J

Phase-I Package-I > formats B. 1 to B. 24C

Format-B24A (On the Letter Head of the Sole Applicant/ Lead Member) Declarations to be provided by the Bidder a) 1/ We have examined the Biding Documents and have no reservations to the same. The submitted eligibility and qualification details, techno-commercial bid and financial bid are without any deviation and are strictly in conformity with the, Bidding Documents including any Addendum issued by the Authority. b) I/We declare that all the credentials submitted by the bidder are true and correct. c) I/We hereby declare that the Bidder/ Partners of Joint Venture (JV) firm / reputed firms have not been Banned / Delisted / Blacklisted / Debarred / Demoted/ Suspended in any State Government / Central Government or State/ Central Government undertakings in India or out side India and in the event any such occurrence is in force, such bid should be disqualified. d) I / WE hereby declare that I/We have carefully gone through all the Bid conditions and solemnly declare that I / we will abide by any penal action such as disqualification or black listing or determination of contract or any other action deemed fit, taken by, the Authority against us, if it is found that the formats, documents & certificates produced by us are false/fabricated.

e) l/WE hereby declare that I/We have perused in detail and examined closely the Andhra Pradesh Standard Specifications and all clauses of the preliminary specifications with all amendments and have either examined all the standard specifications or will examine all the standard specifications for items for which I/We Bid, before I/We submit such Bid and agree to be bound by and comply with all such specifications for this contract which I/We execute in the Irrigation & Command Area Development Department. f) l/WE hereby certify that I/We have inspected the site of the work before quoting my/our price bid and I /We have satisfied myself/ourselves about the quality, availability and transport facilities for stones, sand and other materials. g) l/WE hereby declare that I/We will furnish detailed data in support of all my/our quoted rates, if and when called upon to do so without any reservations. h) l/WE hereby declare that I /We will accept the rejection of my/our Bid in terms of condition 31.2 of ITB. i) l/WE hereby declare that I/We will not claim any price escalation other than what is provided in the bid document. j) l/WE hereby declare that I /We accept the O & M period of 5 years (60 months) including defect liability period of 2 years (24 months). k) l/WE hereby declare that l/WE will procure the required construction materials including earth for use on the work after approval of the Employer/ Engineerin-Charge/ PMC. The responsibility for arranging and obtaining the land for

Hyderabad !

CONTRACTS^^ y vfl

SUPERIM3NBING-ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

255

P.V.N.R.Kanthanapally Sujala Sravanthi Project

304 : "-

Phase-I Package-I Vol. 1, Formats B. 1 to B. 24C

borrow area shall rest with me/us for construction and l/WE shall ensure smooth and un-interrupted supply of materials. I) l/WE hereby declare that the 1/We are responsible for arranging and obtaining the land for disposal of spoil/soil not useful for construction purposes m) l/WE hereby declare that l/WE shall not claim any compensation or any payment for the land arranged for disposal of soil and the land for borrow area. I/We declare that the quoted bid price is inclusive of the land so arranged and I/We will hand over the land arranged for disposal of soil to the department, after completion of work. n) l/WE hereby declare that l/WE will not claim any extra amount towards any material used for the work other than the quoted price for the work covered under the scope, except price adjustment as per clause 46 of G.C.C. o) l/WE hereby declare that l/WE will execute the work as per the mile stone programme, and if l/WE fail to complete the work as per the mile stone programme l/WE will abide by the condition to recover liquidated damages as per the Bid conditions. p) l/WE declare that l/WE will abide for settlement of disputes as per the Bid conditions. q) That Bidder/ Partners of Joint Venture (JV) firm will agree to get disqualified themselves for any wrong declaration in respect of the above and to summarily reject their Bids, besides blacklisting and forfeiture of Performance Security (r) 1/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice .restrictive practice, as defined in Clause 32.0 of the ITB of Bid document, in respect of any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State. (s) 1/We hereby certify that, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice. (t) I /We hereby declare that the undertakings given by us along with the Bid in response to the proposal for the Work were true and correct as on the date of making the Proposal and l/we shall continue to abide by them. Yours faithfully, Date: (Signature, name and designation of the Authorized Signatory) Name and seal of the Applicant/ Lead Member

Place:

K.C.Colony,Chinthagattu,Warangal.

256

P.V.N.R.Kanthanapally Sujala Sravanthi Project

305

Phase-Ir-Bacjcage-I Vol. 1, Formats B.l to B.24C

Format-B24B (On the Letter Head of the Sole Applicant/ Lead Member) Critical Equipment proposed to be deployed The Bidder should furnish the information required below, regarding the availability of the equipment, required for construction / quality control.

SI. No 1

Details of Equipment

Number required

Number Owned Leased To be procured

Yours faithfully, Date: (Signature, name and designation of the Authorised Signatory) Name and seal of the Applicant/ Lead Member

Place:

CONT

SUggJ&N*FENDlNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

257

P.V.N.R.Kanthanapally Sujala Sravanthi Project

306

Phase-I Package-I Vol.1, Formats BJ toB.24C Format-B24C (On the Non-Judicial Stamp Paper of Rs. 100) DECLARATION

"We, SEW INFRASTRUCTURE LIMITED do hereby solemnly affirm and declare that I /we own the following equipment for using on the subject work and also declare that I / We will abide by any action such as disqualification or determination of Contract or blacklisting or any action deemed fit, if the department detects at any stage that l/we do not possess the equipment listed below.

SI. No 1

Details of each Equipment

Year of purchase

Number

Regn

Canacitv 0 a ac,t P V

A n y 0ther

data. 6

Is it in working condition 7

Yours faithfully, Date: Signatory) Place: Member (Signature, name and designation of the Authorised

Name and seal of the Applicant/ Lead

CONT

SUPERINTENDING NGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

258

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I

O n *J

Vot.l, Data Sheeisllto 13.

Part - C DATA SHEETS 1 to 13 TECHNICAL BID FOR IMPLEMENTATION OF PROJECT

Complete Technical Bid for the implementation of the project, keeping in view the requirements as defined in Special Conditions of Contract, shall be submitted by the bidder with his bid in the form of following submittals. Bidder submitting any alternative proposal shall submit separate set of Data sheets Nos. 1 to 13.

1. | Bidder's appreciation of the project 2. (Bidder's proposed organisational setup for the project.

Data Sheet - 1 Data Sheet - 2

3. | Bidder's Proposal for the project components along with Data Sheet -3 I drawings 4. | Management of survey, detailed investigation, design and j Data Sheet- 4 j engineering services | 5. | Construction j proposed methodology of different components j Data Sheet- 5

6. [ Proposed instrumentation in Earth Dam, Spillway with Vertical Gates with Rope drum hoisting arrangements. _ Proposed depfoyment of Key personnel | Proposed deployment of construction equipment 9. j Proposed sourcing of key materials 10. | Proposed construction schedule of the project 11. | An out line of Quality Control and Quality J Assurance system proposed for the project "12""*" Operation & Maintenance 13. Land Acquisition Plan

Data sheet- 6 Data Sheet-7 Data Sheet-8 Data Sheet-9 DataSheet-10 DataSheet-11 DataSheet-12 DataSheet-13

CONTRA'

SUPER^ffi^lBlNHgNGINEER;r&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

259

308
Bidder's appreciation of the project

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Voll, Data Sheets ho 13. Data Sheet-1

This should also consist of a report on the Bidder's appreciation of the project, which should include a section on the site inspection carried out prior to bidding, and demonstrate awareness and understanding of all the principle technical and logistic aspects related to project construction.

CON

SUPEI^?&raNG^NGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

260

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-PPackage-I Voll, Data Slteets lto 13.

309

Bidder's proposed organizational setup for the project The bidder should provide the following information.

Data S h e e t - 2

A. Preliminary organisation chart for Overall Project Management Execution of Civil works, providing Vertical Gates & Hoisting arrangements. Quality Assurance System. B. Narrative description of organisation chart

C. Description of relationship between Head Office and Site Management

CONTRAWs&R

S&/J

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

261

310

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Data Sheets lto 13.

Project components proposed along with drawings

Data S h e e t - 3

The bidder shall submit, descriptions of proposed project components, adhering to the basic parameters and drawings indicated in the bid document. The information should be submitted in sufficient details to allow an assessment of the general adequacy of the Bidder's proposal.

CONT

SUPBEISIHMDING-ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu5Warangal.

262

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

311

VoL2 DataS! e

'

^ ^"Uo 13'

Management of Surveys, Detailed Investigation, Design and Engineering services

Data S h e e t - 4

The bidder shall submit descriptions of proposed management of Surveys / Investigation, Design and Engineering services and sequences to be used for the same. Key surveys, Detailed Investigation and Soil Exploration Activities, Key Design and Engineering activities, Key experts for the same and their deployment schedule should be identified and described.

CONTRA

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

263

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

312
Construction methodology of different components proposed

Vol.1, Data Sheets lto 13.

Data Sheet - 5

The bidder shall submit in brief descriptions of proposed methods, sequences, facilities and layouts to be used for execution. This should cover the following: Diversion Arrangements Working facilities Infrastructure works Civil Works Gates & Hoist arrangements The information submitted should be such as to allow an assessment of the general adequacy of the Bidder's proposal. The information shall include number and classification of manpower, equipment and materials proposed to be deployed for each of the main activities.

"S

CONTRA

S^EJSOTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

264

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Q 1 Q Vol.1, Data S{ieetsJ to 13.

Proposed instrumentation in Earth Dam, Spillway with Vertical Gates with Rope Drum hoisting arrangements.

Data Sheet - 6

The bidder shall submit the description of Proposed instrumentation in Earth Dam, and Spillway such as piezometers, stress meters, inclinometers, vertical movement devices, horizontal movement devisers etc, as may be required as per the design of the bidder adhering to the basic parameters indicating in the bid document along with design and drawings. He should also include in his submission for these instruments the description, of their manufacture, operation, installation at . site and testing. Suitable instrumentation to the Vertical Gates with Rope drum hoisting shall also be provided.

CONTRA1

SUPE^^raSlWTOTGINEER^&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

265

314

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Data Sheets lto 13.

Proposed deployment of Key personnel

Data S h e e t - 7

For specific positions essential to contract implementation, the bidder should provide the proposed deployment of key personnel (for Surveys, Detailed Investigation, Soil Exploration, Design and Engineering, Civil construction. Bio-Data of each of the personnel proposed to be deployed for various activities shall be included in separate sheets for each candidate.

CONTRA'

SUPERCEE>INe-ENGINEER,I&CADD., J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

266

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Data Sheets Ito 13.

315

Proposed deployment of construction equipment

Data S h e e t - 8

The bidder should list out all major equipment, which he proposes to use for construction works. This should include their numbers, capacities and whether equipment proposed is to be purchased new or existing equipment is to be used. In respect of existing equipment, year of manufacture and current ownership is to be stated. Numbers of above equipment to be deployed during various periods of construction as necessary considering the construction programme shall also be included.

The following format shall be used for this purpose:

Activity

Description of equipment (type, model, make)

Capacity / performance factor

No. of each equipment

Year of

Period of

Source *

manufacture deployment

* Indicate availability e.g. owned, leased or to be purchased new.

CONTRACT

SUPESNTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

267

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I

316

VoU, Data Sheets lto 13.

Proposed sourcing of key materials

Data S h e e t - 9

The bidder shall submit, in outline, descriptions of proposed sourcing of key materials covering at least following: Cement Reinforcing steel Structural steel Steel for pipeline Explosives Aggregates Admixtures

^ -c^

CONT

SUPERIN3ftBfNG~ENGINEER,I&CADD, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

268

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Data Sheets ltoJ3.

317

Proposed construction schedule of the project

Data Sheet-10

The bidder shall submit a construction program in bar chart form - together with corresponding critical path network, which starts at the date of commencement and shows in details all the key activities.

CONTRACTO

SUPERINTENBlNrjENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

269

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

318

Vol.1, Dam Sheets Ito 13.

An outline of quality control and quality assurance system proposed for the project

Data Sheet-11

The bidder shall submit, in outline, description of proposed quality control and quality assurance system for the implementation of the project. This shall also include the proposed testing laboratories with the testing equipment, key personnel for field quality control and inspection and laboratory work.

CONT

SUPERT^^NDtNCTENGINEER^&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

270

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Voll, Data Sheets Ho 13.

319

Operation & Maintenance

Data Sheet-12

The bidder shall submit the proposed modalities of Operation & Maintenance.

CONTRA'

SUPERINTENDfN^NGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

271

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Data Sheets Ito 13.

320

Land Acquisition Plan

Data S h e e t - 1 3

~?

CONT

SUPE

;NBESF<313NGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony5Chinthagattu,Warangal.

272

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

321
PART-D BASIC PROJECT PARAMETERS NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M". 1.0 Objective: The objective of the PVNR Kanthanapally Sujala Sravanthi project is to construct 1185.5M length Earth Dams on either side of spillway and Spillway with crest level + 75.00 with 131 vertical gates of size not less than 12 M x 10 M with Electrically operated rope drum hoist, across the river Godavari to facilitate impounding of water at FRL +85.00M.

2.0 EARTH DAMS, COFFER DAMS, & APPURTENANT W O R K S .


2.1 The scope of the work is 2.1.1 Conducting Investigation, surveys, sub-soil and geological exploration required for completion of the work as specified in the scope of the work. 2.1.2 Design Engineering and preparation of estimates required for completion of the work as specified in the scope of the work. 2.1.3 Construction of all the Project components as specified under 2.2 below. 2.1.4 Preparation of land plan schedule and land acquisition proposal and acquiring of land required for spoil banks / dumping area. 2.1.5 Operation and maintenance for 5 years after successful completion of the project including defect liability period of 2 years

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

273

322

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

2.2 Components involved in the work are: 2.2.1 Earth dams along with necessary instrumentation with necessary protection arrangements and foundation treatment. 2.2.3 Safety measures like procurement of motor launches, speed boats etc., and lighting arrangements to Earth dams. 2.2.4 Diversion arrangements for river Godavari for a return flood of 1 in 100 years by constructing coffer Dams on U/s and D/s. 2.2.5 The drawings pertaining to Earth Dams, Spillway, NOF communicated by the Chief Engineer, CDO so far are for specifications purpose, model studies purpose etc., and are appended along with bid document. The bidder shall conduct further detailed investigation, model studies, design engineering and shall submit construction drawings and approval shall be obtained from Chief Engineer, CDO. Further the contractor shall submit drawings for all components and shall be got approved by Chief Engineer, CDO/. Any modifications suggested by CE/CDO, during approval shall also be incorporated at no extra cost. It is the responsibility of the contractor to prepare such designs by conducting all relevant studies and tests. The contractor shall provide ten copies of all approved drawings with one soft copy. The total responsibility for the safety, stability and proper functioning of the entire project lies with the bidder only. The cost of scope of the work under this chapter shall deemed to be included in the quoted price. Any modifications suggested by CE,CDO shall be binding and shall be executed at no extra cost. As this being an EPC the bidder is responsible for the overall safety and fulfillment of the objectives. For this purpose the bidder shall review the proposals and satisfy himself about the fulfillment of requirements. Any modifications felt necessary for the safety of the structure shall be got approved from the competent authority CE.CDO. The quoted contract price is deemed to be inclusive of all modifications found necessary as per the approval accorded by CE,CDO and the agency is not entitled for any extra payment in this regard. The dam alignments finalized by the department are final. 2.2.6. The bidder has to submit the designs of the components of works based on the detailed investigation and studies without deviating from the basic parameters of the project. The design parameters and all technical specifications shall be according to the bureau of the Indian standard Codes, guidelines of , department, Central Designs Organization, Hyderabad. If any specifications are not available in bureau of Indian Standard codes equivalent international standards and published manuals shall be adopted duly monitoring the same wherever applicable. The designs shall be got approved from nt authority Chief Engineer, Central Designs organizations

SUPE58NTENBING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagatta,Warangal.

274

. P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I o p o Vol.1, Basic project parameters

and works shall be carried out as per approved drawings of competent authority i.e., CE/CDO at quoted contract price only with out any extra payment. 2.2.7. Earth dams leftside and right side: Earth Dams proposed on either sides of the spillway are to be constructed as per approved drawings of CE,CDO with TBL not less than +92.20 M and top widths not less than 9.75m with necessary protection arrangements and foundation treatment. 2.2.7.1 Necessary foundation treatment proposals are to be designed and got approved from the competent authority, Chief Engineer, CDO, Hyderabad and Senior Geologist, Geological survey of India and Engineer-in-charge and executed accordingly. Clearance for the foundation areas of the Earth Dam shall have to be obtained from the Director/ Senior Geologist of Geological survey of India, Hyderabad before proceeding with the foundation work. 2.2.7.2. The contractor shall have to submit the methodology and sequence of operation right from procuring the material from the source to the placement in the Earth Dam till the completion of finished item of work and got approved by the competent authority. Any modification suggested is binding on the contractor and shall have to implement at no extra cost. 2.2.7.3 The effect of sudden draw down condition shall be taken care for both upstream side slope and downstream side slope in the design. 2.2.7.4 Suitable drainage arrangements shall be proposed 2.2.7.5 Necessary instrumentation shall be proposed as per relevant IS codes/ and as approved by competent authorit Chief Engineer, Central Designs Organization, Hyderabad 2.2.7.6 Suitable ramps, pathways and walk ways required for inspection and maintenance shall be provided as directed by Engineer-in-charge for Earth Dam and other components 2.2.7.7 Suitable positive cutoff keying into continuous impervious strata or rock shall be provided for earth dams as directed by Chief Engineer, Central Designs Organisation, Hyderabad 2.2.8 Instrumentation: Necessary instrumentation shall be provided for Earth dams as per approved drawings of CE, CDO with required control rooms. All the instrumentation equipment shall have stainless steel enclosure, hermetically sealed by electron beam welding with vaccum inside the sensor 2.2.9 Diversion arrangements: (Corrigendum-6) Diversion arrangements of River Godavari including formation of suitable coffer dams for the proposed barrage site are to be provided with suitable sheet piles / diaphragm wall to minimize seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs (The discharge is indicative). The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent project authority and

CONTRACT{^(Hyderabad)s)J

SUPERINlfNDINUWGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

275
rt

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

24
executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason. The financial mile stone for coffer dam will be distributed for 5 years (Working period. 2.2.10 STILLING BASIN: The foundation treatment shall be carried out for the area covered under stilling basin and apron. The foundation treatment shall be carried out using vibro techniques. The entire area shall be investigated by conducting standard penetration tests, to identify any local pockets where the strata is loose i.e., relative density lower than the required values. Foundation treatment using vibro techniques shall be carried out in all such loose pockets and the density of the soil in those pockets shall be brought to the required level of relative density as directed by competent authority Chief Engineer, Central Design Organization, and Engineer-in-Charge. The efficiency of the foundation treatment shall be got confirmed by conducting standard penetration tests. If the relative density is not attained the required levels stipulated by the competent authority then the densification / vibro technique is to be repeated in secondary points of densification in between the primary points of densification after densification, SPT tests shall have to be conducted for the verification of required level of relative density. This process of tritary, quardratary etc., points of densification shall be continued till the required level of relative density is attained. 2.2.11 U/S over burden and U/S & D/S river training works are to be carried out if necessary as per CE/CDO, Hyderabad drawings or As per Model Studies approved by CWPRS, Pune. The payment will be made separately as per actual quantities by entrusting as additional item of work as per clause 39.4 of GCC. 2.2.12 Seismicity: 1. The Seismic Parameters to be adopted for design and analysis of the dam shall be as approved by the National Committee for Seismic Design Parameters for River valley Projects (NCSDP) of Ministry of Water Resources, Government of India. 2. For Preliminary design or firming up of the dimensions of the dam, limit equilibrium analysis using seismic coefficients as approved by NCSDP may be undertaken in the case of earth dam. For concrete dam, the procedure as outlined in IS: 6512 shall be adopted, using seismic coefficients as approved by NCSDP.

CONTR^TQR^f^/

SUPgl^fTENDING ENGINEER,I&CADD, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

-y *^

276

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

325
3 .For detailed design, dynamic analysis using the seismic design parameters as approved by NCSDP shall be undertaken. 4. The dynamic analysis shall be undertaken for both earth dam and concrete dam as per the State-of the Art procedures and practices using proven commercial software. The analysis shall include the appropriate 'Material Model' that shall realistically simulate the StressStrain behavior of dam and foundation materials under cyclic load conditions (including liquefaction in the case of earth.) 5. Both 2D & 3D dynamic analysis may have to be undertaken 6. The seismic design parameters provided will be in the form of acceleration/velocity/displacement time histories / response spectra at the top of the foundation rock. 7. The seismic coefficients for preliminary analysis in the case of an earth will also have to be suitably amplified taking account of this site condition for arriving at the values of seismic coefficients applicable at the dam foundation. 8. Provisions of IS code, as appropriate, shall be accounted for. 2.2.13 BIS Codes and other manuals 2.2.13.1 While dealing with design of various other components of earth dam reference shall be made to the relevant I.S. Codes, in the absence of BIS Codes relevant International Codes shall be made applicable. 2.2.13.2 All the designs and drawings of Earth Dams on either sides of the spillway, coffer dams, Navigation channel, and instrumentation to the dams shall be got approved by the competent authority / Chief Engineer, C.D.O, Hyderabad. Any modification suggested by the competent authority shall be implemented at no extra cost, at quoted contract price only. 2.2.14 Investigations, Tests and Studies : Necessary investigations/tests/studies as and when required for designs, during execution and O&M shall be conducted through agencies / firms / research institutions approved / permitted by CE, CDO, Hyderabad and Chief Engineer, Godavari Lift Irrigation Scheme, Warangal at no extra cost. 2.2.15 Not withstanding components mentioned, all other components incidental on work shall be carried out with in the contract price, as per approved drawings except items explained under clause nos. 8.0 of other special conditions. 3.0 NAVIGATION LOCK AND NAVIGATION CHANNEL: 3.1 The scope of work includes 3.1.1 Conducting detailed investigation, Surveys, Sub - Soil and Geological exploration required for completion of the work as specified in scope of work. 3.1.2 Design - Engineering and getting them approved by the CE/CDO, Hyderabad and model studies.

CONTRA^1!^^1^^//

SUPEI^ENBH^3^NGINEER5I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

277 3 C6

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vot.l, Basic project parameters

3.1.3. Preparation of detailed estimates of all the components and the same is to be got approved from the competent authority. 3.1.4 Construction of civil works of Navigation channel and navigation locks with accessories, necessary instrumentation system, power supply to navigation locks and all components, lighting arrangements etc. 3.1.5 Operation and maintenance for Five years after commissioning of the Project including defective liability period of Two years. 3.2 Components involved in the work are: 3.2.1 Navigation channel along with necessary instrumentation with necessary protection arrangements and foundation treatment. 3.2.2 3.2.3 Navigation locks and other related components of work. No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value in the area of cross section. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

4.0 SPILL WAY AND ITS APPURTENANT WORKS 4.1 The scope of work includes 4.1.1 Conducting detailed investigation, Surveys, Sub - Soil and Geological exploration required for completion of the work as specified in scope of work. 4.1.2 Design - Engineering and getting them approved by the CE/CDO, Hyderabad and model studies. All the drawings pertaining to HM works & EM works of Barrage gates are to be vetted by APGENCO, Hyderabad and got to be approved by CE, CDO, Hyderabad. 4.1.3. Preparation of detailed estimates of all the components and the same is to be got approved from the competent authority.

CONTR^CTQE^t^

SUgMOTENDlNG ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scherae Circle, K.C.Colony,Chinthagattu,WarangaI.

* *

278

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

3 2 7

Vol.1, Basic project parameters

4.1.4 Construction of civil works of spillway with core wall on either side of spillway, wings, returns and abutments and Design, supply, fabrication and erection of 131 Numbers of Vertical Gates each of size not less than 12 x10 M with electrically operated rope drum hoisting arrangement, stop log gates including E.M parts, Gantry cranes, remote control system with accessories, necessary instrumentation system, electrical substations, diesel generators, power supply to gates and all components, lighting arrangements etc. 4.1.5 Operation and maintenance for Five years after commissioning of the Project including defective liability period of Two years. 4.2 The components involved in the work are: Spillway with ancillary works with core wall on either side of spillway, Energy Dissipation works three lifts to gallery (Two on either side and one in the deep section portion). 4.2.2 Non over flow dam and core wall on either side of spillway, wings, returns, abutment at end of NOF Dam, Power blocks and necessary anchorage / foundation treatments required. 4.2.3 Instrumentation for spillway and vertical gates as approved by CE/CDO Hyderabad. 4.2.4 131 Numbers Vertical gates each of size not less than 12 x 10 M with electrically operated Rope drum hoisting arrangement shall be designed and fabricated in accordance with relevant BIS codes / International Codes with latest remote control system for operation including all necessary accessories. 4.2.5 Necessary Scour Sluices 4 Numbers of size 2.00 x 3.00 m with necessary Service Gates, Emergency gates and its hoisting arrangements. 4.2.6 Fish ladder shall be provided as per the approved drawings by the CE, CDO. 4.2.7 Suitable ramps, walk ways and ladders required for inspection and maintenance shall be provided for spillway and stilling basin duly connecting to main road. 4.2.8 Stop log gates sufficient to close a minimum of 10% of total number of vents or at least 13 numbers of vents whichever is more, with three sets of hoisting arrangement i.e., three numbers of Gantry Cranes etc., shall be provided as per the drawings approved by CE, CDO. But the EM parts including Sill beams, girders / rollers etc., required should be provided for all 131 gates. 4.2.9 Shifting of existing electrical lines on U/S and D/S of barrage affected areas as directed by the Engineer-in-Charge. 4.2.10 Beautification, Plantations near Spillway and its surrounding area 4.2.11 Treatment for abutment shall be carried out as directed by the CE, CDO, Hyderabad / Senior Geologist / Director, Geological Survey of India. 4.2.12 Necessary divide walls on D/s to avoid cross currents are to be provided as per approved drawings by CE, CDO. 4.2.1

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

279

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Basic project parameters

328
4.2.13 2 D and 3 D models studies of spillway and Non Over Flow section etc., shall be conducted at CWPRS , Pune or APERL, Hyderabad. 4.2.14 Gate operation schedule shall be prepared and got approved from CE/CDO hyderabad after conducting 3D model studies CWPRS , Pune or APERL, Hyderabad. 4.2.15 Not withstanding components mentioned, all other components incidental on work shall be carried out with in the contract price, as per approved drawings except items exempted under clause nos. 8.0 of other special conditions. 4.2.16 The Spill way with 131 vertical gates each of size not less than 12x 10 M and The design flood discharge to be considered for the design of spillway is about 29.00 lakh cusecs (100 years flood ) and to be checked for 36.28lakh cusecs (500 years flood) for stability and encroachment into freeboard at FRL of +85.00 m including energy dissipation arrangement. The crest level of spillway shall be + 75.00 M. All the designs including rope drum hoisting arrangement divide walls shall have to be got approved by the competent authority i.e., Chief Engineer, Central Designs Organization, Hyderabad. Any modifications, suggested by the competent authority shall be binding and shall be implemented by the contractor at no extra cost. 4.2.17 Ail the materials required for design mixes shall be got tested at CSMRS, New Delhi/ APERL, Hyderabad and the design mixes for various grades of concrete shall be got done at CSMRS, New Delhi/APERL, Hyderabad at the contractor's cost. The materials used for the work shall be got tested in APERL, Hyderabad periodically. 4.2.1 8 The spillway body wall, Non over flow Dam, abutments, Piers, wing and returns, other ancillary works, energy dissipation arrangement, road bridge etc., shall be constructed in cement concrete/Reinforced cement concrete only as per I.S Codes and concrete shall be tested as per relevant B.I.S. Codes. The type and brand of Cement to be used shall be got approved from the employer before use. 4.2.19 The foundation levels of spill way shall be fixed as per the designs approved by CE, CDO, Hyderabad and also in such a way that the spillway will rest firmly on hard strata, as directed by the CE, CDO, Hyderabad and Director/Senior geologist, Geological survey of India, Hyderabad. Necessary foundation treatment has to be designed and executed as per the directions of the competent authority i.e., Chief Engineer, Central Design Organization, Hyderabad, and Director/Senior geologist, Geological survey of India. All the foundation areas of the spillway shall have to be got mapped and cleared and approved by the Director/Senior Geologist of Geological Survey of India, Hyderabad before proceeding with further work.ie., laying

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

280

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

329
4.2.20 Gallery : -

'

4.2.20.1 Proper drainage arrangements shall be provided for the body of the Spillway and the Spillway foundations and the drainage water shall be collected at suitably located sumps. Adequate pumping arrangements shall be made to bail out the drainage water collected in the sumps. The spacing, depth and diameter of drainage holes, and drainage arrangements together with sump location pumping arrangement etc. shall be made as per approved drawings of CE, CDO. 4.2.20.2 Proper drainage arrangements shall also be made for stilling basin as per the drawings approved by CE, CDO Hyderabad. 4.2.20.3 Suitable drainage Gallery of size not less than 2.00 m X 2.50 m all along the length of spill way and non over flow dam, power blocks as per approved drawings of CE, CDO Hyderabad shall be provided 4.2.20.4 Gallery must be provided with two adit galleries, on either side of spill way with proper lighting arrangements, lifts and gates at the entry points. Proper approaches shall be provided to the adit gallery entry points from top of road of spill way. 4.2.20.5 Besides the conventional stair case / steps required for approaching to the galleries minimum of 2 Numbers of lifts (automatic) of carrying capacity not less than 20 persons and 1 Number of 2000 Kgs capacity Goods lift each shall be provided i.e., one at either ends of the spillway blocks and one Goods lift at deep block. The lift shall be of standard make and specifications shall be in accordance with relevant BIS codes. 4.2.20.6 Proper approaches from top of spillway shall be provided to drainage system, dewatering system. 4.2.20.6.a The contractor shall provide (Laying and fixing) permanent air and water lines required for spillway gallery, this includes pipes, fixtures, pipe specials, gate valves, outlet points etc., complete. The airline shall be connected to an air compressor of Kirloskar /Atlas capco make of capacity not less than 1600 cfm. The air and water lines shall be of minimum 50 mm dia each throughout the spillway gallery. Outlet valves shall be provided in every block of the spillway. 4.2.21. B.T.Road connecting all the main components of the work ie., Earth Dams on either sides of the spillway , Spill Way, NOF, Power Block, Head regulator of the project with lighting arrangements shall be provided and connected to the existing permanent road. The specifications of R&B department keeping in view MORT&H & I.R.C standards shall be adopted for these roads. The proposals of BT road shall be got approved from CE, CDO/ Chief Engineer, Godavari Lift Irrigation Scheme and work shall be carried out as per approved drawings at quoted contract price only.

CONTRA'

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

281

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol. 1. Basic project parameters

330
4.2.22 Dewatering pumps: a) The drainage water from the drainage holes and porous drains shall be collected into sumps provided at suitable locations in the dam galleries. This drainage water is to be bailed out and disposed off to the upstream or down stream side of the spillway as approved by the competent authority. b) Necessary dewatering arrangements shall be provided for this drainage. The dewatering arrangement proposals shall be submitted to the department for approval by the competent authority and in no case shall be less than 12 Numbers of submersible stainless steel pump each of capacity not less than 60 H.P with suitable dewatering pipe lines including Non- Return valves and other accessories. 4.2.23 Necessary divide walls in R.C.C are to be constructed as per designs and drawings approved by competent authority Chief Engineer, Central Design Organization .Hyderabad to avoid skew flows and cross currents. 4.2.24 A horizontal stilling basin is to be provided as approved by the Chief Engineer, Central Design Organization, Hyderabad for energy dissipation with necessary chute blocks to suit the flood discharge of 29.00 lakh cusecs/36.28 Lakh Cusecs. 4.2.24.1 The foundation treatment shall be carried out for the area covered under stilling basin and apron wherever it is resting on sand/loose strata.The foundation treatment shall be carried out using vibro techniques. The entire area shall be investigated by conducting standard penetration tests, to identify any local pockets where the strata is loose i.e., relative density lower than the required values. Foundation treatment using vibro techniques shall be carried out in all such loose pockets and the density of the soil in those pockets shall be brought to the required level of relative density as directed by competent authority Chief Engineer, Central Design Organization, and Engineer-in-Charge. The efficiency of the foundation treatment shall be got confirmed by conducting standard penetration tests. If the relative density is not attained the required levels stipulated by the competent authority then the densification / vibro technique is to be repeated in secondary points of densification in between the primary points of densification after densification, SPT tests shall have to be conducted for the verification of required level of relative density.

This process of tritary, quardratary etc., points of densification shall be continued till the required level of relative density is attained. (Com'gendum-4)

SGPERINTENDING

ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Crunthagattu,Warangal.

282

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-I

Vol.1, Basic project parameters u u l 4.2.25 The Spill way shall be provided with Vertical gates and electrically operated rope drum hoisting system including all the necessary EM parts. 4.2.26 The spill way shall be provided with stop log gates sufficient to close a minimum of 10 % of total numbers of vents or at least 14 Numbers vents whichever is more. The stop log gates shall be provided with two sets of suitable hoisting arrangement, with 3 Numbers of gantry cranes. Gantry crane rails are to be provided on the spill way bridge for movement of Gantry Cranes, in such a way that they will not create any obstruction for free movement of traffic in the entire carriage way width. Further provision shall be made to park / keep the Gantry Cranes away from the carriage way of road when they are not in use. (Corrigendum-4) 4.2.27 Necessary Scour Sluices 4 Numbers each vent of size not less than 2.0 m x 3.0 m with suitable service gates, emergency Gates and hoisting arrangement including EM parts, Power connections, permanent cables with all required appliances confirmed to relevant BIS Codes etc. shall be provided in the piers of spill way as per approved drawings 4.2.28 Second stage concrete for filling EM parts shall be done as per specifications and as per approved drawings by CE, CDO with in the contract price 4.2.29 Necessary arrangements for stock piling the stop log elements at locations directed by Engineer-in-Charge shall be provided and got approved by the competent authority. A complete system of lifting the stop log elements for stock piling the stop log elements shall be developed and executed. 4.2.30 Models studies i.e, Physical and Mathematical models studies whenever found necessary shall be carried out as per the instructions of the Employer. Physical model studies carried out at CWPRS, Pune /APERL, Hyderabad as instructed by the Employer. The mathematical model studies shall be carried out at or any reputed institutions as instructed by the Employer. (i) Discharge characteristics of the spill way, coefficient of discharge. (ii) Pressure distribution on the spill way profile. It shall be ensured that no Negative pressure,or flow separation is developed or any other adverse effects on Spillway. (iii) Performance of energy dissipation arrangements of spill way. (iv) Flow conditions in the Navigation channel and spill channel for different flood conditions. (V) Reservoir operation Schedules. (vi) Back water curve effects. (vii)Tail water rating curve. (vii) Dynamic Analysis of Spill way Structure shall be conducted at NT, Roorkee.

CONTRA

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

283

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I

OOQ

Vol.1, Basic project parameters

4.2.31 Suitable instrumentation for spill way and vertical gates shall be provided with terminal boards at galleries, for the spill way, as per relevant BIS codes and as directed by CE, CDO, Hyderabad and all the instrumentation cables shall have to be connected to the instrumentation control room 4.2.32 Vertical and lateral loads corresponding to required capacity Gantry crane shall be considered in the design 4.2.33 Fe415 grade of steel only shall be used for reinforcement works and concrete shall be of grades as per approved drawings conforming to IS: 1786 and IS: 456 respectively 4.2.34 The zoning of materials shall be as per the approved drawings of CE, CDO Hyderabad. 4.2.35 The expansion joints with PVC rubber water stopper arrangements shall be provided as per the approved drawings of CE, CDO Hyderabad conforming to relevant BIS codes. 4.2.36 Structural steel shall be of grade E250/E410, as per the approved designs of CE,CDO. 4.2.37 The structure to be assumed to fall under Wind Zone-IV. The wind load shall be applied as per IS-875:1987 (Part-3). 4.3 Design formulation:

4.3.1 The axis and location of spill way is fixed and the design proposals shall be furnished considering the fixed location only. The structure (spillway) should pass the maximum flood discharge of 29.00 lakh cusecs(for 100 year return period), 36.28 Lakh Cusecs(for 500 year return period)and it shall satisfy all the requirementsfCor/7ge/7cfo//77-4J 4.3.2. The full Reservoir level /Maximum Water level shall be +85.00M 4.3.3 The design flood discharge to be considered for the design of spillway is about 29.00 lakh cusecs (100 years flood ) and to be checked for 36.28lakh cusecs (500 years flood) for stability and encroachment into freeboard. A. Keeping the above constraints in the view the contractor has to prepare the gates operation schedule and it shall be validated by suitable model studies to be conducted at CWPRS, Pune or APERL, Hyderabad and it shall be got approved by the competent authority, i.e., CE/CDO. B. _Anchorage system for vertical gates shall be designed and got approved by CE, CDO, Hyderabad .(Corrigendum-4)

CONTR\^TQB->o5/

SU?g^feKEnNGENGINEER;I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

284

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

333
4.4 SPILL WAY: The following design parameters are fixed and binding on the Contractor 4.4.1 F.R.L 4.4.2 Crest level 4.4.3 +85.00 m +75.00 m

Vent way Not less than 131 vents each of size 12m x 10 m (Size of each vent of 12mX10m also fixed)

4.4.4

Road bridge over spill way - Double lane bridge with total width of 9.75m, with carriage way of 7.5m clear between kerb to kerb One foot path on down stream side with width not less than 1.5m. Kerb of width 0.475 m on each side. Bridge shall be designed for class AA loading. Road bridge level shall not be less than +92.2 m Geology:

4.4.5 4.5

4.5.1 The proposed site should be thoroughly investigated by core drilling with diamond bits and triple tube barrel at closure intervals and conducting necessary tests. 4.5.2 Permeability tests in foundation rock strata at different levels shall be conducted and results shall be furnished. 4.6 Grouting:

4.6.1 Curtain grouting:- The Spacing, Pattern, depth and Dia of the holes shall be decided depending upon the Geological strata by the CE. CDO shall be followed while doing curtain grouting. 4.6.2 Consolidation grouting:- The Spacing, Pattern, depth and Dia of the hole shall be decided depending upon the Geological strata by the CE. CDO shall be followed while doing consolidation grouting. 4.6.3 TEST GROUTING:- The efficiency of the grouting is to be tested as per relevant BIS codes. If the efficiency of the grouting is not to the standards then secondary holes are to be drilled and tested. This procedure is shall be continued till the satisfactory results are achieved as per BIS Codes. 4.6.4 Necessary Parapet/ Hand railing shall be provided as approved by CE, CDO, Hyderabad both on up steam side and down stream side of spillway road bridge and approaches 4.6.5 The size of each vent shall not be less than 12 m X 10 m and Number of vents shall not be less than 131 Numbers.

CONTRA^!

SUPERIN^^BH^BNGINEERJ&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagatta,Warangal.

285

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

334

Vol.1, Basic project parameters

4.6.6 Thickness of spillway piers shall not be less than 3.00m or as per the drawing approved by CE/CDO Hyderabad. Spillway Bridge is to be designed for IRC class-AA loading with a carriage way width of 7.5 m between kerbs and with one foot path on D/S side of width 1.50 m. The total width of spillway bridge shall not be less than 9.750 m and as per the drawing approved by CE/CDO Hyderabad. 4.6.7 Stability of body wall should be checked for various load combinations mentioned in IS 6512 and other relevant BIS codes. 4.6.8 Suitable hoist bridge over spillway at piers top level for accommodating trays, instrumentation devices, dial gauges, inspection path etc, shall be provided with in contract price as approved by CE, CDO . 4.7 Seismicity: 1. The seismic Parameters to be adopted for design and analysis of the dam shall be as approved by the National Committee for Seismic Design Parameters for River valley Projects (NCSDP) of Ministry of Water Resources, Government of India. 2. For Preliminary design or firming up of the dimensions of the dam, limit equilibrium analysis using seismic coefficients as approved by NCSDP may be undertaken in the case of earth dam. For concrete dam, the procedure as outlined in IS: 6512 shall be adopted, using seismic coefficients as approved by NCSDP. 3. For detailed design, dynamic analysis using the seismic design parameters as approved by NCSDP shall be undertaken. 4. The dynamic analysis shall be undertaken for both earth and concrete dam as per the State-of the Art procedures and practices using proven commercial software. The analysis shall include the appropriate 'Material Model' that shall realistically simulate the StressStrain behavior of dam and foundation materials under cyclic load conditions (including liquefaction in the case of earth dam). 5. Both 2D & 3D dynamic analysis may have to be undertaken. 6. The seismic design parameters provided will be in the form of acceleration/velocity/displacement time histories / response spectra at the top of the foundation rock. 7. The seismic coefficients for preliminary analysis in the case of an earth dam will also, have to be suitably amplified taking account of this site condition for arriving at the values of seismic coefficients applicable at the dam foundation.

SUI^^?^DS5GINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

286

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

335
8. Provisions of IS code, as appropriate, shall be accounted for. 4.8 DRAINAGE ARRANGEWIETNS IN GALLERIES:- Necessary sumps . are to be provided at required points for collecting the drainage water from drainage holes and porous drains through suitable drains. To bail out the collected drainage water adequate pumping arrangements shall be made. Necessary pumps required for dewatering of the drainage water shall be provided. 4.8.1 Provisions are to be made as per BIS standards. (A) Drainage gallery of size not less than 2 m x 2.5 m (Throughout the length of spill way and NOF Dam). (B)Adit Galleries at two locations shall be provided of size not less than 2 m x 2 . 5 m. (C) Stair well with lift at three locations, two on either side and one at center. (D)Formed drains. (E)Ventilation pipes. (F)Scour Sluices with service and emergency gates and hoist arrangement.(Power operated and manual). 4.9 Concrete grades & MSA for various components (As approved by CE/CDO Hyderabad.) duly conducting the design mix at CSMRS, New Delhi/APERL.Hyderabad. 4.10 Instrumentation chambers with all the necessary instruments, thermo meters shall have to be provided as per the approved drawings by CE, CDO, Hyderabad. 4.11 Inspection of Rope drum hoists: (Comgendum-7) '

It shall be specially noted that all the components of the rope drum hoists for vertical gates are to be inspected. The same shall be got inspected and tested by the team of field engineers / officials at manufacturers premises before dispatch. The inspection team of field Engineers / officials shall consists of minimum 6 members and the members will be nominated by the employer. All the expenses for inspection towards transport, incidental charges, living expenses, international passage / local passage to and fro by air/ by train etc., shall be born by the bidder. The rates quoted shall be inclusive of the expenses towards inspection and testing by the field Engineers/ officials and no separate payment will be made on this account. 4.12 Remote control Building The remote control room shall be of ground floor + 2 floors R.C.C Building with R.C.C slab roof and shall be sufficient to accommodate the needs of the operational staff, all the required equipment, with necessary store rooms and the carpet area in each floor shall not be less than 5000 Sqft and 20 Numbers Split Air conditioning system's ojL0^Seneral/Daikin make and of capacity not less than 2 Ton of

CONTMga&R y^J)

SUPERIN'ESraHG-ENGINEER,I&CADD.J J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

287

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

336

Vol.1, Basic project parameters

Refrigeration at locations specified by the Engineer-in-charge. All the necessary cables shall be connected to remote control room for the operation of Vertical gates by remote control system. 4.13 Instrumentation Control Room. The instrumentation control room location shall be as per approved drawings or as decided by the Engineer-in-Charge and it shall be of R.C.C framed structure of size shall not be than 250 sft, duly providing with Split Air conditioning system of O-General / Daikin make and of capacity shall not be less than 2 Ton of Refrigeration all the instrumentation provided for the spillway and vertical gates shall have to be connected to the data acquisition centre installed in instrumentation control room. Reservoir water level / down stream water level indicators shall have to be connected to display unit in instrumentation control room. All the instrumentation equipment shall have stainless steel enclosure, hermetically sealed by electron beam welding with vaccum inside the sensor. 4.14 Design criteria The drawings pertaining to PVNR Kanthanapally Spillway communicated by the CE/CDO Hyderabad, so far for specification purpose, model studies purpose etc., are appended along with the bid document. The bidder shall conduct further detailed investigation, model studies, design engineering and shall submit construction drawings and approval shall be obtained from the competent authority i.e, CE, CDO Hyderabad. Further the contractor shall submit drawing for all components and shall be got approved by CE, CDO Hyderabad. It is the responsibility of the contractor to prepare such designs by conducting all relevant studies and tests. Any modification suggested during approval shall also be incorporated at no extra cost. The design parameters, concrete mixes, specifications shall be in accordance with Bureau of Indian Standard codes. If any specifications are not available in bureau of Indian standard codes, relevant international standards shall be adopted. On awarding of the contract the bidder has to submit the detailed designs and drawings along with detailed estimate for all the components in 10 sets, one set soft copy to the department at the earliest in the first mile stone for approval by CE / CDO / Hyd. 4.15 The PVNR Kanthalapally is prestigious project of Government of Andhra Pradesh and of National importance. Keeping in view this aspect, the contractor shall furnish drawings of all major components of project with good aesthetic view and as directed by the Employer with in the cost of contract price.

SUPEf^^EN&R^G-ENGINEER^I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

288

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Basic project parameters

337
4.16 The contractor shall have to make all necessary arrangements for the inspection of all the Electro-Mechanical equipments, Hydro mechanical, vertical gates etc., procured for this project at place of manufacturing by the Engineers concerned before dispatch. No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease. (Corrigendum-4)

4.17

5.0 Power blocks for power generation: 5.1 The scope of work includes 5.1.1 Conducting detailed investigation, Surveys, Sub - Soil and Geological exploration required for completion of the work as specified in scope of work. 5.1.2 Design - Engineering as per approved drawings from CEA New delhi and getting them approved by the CE/CDO, Hyderabad and model studies. 5.1.3. Preparation of detailed estimates of all the components and the same is to be got approved from the competent authority. 5.1.4 Construction of civil works of power blocks and Design, supply, fabrication and erection of 12 Numbers of Vertical Gates each of size not less than 10 x11 M with electrically operated rope drum hoisting arrangement, stop log and trash rack gates including E.M parts, Gantry cranes, remote control system with accessories, necessary instrumentation system, electrical substations, diesel generators, power supply to gates and all components, lighting arrangements etc. 5.1.5 Operation and maintenance for Five years after commissioning of the Project including defective liability period of Two years.

SUPERINTENDINCJENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

289

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

338

Vol.1, Basic project parameters

5.2 Component of works involved: 5.2.1Construction of Power Blocks for Power Generation with intermediate dividing walls for each unit upto fore bay of power house i.e., upto section D-D shown in the appended drawing in vol.IV. Construction of trash racks. Supply, Manufacture erection and commissioning of 12 nos, Vertical Gates and trash rack gates with Rope drum hoisting arrangement and all related components including instrumentation for automatic operation of gates, Required sets of Stop log elements and Gantry crane arrangement for hoisting stop logs and accessories. 5.2.2 No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general lay-out drawing (Corrigendum-2) (appended in Vol.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or d ecrease. (Corrigendum-4)

5.2.3

If any modifications are required in the design of power block to accommodate the power house, the agency shall carry out the work as directed by the Engineer in charge with prior approval of committee constituted by Government. The payment will be made separately as per actual quantities by entrusting as additional item of work as per clause 39.4 of GCC.

6.0 Non Overflow dam: 6.1 The scope of work includes 6.1.1 Conducting exploration work. 6.1.2 Design Hyderabad detailed investigation, Surveys, Sub - Soil and Geological required for completion of the work as specified in scope of Engineering and getting them approved by the and model studies. CE/CDO,

SUPERiSSjDmG^NGINEERJ&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

290

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. 1, Basic project parameters

339
6.1.3. Preparation of detailed estimates of all the components and the same is to be got approved from the competent authority. 6.1.4 Construction of civil works of Non overflow dam and all components, lighting arrangements etc. 6.1.5 Operation and maintenance for Five years after commissioning of the Project including defective liability period of Two years. 6.1.6 No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general lay-out drawing (Com'gendum-2) (appended in Vol.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.(Corrigendum-4)

7.0. HEAD REGULATOR 7.1 The scope of work includes

7.1.1

Conducting detailed investigation, Surveys, Sub - Soil and Geological exploration required for completion of the work as specified in scope of work. 7.1.2 Design - Engineering and getting them approved by the CE/CDO, Hyderabad and model studies. 7.1.3. Preparation of detailed estimates of all the components and the same is to be got approved from the competentauthority. 7.1.4 Construction of civil works of head regulator having design discharge of 365 Cumecs and Design, supply, fabrication and erection of 5 Numbers of Vertical Gates each of size not less than 8 x3 M with electrically operated rope drum hoisting arrangement, stop log and including E.M parts, Gantry

CONTM

SUPERmTET^DH^rr^JGfN^R^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

291

340

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Basic project parameters

cranes as per the CE/CDO approved drawing, remote control system with accessories, necessary instrumentation system, electrical substations, diesel generators, power supply to gates and all components, lighting arrangements etc. 7.1.5 Operation and maintenance for Five years after commissioning of the Project including defective liability period of Two years. 7.2 Component of works involved: 7.2.1 Construction of head regulator having design discharge of 365 Cumecs with crest level +76.00 M and U/S and D/S C.B.L+72.00 with erection of 5 Numbers of Vertical Gates each of size not less than 8 x3 M with electrically operated rope drum hoisting arrangement, stop log and including E.M parts, Gantry cranes as per the CE/CDO approved drawing, remote control system with accessories, necessary instrumentation system, electrical substations, diesel generators, power supply to gates and all components, lighting arrangements etc. 8.0 8.1 Electrical works: Scope of work.

8.1.1 Design, supply, erection, testing and commissioning of Two No's of 33KV/440V electrical sub- stations each on either side of barrage consists of not less than two numbers of power transformers each of capacity not less than 2.5 MVA power transformers at each substation along with accessories, control panels. 8.1.2. Design, supply, erection, testing and commissioning of power supply to spillway vertical crest gates, dewatering system, gallery, control rooms, instrumentation rooms, generator rooms, remote control equipment, lifts, Gantry cranes, hoists and as directed by the Engineer-in charge. Design, supply, erection, testing and commissioning of lighting arrangements with necessary equipment and materials to spillway, earth dam, Gallery, Approach roads, all along the roads connecting the components of project. 8.1.4. Design, supply, erection, testing and commissioning of not less than four numbers each of 500 KVA diesel generators and accessories and one number 100 KVA mobile diesel generator with all accessories. 8.2. a. Power supply from APNPDCL i) All the necessary arrangements shall be made to take the power supply from the metering points of APNPDCL. 8.1.3.

SUPHTO5fefl'KrENGINEER>I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

292

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol. 1, Basic project parameters

341
ii) Electrical substations 33KV/440V Two No's of 33KV/440V electrical sub- stations each on either side of barrage consists of not less than two numbers of power transformers each of capacity not less than 2.5 MVA and Gl structure with all necessary switch yard equipment, control and relay panels, panel and distribution boards, cables, required spares, tools, including control rooms not less than 500 sqft each with RCC framed structure etc., shall be provided as per the requirement and confirming to relevant BIS codes. The Contractor shall have to submit the detailed drawing duly locating the sub stations as directed by Engineer-in-Charge and got it approval from the competent authority, if any modifications suggested by the competent authority shall be provided at no extra cost. b. Power supply to Spillway, gates motors, Gallery, dewatering pumps, Control rooms, instrumentation rooms, lifts, ventilation equipments etc., Suitable arrangements shall be made with required power distribution panels, Independent cables, distribution boards etc., as per requirement and as per the standards to Spillway Gates, Earth Dam, Spillway, Power blocks and NOF, Gallery, Dewatering pumps, lifts, ventilation equipment control rooms, instrumentation rooms, Gauge wells and other locations as specified by Engineerin-charge. c. Lighting arrangements at Spillway Power blocks, NOF, Earth Dams, Approach roads, Gallery etc,. d. Suitable arrangements shall be made to provide required lighting as per standards at Spillway Gates, Earth Dams and Earth Dam, Spillway, Gallery, Dewatering pumps, Approach roads, Gauge wells etc., Outdoor lighting shall be provided by providing Tubular Street light poles of height 11 mts and at a span not more than 30 mts with 150 Watts Sodium mercury vapour lamps, Flood lights, lighting masts with flood lights, cables, distribution boards etc., as per the relevant BIS codes. Suitable lighting arrangements shall be made in the gallery with moisture proof lights as per the standards. Extra lighting arrangements shall be made at important places like junctions, Spillway gates, water level gauge reading points, and other important places as directed by Engineer-in-Charge, indication places both on upstream and downstream of spillway, Earth dam. e. Four Generators each of capacity not less than 500 KVA including Generator rooms at spillway as per CE, CDO approved drawings or as directed by the Employer and one mobile generator mounted on trolley of capacity shall not less than 100 KVA with all necessary cables, panel boards etc., shall be provided. 9.0 Double lane road Bridge connecting all the main components of the work ie., Earth Dams on either sides of the spillway , Spill Way, NOF, Power Block, Head regulator of the project with lighting arrangements shall be provided as per the specifications of R&B department keeping in view MORT&H & I.R.C standards. The proposals of D.L. road Bridge shall be got approved from CE, CDO, Hyderabad and work shall be carried out as per approved drawings at quoted contract price only.

293

342

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.I, Basic project parameters

10.0 MISCELLANEOUS ITEMS: All the miscellaneous items below applicable to the Earth dams and spillway,power blocks,NOF.Buildings and its appurtenant works shall be provided as directed by employer or competent authority at quoted contract price only. i) Gauges: Minimum, two gauge wells on the upstream of barrage reservoir shall be constructed with suitable approaches as directed by CE/ CDO/ Employer. Similarly minimum two sets of gauge pillars on upstream of the dam with suitable approaches shall be provided as directed by CE/ CDO/ Employer. ii) Parapets: Necessary parapets both on upstream side and down stream sides of Earth dams, shall be provided as per approved drawings by competent authority. iii) Ramps: Ramps shall be provided in Earth Dams as directed by the Engineer-inCharge and as per approved drawings.. iv) Revetments/Turfing: For Earth dams upstream and down stream slopes revetment and turfing shall be provided as per approved drawings of CE, CDO, Hyderabad. v) Drainage arrangements: Suitable drainage arrangements on the top width of the earth dam, with necessary chute drains on the D/S slopes and berm of the Earth Dams and all necessary arrangements on spillway, power blocks, NOF shall be provided as per approved drawings of CE, CDO Hyderabad. vi) Illumination & lighting : All the project components shall be provided with illumination and lighting as specified in Technical specifications including roads approaches, ramps, gallery, lifts, hoist arrangements of Vertical Gates , control room, generator sheds etc, and as directed by Engineer-in-Charge/ Employer. vii). Protection against lightning. For all the components of works shall be provided with protection arrangement against lightning as per BIS standards and as directed by employer. viii). Safety arrangements: Safety arrangements like 125 HP Motor launch not less than 50 seat capacity and one number 40 HP 17 seated speed boat with two engines with all other accessories shall be provided as stipulated by the department. ix). Internal BT Road in the camp/residential/office colony, Project site. x). Raising upto+89.00M of existing B.T.Road from Kanthanapally x road to Laxmipuram including construction of CM & CD works. xi) Raising upto +89.00M of existing WBM road from Kanthanapally x road (Eturunagaram to Tupakulagudem) to Barrage work site including construction of CM & CD works xii). Office/Residential Building.

SUPEElSESSSe^eiNEER^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu5Warangal.

294

P.V.N.R.Kanthanapaliy Sujala Sravanthi Project Phase-I Package-I Vol. 1, Basic project.parameters

343
Construction of Remote control building, instrumentation building, recreation hall with indoor games kit and Construction of Residential and Non-residential buildings like Offices, Quarters, required for operation and maintenance of the barrage for a plinth area of 2410 Sq.m at barrage site.

Construction of Residential and Non-residential buildings like Offices, Quarters, Community Hall, etc in Camp Colony, for a plinth area of 5168 Sq.m. Internal Roads in Camp Colony and at barrage site quarters and buildings, Drainage, Electrical arrangement, etc Construction of compound wall for entire premises of camp colony and Water Tank (Over Head Tank) in the camp colony. Plantation, gardening at project site, camp colony and Children Park at camp colony. xii). Dewatering pumps: a) The drainage water from the drainage holes and porous drains shall be collected into sumps provided at suitable locations in the dam galleries. This drainage water is to be bailed out and disposed off to the upstream or down stream side of the spillway. b) Necessary dewatering arrangements shall be provided for this drainage. The dewatering arrangement proposals shall be submitted to the department for approval by the competent authority and in no case shall be less than 12 Numbers of submersible stainless steel pump each of capacity not less than 60 H.P with suitable dewatering pipe lines including non return valves and other accessories. xiii). Model studies: Model studies i.e., physical and mathematical model studies during investigation / execution / operation and maintenance shall be carried out as per the instructions of the Chief Engineer, Godavari Lift Irrigation Scheme. Physical model studies shall be carried out at CWPRS, Pune or APERL Hyderabad, as instructed by the Chief Engineer, Godavari Lift Irrigation Scheme . The mathematical model studies shall be carried out at CWPRS, Pune or APERL Hyderabad or any other reputed institutions as instructed by the employer. xiv). Different Studies / Tests / Investigations: Any investigations / tests / studies suggested by the competent authority or CE.CDO in connection with design / execution / operation and maintenance of the Spillway / Power blocks/ NOF/Earth Dam / shall be carried out at no extra cost. xv). Ornamental pilasters on the Spillway with focus lighting and architectural finishing shall be provided. Necessary landscaping on the Spillway shall be submitted and got approved by CE, CDO shall have to be provided.

CONTRA!

SUPERINTENDSOSGSIER5I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

295

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

/? A A

Vol.1, Basic project parameters

xvi).

Comprehensive 3D Model studies. (Corriaendum-4)

3D Model studies duly incorporating all the various components of the Project i.e., Spillway, Earth Dam Power blocks, NOF, Navigation channel, etc. to study the following aspects and the study shall be conducted at CWPRS Pune or APERL Hyderabad at agency's cost. 1. Flow conditions of the Spillway. 2. Performance of stilling basin, scour sluice, , provided etc., 3. Sufficiency of, Divide walls etc. provided. 4. Performance of rock apron at the end of spill channel. Any other component and study felt necessary by the Engineer-in-Charge shall also be incorporated in the model and studied. The results are to be submitted to the Employer for approval. Any recommendations in view of improvements to structural safety, flow conditions, protection works etc., shall be implemented. The cost towards Model studies will be reimbursed to the contractor as per actuals on production of proof and verification

^_>^-"-\ y - Is CONTltosSQR.^^

SUP^3SSN&IN6-ENGINEER5I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

296

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol. I, Part-E Project Profile

345
PART - E PROJECT PROFILE NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" Preamble:- P.V.N.R. Kanthanapally Sujala Sravanti Project is located in Andhra Pradesh on the River Godavari near Kanthanapally (V) of Eturunagaram (M) in Warangal District, 18 Kms from Eturunagaram (M) head quarters and 25 kms downstream of the existing J Chokka Rao Devadula Lift Irrigation Scheme Intake Pump House at Gangaram (V). The nearest railway station is Warangal which is about 137 kms. The nearest airport is at Hyderabad which is about 320 KMs from site. The geographical co-ordinates are at longitude 8024'35"E, latitude 1827'40"N. The project is a multipurpose project envisaging stabilization of SRSP stage-l and Stage-ll 7.50 lakh acres in

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

297

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Part-E Project Profile

346
Warangal, Nalgonda & Khammam districts by diverting 50 TMC of water from river Godavari to SRSP Canal at Warangal through tunnels & open canals. In addition to this, generation of Hydro Electric Power with installed capacity of 280 MW and drinking water supply for rural areas in Warangal district.

Proiect profile:- The project consist of Earth dams left side & right side , Navigation channel, Spillway, Power block for power generation, Non-over flow dam. The FRL of the reservoir is +85.00 m, and crest level of +75.00 m. Power blocks are proposed for generating power 280 MW with 6 units of each of 46.66 MW capacity. THE DETAILS OF PROJECT COMPONENTS: 1. Spillway with energy dissipation arrangements 2. Abutments, Wing walls and Returns, 3. Construction of Navigation Channel and Navigation Lock 4. Construction of coffer dams and diversion of River, 5. Double lane Road Bridge on NOF, Spill way, Power block and Navigation channel. 6. Earth Dam Left side and Right side of the Barrage spillway including U/s & D/s Rivetment. 7. Construction of Head Regulator including Bank connections 8. Non Overflow dam 9. The hydro-mechanical works for spillway, powerblock, head regulator such as service gates, Trash rack gates, Emergency gates, Stoplog gates, EOT cranes, Generators and all other required accessories /equipment 10. Design, Supply, Fabrication and Fixing of 131 no.s spillway vertical gates with Electrically operated Rope drum Hoists. 11. Construction of Power Blocks for Power generation. 12. Stair cases and elevators atleast at 3 locations. .

SUPE&5ffiNM-reWGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

298

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Vol.1, Part-E Project Profile

347
13. Gantry cranes. 14. Scouring Sluices with gate arrangements. 15. Emergency gates. 16. Construction of RCC Framed Buildings (Camp/Residential/Office/Model House/Project House/Remote control building etc.,/lnternal Roads) 17. Drainage gallery 2 m x 2.5 m (Throughout the concrete spill way) 18. Adit Gallery on either side of not less than 2 m x 2.5 m. 19. Formed drains. 20. Ventilation pipe. 21. Operation and Maintenance of the System for 5 years. CODES APDSS, Relevant IS codes, IRC Publications GO'S, Memos and Circulars issued by the department from time to time. Main Conditions Investigation: The detailed investigation of barrage alignment and H.P's. are to be got approved by the competent authority for approval. The LP schedules (Land Acquisition) proposals are to be furnished. The work should be carried out as per approved alignment. Obtaining all the approvals necessary from CE/CDO/Hyderabad, APERL, Hyderabad, and other corresponding authorities is the responsibility of the agency. The detailed investigation and surveys of the Barrage, NOF, Earth Dam, Road Bridge, Power Blocks for Power Generation, Navigation Channel and Navigation Lock, Head Regulator shall be carried out as per the guidelines of the Irrigation Department, I.S Codes and circulars of the Department issued from time to time and shall be carried out using G.P.S based total stations. The design Engineering and Drawings of the Barrage, Power Blocks for Power Generation, Non Overflow dam, Navigation Channel and Navigation Lock, Earthen dam, Road Bridge, Head Regulator and other structures shall be as per relevant I.S. Codes, CWC manuals, APSS and design standards and circulars of I & CAD Department issued from time to time. All matters in respect of engineering designs shall be got approved by Chief Engineer, Central Designs organization, Hyderabad. In all matters of engineering designs, the decision of Chief Engineer, CDO..shall be final in respect of Barrage and allied works

SUPE^^^S^^^JGINEER,IfeCADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

299

348
Systems Requirements and Conditions

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-1 Package-I Vol.1, Part-E Project Profile

The cost for shifting of electrical lines/H.T. lines / Transformers / GAIL gas pipe lines etc. in the project area and also in foreshore of the reservoir will be reimbursed as per actuals to the contractor on production of proof and verification. (Com'gendum-4) The alignment of Dam is finalized and the same is to be followed without any deviation. The Contractor shall review all the information/Data available with the Department and assess the additional surveys, investigations etc. that are to be carried out to fulfill the obligations under the contract. In order to check the accuracy of the investigation work the equipments labour required, transport and other materials etc., at site of work have to be supplied to the department without extra cost. No extra payment will be made to the bidder if there is any change in type of Design, Specifications as per actual site conditions. The concrete mixes to be adopted for the Barrage structure and its components of works shall be design mixes only and these design mixes shall be conducted in the reputed laboratories and get approved by the APERL or any quality control laboratory approved by the Irrigation Department before adoption. The contractor shall furnish draft report on design, drawings in five copies for obtaining the approval of the Chief Engineer, Central Design organization. After approval, the contractor shall furnish eleven (11) copies of booklets and one set of copy in CDs for record of the department at his cost and no separate payment will be made towards this. The contractors shall take this into consideration while quoting for the bid. No claims whatsoever on this issue will be entertained during execution. The contractor shall quote the bid price keeping the above aspects into consideration and no claims whatsoever on this issue will be entertained. The contractor should use the excavated useful soils and stone for construction purpose. The Cost of stone used for construction will be recovered from the contractors' bills at the rate finalized by the employer. Wherever the works require shifting of H.T./L.T. power lines, towers, Electrical poles etc., either permanently or temporarily in project area , as well as in foreshore of the reservoir, the contractor shall arrange for such shifting of HT / LT power lines tower, electrical poles etc., through concerned authorities of A.P. Electricity Board at his cost. The Engineerin-Charge will process the proposals submitted by the contractor to the

SUPSRfHXESMNG ENGDSTEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

300

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Part-E Project Profile

349
authorities concerned of A.P. Electricity Board. The cost towards shifting of H.T./L.T. power lines, towers, Electrical poles etc., will be reimbursed as per actuals to the Agency on production of proof and verification. (Comgendum-4) H.P. Boards should be displayed of size 2.00m X 1.50m on where ever necessary or by engraving on the structure with enamel painting. H.P. boards / direction boards should also be displayed to facilitate for inspection both at investigation and execution stages. During soil exploration by drilling boreholes for foundations, the contractor shall take required no. of U.D. Samples and normal samples and obtain soil classification soil properties and bearing capacity by getting them in the soil testing laboratories of Government Labs/Engineering Colleges or other reputed firms. The contractor shall provide certain U.D. Samples and normal samples to the department/Engineer-in-Charge also so as to get them tested parallelly at APER Lab if required. The cost of such testing shall be borne by the contractor only. The contractor shall furnish ten (10) copies of Land plan schedules and Land Acquisition proposals for obtaining approval from competent authorities. The contractor shall fix enamel coated metallic measuring gauges both on U/s and D/s side of all the structures and at suitable locations as suggested by the Engineer-in-Charge. The contractor shall provide Hectometer and Kilometer stones of standard design for barrage and cost there of is deemed to be included in the quoted contract price. The price bid quoted by the contractor is deemed to inclusive of such cost and no claims for any kind of separate payment over and above the price bid amount will be entertained. For all the sluices, Regulators, escapes etc., steel Structures with suitable hoisting arrangement and required E.M. Parts shall be provided as per approved designs of the competent authority. The hoisting arrangement must be such that the steel gates can be operated by single person. Further all the gates shall be provided with fool-proof locking arrangement to avoid meddling of gates by miscreants. The contractor shall plant shade giving trees and developed greenery as directed by Engineer-in-Charge. The contractor shall arrange cattle guard to all these plants, water them daily and sustain them for three years. If any trees are damaged or,lost, that shall be replace with new plants and shall be maintained properly. The contract price quoted by the contractor shall include all these items.

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

301

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Part-E Project Profile

350
: In case of cross drainage works the contractor shall excavate necessary approach/Tail channels to these structures to have smooth drainage through the structure. The cost of excavation of such channels will be paid to the Contractor as per actuals. The cost of Land Acquisition for such channels will be borne by the Department.

Construction of Buildings as per IS Codes and Circulars issued by the department from time to time and Roads, Sanitary and Electrification items as per R&B Standards and BIS Codes. Salient Features of the project: 1. Name of the Project: PVNR Kanthanapally Sujala Sravanthi Project River Basin: : Godavari a. Located in : Kanthanapally (V), Eturnagaram (M),Warangal b. State : Andhra Pradesh c. Name of River: Godavari i. Reservoir : Warangal ii. Head Works : Warangal iii. Command areas: Warangal, Khammam, Nalgonda Districts. Location of Head Works: Near Kanthanapally (V) Longitude : 80 -24'- 35" E. Latitude 18-27'-40" N. Project area reference to: a. S.l.sheets No. 65B/6.65B/7, 65B/11 Access to the Project a. Airport b. Rail head c. Road head Name Distance from Project site Hyderabad 270 km Warangal 120 km Warangal 120 km : 100 years

Estimated life of the project

Type of Project: Irrigation/Multipurpose :Major Irrgn/Multipurpose project Barrage: Water levels / levels (El-m) a. Full Reservoir Level b. Crest level

+85.00 m + 75.00 m

CONT

SUPE^NTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

351
302 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Voll, Part-F'Price Bid

VOLUME - 1 PART - F PRICE BID (To be submitted along with hard copy) General 1.0 The bidder should quote the total contract price in the template provided online. The bidders should also fill up the same total contract price and submit a letter of tender as per the format placed at Annexure FP1. The Lump sum price in the Letter of Tender shall be the Contract Price. In case of any discrepancy between the price quoted on line and in the prescribed formats of Volume-I Price Bid including letter of Tender, then the price quoted in the template provided on line only will be the contract price and will be considered for evaluation. The bidders are to note that payments of the contract amount will be Made as per the payment schedule appended as Annexure-ll. The Bidders shall quote the price both in figures and words. The prices quoted in all the formats shall be in Indian Rupees only.

2.0

3.0 >4.0

comx$$XG2S<$y/

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

CO
303 Corrigendum -4 ANNEXURE -1 MILE STONE PROGRAMME Financial in % NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation o f Designs & Drawings and L.P. Schedules etc., Construction o f Barrage across River Godavari w i t h F.R.L. +85.00M, including Construction o f O g e e S p i l l w a y t o discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, N O F d a m , Power Blocks for Power Generation with intermediate dividing walls f o r each unit up t o fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes Including instrumentation, Navigation channel and Navigation lock, Head Regulator w i t h Gates, Scour sluices w i t h regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams w i t h U / s & D / s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and Instrumentation, Coffer Dam f o r diversion o f River, River training w o r k s , Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied Items connected to Protect at Kanthanaoallv fv). Eturunaaaratn (Ml. Waranaal i n i s t . l . A.P. INDIA nn FPH Turnkey Rasrs inchrriinn O & M" Read as

SI.No Description of work

1^
1 2 Investigationinciuding preparation and approval o f designs, drawings, blasting pattern and estimates etc.. Earth dam Earth Dam+B.T, Road on Earth Bund Coffer D a m . Head Regulator (in cl. Bank connections) Total 0.001 3

if
4 0.001

ii

u
in 7

II
8

1^
g

ii
10

si
3 g E E " 11

3
< D ^

i
E

I I
> E 13 E a

1 f
o > E 14 E C

1"

ii
12

ww o) E

1 gI I I I f I I w>
g E S * E 16 E 55 < n S

55"- a <u^E

s f
19

4)

" 3 co * 0

I 1 I
55 0 Si 2

E
17

E
18

a is

s
20

's a
21

E
22

a
23

15

I II
1 2

0.001

0.0009

0.0029

0.002 0.000280 0.000268 0.000268 0.000268 0.000268 0.000268 0.000268 0.000268 0.000268 0.000268

0.0034 0.000268 0.000268 0.000268 0.000268 0.000268 0.000268

0.0054 0.00430

0.0066 0.001 0.001 0.000280 0.000268 0.000268 0.000268 0.008868 0.000268 0.000268 0.000268 0.000268 0.000268

0.0080 0.011668 0.000268 0.000268 0.000268 0.000268 0.000268

0.0146 0.027

HI

SPILLWAY Earthwork excavation for Spill way with including bail out water from foundation

0.0035

0.0035

0.004

0.004

0.004

0.0025

0.0025

0.0025

0.0025

0.004

0.0315

2 3

Concrete & Allied works Densificationofsand .

0.045

0.045

0.045

0.045

0.045

0.056

0.025

0.047 0

0.032

0.045

0.045

0.05

0.0175

0.018 0.0009

0.02

0.01

0.5853 0.0009

4 5 6

NAVIGATION CHANNEL Earthwork excavation for Navigation channel Concrete & Allied works POWER DAM

0.0019 0.0172 0.01 0.01

0.0019 0.0372

.(Hyderabad]!

JCR DLI Scheme Oide Warancjai

V?

IV

Earth work excavation for Power Dam Concrete & Allied works RIGHT NON-OVER FLOW DAM Earth work excavation forRight NOF Concrete & Allied works Fabrication & erection of spillwayVertical gates with Rope drum hoisting system. Fabrication & erection of Navigation locks. Raising of existing road from Kantanapally x road to barrage site Raising of existing road from Kantanapally x road tolaxmipuram Electrical substation and ,Boats,Generators and dewatering Pumps. Provision for instrumentation Construction of Buildings for staff. O&M for Civil works @Q.5% per year for 3yearsonRs(1767(248+13.86+7.76)) and 1 % per year for 5years on Rs (248+13.86)

0.006 0.010 0.0017 0.005 0.025 0.020

0.0061 0.0617

0.0020 0.0044 0.02 0.02

0.00203 0.04440

0.13710 0.02 0.015 0.035 0.004 0.0010 0.02 0.001 0.02 0.0017 0.01 0.0171 0.00770 0.00630 0.00311 0.003 0.00019 0.01520 0.007 0.00733 0.00087 0.00530 0.0053 0.0017 0.002 0.003 0.003 0.00170 0.00800

0.01000

Labour welfare cess Sub total Grand Total 0.000 0.001 0 0.001 0.049 0.049 0.0505 0.051 0.0515 0.052 0.0515 0.052 0.0685 0.069 0.0735 0.074 0.06 0.069 0.07303 0.073 0:07283 0.073 0.0702 0.070 0.0667 0.067 0.069 0.069 0.0616 0.073 0.0684 0.069 0.025 0.025 0.03051 0.031 0.003 0.003 0.00806 0.008

0.01 0.97233 1.000

0.1

0.1

4.94

5.078

5.1768

5.1768

6.8768

7.35

6.8868

7.3298

7.3098

7.0468

6.6968

6.9268

7.326B

6.8668

2.5268

3.0778

0.3268

0.8328

100.0

CO

Superintending Engineer, * & CADD SCR - DLI Scheme Ovcte Waranqal

305

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Annexure-FPlLr, of Tender

354
ANNEXURE - FP1 LETTER OF TENDER (To be submitted by the Bidder at the time of submission of Hard copy) Ref: TO Dear Sir, We, the undersigned, examined the Conditions of contract, specifications, special conditions of contract, Basic Parameters of the proposed Scheme and Addendum Nos. for the above mentioned works. We have examined, understood and checked these documents and have ascertained that there are no ambiguity in the Employer's Requirements. We accordingly offer detailed "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" after successful commissioning of the project in conformity with such documents and our enclosed Tender ( including this letter) for the lump-sum price as given here under. (Corrigendum-4) We agree to complete the work of requirements at a lump-sum price of Rs. as per Employers (in words and in figures). Date :

We agree to abide by this Tender until and it shall remain binding upon us and may be accepted at any time before that date. If this offer is accepted, we will provide the specified Performance Security, Commence the Works within 15 ( Fifteen) days from the date of issue of Letter of Acceptance, and complete the works in accordance with the above named documents within the time stipulated for completion. We guarantee that the then conform with the Performance Security included in this Tender.

SUPEiyNgasniE^NGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

c<

306

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I

Vol.1, Annexure-FPlLr. of Tender

355
We understand that you are not bound to accept the lowest or any tender you may receive. Signatur.e_ j n the capacity of_

Duly authorized to sign tenders for and on behalf of Address: Date: ** In case of any discrepancy between the price quoted online and in supporting documents uploaded, then the Price quoted in the template provided online only would be considered for evaluation.

tt ft &

CONTRA

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

307

356
1. Department Name 2. Name of the Project
3. Unit /Circle 4. Tender Number

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Minimum Qualification criteria

Minimum Qualification Criteria IRRIGATION AND CAD DEPARTMENT P.V.Narasimha Rao Sujalasravanthi Project Kanthanapally Circle,KC

Superintending Engineer, JCR-DLIS Colony Chinthagattu, Warangal 03/2013-14, Dated 17-04-2013

If Tender Subject

"P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of 'Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M"

Hyderabad)'

CONTI

SUPEIU&m3H^ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

308

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Vol.1, Minimum Qualification criteria

357 : -

6.

Eligibility Criterion

1) The Bids are limited to those individuals, firms, companies, joint ventures, who meet the following qualification and eligibility requirements and herein after referred to as "BIDDER". 2) In case of joint ventures, the eligibility criteria will be considered on the basis of combined resources of the JV members, subject to the provisions of clause 30-A-12 of tender details. (Corrigendum-2) 3) The total members in the Joint venture shall not be more than 3 (Three). 4) The Bidder should submit a Power of Attorney as per the format B-21 (Power of Attorney for Signing of Bid). In the case of a Joint Venture, the members should submit a Power of Attorney in favour of the Lead Member as per format at B-22. 4A) In case of Joint Venture, the JV members should have entered into a legally valid Agreement (as per Form - B23) for joint and several responsibilities and submit along with bid. The name of the Lead Member shall be defined. The Lead Member's share shall be not less than 5 1 % in the joint venture. The share of each member including lead Member shall be exhibited in the JV Agreement. 5) The JV Agreement should clearly exhibit the responsibilities of the JV members. The non lead members of the JV shall execute a Power of Attorney in favour of the Lead Member authorizing the Lead Member to conduct all business for and on behalf of the JV during (a) Tendering process and (b) execution and for successful performance of the package including the Defect Liability and Operation and Maintenance periods in case of award of work. The Lead Member shall execute a Power of Attorney in favour of one of its officers to be the Authorized Signatory for signing the Bid Documents and also to undertake all other acts and deeds on the behalf of the JV in connection with the Bid and the Contract. 6) The JV Agreement should clearly exhibit the validity of the Agreement until the completion of the work including the Defect Liability and Operation and Maintenance periods.

CONTRACT'

SUPERtNTS^DtNG-ENGINEER,I&CADD.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

309

358

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Minimum Qualification criteria

7) The JV firm should furnish an undertaking from all the members that in case of award of work, the J.V Agreement deed is irrevocable by any one or all the members together until 3 months after the completion of the contract period including the defect liability and operation and maintenance periods. In case of Extension of time granted by the employer, the Agreement of joint undertaking is also deemed to be extended for the period of such delay and that it is irrevocable until 3 months after the completion of the extended periods also. 8) The JV Agreement should also include JV members to agree that the above undertaking to be without any prejudice to the various liabilities of the members of the JV (Bidder) including the performance security deposit as well as all the other obligations of the contract. 9) In case of J.Vs in meeting the requirement of eligibility criteria except "Available bid capacity", the resources of each of the members of J.V shall be added together to arrive the combinedTesources of the J.V to determine the bidders compliance with eligibility criteria. The share of lead member shall not be less than 51%. Regarding available bid capacity, in case of joint venture the available bid capacity will be applied for each member to the extent of his participation in the execution of the works according to the J.V agreement and then combined. 10) The experience of the work for which bids are invited shall be shared among the members of J.V. in the same ratio of their financial/equity participation in the work. 11) Bids by Subsidiary Companies: If a subsidiary company bids for the work individually or as a JV member on the unconditional technical and financial strength of the parent /holding company the same shall be considered provided the parent/holding company commits to sign a separate agreement with the employer (in the requisite Format) evincing full support for the technical; and financial requirements of the subsidiary company in the event of award of the work to that subsidiary company or its JV firm. An undertaking by the parent / holding company to this effect shall be submitted along with the Bid (in the requisite Format). Subsidiary company is one in which the parent/holding company or any other subsidiary companies of the same parent /

SUPEjyNjENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

310

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Minimum Qualification criteria

359
holding company hold(s) 100% equity share capital. A subsidiary company intending to bid on the strength of parent/ holding company shall not be allowed to participate as a 'Sub-Contractor. In case the subsidiary company or the JV firm in which it is a member, gets qualified and awarded the work, the parent/ holding company shall furnish an additional performance bank guarantee of value equivalent to 5% (five percent) of the contract price where the subsidiary company is an individual bidder; or 5%(five percent) of portion of work of their share where the subsidiary company is Joint Venture Partner, as the case may be, in addition to normal Performance Security of 5% of contract value to be submitted by the Bidder to the Employer besides entering into separate Agreement (in the requisite Format). This additional Performance bank guarantee for 5% of contract value or portion of work value shall be valid for a total period of 90 months (i.e. six months beyond the stipulated period of completion of Defects Liability Period). B) TECHNICAL REQUIREMENT: The Bidder should satisfy the following. 1) The Bidder should have executed Minimum quantities of similar work of concrete dam or spillway or barrage in a year during last Ten Financial Years (2003-04 to 201213)(Format-B.15) a) EWE, Embankment - 4.20 Lakh Cum b) C.C and RCC - 2.45 Lakh Cum c) Gates (vertical or Radial) with any kind of hoisting and its elements - 1120 M.T. (Corrigendum-4) 2)The individual / firm / Lead Member in case of J.V, shall have completed at least one similar work of concrete dam or Barrage or spillway having a height not less than 25 m from the lowest foundation level during last Ten Financial Years (2003-04 to 2012-13) as a prime contractor or as a Lead Member in the JV in the same name & style.(Format B.15-a).

CONTRA

SUPEMNTENDING ENGINEER,I&CADD

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

311

360

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Minimum Qualification criteria

C. FINANCIAL REQUIREMENT: The Bidder should satisfy the following. 1) The bidder should have minimum annual financial turnover in all civil engineering and Hydro-Mechanical works of value not less than Rs710 Crores in any one year in the same name and style during last 10 (ten) years (2003-04 to 2012-13) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level. a) The bidder should have satisfactorily completed (not less than 90% of contract value) similar works of value not less than Rs.900 Crores as a prime contractor or as a lead member in a J.V in respect of lead member of present J.V and as a prime contractor or as a lead member or as a member in a J.V in respect of other members of present J.V in the same name and style during the last 10 financial years (2003-04 to 2012-13) updated by giving 10% simple weightage per year to bring them to 2013-14 price level. The similar works consisting of, Concrete Dams or Barrages or Spillways.(Format B-14 & B-14 (a)). (b) In case of J.V, the lead member should have satisfactorily completed (not less than 90% of contract value) similar works of value not less than the proportionate share of Rs 900 Crores equivalent to his share holding in the present J.V, as a prime contractor or lead member in a J.V in the same name and style during the last ten financial years(2003-04 to 2012-13) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level. For instance in a J.V if the lead member has a share holding of 60% then he should have satisfactorily completed similar works of value not less than Rs.540 Crores ((60X900)/100), in the block period of 10 years to meet this criteria. 2)(a) In case of J.V, each member should have minimum annual financial turnover in all Civil Engineenng and Hydro-Mechanical works not less than the proportionate share of Rs 710 Crores equivalent to his share holding in the present J.V in any one year in the same name and style during the last ten financial years (2003-04 to 201213) up dated by giving 10% simple weightage per year to bring them to 2013-14 price level.

SUPERIN^FE^DING ENGINEER, I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

312

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project


Phase-I Package-1 Vol.1, Minimum Qualification criteria

361 ' ?1
In any case minimum annual financial turnover of the lead member of J.V shall not be less than Rs 362 Crores and that of other members of J.V shall not be less than Rs 140 Crores. 3) Certificate regarding annual financial turnover of the firm in all Civil Engineering and Hydro-Mechanical works duly authenticated by Statutory Auditor along with audited Balance Sheet shall be furnished. 4) The Bidder should be net profit making in at least 3 (Three) Financial Years during last five Financial Years. 5) (a) Liquid assets or credit facilities or Solvency Certificate from Indian Nationalized or Scheduled Banks of value not less than Rs.130 Crores. (Corrigendum-2) 5 (b) Each individual J.V member shall have liquid assets or credit facilities or Solvency Certificate from Indian Nationalized or Scheduled Banks of value not less than Rs.50 Crores. 6) Even though the Bidders meet the above Qualification Criteria, they are subject to be disqualified if they have: a) Record of poor performance such as abandoning the works, not properly completing or financial failures etc., in preceding 10 (ten) financial years (2003-04 to 2012-13). b) Consistent history of litigation or arbitration awards against the Bidder or any member of the JV in preceding 10 (ten) financial years (2003-04 to 2012-13)Format-B12. 7. Assured available bid capacity as per formula (2AN-B) shall be greater than Internal Bench Mark(lBM) value assessed by Employer. A = Maximum value of Civil Engineering and Hydro Mechanical works executed in any one year during last 10 (ten) years (updated by giving 10% simple weightage per year to bring them to the financial year 2013-14 price level (Format B-13).

SUPERINTEW&INe-ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

313

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Vol.1, Phase-I Package-I Minimum Qualification criteria

362

N = Number of years prescribed for completion of Works for which tenders are invited. B = Value at current price level of existing commitments and ongoing works to be completed during the period of completion of works for which bids are invited. (Format B16) (Corrigendum-2) 0). Procedure for Bid Submission. 1) For registration and online Bid submission Bidders may contact HELPDESK of M/s. Vayam Technologies Ltd, Plot No.107, 1 s t Floor, Lumbini Enclave, Opp:NIMS Hospital near Hotel Urvasi, Punjagutta, Hyderabad-500082, Andhra Pradesh, India on https:// tender.eprocurement.gov.in, Ph. No.+91-40-44426250/51 ,Fax:+91-40-44426252 a) The Bidders shall sign on the documents (such as Bid Security & Certificates etc.) uploaded by them, owning responsibility for their correctness / authenticity. b) Successful Bidder/ Contractor shall furnish the original hard copies of all the documents / certificates /statements uploaded by him before concluding agreement and stipulated time. c) If the Bidder fails to submit the original hard copies of up loaded certificates / documents with in the stipulated time or if any variation is noticed between the up loaded documents and the hard copies submitted by the Bidder, the Bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 (three) years as per G. 0. Ms. No. 174, Dated 01.09.2008. d) All the Bidders shall submit the original DD/ BG towards Bid security uploaded by them before the scheduled date of opening of Price Bid as per NIT. If any Bidder fails to submit the original DD/BG towards Bid security within the stipulated time, then the Price Bid of that Bidder will not be opened though qualified in Technical Bids, and the Bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 (three) years.

SUPERIN^HDB4G-ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Minimum Qualificationlcriteria

363
E. GENERAL TERMS & CONDITIONS: (1) The details and certificates are to be furnished as per the proformae available in the tender schedules in proof of Qualification Criteria. The details of works not furnished in the relevant B-Formats shall not be taken in to consideration for evaluation, though up loaded along with Bid. (Format B-13, B-14, B-14(a), B-15 & B-15(a) & B16)

(2) The Bidder should have the key and critical equipment (either owned or leased) as mentioned in the Bid Document. 3) The Bidders shall submit Written Power of Attorney authorizing the signatory of the Bid to commit for the Bidder. In case of JV, Power of Attorney has to be provided by Lead Member of the JV, in the formats provided (Format -B-21) F. SPECIAL CONDITIONS: 1 . \ Experience relating to the works executed in State / Central Government Departments or Local self Government/State / Central Government under takings in India only shall be considered. 2. In case of Projects executed in Government departments/ Government undertakings /Private sector, the experience certificates should be certified by the Executive Engineer or equivalent and counter signed by the Superintending Engineer or equivalent and copies may be uploaded along with tender duly self attested. In addition to the above in case of projects executed in private sector, the experience certificates should be certified by statutory auditor of the entities from whom experience is claimed. The copies may be uploaded along with tender duly self attested. 3.The Bidder is subjected to be disqualified and liable for black listing and forfeiture of Bid Security, if he is found to have misled or furnished false information in the documents submitted in proof of qualification requirement.

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

315

364

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol.1, Minimum Qualification criteria

4. The Employer reserves the right to relax the conditions if required for eligibility of the Bidder in the public interest. The bidder(s) shall not have any right to question the decision taken by the employer in this regard. Bids, which do not fulfill the Minimum Eligibility Criteria, will not be considered for opening of technical bid. No further relaxation to minimum qualification criteria are entertained. The other terms and conditions of Bid Document have to be fulfilled by the Bidder for award of work.

CONT

SUPERINTENDED ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

Welcome to Tender Management Services

Page 1 of 1

<S*

procurement

>' IFB Number: 03/2013-14, Dt 17-04-2013 Department :I&CAD-SE I&CAD J.CHOKKARAO GLIPC 51 No Subject Corrigendum Published Date 7/6/2013 2:03:45 PH 5/6/2013 5:05:42 PM Bid Document Downloading End Date Last Date & Time for New PQ Bid O p e n i n g N e w Tech Bid Receipt of Bids Date Opening Date 17/6/2013 11:00:00 N/A AM 17/6/2013 11:00:00 N/A AM 17/6/2013 11:00:00 N/A AM 17/6/2013 11:00:00 N/A AM 17/6/2013 11:00:00 N/A AM 1/6/2013 11:00:00 AM 1/6/2013 11:00:00 AM

View Nit Details

New Price Bid Opening Date 3/7/2013 3:00:00 PM 3/7/2013 3:00:00 PM 3/7/2013 3:00:00 PM 3/7/2013 3:00:00 PM 3/7/2013 3:00:00 PM 14/6/2013 3:00:00 PM 14/6/2013 3:00:00 PM

Action

7. Corrigendum-7 6. Corrigendum-6 5. Corrigendum-5 4. Corrigendum-4 3. Postponement of Dates 2. Corrigendum 2 of PVNR. Kanthanapally Sujalasravanthi Project
. Pre-Bid Meeting is scheduled t o be held on 0 8 - 0 5 - 2 0 1 3 is p o s t p o n e d t o ' 0 9 - 0 5 - 2 0 1 3 the t i m e and place will remains s a m e

10/6/2013 11:00:00 1 0 / 6 / 2 0 1 3 5:00:00 AM PM 10/6/2013 11:00:0D 10/6/2013 5:00:00 AM PM

<*E!

^E3

28/5/2013 8:43:45 ' 10/6/2013 11:00:00 10/6/2013 5:00:00 PM AM PM 23/5/2013 9:16:32 PM 10/6/2013 11:00:00 10/6/2013 5:00:00 AM PM

16/5/2013 12:42:03 10/6/2013 11:00:00 10/6/2013 5:00:00 PM AM PM 8/5/2013 12:42:19 PM


6/5/2013 6:04:06 PM

%m ^s <\m
QJ ^' Q I "Sl

25/5/2013 11:00:00 2 5 / 5 / 2 0 1 3 5:00:00 AM PM


25/5/2013 11:00:00 25/5/2013 5:00:00 AM PM

N/A N/A

Close

1 0 / 9 / 2 0 1 3 6:58 PM

CO

en

ngtneev, * & CADD > Super JCR - BUScJiemeC&dft Vfiuancjai

CONTRACTOR
https://tender.eprocurement.gov.in/asp/home/Corrigendum_More.asp 10-09-2013

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I 3 S S Corrigendum-1

CORRIGENDUM-1, PT: 06-05-2013

procurement
.gov./n
HOME IFB Number: 0 3 / 2 0 1 3 - 1 4 , Dt 1 7 - 0 4 - 2 0 1 3 Department :I&CAD-SE I&CAD J.CHOKKARAO G LI PC Si ;Subject Corrigendum; Bid I Last Date Published j Document |& Time f o r Date jDownloadingjReceipt of jEnd Date :Bids
i:. ,-r.j.a.i.:.-. jfji

V i e w Nit Details

Noi

New PQ Bid Opening -Date


-..* J:

t-M3:re'itZ.*,\x ititt

&iairzsritz..z.--j2-jliS&.~.j.-iJSi5S.&&&JIXx

;New ]New Price Action JTech JBid -Bid !Opening jOpeningiDate iDate

Pre-Bid Meeting is scheduled 25/5/2013 to be held on 08-05-2013 is 6/5/2013 11:00:00 1. postponed to 09-05-2013 the 6:04:06 PM AM time and place will remains same
Tender Details iFB/Tender No. Name of the Tender Bid Document.Downloading Start Date Corrigendum Subject

25/5/2013 1/6/2013 5:00:00 11:00:00 N/A PM AM

14/6/2013 3:00:00 PM

Pre-Bid Meeting is scheduled t o be held on 0 8 - 0 5 - 2 0 1 3 is postponed t o 0 9 - 0 5 - 2 0 1 3 t h e t i m e and place w i l l remains same

NAME OF W O R K :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-IPackage-1 : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M"

.TENDER NOTICE NO. 03/2013-14, DATED 17-04-2013. Postponement of Pre-Bid Meeting Date : Latest Date Pre-Bid Meeting Date 08-05-2013 Proposed Corrigendum Date 09-05-2013

CONTRACTO

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

367 procurement
.govJn
IFB Number: 0 3 / 2 0 1 3 - 1 4 , Dt 1 7 - 0 4 - 2 0 1 3 Department M&CAD-SE I&CAD J.CHOKKARAO GLIPC SI Subject No Corrigendum,Bid .Last Date {Published .Document ! & T i m e for iDate 'Downloading'Receipt of End Date ;Bids

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-2

CORRIGENDUM-2, DT: 08-05-2013

View Nit Details

>New PQ Bid Opening Date

New New Price -Action 'Tech jBid ;Bid |Opening JOpeningDate ] IDate i

Corrigendum 2 of PVNR. 2. Kanthanapally Sujalasravanthi Project Tender Details


^

8/5/2013 12:42:19 PM

25/5/2013 11:00:00 AM

25/5/2013 1/6/2013 , 5:00:00 11:00:00 N/A PM AM

^Y4/e/2oir
3:00:00 PM

IFB/Tender No 103/2013- 14,"Dt"l7-04 2013 w TCXTHi j N_R e a rK n S_S n w i MT3naki*-i zzrt I Name of the TenderTTT PV Project Phase I_Pkg

IBM Value(INR)[ 18090000000 Period of Contract 60 Months

Bid Document Downloading 26/4/2013 3:00:00 PM Start Date I Corrigendum Subject Corrigendum 2 of PVNR Kanthanapally Sujalasravanthi Project

NAME OF W O R K :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-PackageI : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop, log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" Tender Notice No.03/2013-14, Dt:17-04-2013

SI No. 1

Page No. 285 of . Volume - 1

Reference to clause, Para, Line etc.. 5) (a) Para 1, Line 3

Particulars of Errata and amendments

Rs.150Crores Read Rs.130Crores

CONT.

SUPERECENBfNG-ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Rf\R Phase-I Package-I w < Corrigendum-2

285 of Volume - 1

The New clause 7 as follows 7. Assured available bid capacity as per formula (2AN-B) shall be greater than Internal Bench Mark(IBM) value assessed by Employer. A = Maximum value of Civil Engineering and Hydro Mechanical works executed in any one year during last 10 (ten) years (updated by giving 10% simple weightage per year to bring them to the financial year 2013-14 price level (Format B-13).

N = Number of years prescribed for completion 6f Works for which tenders are invited. B = Value at current price level of existing commitments and ongoing works to be completed during the period of completion of works for which bids are invited. (Format B-16) 168ofVolume-1 262ofVolume-1 263ofVolume-1 264of Volume-1 Clause 8, Line 11 Clause 4.17, Line 12 Clause 5.2.2, Line 12 Clause 6.1.6, Line 15 For general arrangement Drawing

Read general Lay-out Drawing

17 of VoIume-1 280ofVolume-1

Clause 5, Line 4 Clause 6 (2) line 3

For 30-A-13 Read 30-A-12

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

3G9

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Corrigendum-3

CORRIGENDUM-3, DT: 16-05-2013

procurement
.gov.ia
IFB Number: 0 3 / 2 0 1 3 - 1 4 , Dt 1 7 - 0 4 - 2 0 1 3 Department :I&CAD-SE I&CAD J.CHOKKARAO GLIPC SI
:NO

View Nit Detail?

Subject

.Corrigendum Bid Published Document Date Downloading End Date

Last Date & Time for Receipt of Bids

New PQ Bid Opening Date

New Price Action Bid Bid Opening Opening Date Date

New Tech

3.[Postponement of Dates
Tender Details

'16/5/2013 '10/6/2013 '12:42:03 111:00:00 PM [AM

10/6/2013 17/6/2013 5:00:00 11:00:00 N/A


PM AM

3/7/2013 3:00:00
PM

IFB/Tender No. 03/2013-14, Dt 17-04-2013 Name of the Tender P.V.N.R.K.S.S. Project^Phase-I Pkg-I Bid Document Downloading 26/4/2013 3:00:00 PM _ StartDate Corrigendum Subject Postponement of Dates

JTenderTy|)e Open
* w -fit-."! -t'^rj^

IBM Value(INR) 18090000000 Period of Contract 60 Months

NAME OF W O R K : - "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-PackageI : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" Tender Notice No.03/2013-14, Dt:17-04-2013

Postponement of Dates for Schedule Sale Closing Date, Bid Submission Closing Date, PreQualiflcation/Technical Bid Opening Date & Price Bid Opening Date as mentioned below Description of Particular Latest Date Proposed Corrigendum Date Schedule Sale Closing Date 25-05-2013 @ 11:00 AM 10-06-2013 @ 11:00 AM 25-05-2013 @ 5:00 PM 10-06-2013 @ 5:00 PM Bid Submission Closing Date Pre-Qualification/Technical 01-6-2013 (ffi 11:00 AM 17-06-2013 (a), 11:00 AM Bid Opening Date Price Bid Opening D 14-06-2013 @ 3:00 PM 03-07-2013 @ 3:00 PM

CONTRACTOR

SUPERfi3TM5ING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony5Chinthagattu; Warangal.

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I 0*J{\ Corrigendum-4

CORRIGENDUM-4, PT: 23-05-2013

procurement
hort
IFB Number: 0 3 / 2 0 1 3 - 1 4 , Dt 1 7 - 0 4 - 2 0 1 3 Department :I&CAD-SE I&CAD J.CHOKKARAO GLIPC 151 Subject ;Corrigendum; Bid Last Date New PQ ; ! Published Document I & Time for Bid [Date :Downloading;Receipt of ; Opening End Date ;Bids i Date
. . i - . i * * j . ' - t ! - j ; j . ! - ' ! -w-

V i e w Nit Details

iNoi

New Tech -Bid : Opening Date


>

; New Action Price Bid ! Opening Date


".'J.J.-.S...E.4- -- :-j.~..-

. "

4. Corrigendum-4

23/5/2013 9:16:32 PM

110/6/2013
11:00:00 AM

10/6/2013
5:00:00 PM.

17/6/2013 1 1 : 0 0 : 0 0 N/A AM

3/7/2013 3:00:00 PM

^B

Tender Details

- Corrigendum Subject '

Corrigendum-4 NAME OF W O R K :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-l-Package-1 : Investigation, Survey, Preparation of Designs & Drawings and LP. Schedules etc., Construction of Barrage across River Godavari with F.R.L +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M"

Tender Notice No.03/2013-14, Dt:17-04-2013

CONTRACTO

SUPERINTENDINGEHGTNEERJ&CADD. J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

CORRIGENDUM NO - 4 FOR THE WORK OF P.V. NARASIMHA RAO KANTHANAPALLY SUJALA SRAVANTHI PROJECT (VOLUME-I) SI. No

Clause /Para/Section

For Demand Draft in favour of APAO(Works & Projects) Chinthagattu, Hanamkonda, Warangal Dist. Andhra Pradesh or in the shape of unconditional irrevocable Bank Guarantee in the standard form obtained from any Indian Nationalized Bank / Scheduled Bank in favour of Superintending Engineer, J.Chokka Rao - Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District, to be valid for a period of 6 months from the last date of submission of Bids to be provided as per proforma.

Read as Demand Draft in favour of APAO(Works & Projects) Chinthagattu, Hanamkonda, Warangal Dist. Andhra Pradesh or in the shape of unconditional irrevocable Bank Guarantee in the standard form obtained from any Indian Nationalized Bank / Scheduled Bank in favour of Superintending Engineer, J.Chokka Rao Devadula Lift Irrigation Scheme Circle, K.C.Colony, Chintagattu, Hanamkonda, Warangal District, to be valid for a period of 9 months from the last date of submission of Bids to be provided as per proforma.

Vol-I- SI.No.12-NIT: Bid Security Payable to (Page-14)

Vol-I- NIT: Eligibility Criteria-B-Technical Requirement- Para(2) (Page-20)

The Bidder should have executed Minimum quantities of The Bidder should have executed Minimum quantities similar work of concrete dam or spillway or barrage in a of similar work of concrete dam or spillway or barrage year during last Ten Financial Years (2003-04 to 2012-13) in a year during last Ten Financial Years (2003-04 to (Format-B.15) 2012-13) (Format-B. 15) a) EWE, Embankment - 4.20 Lakh Cum a) EWE, Embankment - 4.20 Lakh Cum b) C.C.RCC and PSC - 2.45 Lakh Cum b) C.C and RCC - 2.45 Lakh Cum c) Gates (vertical or Radial) with any kind of c) Gates (vertical or Radial) with any kind of hoisting and its elements - 1120 M.T. hoisting and its elements - 1120 M.T. Beautification of buildings. camp of staff quarters and office

VoM:NIT-SLNo.33Scope of work.Para-17 (Page-28)

Beautification of Project site and camp colony

CON

SUPEFffi^TENElNG ENGINEER,I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No

Clause /Para/Section Vol-I: NIT SI.No.34Special Conditions. Para-18(Page-31)

For The transaction fee plus Service Tax of Rs. 28,5007has to be paid through electronic gateway payment system to M/s Vayam Technologies Ltd., by each participating Bidder at the time of Bid submission itself, which is not reimbursable.

Read as The transaction fee plus Service Tax of Rs. 28,100/- has to be paid through electronic gateway payment system to M/s Vayam Technologies Ltd., by each participating Bidder at the time of Bid submission itself, which is not reimbursable.

Vol-I: Minimum Qualification Criteria SI.No.6(B)1) Technical requirement (Page No.283)

The Bidder should have executed Minimum quantities of The Bidder should have executed Minimum quantities similar work of concrete dam or spillway or barrage in a of similar work of concrete dam or spillway or barrage year during last Ten Financial Years (2002-03 to 2011-12) in a year during last Ten Financial Years (2003-04 to (Format-B.15) 2012-13) (Format-B. 15) a) EWE, Embankment - 4.20 Lakh Cum a) EWE, Embankment - 4.20 Lakh Cum b) C.C,RCC and PSC - 2.45 Lakh Cum b) C.C and RCC - 2.45 Lakh Cum c) Gates (vertical or Radial) with any kind of c) Gates (vertical or Radial) with any kind of hoisting and its elements - 1120 M.T. hoisting and its elements - 1120 M.T. Seigniorage charges- where ever applicable. It will be reimbursed to the contractor on production of proof and on verification In consideration of the Superintending Engineer / Chief Engineer, GLIS/ State Level Standing Committee / High power committee undertaking to investigate and to take into account each Bid and in consideration of the work thereby involved, all Bid Securities by the Bidder will be forfeited to the Government in the event of such Bidder either modifying or with-drawing his Bid at his instance within the said validity period of 6 (Six) months or during extended period of the bid validity if any.

Vol-I: Part-A Clause 18.1 (3) (Page No.47) Vol-I: Part-A Clause 13.6.12 (Page No.43)

Seigniorage charges- where ever applicable In consideration of the Superintending Engineer / Chief Engineer, GLIS/ State Level Standing Committee / High power committee undertaking to investigate and to take into account each Bid and in consideration of the work thereby involved, all Bid Securities by the Bidder will be forfeited to the Government in the event of such Bidder either modifying or with-drawing his Bid at his instance within the said validity period of 9 (nine) months or during extended period of the ^fw|lfe^y if any.

ro
CONTRACTOR SUPEISraBNDEf&ISmiNEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 8

Clause /Para/Section Vol-I General Conditions of Contract-46-Price Adjustment (Page-100 to 101) After Clause-46.1 b) ii)

For

Read as The New clause- 46.1 b) Hi) as follows Price adjustment for-increase or decrease in the cost due to fuel and lubricants shall be paid in accordance with the following formula. VF=0.85XPF/100XRlX(FI-FO)/FO Where, Rl=Value of work done during the quarter. VF=increase or decrease in the cost of work during the quarter under consideration due to change in rates for fuels and lubricants. PF=% of fuel and lubricants component of the work. (The component of PF will be assessed and decided by a committee constituted by the Government). FO= Beyond plus or minus 5% of the average official retail price of HSD at the existing consumer's pumps of IOC/IBP/HP nearest to the work spot on the last day of filing bids.

Fl= The average official retail price of HSD at the existing consumer's pumps of IOC/IBP/HP nearest to the work spot on the 15th day of the middle calendar month of the quarter under consideration.

CONTRACT

SUPERI^rfSTOINO^NGINEER3I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 9

Clause /Para/Section Vol-l-GCC- Clause 104 Seignorage charges Sub-Clause 104.2 (Page No. 127)

For

Read as

The rates are liable to be revised and amended from time to The above rates are liable to be revised and amended time by the State Government, by notification in the 'Andhra from time to time by the State Government, by Pradesh Gazette'. If the revised seigniorage fee is more notification in the 'Andhra Pradesh Gazette'. The than the above mentioned, the recovery from the recovery from the Contractor's bills shall be as per revised rates. The total recovered amount will be Contractor's bills shall be as per revised rates. reimbursed to the contractor on production of proof and verification. The difference in seigniorage charges mentioned in the above statement and the revised rates communicated from deleted time to time by Mines and Geology Department will be reimbursed to the Contractor. For the sand consumed by the Contractor, normal seigneorage fee with one time penalty will be recovered from the work bills in case of procurement of sand without For the sand consumed by the contractor normal valid permits issued by concerned Asst. Director of Mines seigneorage charges will be recovered from the work and Geology. Hence, the Contractor shall produce valid bills. permits for the sand utilized on the work to the Engineer-inCharge with every bill.

10

11

Vol-l-GCC clause 104 Seignorage charges Sub-Clause 104.3 (Page No. 127) Vol-l-GCC clause 104 Seignorage charges Sub-Clause 104.5 (Page No. 127)

CO

CONTRACTOR

SUPERINTENDING

ENGINEER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 12

Clause /Para/Section

For

Read as The contractor shall not dispose off or remove except for the purpose of fulfillment of this contract, sand, stone, clay ballast, earth, trees and shrubs or other materials obtained in the excavation made or lying on the site of the work, and all such materials and produce shall remain property of the Government. The Employer may upon request from the contractor, or if so stipulated in the conditions of the contract allow the contractor to use any of the above materials for the works during the execution of the work. However, the contractor shall pay seigniorage charges as indicated in the bid document and the cost of materials used for construction at the rate finalized by the employer on the used quantity of materials at specified rates will be recovered from the bills. The contractor would be permitted to use the excavated useful soil and stone for construction purpose at a rate decided by the Engineer-in-charge or rules in vogue. The contractor shall make necessary arrangement for operation such as breaking and crushing the stone to the specified size. The stone used for the entire work in the scope of this contract would be allowed to utilize. However, the contractor shall pay seigniorage charges as indicated in the bid document and the cost of materials used for construction at the rate finalized by the employer on the used quantity of materials at specified rates will be recovered from the bills. The contractor should quote his bid price keeping in view of the above aspect.

Vol-l-GCC Clause The contractor shall not dispose off or remove except 61.3 Contractor not to for the purpose of fulfillment of this contract, sand, dispose off Spoil etc. stone, clay ballast, earth, trees and shrubs or other (PageNo.108) materials obtained in the excavation made or lying on the site of the work, and all such materials and produce shall remain property of the Government. The Employer may upon request from the contractor, or if so stipulated in the conditions of the contract allow the contractor to use any of the above materials for the works at free of cost during the execution of the work. However, the contractor shall pay seigniorage charges on the used quantity of materials at specified rates. Vol-I- Other special conditions :Clause3.0 (PageNo.168) The contractor would be permitted to use the excavated useful soil and stone for construction purpose at a rate decided by the Engineer-in-charge or rules in vogue. The contractor shall make necessary arrangement for operation such as breaking and crushing the stone to the specified size. The stone used for the entire work in the scope of this contract would be allowed to utilize at free of initial cost and has to pay seigniorage charges. The contractor should quote his bid price keeping in view of the above aspect.

13

SUPEJ^TemnsRTENGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 14

Clause /Para/Section Vol-I- Bill of Quantities iCIause 21 (PageNo.174)

For

Read as

Operation and Maintenance for a period of Five years Operation and Maintenance for a period of Five years including defect liability period of Two years for Earth Dams, including defect liability period of Two years for Earth Earth cum rock fill Dam and its ancillary works and Dams, and its ancillary works and spillway, non over flow spillway, non over flow dam, vertical gates and its ancillary dam, vertical gates and its ancillary works after successful works after successful completion of the Project. completion of the Project. The contractor would be permitted to use the excavated The contractor would be permitted to use the excavated useful soils and stone for construction purpose at free of useful soils and stone for construction purpose. The cost. The contractor would also be permitted to use the contractor would also be permitted to use the excavated excavated useful soils / stone, if any, available at other useful soils / stone, if any, available at other packages of packages of work with the prior written permission of work with the prior written permission of Employer. Employer. The seigniorage charges as indicated in the However, the contractor shall pay seigniorage charges bid document will be recovered from the bills on the as indicated in the bid document and the cost of quantity used. The contractor should quote his Bid price materials used for construction at the rate finalized by keeping in view of the above aspects. the employer on the used quantity of materials at specified rates will be recovered from the bills. The contractor should quote his Bid price keeping in view of the above aspects. Pre stressed anchorage system for vertical gates shall be designed and got approved by CE, CDO, Hyderabad. Anchorage system for vertical gates shall be designed and got approved by CE, CDO, Hyderabad.

15

Vol-I- Bill of Quantities :Clause 25 (PageNo.174)

16 Vol-l:Clause-4.3.3 'B' Basic Project Parameter (Page.258)

SUPERE;ff^^mGNGINEER,I&CADD., J.Chokka Rao D.L J.Scheme Circle, K.CColony,Chinthagattu,Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 17

Clause /Para/Section Vol-l-Basic Project parameters-Clause4.17(Page.262)

For No extra payment wili be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol. IV) corresponding price shall be reduced from the contract value in the area of cross section. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length wili be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

Read as No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

CONT

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 18

Clause /Para/Section Vol-I-Basic Project parameters-Clause-5.22 (Page.263)

For

Read as No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol. IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease. 00

No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value in the area of cross section. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

CONTRACTOl

SUPER&^NBBtfemraiNEEIU&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 19

Clause /Para/Section Vol-i-Basic Project parameters^Clause6.1.6 (Page 264)

For

Read as No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value in the area of cross section. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

CONTRA

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. 20

Clause /Para/Section Vol-I: Other special Conditions- Clause 8.0 (Page 168)

For

Read as No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Voi.IV) corresponding price shall be reduced from the contract value. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

No extra payment will be made to the Contractor if there is any change in type of structure, specifications, variation in quantities as per actual site conditions. However, in respect of Spillway, power block, NOF dam, Navigation Channel, if the work is to be carried out beyond the foundation levels as per drawing and bore hole data (appended in volume 4) the additional cost for the change in the area of the cross section will be borne by the Employer. If there is any decrease in the work of Spillway, power block, NOF dam, Navigation Channel on account of adoption of higher levels, the corresponding price shall be reduced from the contract value in the area of cross section. Similarly in respect of Spillway/ NOF dam / power dam or any concrete component, if the length decreases as per general arrangement drawing (appended in Vol.IV) corresponding price shall be reduced from the contract value in the area of cross section. In case of increase in length of spillway / NOF dam / power dam or any concrete component as per general arrangement drawing the additional cost of length will be borne by the Employer. For increase or decrease, the rate adopted for departmental IBM shall be considered. The tender percentage excess or less shall be applied while regulating increase or decrease.

GO

COHFK^CTO

SOTEI^^ffiNDINGTEKGINEERj&CADD.,

00 O

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 21

Clause /Para/Section Vol-I: Additional special Conditions- Clause -28 (Page-152)

For

Read as

The Land Acquisition Process for the Project shall prepare After the alignment/H.P's are finalized the process and submit the L.P. Schedules. of land acquisition shall be started by the Engineer in- charge with the help of contractor. As such necessary proposals will be submitted to the respective authorities by the Engineer-in-charge and to be processed with L.A. authorities by the agency for early taking possession of land. For an Agreement executed and issued overseas, the document should also be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued and should be duly stamped on receipt in India. The axis and location of spill way is fixed and the design proposals shall be furnished considering the fixed location only. The structure (spillway) should pass the maximum flood discharge of 29.00 lakh cusecs(for 100 year return period), 36.28 Lakh Cusecs(for 500 year return period) at pond level of +75.00m and it shall satisfy all the requirements. Providing Diversion arrangements for river Godavari for a return flood of 1 in 100 years by constructing coffer Dams on U/s and D/s.

22

Vol-I: Formats B.1 to B.24C (Page.229)

Deleted

23

Vol-I: Basic Project Parameters Clause4.3.1 (Page.258)

The axis and location of spill way is fixed and the design proposals shall be furnished considering the fixed location only. The structure (spillway) should pass the maximum flood discharge of 29.00 lakh cusecs(for 100 year return period), 36.28 Lakh Cusecs(for 500 year return period) and it shall satisfy all the requirements. Providing Diversion arrangements for river Godavari by constructing necessary coffer Dams. The 100 years return flood discharge is 29.00 Lakhs Cusecs.

24

Vol-I: NIT Scope of Work Para-3 (Page.26)

CONTRACT'

SUPERDfflaINUENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. 25

Clause /Para/Section Vol-I: General Conditions of Contract Clause-12.2(Page.81)

For 12.2 Diversion of River Godavari:

To facilitate the construction of Spillway, Navigation Channel, Power Block, NOF the river flows are to be diverted by constructing coffer dams at suitable locations with necessary cut offs to minimize the seepage. The diversion arrangement shall be such that it should safely divert 100 Years return flood of 29.0 lakhs cusecs discharge through spillway and other means. The top level of the coffer dam shall be designed for the above conditions and in any case shall not be less than +72.10 m. The coffer dams shall be intact during the entire Construction of the main dams. The Contractor shall have to maintain the coffer dams during the construction period i.e. 60 months and also during extended period of construction if any. The bid price quoted by the Contractor is inclusive of all the above operations.

Read as To facilitate the construction of Spillway, Navigation Channel, Power Block, NOF the river flows are to be diverted by constructing coffer dams at suitable locations with necessary cut offs to minimize the seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs. The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent authority i.e., Chief Engineer, Central Designs Organization, Hyderabad and executed as per the approved drawings /proposals. The coffer dams shall be intact during the construction period i.e., 60months and also during the extended period of construction if any. The bid price quoted by the contractor is inclusive of all the above operations. The financial mile stone for coffer dam will be distributed for 5 years {Working period).

CO 00 f\3

CONTRACT

SUPERINTENDING ENGINEERJ&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4 CO

00
SI.No 26 Clause /Para/Section Vol-I: General Conditions of Contract Clause-12.8 (Page.82) For Necessary coffer dams on Up stream and Down stream and ring bunds have to be constructed at the cost of Contractor and after completion of the main dam both Up stream and Down stream Coffer dams shall be partly removed i.e. minimum at five places each of 50 m length and for required depth to facilitate free drainage or as directed by the employer. The materials shall be disposed off to the dumping yard. The Contractor has to quote his Price Bid keeping the above in view. Read as > Necessary coffer dams and ring bunds have to be constructed at the cost of contractor and after completion of the main barrage the coffer dam shall be removed for required depth to facilitate free drainage or as directed by the employer. The materials shall be disposed off to the dumping yard. The Contractor has to quote his Price Bid keeping the above in view. 2.2.9 Diversion arrangements: Diversion arrangements of River Godavari including formation of suitable coffer dams for the proposed barrage site are to be provided with suitable sheet piles / diaphragm wall to minimize seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs. The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent authority i.e., Chief Engineer, Central Designs Organization, Hyderabad and executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. The coffer dams are to be formed as per the approved drawings to the required TBL for diversion of flood with required top width. The contractor shall have to maintain the coffer dam during the construction period. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason.

27

Vol-I: Basic Project Parameters Clause2.2.9 (Page.250)

2.2.9 Diversion arrangements: Diversion arrangements of River Godavari including formation of suitable coffer dams upstream and downstream of the proposed barrage site are to be provided with suitable sheet piles / diaphragm wail to minimize seepage. The diversion arrangements shall be designed for the corresponding 1 in 100 year return flood of River Godavari i.e., 29.00!_akh cusecs. The diversion proposals including coffer dam arrangements shall be submitted and got approved from competent authority i.e. Chief Engineer, Central Designs Organization, Hyderabad and executed as per the approved proposals / drawings. The coffer dams are to be formed as per the approved drawings to the required TBL for diversion of flood with required top width . The coffer dams shall be intact for the entire construction period of the main dam. The contractor shall have to maintain the coffer dam during the construction period. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason. The bidder has to maintain the coffer dams intact at quoted contract price itself. After completion of the main dam both Up stream and Downstream Coffer dams shall be partly removed i.e. minimum at five places each of 50 m length and 8 m depth to facilitate free drainage or as directed by the employer. The materials shall be ^disposed off to the dumping yard or as directed by the Engineer-in-

Sl^rge.

CONT

SUPERINgNiNCnENGINEER,I&CADD.,

J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

%
P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 28

Clause /Para/Section Vol-I: Basic Project Parameters Clause4.2.24.1 (Page.256)

For The foundation treatment shall be carried out for the area covered under stilling basin and apron. The foundation treatment shall be carried out using vibro techniques. The entire area shall be investigated by conducting standard penetration tests, to identify any local pockets where the strata is loose i.e., relative density lower than the required values. Foundation treatment using vibro techniques shall be carried out in all such loose pockets and the density of the soil in those pockets shall be brought to the required level of relative density as directed by competent authority Chief Engineer, Central Design Organization, and Engineer-in-Charge. The efficiency of the foundation treatment shall be got confirmed by conducting standard penetration tests. If the relative density is not attained the required levels stipulated by the competent authority then the densification / vibro technique is to be repeated in secondary points of densification in between the primary points of densification after densification, SPT tests shall have to be conducted for the verification of required level of relative density.

Read as The foundation treatment shall be carried out for the area covered under stilling basin and apron wherever it is resting on sand/loose strata.The foundation treatment shall be carried out using vibro techniques. The entire area shall be investigated by conducting standard penetration tests, to identify any local pockets where the strata is loose i.e., relative density lower than the required values. Foundation treatment using vibro techniques shall be carried out in all such loose pockets and the density of the soil in those pockets shall be brought to the required level of relative density as directed by competent authority Chief Engineer, Central Design Organization, and Engineer-in-Charge. The efficiency of the foundation treatment shall be got confirmed by conducting standard penetration tests. If the relative density is not attained the required levels stipulated by the competent authority then the densification / vibro technique is to be repeated in secondary points of densification in between the primary points of densification after densification, SPT tests shall have to be conducted for the verification of required level of relative density. This process of tritary, quardratary etc., points of densification shall be continued till the required level of relative density is attained. CO

This process of tritary, quardratary etc., points of densification shall be continued till the required level of relative density is attained.

CONTRACTO

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.LJ.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

CO SI. No 29 Clause /Para/Section Vol-I: Basic Project Parameters Clause4.2.26 (Page.257) For Read as The spill way shall be provided with stop log gates sufficient to close a minimum of 10 % of total numbers of vents or at least 14 Numbers vents whichever is more. The stop log gates shall be provided with two sets of suitable hoisting arrangement, with 3 Numbers of gantry cranes. Gantry crane rails are to be provided on the spill way bridge for movement of Gantry Cranes, in such a way that they will not create any obstruction for free movement of traffic in the entire carriage way width. Further provision shall be made to park / keep the Gantry Cranes away from the carriage way of road when they are not in use. "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-l-Package-l Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with

The spill way shall be provided with stop log gates sufficient to close a minimum of 10 % of total numbers of vents or at least 13 Numbers vents whichever is more. The stop log gates shall be provided with two sets of suitable hoisting arrangement, with 3 Numbers of gantry cranes. Gantry crane rails are to be provided on the spill way bridge for movement of Gantry Cranes, in such a way that they will not create any obstruction for free movement of traffic in the entire carriage way width. Further provision shall be made to park / keep the Gantry Cranes away from the carriage way of road when they are not in use. "Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation lock and Navigation channel , Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, Construction of Buildings, formation of internal roads and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), tfgfcfeg, INDIA on EPC Turnkey Basis, including O & M"

30

Vol.-l,Appendix-0&M (Page-159)

CONTRAC

SUPEEKTEKDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

31

Vol.-I, Appendix-O&M (Page-162)

"Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation lock and Navigation channel , Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, Construction of Buildings, formation of internal roads and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), INDIA on EPC Turnkey Basis, including O & M"

U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of CO

UP

CONTRACTOR

SUPE^^^Pn7INrjBNGINEER5I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

(7J

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" 32 Vol.-I, Annexure-FP 1 Letter of tender (Page-277) We, the undersigned, examined the Conditions of contract, specifications, special conditions of contract, Basic Parameters of the proposed Scheme and Addendum Nos. for the above mentioned works. We have examined, understood and checked these documents and have ascertained that there are no ambiguity in the Employer's Requirements. We accordingly offer detailed "Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc.Construction of Project across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway with a crest level +75.00M to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation lock and Navigation channel , Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road lEfucige, Stair Cases, Elevators, Formation of Earth Dams with We, the undersigned, examined the Conditions of contract, specifications, special conditions of contract, Basic Parameters of the proposed Scheme and Addendum Nos. for the above mentioned works. We have examined, understood and checked these documents and have ascertained that there are no ambiguity in the Employer's Requirements. We accordingly offer detailed "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with

CONTRAC

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu5 Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

black topping and bank connections on either side of the Spillway and instrumentation, Coffer Dam for diversion of River, Construction of Buildings, formation of internal roads and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist)i A.P, INDIA on EPC Turnkey Basis, including 0 & M" after successful commissioning of the project in conformity with such documents and our enclosed Tender (including this letter) for the lump-sum price as given here under.

service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M" after successful commissioning of the project in conformity with such documents and our enclosed Tender ( including this letter) for the lump-sum price as given here under.

CO

C7~?J A * CONTRACTO ffE^^rS^ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

<*>

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4 Qg

SI. No 33

Clause /Para/Section Vol.-I, Additional special conditions of Contract-B-Test Results (Page-149)

For

Read as

OQ ^

34

The contractor shall produce results of quality control tests carried out on the works by his staff and the quality audit conducted by the Employer and their authorized representative on these works. If the test result do not fulfill the stipulated criteria laid down in specifications the payment will be limited as per the provisions in the specification(s) and if number of results fail beyond the limit of acceptance, then the contractor shall not be paid unless he rectified all such imperfect work(s). The decision of the Commissioner P&D of GB Jalasoudha , Erramanzil, Hydeerabad in respect of the matters pertaining to the quality control shall be final and binding on the Contractor. Vol.-I, other special "If at the Works location and all ancillary works shifting conditions-Special of H.T./L.T. power lines, towers, Electrical poles etc., is conditions of contract required either permanently or temporarily the contractor -Clause-3.0 Para 2 shall arrange for such shifting of power lines towers, (Page-168) electrical poles etc., through concerned authorities of Andhra Pradesh Electricity Board at his own cost. The Engineer-in-Charge will process the proposals submitted Dy the contractor to the authorities concerned of Andhra Pradesh Electricity Board. The price bid quoted by the Contractor is deemed to be inclusive of such cost and no claims for separate payment will be entertained."

The contractor shall produce results of quality control tests carried out on the works by his staff and the quality audit conducted by the Employer and their authorized representative on these works. If the test result do not fulfill the stipulated criteria laid down in specifications the payment will be limited as per the provisions in the specification(s) and if number of results fail beyond the limit of acceptance, then the contractor shall not be paid unless he rectified all such imperfect work(s). The decision of the Chief Engineer, Godavari Lift Irrigation Scheme, K.C. Colony, Chinthagattu, Hanamkonda, Warangal in respect of the matters pertaining to the quality control shall be final and binding on the Contractor. "If at the Works location and all ancillary works shifting of H.T./L.T. power lines, towers, Electrical poles etc., is required either permanently or temporarily the contractor shall arrange or such shifting of power lines towers, electrical poles etc., through concerned authorities of Andhra Pradesh Electricity Board at his own cost. The Engineer-in-Charge will process the oroposals submitted by the contractor to the authorities concerned of Andhra Pradesh Electricity Board. The cost towards shifting of H.T./L.T. power lines, towers, Electrical poles etc., will be reimbursed as per actuals to the Agency on production of proof and verification

CONTRACTO

SUPERINTEtolNGENGINEEI^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No 35

Clause /Para/Section Vol.-I, Part-E-Project Profile-System Requirements and Conditions (Page-272)

For

Read as

The cost for shifting of electrical lines/H.T. lines / Transformers / The cost for shifting of electrical lines/H.T. lines / GAIL gas pipe lines etc. in the project area and also in foreshore Transformers / GAIL gas pipe lines etc. in the of the reservoir should be done by the bidder project area and also in foreshore of the reservoir will be reimbursed as per actuals to the contractor on production of proof and verification Wherever the works require shifting of H.T./LT. power lines, towers, Electrical poles etc., either permanently or temporarily in Droject area , as well as in foreshore of the reservoir, the contractor shall arrange for such shifting of HT / LT power lines tower, electrical poles etc., through concerned authorities of A.P. Electricity Board at his cost. The Engineer-in-Charge will process the proposals submitted by the contractor to the authorities concerned of A.P. Electricity Board. The price bid quoted by the contractor is deemed to be inclusive of such cost and no claims for any kind of separate payment over and above the price bid amount will be entertained. Wherever the works require shifting of H.T./L.T. power lines, towers, Electrical poles etc., either permanently or temporarily in project area , as well as in foreshore of the reservoir, the contractor shall arrange for such shifting of HT / LT power lines tower, electrical poles etc., through concerned authorities of A.P. Electricity Board at his cost. The Engineer-in-Charge will process the proposals submitted by the contractor to the authorities concerned of A.P. Electricity Board. The cost towards shifting of H.T./L.T. power lines, towers, Electrical poles etc., will be reimbursed as per actuals to the Agency on production of proof and verification

36

Vol.-I, Part-E-Project Profile -System Requirements and Conditions(Page-273)

CO

SUPE^NTHRDIR5iNGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K. C .Colony, Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

CO

SI. No 37

Clause /Para/Section Vol-I-Basic project Parameters Col.10.0 Miscellaneous itemsXVI)). Comprehensive 3D Model studies. (Page-269)

For 3D Model studies duly incorporating all the various components of the Project i.e., Spillway, Earth Dam Power blocks, NOF, Navigation channel, etc. to study the following aspects and the study shall be conducted at CWPRS Pune or APERL Hyderabad. 1. Flow conditions of the Spillway. 2. Performance of stilling basin, scour sluice,, provided etc., 3. Sufficiency of, Divide walls etc. provided. 4. Performance of rock apron at the end of spill channel. Any other component and study felt necessary by the Engineer-in-Charge shall also be incorporated in the model and studied. The results are to be submitted to the Employer for approval. Any recommendations in view of improvements to structural safety, flow conditions, protection works etc., shall be implemented at no extra cost and the cost thereon is deemed to be included in the quoted contract price.

Read as

>*

3D Model studies duly incorporating all the various components of the Project i.e., Spillway, Earth Dam Power blocks, NOF, Navigation channel, etc. to study the following aspects and the study shall be conducted at CWPRS Pune or APERL Hyderabad at agency's cost. 1. Flow conditions of the Spillway. 2. Performance of stilling basin, scour sluice, , provided etc., 3. Sufficiency of, Divide walls etc. provided. 4. Performance of rock apron at the end of spill channel. Any other component and study felt necessary by the Engineer-in-Charge shall also be incorporated in the model and studied. The results are to be submitted to the Employer for approval. Any recommendations in view of improvements to structural safety, flow conditions, protection works etc., shall be implemented. The cost towards Model studies will be reimbursed to the contractor as per actuals on production of proof and verification.

38

VoM-Annexure-l Mile Stone Programme Financial in% (Page 175-176)

Separate XL Sheet enclosed

CONTRA

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

FOR

164

ANNEXURE-I MILE STONE PROGRAMME Financial In % NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, N O F d a m , Power Blocks f o r Power Generation w i t h Intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training w o r k s . Construction of Buildings at site and camp colony, formation of Internal C.C roads,.raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM w o r k s and other allied items connected t o Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dlst.j, A.P, INDIA on EPC Turnkey Basis including 0 & M"

SI.No Description of work

II II ii II
3 4 5 6

si
55J
: = CO

si
55J
2 9 o c

o c

ii
10

I II
1 2

2 Investigation including preparation and approval of designs, drawings, blasting pattern and estimates etc.. Earth dam Earth Dam+B.T. Road on Earth Bund
;

ia ^

2 8

1*

2
11 12

M !4 LI
2
13

1 I
w * % 2. 2 2 S 16

!!
17

I I w g
* 2 s e
18

ID

w"

1 f 351- o
< u 5 19

s.

2 S-

!!
ii
20

e
21

2
22

a.

23

14

15

0.001

0.001

0.0009

0.0029

0.002 0.0043

0.0034

0.0054 0.0043

Coffer D a m .

Head Regulator(incl.Bank connections) Total 0.001 0.001 0.001 0.004 0.000 0.000 0.000 0.000

0.0066 0.009 0.000 0.000 0.000 0.000

0.0080 0.011 0.000 0.000 0.000

0.0146 0.027

Contractor

2 SPILLWAY Earthwork excavation for Spill way with including bail out water from foundation

10

11

12

13

14

15

16

17

18

19

20

21

22

23

III
1

0.0035

0.0035

0.004

0.004

0.004

0.0025

0.0025

0.0025

0.0025

0.004

0,0315

2 3

Concrete & Allied works Densification of sand NAVIGATION CHANNEL Earthwork excavation for Navigation channel Concrete & Allied works POWER DAM ~^.

0.045

0.045

0.045

0.045

0.045

0.056

0.025

0.047 0

0.032

0.045

0.045

0.05

0.0175

0.018 0,0009

0.02

0.01

0.5853 0.0009

4 5 6

0.0019 0.0172 0.01 0.01


r

0.0019 0.0372
jL
l

=Sv

hsS/

/4$*

'.^

X ^ ; \

CO

CONTRACTOR

Superintending Bagtaeetv ^ & CADD JCR - OU Scheme Cfctle Waranqai

IV

Earth work excavation for Power Dam Concrete & Allied works RIGHT NON-OVER FLOW DAM Earth work excavation forRight NOF Concrete & Allied works Fabrication & erection of spillwayVertical gates with Rope drum hoisting system. Fabrication & erection of Navigation locks. Raising of existing road from Kantanapally x road to barrage site Raising of existing road from Kantanapally x road taLaxmipuram Electrical substation and .Boats, Genera tors anc dewatering Pumps. Provision for instrumentation Construction of Buildings for staff. O&M for Civil works @0.5% per year for 3yearsonRs(1767(248+13.86+7.76)) and 1 % peryearforSyearson Rs (248+13.86)

0.006 0.010 0.0017 O.005 0.025 0.020

0.0061 0.0617

co
0.0020 0.0044 0.02 0.02

T
0.00203 0.04440

0.13710 0.02 0.015 0.035 0.004 0.0010 0.02 0.001 0.02 0.0017 O.01 0.0171 0.00770 0.00630 0.00311 0.003 0.00019 0.01520 0.007 0.00733 0.00087 0.00530 0.0053 0.0017 0.002 0.003 0.003 0.00170 0.00800

0.01000

Labour welfare cess Sub total Grand Total

0.01 0.000 0.001 0 0.001 0.049 0.049 0.0505 0.055 0.0515 0.052 0.0515 0.052 0.0685 0.069 0.0735 0.074 0.06 0.069 0.07303 0.073 0.07283 0.073 0.0702 0.070 0.0667 0.067 0.069 0.069 0.0616 0.073 0.0684 0.068 O.025 0.025 0.03051 0.031 0.003 . 0.00806 0.003 0.008 0.97233 1.000

0.1

0.1

4.94

5.48

5.15

5.15

6.85

7.35

6.86

7.303

7.283

7.02

6.67

6.9

7.3

6.84

2.5

3.051

0.3

0.806

100.0

Superintending Engineer, JCR-DLIS Circle, Warangal.

*v\
^ ^.

READ AS
ANNEXURE -I MILE STONE PROGRAMME Financial in % NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L P . Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam. Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, w i t h service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock. Head Regulator w i t h Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training w o r k s , Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road t o barrage site and Laxmipuram including CD & CM works and other allied items connected to Proiect at Kanthanaoallv (vl.Etumnaaaram 1M). Waranaal (DistA A.P. INDIA on EPC Turnkev Rasis iiicliiiiino O & M" Read as

SI.No Description of work

2 Investigation including preparation and approval of designs, drawings, blasting pattern and estimates etc.. Earth dam Earth Dam+B.T. Road on Earth Bund Coffer D a m . Head Reg ulatorfincl. Bank connections) Total

1
3 0.001 0.001

ii II

2
a

M *i
6 S r t 2 ""

II II
7 8

si
o c < um = 2 9

s|
-2 g 10

I 1
w o < > *~ 2

o 2 13

2 W<N g a>^2 2 S 14

55|

s
2 *"* 11

5- g

o 55 <2 g

53-* g * 2

I I
a
16

ii
12

s.

is

o 55 g 2 5 Q. 17

I I
18 2

W i 19

g 2.

to a> o a > 2

S
20

S.

55 co g 2 2 21

1 I 1 I
2 22 2, 23

15

0.001

0.0009

0.0029

II
1 2

0.002 0.000280 0.000268 0.000268 0.000268 0.000269 0.000268 0.000268 0.000268 0.000268 0.000268

0.0034 0.000268 0.000268 0.000268 0.000268 0.000268 0.000268

0.0054 0.00430

0.0066 0.001 0.001 0.000280 0 000268 0.000268 0.000000 0.008868 0.000268 0.000268 I 0.000268 0.000268 0.000268

0.0080 0.011668 0.000268 0.000268 0.000268 0.000268 0.000268

0.0146 0.027

*
Contractor

2 SPILLWAY Earthwork excavation for Spill way with including bail out water from foundation

10

11

12

13

14

15

16

17

18

19

20

21

22

23

1 1 1

0.0035

0.0035

0.004

0.004

0.004

0.0025

0.0025

0.0025

0.0025

0.004

0.0315

2 3

Concrete & Allied works Densification of sand NAVIGATION CHANNEL Earthwork excavation for Naviqation channel Concrete & Allied works POWER DAM

0.045

0.045

0.045

0.045

0.045

0.056

0.025

0.047 0

0.032

0.045

0.045

0.05

0.0175

0.018 0.0009

0.02

0.01

0.5853 0.0009

4 5 6

0.0019 0.0172 0.01 0.01

0.0019 0.0372

\-MMIK.7 ^
3

S*=J"~>

CO

CONTRACT*

Stt^rodMamg Engineer, * & CApD JCR - U Scheme Cfcde, WaranqaJ

IV

Earth work excavation for Power Dam Concrete & Allied works RIGHT NON-OVER FLOW DAM Earth work excavation forRight NOF Concrete & Allied works Fabrication & erection of spillwayVertical gates with Rope drum hoisting system. Fabrication & erection of Naviqation locks. Raising of existing road from Kanlanapally x road lo barraqe site Raising of existing road from Kantanapally x road toLaxmipuram Electrical substation and ,Boats,Generators and dewalerinq Pumps. Provision for instrumentation Construction of Buildings for staff. O&M for Civil works @0.5% per year for 3yearson Rs{1767(248+13.86+7.76)) and 1 % per year for Syears on Rs (248+13.861

-'

O.006 0.010 0.0017 0.005 0.025 0.020

0.0061 0.0617

GO
0.0020 0.0044 0.02 0.02 0.00203 0.04440

0.1371O 0.02 0.015 0.035 0.004 0.0010 0.O2 0.001 0.02 0.0017 0.01 0.0171 0.00770 0.00630 0.00311 0.003 0.00019 O.01520 0.007 0.00733 0.00087 0.00530 0.0053 0.0017 0.002 0.003 0.003 0.00170 0.00800

0.01000

Labour welfare cess Sub total Grand Total

0.01

o.ooo
0.001 0.001

0.04S 0.049

0.0505 0.051

0.0515 0.052

0.0515 0.052

0.0685 0.069

0.0735 0.074

0.06 0.069

0.07303 0.073

0.07283 0.073

O.0702 0.070

O.0667 0.067

0.069 0.069

0.0616 0.0684 0.073 0.069

0.025 0.025

0.03051 0.031

0.003 0.003

0.00806 0.008

0.97233 1.000

0.1 0.1 Contractor

4.94

5.078

5.1768

5.1768

6.8768

7.35

6.8868

7.3298

7.3098

7.0468

6.696B

6.9268

7.3268

6.8668

2.5268

3.0778

0.3268

0.8328

100.0

\ P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

(VOLUME-II)

Clause /Para/Section 1. 1 Vol-ll Part-A Technical Specifications of Spillway - Clause9.28.1 Vertical Gates -(Page-198)

For 1) Four side guide rollers assemblies for Vertical gates complete in flexible all Respects - 6 sets. 2) Vertical Gate seats with fasteners and clamps - 5 sets. 3) Pumps and motors for Hydraulic Hoist - 5 sets. 4) Fixed and moving contract of each type of switch, contractor of relay - 5 sets 5) Piston seals of Hydraulic Hoist --10 sets. 6) Filters - 1 0 sets. 7) All types of valves - 4 sets. 8) Limit switch assembles - 4 sets. 9) All indicating lamps & fuses -- 6 sets 10) Bearings -- 4 sets 11) Piping for Hydraulic system in all respects - 4 sets. 12) Hydraulic cylinders -- 2 sets. The section shall covers various works necessary to install stop logs for General specifications "as appropriate. Not less than five sets of slide type stop log gates, each gate consisting of suitable no., of elements with appurtenant parts complete with necessary accessories shall be fabricated including preparation of Shop drawings where required, finishing, paintings, insuring, shipping, and delivery at site and including installation of each element over the stop log groove and dogging beam designed suitable to hold one stop log elements for the purpose of storage as shall allow the stop log elements to side into groove when necessitated by operating lifting beam and gantry crane.

Read as 1) Four side guide rollers assemblies for Vertical gates complete in flexible all Respects - 6 sets. 2) Vertical Gate seats with fasteners and clamps - 5 sets. 3) Motors for rope drum hoist - 5 nos.. 4) Fixed and moving contract of each type of switch, contractor of relay - 5 sets 5) Deleted. 6) Filters --10 sets. 7) Deleted. 8) Limit switch assembles - 4 sets. 9) All indicating lamps & fuses ~ 6 sets 10) Bearings - 4 sets 11) Deleted. 12) Deleted. The section shall covers various works necessary to install stop logs for General specifications "as appropriate. Not less than fourteen sets of slide type stop log gates, each gate consisting of suitable no., of elements with appurtenant parts complete with necessary accessories shall be fabricated including preparation of Shop drawings where required, finishing, paintings, insuring, shipping, and delivery at site and including installation of each element over the stop log groove and dogging beam designed suitable to hold one stop log elements for the purpose of storage as shall allow the stop log elements to side into groove when necessitated by operating lifting beam and gantry crane.

Vol-ll Part-A Technical Specifications of Spillway Specification for stoplogs - Clause-10.1 Scope (Page-204)

CO

CONTRACT

SUPERIffiEEKBR^G^ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

03

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No

Clause /Para/Section VoMI Part-A Technical Specifications of Spillway - Clause10.2.4 salient features (Page-208) VoMI Part-A Technical Specifications of Spillway Specification for stoplogs - Clause-10.1 Scope (Page-204) Quantity

For Quantity ;131 sets

Read as

CO

1. E.M.Parts of Stop log gates 2. Stop Log gates 3. Sill beams S.N o. 2) Description

1. E.M.Parts of Stop log gates 2. Stop Log gates 3. Sill beams S.N o. Description

:131 sets

:Not less than 13 sets :131 sets Quantity

:Not less than 14 sets :131 sets Quantity

Design, fabrication, transportation and supply and erection of slide type stop log gates of five sets consisting of required number of elements (each set not less than 6 elements) with appurtenant parts complete with all necessary accessories. Supply of 2 No. of gantry crane of capacity shall not be less than 30 MT each for operating stop log gates as per designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad.

2) Not less than 14 Sets of stop log gates and 3 No. of gantry cranes with lifting beam arrangem ent

Design, fabrication, transportation and supply and erection of slide type stop log gates of fourteen sets consisting of required number of elements (each set not less than 6 elements) with appurtenant parts complete with all necessary accessories. Supply of 3 Nos. of gantry crane of capacity shall not be less than 30 MT each for operating stop log gates as per designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad

Not less than 14 Sets of stop log gates and 3 No. of gantry cranes with lifting beam arrangem ent

CONTRAC

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

^.
P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No

Clause /Para/Section Vol-ll Part-A Technical Specifications of Spillway - Clause10.3.25.2 Specification for Electrical Equipment - Motors (Page-220-221)

For The crane shall be equipped with motors of ample capacity for the duties and.speeds specified. The rated capacity of such motor shall be such that its full load torque shall not be exceeded in giving the specified performance of the crane. All motors shall be of squirrel cage 40% crane duty factor 150 starts per hour; foot mounted totally enclosed fan cooled operating on 400/440 V AC 50 cycles 3 phase (variable frequency drive)The pull out torque of the motors shall be not less than 225 percent of the full load torque with rated voltage and frequency applied. They shall be braced and insulated to withstand plugging service and the heavy shocks and vibrations transmitted to them by the driven machinery. The motors shall be provided with at least two brushes per slip ring. AH the slip rings shall be insulated from the motor shaft. The brushes shall be provided with flexible copper shunts. The bearings shall have ample strength to withstand the heavy shocks and vibrations to which they will be subjected. They may be of the rollers or ball type and shall be sealed to prevent leakage of oil and entrance of dust. The insulation of the motor shall be of Class ' F . Motors shall be rated in accordance with IS: 395-1961. The motors shall have a rated synchronous speed of not more than 100 RPM. but shall be capable of withstanding a maximum speed of 2 Vz times the rated speed or 200 RPM, whichever is less. Conduit terminal boxes, shall be attached to the frame of each motor. The motor loads shall be of proper length to afford means of connection within the terminal boxes. The motor shall be so located that the brush gear and terminals are accessible for inspection and maintenance and normal ventilation is not restricted. Full technical particulars of each motor including the values of the locked rotor current, pullout torque ejtc^sjjall be suitable for a minimum of 4 stop/starts per minute

Read as The crane shall be equipped with motors of ample capacity for the duties and speeds specified. The rated capacity of such motor shall be such that its full load torque shall not be exceeded in giving the specified performance of the crane. All motors shall be of squirrel cage 40% crane duty factor 150 starts per hour; foot mounted totally enclosed fan cooled operating on 400/440 V AC 50 cycles 3 phase (variable frequency drive)The pull out torque of the motors shall be not less than 225 percent of the full load torque with rated voltage and frequency applied. They shall be braced and insulated to withstand plugging service and the heavy shocks and vibrations transmitted to them by the driven machinery. The bearings shall have ample strength to withstand the heavy shocks and vibrations to which they will be subjected. They may be of the rollers or ball type and shall be sealed to prevent leakage of oil and entrance of dust. The insulation of the motor shall be of Class 'F\ Motors shall be rated in accordance with IS: 395-1961. The motors shall have a rated synchronous speed of. not more than 100 RPM. but shall be capable of withstanding a maximum speed of 2 V2 times the rated speed or 200 RPM, whichever is less. Conduit terminal boxes, shall be attached to the frame of each motor. The motor loads shall be of proper length to afford means of connection within the terminal boxes. The motor shall be so located that the brush gear and terminals are accessible for inspection and maintenance and normal ventilation is not restricted. Full technical particulars of each motor including the values of the locked rotor current, pullout torque etc., shall be suitable for a minimum of 4 stop/starts per minute

CONTRAC

ENDING ENGINEER,I&CADD.,

CO CO

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

00

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No

Clause /Para/Section Vol-ll Part-A Technical Specifications of Spillway - Electrical Equipment - Clause10.3.25.3-Master Control Equipment (Page-221-222)

For All motor controls shall be of full magnetic, reversing with definite time limit type with instantaneous over current, overload and low voltage protection. They shall be designed so that it will be possible to limit the vertical movement of the hook, with full rated load when staring from complete standstill to within 10mm. from the desired position. All hoist motor controllers shall have single speed control in each direction of operation, with inching facility. The control of the crane shall be by means of push buttons mounted on the pendent push button station supported by steel chain or steel rope from the top of the crane. The pendent control box shall be designed as per IS: 3177 for out door use to withstand rough handling. The contracts of protection relays of any motor shall be so wired that the operation of the relay will trip the motor primary contractors, thus making it necessary to return all controls to the 'off position before the motor can be started again. The instantaneous relays shall be adjustable between 200 to 300 percent of the motor full load current. The power supply for the main contactors shall be protected by a 3 pole 415 volts. AC totally enclosed, air circuit breaker equipped with three Nos. time delay, direct acting, over load tripping elements, on shunt trip coil, and under voltage release for emergency tripping. A circuit breaker shall be provided to control and protect the control circuit for each motor and all control circuit shall be fused properly. An indicating lamp shall be provided to show that the control circuit is healthy. All switches, contactors and relays shall be enclosed in suitable cabinets and placed in accessible locations to facilitate inspection and maintenance. All resisters shall be non-breakable, corrosion resisting type and shall have a low temperature co-efficient. Where practicable controller handle should move in the direction of the resultant load movement. Each controller shall be marked in a permanent manner to show the motion controlled and wherever practicable of the direction of movement.

Read as

CO

4a
All. motor controls shall be of full magnetic, reversing with definite time limit type with instantaneous over current, overload and low voltage protection. They shall be designed so that it will be possible to limit the vertical movement of the hook, with full rated load when staring from complete standstill to within 10mm. from the desired position. All hoist motor controllers shall have single speed control in each direction of operation, with inching facility. The control of the crane shall be by means of push buttons mounted on the Control Panel and from remote panel. The contacts of protection relays of any motor shall be so wired that the operation of the relay will trip the motor primary contractors, thus making it necessary to return all controls to the 'off position before the motor can be started again. The instantaneous relays shall be adjustable between 200 to 300 percent of the motor full load current. The power supply for the main contactors shall be protected by a 3 pole 415 volts. AC totally enclosed, air circuit breaker equipped with three Nos. time delay, direct acting, over load tripping elements, on shunt trip coil, and under voltage release for emergency tripping. A circuit breaker shall be provided to control and protect the control circuit for each motor and all control circuit shall be fused properly. An indicating lamp shall be provided to show that the control circuit is healthy. All switches, contactors and relays shall be enclosed in suitable cabinets and placed in accessible locations to facilitate inspection and maintenance. All resisters shall be non-breakable, corrosion resisting type and shall have a low temperature co-efficient. Where practicable controller handle should move in the direction of the resultant load movement.

CONTRACT'

SUPERINTENDING ENGEMEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

^
P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

The resister shall be placed in accessible places outside the cages and in well ventilated non-combustible cabinets which will not omit flame. Each main supply circuit breaker shall have an interrupting capacity of not less than 10,000 amperes symmetrical of 415 volts. All switches, contractors, primary relays and preliminary circuits on controllers have a thermal capacity of 10000 amps for one second without injury. The resister shall be non breakable corrosion resistant stainless steel type having low temperature co-efficient and preferably be continuous rated and their rating will be as per IS: 3177-1999. Allowable temperature rise during operation of the crane under service conditions shall not exceed the limit specified in relevant Indian Standards. Each contractor shall state in his tender, the make and type of all electrical equipment, which he proposes to furnish,. The equipment offer shall be of approved make. All switches, controllers, levers and other operating mechanism and electrical devices shall be subject to the approval of the purchaser Vol-ll Part-A Technical Specifications of Spillway -Salient features Clause11.2.6 Control Panel Vol-ll Part-A Technical Specifications of Spillway - Salient features Clause11.2.6 Control Panel at the Transformer (Page-244) a) General

The resister shall be placed it applicable in accessible places outside the cages and in well ventilated non-combustible cabinets which will not omit flame. Each main supply circuit breaker shall have an interrupting capacity of not less than 10,000 amperes symmetrical of 415 volts. All switches, contractors, primary relays and preliminary circuits on controllers have a thermal capacity of 10000 amps for one second without injury. The resister shall be non breakable corrosion resistant stainless steel type having low temperature co-efficient and preferably be continuous rated and their rating will be as per IS: 3177-1999. Allowable temperature rise during operation of the crane under service conditions shall not exceed the limit specified in relevant Indian Standards. Each contractor shall state in his tender, the make and type of all electrical equipment, which he proposes to furnish,. The equipment offer shall be of approved make. All switches, controllers, levers and other operating mechanism and electrical devices shall be subject to the approval of the purchaser ^ __^ a) General The control panel at the Transformer shall be provided to distribute the receiving power from APTRANSCO / APNPDCL power supply/ Diesel generator supply to the main distribution panel. The control panel is of indoor type with provision for
J r t f L d n i * i t b ^ i J-JOLOJ*

The control panel at the Transformer shall be provided to distribute the receiving power from. APEPDCL power supply/ Diesel generator supply to the main distribution panel. The control panel is of indoor type with provision for locking the door. b) Requirement The control pane! shall be of weather proof and vermin proof indoor floor mounting LT distribution panel and fabricated with standard metal steel as designed. It shall be provided with ACB/MCCB one each for APEPDCL supply and for Diesel generator supply of suitable capacity, change over switch, voltmeter, Ammeter, selector switches indicator lamps, connectors etc. complete

b)

Requirement

The control panel shall be of weather proof and vermin proof indoor floor mounting LT distribution panel and fabricated with standard metal steel as designed. It shall be provided with ACB/MCCB one each for APTRANSCO / APNPDCL supply and for Diesel generator supply of suitable capacity, change over switch, voltmeter, Ammeter, selector switches indicator lamps, connectors etc. complete

CONTRACTO

SUPEKTOTENfrlNG ENGINEER,I&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4


SI. No

Clause /Para/Section Vol-ll Part-A Volll Part-A Technical Specifications of Spillway - Salient features Clause- 11.2.6 Control Panel at the Transformer (Page-244245)

For c).Test The shop test report, which includes the following items, shall be submitted. i) Construction check ii) Insulation resistance measurement iii) AC withstand voltage test iv) Impulse voltage v) Characteristic test for the relay, etc. vi) Accuracy check for metering instruments such as Ammeter, voltmeter, current transformer and voltage transformer etc. vii) Switching and operation test viii) Test certificates with relevant BIS codes for tests for the materials/ equipment purchased. ix) Other tests as directed by the Engineer-in-Charge

Read as c).Test The shop test report, which includes the following items, shall be submitted. i) Construction check ii) Insulation resistance measurement iii) AC withstand voltage test iv) Deleted v) Characteristic test for the relay, etc. vi) Accuracy check for metering instruments such as Ammeter, voltmeter, current transformer and voltage transformer etc. vii) Switching and operation test viii) Test certificates with relevant BIS codes for tests for the materials/ equipment purchased. ix) Other tests as directed by the Engineer-inCharge.

CONT

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K. C. Colony,Chinthagattu, Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

SI. No

Clause : /Para/Section Vol-ll Part-A Technical Specifications of Spillway Section-9Vertical gates Clause-9.1 Scope of Work (Page-164-165) SCOPE OF WORK:-

For SCOPE OF WORK:-

Read as

10

The scope of work includes designs, preparation of detailed The scope of work includes designs, preparation of drawings, manufacturing, fabrication, painting, packing, detailed drawings, manufacturing, fabrication, supply, transportation, handling, storage at site, erection, painting, packing, supply, transportation, handling, testing, commissioning and other operation which are storage at site, erection, testing, commissioning and necessary for the E M parts of Vertical Gates, Vertical other operation which are necessary for the E M Gates, hoist supporting structure, E M parts of River sluice parts of Vertical Gates, Vertical Gates, hoist service & emergency gates, River sluice service & supporting structure, E M parts of River sluice emergency gates, hoist bridge & rope drum hoist. service & emergency gates, River sluice service & Preparation of shop drawings wherever required for emergency gates, hoist bridge & rope drum' hoist. fabrication shall be based on the drawings approved by the Preparation of shop drawings wherever required for CE, CDO. fabrication shall be based on the drawings approved All the drawings pertaining to HM works & EM works of by the CE, CDO. Barrage gates are to be vetted by APGENCO, Hyderabad All the drawings pertaining to HM works & EM works of and got to be approved by CE, CDO, Hyderabad. Barrage gates are to be vetted by APGENCO, Hyderabad and got to be approved by CE, CDO, Hyderabad.

CONTRAC

SUPEIONTENDING ENGINEER, I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

ro

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

For
STNO"

Clause /Para/Section

Description

^ Quantity ^ Power Spillway Block RslSlat 131 sets 6 sets 5 sets

Vol-ll Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Page-164) Vol-ll Part-A Technical Specifications of Spillway Section-9-Vertical gates CIause-9.1 - Scope of Work (Page-164) Vol-ll Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Page-164-165) Vol-ll Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 -Scope of Work (Page-165) Vol-ll Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 -Scope of Work (Page-165)

2)

3)

4)

Design, fabrication, transportation supply and erection of E.M.Parts such as providing anchorages sill beams wall plates, roller tracks seal tracks etc., for service and stop log gate grooves , trunion / yoke girders and anchor girders, chairs, Vertical / Horizontal anchor rods for abutments and intermediate piers etc., and suitable rails for gantry as per design and drawings to be approved by Chief Engineer, Central Designs Organisation, Hyderabad. Design, fabrication, transportation supply and erection of spillway top seal vertical gates of size not less than 12 M x 10 M with seal on four sides including skin plates arms assembly walkway bridge at trunion level, ladders on top of arms and in between Horizontal girders, with hand railing guide rollers, seals lifting brackets tuunion brackets and any other appurteances etc., as per the design and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation, supply and erection of hoist bridge with 80Tonns hoist crane, including walkway consisting of longitudinal girders, cross girders, chequered plates, hand railing, side railing, ladders and other accessories including support structure for Hoist assemblies on piers approach ladders to the Hoist bridge on either side as per designed drawings to be approved by Chief Engineer, C.D.O.,Hyderabad. : Design, fabrication, transportation, supply and erection of rope drum hoisting equipment with a capacity of 100 Tonns, electrical and remote control equipment etc., as per the designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation and supply and erection of vertical lift fixed wheel stop log gates of THIRTEEN sets consisting of required number of elements with appurtenant parts complete with necessary accessories. Supply of 3 nos 25 tonnes capacity stoplog handling cranes along with 10 tonne axuilary hoist are provided for operating stoplog gates as per designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad.

131 Sets.

6Sets

5 Sets

131 Sets.

6Sets

5Sets

131 Sets.

6Sets

5Sets

5)

Not less than 13 Sets of stop log gates and 3 No. of gantry crane

1Set

1 Set

CONT

SUPERIffiSSPH^G^ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

READ AS
S.N
0

Clause /Para/Section

Description Spillway

Quantity Power Block

Head Regula tor

1)

Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Pace-164) Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates CIause-9.1 -Scope of Work (Paqe-164) Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Pace-164-165) Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Paae-165) Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Paqe-165) A&t*)*u

Design, fabrication, transportation supply and erection of E.M.Parts such as providing anchorages sill beams wall plates, roller tracks seal tracks etc., for service and stop log gate grooves , trunion / yoke girders and anchor girders, chairs, Vertical / Horizontal anchor rods for abutments and intermediate piers etc., and suitable rails for gantry as per design and drawings to be approved by Chief Engineer, Central Designs Organisation, Hyderabad. Design, fabrication, transportation supply and erection of spillway top seal vertical gates of size not less than 12 M x 10 M with seal on four sides including skin plates arms assembly walkway bridge at trunion level, ladders on top of arms and in between Horizontal girders, with hand railing guide rollers, seals lifting brackets tuunion brackets and any other appurteances etc., as per the design and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation, supply and erection of hoist bridge with 80Tonns hoist crane, including walkway consisting of longitudinal girders, cross girders, chequered plates, hand railing, side railing, ladders and other accessories including support structure for Hoist assemblies on piers approach ladders to the Hoist bridge on either side as per designed drawings to be approved by Chief Engineer, C.D.O.,Hyd. Design, fabrication, transportation, supply and erection of rope drum hoisting equipment with a capacity of 100 Tonns, electrical and remote control equipment etc., as per the designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad.

131 sets

12 sets

5 sets

2)

131 Sets.

12 Sets

5 Sets

3)

131 Sets.

12 Sets

5Sets

4)

131 Sets.

12 Sets

5Sets

5)

Design, fabrication, transportation and supply and erection of vertical lift fixed wheel stop log gates of FOURTEEN sets consisting of required number of elements with appurtenant parts complete with necessary accessories. Supply of 3 nos 25 tonnes capacity stoplog handling cranes along with 10 tonne axuilary hoist are provided for operating stoplog gates as per designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad.
fJSSv

Not less than 14 Sets of stop log gates and 3 No. of gantry crane.

CONTRACTO

SUPERINTENDING ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.VXR.Kaiithanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-4


SI. No

Clause /Para/Section Vol-ll-Pat-A Technical Specifications of Spill way Section-10 Specification for stop log gates Clause-10.3. (Page. No.209)

For

Read as ^rr

6)

GANTRY CRANE: For lifting of stop log gates

GANTRY CRANE: For lifting of stop log gates Head Regulator 1 No 30 MT (M5 class) 40 M Not less than 60 M 2 m/min 15 m/min 5. 4 m/min 6. 7. hoisting speed Gantry long travel speed Gantry travel cross 1.0-1.2 m/min 6m/min 3m/min 1.0-1.2 m/min 6 m/min 3m/min 3. 4. 1. 2. No of cranes
rennirftri

s.
N
0.

Spillway Description No of cranes required Minimum hoisting capacity Minimum lift required Gantry travel length hoisting speed Gantry long travel speed Gantry cross travel 3 No's 30 MT (M5 class) 40 M Not less than 1980 M 2 m/min 15 m/min 4 m/min

Power Block 1 No 30 MT (M5 class) 40 M Not less than 156 M 2 m/min 15 m/min 4 m/min

S.No.

Description

1. 2.

Spillwa y 3 No's 30 MT (M-5 class) 40 M Not less than 1980 M

Power Block 1 No 30 MT (M-5 class) 40 M Not less than 156 M

Head Regulat or 1 No 30MT (M-5 class) 40 M Not Less than 60 M 1.0-1.2 m/min 6 m/min 3 m/min

3. 4.

Minimum hoisting capacity Minimum lift required Gantry travel length

5. 6. 7.

CONTRA'

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

* v
P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Corrigendum-4

(VOLUME-HI)
SI. No 1 Clause /Para/Section VoI-III-Part-A Technical Specifications earth Dam Section-I-Coffer dam - (Page-56) For Coffer dam Coffer dam With " Z" -Type Sheet Piles:It is proposed to block the river flow by forming the coffer dams on upstream and downstream with underground seepage controls and to divert the flows over spillway. The "Z" type Sheet piles with M.S.Plate of minimum thickness of 75mm each duly keying it atleast 8 m average depth of piling into hard rock is proposed for Barrage/dam in river portion. Diversion arrangements of River Godavari including formation of suitable coffer dams on Upstream and down stream of the proposed dam site with suitable cut-offs to minimize seepage are to be made corresponding to 1 in 25 year return flood. The methodology of diversion proposals shall be submitted to the department and it shall be approved by the department. The coffer dam shall be intact for the entire construction period of the main dam. The agency shall have to maintain the coffer dam at his own cost during the construction period. Diversion arrangements of River Godavari including formation of suitable coffer dams for the proposed barrage site are to be provided with suitable sheet piles / diaphragm wall to minimize seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs. The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent authority i.e., Chief Engineer, Central Designs Organization, Hyderabad and executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. The coffer dams are to be formed as per the approved drawings to the required TBL for diversion of flood with required top width. The contractor shall have to maintain the coffer dam during the construction period. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason. Read as

CONTRAC

SUPERINTENDING ENGlREER,I&CADD.

O"

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

*47

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-5

CORRIGENDUM-5, DT: 28-05-2013

procurement
.gov.in
HC'"

IFB Number: 0 3 / 2 0 1 3 - 1 4 , Dt 1 7 - 0 4 - 2 0 1 3 Department :I&CAD-SE I&CAD J.CHOKKARAO GLIPC SI Subject No ;Corrigendum,Bid Last Date ;New PQ Published Document - & T i m e for'Bid .Date ;Downloading]Receipt of :Opening End Date Bids 'Date

View Nit Details

-New .New .Action Tech [Price Bid Bid iOpening : Opening'Date Date

5.,Corrigendum-5

7R/R/?niq":'lO/6/2bl3~ ^ 0 / ^ 2 ^ 3 7 1 7 7 6 / ^ 1 3 ^ ^ " ""5p/i6i?. " ~" 0:0 :00:0 3:00:00 ' > -8^3:45 PM \*** |* ^ "
AM PM AM PM

Tender Details 03/2013-14, Dt 17-04-2013 Name of the Tender P.V.N.R.K.S.S. Project Phase^I Pkg-I Bid Document Downloading 26/4/2013 3:00:00 PM Start Date [ Corrigendum Subject j Corrigendum-5

N A M E O F W O R K :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L P . Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training Works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & C M works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including O & M"

Tender Notice No.03/2013-14, Dt:17-04-2013

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu, Warangal.

3
P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Corrigendum-5

S.No 1)

Clause /Para/Section Vol-H Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work fPaqe-164)

For DESCRIPTION Design, fabrication, transportation supply and erection of E.M.Parts such as providing anchorages sill beams wall plates, roller tracks seal tracks etc., for service and stop log gate grooves , trunion / yoke girders and anchor girders, chairs, Vertical / Horizontal anchor rods for abutments and intermediate piers etc., and suitable rails for gantry as per design and drawings to be approved by Chief Engineer, Central Designs Organisation, Hyderabad. Design, fabrication, transportation supply and erection of spillway top seal vertical gates of size not less than 12 M x 10 M with seal on four sides including skin plates arms assembly walkway bridge at trunion level, ladders on top of arms and in between Horizontal girders, with hand railing guide rollers, seals lifting brackets tuunion brackets and any other appurteances etc., as per the design and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation, supply and erection of hoist bridge with 80Tonns hoist crane, including walkway consisting of longitudinal girders, cross girders, chequered plates, hand railing, side railing, ladders and other accessories including support structure for Hoist assemblies on piers approach ladders to the Hoist bridge on either side as per designed drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation, supply and erection of rope drum hoisting equipment with a capacity of 100 Tonns, electrical and remote control equipment etc., as per the designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad.

2)

Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 -Scope of Work (Paqe-164)

Read as DESCRIPTION Design, fabrication, transportation supply and erection of E.M. Parts such as providing anchorages sill beams wail plates, roller tracks seal tracks etc., for service and stop log gate grooves, including primary and secondary anchorages for roller tracks, side seal tracks and guide tracks and sill beams for service and stop log gate grooves, dogging arrangement etc., confirming to IS:4622 and suitable rails for gantry as per design and drawings to be approved by Chief Engineer, Central Designs Organization, Hyderabad. Design, fabrication, transportation supply and erection of spillway top seal vertical gates of size not less than 12 M x 10 M with seal on four sides including skin plates, horizontal girders, vertical stiffeners, rollers, bearings, seals, lifting arrangements, guides, suitable walkways etc., as per IS:4622 and any other appurtenances etc., as per the design and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation, supply and erection of hoist bridge with minimum of 80Tonns hoist crane, including walkway consisting of longitudinal girders, cross girders, chequered plates, hand railing, side railing, ladders and other accessories including support structure for Hoist assemblies on piers approach ladders to the Hoist bridge on either side as per designed drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Design, fabrication, transportation, supply and erection of rope drum hoisting equipment with a minimum capacity of 100 Tonns, electrical and remote control equipment etc., as per IS: 6938 and as per the designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad.

3)

Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Paqe-164-165)

4)

Vol-II Part-A Technical Specifications of Spillway Section-9- Vertical gates Clause-9.1 - Scope of Work (Paqe-165)

CONTRAC

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

409

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-6

CORRIGENDUM-6, DT: 05-06-2013

procurement
- .gov/m
HOME IFB Number: 03/20i3-14, Dt 17-04-2013 Department :I&CAD-SE I&CAD J.CHOKKARAO GLIPC I SI ; Subject ;No
.T, |Corrigendum'Bid Last Date ;New PQ \ Published ; Document & Time for: Bid jDate JDownloadingReceipt of Opening j End Date Bids Date
,

View Nit Details

New -:New j Action Tech ; Price Bid ] Bid ; Opening j Opening: Date Date :I^triSKSJ:'il -tJ--iS-aa3.';M^ii'-.;-'ii:-.-,Ki-.i.r.i.'j;....;:. js'^sV.':

6. Corrigendum-6 ( Tender Details

U/fi/?nn ! 10/6/2013 110/6/2013 17/6/2013 11:00:00 i q - n ^ DM 11:00:00 |5:00:00


p.ua.^PM
AM pM

13/7/2013 3:00:00
PM

AM

N a m e ^ ^ T e 3 r ^ ^ j f f i < S ^ ^ ^ ^ ^ ^ e - I Pkg_-_I Bid D o c u r ^ ^ ^ o w E d i r S | 2 ^ 4 / ^ 1 3 3:00:00 PM _ Start Date! Corrigendum Subject Corrigendum-6

TenderTvpeJOpen IBMVa^e^^ffi90000000 Period of Contract|60 Months

NAME OF W O R K :- "P.V.Narsimha Rao Kanthanapaliy Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and LP. Schedules etc., Construction of Barrage across River Godavari with F.R.L +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapaliy cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapaliy (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" Tender Notice No.03/2013-14, Dt:17-04-2013

CONTRAC

SUPERIN^S^rNGTENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

7fy
P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-6

CORRIGENDUM NO - 6 FOR THE WORK OF P.V. NARASIMHA RAO KANTHANAPALLY SUJALA SRAVANTHI PROJECT
SI. No 1 Clause /Para/Section Vol-I: NIT Scope of Work Para-3 (Page.26) Corrigendum No.4 Vol-I: General Conditions of Contract Clause-12.2(Page.81)Corrigendum No.4 For{Corrigendum Nol4) Volume-I- SI.No. 24 of Corrigendum No.4 Providing Diversion arrangements for river Godavari by constructing necessary coffer Dams. The 100 years return flood discharge is 29.00 Lakhs Cusecs. Volume-l- SI.No.25 of Corriqendum No.4 12.2Diversion of River Godavari: Read as Providing Diversion arrangements for river Godavari by constructing necessary coffer Dams. The 100 years return flood discharge is 29.00 Lakhs Cusecs (The discharge is indicative).

12.2Diversion of River Godavari: To facilitate the construction of Spillway, Navigation Channel, Power Block, NOF the river flows To facilitate the construction of Spillway, Navigation are to be diverted by constructing coffer dams at Channel, Power Block, NOF the river flows are to be diverted suitable locations with necessary cut offs to minimize by constructing coffer dams at suitable locations with the seepage. necessary cut offs to minimize the seepage. The 100 Years return flood discharge is 29.0 The 100 Years return flood discharge is 29.0 lakhs lakhs cusecs (The discharge is indicative). The cusecs. The diversion proposals including Coffer dams diversion proposals including Coffer dams arrangements shall be submitted and got approved from the arrangements shall be submitted and got approved competent authority i.e., Chief Engineer, Central Designs from the competent project authority and executed Organization, Hyderabad and executed as per the approved as per the approved drawings /proposals. drawings /proposals. The coffer dams shall be intact during the The approval of coffer dam drawings by the competent construction period i.e., 60months and also during the authority will not in any away relieve the contractor of extended period of construction if any. The bid price quoted by the responsibility for the adequacy of the design for the contractor is inclusive of all the above operations. strength and stability or for the safety of the people working there in. The bid price quoted by the The financial mile stone for coffer dam will be contractor is inclusive of all the above operations. distributed for 5 years (Working period). The financial mile stone for coffer dam will be distributed for 5 years (Working period).

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-6

SI.No 3

Clause /Para/Section Vol-I: Basic Project Parameters Clause2.2.9 (Page.250) Corrigendum No.4

For(Corrigendum No.4)

Read as

2.2.9 Diversion arrangements: VoIume-l-SI.No.27 of Corriaendum No.4 Diversion arrangements of River Godavari including 2.2.9 Diversion arrangements: formation of suitable coffer dams for the proposed Diversion arrangements of River Godavari including formation barrage site are to be provided with suitable sheet of suitable coffer dams for the proposed barrage site are to be piles / diaphragm wall to minimize seepage. The 100 provided with suitable sheet piles / diaphragm wall to minimize Years return flood discharge is 29.0 lakhs cusecs (The seepage. The 100 Years return flood discharge is 29.0 lakhs discharge is indicative). The diversion proposals cusecs. The diversion proposals including Coffer dams including Coffer dams arrangements shall be arrangements shall be submitted and got approved from the submitted and got approved from the competent competent authority i.e., Chief Engineer, Central Designs project authority and executed as per the approved Organization, Hyderabad and executed as per the approved drawings /proposals. The approval of coffer dam drawings /proposals. The approval of coffer dam drawings by drawings by the competent authority will not in any the competent authority will not in any away relieve the away relieve the contractor of the responsibility for the contractor of the responsibility for the adequacy of the design adequacy of the design for strength and stability or for for strength and stability or for the safety of the people working the safety of the people working there in. there in. No payment will be made for the damages/ repairs or The coffer dams are to be formed as per the approved washing away of the coffer dam due to floods or any drawings to the required TBL for diversion of flood with other reason. required top width. The contractor shall have to maintain the coffer dam during the construction period. No payment will be The financial mile stone for coffer dam will be made for the damages/ repairs or washing away of the coffer distributed for 5 years (Working period). dam due to floods or any other reason.

CONTRALTO:

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,ChinthagattusWarangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-6

SI. No 4

Clause /Para/Section Vol-III-Part-A Technical Specifications -earth Dam - Section-I-Coffer dam - (Page-56) Corrigendum No.4

For(Corrigendum No.4) Volume-lll-SI.No.1 of Corriaendum No.4 Coffer dam Diversion arrangements of River Godavari including formation of suitable coffer dams for the proposed barrage site are to be provided with suitable sheet piles / diaphragm wall to minimize seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs. The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent authority i.e., Chief Engineer, Central Designs Organization, Hyderabad and executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. The coffer dams are to be formed as per the approved drawings to the required TBL for diversion of flood with required top width. The contractor shall have to maintain the coffer dam during the construction period. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason. Coffer dam

Read as

Diversion arrangements of River Godavari including formation of suitable coffer dams for the proposed barrage site are to be provided with suitable sheet piles / diaphragm wall to minimize seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs (The discharge is indicative). The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent project authority and executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason. The financial mile stone for coffer dam will be distributed for 5 years (Working period).

CONTRACT

SUPElOmjiNDING^NGlNBERvr&CADD.,

TO'

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

413 procurement
.gov.in
il'^i. ~ Ji_a

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-7

CORRIGENPUM-7, DT: 07-06-2013

H0ME
View Nit Details

IFB Number: 0 3 / 2 0 1 3 - 1 4 , Dt 17-04-2013 Department :I&CAD-SE I&CAD J.CHOKKARAO GLIPC |SI Subject iNo! CorrigendumjBid iLast Date Published Document StTime for Downloading Receipt of Date Bids t End Date
i

New PQ Bid Opening Date

Action sNew iNew iTech I Price Bid Bid [Opening (Opening Date

Date

! 3/7/2013 3:00:00

! 7. Corrigendum-7

7/6/2013 12:03:45 PM

i10/6/2013 11:00:00 AM

10/6/2013 17/6/2013 5:00:00 11:00:00 IN/A PM AM

ox--,

PM

Tender Details
IFB/Tender No. 03/2013-14, Dt 17-04-2013 Name of the Tender P.V.N.R.K.S.S. Project Phase-I Pkg-I^ Bid Document Downloading 26/4/2013 3:00:00 PM Start Date [ Corrigendum Subject Corrigendum-7 "renderTvpe Open IBM Value(INR) 18090000000 Period of Contract 60 Months

NAME OF W O R K :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M" Tender Notice No.03/2013-14, Dt:17-04-2013

CONTRA

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Corrigendum-7

CORRIGENDUM NO. 7 FOR THE WORK OF P.V. NARASIMHA RAO KANTHANAPALLY SUJALA SRAVANTHI PROJECT
SI. No 1 Clause /Para/Section Vol-I: Basic Project Parameters-Clause4.11(Page.261) 4.11 For Inspection of Rope drum hoists: 4.11 Read as Inspection of Rope drum hoists:

It shall be specially noted that all the components of the rope drum hoists for vertical gates are to be imported. The same shall be got inspected and tested by the team of field engineers / officials at manufacturers premises before dispatch to India. The inspection team of field Engineers / officials shall consists of minimum 6 members and the members will be nominated by the employer. All the expenses for inspection towards transport, incidental charges, living expenses, international passage / local passage to and fro by air/ by train etc., shall be born by the bidder. The rates quoted shall be inclusive of the expenses towards inspection and testing by the field Engineers/ officials and no separate payment will be made on this account.

It shall be specially noted that all the components of the rope drum hoists for vertical gates are to be inspected. The same shall be got inspected and tested by the team of field engineers / officials at manufacturers premises before dispatch. The inspection team of field Engineers / officials shall consists of minimum 6 members and the members will be nominated by the employer. All the expenses for inspection towards transport, incidental charges, living expenses, international passage / local passage to and fro by air/ by train etc., shall be born by the bidder. The rates quoted shall be inclusive of the expenses towards inspection and testing by the field Engineers/ officials and no separate payment will be made on this account

SUPERESfFENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

tf

r r

sSSJJ

5 j 5 6g

HJW MM PI

i illitfi I i
K?^!3P*?? Mis''

III!

1 II

BBSS
GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project
NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist.), A.P, INDIA on EPC Turnkey Basis including 0 & M"

AGREEMENT BOND
A.B.No.SE/TCR-DLIS/WGL/EPC/03/2013-14,Dt:12-09-2013.

(Volume - II)
TECHINICAL SPECIFICATION OF SPILLWAY.POWER BLOCKS, NAVIGATION CHANNEL, HEAD REGULATOR

Office of the SUPERINTENDING ENGINEER, l&CAD DEPTT., J.CHOKKA RAO DEVADULA LIFT IRRIGATION SCHEME CIRCLE, K.C. COLONY, CHINTHAGATTU,WARANGAL.

GENERAL INDEX
P.V. Narasimha Rao Kanthanapally Sujala Sravanthi ProjectConstruction of Barrage across River Godavari near Kanthanapaly (V), Eturunagaram (M), Warangal DistPhase-I, Package-I AGREEMENT BOND NO.SE/JCR-DLIS/WGL/EPC/03/2013-14, Dt.12-09-2013 SI.No 01 Booklet Volume-I Contents Bid Document (ITB, GCC, SCC,OSCC ) No. of Pages 415

02

Volume-ll

Technical Specifications of Spillway

331

03

Volume-Ill

Technical Specifications Earth Dam

91

04

Volume-IV

Drawings

16 Nos

1
P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- il)

TECHNICAL SPECIFICATIONS
OF SPILLWAY, POWER BLOCKS, NAVIGATION CHANNEL, HEAD REGULATOR
(Volume - II)

CONTRACSQB*^^

SUPERINTENDING ENGINEERj&CADD., J.Chokka Rao D.L.LScheme Circle, K.CXolony,Chinthagattu,Warangal.

2
2
P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

TECHNICAL SPECIFICATIONS OF SPILLWAY, POWER BLOCKS, NAVIGATION CHANNEL, HEAD REGULATOR INDEX
S.No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Description General Specifications Survey, Setting out works and designs Clearing site Excavation for Spillway and its Ancillary Structures, Power blocks, Head regulator, Navigation channel Drilling & pressure grouting in dam foundation Drilling and Blasting Steel Reinforcement Plain and Reinforced Concrete Vertical gates Specification for Stop logs Electrification Instrumentation Schedule D Specifications of Buildings Page No. 3-11 12-20 21-23 24-35 36-50 51-60 61-70 71-166 167-217 218-248 249-278 279-286 287-316 317-331

TV

CONTRACTOR

SUPERIN^RKNG I^GINEER^&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 1

GENERAL SPECIFICATIONS

i.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- H)

Section 1 GENERAL SPECIFICATIONS Index

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

Para No. 1.1 1.2 1.3 . 1-4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 1.12 1.13 General

Item

Page No. 5 5-6 7 7 7-8 9 10 10 10 10

Test standards for Materials and Quality of works Reference Marks and Bench Marks Setting outworks Power supply Water supply Watching and Lighting Construction plant Clearing up during progress and delivery Scaffolding Protection premises of adjoining and existing

10 11 11

Approach Roads and Roads in work area Seignorage charges

N
CONTRACTOR
SUPERINTENBINGbNGINEER5I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- II)

SECTION 1 GENERAL SPECIFICATIONS 1.1 General

(a) These Technical specifications, shall apply to all the works as are required to be executed under the contract or otherwise directed by the Engineer-in-Charge. In every case the work shall be carried out to the satisfaction of the Engineer-in-Charge and conform to the location, lines, grades and cross sections shown on the drawings or as indicated by the Engineer-in-Charge . The quality of work and materials, shall comply with the requirements set forth in this and succeeding sections. Where the drawings and specifications describe a portion of the work in only general terms, and not in complete detail, it shall be understood that only the best general practice is to prevail, materials and workmanship of the best quality are to be employed and the instructions of the Engineer-in-Charge are to be fully complied with, by the contractor. (b) The words like Employer, Contract, Employer's personnel, Contractor's representative, Engineer-in-Charge, Works, site etc. used in these specifications shall be considered to have the meaning as understood from the definitions in section "Definitions" of Vol.I, G.C.C. The contractor shall carryout the works in accordance with the specifications laid down in this section together with the detailed specifications stipulated under succeeding sections, Andhra Pradesh Standard Specification, relevant codes with all amendments and the departmental manual for quality control. (c) (i) All the tests required for executing the work as per specifications of materials shall be conducted as per relevant BIS codes / European codes/ International codes where I.S. Codes are not available, within the contract price. (ii) All the tests required on Cement t concrete / Reinforced cement concrete items both for fresh and hardened state shall be done as per relevant B.I.S codes/ International Codes. 1.2 Test Standards for Materials and Quality of works

The relevant standards for materials, as well as for testing procedures, indicated in this section together with detailed specifications indicated at appropriate places in the succeeding sections shall apply.

SUPEMNTENDING ENGINEER,I&CADD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

6
6

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

If any special material not covered here, is required to be used, it shall conform to relevant Bureau of Indian Standards, if there are any, or to the requirements specified by the Engineer-in-Charge or any special provisions. i) Quality: All materials and workmanship shall be of the respective kinds described in the contract and in accordance with the Engineer-in-Charge 's instructions and shall be subjected from time to time to such tests as the Engineer-in-Charge may direct at the place of manufacture or fabrication or on the site or at such other place or places as may be specified in the contract or at all or any of the instruments, equipments, machines, labour and materials as are normally required for examining, measuring and testing any work and the quality, weight or quantity of any material used and shall supply samples of materials before incorporation in the works for testing as may be selected and required by the Engineer-in-Charge. ii) Tests, inspection, rejection of defective material and work: The contractor shall without extra cost provide samples and cooperate in the testing of materials and inspection of the works. The Engineer-in-Charge shall have access at all times to the places of storage and where material are being manufactured and processed for use in the works under the contract to determine whether their manufacture and process are proceeding in accordance with the drawings and specifications. The Engineer-in-Charge shall during the progress of the works have the authority to order in writing from time to time but not limited to the following: a) The removal from the site, within such time or time as may be specified in the order, of any materials which, in the opinion of the Engineer-in-Charge, are not in accordance with the contract. b) The substitution of proper and suitable materials and c) The removal and proper re-execution, not withstanding any previous test thereof or interim payment thereof, of any work which in respect of materials or workmanship is not in the opinion of the Engineer-in-Charge, in accordance with the contract. The contractor shall carryout such order at no extra cost to the employer; in case of default on the part of the contractor in carrying out such order, the employer shall be entitled to employ and pay other persons to carry out the same and all expenses consequent thereon and incidental thereto shall be recoverable from the contractor by the employer or may be deducted by the employer from any monies due to or which may become due to the contractor.

CONTRACTOR

SUPERIN?SINtjENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

In lieu of removing the work or material which are not in accordance with the contract, the Engineer-in-Charge may allow such work or materials to remain, and in that case such work may be paid at the reduced rates as may be decided. 1.3 i) ii) Reference Marks and Bench Marks The basic center lines, reference points and bench marks shall have to be fixed by the contractor and shall get it approved by Engineer-inCharge. The Contractor shall establish at his own cost, at suitable points, additional reference lines and bench marks as may be necessary. The contractor shall remain responsible for the sufficiency and accuracy of all his bench marks and reference lines. He shall take precautions to see that the lines, points and bench marks fixed shall not be disturbed by his work and shall make good any such damage. The axis of the spill way shall have to be got verified by the Survey of India and DGPS points are to be fixed for reference as instructed by the Engineer-in-Charge. The contractor shall maintain a list of Bench mark register for all the bench marks in the premises of Spillway and shall submit a copy to the Engineer-in-Charge. The bench mark register shall be handed over to the Engineer-in-charge and got its approval.

Hi) iv)

1.3.1 Fixing of B.M.s a) . Supplying of B.M stones of size 900mm x 150mm x 150 mm in RCC Pre-cast B.M. with M.15 mix using 20mm metal and including fixing the stones in cement concrete M7.5 mix using 40mm graded H.B metal of approved quality from the approved quarry, including cost of all materials and labour charges for fixing B.M. Stones. Letters and numbers shall be carved as per relevant BIS codes or as directed by the Engineer-in-Charge. The top of the B.M. Stone shall be perfectly dressed to level and making grooves of 100 mm x 75 mm size on top, and all other operations to complete the finished item of work as directed by the Engineer-in-Charge. (The Engineer-in-Charge or his representative will check the levels at said points).

b) c)

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^hinthagattUjWarangal.

8
8

P.V.N.R.KanthanapaIIy Sujala Sravantht Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Conducting double check levelling to establish the value on B.M stones fixed, duly connecting it to a G.T.S Bench Mark. The tolerance limit of B.M value is +/- 2/k in mm where K is 20 Km from the nearest G.T.S. Bench Mark. Preparation of B.M Registers noting the bench mark values and its locations etc. Detailed investigation has to be taken up, only after approval of the B.M. Values by the Engineer-in-Charge. 4 Setting out works The contractor shall be responsible for the correct setting out of all works at his cost. The Contractor shall execute the work true to alignment, grade and levels as shown in the drawings and as directed by the Engineer-in-Charge and shall check these at frequent intervals. The contractor shall provide all facilities like labour and instruments, and shall cooperate with the Engineer-inCharge to check all alignments, grades, levels and dimensions; such checking shall not absolve the contractor of his own responsibility of maintaining the accuracy of the work. 1.5 Power Supply

i) The contractor has to make their own arrangement for power required for construction activities and for colonies. ii) He has to lay all internal lines from the transformer at his own cost and he should bear the cost of power consumption as per bills of electricity authority. iii) If the available capacity is insufficient to meet the contractor's requirement, the contractor has to make his own arrangements for alternatives for power supply, including deposits to electricity authority. iv) The contractor shall satisfy all the conditions of rules required as per Indian Electricity Act 1910 and under rule 45 (i) of the Indian Electricity rules 1956 as amended from time to time and other pertinent rules. v) The power shall be used for bonafide departmental works only

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

vi) The contractor shall take all precautions to ensure safety to the workers. The department will not take any responsibility for any accidents that may occur on the Contractor's installations. vii)The contractor shall take action to rectify the defects if any in the installations pointed out by the departmental Engineer-in-Charge s in a reasonable time. viii) The following particulars should be furnished in quadruplicate by the Contractor to the employer before the power is released to the equipment. a) A schematic diagram of the installation from the point of commencement of supply to the points of utilization showing therein the various electrical equipment, switch gear, cables with their sizes etc., b) Transformer sub station's drawings. c) Layout plan indicating there in the position of motors and other electrical equipment, their switch gear and earthing arrangements. The contractor shall give the particulars of his power load, if so desired by the Engineer-in-Charge and he shall make necessary arrangements for the Engineer-in-Charge to check these loads if so desired. The total power requirements and the percentage of diesel power proposed to be engaged by the Contractor out of this total power requirement shall be furnished by the Contractor. ix) The department is not responsible for any sort of power failures and power break down etc. and no compensation of any kind will be paid by the department on account of such failures and no extension of time will be granted under such reasons. 1.6 Water Supply It is the responsibility of the Contractor to make, their own arrangements for water supply for work and labour and drainage from the work site, at his own cost. The contractor shall get prior permission from competent authority to draw water from River Godavari. The contractor has to lay pumping line from water source to spillway site and colony at his cost. The pumps shall have to be installed and maintained by the contactor. The distribution system, measures for purification of water, shall be the responsibility of the Contractor and shall be in accordance with rules and regulations of the Public Health Department. No compensation will be allowed to the Contractor on this account.. . .

10
10

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

1.7 Watching and Lighting The Contractor shall in connection with the works provide and maintain at his own cost all lights, guards, fencing and watching when and wherever necessary or required by the Engineer-in-Charge or Engineer-in-charge's Representative, or by any authority constituted for the protection of the work, or for the safety and convenience of the public or others. 1.8 Construction Plant The Contractor shall provide and install all necessary construction tools and plant, equipment, machinery and shall use such methods and appliances for the performance of all the operations connected with the work embraced under the contract as will secure a satisfactory quality of work and rate of progress which will ensure the completion of the work within the time specified. 1.9 Clearing up during Progress and Delivery All rubbish shall be cleared and put in a thoroughly complete, clean, sound and workman like state to the satisfaction of the Engineer-in-Charge before the work is finally handed over. All rubbish and surplus materials not required shall be removed by the Contractor and the same is to be transported and deposited as directed by Engineer-in-Charge. The Contractor is responsible for its maintenance until it is taken over by the Department. 1.10 Scaffolding All requisite scaffolding shall be provided at the Contractor's expense and shall be double i.e. it must have two sets of upright supports. Care shall be taken to ensure the safety of the work men and the Contractor must comply with such instructions as the Engineer-in-Charge may issue to ensure such safety. The Contractor will be entirely responsible for any damage or injuries to persons or property resulting from ill-erected scaffolding, defective ladders, or otherwise. 1.11 Protection of Adjoining and Existing premises The contractor shall protect the whole of the adjoining and existing premises, and all works and all fittings to all Buildings and adjoining the site against structural and decorative damages caused by the Execution of these works and make good in all respects all such damage done or occurring to the same, and leave such reinstatement in perfect order. He is also to make good any damage done in the execution of the work, the existing public or private property, foot ways and road ways, other over head power lines or Telecommunication lines.

CONTRACTOR

SUPERINTHfe^S&INEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

11
P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol-ll)

1.12 Approach Roads and Roads in Work Area a) The roads inside the work area required by the Contractor to convey machinery and all materials to dam site shall be constructed and maintained by him at his own cost. The layout, design, construction and maintenance etc. of the road shall be subject to the approval of the Engineer-in-Charge. b) The Contractor shall without charge permit the Government and such other contractor and other workmen to use the access facilities including roads, any other facilities constructed and acquired by the Contractor for use in the performance of the works. c) The Contractor's heavy construction traffic or tracked equipment shall not traverse any public roads or bridges unless the contractor has made arrangements with the authorities concerned and the approval of the Engineer-in-Charge to such arrangements has been obtained. In case Contractor's heavy construction traffic or tracked equipment is not allowed to traverse any public roads or bridges and the contractor is required to make some alternative arrangements, no claim on this account shall be entertained. 1.13 Seignorage Charges Seignorage fee shall be recovered from the bills of the contractor on the work done and measured with reference to the quantities used in the works as per the theoretical requirements, at the rates prescribed by Government of Andhra Pradesh as per A.P Minor Mineral Concession Rules - 1966 and subject to amendments issued from time to time by the Government. This clause shall be read with the clause 104, Part-A, Vol-I of GCC.

SUPERINTENDING ENGINEER,I&CADD.S J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

12
12 P.V.N-R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech, Specifications of Spillway (Vol- II)

SECTION 2 SURVEYING, SETTING-OUT WORK & DESIGNS

CONTRACTOR V _ ^ ? y

SUPERmffi^BTM} ENGINEER, I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

13
13 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION 2 SURVEYING, SETTING-OUT WORK & DESIGNS INDEX SI.No Section 1 2.1 2.2 2.2.1 2.2.2 2.2.3 2.2.4 2.2.5 2.3 2.3.1 2.4 2.4.1 2.4.2 2.5 2.5.1 Item EXISTING SURVEY CONTROL POINTS OBLIGATIONS OF THE CONTRACTOR General Bench Marks and Triangulation Stations Accuracy of Surveying Auxiliary Works Damage to Crops and Vegetation CHECKING OF CONTRACTOR'S WORK BY THE ENGINEER-IN-CHARGE Regular Checking MEASUREMENT AND PAYMENT Survey Work Performed by the Contractor Temporary Suspension of Works in Underground Designs Measurement and payment for designs work Page No. 14 14 14 15 16 16-17 17 18 18 19 19 19 19 20

*Ts
SUPEItESTTENDING ENG1NEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K. C. Co lony, Chinthagattu, Warangal.

14
14 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 2 SURVEYING, SETTING-OUT WORK AND DESIGNS EXISTING SURVEY CONTROL POINTS (1) Basic survey network consisting of fixed triangulation polygon points and . benchmarks existing in the project area, any surveys carried out by the Survey of India, will be at the Contractor's disposal to serve as a base for the setting-out and checking work. Prior to commencing any construction work, the Contractor shall undertake survey for the purpose of checking these reference data and in order to satisfy himself as to their accuracy. Should he have any objections to these data and the relevant drawings, he shall inform the Engineer-in-Charge in writing within two (2) weeks of receiving them from the Engineer-in-Charge.

(2)

OBLIGATIONS OF THE CONTRACTOR 1 General (1) The Contractor shall perform all calculations, surveys and setting-out necessary to establish the accurate location of the structures as shown on the Construction Drawings and shall carry out all necessary surveys to verify the topographical data used by the Engineer-in-Charge for the project design and measuring purposes.

(2) Within 28 days from the date of issue of Notification of Award, the Contractor shall submit his proposed survey plan to the Engineer-inCharge. The proposed plan shall indicate the order of accuracy for all surveys. (3) In advance of any setting-out work associated with all principal project features, the Contractor shall submit to the Engineer-in-Charge for approval of description of the method and procedures he intends to use in establishing bench marks and base lines. If the Contractor chooses to use triangulation points or bench marks other than those furnished by the Engineer-in-Charge, he shall do so at his own expense and risk.

(4)

CONTRAC

SUPERim^feJNCrENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

15

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

(5)

The Contractor shall carry out topographical surveys of the original ground surface in each sector of the Works where surface excavation will be necessary, and produce sufficient and adequate cross-sections which will permit later to evaluate the volume of excavation for the measurement purposes and payment of excavation. The Contractor shall entrust the surveying works only to persons who by their training and experience have sufficient qualifications and " knowledge to ensure proper fulfillment of the survey tasks assigned to them. The agency shall submit the complete details of the personnel recruited for this purpose and got approval from the Engineer-in-charge. For the performance of the survey, the Contractor shall use a sufficient number of reliable and accurate instruments and persons to total satisfaction of Engineer-in-charge. Bench Marks and Triangulation Stations

(6)

.2 (1)

Existing survey control point bench marks and base lines shall be verified with respect to permanent control points at Spillway site and corresponding bench marks and base lines established afresh as necessary to construct each portion of the Works. The reference points shall be in accordance with the Para 1.3(iii). Permanent survey control points shall be established prior to starting the work and such permanent points shall be preserved till completion of construction. If not already in existence, permanent bench marks shall be established shall not be less than 6 for all adit portals and referenced to data established by survey control points. Benchmarks shall also be provided at intermediate locations between adit portals for checking and carrying purposes. The location of such points with horizontal and vertical data shall be recorded on the construction record drawings by the Contractor. From the primary survey control points the construction surveys shall be performed as required to locate, layout and construct each portion of the Works. Complete and adequate logs of all control and survey work shall be maintained as it progresses. Copies of such logs shall be submitted to Engineer-in-charge not less than triplicate from time to time. Such logs

(2)

(3)

(4)

(5)

16
16 P.V.N.R.K.anthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

' shall be made available for the Engineer-in-Charge's inspection at all times. (6) The Contractor shall protect, preserve and keep accessible the bench marks and triangulation stations of the basic survey available in the site. Any damage or removal of benchmarks and stations, including such of other parties shall be prevented. Any accidental damage shall immediately be brought to the notice of the Engineer-in-Charge. It is expressly stated that the Contractor will be made responsible for the damage and its consequences. (7) Benchmarks shall be of stainless steel or cast iron. In softer soil, the steel bolt shall be embedded in a block of concrete of suitable size, and absolutely stable. Inscriptions shall be durable and clearly legible. Underground benchmarks shall be installed at suitable locations and adequately protected. Subordinate points may be marked by steel pipes or pegs, subject to the approval of the Engineer-in-Charge. Every newly fixed point shall be checked, as far as possible through other elements than those, which served to establish the point.

(8)

2.2.3 Accuracy of Surveying (1) Horizontal distances shall normally be measured with optic or electronic distance measuring instruments. Chaining with metallic tape shall be restricted to measuring of short distances and will be rejected for use in survey of traverse nets. Elevations shall be determined by differential horizontal leveling.

(2)

(3) Angles shall be measured by Theodolite. (4) " Traverse nets shall be executed with the precision and as per Survey of India practice and as per IS codes. (5) Leveling shall be checked by closing the'loop to the initial benchmark.

2.2.4 Auxiliary Works (1) The Contractor shall perform auxiliary works with regard to surveying which include, but not be limited to, the following:

CONTRACT

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chihthagattu,Warangal,

*
17 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

a) b) c) d) e) f) g)

Perform all necessary calculations with clear presentation of calculations and results in order to facilitate verification, Expose covered bench marks, Provide bench marks in lieu of and/or in addition to those in existence, Remove machinery and obstructions from the required sight-lines, Provide adequate ventilation in Gallery and wherever necessary to ensure the necessary clear view. Provide adequate lighting or shut off sources of interfering light to ensure the necessary clear view, Provide adequate labour, and materials as deemed necessary and suitable by the Engineer-in-Charge for the control and auxiliary surveys. Bail out all obstructive accumulation of water. Carry out additional topographical surveys in cases where the existing topographical data is, in the opinion of the Engineer-inCharge, insufficient/inaccurate for accurate measurement of the Works, Carry out all necessary tests/surveys for the incorporation of measuring equipment and instrumentation located in the Permanent Works, Carry out all necessary topographical surveys for the observation of the behavior of structures during construction.

h) i)

j)

k)

(2) All the above shall be done in close co-ordination with the Engineer-inCharge. 2.2.5 Damage to Crops and Vegetation (1) No trees or crops of economic value existing at the Site shall be damaged or removed by the Contractor during survey and crosssectioning works prior to their enumeration and evaluation.

(2) Throughout the surveying and setting-out the Contractor shall work closely with the authorized local appraisers of crops and vegetation in question and shall provide them with facilities necessary for the expeditious performance of their duties.

SUPERINTENDING ENGINEERJ&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

18

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

(3) As soon as a section of work has been defined and valued, the Contractor shall delineate the boundaries of the areas to be cleared by approved markings. CHECKING OF CONTRACTOR'S WORK BY THE ENGINEER-IN-CHARGE Regular Checking (1) All elements of the Contractor's survey work associated with the settingout of principal project features will be regularly checked by the Engineer-in-Charge during the course of the work, and the Contractor shall provide assistance at any time as required in the performance of .such control work. (2) The Contractor may be required to provide the Engineer-in-Charge with any information, readings or computations for checking.

(3) The regular checks will usually be made during work breaks, but in case of urgency, the Contractor shall restrict or stop the affected work. (4) Any checks by the Engineer-in-Charge shall not relieve the Contractor of his full responsibility for the accuracy of structures and parts of them with regard to their position and dimensions. (5) Such work will have to be temporarily halted which will, in the opinion of the Engineer-in-Charge, cause excessive vibration or noise such as drilling, mucking, hauling persons, materials or rock spoil in or out of the tunnel, installing permanent or temporary support or any similar work.

(6) The Engineer-in-Charge will normally give the Contractor written notice of such stoppage at least 48 hours in advance and will state the approximate time at which work must cease and the approximate duration of such stoppage. The Engineer-in-Charge will also indicate what work, if any, may continue. The Contractor must promptly acknowledge receipt of any such written notice and confirm this acknowledgement in writing. (7) Irrespective of the times given by the Engineer-in-Charge, he shall not be bound to adhere strictly to these times but will attempt to do so in so far as it is feasible. While the Engineer-in-Charge will endeavour to cooperate with the Contractor in planning such temporary stoppages, the Engineer's-in-Charge decision in all cases will be final. v

19
19 P.V.N.R.Kanthanapaliy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

2.4

MEASUREMENT AND PAYMENT

2.4.1 Survey Work Performed by the Contractor No extra measurement for payment or payment will be made for Contractor's survey and setting-out work including the assistance in check/confirmation surveys, and the entire cost thereof shall be deemed to have been included in the Unit Prices for relevant items of the Works. 2.4.2 Temporary Suspension of Works in Underground No extension of time for the Completion of Works will be granted to the Contractor due to temporary suspension of work required for the performance of the confirmation surveys of the Spillway alignment by the Engineer-inCharge. The Contractor shall take into account the number and time of these surveys indicated above in his construction time schedules and includes all expenses, delays, disruptions, loss of production and inconvenience resulting from such temporary stoppage in the Unit Prices for other items of the Works. 2.5 Designs

The Investigation and designs to be furnished shall be as per the relevant Indian Standards. All the designs shall be carried out in accordance with relevant BIS codes, where BIS codes are not available the relevant International codes of practice shall be followed. A list of BIS codes applicable but not limited to are furnished as follows: SI.No. I.S. Number 1 IS 11155-1984 2 3 4 IS 11223-1985 IS 4623-1984 IS 10386 (Part-I)-1983 IS 8400-1976 IS 4877-1968 IS 4453-1967 Short Title Code of practice for construction of spill way and similar overflow structures Guidelines for fixing spillway capacity Recommendations for structural design of vertical gates Safety code for construction, operation and maintenance of river valley projects part-l General aspects Criteria for river training works for barrages and weirs in alluvial reaches Guidelines for preparation of estimates for river valley project Code of practice for exploration by pits drifts and shafts
T

5 6 7

i SUPERINTENDING ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

20

20

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications ofSpillway ( Vol- II}

8 9 10 11 12 13 14

IS 4464 (Part-lll)-1967 IS 5510-1969 IS 5597-1983 IS 6512-1984 IS 1893-1982 IS 9296-1979 IS 10635-1983

Code for practice for presentation of drilling information and core description in foundation investigation Guide for soil survey for river valley project Guide for topographical surveys for river valley project Criteria for design of solid gravity dam Seismic coefficient Code of practice for Inspection and maintenance of dam and appurtenant works Guidelines for free board requirement in embankment dams

In addition to these BIS codes, A.P.D.S.S .International codes, USBR Manuals and Standard Text Books shall also be followed in the Design. Wherever latest BIS codes or its revision is available shall be referred to. Contractor shall have to furnish specification drawings for all the drawings. On awarding of the contract the bidder has to submit the detailed designs and drawings for all the components in 10 sets of hard copy and 5 sets of soft copy each to the Engineer-in-Charge at the earliest in the first mile stone for vetting/approval byC.E,C.D.O, Hyderabad . The hydrological data, pertaining to the streams furnished in the relevant report and drawings, are for information of bidders. The employer does not guarantee the reliability or accuracy of any of the data and shall assume no responsibilities for any deductions, conclusions or interpretations that may be made from them. The Contractor shall undertake at his expense such studies as are necessary to assess the reliability and accuracy of the information presented in the data. 1 Measurement and payment for designs work ' No extra measurement for payment or payment will be made for the contractor's design work. The entire cost thereof shall be included in the unit prices for relevant item of work.

CONTRA!

SUPEIQSTS^JINGe^GINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^hinthagattiijWarangal.

vr
21

21
P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

Part-A:

SECTION 3 CLEARING OF SITE

n
SUPf^SfFENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

22

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION -3 CLEARING OF SITE INDEX SI.No. 1 2 Para No. 3.1 3.2

Item General Clearing and Grubbing

Page No. 23 23

3.3

Site drainage

23

c SUPERS/ENDING ENGINEERj&CADD.,J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu}WarangaI.

3
23 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- li)

SECTION 3 CLEARING OF SITE 3.1 General The hydrological data, pertaining to the streams furnished in the relevant report and drawings, are for information of bidders. The employer does not guarantee the reliability or accuracy of any of the data and shall assume no responsibilities for any deductions, conclusions or interpretations that may be made from them. The Contractor shall undertake at his expense such studies as are necessary to assess the reliability and accuracy of the information presented in the data. 3.2 Clearing and Grubbing Clearing The portion of the right of way, where required for constructing the work under these specifications including submergence area, shall be cleared of all plants, bushes, rubbish and other objectionable matter. The timber and other useful materials should be stacked as directed by Engineer-in-Charge and handed over to the Department. Trees designated by the Engineer-in-Charge shall not be cut and shall be protected from injury. After handing over useful material to department the waste material shall be disposed off as removed from the site of work before the date approved by the Engineer-in-Charge. The clearing operation shall be in accordance with clause 4.1, 4.1.1, 4.2 and 4.3 of IS: 4701 Indian code of practice for earthwork. Surface boulders either loose or partly embedded in the ground will have to be removed and stacked as directed by the Engineer-in-Charge. 3.3 Site Drainage The Contractor shall handle all flows from natural drainage channels intercepted by the work. He shall perform any additional excavation and grading for drainage as directed and provide and maintain any temporary construction required to bypass or otherwise cause the flows to be harmless to the work and property. The contractor shall make necessary arrangements required to divert the flows during execution. The contractor shall submit the proposals for such diversion plans to Engineer-in-charge and shall be got approved. When the temporary construction is no longer needed and prior to acceptance of the work the contractor shall remove the temporary construction and restore the site to its original condition as approved by the Engineer-in-Charge. The cost of all works and materials required for the above work shall be included by the bidder in the unit prices quoted in bill of quantities and no .separate payment will be made for the same.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

24
24 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Voi- II)

SECTION 4 EXCAVATION FOR SPILLWAY AND ITS ANCILLARY STRUCTURES,HEAD REGULATOR,NAVIGATION CHANNEL., POWER BLOCKS

CONTRAC

SUPERI>^^BiNd^rGlNHHR;I&CADp., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

'-*

'

25

P.V.N.R.Kanthanapaily Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Voi- II)

SECTION 4 EXCAVATION FOR SPILLWAY AND ITS ANCILLARY STRUCTURES,POWER BLOCKS,HEAD REGULATOR,NAVIGATION CHANNEL. INDEX SI.No. 1 2 3 4 5 6 Para No. 4.1 4.2 4.3 .4.4 4.5 4.6 Item General Planning Setting-out works Clearing the site
i

Page No. 26 27 27 28 28

Recording of working levels for soils & rocks

7 8 9 10 11 12

4.6.1 4.6.2 4.6.3 4.6.4 4.7 4.8

Earth work excavation for Spillway.Navigation 29 Channel.Power blocks,N.O.F.Head Regulator foundation Excavation of foundation 29-31 Tolerance in excavation Dewatering Lead Measurement Rate of payment 32 33 34 34 34-35

CONT.

SUP^5^SDING

ENGINEEIU&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

l>^

26

26

P.V.N.R-Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 4 EXCAVATION FOR SPILLWAY AND ITS ANCILLARY STRUCTURESPOWER BLOCKS,HEAD REGULATOR,NAVIGAT10N CHANNEL., POWER BLOCKS 4.1 General a) The work to be done under these specifications shall consist of furnishing all tools, constructional plant, labour, materials and other things required for excavation in all strata, conveyance and disposal of the excavated materials, leads and lifts, temporary work for performance of all the operations connected with the work embraced under the contract as will secure a satisfactory quality of work. b) Construction and maintenance of diversion arrangements/structures of streams shall be at the contractor's own expenses, where they were disturbed due to excavation of Spillway and its Ancillary Structures, Power blocks.Head regulator,Navigation channel., The list of B.I.S codes and other publications applicable to this section is given below, but not limited to: The abbreviations, APSS, BIS, IRC, B.S, and ASTM shall be considered to have the following meanings. APSS Andhra Pradesh Standard Specification B I S Indian Standard of the Bureau of Indian Standards IRC Indian Roads Congress B.S British Standards ASTM American Standard of the American Society of Testing Materials Earth work: SI.No. I.S. Number 01 IS:4701-1982 02 03 04 IS:3764-1966 IS:1200 (Part l)-1974 IS:2720 (Part 2)-1973 Short Title Code of practice for earth work on canal Safety code for excavation work Measurement of building and Civil Engineering works Method of test for soils part-2, Determination of water content

CONTRAC

SUPER3WENDTNG ENGINEER.I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

27
27 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- It)

05 06 07 08 09 10 11 12

IS 2720 (Part 7)-1980 IS 2720 (Part 28)-1974 IS 2720 (Part 29)-1975 IS:5121-1969 IS 3701-1968 IS 3698 (Part l)-1966 IS 3696 (Part ll)-1966 IS 4082-1977

Method of test for soils part-7, Determination of water content dry density relation using light compaction Method of test for soils part 28 Determination of Dry Density of soils in place by sand replacement method. Method of test for soils part 29, Determination of dry density of soils in place by core cutter method Safety code for piling and other deep foundation. Safety code for excavation works. Safety code for scaffolding Safety code of ladders Recommendation of stacking and storage of construction materials at site.

In addition to these BIS codes, A.P.D.S.S, International codes, USBR Manuals and Standard Text Books shall also be followed in the Design. Wherever latest BIS codes or its revision is available shall be referred to. 4.2 Planning a) Prior to the commencement of work, all relevant data shall be collected by the Contractor and drawings prepared by him showing the location of the excavation, spoil deposition and filling as per schedule of quantities. b) The Contractor shall present his planning of the work along with required details to the Engineer-in-charge at least 15 days before starting the work. 4.3 Setting outworks a) The contractor shall be responsible for the correct setting out of all works and its execution at his cost. The contractor shall execute the work true to alignment, grade and levels as shown in the drawings and as directed by the Engineer-in-charge and shall check these at frequent intervals. The contractor shall provide all facilities like labour and instruments and shall cooperate with the Engineer-in-Charge to check all alignments, grades, levels and dimensions. Such checking shall not absolve the contractor of his own responsibility of maintaining the accuracy of the works.

CONTRAl

SUH3WTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

28
28 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

b) In the vicinity of Spillway alignment, the bench mark fixed by the Department will serve as control points for Spillway and its Ancillary Structures,Power blocks,Head regulator,Navigation channel.. The basic centre lines and reference points will be fixed by the Department. The contractor shall establish sufficient number of reference bench marks facilitating setting out of works and taking levels for purpose of measurements. c) Prior to starting any work, the Contractor shall erect additional permanent bench marks, reference lines, reference points and check profiles at convenient locations approved by the Engineer-in-charge. The Bench Mark stones shall not be less than 900 mm x 225 mm x 150 mm size, with 450 mm, embedded under firm ground in concrete and 150 mm projecting above ground. The Word 'BM' showing value of RL shall be conspicuously carved and painted. d) The contractor shall take all precautions to see that the lines, points and bench marks fixed by the Department are not disturbed by his work. e) All materials and labour for setting out works including construction of bench marks, reference lines, check profiles and surveys, as may be required at various stages of construction shall be supplied by the Contractor at his own cost. The cost of such work shall be deemed to have been included in the cost of the relevant item of excavation in the bill of quantities. 4.4 Clearing the site The provisions of Section 3 shall apply. 4.5 Recording of working levels for soils & rocks a) The area required for Spillway and its Ancillary Structures,Power blocks.Head regulator.Navigation channel shall be cleared, Measurements for soils and rocks will be based on levels. Initially on handing over site, net levels shall be taken at 2.5 m interval as directed by the Engineer-inCharge. The levels will be entered in field books and plotted in cross section sheets by the Engineer-in-Charge's representative in the presence of the contractor or his representative if he desires and these shall be binding on the contractor. The Engineer-in-Charge or his representative or authorized agencies will check the levels as per the norms applicable. The contractor shall write a certificate "accepted the pre levels recorded on pages from to " and sign at the end of levels in the level field book in token of acceptance.

CONTRACT'

SUPH^SWDINGENGINEERJ&CA^., J.Chokka Rao DX.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

29
. >t

29

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway (Vol- II)

b) After stripping and prior to commencement of excavation cross sectional levels of the stripped surface shall be taken at the same locations and intervals and certificates as mentioned in (a) above shall be recorded., At the earliest, cross sectional profiles taken after stripping, duly plotting the pre levels shall be prepared by the contractor and submit it to the Engineer-inCharge. These cross sections called initial cross sections duly signed by the contractor and Engineer-in-Charge shall be preserved. Final payment will be based on these levels only. All linear dimensions shall be measured in meters to the nearest 0.01m; areas shall be computed in square meters nearest to 0.01 square meter. However, in case of rock excavation, the actual quantity of rock shall be arrived at by taking block levels at 2.5m intervals all along the entire area. c) No separate payment will be made to the contractor for the materials and labour provided for taking the cross sectional levels. 4.6 Earthwork Excavation for Spillway foundation a) The Plans and earth work data prepared are for study and for planning. It is not intended that this earth work information will limit or prescribe the excavation and handling procedures of the contractor and the Employer reserves the right to utilize and distribute earth work materials from the Spillway excavation during the progress of work as best serves the interest of the Department. Classification of Excavated material: Payments for Earth work excavation will be as per clause 42 'Payments'of GCC V o l - I . 4.6.1' a) Excavation of Foundation Before any of the work for the excavation of foundation is taken up, all loose rock, semi-detached rock in or close to the area to be excavated, that is liable to fall or otherwise injure the workmen or the works shall be stripped. The method used shall be such as not to shatter or render unsuitable or unsafe any rock that was originally sound and safe. Any material not requiring removal as contemplated therein, but which may later become loosened or unsuitabFe^tLaJJJ?e promptly and satisfactorily removed.
u

Sl^ERWTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

30

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

b) Excavation in all soils Overburden excavation shall include removal of all material other than rock excavation. The overburden excavation shall include earth, gravel, such as hard and compact material as cemented gravel and soft disintegrated rock and also all boulders and detached pieces of rock measuring 0.03 cum or less in volume. c) Rock excavation Rock excavation shall include rock in place which cannot be excavated until loosened by blasting, barring or wedging and also all boulders or detached pieces of solid rock more than one cubic meter in volume. The excavation shall be made to sufficient depth to secure foundation on sound rock, free from weathered material, open seams or other objectionable defects. All necessary precautions shall be taken to preserve the rock below and beyond the lines or excavation in the soundest possible condition. The rock excavation shall be done in accordance with the section 6 "Drilling and Blasting". The firing of system of blasts shall be controlled by the use of delay detonators. As excavation approaches its final lines, the depth of holes for blasting and amount of explosives used for hole shall be progressively reduced and excavation shall be done by controlled blasting. Whenever further blasting is liable to injure the against which concrete is to be discontinued and the excavation for final 0.5 m completed by wedging, barring, chiseling line-drilling and broaching or other suitable methods in the manner approved by the Engineer-in-Charge. No blasting shall be done within 50 Meters of any permanent structure. Where blasting would create a hazard to existing structures or installations, rock excavation shall be performed by methods other than blasting. The general excavation will be to levels and shapes shown in the relevant drawings. The foundation levels are based on indication of preliminary borings and are subject to changes as actual site conditions warrant. Before starting concrete or masonry work, as large an area as possible should be exposed for inspection test a nearby section excavated later should disclose that the former section should have been taken to lower depth.

CONTRAC

SUPERe^^^S5^NGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

31
31 P. V.N.R.KanthanapaIly Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications ofSpillway ( Vol- II)

d) Line drilling for rock excavation Where vertical or square faces of rock are required in portions of the work, such faces of excavation shall be formed by line drilling and broaching. The diameter and spacing of the holes for line drilling shall be subject to approval by competent authority. The spacing of the drill holes shall be sufficiently close to ensure that rock will break along the designed lines. No blasting will be permitted in the holes along the sides of the excavation but light blasting will be permitted in areas adjacent to the holes provided that where further blasting might injure the rock upon or adjacent to which concrete is to be placed, the use of explosives shall be discontinued and excavation completed by wedging, barring or other suitable methods. Wagon drills shall not be used as it may disturb the rock structure. The above activity shall be carried out in accordance with the relevant BIS codes, wherever BIS codes are not available the relevant International codes are applicable.

e) Preparation of foundation - initial After completion of rough excavation of foundation, scaling and trimming operations for the final removal of all slabby weathered and drummy rock and loosened mass shall be done by chiseling, picking, wedging and barring. The final foundation surface shall present a rough outline to provide added resistance to sliding and all smooth surfaces shall be roughened. The final surface shall be free from steep angles and sharp projections. Neither along the Spillway nor across, shall the foundation have a slope exceeding the angle of friction of concrete on rock. Where slopes are steep the rock shall be ben.ched to give a downward slope towards upstream of as specified in relevant BIS codes or as approved drawings by the competent authority i.e., C.E.C.D.O. The foundation surface after cleaning out should be sounded by striking with hammer and portions which do not return a solid ringing sound shall be chiseled out. Sprinkling the area with water will indicate the joints in rock from the water lines which cling to the cleavages after the area has partially dried up. Such portions shall be tested for soundness and rectified where necessary.

CONTRA&yR

J&ll

'fc M^> SUPERINTENDING ENGINEER, I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

32
32 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

STILLING BASIN: The foundation treatment shall be carried out for the area covered under stilling basin and apron. The foundation treatment shall be carried out using vibro techniques. The entire area shall be investigated by conducting standard penetration tests, to identify any local pockets where the strata is loose i.e., relative density lower than the required values. Foundation treatment using vibro techniques shall be carried out in all such loose pockets and the density of the soil in those pockets shall be brought to the required level of relative density as directed by competent authority Chief Engineer, Central Design Organization, and Engineer-fn-Charge. The efficiency of the foundation treatment shall be got confirmed by conducting standard penetration tests. If the relative density is not attained the required levels stipulated by the competent authority then the densification / vibro technique is to be repeated in secondary points of densification in between the primary points of densification after densification, SPT tests shall have to be conducted for the verification of required level of relative density. This process of tritary, quardratary etc., points of densification shall be continued till the required level of relative density is attained. 4.6.2 Tolerance in Excavation i. For excavation in Rock a tolerance of 15 cm beyond the approved formation level will however be permitted. No extra payment will be made for the excavation beyond the designed profile. The over breakages within the tolerance limit of'15 cm shall be refilled with C.C. M20 grade specified for foundations. No payment will be made. Should any excavation occur beyond the tolerance limit, the excess quantity so removed beyond tolerance limit will not be paid for and on the other hand the Contractor is liable for penal recovery at twice the sanctioned estimate rate for similar item for excess quantity excavated. The same shall also be refilled at Contractor's own expense with C.C. M20 grade or as specified by the Engineer-in-Charge

ii.

4.6.3 DEWATERING 4.6.3.1 The contractor shall remove all water from the site of the permanent works and shall keep the areas shall be free from water while excavating preparing foundations, placing concrete or backfilling of materials and all other construction works and where otherwise required by the Engineer-in charge for inspection or safety of any part of the works.

CONTRACTOR

JMII

SUPERINTENDING ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

Mf
33

33

P.V.N.R-Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

4.6.3.2 The Contractor shall also maintain in dewatered condition to the satisfaction of the Engineer-in-Charge such areas are necessary for personnel employed by or under contract to perform works such as, but not limited to, grouting, installation and construction, testing of materials or other works determined to be necessary by the Engineer-in-Charge. 4.6.3.3 The Contractor shall supply, install, maintain and operate all equipment necessary for dewatering for various parts of the works and for maintaining excavations and other parts of the works free from water. 4.6.3.4 If the works are delayed on account of failure of dewatering arrangement, the employer will not be precluded from taking action as per Conditions of contract. 4.6.3.5 The Contractor shall consider the possibility of temporary failure of the electric power supplied by the APNPDCL /concerned electricity authority and he shall install an emergency power unit of sufficient capacity to maintain the necessary power to the units already installed. There shall be neither time extension nor additional compensation because of failure or deficiencies of the drainage and pumping system designed, provided and installed by the Contractor and in no case the employer will be responsible for damage that the Contractor or his operations may suffer because of equipment failure during the construction of the permanent works. 4.6.4 Lead 4.6.4.1 The excavated spoil in soils, F & F and hard rock is to be deposited outside the working area at the location as directed by the Engineer-incharge in specified dumping area or in accordance with the instructions of Engineer-in-charge from time to time. 4.6.4.2 Payment for earth work excavation for foundation will be restricted to box cutting only. If slips occur later or the slopes cave in during the process of excavation, the removal of such fallen materials shall be only . at the expense of the contractor. Hence at all times he should aim at excavating the profiles as per approved drawings or as decided by the Engineer-in-charge. No re-handling of excavated material due to injudicious selection of the place for dumping will be paid for.

4.6.4.3

SUPS3NTENDING ENGINEER,I&CADD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

34

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- il)

4.4

Blasting executed by Contractor in connection with the works shall be carried out in the manner described under section 6 "Drilling and Blasting" and "Blasting operations - Instructions to contractors" of the A.P.S.S. and in accordance with relevant IS codes shall be carried out. In conducting blasting operations, all necessary precautions shall be taken for protection of persons, the work and property. All Government laws and regulations relating to the design and location of powder magazines, transportation and handling of explosives and other measures enacted for the prevention of accidents at powder magazines shall be adhered to.

4.5

4.7 MEASUREMENT 4.7.1 All linear measurement shall be in metres correct to 0.01 of a metre and volumes worked out in cubic metres correct to 0.01 of a cubic metre. 4.7.2 The measurements for the foundation excavation shall be made according to the sections shown on the drawings or to such other sections including stepping and sloping back as authorised by the Engineer-in-charge. 4.7.3 In the case of excavation in rock all original works shall be measured by levels. 4.7.4 Where payments are made with reference to levels, the L.F. books, the section sheets (in which the levels are plotted) and the calculation sheets shall be treated as adjuncts to the measurement books. 4.8 Rate for payment The contract unit bid rate for the items of excavation shall be the payment in full for carrying out the following operations, but not limited to required for the individual items including full compensation.

CONTRACTOR! ?A 'y"aQ% I

iNe-ENGlNKKlM&CADDT SUPEI J.Chokka Rao D.L.I.Scheme Circle, K. C. Co lony,Chinthagattu, Warangal.

35

P.V.N.R-Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

i) Setting out; ii) Top soil removal or stripping iii) Marking out, iv) Providing materials and labour for fixing reference lines, reference points, additional bench marks, for taking levels and connecting bench marks; v) Drilling wherever necessary or ripping; vi) Blasting wherever necessary including cost, conveyance and storage of blasting materials and control blasting. vii) Safety measures; viii) All dewatering; ix) Providing temporary ramps and steps at the sides of deep trenches and subsequent removal x) Transporting the excavated materials and depositing the same outside the working are at the locations specified by the Engineer-in-charge, stacking in stock piles to the specifications inclusive of preparation and maintenance of haul roads; xi) All work necessary to maintain the excavation in good order during excavation; xii) All labour, materials, tools, equipment, safe guards and incidentals necessary to complete the work to specifications; and xiii) Rehandling the temporarily deposited material in stock piles.

SUPEMNTENmsIG ENGINEER, I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

36
36 P.V.N,R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION 5 DRILLING & PRESSURE GROUTING IN SPILLWAY FOUNDATION

CONTRACTOR

13II

SUPERINTERDMG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

37

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part ~ A: Tech. Specifications of Spillway ( Vol- II)

SECTION 5 DRILLING & PRESSURE GROUTING IN SPILLWAY FOUNDATION INDEX SI.No. Para No. 1 5.1 2 3 4 5 6 7 8 9 10 11 12 13 14 5.1.1 5.1.2 5.1.3 5.1.4 5.1.5 5.1.6 5.1.7 5.1.7.1 5.1.7.2 5.1.7.3 5.1.7.4 5.1.8 5.1.9 Item foundation Page No. 38 38 39 40 40-42 43 44 45 45 45 46-48 49 49 50

Treatment masonry General Definitions

of

concrete

General programme Washing of Holes Permeability Testing of Drilled holes Pipe for foundation grouting Grout materials and procedures Materials Grouting procedure Grout pressure and methods of applying grout Records of grouting Drainage Internal drainage by formed drains

SUPERfi^^fefefl^GENGINEERj&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

38
38 P.V.N.R.Kanfhanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications ofSpillway (Vol- II)

SECTION 5 DRILLING & PRESSURE GROUTING IN SPILLWAY FOUNDATION 5.1 Treatment of foundation - Concrete/Masonry 5.1.1 General Low pressure blanket of grouting and high pressure curtain grouting together with drainage holes drilled subsequent to high pressure grouting shall constitute the foundation treatment for the concrete dam. Blanket grouting, required to seal and consolidate the foundation near the surface, shall be as per approved drawings. These holes are designated in drawings as [ B' holes. Curtain grouting aims at effecting a deeper seal in the foundation along the upstream edge of the structure to reduce uplift pressures and seepage. The curtain holes are designated in the drawings as 'A' holes. The list of BIS codes applicable, but not limited to as follows: 1) IS 6066Recommendations of Pressure Grouting of rock foundation in River valley projects. 2) IS 5441 code of practice for portable pneumatic drilling machine. 3) IS 2529 code of practice for in-situ permeability test 4) IS 5529(Part1) code of practice for in-situ permeability test: Part 1 Test in Overburden 5) IS 5529(Part2) Code of Practice for In-situ Permeability Tests - Part 2: Tests in Bedrock The work of drilling and grouting shall include, but not limited to the following: 5.1.1.1 5.1.1.2 5.1.1.3 Surface treatment like cleaning etc. Exploratory work consisting of test drilling and grouting to determine the size, depth and spacing of holes and then grout intake etc., for deciding on the detailed grouting programme. Casing of drill holes as required, drilling washing and testing, as required by the conditions encountered at the site, and grouting the rock (both low and high pressure) in the area as per relevant BIS codes/International codes.

CONTRACTO

SUPERINTENDING ENGINEER, I&CADI?:, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

39
39 P.V.N.R.KanthanapaIIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

5.1.1.4 5.1.1.5

Installation and maintenance of special recording instruments required for drilling and grouting. Clean up the grouting area.

A curtain grout and drainage holes shall be drilled with standard rotary drilling equipment. Where ever Core is necessary diamond.drilling equipment is to be used and where it is not required Plug or non-coring bits may also be used. Where blanket grouting is to be done from the foundation surface, or from levelling course concrete through embedded pipes in rock which does not produce mud slurries percussion drilling in lieu of rotary drilling may be used for holes upto 10 m depth or as directed by the Engineer-in-Charge. Exploratory and grout holes shall not deviate from the required direction by more than one percent of the length of the hole, as measured at the point of maximum penetration. During drilling, testing and grouting operations the rock surface in the grout area and the surrounding 10 m strip shall be kept clean and free of oil, grease, drill cuttings, muck, grout, cement, pozzolan, excess water or any kind of waste. Appearance of grout from any of the cracks, openings, cavities or drilled holes of any type in the grouting area shall be watched for. All open drill holes, cleaned-out faults, cavities and larger cracks in the bed rock or concrete surface shall be protected at all times during the progress of the work from becoming plugged or filled with oil, grease, drill cutting, muck, grout, cement or any kind of waste. 5.1.2 Definitions For the purpose of work to be performed under this section the following definitions shall apply. A "Zone" means a series of adjacent rock strata having similar characteristics. A "Section" means a partial or complete depth of hole for drilling or grouting purposes within any given zone.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

40 *
40 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

An "Exploratory hole" means any hole drilled in any material for the purpose of investigation and which subsequently may be used for grouting the bedrock. Exploratory holes may include holes drilled for testing of any kind. A "Grout hole" means hole drilled in rock and used for injection of grout mixture under pressure for the sealing of permeable zones in the bed rock "Rotary Drilling" means the operation of drilling a hole in rock by continuously rotating a drill bit under pressure against the rock surface. "Core drilling" means the operation of rotary drilling a hole in rock using a hollow cylindrical bit during which rock core is sought to be recovered continuously form the hole. "Percussion drilling" means the operation of drilling a hole in rock using bits which are hammered against the rock surface with rotating movement. 5.1.3 General Programme The general extent and typical details of the drilling and grouting works shall be carried out as per recommendations made by the Geologist from GSI and also this shall got approved by Engineer-in-charge or shown on the specification drawings approved by the competent authority i.e., CE.CDO/. The upper portion of the surface bed rock will require to be blanket grouted through holes which are not less than 35 mm in diameter the depth and the pattern shall be as per the approval accorded by the competent authority i.e., CE.CDO The actual number and spacing of the holes and the pressures to be used for grout injections will depend upon the nature of the rock as disclosed by the foundation excavation, the results of water pressure, grout acceptance and other tests, and the results of the progressive grouting operation itself. The procedure for grouting will be subject to modifications determined as above, in the field. The 'stage' grouting method specified above involves the placement of grout by drilling and grouting in successive operations in accordance with the following general procedure.

CONTRACTO:

SUPERINT^^SlSGS^eiNEER^CABDi; J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

41
41 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

5.1.3.1

5.1.3.2 5.1.3.3 5.1.3.4 5.1.3.5 5.1.3.6

5.1.3.7

The holes thus drilled shall be washed and pressure tested and then grouted, except that when pressure testing indicates a relatively tight hole, the grouting of the hole may be omitted for that stage and the hole be left open for drilling and grouting of the next stage. The excess grout shall be removed from the holes by washing or by other methods before it has set sufficiently to required re-drilling. After an interval of 48 hours the holes not already drilled to their limiting depth shall be deepened. The holes thus deepened shall again be washed and pressure tested, if required, and then be grouted. Again the excess grout shall be removed from the holes as described above. The process of successively drilling to additional depths and grouting in stages dictated by the field condition shall be repeated until all the set of holes shall be completely drilled and grouted over such sections of the foundation areas as may be found to be necessary. As the construction work progresses, the development of leakage or the conditions of the surrounding foundations may indicate that parts of the foundations already grouted may require additional grouting. In such cases even additional holes for grouting shall be drilled and grouted as per recommendations made by Engineer-in-charge, Sr.Geologist from GSI and as per relevant BIS Codes. The process of successively drilling to additional depths and grouting at higher pressures in stages for the first set of holes and then for succeeding intermediate sets of holes shall be repeated for the second and subsequent zones of that section. Other sections shall be grouted in a like manner until grouting of the foundation is completed to satisfaction of the Engineer-in-charge/Sr.Geologist,G.S.I.

The drilling and grouting of the high pressure curtain holes shall be done in the rock through the M S Pipes embedding in concrete, from the foundation gallery. Requirement as to depth and spacing of holes as shown on the drawings are approximate and subject to revision during the work of drilling, testing and grouting. It is, however, anticipated that the holes will be drilled at not less than 3 m. spacing and to a depth as shown in approved drawing or as directed by Engineer-in-charge. The diameter of any grout hole shall not be less than 45 mm and the hole shall be drilled to varying depths and at inclinations as shown in the drawings.

CONTRAGSPP^_^y . -

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,WarangaI.

42

42

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications ofSpillway ( Vol- II)

It is essential that a exploratory drilling and pressure testing programme be performed early in the work, which, together with the first blanket grouting results and the detailed geology of the area, may indicate that an increase or decrease in the hole spacing and/ or drilling of holes inclined to the vertical may be required throughout or in localized areas of the foundation. In such a case, adjustment of hole spacing will be necessary. It is anticipated that the bulk of the drilling of the grout holes will be done to full depth in one operation normally. However if, during drilling of any grout hole, the drill water is lost during the drilling operation, the drilling shall be stopped and the hole grouted before drilling is resumed. Upon completion of drilling of a hole it shall be temporarily capped or otherwise protected from entry of foreign matter until grouting operations require it to be opened. These will be removed and the holes refilled as soon as they are no longer required. 5.1.4 Washing of Holes 5.1.4.1 General On completion of drilling of a hole and before water testing or grouting of any stage of a hole is begun the hole shall be washed under pressure with water until the return water becomes clear and no drill cuttings, rock fragment or any other solid materials are found in the water. If it is found that the hole cannot be cleaned with water only under pressure even after a reasonable length of time, it shall be washed with alternating jets of air and water under pressure, injected through a hose or a pipe lowered to the bottom of the hole. Washing of holes shall be a routine part of all drilling in rock.

5.1.4.2 Special washing The result of routine washing may, in many cases, indicate that special washing procedures are required in order to remove more extensive deposits of loose materials from tissues, fractures or other zones of loose or clayey material intercepted by the grout holes. When such a special washing programme is required, atleast the nearest two holes in advance of each such hole shall be completely drilled for the same stage and the adjacent holes washed to facilitate flushing out of any intervening clay or slit seams or fractures. All intercepted rock seams and crevices containing washable material shall be washed with alternating water and air under pressure to remove as much of these materials as possible. If practicable, such material

SUPERINEffiSHi7GrENGlNEER,I&CABDT J.Chokka Rao DX.I.Scheme Circle, Chinthagatt

43
43 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part~A: Tech. Specifications ofSpillway ( Vol- II)

shall be ejected from one or more holes by introducing water under pressure through an adjacent hole. In no case shall such pressure exceed the maximum allowed. 5.1.5 Permeability Tests of Drilled Holes During the drilling of holes, or after drilling is completed, or during or after grouting, holes as required shall be water-pressure tested. In all grout holes when abnormal gain or loss of drill water is observed or caving of the hole or binding of the bit occurs during drilling or the drill rods fall suddenly as through an open crack or cavity it may be required that drilling be discontinued and the hole pressure tested. The procedure for water pressure testing shall be as specified herein. If a hole is drilled to full depth, the section of the hole to be tested shall be isolated by sealing it off with double packers attached to a perforated steel pipe and lowered into the hole. If stage drilling method is used, a single packer shall be used to isolate the section to be tested. Water shall then be pumped into the test section under pressure and for periods, specified herein or as per the relevant BIS codes. The time, pressures and quantities of water used for testing a section of a hole shall be recorded. The length of test section shall be measured parallel to the direction of hole. Holes shall be tested in 1.5 m to 5 m long sections. The pressure testing apparatus shall be subject to periodic tests for accuracy and satisfactory operation. The pressure test shall be performed in one continuous operation using the following steps of pressure and times. Step No. 1 2 3 4 5 Pressure (P) psi 1/3 P 2/3 P P 2/3 P 1/3 P Elapsed Time, Minutes 5 5 10 5 5

CONTRAC

SUFK^ffiNDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^hinthagatti^Warangal.

44
44 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol-11)

The pressure P shall be determined, depending on geological conditions and on the depth of the upper packer. However, this pressure need not exceed a maximum of 150 psi at the gauge or as specified in the relevant BIS code. After steps No. 4 and 5 the valve shall be closed and the pressure drop observed and recorded for a minimum period of 3 minutes in each instance. A desirable degree of impermeability is considered to exist when the leakage obtained by applying a water test to a section of a hole drilled is less than two Lugeons (L) i.e. 2 litre/meter/min of hole tested when a pressure of 10 kg/cm2 at the gauge point is applied for a period of 10 minutes. 5.1.6 Pipe for foundation grouting 5.1.6.1 Low Pressure Grout Holes: As soon as the drilling of a pattern is completed and all holes blown clear of muck, standard 65mm. 450mm diameter black iron pipe, long or more, as the rock conditions may require, shall be anchored in the drill hole with grout, mortar or lead wool, or other suitable material for making connection for grouting. The upper ends of all pipes shall be threaded and a coupling installed for convenience in making grout connections and each coupling shall be fitted with a standard castiron plug which will be screwed in loosely to prevent the entrance of debris or concrete. Where permitted by the condition of rock, grout-hole connections may also be made directly to the hole by means of a mechanical or a pneumatic expander without the use of embedded pipe. In case blanket grouting is done after the base concrete, the MS Pipe will be embedded in the concrete while laying as per grouting pattern specified. Then the drilling shall be done through these pipes and grouted. High pressure Grout Holes: Standard 75 mm. Black steel pipe shall be used wherever embedded pipe is specified for grout holes and also in foundation work over springs, crevices, seams and other spots disclosing foundation defects and elsewhere if required. Pipes and fittings that are embedded in concrete shall be thoroughly cleaned and held firmly in position and protected from damage while concrete is being built around them. The pipes for the high pressure grout holes shall be over 1 m. long from the foundation gallery level and preferably up to the foundation rock so that where drilling is done later on, difficulties in keeping to the specified inclination may be avoided.

5.1.6.2

*5
45 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

5.1.7 Grout materials and procedures: 5.1.7.1 Materials

5.1.7.1.1 General: Grout shall be composed of Portland cement and water or Portland cement, pozzolana and water as directed the Engineer-inCharge. It is possible that in special cases, the addition of sand may also be required and it shall be got approved by the Engineer-in-Chief/Chief Engineer, Indira Sagar Polavaram Project. 5.1.7.1.2 Cement: Cement shall, unless otherwise specified, conform to the Indian standard specifications, IS: 263-1958 for ordinary Portland cement. The cement shall be free from lumps. Any cement which is found to contain lumps or foreign matter of nature and in amounts detrimental to the results of the work shall be rejected. 5.1.7.1.3 Water: Water shall be clean and free from injurious amounts of deleterious substances such as but not limited to sewage, soil, acid,'alkali, salts and organic matter and confirming to BIS codes. 5.1.7.1.4 Pozzolan: Pozzolan shall satisfy all the requirements of I.S.1727. 5.1.7.1.5 Sand: Sand, which is used as filler, shall consist of hard dense durable uncoated rock fragments and shall conform to the relevant specification under I.S.383, shall apply. The methods of testing for sand as specified in IS 2386 shall apply. The sand shall remain in free drainage storage for at least 72 hours prior to use. 5.1.7.2 Grouting procedure: The water-cement ratio of the grout will be varying to meet the characteristics of each hole as revealed by the grouting operation and will range between 10:1 and 2:1 by volume. In general, if the pressure tests indicate a tight hole, grouting shall be started with a thin mix. If an open hole condition exists as determined by loss of drill water or inability to build up pressure during washing operations, then grouting shall be started with a thick mix and with the grout pump operating as nearly as practicable at constant speed; the ratio will be decreased or sand added, if necessary, until the required pressure has been reached. When the pressure tends to rise too high, the water-cement ratio shall be increased. If necessary, to relieve premature stoppage, periodic applications of water under pressure shall be made. Under no conditions shall pressure or rate of pumping be increased suddenly as either may promote stoppage. As injection shall be continued (unless prevented by leakage) in any hole until, at the limiting grout pressure there is negligible grout consumption.

SUPE^J^^fDINGENGINEER;I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

46
46 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

A useful rule is to stop pumping when the grout consumption is less than 1.5 Lugeon/minute at pressure up to 3.5 Kg/cm2 and 2 Lugeon/min at pressure between 3.5 Kg/cm2 and 10.5 Kg/cm2. For pressure above 14 Kg/cm2 the grouting pressure shall be maintained for such reasonable time as to assure that the foundation has been satisfactorily grouted should grout leaks develop, such leaks shall be caulked promptly. If, due to size and continuity of fractures, it is found impossible to reach the required pressure after pumping reasonable volume of grout at the minimum workable water-cement ratio, the speed of pumping shall be reduced. Following such reduction in pumping speed, if the desired result is not obtained, grouting the hole will be discontinued. In such event the hole shall be cleaned, the grout allowed to set, and additional drilling and grouting shall then be done in this hole or in the adjacent area as determined in the field until the desired resistance is built up. All pressure grouting operations shall be performed in the presence of a Engineer-in-Charge or his representative. After the grouting of any stage of a hole is finished the pressure shall be maintained by means of stop cock, or other suitable devices, until the grout has set to the extent that it will be retained in the hole. The arrangement of the grouting equipment shall be such as to provide a continuous circulation of grout throughout the system and permit accurate pressure control at the hole by operation of valve on the grout return line, regardless of how small the grout take may be. The fouling of equipment and lines shall be prevented, by constant circulation of grout, and periodic flushing out of the system with water. Flushing will be done with the grout intake valve closed, the water supply valve open and the pump running at full speed. 5.1.7.3 Grout pressure and methods of applying grout: The pressure should be as high as practicable but controlled to avoid disturbance to rock structure. It is expected that in general grout pressure may go up to 7.0 Kg/cm2 for consolidation grouting and be a maximum of 7.0 Kg/cm2 for high pressure grouting. Grouting pressure must be properly and carefully varied to suit the depth of the holes, distance from exposed rock surface, and character of rock with reference to open joints, seams etc. The highest possible pressure consistent with safety, speedy work and the largest possible coverage, as determined by pressure testing and check levelling during grouting, should be used. Where deemed necessary, the upper seams shall be grouted in advance of the regular programme in order to permit the use of increased pressure on the lower seams.

CONTRACTOR

SUPERINEfiNG^NemEEK,I&CADa; J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

47

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications ofSpillway( Vol- II)

In general, where stage grouting is to be adopted, it may be necessary or desirable, depending on site conditions to use different grouting pressure for grouting different sections of the grout holes, especially those of the high pressure grout holes. The grouting shall then be performed by attaching a packer to the end of the grout supply pipe, lowering the grout supply pipe into the hole to the top of the bottom section, grouting at the required pressure and allowing the packer to remain in place until there is no back pressure, withdrawing the grout supply pipe to the top of the next higher sections at the specified pressure until the entire hole is grouted except that the grouting of the top section shall be performed without the use of a packer. The packers shall be designed so that they can be expanded to seal the drill holes at the specified elevations, and when expanded, shall be capable of withstanding without leakage, for a period of 5 minutes, water pressure equal to the maximum grout pressures to be used. High pressure grouting will not be started until all concrete required within a radius of 60 m. has been placed to a height of not less than 25m. A primary series of holes above 6 m to 10 m. apart (according to site conditions) or as directed by Engineer-in-Charge, shall first be treated to a depth of atleast two stages over a reasonable length of curtain which should not be less than 20 m. A secondary series of holes spaced midway between the primary series shall then be treated to the same depth. Water tests shall be made on a third series of holes midway between the primary and secondary series and compared with those made on the treated holes prior to injection to determine the efficiency of previous injections; the holes are then used for injection if they fail to pass the permeability requirements. When tertiary holes to be grouted though isolated holes may require grouting. But if the majority of the tertiary holes require to be grouted a fourth series of holes shall be drilled, tested and grouted if necessary, the same procedure shall be continued till the satisfactory results are achieved. In order to detect any movement or upheaval of the foundation rock due to excessive grout pressure upheaval or deformation, gauges shall be installed, prior to grouting operations, if so directed, at frequent intervals over areas where shallow grouting is required, and at 60 m intervals for curtain grouting throughout the length of drainage gallery in the base of the Spillway. For this purpose, 25 mm diameter pipe shall be anchored by grouting to the bottom of the holes, drilled 3 m deeper than the proposed grout holes. Above the anchorage, the pipe shall be encased in a 5 cm asphalt dipped fibre conduit and the hole filled up with lean mortar. An iron be anchored to the surrounding rock or concrete.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

48

48

P.V.N.R.KanthanapaIly SujalaSravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Measuring tips shall be set at the top of the pipe and on the underside of the yoke. The gaps between the tips shall be frequently measured with a thickness gauge during grouting operations. For any progressive upheaval greater than 0.025 cm the pressure shall be reduced and grouting operations continued thereafter. If necessary, the pressure shall be relieved by allowing the grout to flow out of the holes until the gauge shows the settlement has ceased before continuing the operations. UPHEAVAL OBSERVATIONS: In order to detect any movement or upheaval of foundation rock due to excessive grout pressure, Upheaval on deformation gauges shall be installed, prior to grouting operation. For any progressive upheaval greater thanO.01" the pressure shall be reduced and the grouting operations continued thereafter as directed by the Engineer-in-Charge. TEST GROUTING: If the grout consumption is more than 0.5 bags (25 Kgs) per 0.3 m of grout hole, secondary or teritiory holes shall be drilled and grouted. TEST HOLES: To test the efficacy of the penetration, test holes shall be drilled and grouted at the rate of 1 hole for 100 sq.m. CONDUCTING PERMEABILITY TESTS: After completion of the drilling works the contractor has to conduct the permeability duly using double packer in zone wise to a lift of 10 ft. each from the bottom of the hole to the top by sending clear water with a pressure of D+10 PSl. Where D is the depth of overburden in the line of least resistance i.e., if the overburden is 150ft.the pressure is to applied is (150+10) 160PSI. The contractor has to carry out the above tests at his cost before and after grouting. No separate payment will be made for the tests. AIR LINES REQUIRED FOR DRILLING: The contractor has to make his own arrangements for the supply of air to the drilling work at his own cost.

CONTRACTO

SUPERINTENDING ENGINEERJ&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

49
49 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- if)

5.1.7.4

Records of Grouting Drilling, pressure washing, pressure testing and grouting records shall be kept neatly and systematically as the work proceeds. The exact location of all holes with reference to the axis and chainages along the Spillway shall be recorded and an accurate lot of all operations kept. Record maps and sections shall be completed showing all subsurface conditions as found and corrected by grouting operations. Representative cores shall be suitably boxed and referenced. All information regarding the grouting, amount of grout taken effects observed in the surrounding holes or rock etc. may be kept under the following heads:

a. Hole number b. Type of hole and method of drilling c. Position, chainage with distance upstream or downstream of the Spillway axis line. d. Top level and depth e. Date and time of commencement of grouting f. Date of completion g. Quantity of cement consumed h. Observations during grouting, concerning behaviour of holes under air and water pressure, appearance of wash water, quantity and proportion of grout used, time and pressure of grouting, application and retention of grout pressure, connection to and effect on adjacent holes, method of application of grout stage grouting and etc., and other conditions noted while drilling and grouting, to enable compilation of complete geophysical record of the foundation. 5.1.8 Drainage 5.1.8.1 General: Foundation drainage for the concrete dam will be provided by a line of holes drilled from the foundation gallery into the foundation rock at approximately 3 m centres and not less than 36 m deep and as per approved drawings through 100 mm dia, pipes embedded in the concrete portion. Drainage holes shall not be drilled until all adjacent grout holes within a minimum distance of 45 m have been drilled and grouted. The bottom of each drainage hole shall have a nominal diameter of 7.5 cm. If after a given area is grouted and drilled for drainage, it is found necessary to drill and grout additional grout holes, previously drilled holes may be required to be opened by reusing/re-drilling to secure satisfactory drainage.

SUPERINTENDING ENGINEER, I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

50
50 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

5.1.9 Internal Drainage by formed Drains: The internal drainage of spillway dam and non-overflow dam blocks shall be provided by means of 200 mm diameter precast vertical drains discharging into the foundation gallery. The location of these precast drains will be as shown in the drawings. In the event that any drain hole becomes clogged or obstructed during the progress of the work, it shall be completely opened up. The top of each vertical drain hole shall be sealed with concrete capping as shown on the drawings. The bottom of each vertical drain hole shall be connected to the foundation gallery by standard black pipe and elbows as shown on the drawings.

CONTRACTORSn T r e M . 5 i l

SUPERim^BiN&^NGlNEER^CTffiD^ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

51
51

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- II)

SECTION 6 DRILLING AND BLASTING

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

2
52 P;V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

SECTION 6. DRILLING AND BLASTING INDEX SI.No. Para No. 1 2 3 4 6 6 7 8 9 10 11 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 6.9 6.10 6.11 General Materials Personnel Storage of Explosives Use of Explosives Disposal of deteriorated explosives Preparation of primers Charging of holes Blasting Electrical firing Precautions after Blasting Item Page No. 53 54 54 55-57 57 57 57 58 58 59 59

CONTRACTO:

SUPBi^ffi^DINU ENGINEERJ&CADD^ J.Chokka Rao D.L.I.Scheme Circle, K. C .Co lony, Ch inthagattu, Warangal.

*03
53 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

SECTION 6. DRILLING AND BLASTING 6.1 GENERAL: Blasting where required will be permitted only when proper precautions have been taken for the protection of persons and property in accordance with IS.4081 (Indian standard specification for safety code for blasting and related drilling operations). While carrying out excavation, adequate precautions shall be taken in accordance with IS 3764 (Indian standard specifications for safety code for excavation work) and other relevant BIS codes or as directed by the Engineer-in-Charge. Explosives such as gelatin, detonators and fuse coils etc., complete required for the rock blasting are to be procured by the contractor at his cost. The contractor has to purchase the blasting materials on the name of work and on the name of contractor. The materials without mentioning the above two names on the bill will not be accepted. It shall be the responsibility of the contractor to store the explosives purchased by him in accordance with the rules of the explosives act and other rules framed by Government of India. The contractor should possess/acquire proper license for transport of explosives, possession and use of explosives and short fires as per revised act 1983, other rules applicable and other related norms as directed by the Engineer-in-Charge from time to time. The contractor shall have to furnish the following details: Capacity License No. and date Validity period Other Information

The contractor shall acquaint himself with all the applicable laws anc regulations concerning storing, handling and use of explosives. All such laws, regulations and rules, as prevalent from time to time shall be binding upon the contractor. The provisions detailed in the specifications are supplementary to the above laws, rules and regulations, are also applicable. Further, the Engineer-inCharge may issue modifications, alterations and new instructions from time to time. The contractor shall comply with the same without these being made a cause for any claims.

CONT

SUPERwfi^Bn;raENGINEER)I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

'' 54
54 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech, Specifications of Spillway ( Vol-11)

A list of B.I.S codes applicable is furnished below: SI.No. I.S. Number 1 IS 4081-1986 2 IS 3764-1966 Short Title Safety code for excavation work. Safety code for excavation work.

In addition to these BIS codes, A.P.D.S.S, International codes, USBR Manuals and Standard Text Books shall also be followed in the Design. Wherever latest BIS codes or its revision is available shall be referred to. 6.2 MATERIALS: All the materials such as explosives, detonators, fuse coils, tamping materials etc., that are proposed to be used in the blasting operations shall have the prior approval of the Employer. Only explosives of required make and strength are to be used. Black powder and safe explosive shall be used wherever possible. Explosives with nitroglycerine shall be used where the above explosives are not effective. The use of fuse with only one protective coat is prohibited. The fuse shall be sufficiently water resistant as to be unaffected when immersed in water for thirty minutes. Rate of burning of the fuse shall be uniform and not less than 4(four) seconds per 26 millimeters of length with 10 %(ten percent) tolerance on either side. The fuse known as instantaneous fuse shall not be used. The fuse shall be inspected before use and the moist, damaged or broken ones discarded. The rate of burning of all new types of fuses shall be examined. When they have been in stock for a long time they shall be treated before use. The detonators used shall be capable of producing effective blasting of the explosives. 6.3 PERSONNEL: Excavation by blasting will be permitted only under the personal supervision of competent and licensed persons and trained workmen employed by the contractor at his cost. All supervisors and workmen in charge of makeup, handling, storage and blasting work shall be adequately insured by the contractor. The person in-charge of the explosive magazine shall be very reliable and his deployment shall be approved by the Employer.

CONTRACTO

SUPERlRra^BH^O'ENGlNHKRj&CADlXr^ J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

tj* 55
55 P;V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol-11}

The contractor shall make sure that his supervisor workmen are fully conversant with all the rules to be observed in storing, handling and use of the explosives. It shall be assured that the supervisor in-charge is thoroughly acquainted with all the details of handling and blasting operations. 6.4 STORAGE OF EXPLOSIVES: The contractor shall build a magazine or make suitable permanent arrangements at his cost for safe storage of the explosives. Contractor shall provide portable magazine for carrying the explosives to work-spot from the magazine at his cost. The site of the magazine, its capacity and design shall be subject to approval by the Inspector of Explosives before the construction is taken up. As a rule, the explosives should be stored in a clean, dry, well ventilated, bullet proof and fire proof building on an isolated site. The contractor shall provide armed guard security of required number for explosive magazine or while transporting to work site as per rules in force at his cost. The explosives, detonators and fuse coils shall each be separately stored. A careful and day to day account of explosives shall be kept by the contractor in a register in manner prescribed by the employer. The employer may also pay surprise visits to the storage magazine. In case of any unaccounted storage of the explosives or if the account is not found to have been maintained in a manner prescribed by the Employer, the contractor shall be liable to be penalized in which case he shall not be entitled to any compensation for the losses etc. The action taken under this clause shall be in addition to that which might be taken by the competent civil authorities in the court of law. The magazine shall at all times be kept scrupulously clean. No unauthorised person should at any time be admitted inside the magazine. A notice shall be hung near the storage prohibiting entrance of unauthorised persons. The magazine on no account be opened during or on the approach of a thunder storm and no person shall remain in the vicinity of the magazine during such periods. Magazine shoes without nails shall at all times be kept in the magazine and a wooden tub or cement trough about 300 millimeters high and 460 millimeters in diameter filled.with water shall be fixed near the door of the magazine.

SUPERMTONSS^ENCT^EERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

56

56

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

Persons entering the magazine must put on the magazine shoes which shall be provided by the contractor for the purpose and be careful. i) Not to put their feet on the clear floor unless they have the magazine shoes on; ii) Not to allow the magazine shoes to touch ground outside the clean floor iii) Not to allow any dirt or grit to fall on the clean floor. Persons with bare foot shall, before entering the magazine, dip their feet in water and then step direct from tub over the barrier (if there be one) on the clean floor. A brush or broom shall be kept in the lobby of the magazine, for cleaning the magazine on each occasion it is opened for the receipt, delivery or inspection of explosives. No matches or inflammable material shall be allowed in the magazine. Light shall be obtained from the electric storage battery lantern. No person having articles of steel or iron on him shall be allowed to enter the magazine. Oily cotton, rags, waste and articles liable to spontaneous ignition shall not be allowed inside the magazine. Workmen shall.be examined before they enter the magazine to see that they have none of the prohibited articles on them. No tools or implements other than those made of copper, brass, gun metal or wood shall be allowed inside the magazine. All tools shall be used with extreme gentleness and care. Boxes of explosives shall not be thrown down or damaged along the floor and shall be stacked on wooden trestles. Where there are white ants, the legs of trestles should rest in shallow copper, lead or brass bowls containing water. Open boxes of dynamite shall never be exposed to the direct rays of the sun. Empty boxes or loose packing materials shall not be kept inside the magazine. Magazines shall be inspected at least twice a year by an officer representing the Engineer-in-Charge. He shall see that all the applicable rules are strictly complied with. The magazine shall have a lightning conductor which should be got tested at least once a year. The contractor shall comply with all the recommendations made by the officer testing the lightning conductor and also rectify the defects notified to him within 16days failing which the Engineer-in-Charge shall be

CONTRACT' J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

,*
57

57

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

entitled to comply with the same at the contractor's expense which shall not be open to question. The Engineer-in-Charge may take any action that he may consider fit at the cost of the contractor. The following shall be hung in the lobby of the magazine. a. A copy of rules both in English, Telugu and in the languages which the workers concerned are familiar with. b. A statement showing the stock in the magazine on that day. c. A certificate showing the last date of testing of the lightning conductor. d. A notice that "smoking is strictly prohibited". 6.5 USE OF EXPLOSIVES: For the transport of the explosives and detonators between the store and the site, closed and strong containers made of soft materials such as timber, zinc, copper, leather shall be used. Explosives and detonators shall be carried in separate boxes. For the conveyance of primer, special container shall be used. The boxes and containers used shall be kept closed. Explosive shall be stored and used chronologically earlier received shall be used first. A make up house shall be provided at each working place in which cartridges will be made up by competent and licensed men as required for the work. The makeup house shall be separated from other buildings. Only electric storage battery lamps shall be used in this house. No smoking or inflammable materials shall be allowed in the makeup house or generally while dealing with explosives. 6.6 DISPOSAL OF DETERIORATED EXPLOSIVES: All deteriorated explosives shall be disposed off in an approved manner; the quantity of the deteriorated explosives to be disposed off shall be intimated to the Engineer-in-Charge prior to its disposal. 6.7 PREPARATION OF PRIMERS: The primers shall not be prepared near open flames or fire. The work of preparation of primers shall always be entrusted to the qualified personnel. Primers shall be used as early as possible after they are ready.

SUPER^flffiSlNG ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

58
58 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

6.8CHARGING OF HOLES: The work of charging of holes shall not commence before all the drilling work in the proposed area for blasting at the site is completed and the contractor's supervisor shall satisfy himself to that effect by actual inspection. While charging, open lamps shall be kept away. For charging with powered explosives, a naked flame shall not be allowed. Only wooden tamping rods, without any kind of metal on the rod shall be allowed to be used. The tamping rods shall have cylindrical ends. Bore hole must be of such size that the cartridge can easily pass down them, they shall not however be too big. Only one cartridge shall be inserted at a time and gently pressed into the hole with the tamping rods, the sand, clay or other tamping materials used filling the holes completely shall not be tamped too hard. 6.9 BLASTING: Blasting shall be carried during the fixed hours of the day which shall have the approval of the Engineer-in-Charge. The hours once fixed shall not be altered without prior written approval of the Engineer-in-Charge. The site of blasting operation shall be prominently demarcated by red danger flags. The order to fire shall be given only by the contractor's supervisor in charge of the work and this order shall be given only after giving the warning signal three times, so as to enable all the labour, watchmen etc., to reach safe shelters. A whistle/ bugle with distinctive note shall be used to give the warning signals. The bugle shall not be used for any other purpose. All the labour shall be made acquainted with the sound of the bugle and shall be strictly warned to leave their work immediately at the first warning signal; and to move for safe shelters. They are not to leave the shelters until all clear signals have been given. All the roads and footpaths leading to the blasting area shall be blocked as per the norms. In special cases, suitable extra precautions shall be taken. The Engineer-inCharge may however permit blasting for underground excavation, without restriction of fixed time, provided that he is satisfied that proper precautions are taken to give sufficient warning to all concerned and that the work of other agencies on the site is not hampered. For lighting the fuse, a lamp with a strong flame such as a carbide lamp shall be used.

CONTRACTOR!

SUPERINT^SSSOSNGlNEHy&eABE)^ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

rf 59
59 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

The contractor's supervisor shall watch the required time for firing of the fuses and shall see that all the workmen are under safe shelters in good time. 6.10 ELECTRICAL FIRING: Only the contractor's supervisor in charge shall possess key of the exploder and short firing accessories and he shall keep it always with himself. Special apparatus shall be used as a source of current for the blasting operations; power lines shall not be tapped for the purpose. The detonators shall be checked before use. For blast in series, only detonators of the same manufacture and of the same group of electrical resistance shall be used. Such of the electrical lines as could constitute danger for work of charging shall be removed from the site. The firing cables shall have a proper, insulating cover so as to avoid short circuiting due to contact with water, metallic parts or rock. The firing cables shall be connected to source of current only when nobody is in the area of blasting. Before firing, the circuit shall be checked by a suitable apparatus. After firing with or without an actual blast, the contact between the firing cable and the source of current shall be cut off before any one is allowed to leave the shelters. During storm/rain, the blasting operations shall be suspended. 6.11 PRECAUTIONS AFTER BLASTING: After the blast, the contractor's supervisor must carefully inspect the work and satisfy himself that all the charges have exploded. After the blast has taken place in the under-ground works, workmen shall not be allowed to go to the place till all the toxic gases are evacuated from the face. MISFIRES:-lf it is suspected that part of the blast has failed to fire or is delayed, sufficient time shall be allowed to elapse before entering the danger zone. When fuse and blasting caps are used, a safe time should be allowed and then the contractor's supervisor alone shall leave the shelter to see the misfire. None of the drillers are to work near this hole until one of the two following operations has been carried out by supervisor. Either i) the supervisor should very carefully (when the tamping is of damp clay) extract the tamping with a wooden scraper or jet of water or compressed air (using pipe or soft materials) and withdraw the fuse with the primer and detdnatofeflgached after which a fresh primer and detonator with fuse should

SUPERIRTENEXINaENGINEERj&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

'*';!

60
60

P.V.N.R.KanthanapalIy SujalaSravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

be placed in this hole and fired out or (ii) the hole may be cleared of 300mm, of capping and the direction then be ascertained by placing a stick in the hole. Another hole may be drilled at least 226mm away, and parallel to it. Then balance of the cartridge and detonators found in the muck shall be removed. Before leaving his work, the contractor's supervisor should inform the supervisor of the relieving shift of any case of misfires and should point out the position with red cross denoting the same, also stating what action if any, he has taken in the matter. A register of misfires and their location and how they are dealt with shall be maintained by the contractor. The contractor's supervisor should also at once report at the contractor's office all cases of misfires, the cause of the same and what steps were taken in connection there with. The names of the day and night shift supervisors of the contractor must be noted daily in the contractor's office. If misfire has been found to be due to a defective detonator, or dynamite, the whole quantity of box from which the defective article was taken must be returned to the contractor's office for inspection, and shall be disposed off. Drilling holes not completely exploded by blasting shall not be permitted. The contractor should produce his firer's license and furnish the particulars in the following statement. S.No. Name No. of firer's license & date Validity period

Blasting operation, when considered necessary shall be resorted to only with the written permission of the Engineer-in-Charge. Prior inspection shall be carried out for the safety of the public and property. Blasting operations in the proximity of over-head power lines, communication lines, utility lines or other structures shall not be carried out until the operator or the owner or both of such lines have been notified and precautionary measures deemed necessary have been taken.

CONTRACTO

SUPERINTENDING ENGINEER, I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

61
61

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 7 STEEL REINFORCEMENT

SUPERINT^fB^e^NGmEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

62

62

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Section 7 Steel Reinforcement Index

Para No. 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 7.9

Item

Page No.

General Material Placing of reinforcement Splicing Coupling of bars Care of placed reinforcement and concrete Tolerances Dowels Measurement and Payment

63-64 65 65-66 67 68 68 69 69 70

CONTRACT'

c SUPERINTENBfING ENGINEER,I&CADD.,

J.Chokka Rao D.LXScheme Circle, K.C.CoIony,Chinthagattu,Warangal.

63
63 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- It)

SECTION 7 STEEL REINFORCEMENT 7.1 General a) This section covers specifications for providing steel reinforcement to Spillway and its ancillary works Power blocks.Head regulator,Navigation channel.,Power blocks,Head regulator,Navigation channel and the contractor has to make his own arrangements for the procurement of tested mild steel and H.Y.S.D Bars required for the work only from the reputed manufacturers as directed by the Employer. Necessary I.S.I, test certificates are to be produced to Engineer-in-Charge before use on work Steel bars shall be stored in such a way as to avoid distortion and to prevent deterioration by corrosion. He shall make his own arrangements for transportation and storage. b) High yield strength deformed bars shall conform to B.I.S: 1786. The diameter and weight of plain and HYSD Steel bars shall be as follows. SI.No Diameter of rod Sectional weight in Kilogramme per running metre both for plain and HYSD Steel 0.22 0.39 0.62 0.89 1.21 1.58 2.00 2.47 2.98 3.85 4.83 6.31 6.71 7.99 9.86 10.88

1 2 3 4 5 6 7 8 9 10 11 12 ,_ 13 14 15 16

6 Millimeters 8 Millimeters 10 Millimeters 12 Millimeters 14 Millimeters 16 Millimeters ~ ~ ' 18 Millimeters 20 Millimeters 22 Millimeters 25 Millimeters 28 Millimeters 32 Millimeters 33 Millimeters 36 Millimeters 40 Millimeters 42 Millimeters

COKTRAO^^^JJ/ ' ^ ^ - * ^ ^

SUPERD^Sf^6ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

* 64
64 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

NOTE: If any rods other than those specified above are used, the weights shall be as per standard steel tables. c) This work shall consist of furnishing and placing reinforcement of the shape and dimensions shown on the drawings and as specified in the specifications, including cutting, bending, cleaning, welding, placing, binding and fixing in position. A list of BIS'codes applicable but not limited to is furnished below: List of IS Codes: IS:456-2000 IS:1786-1985 IS:432-1982 (Part I) IS:280-1978 IS:2502-1963 Code of practice for plain and reinforced concrete Specification for High strength deformed steel bars and wires for concrete reinforcement. Specifications for mild steel and medium tensile steel bars for concrete reinforcement and hard drawn steel wire. Mild steel wire for general engineering purposes Code of practice for bending and fixing of bars for concrete reinforcement. Recommendations for welding cold worked bars for reinforced concrete construction. Welding of mild steel plain and deformed bars for reinforced construction. Covered electrodes for manual metal arc welding of carbon and carbon manganese steel. Filer rods and wires and gas welding.

IS:9417-1989 IS:2751-1979

IS:814-1991 IS:1278-1972

In addition to these BIS codes, the CWC guidelines, A.P.D.S.S, International codes, USBR Manuals and Standard Text Books shall also be followed in the Design. Wherever latest BIS codes or its revision is available shall be referred to.

CONTRACT'

SUPERI^TET^ING^G^EEIM&GADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

' 65
65 P.V.N.R-Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Material i. a. Steel shall be clean and free from loose rust or loose mill scale at the time of fixing in position and subsequent concreting. b. The contractor shall procure high yield strength deformed bars, conforming to IS: 1786. However, in case of non-availability of such bars, other steel bars conforming to IS: 432 shall be used as per the directions of the Employer in writing. c. The reinforcement bars used by the contractor shall be in accordance with the Section 7.1. ii. Cutting, Bending and Binding of reinforcement. a. Reinforcing steel shall conform accurately to the dimensions given in the bar bending schedules shown on relevant drawings. b. Bars shall be bent cold to the specified shape and dimensions by a bar bender by hand or power to attain proper radii of bends as shown in drawings or as directed by the Engineer-in-Charge. c. Bars shall not be bent or straightened in a manner that will injure the material. d. Bars bent during the transport or handling shall be straightened before being used on work, they shall not be heated to facilitate bending. e. "IT type hooks shall invariably be provided at the end of each bar, if specified in drawing or ordered by the Employer. The radius of the bend shall not be less than twice the diameter of round bar and the length of the straight part of the bar beyond the end of the curve shall be at least four times the diameter of the round bar. In the case of bars which are not round and in the case of deformed bars, the diameter shall be taken as the diameter of a circle having an equivalent effective area. f. The hook shall be suitably encased to prevent any splitting of the concrete. Placing of reinforcement a. Before the reinforcement is placed, the surface of the bars and the surfaces of any metal bar supports shall be cleaned of the rust, loose mill scale, dirt, grease and other objectionable foreign substances. b. All reinforcing bars shall be accurately placed in exact position shown on the drawing, and shall be securely held in position during placing of concrete by annealed binding wire, and by using stays, blocks or metal chairs, spacers, metal hangers, supporting wires or other approved devices at sufficiently close intervals.

Sltf>ERINTENBB^ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

66
66 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

c. Wire for binding reinforcement shall be soft and annealed mild steel of 16 SWG and shall conform to IS: 280. Binding wire shall have tensile strength of not less than 5600 Kg/cm2 and a yield point of not less than 3850 Kg/cm2. d. Bars shall not be allowed to sag between supports. They shall not be displaced during concreting or any other operation over the work. e. The contractor shall also ensure that there is no disturbance caused to the reinforcing bars already placed in concrete. f. All devices used for positioning shall be of non-corrodible material. Metal supports shall not extend to the surface of the concrete, except where shown on the drawings. Pieces of broken stone or brick ad wooden blocks shall not be used. Where portions of such supports will be exposed on concrete surfaces designated to receive F2 or F3 finish, the exposed portion of support shall be galvanised or coated with other corrosion resistant material without which the concreting will not be permitted. Such supports shall not be exposed on surfaces designated to receive F4 finish unless otherwise shown on the drawings. g. Placing on layers of freshly laid concrete as work progresses for adjusting bar spacing shall not be allowed. h. Layers of bars shall be separated by spacer bars, pre-cast blocks or other approved devices. i. Reinforcement after being placed in position shall be maintained in a clean condition until completely embedded in concrete. Special care shall be taken to prevent any displacement of reinforcement in concrete already placed. j . To protect reinforcement from corrosion, concrete cover shall be provided as indicated on the drawings and as per the relevant BIS codes. All bars protruding from concrete and to which other bars are to be spliced and which are likely to be exposed for an indefinite period shall be protected by a thick coat of neat cement grout. k. Bars crossing each other, where required, shall be secured by binding wire (annealed) of size not less than 1mm dia and conforming to IS:280 in such a manner that they do not slip over each other at the time of fixing and concreting. I. As far as possible, bars of full length shall be used. In case this is not possible, overlapping of bars shall be done as per the relevant BIS codes or as directed by Engineer-in-Charge. When practicable, overlapping bars shall not touch each other, but be kept apart by 25 mm or 1 % times the maximum size of the coarse aggregate whichever is greater, by concrete between them. Where not feasible, overlapping bars shall be bound with annealed steel wire, not less than 1 mm thickness twisted tight. The

tj;<*i 6 7
67 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- il)

overlaps shall be staggered for different bars and located at points, along the span where neither shear nor bending moment is maximum. m. The minimum allowable clearance between parallel round bars shall not be less than VA times the diameter of the large bars and for square bars shall not be less than twice the side dimensions of the larger bars or 114 times the maximum size of aggregate, whichever is greater. n. Dissimilar diameter rods should not be joined together. Splicing a. Where it is necessary to splice reinforcement the splices shall be made by lapping, by welding or by mechanical means. When permitted or specified on the drawings, joints of reinforcement bars shall be butt welded so as to transmit their full strength. Welding of bars shall be done as directed by the Employer and conforming to requirements of clause 11.4 of IS: 456. If it is proposed to use welded splices in reinforcing bars, the equipment, the material and all welding and testing procedures shall be subject to the approval of the Engineer-in-charge. The contractor shall also carryout test welds as required by the Engineer-in-charge. No extra rate will be paid for welding reinforcement, test-welds, as bid rate in bill of quantities is inclusive of this item. For welded splices for reinforcing bars conforming to IS: 1786, welding shall be done in accordance with IS: 9417. For reinforcing bars conforming to IS: 432(Part I, welding shall be done in accordance with IS: 2751. Electrodes for manual metal arc welding shall conform to IS: 814 (Part I) and IS: 814 (Part II. Mild steel filler rods for Oxy-acetylene welding shall confirm to IS: 1278 provided they are capable of giving a minimum butt weld tensile strength of 41 Kg/mm2. Only electric arc welding using a process which excludes air from the molten metal and conforms to any or all other special provisions for the work shall be accepted. Suitable means shall be provided for holding the bars securely in position during welding. It must be ensured that no voids are left in welding and when welding is done in two or three steps, previous surfaces shall be cleaned well. Ends of bars shall be cleaned of all Iron scale, rust, grease, paint and other foreign matter before welding.

SUPERIN'^^SaENGlNEERsI&CADD.) J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonYjChinthagattUjWarangal.

eg
68 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Voi- II)

b. Reinforcing bars of 28 mm in diameter and larger may be connected by butt welding provided that lapped splices will be permitted if found to be more practical than butt welding and if lapping does not encroach on cover limitation or hinder concrete or reinforcement placing. c. Reinforcing bars 25 mm in diameter and less may be either lapped or butt welded, whichever is the most practicable. Butt welding of reinforcing bars shall be performed either by the gas pressure or flash pressure welding process or by the electric arc methods under cover from weather. Welded pieces of reinforcement shall be tested at the rate of 0.5% of total number of joints welded. Specimen shall be taken from the actual site of work. Strength of the weld provided shall be at least 25% higher than the strength of bars. d. Welded joints or splices shall preferably be located at points where steel will not be subject to more than 75% of the maximum permissible stresses and welds so staggered that at any section not more than 20% of rods are welded. Approval of such additional splices will generally be restricted to splices not closer than 8 metres in horizontal bars or 4 metres in vertical bars measured between midpoints of laps. 7.5 Coupling of bars Wherever indicated on the drawings or as desired by the Engineer-in-Charge to use mechanical couplings for reinforcing bars, bars shall be joined by couplings which shall have a cross section sufficient to transmit the full strength of bars. The ends of bars that are joined by couplings shall be upset for sufficient length, so that the effective cross-section at the base of treads is not less than the normal cross-section of the bars. The threads shall be standard whit worth threads. Steel for couplings shall conform to IS: 226. The contractor shall submit samples of the proposed coupling to the Engineer-inCharge for approval not less than 60 days prior to their proposed use. 7.6 Care of placed reinforcement and concrete Where reinforcement bars are bent aside at construction joints and afterwards bent back into their original position, care shall be taken to ensure that at no time the radius of the bend is less than 6 x diameter for deformed bars and 4 x diameter for plain mild steel bars. Care shall also be taken, when bending such bars, to ensure that the concrete around the bars is not damaged.

CONTRACT

SUPERINTENDING ENGINEERJ&CADD., ' J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

69

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vof- II)

Tolerances As specified in clause 11.3 of IS: 456 unless otherwise specified by the Engineer-in-Charge as per site requirement reinforcement shall be placed within the following tolerances. i. ii. For effective depth 200 mm or less For effective depth more than 200 mm =10 mm = 15mm

The cover shall in no case be reduced by more than one third of specified cover of 5 mm whichever is less. Dowels a. The dowels shall be of the same HYSD bars of grade Fe 415 confirming to IS: 1786 as used for reinforcement. b. Details for dowels shall be as shown on the drawings or as directed by the Engineer-in-Charge. c. Dowels shall be placed in the concrete where shown on the drawings or where directed and will be inspected for compliance with requirements as to size, shape, length, position and amount after they have been placed, but before being covered by concrete. d. Before the dowels are embedded in concrete, the surfaces of dowels shall be cleaned of all dirt, grease or other foreign substances which in the opinion of the Engineer-in-Charge are objectionable. e. The dowels shall be accurately placed and secured in position so that they will not be displaced during the placing of the concrete.

70*
70 P.V.N.R.KanthanapaIIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Measurement and Payment a. Measurement: Measurement for payment, for furnishing and placing reinforcing bars will be made only on the calculated weight of the bars placed in concrete, in accordance with the drawings or as directed by the Engineer-in-charge. The calculated weight for reinforcing bars shall be determined as follows: i. Reinforcement shall be measured in: length separately for different diameters as actually used in the work excluding overlaps. Lengths shall include hooks at ends. ii. From the length measured, weight of reinforcing bars shall be calculated on the basis of weights specified in the table in section 7.1 iii. Wastage overlaps, couplings, welded joints, spacer bars, dowels and annealed steel wire for binding shall not be measured and the cost of these items shall be deemed to have been included in the rates for reinforcement. iv. The unit for reinforcement steel shall be one metric tonne weight. b. Payment rate: The bid amount shall include cost of steel, binding wire or welding material at site of work, its cutting, bending, cleaning, placing, binding or welding and fixing in position as shown on the drawings and as directed by the Engineer-in-charge. No separate payment will be made towards the cost of all devices for keeping reinforcement in approved position, cost of jointing as per approved methods and all wastage, overlaps, dowels, binding wire or welding material and spacers of bars and cost of all incidental operations necessary to complete the work as per specifications.

7*.
71 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 8 PLAIN AND REINFORCED CONCRETE

CONTRA'

SUPERlN*miCDimrENGINEER,I&CADD.J J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

72
72 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech, Specifications of Spillway ( Vol- II)

Section 8 PLAIN AND REINFORCED CONCRETE SI.No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Para No 8.1 8.2 8.3 8.3.1 8.3.2 8.4 8.4.1 8.4.2 8.4.2.1 8.4.2.2 8.4.2.3 8.4.2.4 8.4.2.5 8.4.3 8.4.4 8.5 8.6 8.6.1 8.6.2 8.6.3 Scope of work Applicable publications Submittais Submittais before construction Submittais During construction Constituents of concrete Cement Aggregate General Source Fine Aggregate Coarse Aggregate Storage Water Admixtures Design Mix and Temperature studies Quality Control General Site Laboratory Concrete sampling and testing Index Description Page No. 76 77-81 81 82 83 84 85-86 87 88 89 90 91-92 92-94 94 95 96-98 99 99 100 101

73
73 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43

8.6.3.1 8.6.3.2 8.6.3.3 8.6.3.4 8.6.3.5 8.6.3.6 8.6.3.7 8.7 8.7.1 8.7.2 8.8 8.8.1 8.8.2 8.8.3 8.9 8.9.1 8.9.2 8.9.3 8.10 8.11 8.12 8.12.1 8.12.2

Aggregate Cement Water Fresh Concrete Hardened Concrete Analysis of results Concrete plant Acceptance criteria Fresh concrete Hardened concrete Batching and Mixing General Batching equipment Mixing Hot and cold weather concrete Temperature of concrete Hot weather precautions Temperature control for mass concrete in spili way Conveying Settlement control of spillway Forms for concrete Forms for warped surfaces designed for F 4 Finish Forms sheathing and lining

101 102 103 103 103 104 104 104 105 106 106 106-109 109-110 111-113 114 114 114-115 115 116-117 118 118 119 119

CONT.

SUPERINfBtf^fNe-ENGINEER^&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony}Chinthagattu,WarangaI.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67

8.12.3 8.12.4 8.12.5 8.12.6 8.12.7 8.13 8.13.1 8.14 8.14.1 8.14.2 8.14.3 8.14.4 8.15 8.15.1 8.15.2 8.15.3 8.15.4 8.15.5 8.16 8.17 8.18 8.18.1 8.19 8.19.1

Absorptive form lining Form ties Cleaning of forms Erection of forms Removal of forms Drilling holes and grouting anchor bars in rock Placing anchors in concrete Placing General Preparation of foundation for placing concrete Consolidation / compaction Concrete in block outs Finishing of concrete General Formed surfaces Unformed surfaces Tolerance for concrete construction Bush Hammer Finish Construction joints Curing of concrete and protection Repairs of concrete General Embedment in concrete General

120 121 121 122 122-123 124 124-126 126 126-128 128-133 133-134 135 136 136 136-137 138 139-141 141 142-143 144 144 144 145 145

CONTRACT

SUPERINTENroTCTENOT^EE^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

75
75 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

68 69 70 71 72 73 74 75 76 77 78 79 80 81

8.19.2 8.20 8.20.1 8.20.2 8.20.3 8.21 8.22 8.23 8.24 8.25 8.26 8.27 8.28 8.29

Grouting of the Equipment bearing plates and Anchors Measurement and payment General Exclusions - Concrete Tests Green Cutting Tests Porous concrete Contraction joints Unacceptable work Composition

146-147 147-148 148 149 149-151 151-154 154-159 160 160 161 162 162 162 162-166

nn
Concrete Bridge over Spillway Control rooms and office building

SUPERsfeSSlNG ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

TO
76 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION 8 PLAIN AND REINFORCED CONCRETE (Excluding Formwork, Reinforcement and Joints) 8.1 Scope of work: a) These specifications cover the requirements of plain and reinforced concrete for use in construction of Spillway and its ancillary works, Power blocks.Head regulator,Navigation channel., The concrete work shall be performed to the dimensions as shown on the Construction Drawings or as otherwise directed by the Engineer-inCharge. Lift drawings for each pour showing all embedment, lines and levels shall be prepared by the Contractor and the same shall be got approved by the competent authority i.e. C.E,C.D.O, Hyderabad. The approval given by the Engineer-in-Charge to the Contractor's plants and equipment or their operation or of any construction methods shall not relieve the Contractor of his full responsibility for the proper and safe execution of concrete work or any obligations under this Contract. Unless otherwise specified, concrete of the design mix shown in drawings or approved by competent authority or as directed by the Engineer-incharge shall be used. The work covered under this section consists of furnishing all materials including form work, equipment, labour, transport, placing, vibrating, finishing, mixing and curing of the cement concrete, plain or reinforced and performing all the operations necessary and ancillary thereto including dewatering as required complete for finished item of work as specified in the approved drawings by the competent authority i.e. C.E.C.D.O Hyderabad or as instructed by the Engineer-in-charge. 8.2 Applicable publications: All concrete, its constituents, methods and procedures of manufacture shall conform to the specifications prescribed in the codes published by the Bureau of Indian Standards. In addition to the above IS codes, the specifications of A.P.S.S. and manual for Quality control and Inspection shall also be complied with

CONTRACT'

SUPERJNTmraNTJENGlKEKRj&CSDD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

5*7
77 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- It)

PUBLICATIONS OF THE BUREAU OF INDIAN STANDARDS SI.No. 1 IS Number 269-1989 Short title Specifications for Portland cement 33 grade ordinary

1489-1991 Parti & II

Specifications for Portland Pozzolana cement. Part I - Fly ash based Part-ll Calcined clay based. Specification for high strength deformed steel bars and wires for concrete reinforcement Specification for coarse and fine aggregates from natural sources for concrete. Methods of concrete. test for aggregates for

1786-1985

383-1970

5 6

2386-1963/1977 (Part 1 to 8) 456-1963/1978/2000 9103-1979 516-1959 4925-1968 1791-1985 650-1991 2430-1986 2722-1964

Code of practice for plain and reinforced concrete Specification for admixtures for concrete Method of test for strength of concrete Specification for concrete batching and mixing plant. Specification for batch type concrete mixers Specification for standard sand for testing cement Methods for sampling of aggregates for concrete Specification for portable swing weigh batchers for concrete (single and double bucket type)

7 8 9
10 11 12 13

CONT

SUPERINTENDING ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

78
78 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part" A: Tech. Specifications of Spillway ( Vol- II)

14 15 16 17 18 19 20 21 22 23 24

4634-1991 5515-1983 5640-1970 5816-1970 5889-1970 5892-1970 6461-1972 & 1973 (Parti to 12) 6925-1973 7245-1974 7320-1974 7861-1975 & 1981 (Part 1 & 2)

Batch type concrete mixers - Methods test performance. Specifications apparatus for compacting factor

Method of test for determining aggregates impact value of soft coarse aggregates. Method of test for splitting tensile strength of concrete cylinder. Specifications for vibratory plate compactor Specifications for concrete transit mixers and agitators Glossary of terms relating to cement concrete aggregates, materials etc. Method of test for determination of water soluble chlorides in concrete admixtures. Specifications for concrete pavers Specifications apparatus. for concrete slump test

Code of practice for extreme weather concreting Method of test for determining setting time of concrete by penetration resistance Method of making curing and determining compressive strength of accelerated cured concrete test specimen. Method of test for abrasion resistance of concrete Code of practice for bending and fixing of bars for concrete reinforcement. Welding of M.S plain and deformed bars for reinforced construction.

25 26

8142-1976 9013-1978

27 28 29

9284-1979 2502-1963 2751-1979

CONTRACTO:

SUPERINTSfelNe^NaiNEElU&CADlir J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

79
;J*V

79

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

30 31

5525-1969 432-1982 (Part I)

Recommendation for detailing of reinforcement in reinforced concrete works. Specifications for Mild steel and medium tensile steel bars and hand drawn steel wires for concrete reinforcement. Method of measurement of building and engineering works, concrete works. Specifications for precast concrete coping blocks Method of test for permeability of cement mortar and concrete. Specification for fly ash pozzolana as admixture. for use of

32 33 34 35 36

1200-1974 (Part II) 5751-1984 3085-1985 3812-1981 457-1957

Code of practice for general construction of plain and reinforced concrete for dams and other massive structures. Structural steel (standard Quality). Hard drawn steel wire (Third revision) Specification for Hard drawn steel wire fabric for concrete reinforcement. Mild steel wire for general engineering purposes (third revision) Specifications for method of tensile testing of steel wires. Code of practice for laying in-situ cement concrete lining of canals. General requirements for concrete vibrators screed board type. Specification for pan vibrators. Code of practice for under drainage of lined canals
;

37 38 39 40 41 42 43 44 45

226-1975 432-1982 (Part II) 1556-1982 280-1978 1521-1972 3873-1978 2506-1985 3366-1965 4558-1983

" (Hyderabad) g j)

CONTR/fel
^>_* ^s&f

SUPERBJTENDMG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

m
80 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

46 47 48 49

5256-1992 1199-1959 SP16(S&T)-1980 IS 3370-1965 & 67 (Part 1 to 4)

Code of practice for sealing expansion joints in concrete lining on canals. Methods of sampling and analysis of concrete. Design aids for reinforced concrete to IS:456-2000 Code of practice for concrete structures for the storage of liquids. General requirements vibrators, immersion type. for concrete

50 51 52 53 54 55 56 57

IS 2505-1980 IS 3558-1983 IS 4656-1968 IS 8989-1978 IS 9077-1979 IS 303-1989 IS 4990-1981 IS 6509-1985 IS 1838

Code of practice for use of immersion vibrators for consolidating concrete. Specifications concrete. for form vibrators for

Safety code for erection of concrete framed structures. Code of practice for corrosion protection of steel reinforcement in RCC construction. Specifications for plywood for general purposes. Specifications for plywood for concrete shuttering works. Code of practice for installation of joints in concrete pavements. Specification for pre-formed fillers for expansion joints in concrete pavements and structures. Construction of spillway overflow structures. and similar

58 59

11155-1974 IS 10262/1982

Recommended guidelines for concrete mix design

CONTRA'

SUPERINTENDING ENGINEER,I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

m
81 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

OTHER PUBLICATIONS: 60 Indian Road congress Section 1 Section II Section Ell Standard specifications and practice for Road Bridges. IRC:5-1985 IRC:5-1966 IRC:21-1987 of Concrete Manual Eighth edition (revised 1981) C-494-80 code of

61
62 63 64 65 66 67

The U.S.Bureau Reclamation A.S.T.M.: IS 8112IS 5878 (PART 5) IS 1199 IS 4031 IS 4032

In absence of relevant Indian Standards and specifications the relevant International codes are applicable, Recommendations of USACE manual, "ACI Manual of Concrete Practice" and U.S.B.R. Concrete Manual shall also be followed. 8.3 SUBMITTALS

8.3.1 Submittals Before Construction (1) Submittals listed herein are related to items, which require the consent of the Engineer-in-Charge and are to be submitted by the Contractor before the appropriate work may proceed. (2) Within 28 days from the date of issue of Notification of Award, but before procuring or mobilising to the Site the equipment, the Contractor shall submit to the Engineer-in-Charge updated and detailed plans and descriptions, consistent with those submitted with his Tender and any subsequent amendments and additions agreed to by the Engineer-in-Charge and the Contractor, including but not limited to the following:

CONT

SUPERINTENDINGENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

1..

82

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

a)

Aggregates Processing Plant: Description, flow diagrams and drawings in sufficient details to indicate layout, type and capacity of crushing, screening, washing, conveying and other aggregate processing and handling equipment.

b)

Batching and Mixing Plants: Description, flow diagrams, and drawings of the plants, and details of the equipment the Contractor intends to use to determine and control the amount of each separate concrete ingredient and mixing thereof into uniform mixture.

c)

Concrete Cooling Plant: Details of refrigeration and ice plants and methods, which the Contractor proposes to use to comply with, concrete temperature requirements.

d)

Transport and Placing of Concrete: Full details of the equipment and methods for transporting the concrete from the concrete plant to the final point of placing, including numbers, type and capacity of transport vehicles, concrete pumps, vibrators, and details of standby plants to be installed.

e) f) g)

Details of concreting in various stages as per the method statement submitted along with the tender. Mode and methodology of concrete compaction, and concrete curing. Sampling and Testing of Materials: List and details of equipment for sampling and testing, detailed program for quality control of concrete work, and qualification and experience of the proposed personnel. Foundation and surface preparation equipment

h)

At least 56 days in advance of any concrete work being carried out at the Site, the Contractor shall submit to the Engineer-in-Charge including its test results the following notifications based on the results of the preliminary material testing: a) Notification whether cement is required in bulk or bags so that the, amount of cement to be obtained from several factories can be estimated from each factory and the proposed schedule of shipment can be finalised.

83
83 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vof-II)

b) c)

Notification of the source, analysis, method of delivery, and storage of water for concrete manufacture, Notification of any admixtures which the Contractor proposes to use, manufacturers thereof, and information about the chemical names of the principal ingredients and the effects of under or over dosage. Should the Contractor intend to use an accelerator in any concrete work for his own convenience, he shall give full details of the type, dosage, influence on construction, and the cost savings involved, including adverse effects thereon. Details of the materials for formwork and surface finishes, treatment of construction joints, and construction techniques which the Contractor proposes to use in order to achieve the required concrete surfaces and allowable tolerances,

d)

e) System, methods, and equipment for pre stressing steel and grouting of cables in pre stressed concrete elements. f) Details of special additives like silica fume & steel fibers for production of high performance concrete,

(4) At least 28 days prior to procuring or dispatch to the Site of the particular item of work to which the submittal relates, the Contractor shall submit to the Engineer-in-Charge the following: a) Details of curing compounds, if any, b) Details of epoxy mortar for concrete repair. (5) Drawings showing the location of construction joints proposed by the Contractor which differ from those shown on the Construction Drawings, including formwork and reinforcement details, shall be submitted to the Engineer-in-Charge at least 28 days prior to commencement of work on that particular structure.

8.3.2 Submittals during Construction (1) Contractor shall provide the Engineer-in-Charge with a weekly placing scheduling giving the detailed location of the pours, the approximate extent of pours, and the date on which the concrete will be placed. This weekly programme of concrete placement shall be submitted to the Engineer-in-Charge for his acceptance at least 2 days prior to the commencement of the week.

CONTRA&HR

Ik)) \ ^ / V j ^ ^--^

'

SUPERmlTOBMG<GmEER,I&CADD.i J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

84

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

(2)

Before commencement of the concrete placement the Contractor shall prepare a checklist regarding all preparations for the specified work such as rock surfaces and foundations, cleaning, formwork, reinforcement, embedding, instrumentation and submit this list to the Engineer-inCharge, who after his satisfaction about the work preparations will permit the contractor in writing to commence concrete placement. The Contractor shall keep and make available to the Engineer-in-Charge records of the date, amount, and storage location of each delivery of cement and of the part of the Works in which it was used and shall provide facilities for checking the stock of cement. During the performance of the concrete work, the Contractor shall keep a diary where he shall record the construction procedures related to concreting. This diary shall be made available to the Engineer-in-Charge upon request. The records shall contain but not limited to the following: a) b) c) d) Commencement and termination of concreting of various parts of the structures, Quantities and quality of aggregates and cement provided, and the storage, from which they were drawn, Temperature of air, water, cement, aggregates, and concrete, Daily Meteorological conditions and humidity of air,

(3)

(4)

e) Sampling and testing performed and summary of results, f) g) h) i) (5) Personnel employed during various stages of the concreting operation and name of the responsible inspector or foreman, Equipment used, Directives received from the Engineer-in-Charge, Any special material or procedures employed.

The Engineer-in-Charge reserves the right to require any additional information deemed necessary to be included in the submitted documents.

CONTRACT'

SUPERIKfBNDlNG ENGINEER,I&CAD! J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

85
85 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Constituents of Concrete: 1 Cement i) The Contractor has to make his own arrangements to procure cement of required specifications as recommended by cooling studies for the works only from the reputed cement factories acceptable to the Employer. He shall produce the test certificates issued by the Manufacturers. He shall make his own arrangements for transportation and adequate storage of Cement. ii) The Contractor shall make necessary arrangements at his own cost for sampling and testing of cement by the Engineer-in-charge. No cement procured by the Contractor shall be used in any work until notice has been given by the Engineer-in-Charge that the test results are satisfactory. Physical and Chemical requirements shall conform to IS 269, IS 8112 (43 Grade); or IS 12269 (53 Grade) where Ordinary Portland Cement (OPC) is used and IS 489 where Portland Pozzolona Cement (PPC) is used. The coefficient of variation in the compressive strength of cement should preferably be not more than 12%. Should any work require cement other than OPC or PPC as determined by the Engineer-in-Charge, the contractor shall procure the same. iii) The Contractor shall forthwith remove from the works area any cement that the Engineer-in-Charge may disallow for use on account of (a) failure to meet with required quality and standard (b) deterioration due to inadequate or unduly long storage and replace it by cement complying with the relevant Indian Standards. iv) The Engineer-in-Charge or his representative shall have free access to such stores at all times for inspection. v) The Contractor shall procure air entraining agents and admixtures necessary for proper execution of concreting work at his cost. The use of such admixtures and agents shall be made as per the instructions of the Engineer-in-Charge. The cost of cartage/storing/handling batch ing-mixing shall be borne by the Contractor and shall be included by him in unit prices tendered for concrete.

SUPERINTENDING ENGINEERj&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

86
86 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

vi) The contractor shall create a suitable and adequate infrastructure for handling, storing and conveying bulk cement or bagged cement procured by themselves with advance planning of work to be done during next fourteen days, as approved, by the Engineer-in-Charge Cement shall be stored above the ground level in perfectly dry and water tight sheds and shall be stacked not more than eight bags high. Wherever bulk storage containers are used, their capacity should be sufficient to cater to the requirements at site and should be cleaned at least once every 3 to 4 months. Cement more than 3 months old shall invariably be tested to ascertain that it satisfies the acceptability requirements. (vii) Cement, which does not comply with, relevant BIS Code or is damaged in consignment, handling or storage shall be promptly removed from the Site. (viii) All facilities for transport and storage of cement shall be subject to approval of the Engineer-in-Charge and shall be such that easy access for inspection is assured. (ix)' Bulk cement shall be transported from the port or factory to the Site in adequately designed weather-tight trucks, or other means where cement will be protected from exposure to moisture. Immediately upon receipt at the Site, cement shall be stored in a dry, weather-tight and properly ventilated structure with adequate provisions for the prevention of absorption of moisture, and constructed in such a way that there will be no dead storage. The vents of the bins and silos shall be equipped with dust collectors to reduce loss of cement during handling and inconvenience to the personnel. (x) Cement bags shall be stored in weatherproof buildings with a raised, well-ventilated wooden floor, and placed so that each consignment can be segregated if required and used in order of its age. Bags shall not be stacked more than 1.5m high. Cement shall not be stored outdoors, except for immediate use, and in such event shall be protected during storage and handling by waterproof covers and a raised floor. Unused cement shall be placed back into the storage buildings.

(xi) Cement shall be preferably used in same order in which it has been received at the Site. Storage of cement shall be limited to 90 days in bags and 150 days in bulk. Cement that has been in storage for longer than these periods or which may have absorbed moisture shall not be used unless it has been re-tested by the Contractor and approved by the Engineer-in-charge. Cement that has become lumpy shall not be used. The cements coming from different factories or of different makes shall be stored separately.
#

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

,M7
87 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

(xii) The temperature of cement upon arrival to the Site shall not exceed 70C and when entering the mixers shall not exceed 50C unless otherwise approval is accorded in writing by the Engineer-in-charge. 8.4.2 AGGREGATE: 8.4.2.1 General All aggregates, coarse and fine, for concrete work shall conform to the requirements of IS: 383, and its latest versions. Materials shall be tested in accordance with provision of IS: 2386 and all other relevant BIS codes. Sand and coarse aggregate shall be obtained by the Contractor from any source subject to satisfying requirements as per the relevant BIS codes and the same shall be used only after the approval accorded by the Engineer-in-charge in writjng.' Samples from each batch shall be got tested in field laboratory under supervision of Engineer-in-Charge or his representatives. The contractor has to examine the availability and adequacy of sand from various sources and quote the rate accordingly. He should also examine availability of coarse aggregate from existing stone crushers and opening of new quarries etc. if required and quote accordingly. The rate quoted shall include the overheads charges on account of opening of new crushers if any etc. No claims on extra lead etc. for aggregates will be entertained on this account. The Engineer-inCharge may test the aggregates for their suitability during their processing. The contractor shall provide such facilities as may be necessary for collecting representative samples at the aggregate processing plant and at the batch plant. Final acceptance of the aggregate will be based on the acceptable test results of samples taken from the batching plant.

a) Developing Aggregate Deposits If the deposit is owned by the State Government and controlled by the Department of Mines and Geology, the portion of the deposit used shall be located and operated so as not to detract the usefulness of the deposit or of any other property of the Government and so as to preserve, in so far as practicable, the future usefulness or value of the deposit. The Contractor shall carefully clear the area of deposit, from which the aggregates are to be produced of trees, roots, brush wood, soil, unsuitable sand and gravel and other objectionable matter.

SUPERINfflSfi^e-ENGINEER5I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIonysChinthagattu,Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

b) Processing Raw Materials: Processing of the raw materials shall include screening and washing as necessary to produce sand and coarse aggregate conforming to the specific requirements of work. Processing of aggregates produced from any source owned by the State Government and controlled by the Department of Mines and Geology shall be done at an approved site. Water used for washing aggregate shall be free from objectionable quantities of salts, organic matter and other impurities confirming to relevant BIS Codes. In the process of developing and producing aggregates from the sources, for work under this contract, the provisions of Environmental quality protection shall apply. The contractor shall not be entitled to any additional compensation for materials wasted from a deposit including crushed fines, excess materials of any of the sizes into which the aggregates are required to be separated by the contractor and materials which have been discarded by reasons of being above the maximum sizes specified for use. Use of aggregates containing minerals which can cause alkali reactivity, Alkali silica reactivity etc., beyond acceptable limits, will not be permitted. The presence of such a minerals in aggregate can be determined by testing at GSI, Hyderabad. Alkali aggregate reactivity tests shall be carried out by the agency at GSI, Hyderabad or The aggregate tests at any Central Government Organization acceptable to the Employer. All the necessary tests shall have to Be conducted well before the commencement of the Concrete work for the coarse aggregate and fine aggregate in accordance with the relevant BIS codes and the test results shall be submitted to Engineer-in-charge in triplicate, if any remarks raised by the Engineer-in-charge on these test results shall be attended to. The shape of the particles shall be generally spherical or cubical. The amount of flat or elongated particles shall not exceed 25% by weight. A flat or elongated particle is defined as one in which the width to thickness, respectively length to width ratio is greater than 3. Rock, which breaks down into such shape, regardless of the type of processing equipment used, will not be approved for use in the production of aggregates.

9
89 P;V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

The Contractor shall make provisions for crushing and processing of material in accordance with recommendations contained in IS: 383 to meet the gradation and other requirements of these Specifications, in order to obtain the total amount of aggregate required for concrete manufacture. Crushing, screening and washing operations shall at all time be subject to the consent of the Engineer-in-Charge. The handling, transporting and stockpiling of aggregates shall be such that there will be a minimum amount of fines resulting from breakage and abrasion of material resulting from free fall and improper handling. Excess in any of fine or coarse aggregate sizes shall be disposed of in approved manner. The Contractor shall remove all rejected aggregate from the Site. 2.2 (1) Source Coarse and fine aggregates shall be produced from suitable material obtained from required excavation for Permanent and Temporary Works and from the approved quarries only. The Contractor shall carefully clear the area from which aggregates are to be produced of unsuitable materials and other objectionable matter. The area shall be operated so as not to detract from the usefulness of the area. All materials removed from the area and not used in the work shall be disposed of as directed by the Engineer-in-charge.

(2)

''(3) Alternative sources developed by the Contractor shall be subjected to approval by the Engineer-in-Charge. The Contractor shall carry out tests to furnish satisfactory evidence that aggregates from such alternative sources comply with the requirements of this Section. (4) The aggregate source shall be subject to the approval of the Engineerin-Charge. However, such approval of source shall not be construed as acceptance of all materials to be taken from that source. The Engineerin-Charge reserves the right to reject certain localized areas, strata, or channels within the approved areas and zones, when the material is unsatisfactory for use. The Aggregate for wearing surface concrete shall be transported from approved designated quarry.

(5)

CONTR^SpR

MJI

SUPERINDUCING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony^hinthagattiijWarangal.

90
90 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol-11)

8.4.2.3

Fine Aggregate i) General

Sand to be used shall be natural as obtained from the river bed and maximum size shall be limited to 4.75 mm. Fine aggregate will be tested for their gradation, specific gravity, water absorption, fineness modulus, soundness, petro-graphic analysis, deleterious constituents, alkali aggregate reactivity test and alkali silica reactivity rest etc., ii) Quality a) Sand shall consist of hard dense durable and uncoated siliceous gritty materials. It shall be free from injurious amount of dust lumps soft and flaky particles, shale, alkali organic matter, loam and other deleterious substances. The maximum percentage of each of the deleterious substance in sand as delivered to the mixer shall not exceed the following values. Materials passing 75-Micron IS-Sieve Clay lumps Cinders and clinkers Mica 3.0 1.0 0.5 2.0 percent by weight percent by weight percent by weight percent by weight

Total of all deleterious Substances including Alkali, mica coated grains Soft and flaky particles Loam etc. 4.0 percent by weight b) Sand shall be free from injurious amount of organic impurities and sand that is producing a colour (obtained by dissolving 9 grams of chemically pure (CP) ferric chloride and 1 gram of CP cobalt chloride in 100 ml of water to which one-third ml of hydro chloric acid has been added) darker than the standard in the test (organic test) for organic impurities shall be rejected. c) Specific gravity: - 2.60 minimum

CONTRAC

G^NGINEEIU&CADDT SUPERS J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

91
91 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

iii) Grading a) Sand shall be well graded so as to impart good workability and good finishing. Sieve analysis of natural sand shall confirm to the following limits of gradation. IS Sieve 4.75 mm 2.36 mm 1.18 mm 600 micron 300 micron 150 micron Cumulative percentage of weight retained on sieve 100 90-100 70-100 40-100 5-70 0-15

b) Deviations from the prescribed limits of cumulative percentage retained on sieve 4.75 mm, 2.36mm, 1.18mm, 600 micron, 300 micron and 150 micron IS sieves shall be permitted, provided total of such deviations do not exceed 5 percent. No deviation from the prescribed limit shall be permitted for cumulative percentage retained on 600 micron IS Sieve or to percentage passing any other sieve size on the coarse limit of grading Zone-I or the finer limit of grading Zone - IV. iv) Fineness Modulus a) Sand shall have a fineness modulus between 2.4 to 3.0 subject to the gradation specified in the preceding paragraph.
b) The modulus shall be computed by adding cumulative percentage of sand retained on the standard screens 4.75 m m , 2.36 m m , 1.18mm, 600 micron, 150 micron, IS sieves and dividing the sum by 100. Gradation of sand shall be so controlled that the fineness modulus of at least 9 out of 10 consecutive test samples of finished s a n d shall not vary by more than 0.10 from the average of 10 test samples. Sand having any deviation from the specified range of gradation and fineness modulus shall not be permitted to be used in work without the written permission of the Engineer-in-charge. Sand confirming to Zone.IV shall not be used for R.C.C. items of work

*v.

CONTRAflPajl

/?//

SUPEmiENDMiENGINEERj&CA'DD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

92
92 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

v) Storage All sand be stored on the site of work in such a manner as to prevent intrusion of foreign matter. 8.4.2.4 Coarse aggregate

i) General The coarse aggregate should not contain any deleterious material as mentioned in the BIS 383. a) Coarse aggregate for concrete shall be clean, dense durable and free from vegetable matter. Predominantly flaky aggregates shall not be used. All coarse aggregates shall be washed and/or screened by the Contractor, if required. The percentage of deleterious substances in coarse aggregate shall not exceed the following values. Materials passing 150 micron IS sieve screen Shale Coal Soft fragments Other deleterious substances Clay lumps 1 percent by weight 1 percent 1 percent 3 percent 1 percent 1 percent by weight by weight by weight by weight by weight

Coarse aggregates will be tested for their gradation, specific gravity, water absorption, impact and abrasion values, soundness, petrographic analysis, deleterious constituents, flakiness and elongation indices and alkali aggregate reactivity and alkali silica reactivity etc., b) The sum of the percentage of all the deleterious substances shall, however, not exceed 5 percent by weight. The coarse aggregate shall satisfy abrasion, soundness, crushing and alkali aggregate reactivity test and water absorption results as laid down in IS: 383 and other relevant Indian Standards. ii) Grading a) Coarse aggregate shall be well graded to give a dense concrete of the specified strength and consistency that will work readily into position without segregation and without the use of excessive water content.

CONTRACTJERfH^^ J\ <fl

SUPERD^ffiNB^G-ENeB^EER^&eADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony5Chinthagattu,Warangal.

93
93 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I P a r t - A: Tech, Specifications of Spillway ( Vol- II)

b) Coarse aggregate shall be supplied in the nominal sizes given in IS 383. For any one of the nominal sizes, the proportion of other sizes as determined by the method described in IS 2386 (Part-I). However, the exact gradation required to produce a dense concrete of specified strength and desired workability grading table as per IS:383.

c) The material passing through the screen shall be in grade ranging from 40 mm to 4.75 mm. Each grade shall be stacked separately. d) Specific gravity: 2.60 minimum. 8.4.2.5 Storage a) Aggregate shall be stacked in such a way as to prevent the admixture of foreign materials such as soil, vegetable matter etc. Heaps of fine and coarse aggregates should be kept separate. When different sizes of fine or coarse aggregate are procured separately, they shall be stored in separate stock-piles, sufficiently away from each other to prevent the materials at the edge of the piles from getting intermixed. b) The aggregates shall be stockpiled adjacent to the mixer site so as to require minimum rehandling and labour when conveyed to the mixer. c) The aggregates shall be placed on a dry hard patch of ground if available otherwise platform of planks or plain galvanized iron sheets or alternatively on a floor of stock slabs or a thin layer of lean concrete. d) To minimize moisture variations, the stock piles shall be spread over as large an area as possible but left low and fairly uniform in height preferably 1.25 to 1.50 metre and the lowest layer of about 30 cm height shall be allowed to act as drainage layer and not used till end. 8.4.2.6 Coarse aggregate a. The provision of section 8.4.2.4 shall apply b. As specified in 1S:383 crushing value shall be 45 percent for aggregates used for concrete other than for wearing surfaces, and 30percent for aggregates used for concrete for wearing surfaces.

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

94

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

c. The aggregate shall have Los-Angeles abrasion value of not more than 30 percent for aggregates used for wearing surfaces and 50 percent for aggregates used for non-wearing surfaces. d. Coarse aggregates shall be washed if necessary to remove all vegetations and other perishable substances and objectionable amount of other foreign matter. The cost of washing and screening shall be borne by the contractor. Following shall be maximum nominal size of coarse aggregate for different items of work. The sizes of aggregates for different items of work shall be as specified in drawings or as directed by the Engineer-in-charge. For heavily reinforced concrete members as in the case of ribs of main beams, nominal maximum size of aggregate shall usually be restricted to 5 mm less than the minimum lateral clear distance between the main bars, or 5 mm less than the minimum cover to the reinforcement whichever is smaller. However, if required under special circumstances, the Engineerin-Charge may permit an aggregate of maximum size 25% more than this critical spacing/cover, provided that proper vibration is ensured. 8.4.3 Water: a) Water used for mixing and curing of concrete and mortar shall be clean and free from injurious amounts of deleterious materials. The water proposed to use shall be confirming to IS: 3025 and other relevant BIS codes. b) Where water is found to contain injurious amounts of oils, organic matter, sugar, an excess of acid, alkali, salt, the Engineer-in-Charge will refuse to permit its use. As a guide the following table represents the maximum permissible values. PERCE NT BY WEIGHT Organic Inorganic Sulphate (as S04) Chlorides (as cl) PH value Suspended matter 0.02 0.30 0.05 0.10 6 to 8 2000 mg/litre

c) Sample of water taken for testing shall not receive any treatment other than that envisaged in the regular supply of water proposed for use in concrete. The sample shall be stored in a clean container previously rinsed out with similar water. Average 28 days compressive strength of atleast

CONTRACT

SUPERim^emG^ENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

95

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

three 15 cm concrete cubes prepared with water proposed to be used shall not be less than 90 percent of the average of strength of three similar concrete cubes prepared with distilled water. The cubes shall be prepared, cured and tested in accordance with the requirements of IS: 516. d) The initial setting time of the test block made with the appropriate cement and the water proposed to be used shall not be less than 30 minutes and shall not defer by +3 minutes from the initial setting time of control test block prepared with the same cement and distilled water. The test blocks shall be prepared and tested in accordance with the requirements of IS: 4031. e) A reliable and adequate water supply shall be installed and maintained by the Contractor for washing of aggregates, manufacturing and curing of concrete 4 Admixtures: i) General Admixtures, including Pozzolonas, air entraining agents, wetting agents, etc., shall be used only under specific authorization and wherever so permitted. The proportions and methods of use shall be specified by the Engineer-in-charge. No material other than the essential ingredients i.e., cements, aggregate and water, shall ordinarily be used in the manufacture of concrete or mortar. But the Engineer-in-Charge may permit the use of approved admixtures for imparting special characteristics to the concrete, on satisfactory evidence that its use does not in any way adversely affect the properties of concrete particularly its strength, volume changes, durability and has no deleterious affect on the reinforcement. The admixtures shall be confirmed to IS 9103. The contractor shall use air entraining agent (AEA) as directed by the Engineer-in-charge. The air entraining agent procured by the Contractor shall be approved by the Engineer-in-Charge. Air entraining agent (AEA) as an admixture shall be added to the concrete batch in solution. It shall be batched by means of mechanical batches capable of correct measurement and in such a manner as will ensure uniform distribution of the agent throughout the batch during the specified mixing period. The amount of AEA used shall be such as to effect air entrainment from 4 to 6 percent by volume in that portion of the concrete containing aggregates

SUPERINTEEQ^G^NGINEERj&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

96
96 P.V.N.R.Kanthanapally SujalaSravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

smaller than the 40 mm square mesh sieve after its placement and vibration in the forms. The actual percentage of air shall be as fixed by the Engineer-in-Charge and will be changed whenever necessary to meet the varying conditions encountered during construction. Cost of such admixture shall be borne by the Contractor and shall be deemed to have been included in the unit rates quoted by the Contractor for relevant items. (1) Admixtures to be used for concrete production shall be tested for their suitability with the cement and other materials under actual working conditions. Each shipment of admixtures shall be tested for density and dry extract. (2) Admixtures older than 12 months, after their manufacturing, shall be tested for deterioration. (3)- Total lot of admixtures from which the tested sample failed the criteria, shall be rejected. ii) Tests The contractor shall provide satisfactory facilities for easy and quick collection of adequate test samples. All tests for the evaluation and approval of an admixture shall be determined as per the requirement of IS: 9103. 8.5 Design Mix and Temperature Studies: Well before the commencement of concrete work, the contractor should get the fine aggregate and coarse aggregate from quarries and get the materials tested in accordance with the relevant BIS codes at APERL Hyderabad and submit the test results for approval of the Employer. With these materials the concrete mixes shall be got designed at APERL Hyderabad and submit for the approval of the Employer and the designed mix concrete shall only be placed on works. Subsequently based on the design mix, atmospheric conditions at Spillway site. The contractor has to get the temperature control studies of mass concrete for spillway done at APERL Hyderabad or as directed by Employer.

SUPERINTENDING ENGINEERJ&CADO, ^~~ J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonyjChinthagatti^Warangal.

97
97 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- li)

Based on these studies, cooling requirements, lift height while laying concrete and. time gap between successive layers, cooling arrangements such as cooling of aggregate by cold water / ice and time of concreting during the day and programme of concreting made for completion of work shall be submitted to Employer for approval. The rates quoted by the contractor for concrete items is deemed to have included the cost of mix design, temperature control studies of mass concreting of Spillway and operations, actual cooling of aggregates in accordance with results of cooling studies, plant, machinery and other incidental charges etc. required and no extra on any account will be paid separately. The following minimum cement shall comply with requirements of IS 456.

S.No 1 2 3 4 5 6 7 8 9 10

Grade of Concrete PCC, M-10 PCC, M-10 PCC.M-15 PCC, M-15 RCC, M-20 RCC, M-20 RCC, M-20 RCC, M-20 RCC, M-25 RCC, M-30

MSA 80mm 40mm 80 mm 40 mm 80 mm 40 mm 20 mm 20 mm 20 mm 20 mm

Specified 28 days strength in Kg/cm2 100 100 150 150 200 200 200 200 250 300

Cement content in Kgs/cum 220 220 250 260 300 310 330 350 380 447

Note: If the grade specified by CE, CDO in their drawings are not available in the table mentioned above, for the grade mentioned by CE CDO cement content for the next higher grade shall be adopted.

98

98

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

(1)

Denomination of concrete classes is based on the nominal cube compressive strength (in Newton per square mm) and maximum aggregate size.

(2) The cube compressive strength is defined as the strength as measured at 28 days. The strength shall comply with the requirements of IS: 456. (3) The anticipated classes of concrete required in various sections of work and the specific class of concrete to be used in each area will be shown on the Construction Drawings or as directed by Engineer-in-Charge: (4) The Contractor shall prepare the trial mixes in line with design mix using the cement, water, aggregates and admixtures intended for the work and which confirm to the requirements specified in this Section or as per relevant BIS codes. (5) The contractor shall submit the test reports to the Engineer-in-Charge for approval. This preliminary test program shall include the determination of following parameters:

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

Cement properties, Characteristics of aggregates, Mix water properties, Admixture properties, Proportion of uncrushed to crushed aggregates, Cement content, Water-cement ratio (W/C), Workability of concrete mixes, Compressive and tensile strength, Entrained air, Density,

e) * Proportion of aggregate ranges in the mix,

m) Water-tightness.

99
99 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

(6) These test shall be carried out until the concrete mixes show appropriate strength, workability, density, and water-tightness without the use of excessive cement and water. (7) To carry out these preconstruction tests, full-scale machine-mixed test batches shall be made and test samples taken there from. Tests shall be made in 60 days before the commencement of concrete, so that complete and acceptable results are available before concreting of structures.

(8) Test samples shall be made in accordance with IS: 1199 and tested in accordance with IS: 516. The test results shall be analyzed if it found necessary and shall rectify the defects in accordance with IS: 456 and other relevant BIS codes. (9) The mixes for different classes of concrete shall have to be laid in accordance with the CWC, New Delhi approved drawing or as directed by the Engineer-in-charge. (10) During the progress of the work, the mixes may be changed whenever, in the opinion of the Engineer-in-Charge, such change is necessary or desirable to secure the required strength, workability, water-tightness, density, economy, or to limit shrinkage. The Contractor shall not change the approved mix proportions without the written permission of the Engineer-in-Charge. (11) Water to be added to the mix shall be adjusted to compensate for any . variation in the free moisture content of the aggregate as they enter the batch plant. Water beyond the specified water-cement ratio shall not be added without the written permission of the Engineer-in-Charge.

QUALITY CONTROL 1 General (1) The Contractor shall be completely responsible for carrying out the entire work and performing detailed quality control program during the execution of the work. This quality assurance program shall be subject to inspection and checking by the Engineer-ln-Charge.

t^g%

=@^-"SUPERINTmDlNGENGlNEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

CONTR>*Kerabad)sJI \ ^ ^ # ^ \ t s ^ ^

100
100 P.V.N.R.KanthanapallySujalaSravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

(2) The Contractor shall keep records of test results and the same shall be submitted to the Engineer-in-Charge in triplicate. (3) Should the Contractor wish to reduce his approved testing program he shall submit to the Engineer-in-Charge of these changes two weeks in advance. Besides Contractor's testing program, the Engineer-in-Charge modify the testing programme to the extent as he deems necessary and the same is binding on the contractor at no extra cost. The Contractor shall give all required assistance in sampling and provide for the proper storage and transport of the specimens to be tested by the Engineer-in. Charge.

(4)

(5) The Contractor shall make such arrangements or purchase a new equipment, if the test results prove that changes in concrete plant are necessary to obtain required concrete quality.

8.6.2 (1)

Site Laboratory The Contractor shall build, equip, and operate the site laboratory in which the tests included in the Quality Control Programme or as directed by the Engineer-in-charge will be carried out. In some cases where special tests are required, they will be made in other specialised laboratories after written permission by the Engineer-in-Charge.

(2) The laboratory shall be equipped with all the necessary equipment to carry out the tests indicated below. a) Tests on aggregates as per IS 2386 (Parts I to VIII) - Sieve analysis - Compressive strength - Specific gravity - Water absorption - Flakiness - Elongation - Sand equivalent - Soundness and organic matter

101
101 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Los Angeles abrasion Impact test

b) Tests on cement - Equivalent alkaline content (IS 4032) - Specific Blaine surface (IS 4031 (6)) - Standard Mortar Compressive Strength (IS 4031 (6)) - Shrinkage (IS 4031 (10)) - Heat of hydration (IS 4031 (9)) - Setting time (IS 4031 (5)) c) Tests on fresh concrete - Consistency through slump test (IS 1199) -Workability - Heat of hydration using thermometers, cells and recording instruments d) Tests on hardened concrete - Compressive strength on all classes of concrete (IS 516) - Shrinkage (IS 4031 (10)) (3) The site laboratory shall be properly air-conditioned and equipped with temperature, relative humidity recording instruments and all other relevant necessary equipment or as directed by the Engineer-in-charge. 8.6.3 Concrete Sampling and Testing 8.6.3.1 Aggregates (1) Aggregate samples shall be taken from silos at the batching plant or from the conveyor belt. (2) The sampling shall be done at the frequency of one every 1,000 m3 of . produced concrete (cumulative of all concrete classes) and once a week at minimum and confirming to relevant BIS codes or as directed by Engineer-in-Charge.
.

(3) ThefolloMng tests will be carried out but not limited to:

A
CONTRACTOR /$H SUPERINTE^^3ING^NGINEER,I&GADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

102
102 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech, Specifications of Spillway ( Vol- II)

- Sieve analysis - Sand equivalent - Cleanliness - Flakiness - Los Angeles abrasion {impact test -Crushing test 8.6.3.2Cement (1) (2) In case cement is procured by contractor the Quality control of cement shall be under taken as described below. Quality control of cement shall first take place at the cement factory. This will be exercised by the factory itself under the supervision and the follow-up of the owner. The quality control program at site will be established by the Contractor and shall be submitted for the approval of the Engineer-in-Charge. The requirements on the Site laboratory are stipulated in the Section 8.6.2 "Site Laboratory". The following tests will be carried out: - Setting time - Expansion - Specific Blaine surface - Equivalent alkali content - Standard mortar compressive strength - Heat of hydration (5) Furthermore, each week, a sample of cement shall be taken at the batching plant and the following tests shall be carried out: - Setting time, - Specific Blaine surface, - Standard mortar compressive strength at 3, 7 and 28 days.

(3) (4)

103
103 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- li)

8.6.3.3 Water A sample of water will be taken from the concrete batch plant every 3 months and submitted to chemical analysis as described in IS 3025 -1964. 8.6.3.4 Fresh Concrete (1) The following tests shall be carried out by the Contractor on fresh concrete samples: - Consistency (slump tests) on all concrete classes (sieved at 40 mm for 80 mm size of aggregate concrete), - Air content, - Temperature. (2) These tests shall be carried out at the beginning of manufacturing of the concrete for each work or part of the work and for large quantities once every 100 m3. (3) All consistency tests shall be determined on that portion of the total sample, which passes a 40 mm size. (4) Air content shall be determined in accordance with the established standard. (5) One air test (0.006 m3 capacity bowl) is required at the beginning of each shift, whenever a class change occurs, whenever air test results are deviating from specifications and at 500 m3 intervals for each class of concrete in production. (6) Routine air tests as noted above will be determined on that portion of the total sample, which passes a 40 mm sieve size. (7) All coarse aggregate larger than one quarter the minimum dimension of the mould will be removed by wet screening. Portions of samples of concrete used for slump, air content, unit weight, etc. will not be used to mould specimens for compressive strength testing 8.6.3.5 Hardened Concrete (1) Set of six samples for compressive strength tests at 7 and 28 days will be taken and tested for each part of the work, being defined as the volume poured in one concreting operation.

SUPERINTENDIN^JENGINEE^I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

104
104 PiV.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

(2) For large concreting operations, this set of sample will be taken every 200 m3. (3) Compressive strength specimens shall be prepared by the Contractor and tests shall be performed in accordance with relevant BIS Codes. 8.6.3.6 Analysis of Results (1) The test results will include the different components analyses, the values obtained on fresh and hardened concrete and the characteristics of the corresponding batch given by the printer of the batching plant. (2) The Contractor shall submit regularly to the Engineer-in-Charge a synthesis of all the results in the form of tables, charts, statistical analyses (weekly and monthly reports). 8.6.3.7 Concrete Plant Monthly checks, or when requested by the Engineer-in-Charge, of the concrete plant's weight-batching accuracy, including the accuracy of any admixture dispenser, shall be made by the Contractor in the presence of the Engineer-in-Charge or his representatives. When checked by standard weights and volumes its accuracy shall be within 0.5% or as specified by the manufacturer and as per relevant BIS codes. 8.7 Acceptance Criteria: The concrete shall be deemed to comply with the strength requirements if: a. every sample has a test strength not less than the characteristic value; or b. the strength of one or more samples though less than the characteristic value is in each case not less than the greater of: c. 1. the characteristic strength minus 1.35 times the standard deviation; and 2. 0.80 times the characteristic strength; and the average strength of all the samples is not less than the characteristic strength plus (1.65 1.65 / Vnumber of samples) x S.D. The concrete shall be deemed not to comply with the strength requirements if: a. the strength of any sample is less than the greater of 1. the characteristic strength minus 1.35 times the standard deviation; and 2. 0.80 times the characteristic strength; or

CONTRACTORS^

^ % /]

SUPERflfTSSMG-HNGlNHKigtcTroD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

105
105 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

b. the average strength of all the samples is less than the characteristic strength plus (1.65 - 3 / Vnumber of samples) x S.D. Concrete which does not meet the strength requirements as specified but has strength greater than that required may, at the discretion of the Engineer-incharge, be accepted as being structurally adequate without further testing. If the concrete is deemed not to comply the structural adequacy of the parts affected shall be investigated and any consequential action as needed shall be taken by the Employer. Concrete of each grade shall be assessed separately. Concrete shall be assessed daily for compliance. Concrete is liable to be rejected if it is porous or honey-combed; its placing has been interrupted without providing a proper construction point; the reinforcement has been displaced beyond the tolerances specified; or construction tolerances have not been met. However, the hardened concrete may be accepted after carrying out suitable remedial measures to the satisfaction of the Competent Authorities from both Construction and Quality Control wing. The measured values shall be within the specified range of values indicated in the relevant BIS codes. Any unsuitable material should be eliminated and the concrete manufacturing be suspended until the Contractor justifies that the replacing component is acceptable. 8.7.1 Fresh Concrete Any controlled batch which will not satisfy the specified conditions in terms of consistency, air content and temperature as per the relevant BIS codes, Central Water Commission guidelines and other norms applicable will be eliminated and concreting suspended until it is shown that corrections brought to the following batches are satisfactory.

SUPERINTS&feSSlrlNKHR^fcADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

106
106 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

8.7.2

Hardened Concrete (1) The acceptance criteria for hardened concrete shall be as per IS: 456 and other relevant BIS codes. (2) If analysis of test cube results indicates poorer concrete in the structure as per the acceptance criteria of IS: 456 and other relevant codes, the Engineer-in-Charge will order the Contractor to provide core tests. Location and number of cores will be decided by the Engineer-inCharge. The Contractor shall take out the specified sizes of cores from the structure. (3) In case the concrete cores fail to meet the specifications and the Engineer-in-Charge is not satisfied with various tests results and quality, he will then instruct the Contractor for removal or subsequent suitable strengthening measures for such works at no extra cost.

8.8 Batching and Mixing 8.8.1 General (1) The Contractor shall provide, operate, and maintain at the Site automatic batching equipment to determine and control the amount of each individual material entering the Batching Plant. Batching equipment shall be designed for such capacities, which will permit performance of the concrete work in accordance with Contractual Construction Program. (2) Water, cement, admixtures, fine aggregate and coarse aggregate shall be measured separately and not cumulatively.

a) The concrete ingredients viz. coarse aggregate, fine aggregate cement, water and admixtures shall be as per design mix and as specified in the relevant BIS codes. b) Except where it can be shown to the satisfaction of the Engineer-in-Charge that supply of properly graded aggregate of uniform quality can be maintained till the completion period of work. Grading of aggregate should be controlled by obtaining the coarse aggregate in different sizes and blending them in the right proportions as required. Different sizes, however, shall be stocked in separate stock piles. Required quantity shall be stock piled several hours, preferably a day before use. Grading of coarse and fine aggregate shall be checked as frequently as possible, frequency for a given job being determined by the Engineer-in-Charge to

CONTRACT

SUPERDfffiffi^^NtjINEER3I&CADD^ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

107
t v

107

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vo!- II)

ensure that the suppliers are maintaining the uniform grading as approved for samples used in preliminary tests. c) In proportioning concrete the quantity of cement, sand and aggregate shall be determined by weight. Where the weight of cement is determined by accepting the maker's weight per bag, a reasonable number of bags should be weighed separately to check the net weight. Where the cement is weighed from the bulk at the site and not in bags, it shall be weighed separately from the aggregates. Water shall be measured by volume in calibrated tanks or weighed. Any solid admixtures that may be added, may be measured by mass, liquid and paste admixtures by volume or mass. Batching plant where used should conform to IS: 4925. All measuring equipment shall be maintained in a clean and serviceable condition. Their accuracy shall be periodically checked and report submitted to Engineerin-charge. d) It is most important to maintain the specified water-cement ratio constantly at its correct value. To this end, moisture content, in both fine and coarse aggregates shall be determined as frequently as possible, frequency for a given job being determined by the Engineer-in-Charge according to weather conditions. The amount of mixing water shall then be adjusted to compensate for variations in the moisture content. For the determination of moisture content in the aggregates, IS: 2386 (Part III) may be referred to. Suitable adjustments shall also be made in the weights of aggregates to allow for the variation in weight of aggregates due to variation in their moisture content. e) The contractor shall provide such means and equipments as are required to accurately determine and control the relative amounts of the various materials including water, cement, admixtures, sand and each specified size of coarse aggregate required for the concrete. Such means and the equipment and its operation shall be subject, at all times, to the approval of the Engineer-in-Charge. f) The measuring and weighing equipment shall operate within the limits of accuracy specified. Standard tests of weights and other auxiliary equipments required for checking their satisfactory performance shall be provided by the department. g) The equipment shall be capable of controlling the delivery of material for weighting so that the combined inaccuracies in feeding and measuring during normal operations do not exceed 1% for water and 3% for all aggregates. Periodical tests shall be made at least once in every two

SUPERINTENDIMTENUINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

+08
108 P.V.N.R.Kanthanapally SujalaSravanthi Project
Phase-I Package-I Part- A: Tech, Specifications of Spillway ( Vol- II)

weeks in the case of equipment for measuring water, cement and admixtures and at least once in every month in case of equipment measuring sand and coarse aggregate. However, this shall not obstruct any surprise checking and testing at any time as desired by the Engineerin-Charge. Repairs, replacement, or adjustments of equipment shall be made, as necessary, in order to secure satisfactory performance. h) The weighting equipment shall confirm to the requirement of IS 2722 and the batching and mixing plant to the requirements of IS: 4925 and other relevant BIS codes. i) In addition to IS: 1791, the mixing equipment shall confirm to the following further requirements. a. Plant configuration shall be such that the mixing of each mixer can be observed from a safe location which can be easily reached from the control station. Provisions shall also be made so that the operator can observe the concrete in the receiving hopper or bucket as it is being dumped from the mixer. b. Each mixer shall be controlled with a timing device which will indicate the mixing period and assure compliance of the required period of mixing. c. The batch plant shall be equipped with an interlocking mechanism which will prevent concrete batched from entering mixers which are not empty. j) Except where it can be shown to the satisfaction of the Engineer-in-Charge that supply of properly graded aggregate of uniform quality can be maintained till the completion period of work. Grading of aggregate should be controlled by obtaining the coarse aggregate in different sizes and blending them in the right proportions as required. Different sizes, however, shall be stocked in separate stock piles. Required quantity shall be stock piled several hours, preferably a day before use. Grading of coarse and fine aggregate shall be checked as frequently as possible, frequency for a given job being determined by the Engineer-in-Charge to ensure that the suppliers are maintaining the uniform grading as approved for samples used in preliminary tests.

109
,j
109

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

k) In proportioning concrete the quantity of cement, sand and aggregate shall be determined by weight. Where the weight of cement is determined by accepting the maker's weight per bag, a reasonable number of bags should be weighed separately to check the net weight. Where the cement is weighed from the bulk at the site and not in bags, it shall be weighed separately from the aggregates. Water shall be measured by volume in calibrated tanks or weighed. Any solid admixtures that may be added, may be measured by mass, liquid and paste admixtures by volume or mass. Batching plant where used should confirm to IS: 4925. All measuring equipment shall be maintained in a clean and serviceable condition. Their accuracy shall be periodically checked. I) It is most important to maintain the specified water-cement ratio constant at its correct value. To this end, moisture content, in both fine and coarse aggregates shall be determined as frequently as possible, frequency for a given job being determined by the Engineer-in-Charge according to weather conditions. The amount of mixing water shall then be adjusted to compensate for variations in the moisture content. For the determination of moisture content in the aggregates, IS: 2386 (Part III) may be referred to. Suitable adjustments shall also be made in the weights of aggregates to allow for the variation in weight of aggregates due to variation in their moisture content. Concrete as discharged from the mixer shall be uniform in composition and consistency from batch to batch. Workability shall be checked at frequent intervals as per IS: 1199. Mixers will be examined regularly by the Engineerin-Charge for change in condition due to accumulation of hardened concrete or mortar or due to wear of blades. The mixing shall be continued until there is a uniform distribution of the materials so that the mass is uniform in colour and consistency and to the satisfaction of the Engineer-in-Charge. If there is segregation after unloading, the concrete should be re-mixed. Any mixer that at any time produces unsatisfactory mix shall not be used until repaired. If repair attempts are unsuccessful, a defective mixer shall be replaced. 8.8.2 Batching Equipment (1) At the batching plant, standard certified test weights shall be provided and such other auxiliary equipment as may be necessary to check the operating performance of each scale or other measuring device. When

SUPERINTENDINGENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

110
i 10 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol-ll)

required by the Engineer-in-Charge, operator shall make these tests in his presence. Unless otherwise required by the Engineer-in-Charge, check tests of equipment used for measuring water, cement aggregates and admixtures shall be made at least every week. After completion of each check test, contractor shall report the results to the Engineer-inCharge and make such adjustment, repairs or replacement as the Engineer-in-Charge deems necessary to secure satisfactory performance before further use of the measuring devices. (2) The batching equipment shall be capable of handling a minimum of three different sets of mix proportions concurrently, without having to reset scales manually, and recording the number of batches of each mix separately. (3) Each measuring unit shall include a visible springless dial (metric) which will register the scale load at any stage of the measuring operation or shall include an over-and-under indicator, which will show the scale in balance at no load when loaded to the beam setting. The masses of the components of each batch shall be automatically recorded and the records submitted to the Engineer-in-Charge at daily intervals or as directed. (4) Each measuring indicator and measuring device shall be in full view of the operator, and the measuring equipment shall be arranged so that the operator may conveniently observe the operation of the bin gates, the materials discharging into the mixer and the concrete during mixing ' and discharging. The batch panel shall be equipped with chatter controls to control the dribble for each material batched and a volume selector capable of settings from 1 m3 up to the mixer capacity in increments of 1 m3. (5) The batching equipment shall be so constructed and arranged that the sequence and timing of the batcher discharge gates can be controlled to produce an intermixing of the aggregate, water and cementing materials, as the materials pass through the charging hopper into the mixer. The batching controls shall be so interlocked that a new batching cycle cannot be started until all the weighing hoppers are completely empty.

. ,-,i
111 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

(6) The operating mechanism in the water-measuring device shall be such that no leakage will occur when the valves are closed and the discharge valve cannot be opened until the filling valve is closed. (7) The dispensing device for adding admixtures shall be interlocked with the batching and discharging operation of the water so that the batching and discharging of the admixtures will be automatic. The device shall be . capable of permitting the quantity of admixture being batched to be adjusted and shall be equipped with a suitable warning device to indicate when the level in the reservoir tank is low. (8) A calibrated container shall be incorporated in each admixture holding system such that normally the admixture will bypass the container during batching. However, at any time it will be possible to direct the batched material into the container to check the accuracy of measurement. (9) The batching equipment shall include an accurate recorder for providing a continuous visible record of the measurement of each separate material, including all added water and admixture. (10) The measuring and recording equipment shall be supported on foundations independent of those for the mixing plant to prevent them . from being affected by vibration. (11) Effective communication system including telephone shall be provided between the concrete plant and the point of placement at all times, and such facilities shall also be available at either location for use by the Engineer-in-Charge as required. (12) Volume batching will not be permitted. (13) In case of use of fully automated batching plant, all the recording and indicating system intentioned above shall be available and on-line control of all components of the batching plant shall be provided. 8.8.3 MIXING (1) Concrete shall be mixed in power-driven stationary batch mixers of approved type and size. They shall be kept clean and in proper working order. The mixing blades in the drum shall be replaced when worn by 10% or more of their design dimensions.

SUPERINTERBrrcOENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

112
112 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

(2) Movable truck mixers shall not be permitted for mixing concrete mixes. (3)' The batching plant shall be provided with a bypass such that the mix materials can be discharged directly into a transit mixer drum. This bypass is to be used only in emergency and with permission of the Engineer-in-Charge. (4) The mixing equipment shall be capable of combining the aggregate, cementing materials, water and other ingredients, within the time hereinafter specified, into a thoroughly mixed and uniform mass, and of discharging the mixture without segregation. (5) The mixers shall be so charged that some water will enter in advance of cement and aggregate and all materials shall continue to flow in as rapidly as possible. The construction of the mixers should prevent loss of materials during charging. (6) The mixers shall not be charged beyond their rated capacities and the entire contents of the mixer shall be discharged before recharging. (7) The mixing time shall be increased when, in the opinion of the Engineerin-Charge, the charging and mixing operations fail to result in the required uniformity of composition and consistency within the batch and from batch to batch. (8) Mixers shall be rotated at the rate recommended by the manufacturer of the mixers. (9) The arrangement for controlling, measuring and mixing operations shall be such that the operator may observe the concrete discharging from the mixer. (10) Each mixer shall be equipped with a mechanically or electrically operated timing and signaling device for indicating and assuring the completion of the required mixing period and for counting the batches. (11) Should a mixer at any time prove unsatisfactory, it shall be replaced or its use discontinued until it is made satisfactory. (12) Each mixer shall be cleaned after each period of continuous operation and shall be maintained in such a condition that the mixing action will not be impaired. (13) On no account shall any addition be made to any component of a concrete batched once that batch has been mixed and discharged from the mixer, whether for the purpose of retampering or for any other reason.

113
113 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech, Specifications of Spillway ( Vol- II)

(14) Batching and mixing of concrete shall not commence unless due notice, at least 24 hours in advance, is to be given to the Engineer-in-Charge and written approval shall have to be obtained for the placing arrangements, and for the preparation and accuracy of the part of the Works in which concrete is to be placed (15) Concrete ingredients as per design mix batching mixers shall be thoroughly mixed in designed to positively ensure uniform distribution of all the component materials throughout the concrete at the end of the mixing period. Mixing shall be done as per IS 456. The mixer should comply with IS: 1791 (IS Specifications for batch type concrete mixers) mixers should not be loaded in excess of 10% of the manufacturer's rated capacity.

(16) Water shall be admitted prior to and during charging of the mixer with all other concrete ingredients. After all materials are in the mixer, each batch shall be mixed for not less than the time specified by the Engineer-in-Charge. In no case shall the mixing be done for less than 2 minutes after all ingredients have been put into the mixer. The minimum mixing time specified is based on average mixer performance. The Engineer-in-Charge will adjust the minimum mixing time as required by the observations of the mix delivered from mixer. Excessive over mixing which require addition of water to maintain the required concrete consistency will not be permitted. (17) The following practices shall be adopted:

A. The ingredients (cement, fine and coarse aggregate) should be fed into the mixer simultaneously and in such manner that the period of flow of each is about the same. B. A portion of the water (between 5 and 10 percent) should precede and a balance quantity should follow the introduction of the other materials. The remaining water should be added uniformly with other material. C . The minimum mixing time shall be as follows the timing to start after all ingredients except the last portion of the water are in the mixer.

SUPERmTENDINtrENGINEEI^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

114
114 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

Capacity of mixer (cubic metres) 1.5 or less 2.0 3.0 4.0 4.0

Time of mixing (minutes) VA 2 2Vz 23/4 3

Mixing time shall not exceed three times the number of minutes given in the tabulation. Mixing equipment should be designed so that mixing can be discontinued and resumed with a full load in the mixer. Minimum mixing times listed in the above table may be reduced if mixed efficiency tests confirm that the decreased time still permits satisfactory mixing. 8.9 Hot and cold weather Concrete. 8.9.1 Temperature of Concrete: (1) The maximum permitted temperature rise in concrete and temperature distribution after placement will be determined by the Engineer-in-Charge based on the laboratory test performed prior to the start of concrete work using the actual cement, concrete mix proportions, and diffusibility for the concrete under consideration, or by actual field monitoring. (2) Concrete operations shall be temporarily suspended during excessively hot, cold or inclement weather. Concrete operation shall be carried out in accordance with BIS 457,14591 and other relevant BIS codes. (3) The concrete temperature shall not be more than the values as determined by cooling studies. The cooling studies shall have to be carried out well before the commencement of concrete work and cooling studies shall have to be carried out as directed by the Employer. 8.9.2 Hot Weather Precautions (1) The Contractor shall furnish, install, operate, and maintain equipment and make the necessary provisions in order to maintain the temperature of concrete, when being placed, below the maximum temperatures specified above.

CONTRACT1

SUPERINfENDINGENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

115
115 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

(2) Following means shall be employed to attain the specified concrete temperatures: a) Pre-cooling of coarse aggregate by sprinkling, immersion in cold water or with cold air blast, b) Refrigerating the mixing water or adding the chip or flake ice as a portion of the mixing water, c) Insulating the water tanks and water supply lines, cement silos, mix drums, exposed pipelines for pumped concrete and sheltering the aggregates, d) Mixing and placing the concrete at night. (3) (4) (5) (6) Ice, when used for mixing water, shall be completely melted before mixing is completed. The temperature of concrete at the mixing plant shall be 2C lower than the placing temperature specified above. The Contractor's concreting operations shall be in accordance with the recommendations contained in IS: 7861 (Part 1). The use of liquid nitrogen in lieu of ice may be permitted by the Engineer-in-Charge after review of proposed details for its use submitted by the Contractor.

8.9.3 Temperature Control for Mass Concrete in Spillway (1) (2) For mass concrete in spillway and Power blocks,Navigation Channel,Head regulator, the maximum lift height shall be 1.5 m. The temperature difference (i.e. the gradient) between the interior "core" and the coldest exterior concrete surface shall not exceed 22C. Interior and exterior temperatures shall be monitored unless otherwise directed by the Engineer-in-Charge. The Contractor shall provide his proposed monitoring program for the approval of Engineer-in-Charge in charge. The Contractor shall supply and install temperature meters in the fresh concrete and perform temperature measurement.

(3)

While placing the concrete in the forms, concrete shall have a temperature of not more than the maximum value as determined by cooling studies where necepa^cmeasures like cooling of aggregate by spraying with water and air c SUPEKE^TOHiroENGINEE^I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C. Colony, Chinthagattu,Warangal.

116
116 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

blasting etc., shall be adopted. The concrete placing schedules shall be so arranged that concrete shall not be placed during certain hours of the day when the placement temperature of concrete, may exceed the maximum permissible temperature as per cooling studies recommendation. The concrete lift thickness also shall not be more than the maximum recommended lift as per cooling studies. 8.10 CONVEYING:The method of transporting and placing concrete shall be as approved by the Engineer-in-Charge, Concrete shall be transported from the batching plant to the place of final depositing as rapidly as possible by methods which will prevent segregation of the ingredients or slump loss in excess of 25mm and/or a loss in air content of more than one percent before the concrete is placed in the works. It shall be transported, laid and compacted in its final position within 30 minutes of its discharge from the mixer. (1) The method and facilities for concrete transport shall be selected by the Contractor within the limitations of these Specifications, and he shall be responsible for adequacy and suitability of the transporting system. The time elapse between mixing and the initial set of the concrete shall be taken into consideration. All methods used shall be reviewed by the Engineer-in-Charge. (2) The concrete transporting methods and facilities shall be such that will prevent segregation of coarse aggregate, excessive loss of slump, and loss of ingredients. Equipment such as buckets, cars, conveyers and pumping equipment which may be used for conveying concrete, shall be of such size, design and condition as to ensure an even and adequate supply of concrete at the placement area. All equipment shall be kept clean and in good working condition.

(3) Concrete may be dropped through flexible elephant-trunk chutes, provided methods are used at the lower end to retard the speed of the falling concrete and prevent it from segregating. Where it is necessary to drop concrete from more than 1.5m it shall fall into a hopper with a capacity of 1m3 more than the total capacity of the full trunk. (4) All conveying plant shall be supported independently of the forms, except as specifically permitted by the Engineer-in-Charge.

CONTRACT!

_S6=a
SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal. .

117
117 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway (Vol- II)

If buckets are used for conveying low slump concrete, they shall be capable of promoting discharge in controlled quantities without splashing or segregating and shall be of such capacity that there is no splitting of batches in loading buckets. Buckets shall be of the bottom dump type permitting an even, controlled flow into the forms or hopper without undue splashing or segregation. Conveying vehicles shall be designed to facilitate uniform delivery rather than quick dumping. Where the time of haul exceeds 20 minutes, mixed concrete shall be transported in suitable agitators or transit mixers. Method of conveying concrete by chutes, belt conveyors or similar equipment in a thin, continuous and exposed flow to the forms will be permitted only for limited and isolated sections of the work. When concrete is conveyed by chutes the plant shall be of such size and design as to ensure practically continuous flow of concrete in a compact mass without separation or loss of ingredients and shall be protected from wind and sun whenever necessary to prevent loss of slump by evaporation, and shall be furnished with a discharge hopper. Free fall or drop of concrete shall be limited to 150 cm. Chute sections shall be made of or lined with metal and all runs shall have approximately the same slopes not flatter than one vertical to 21/4 horizontal. The required consistency of concrete shall not be changed in order to facilitate chuting. Where it becomes necessary to change the consistency, the concrete mix shall be completely redesigned. Wherever there is a free fall within the conveying system, suitable baffle plates, splash boards, or down spouts shall be provided to prevent segregation, splashing or loss of ingredients. Whenever it is necessary to hold the discharge end of a chute more than 3 metres above the level of the fresh concrete, a flexible down spout shall be used to break the fall and confine the flow. The lower end of the spout shall be held close to the place of deposit. Wherever depositing is intermittent, a discharge hopper shall be provided. All chutes shall be thoroughly cleaned before and after each run. All wash water and debris shall be disposed off outside the forms. Slope of chutes shall be adjusted that the concrete flows without the use of an excessive quantity of water and without any segregation of its ingredients.

SUPEESMBSlNG ENGINEER,I&eM3D., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

118

118

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Equipment used for transporting concrete from the mixer to the forms shall be maintained free from deposits of stiff concrete and leakage of mortar. Batch containers, transit mixers, agitators, chutes, concrete pumps, pipe-lines and discharge hoppers shall be thoroughly cleaned after each run. All wash water and debris shall be disposed off. 8.11 SETTLEMENT CONTROL OF SPILLWAY (1) Control of settlement of Spillway foundation is an important requirement so differential loading of Spillway foundation needs to be minimised. For monitoring of Spillway, settlement and stress measuring instruments shall be provided as per construction drawing. The agency shall have to prepare the detailed concreting methodology and planning the same shall have to be got approved by the Engineer-in-Charge well in advance of commencement of concreting. (2) During concreting of Spillway, contractor shall regularly monitor and analyze instrumentation data. Construction methodology shall have to be modified, if warranted, from settlement requirement and/ or as directed by Engineer-in-Charge. 8.12 Forms for concrete General requirements: Forms shall be used wherever necessary to confine the concrete, shape it to the required lines or to ensure against contamination of the concrete by materials caving or sloughing in from adjacent excavations or other features of the work. All exposed concrete surfaces having slopes of 1 to 2 or steeper shall be formed. Where the side slopes of walls of an excavation for concrete structure can be trimmed to the prescribed lines without sloughing the use of forms will not be required. Forms shall have sufficient strength to withstand the pressure resulting from placement and vibration of the concrete and shall be maintained rigidly in correct position. Forms shall be tight to prevent loss of mortar from the concrete. Moulding strips shall be placed in the corners of forms so as to produce levelled edges at formed surface and edges at formed joints will not require levelling unless so indicated on the drawings. Forms for concrete surfaces for which finishes F3 and F4 are specified shall be reset and tightened at construction joints, so that they fit snugly and firmly against the hardened concrete when concrete replacement is resumed. Additional

CONTRACT

SUPERINT^^SGENSNEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

119
119 P. V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

forms / ties shall be provided as necessary to ensure against spreading of the reset forms under pressure of the subsequently placed concrete and consequent offset from the previously formed face. Tongue and groove sheathing Tongue and groove sheathing, where used for forming shall be 10 cm to 15 cm common T & G and shall be placed horizontally. 8.12.1 Forms for warped surfaces designed for F4 finish: Forms for warped surfaces shall be constructed so as to conform accurately to the required curvatures of the sections. Intermediate sections shall be interpolated as necessary for the type of form construction being used and the forms shall be prepared, so that the curvatures will be continuous between sections. Where necessary to meet requirements for curvature the form sheathing built of laminated slices be cut to make tight and smooth form surface. The forms are to be constructed such that the joint marks on the concrete surfaces inside of principal water conduits shall as far as possible follow the line of water flow. After the forms have been constructed and erected all surface imperfections shall be corrected, all nails shall be hidden and any roughness and all angles on the surfaces of the forms caused by matching the form materials shall be dressed to the required curvatures. 8.12.2 Forms sheathing and lining: Wood sheathing or lining shall be of such kind and quality or shall be treated or coated that there will be no chemical deterioration or discoloration of the formed concrete surface. The type and condition of form sheathing and lining, the ability of the forms to withstand distortion caused by placement and vibration of the concrete and the workmanship used in form construction shall be such that the formed surfaces after being finished will conform with the applicable requirements of these specifications pertaining to finish of formed surfaces. Where finish F3 is specified, the sheathing or lining shall be so placed that the joint marks on the concrete surfaces will be in general alignment both horizontally and vertically. Except where other wise specifically provided materials used for form sheathing lining shall conform to the following requirements.

SUPERlKf^^lNrjOTGmEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

120

120

P;V.N.R.KanthanapalIy Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Required finish of formed surface F1 F2

Wood sheathing or lining

Steel sheathing or lining

Any grade No. 1 common shiplap

Steel sheathing permitted. Steel lining permitted. Steel sheathing permitted. Steel lining permitted if necessary.

F3

No. 1 common tongue & grooved Steel sheathing not permitted. except where plywood lining or ;Steel lining not permitted. sheathing is specifically required. No. 1 common tongue & grooved Steel sheathing permitted. Steel lining not permitted. Thin for plane or cylindrical surfaces plywood lining for warped surfaces. Absorptive form lining backed Steel sheathing not permitted. with No. 1 common shiplap. Steel lining not permitted.

F4

F5

Note: "Steel sheathing" denotes steel sheets not supported by backing of wooden boards "Steel lining" denotes thin steel sheets supported by backing of wooden boards. 8.12.3 Absorptive form lining: Absorptive form lining, where directed to be used shall be of the type of quality approved by the Engineer-in-Charge. The form lining shall be highly absorptive to air and water and through its absorptive capacity able to eliminate voids, pits and other common defects from the concrete surface. The lining shall be readily removable from the concrete without damage to the surface. It shall produce dense concrete surface of uniform and satisfactory texture and colour. The lining itself and treatment employed in its manufacture

CONTRACT'

SUPERINTENHn^ ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

121
121 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

shall not discolour the concrete nor interfere with the normal reaction of the cement. The backing to which absorptive lining is attached shall be sufficiently smooth, even and free from cracks, knot holes and other imperfections to avoid unevenness in the finished surface. The lining shall be of sheets of uniform length and width. Location and direction of the joints shall be as approved by the Engineer-in-Charge. The joints between sheets shall be fitted smoothly and accurately and patching shall be avoided. Cutting and trimming shall be true and shall be done with tools well adapted to this work so that sharp, smooth, square edges are produced. The lining shall be attached to the forms in such a manner that it is held securely and smoothly in place. Nails or tacks, if used shall be spaced in uniform pattern and shall be driven flush. Dents and hammer marks in the surface of the lining shall avoided. After the lining has been attached to the form, the joints shall be rubbed with a smooth tool to press down any projecting fibres. Where absorptive form lining is intact with the face of a previous pour, care shall be .used in setting and sufficient pressure shall be applied in tightening form anchors to produce continuity and evenness at the face free from offsets and streaks and other irregularities. The lining shall be kept dry and shall not be reused. 8.12.4 Form ties: Embedded metal rods used for holding forms shall remain embedded and shall terminate not less than 30 mm clear of the formed faces of the concrete where the maximum size of aggregate is 75 mm. Embedded wire ties for holding forms will be permitted in concrete walls for which finish F1 is specified except walls to be subjected to water pressure where ties shall be cut off flush with the surfaces of the concrete after the forms are removed. 8.12.5 Cleaning forms: At the time concrete is placed in the forms the surface of the form shall be free from incrustation of mortar grout or other foreign materials that would contaminate the concrete or interfere with the fulfillment of the specification requirements relating to the finish of formed surfaces. Before concrete is placed the surface of the forms except those of rough lumber meant for concrete surfaces which are to be plastered shall be oiled with commercial form oil that will effectively prevent sticking and will not stain the concrete

SUPERINtMpfNCj ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

122
122 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- It)

surfaces. After oiling, surplus oil on the form surfaces and any oil on the reinforcement steel or other surfaces requiring bond with the concrete shall be removed. For wooden forms, form oil shall consist of straight refined, pale, paraffin mineral oil. For steel forms, form oil shall consist of refined material oil suitably compounded with one or more ingredients which are appropriate for the purpose. Special care shall be taken to oil thoroughly the form strips for narrow grooves at windows, doors and elsewhere so as to prevent swelling of the forms and consequent damage to the concrete prior to or during the removal of forms. 8.12.6 Erection of forms: Before concrete is placed precaution shall be taken to see that forms are in proper alignment and that all form anchor and ties are thoroughly secured and tight. Where forms for continuous surfaces are placed in successive units the forms shall fit tightly over the completed surfaces as to prevent leakage of mortar from the concrete and to maintain accurate alignment of the surfaces. Care shall be taken in forming the contraction joints in the dam so as to form a smooth joint free from sharp deviation, projections or edges. Particular attention shall be paid to setting and tightening the form so that the contraction joint surface is to plumb and in accurate alignment. 8.12.7 Removal of forms: a. The Engineer-in-Charge shall be informed in advance by the contractor of his intention to strike any form. Forms shall not be struck until the concrete has reached a strength equal to at least twice the stress to which the concrete may be subjected at the time of removal of form work. Except as otherwise provided in this sub clause, forms shall be removed as soon as the concrete has hardened sufficiently, thus facilitating satisfactory specified curing and earliest practicable repair of surface imperfection. Where possible, the form work shall be left longer as it would assist the curing. b. While fixing the time for removal of form work, due consideration shall be given to the local conditions, character of the structure, the weather and other conditions that influence the setting of concrete and of the materials used in the mix. c. Forms under sloping surfaces of concrete, such as forms on the water sides of warped transition shall be removed as soon as the concrete has attained sufficient stiffness to prevent sagging. Any needed repair or treatment required on such sloping surface shall be performed at once and be followed immediately by the specified curing.

CONTRACTOR [[^(Werabad) fjj

SUPERINTE^ffiINGE^IGI^^EERJI&CADa^___ J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

123
123 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

d. In order to avoid excessive stresses in the concrete that might result from swelling of the forms, timber forms for wall openings shall be loosened as soon as this can be accomplished without damage to the concrete. e. Subject to approval, forms on concrete surface close to excavated rock surface may be left in place provided that the distance between the concrete surface and the rock is less than 400 mm and that the forms are not exposed to view after completion of the works. f. Forms shall be removed with care so as to avoid any damage to the concrete. Concrete damaged, if any due to form removal shall be repaired in accordance with the provisions for repair of concrete as per section 8.18.

g. In normal circumstances and when ordinary Portland cement is used, forms may generally be removed after the expiry of the following period as specified in IS:456 but the period shall be modified in case of wet weather and also as per direction of the Engineer-in-Charge . 1. Walls, column sand vertical faces 24 to 28 hours as may be of all structural members. decided by the Engineerin-Charge 2. Slabs (Props left under) 3. Beam soffits (Props left under) 4. Removal of props under slabs: a. Spanning up to 4.5 m b. Spanning over 4.5 m 7 days 14 days 3 days 7 days

5. Removal of props under beam and arches 14 days a. Spanning up to 6 m b. Spanning over 6 m 21 days

SUPERIKTENDING ENGINEER, I&CADD., J.Chokka Rao D.Li.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

124
124 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

8.13

Drilling holes and grouting anchor bars in rock: In the spillway apron the Spillway, Stilling Basin retaining walls and as shown on the drawings or as directed by the Engineer-in-Charge holes shall be drilled into the rock to receive bars for anchoring concrete structures of parts thereof to the rock. The types and dispersions of the anchor bars and the locations, diameters and depths of the anchor bar holes shall be as shown on the drawings or as directed. The diameter of each hole shall not be less than 114 times the largest transverse dimension of the bar specified for that hole, Anchor bars shall be cleaned thoroughly before being placed. The holes shall be washed out and cleaned thoroughly and shall then be completely and compactly filled with grout of proper proportions. Each anchor bar shall be forced into place to full depth immediately after the grout has been placed and shall then be rapped or vibrated until the entire embedded surface of the bars is in intimate contact with the grout. Special care shall be taken to prevent any movement of bars after they have been placed till the grout has adequately hardened. Alternatively the insertion of the anchor bar into the fresh grout filled hole may be carried out immediately prior to placement of grout in the location, the hardened concrete will then prevent undesirable vibration being imparted to the anchor bar and lead to avoidance of separation.

8.13.1

Placing anchors in concrete:

Anchor bolts, structural shapes, plates and bearings required in connection with the installation of gates. Gate hoists and operating machinery shall be placed in concrete as shown on the drawings or as found necessary. Wherever practicable anchors shall be installed before the concrete is placed and except as otherwise provided drilling for the installation of anchors in the concrete will not be permitted. Where the installation of anchors prior to placing the concrete is not practicable, satisfactory formed openings shall be provided and the anchors shall be grouted into the openings later. Anchor bolts for machine may be placed in approved pipe sleeves to facilitate installation of machinery and the sleeves shall be completely filled with grout after the locations of the holes are finally determined. 8.13.2 The anchor bar shall be provided with a slit of about 3 mm wide and about 150 mm long at one end to be anchored in the drilled hole. The wedge shall consist of mild steel 25 mm to 40 mm square and about 150 mm long tapered to sharp angle for easy installation. Square wedge should be able to enter the

CONTRACTO

SUPERINTENDING ENCHNBER,I&CADD.; J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

.?-'"'. "'

,125

125

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

holes of various diameter without difficulty. Before installing the anchor bar into the hole, the wedge shall be inserted in the slit at one end and then the anchor bar shall be forced into the place so that the wedge develops good anchorage at bottom of the hole. 8.13.3 Grouting Anchor bars Placing anchor bars and grouting: Anchor bars shall be cleaned thoroughly, kept flagged until the time the bars are to be placed. All water shall be removed from the hole before the anchor grout is placed. The hole shall be filled with grout by tremmie from the bottom of the hole and the anchor bars shall be forced into place before the grout has taken its initial set, and where practicable, shall be vibrated or tapped until the entire surface of the embedded portions of the bars is in intimate contact with the grout. Special care shall be taken to ensure against movement of the bars which have been placed. Anchor bars shall be placed not less than 6 days in advance of concrete operations to allow the grout to become set unless otherwise permitted by the Engineer-in-Charge. 8.13.4 Pull out test The agency shall carry out pull out load tests in the presence of the Engineerin-charge on anchor bars selected by the Engineer-in-charge at the rate of not less than one test for every 200 anchor bars installed. The testing method and equipment shall be as approved by the Engineer-in-charge and shall be capable of stressing the anchor bar to its yield stress. 8.13.5 If any anchor bar fails due to improper workmanship or defects of materials, the Engineer-in-charge may order a test of all adjacent anchor bars and all anchor bars so failing shall be replaced at the expense of and by the contractor. 8.13.6 The contractor shall furnish all testing apparatus, equipments and necessary operators, material and labour to operate them. The testing apparatus shall be equipped with a dial gauge which shall give the applied load at all time during the testing operations. The Engineer-in-charge reserves the right to ask for pull out test in any location where he deems it necessary.

SUPERINTENDING ENGINEER, I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

126
126 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

8.13.7 Record Every anchor bar shall be recorded in a register with the following details i)Location of Anchor bar ii)Diameter of anchor bar iii)l_ength of anchor bar iv)Date of installation and grouting of anchor bar, and v)Results of pull out tests (if any) The contractor has to record the above details and maintain the same by his own expenses. 8.14 Placing: 8.14.1 General (1) All surfaces upon or against which concrete is to be laid shall be prepared in accordance with the drawings or as per relevant BIS codes and as directed by the Engineer-in-Charge. No concrete shall be placed in any part of the structure until all the form work, installation of parts to be embedded if any have been embedded and the Engineer-in-Charge certified. Contractor shall place concrete in a given location only after the Engineer-in-Charge has agreed with the placement of such concrete. All concrete shall be placed in presence of the Engineer-in-Charge. Concrete placed without prior knowledge and approval of the Engineerin-Charge may be required to be removed and replaced at Contractor's cost. If concreting is not started within 24 hours of the approval being given, it shall have to be obtained again. The Contractor shall notify the Engineer-in-Charge at least 24 hours before bathing begins for placement of concrete. Placement shall not begin until all preparations are completed and correct placement check out card has been signed by the Contractor or his authorised representative and the authorised representative of the Engineer-in-Charge satisfying the completion of preparation of surfaces upon or against which concrete is to be laid.

(2)

(3)

(4)

CONTRACTORS

^Jsll

SUPER! J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

127
127 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

(5)

The preparation of foundations just after excavation as specified in the approved drawing, relevant code or as directed by the Engineer-incharge shall be followed by consolidation grouting of the area as set out. Engineer-in-charge may direct that the consolidation grouting shall be done after laying foundation concrete, depending upon site conditions. In case blanket grouting is done after the base concrete, MS pipe shall be embedded in concrete as per grouting pattern specified in the drawing or as directed by the Engineer - in - charge. Then drilling shall be done through these pipes and grouted. Final preparation of the foundation as section 14.2 shall be done. No concrete shall be placed until all form work, installation of parts to be embedded and preparation of surfaces in the placing have been approved and the fact recorded in the placement register maintained at site. It shall be further ensured that suitable block outs are left for the embedded material and secondary concrete, before actually placing the concrete. No concrete shall be placed on rock within 30m of any grout hole through which grouting has not been completed. No concrete shall be placed in water except when specifically so permitted. No concrete shall however be placed in running water. All surface forms and embedded materials that have become incrusted with dried material or grout from concrete previously placed shall be cleared before the surrounding or adjacent concrete is placed.

(6)

(7) The Contractor shall furnish, install, maintain and operate a effective . communication system including telephone system or radio, linking the points of placing concrete with the concrete batching and mixing plant. These facilities shall also be available to the Engineer-in-Charge or his representative at all the times. (8) (9) When placing the concrete by pumping, direct communication shall be maintained between the concrete placing crew and the pump operators. In order to reduce bleeding, slump shall not be higher than necessary to achieve proper placement and consolidation. Concrete shall be placed before initial set has occurred, initial set time being determined in the laboratory and as per the relevant BIS codes.

(10) No concrete shall be placed when the atmospheric conditions are, in the opinion of the Engineer-in-Charge, such that proper placing and hardening of the concrete are not guaranteed. Specifically, the Contractor shall have the responsibility for meeting the hot and cold weather concreting requirements and for postponing concreting . whenever such requirements cannot be met or, based on weather jcast, probably cannot be met. Even if the above^. requirements are
t i

SUPERINTENDiNG-ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

128
128 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-1 Tech. Specifications of Spillway ( Vol~ II)

fulfilled, the Contractor has the responsibility of delivering concrete product that meets specified requirements as per the relevant BIS Codes and as directed by the Engineer - in - charge. 8.14.2 Preparation of foundation for placing concrete Immediately before placing concrete all surfaces of foundations upon or against which concrete is to be placed shall be made free from standing water, mud and debris. All surfaces of rock upon or against which concrete is to be placed shall satisfy the foregoing requirements and shall also be clean, solid and free from oil, objectionable coatings, loose, semi-detached, unsound, fragments. The surface shall be sufficiently rough to ensure satisfactory bond with the concrete. The cleaning and roughening of the surfaces of rock shall be performed with the use of high velocity air water jets, wet sand blasting, still broom picks or other effective means. The foundation excavation shall be inspected and passed by the competent authority Sr. Geologist of GSI and as directed by Engineer-in-Charge before concrete is laid on rock. The surfaces of absorptive foundations against which concrete is to be placed shall be moistened thoroughly for 24 hours so that moisture will not be drawn from the freshly placed concrete seepage shall be properly controlled and diverted. All flat surfaces shall then be coated with mortar about 1.5 cm thick in case of concrete surfaces and 2 cm thick on rock surfaces. The water cement ratio for the mortar shall not exceed that of the regular concrete mix and mortar shall be of such consistency that it can spread evenly without flowing. It shall be thoroughly broomed and worked into all irregularities, cracks and crevices of the concrete shall be placed immediately on the fresh mortar before it is set. (1) Concrete shall not be placed until all formwork, installation of embedded parts, reinforcing steel, and surfaces against which concrete is to be cast have been accepted by the Engineer-in-Charge.

(2) ' Pipes, conduits, dowels and other items to be embedded in concrete shall be so positioned and supported prior to placement of concrete to be stable and provide sufficient clearance (50 mm min.) between said items and steel reinforcement to allow proper concreting. Securing such items in position by wiring or welding to reinforcement will not be permitted. (3) Where excavated surfaces which are to form the foundations for structural concrete, are absorptive or likely to become otherwise unsuitable, or where shown on the Construction Drawings, the Contractor shall place a 'binding course' consisting of a layer of Class M10 or M15 concrete or as directed by the Engineer-in-charge, not

CONTRACTORS

doac

|/^tf

SUPEB^J^Ne^6^^GINEER?l&C,ADDT J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

123
129 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

less than 50 to 100 mm thick, as directed by the Engineer-in-Charge, uniformly over the foundation such that the upper surface is at grade . elevation. Binding concrete shall be placed before installing reinforcement or formwork. 8.14.2.1 If for any reason the foundation is prepared earlier and construction of it is delayed the area shall be examined thoroughly for cracks and defects if any and rectified. Just prior to starting of concrete work in foundations the concrete surface over which fresh concrete is to be laid shall be thoroughly cleaned of all loose particles, dirt, oil or grease by use of stiff brooms jets of water, air or wet sand under pressure followed by thorough washing. The wash water removed by sponge. The foundation/concrete surface shall be inspected and passed by Engineer-in-Charge before concrete is laid. If any drilled holes are left in the foundation surface the holes shall be cleaned with Water and air jet and shall be filled up completely with cement slurry comprising one cement to two third water by volume. 8.14.2.2 All formed concrete shall be placed in continuous and approximately horizontal layers, the thickness of which generally shall not exceed the maximum thickness recommended by the cooling studies and 25 cm for reinforced concrete. Placing of concrete shall be carried out in accordance with IS 457 and relevant BIS codes. The slope formed by the unconfined edges of the successive layers of concrete shall be regulated to minimize segregation and secure adequate compaction without unnecessarily enlarging the area of exposure of the fresh concrete. The concrete shall be deposited as nearly as practicable in the final position and shall not be filled up in large masses at any point and when pushed, shoveled, or vibrated into places for long distances. The full capacity of the bucket may be deposited in one operation where this has no objectionable effect on the placing of the concrete, but near forms in and around embedded metal parts and as directed. The contents of the buckets shall be discharged in quantities so that satisfactory placing will be secured. 8.14.2.3 No concrete shall be deposited at any time except in the presence of Engineer-in-Charge or his authorised representative, nor shall any concrete be placed outside regular working hours unless due notification . thereof is given in sufficient time to make proper provision for inspection. The concrete shall be deposited directly in its final position as nearly as practicable and shall not be caused to flow in a manner to permit or cause segregation. Methods and equipments employed in placing concrete shall ensure that aggregate shall not get separated from the concrete mass. shall be placed and compacted before setting commences

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

130
130 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

and should not be subsequently disturbed. Methods of placing should be such as to preclude segregation. Care should be taken to avoid displacement of reinforcement or movement of form work. All concrete which has set before placement shall be rejected and immediately removed from site. 8.14.2.4 All form work and reinforcement contained in it shall be cleaned and made free from standing water and dust immediately before placing of concrete. 8.14.2.5 In placing mass concrete in a lift, successive batching of concrete shall be placed in a systematic arrangement in order to avoid long exposure of parts of the live surface of a concrete layer. 8.14.2.6 In placing concrete on unformed slopes so steep as to make internal vibration of the concrete impractical without forming, the concrete shall be placed ahead of non-vibrating slip form screed extending approximately 0.75 meters back from its leading edge. Concrete ahead of the slip form screed shall be consolidated by internal vibrators so as to ensure complete filling under the slip form.

8.14.2.7 Except where otherwise agreed to by the Engineer-in-Charge, concrete shall be placed in approximately horizontal layers in accordance with BIS: 457 and relevant BIS Codes. The Engineer-in-Charge reserves the right to require lesser depths of layers where concrete cannot otherwise be placed and consolidated in accordance with the requirements of these specifications. 8.14.2.8 In placing mass concrete, the exposed area of fresh concrete shall be maintained at the practical minimum by first building up the concrete in successive approximately horizontal layers to the full width of the block and to full height of the lift over a restricted area at the downstream end of the block and then continuing upstream in similar progressive stages to the full area. The slope formed by the unconfined upstream edge of the successive layers of concrete shall be kept as steep as practicable in order to keep its area minimum. Concrete along these edges shall not be vibrated until adjacent concrete in the layer is placed, except that it shall be vibrated immediately when weather conditions are such that the concrete will harden to an extent that the vibrator may not fully consolidate and integrate it with more recently placed adjacent concrete. 8.14.2.9 In mass concrete placement, delay may occur resulting in cold joints, within a lift. When placement is resumed while concrete is so green (and therefore capable of ready bonding) not fully hardened, all laitance shall be removecLby scrubbing the wet surface with wire or bristle brushes or

CONTRACT'

SUPERIN^Nggffi-BNGD>JEER,l&CAL>D^ J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

131
131 P.V.N.R-Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- It)

with a hand pick, care being taken to avoid dislodgment of any particles of coarse aggregate. The surfaces shall then be thoroughly wetted, all free water removed and then coated with neat cement grout. The first layer of the concrete to be placed on this surface shall not exceed 150 mm in thickness and shall be well rammed against old work, particular attention being given to corners and close spots. If the delay is short enough to permit penetration of the vibrator into the lower layer during routine vibration of successive layers, the vibration will assure necessary bonding. 8.14.2.10 If, for any cause, the working surface is left exposed until it has hardened to a considerable extent, it shall be left to set and cure for not less than 56 hours or longer. If for any reason a strength greater than 14.2 kg/Sq.cm has been attained before completing the lift, the surface thus interrupted shall be roughened and given a thorough clean up, thoroughly wetted, and covered with a 15 mm thick layer of mortar as per clause 4.10.5 of IS: 457 composed of cement and sand with same ratio as in the concrete mix itself but not lower than 1:2. This 15 mm layer of mortar shall be freshly mixed and placed immediately before placing new concrete. 8.14.2.11 In formed work, structural concrete placement shall generally be started with an over sanded mix containing 20 mm maximum size aggregate and an extra sack of cement for one cubic metre and having a 125 mm slump placed several centimetres deep on the joints at the bottom of the form. Concrete placement shall commence immediately thereafter. 8.14.2.12 If concrete is placed monolithically around openings having vertical dimensions greater than 60 cm or if concrete in decks, floor slabs or other similar parts of structures is placed monolithically with supporting concrete, the following requirements shall be strictly observed. 1. Concrete shall be placed up to top of the formed openings at which point further placement will be delayed to accommodate settlement of fresh concrete. If bevels are specified beneath nearly horizontal structural members such as decks, floor slabs beams and girders, such bevels being between the nearly horizontal members and the vertical supporting concrete below, concrete shall be placed to the bottom of the levels before delay of placement. 2. The last 60 cm or more of concrete placed below horizontal members or bevels shall be placed with a 50 mm or less slump and shall be thoroughly consolidated.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

1 *\9
u ** 132 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- fi)

8.14.2.13. Retempering of concrete shall not be permitted as per clause 4.7.5 of IS: 457. Any concrete, which has become so stiff that proper placing without retempering cannot be ensured, shall be rejected. 8.14.2.14. During placing and until curing is completed; the concrete shall be protected against the harmful effect of exposure to sunlight, wind and rain and as directed by the Engineer-in-Charge. 8.14.2.15. Forms shall be constantly monitored and their position adjusted as necessary during concrete placement. 8.14.2.16. A cold joint is an unplanned joint resulting when a concrete surface hardens before the next batch is placed against it. Cold joints will be allowed only, in the event of equipment breakdown or other unavoidable prolonged interruption of continuous placing In such unavoidable delays in placing occur which make it appear that unconsolidated concrete may harden to the extent that later vibration will not fully consolidate it, the contractor shall immediately consolidate such concrete to a stable and uniform slope. If delay of placement is then short enough to permit penetration of the underlying concrete placement shall resume with particular care being taken to thoroughly penetrate and revibrate the concrete surface. If concrete cannot be penetrated with vibrator, the cold joint shall be then treated as a construction joint. Care shall be taken to prevent cold joints when placing concrete in any part of the work. The concrete placing rate shall ensure that concrete is placed while the previously placed adjacent concrete is plastic so that the concrete can be made monolithic by normal use of vibrators. 8.14.2.17 Concrete shall not be placed in rain sufficiently heavy or prolonged to wash mortar from concrete. A cold joint :may take place as a result from prolonged heavy rainfall. 8.14.2.18 Rate of placing:

Concreting shall be continued without avoidable interruption until the structure of section is completed or until satisfactory construction joint can be made. Concrete should not be placed faster than the placing crew compact it properly. Mass concrete shall be placed in predetermined lifts based on temperature studies allowing sufficient time as required before further concrete is laid. In placing concrete for thin members and columns. Precautions shall be taken against too rapid a placement which may result in movement or failure of the form due to excessive internal pressure. An interval of at l e a ^ hours and preferably 24 hours should lapse between the

CONTRACTOl^\^^/^f

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

133
133 P. V.N.R.Kanthanapally Sujala SravanthiTroject Phase-1 Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

completion of columns and walls and the placing of slabs, beams or girders supported by them in order to avoid cracking due to settlement. All concrete shall be placed in approximately horizontal lifts. 8.14.3 Consolidation / Compaction:

8.14.3.1 Each layer of concrete shall be worked with suitable vibrators or other appliances until the concrete has been consolidated to the maximum practicable density and closed snugly against all surfaces of forms and embedded materials. The concrete may be consolidated with immersion type vibrators, having preferably more than 5000 impulses per minute when immersed in the concrete. Layers of concrete shall not be placed until the layer previously placed has been thoroughly compacted as specified. Care shall be exercised to avoid contact of the vibrating head with surface of the forms or displacing reinforcement or embedded metal part. Large voids or air pockets which may be left in the permanently exposed faces of the structure by vibration shall be eliminated by systematically shaping the face with an appropriate flat tool. Excessive vibration causing segregation and laitance or tending to bring on excessive amount of water to the surface shall be avoided. Coarse aggregates protruding from the surfaces of the lift shall be embedded in the mass during the initial compacting and vibrating operations. Disturbance of the surface concrete at a construction joint during the early stage of hardening shall be avoided. Necessary traffic on new concrete shall be on timber walkways constructed so that not to cause injury to the Concrete. 8.14.3.2 For formed concrete surfaces which are to be exposed in high velocities of water special precautions shall be taken to prevent or to minimise surface pitting without resorting to over manipulation or the concrete next to the form. 8.14.3.3 Vibrators having vibrating needles of 100 mm or more operational frequency under no load state (operation in air) measured shall not be less than 7000 vibrations per minute and should preferably be higher, that is between 8000 to 12000 vibrations per minute, related to the amplitude of vibration and the design of concrete mix, to give maximum density of compaction. External form vibrators with a frequency not less than 3000 cycles per minute shall be used wherever internal vibration is not possible inadequate.

SUPERINT^SS&EffclNEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

134

134

P.V.N,R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

8.14.3.4 In compacting each layer of concrete, the vibrator shall be operated in almost vertical position and the vibrating needle shall be allowed to penetrate and revibrate the concrete in the upper portion of the underlying layer. In the area where freshly placed concrete in each layer joins previously placed concrete, more vibration than usual shall be performed, the vibrators penetrating deeply at close intervals along the contacts. Layers of concrete shall not be placed until layers previously placed have been vibrated thoroughly as specified. Contacts of the vibrating head with surface of the forms shall be avoided. 8.14.3.5 Vibration shall not be applied through reinforcement, and where vibrators of the immersion type are used, conflict with reinforcement and all inserts shall be avoided, as far as practicable. (1) Concrete shall be carefully placed in designated position. Where dense reinforcement or deep forms may cause segregation of concrete while placing, suitable methods shall be used to prevent segregation. The free fall of concrete shall not exceed 1.5 m. The addition of water into concrete after batching to compensate for stiffening of the concrete before placing shall not be permitted. Time interval between successive lifts of mass concrete shall be determined by the Engineer-in-Charge. Nevertheless a minimum of 72 hours shall elapse between successive lifts. The maximum permissible time between the placing successive layers in a pour shall not exceed initial setting time of cement or 45 minutes, whichever is less, and shall be reduced to suit the temperature, humidity and job conditions. Concrete shall not be piled up in the forms in a manner that causes movement of the unconsolidated concrete, or permits mortar to escape from the coarse aggregate. To ensure even and dense surfaces which are free from aggregate pockets, honeycombing or air holes, it may be necessary to supplement internal vibration with hand-spading along the boundaries of the concrete and around embedded parts while the concrete is plastic under the vibratory action, should slip forms be used, the equipment and methods shall be such that the finished concrete will be well consolidated and homogeneous

(2) (3)

(4)

(5)

CONTRACflW^aMffJI

SUPERfOTBFTOlNG ENGINEER, I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.CoIony,Chinthagattu,Warangal.

.135
135 P.V.N.R.KanthanapalIySuja!aSravanthi"Prqj'ect
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

8.14.4

Concrete in block outs a. Care shall be taken in placing the concrete in blockouts in order to ensure satisfactory bond with the concrete previously placed and to secure complete contact with all metal work in the blockouts. b. The roughening of the concrete surface of the blockouts shall be performed by chipping or sand blasting as approved by the Engineer-inCharge and in such a manner as not to loosen, crack or shatter any part of the concrete beyond the roughened surface. The surface of the concrete shall then be cleaned thoroughly of loose fragments, dirt and other objectionable substances in order to ensure good mechanical bond between the existing and new concrete. All concrete which is not hard, dense and durable shall be removed to the depth required to the satisfaction of the Engineer-in-charge. (1) The Contractor shall form blockouts, place reinforcement and concrete as shown on the Construction Drawings or as directed by the Engineerin-Charge. (2) Blockouts concrete shall include the concrete around second stage gate parts, anchor bolts and anchor plates etc. (3) Except as otherwise specified the hydro-mechanical, mechanical, and electrical equipment will be provided and installed by the respective suppliers in co-ordination with the Contractor. (4) Before placing concrete, all parts to be embedded shall be checked to ensure that they are firmly fixed in their required position. The surfaces of blockouts or holes shall be thoroughly cleaned and wetted. Oil or grease shall be removed by brushing and chipping of affected surfaces to a sufficient depth, or by application of approved chemicals and flushed with clear water. (5) The parts to be embedded shall be cleaned of rust, mill scale, paint, oil or grease before they are set into place. Where bond between metal parts and concrete or grout is not desired, approved material such as flake graphite or paraffin shall be applied to the metal parts. The metal surfaces shall be wetted before placing the concrete or grout.

SUPERT^^SSG&^I^R.I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

136
136 P.V.N.R-Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech, Specifications of Spillway ( Vol- II)

(6) Concrete containing an approved non-shrink agent shall be used for concrete in blockouts for equipment embedding as shown on the Construction Drawings or as directed by the Engineer-in-Charge.

8.15

FINISHING OF CONCRETE

8.15.1 General (1) The quality of the surface finish shall be in accordance with the requirements for the particular class of finish specified hereunder. The finished surfaces of concrete shall be free from areas of honeycombs, segregation, loss of cement or fine material, from damage due to stripping of forms, from bolt holes, abrupt irregularities caused by movement of forms or components, loose knots and similar features, and bulges or depressions in the general plane of the surface. Only one type of formwork shall be used for all parts of a concrete structure which is visible from any direction. The classes of finish shall be as shown on the Construction Drawings or as directed by the Engineer-in-Charge.

(2) (3)

8.15.2 Formed surfaces. The following specifications shall apply for the various types of formed surfaces. The classes of finish for formed concrete surfaces shall be designated by the use of symbols F1, F2, F3, and F4 and shall be as described below: Finish F1 shall apply to formed surface upon which or against which backfill of concrete is to be placed. The surface requires no treatment after removal of forms except removal and repairs of defective concrete. Correction of surface irregularities shall be done only for depressions which when measured exceed 25 mm. Finish F2 shall apply to all permanently expose formed surfaces for which finishes F3 and F4 are not specified.

137
137 P.V.N.R.KanthanapaIIy Sujala Sravanthi Project
Phase-I Package-1 Part - A: Tech. Specifications of Spillway ( Voi- II)

Surfaces for which finish F2 is specified will need no filling of pits or sack-rub and no grinding other than that needed for repair of surface. Imperfect surface irregularities measured shall not exceed 5 mm for abrupt irregularities and 10 mm for gradual irregularities as per the BIS Code IS: 457. Finish F3: Immediately after removal of forms from surfaces designated for F3 finish, all required patching clean up and correction of major imperfections shall be completed and the surfaces shall be given a sack rubbed mortar finish as described below. The surfaces shall be thoroughly wetted and permitted to approach surface dryness before starting the sack rubbing. The surfaces shall be finished in areas sufficiently large and shall prevent complete drying of any part before the sack rubbing is completed for that area. The mortar used for the sack-rubbing shall consist of one part of cement to two parts, by volume, of sand passing on IS sieve 100 and enough water so that the consistency of the mortar is that of thick cream. The mortar shall be rubbed thoroughly over the area with clean burlap or a sponge rubber float completely filling all pits and irregularities. While the mix in the holes is still plastic, a mixture of the dry ingredients of the mortar, in the same proportions shall be rubbed over the area. After the mortar has stiffened adequately to prevent smearing, but before it is hardened, the excess mortar shall be removed by rubbing with clean burlap. After the final sack-rubbing, a light water spraying shall be applied to the coated surface, the moisture thus applied being just sufficient to damp the surface without allowing water to run down the face of the walls. All sack-rubbed areas shall be kept continuously damp for at least 72 hours after the final sack-rubbing, or until completion of the curing period for the concrete. When measured abrupt irregularities shall not exceed one-fourth of an inch for irregularities parallel to the direction of flow, and one-eighth of an inch for irregularities in the other direction. Gradual irregularities shall not exceed one-fourth of an inch. Irregularities exceeding these limits shall be reduced by grinding on a level of 1 to 20 ratio of height to length. Finish F4 shall apply to formed surfaces where absorptive form lining is used. Surfaces provided by absorptive form lining shall not be rubbed or treated in any way except for cleaning by wire brushing and grinding off thin fins or small projections.

SUPERINThNDlNtj KMG1NEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu5Warangal.

138

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

8.15.3

Unformed surfaces: The Classes of finish for unformed concrete surfaces are designated by the symbols. U1, U2 and U3. Interior surfaces shall be sloped for drainage where shown on the drawings. Surfaces which will be exposed to the weather and which would normally be level shall be sloped for drainage. Unless the use of other slopes or level surfaces is specified, narrow surfaces such as tops of walls and curbs, shall be sloped approximately three-eighth of an inch per foot of width. Border surfaces, such as walls, roadways, platforms and decks shall be sloped approximately at quarter inch per foot. The classes of finish to be applied shall be as detailed below Finish U1 (screeded finish) shall apply to the unformed surfaces that are to be covered by backfill or by concrete and surfaces of sub-floors which will be covered by concrete floor topping. Finish U1 is also used as the first stage for finishes U2 and U3. Finishing operations shall consist of sufficient levelling and screeding to produce even and uniform surfaces. Surface irregularities measured shall not exceed three-eighth of an inch. Finish U2 (floated finish) shall apply to unformed surfaces not permanently concealed by backfill or concrete or unformed surfaces for which finishes U1 and U3 are not specified and shall include floors of sumps, tops of walls, parking areas, parapet walls, surfaces of gutted side walls and outside entrance slabs. Finish U2 is also used as the second stage for finish U3. Floating may be performed by use of hand or power driven equipment. Floating shall be started as soon as the screeded surface has stiffened sufficiently, and shall be the minimum necessary to produce a surface i.e. free from screed marks and is uniform in texture. If finish U3 is to be applied floating shall be continued until a small amount of mortar without excess water is brought to the surface so as to permit effective trowelling. Surface irregularities measured shall not exceed one-fourth of an inch. Joints and edges of gutters, sidewalks, entrance slabs and other joints and edges shall be tooled where necessary. Finish U3 (trowelled finish) shall apply to unformed surfaces such as slabs to be covered with built up roofing or membrane water proofing and stair treads. When the floated surface has hardened sufficiently to prevent excess of final materials from being drawn to the surface, steel trowelling shall be started.

CONTRACTOMir^erafaadlf,

SUPERIhTTEttDIRG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIonyjChinthagattUjWarangal.

' % UX
139 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-1 Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Steel trowelling shall be performed with firm pressure so as to flatten the sandy texture of the floated surface and produce a dense uniform surface free from blemishes and trowel marks: light steel trowelling will be permissible on surfaces of slabs to be covered with or membrane water proofing in which light trowel marks are not considered objectionable. Surface irregularities measured shall not exceed one-fourth of an inch. The following finishes shall be provided for the concrete used in the various works. SI. 1 2 3 4 5 6 7 8 9 Type of work Spillway crest Spillway stilling basin Spillway pier Spillway bridge road slab Elevator tower exterior face Elevator tower interior Around sluice Around galleries, adits, sump well Face concrete in retaining wall divide wall or retaining wall (water side) Type of finish required F3 or U3 F3 or U2 F3 or U2 F2 or U2 F4 F2 or U2 F3 or U2 F2 or U2 F3 or U2

8.15.4 Tolerance for concrete construction: General Permissible surface irregularities for the various classes of concrete surface finishes specified and defined as finishes are to be distinguished from tolerances described herein. i) Tolerance in Spillway and its Ancillary works.Power blocks,Navigation channel, Head regulator. 1. All structures a. Variation of constructed line outline from established position in plan

SUPERINTENDING ENGINEERj&GADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

110
140 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-1 Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

In 6 m In 12 m

12 mm 18 mm

b. Variation of dimension to individual structural features from established position

In 24m

30 mm

In buried construction twice the above. c. Variation from the plumb from the specified batter or from the curved surfaces of all structures including the lines and surface of columns, walls, piers and vertical joint grooves. In 3m 12 mm In 6m In 12 m or more 20 mm 30 mm

In buried construction twice the above. d. Variation from the level or from the grades indicated on the drawings slabs, soffits and horizontal joint grooves and visible arises. In 3m 6 mm In 10m 12 mm

In buried construction twice the above. e. Variation in cross sectional dimensions of columns, beams, piers and similar members. Minus 6 mm Plus 12 mm

f. Variation in thickness of slabs, walls and similar members Minus 6 mm Plus 12 mm

For sills and side walls for gate and similar water tight joints variation from the plumb and level should not be greater than 3 mm in 3 m. Tolerance for placing reinforcement steel.

Wf
141 P.V.N-R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

a. variation of protective covering with 5 cm cover 6 mm 12 mm

with 7.5 cm cover b. variation from indicated spacing >15cm <15 cm 8.15.5 Bush Hammer Finish

10 cm 5 cm

Bush hammer finish shall be applied on the surfaces when required by the Engineer-in-Charge. Bush hammering shall not commence until at least one month after placement of concrete. The tool used for bush hammering shall be electrically driven and have a head 3 cm 2 with 16 pyramid shaped teeth. The surfaces shall be finished at a rate of 250 to 400 cm / minute indenting the concrete surface approximately 2 mm. 8.16 Construction joints: Construction joints are defined as concrete surfaces upon or against which concrete is to be placed and to which new concrete will adhere but which have become so rigid that the new concrete cannot be incorporated integrally with that previously placed. The provision of construction joints shall conform to clauses 13.4 of IS: 456. When the work has to be resumed on a surface which has hardened, such surface shall be roughened. It shall then be swept clean and thoroughly wetted. For vertical joints neat cement slurry shall be applied on the surface before it is dry. For horizontal joints the surface shall be covered with a layer of mortar about 10 to 15 mm thick composed of cement and sand in the same ratio as that of the mortar which shall be freshly mixed and applied immediately before placing the concrete. Where the concrete has not fully hardened laitance shall be removed by scrubbing the wet surface with wire or bristle brush, care being taken to avoid dislodgement of particles of aggregate. The surface shall be thoroughly wetted and all free water removed. The surface shall then be coated with neat cement surface, a layer of concrete not exceeding 150 mm in thickness

SUPEE3&TENBING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

iM2
142 P,V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

shall first be placed and shall be well rammed against old work, particular attention paid to corners and close spots and work there after shall proceed in the normal way. (1) Construction joints shall be located in the positions shown on the Construction Drawings or as required by the Engineer-in-Charge and the Contractor shall not be permitted to form any additional joints or deviate from the joints indicated on the Drawings, without the written authorisation of the Engineer-in-Charge. Necessary rearrangement of steel reinforcement arising from such modifications shall be to the Contractor's debit. Horizontal construction joints shall be arranged, wherever possible, to coincide with joints in the formwork. Joints at exposed surfaces of concrete shall be straight and continuous. Feather-edged construction joints will not be permitted. The faces of vertical joints shall be shuttered with expanded metal or other approved rough material. The expanded metal shall be removed as far as possible, before the adjacent lift is poured. If required, the surface shall be cleaned by wet sandblasting and roughened by light bush-hammering. The surface of construction joints upon or against which new concrete is . to be placed and to which new concrete is to adhere shall be clean, rough, and free of water when covered with fresh concrete. The laitance, loose or defective concrete and foreign material shall be removed from the surface of existing concrete. The previous concrete lift shall be saturated by water but surface dry when the successive lift is placed. The surface of the hardened concrete shall be cleaned and roughened by wet-sandblasting and washing thoroughly with air-water jet. Care shall be taken to prevent undercutting of aggregate in the concrete during sandblasting. Wet-sandblasting equipment shall be operated at an air pressure of approximately not less than 7 bars. Sand to be used for blasting shall be dense, hard, not easily broken and sufficiently dry.

(2) (3) (4)

(5)

(6)

(7)

CONTRAClpR.

JSI

SUPERINTENDING ENUlNKKk,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

M3
143 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

(8)

The horizontal surfaces of construction joints may be treated by cutting with an air-water jet ("green-cutting"). This shall be performed after the initial set has taken place but before the concrete has become too hard for effective cutting. The fresh concrete surface shall be cut with airwater jets to remove all laitance and to expose clean, sound aggregate. After cutting, the surface shall be washed with clean water. Care shall be taken that the treated surface does not become contaminated before - new concrete is placed upon it. Should the surface become contaminated that a satisfactory joint with new concrete is not ensured the Contractor shall clean it by means of wet sandblasting. Water used in cutting, washing and rinsing of concrete surfaces shall be disposed of in such a way that it does not stain, discolour or affect exposed surfaces of the structures.

(9)

(10) When necessary, as determined by the Engineer-in-Charge, structural concrete placement in forms shall be started with an over sanded mix with 20 mm maximum size aggregate, an extra 50 kg of cement per cubic meter and a 100 mm slump. This mix will be referred to as a starter mix and shall be placed approximately 50 mm deep. (11) Disturbance of the surface at a joint during the early stages of hardening shall be avoided, and traffic on the concrete will not be permitted. (12) All construction joints shall be kept continuously moist until they are covered with concrete, provided that, if it becomes necessary to delay the placement of new concrete on or against a construction joint for an extended period, moist curing of the surface of the joint may be discontinued at the expiration of the regular prescribed curing period. If the moist curing is so discontinued, it shall be resumed not later than 24 hours prior to the placement of new concrete against the joints. (13) Where high shear resistance is required at the construction joints, shear keys may be provided.

(14) Water Stops: Contraction and expansion joints shall be provided with water stops as per the approved drawings and in accordance with relevant BIS codes.

SUPERINfEND^i^ENGnSfEERJI&CADD.) J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony^hinthagattUjWarangal.

144

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol-II)

PVC water stops shall comply with specification IS: 12200 for which performance requirements should be tested with the procedure specified in IS: 8453. Performance Requirements of PVC Water stop shall be complied as per IS:15058. 8.17 Curing of concrete and protection: (1) Plant for curing and protection of concrete shall be available at the location of each concrete placement before concrete placement is started. The water used for curing shall meet the requirements for water used for mixing concrete. The curing water temperature shall not exceed 25 C. Curing shall be done as per the relevant BIS Codes or the method of curing with prior approval from Employer. 8.18 Repairs of concrete:

8.18.1 Genera] Repair of concrete shall be performed by skilled workmen. All imperfections of the concrete surfaces shall be corrected as necessary to produce surfaces that confirm to the requirements specified in this section or as directed by Engineer-in-charge. Repair of imperfections in formed concrete shall be completed as soon as practicable after removal of forms and wherever practicable within 24 hours after removal of forms. Fins shall be neatly removed from surface for which finishes F2, F3 and F4 are required. Concrete that is damaged from any concrete that is honeycombed fractured or otherwise defective built-up to bring the surface to the prescribed lines shall be removed and replaced with dry pack mortar or concrete as hereinafter specified. Where bulges and abrupt irregularities protrude shall be reduced by bush hammering and grinding so that the surfaces are within specified limits. Dry pack filling shall be used for holes that have surface dimensions smaller than the depth of the hole for holes left by the removal of fasteners from the ends of form tie rods for grout insert holes and for narrow slots cut for repair of crack. Filling of holes left by the removal of fasteners from the end of tie rods in surface for which finish F1 is specified will not be required. Dry pack shall not be used for filling behind reinforcement or for filling hole that extend completely through a concrete section.

CONTRA'

SUPEBS^NeTSNGlNKlik,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

145
145 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications ofSpillway ( Vol- II)

Mortar tilling, placed under impact by use of a mortar gun shall be used for holes too wide for dry pack filling and too shallow for concrete filling and no deeper than the far side of the reinforcement that is nearest to the surface. Concrete filling shall be used for holes extending entirely through concrete sections for holes which are greater in area than 100 Sq.cm and deeper than 10 cm and for holes in reinforced concrete which are greater in area than 500 sq.cm and which extend beyond reinforcement. All materials, procedure and operations used in the repair of concrete shall be as per relevant BIS specifications. All filling shall be bonded tightly to the surfaces of the hole and shall be sound, free from shrinkage cracky and dummy areas after the fillings have been cured and have dried. All fillings in surfaces for which finish F3 is specified shall contain sufficient white Portland cement to produce the same colour as that of the adjoining concrete. All patching shall be done with extreme care so that patches will not be easily noticeable. Dry patching mortar shall comprise one part of cement to two parts of sand by volume and just enough water to hold the ingredients together. The mortar shall be placed in layers of 2.5 cm. Each layer shall be thoroughly tamped and the finishing layers shall be smooth to form the surface continuous with the surface of holes. The specification shall be in - accordance with IS: 457 and relevant BIS Codes. 8.19 Embedment in concrete:--

8.19.1 General (1) Anchors, anchor bolts, structural shapes, plates shapes, plates for gates, hoists, valves, machinery etc. and other miscellaneous parts shall be installed in the concrete by the Contractor, as shown in the Construction Drawings or as required by the Engineer-in-Charge. Wherever necessary, anchors shall be installed before the concrete is . placed. Except as otherwise specified, drilling and installation of anchors in the concrete after concrete is placed will not be permitted. Before being placed in position, all anchors and embedded parts shall be thoroughly cleaned of rust, grease, paint, splashed concrete, or other coatings that will reduce bond. Where the installation of the anchors, is not practicable before the concrete is placed, formed

SUPERIN^5^ENGINEER,I&CAD5., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

146
146

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

openings shall be provided, and the anchors grouted into the openings at a later time in a manner acceptable to the Engineer-in-Charge. (2) Embedded anchors shall be supported during embedding and embedded so that the tolerances specified will not be exceeded. Care shall be taken not to disturb or displace embedded items during concrete placement. (3) Concrete shall be placed to embed items erected by other agencies in the locations and to the dimensions shown on the Construction Drawings or as required by the Engineer-in-Charge. The methods of placement and rates of placing concrete shall be subject to the approval of the Engineer-in-Charge. Care shall be exercised that such parts shall not be damaged or disturbed by placing operations. (4) Unless otherwise specified the Contractor shall provide any foundation, wall or roof openings and coverings, concrete floor filling sleeves in foundations, inclusive of metal works. All adjustments to foundation levels, embedding, bedding and grouting works on foundations, and cementing works into walls and floors, shall be done by the Contractor, but all levelling and adjustment of works in foundations shall also be the responsibility of the contractor. Grouting shall be done by the Contractor after approving the grout mixes and grouting pressures by the CE, CDO, Hyderabad. In some of the locations of structures, a few conduit openings shall have to be provided through RCC / PCC as shown in the drawings. Placement of concrete shall be suitably carried out around such conduits or openings. No extra claim shall be entertained. 8.19.2 Grouting of the Equipment Bearing Plates and Anchors (1) Limited spaces and small blockouts where equipment bearing plates, anchors, rails, etc., are placed shall be grouted under pressure. (2) The grouting shall be performed using non-shrink cement-based grout or non-shrink epoxy grout as approved by the Engineer-in-Charge. All mixing and grouting shall be performed in accordance with the manufacturer's recommendations and shall be tested prior to grouting. Technical service by manufacturer shall be organised by the Contractor as instructed by the Engineer-in-Charge.

CONTRAC

SUPERINTS^Su^NGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

K'1
147
Part-A:

*v

147* > .

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Tech. Specifications of Spillway (Vol-II)

(3) Before placing grout, the surfaces of the base concrete to which the grout will be bonded shall be roughened and cleaned of all laitance, loose or defective concrete, any coatings or other foreign material, followed by thorough washing with water. (4) Forms for grouting shall be installed where necessary and care shall be taken that the grouts fill all spaces under the plates leaving no voids. The exposed surfaces of the grout shall be cured as recommended by the manufacturer and no loads shall be applied until the grout has reached the design strength.

8.20 8.20.1

Measurement and payment: General (1) Measurement for each class of concrete including concrete in surface structures, unless specified otherwise hereafter, will be of the volume placed within the lines, grades, and pay-limits shown on the Construction Drawings or as established at the Site by the Engineer-inCharge. (2) Unless otherwise stated, no payment will be made for concrete placed outside these limits and the measurement shall not include any filling of over breakage. (3) Payment will not be made separately for the following items and deemed to have been included in the Bid price quoted, and the amount for different classes and shall include but not be limited to, the following: a) Excavation, loading, transportation, crushing, screening, washing, blending, and storage of aggregates, b) Batching, supply of mixing water, mixing, transportation, placing, and compacting the concrete, c) Provision, delivery, transportation, storage and mixing of cement at the nominal content per different classes of concrete indicated in Sub-Section "Concrete Mix Design", and complying with all requirements specified.

SUPERfffffiN&MCTENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

148
148 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( VoU II)

d) Labour, tools and equipment for cleaning, and preparing surfaces prior to concreting, e) Forming and treatment of construction joints including furnishing and spreading of mortar layers, or starter mixes before concrete placing, f) Surface finishing including bush-hammering,

g) Attaining the concrete temperature as specified, and hot and/or cold weather precautions, h) Protection and curing of concrete, i) j) Repair of defective concrete and removal of rejected concrete, Communication system connecting the points of placing concrete with the relevant mixing plant or delivery equipment,

k) Furnishing the trial bays and panels, provision of material samples and all activities required in connection with the performance of the tests including their transportation to the testing laboratory and also carrying out all the necessary tests. (4) All associated concrete work, such as removal of forms and repairs and finishing of concrete shall be completed as soon as practicable after concrete is placed. Concrete will not be considered for payment until all associated works have been completed to the satisfaction of the Engineer-in-Charge. (5) Measurement for payment and payment for steel reinforcement are stipulated in other Sections of these Specifications. 8.20.2 Exclusions - Concrete No extra measurement for payment or payment will be made for the following: a) Any rounded or bevelled edges, fillets, scoring, chamfers, or any deduction made for voids or embedded items which are either less
o 2

than 0.1 Orrr in volume or 0.05 m in cross section. No payment will be made for approved temporary openings, drains, embedded pipes, or recesses created by the Contractor for his own convenience during construction till they are filled as directed by the Engineer-inch arc

CONTRACT^j&V

Mil

SUPEI9NTOJDING ENGINEER,I&CADD., J.Chokka Rao DXXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

149
&
149 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

b) Any collecting of seepage water or water inflow from rock surfaces and diverting it into the drainage systems for care of water during construction, c) Any defective and wasted concrete; concrete which has to be removed and replaced due to Contractor's non-compliance with the Specifications or Engineer-in-Charge's directions, and all related cost shall be at the Contractor's expense, d) Any concrete which the Contractor places or uses for his own installations or for his own convenience, e) Developing alternative sources of aggregates by the Contractor and the resulting additional material testing, f) Pumping of the concrete and HRWRA/ super plasticizer used for pumping of concrete, g) Concrete produced with overuse of admixture. h) Any precast and precast-prestressed concrete units damaged by improper storing, handling or transportation, i) Any pipe work or material incorporated into the work to aid in placement of concrete. j) Backfill concrete in over break in surface and underground excavation except geologically approved over break. k) Transportation of rock for concrete aggregate from quarry area. 8.20.3 Tests (1) All cost associated with testing as described in this Section shall be borne by the Contractor, who shall make allowance for such expense in the Unit Prices for the concrete work. These shall include, but not be limited to, the following: a) The costs for all tests to be carried out prior to the start of concrete work, whether carried out at Site or elsewhere, b) Routine tests for quality control during the execution of the concrete work carried out by the Contractor as specified herein and as directed,

COKTRA^m^y^// -

SUPERmTEMJINirENGINEERj&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

-i&i 150
150 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech, Specifications of Spillway ( Vol- II)

c) Other tests required during execution of the work to be carried out by an approved test laboratory (ies), d) Preparation, storage, handling, curing and delivery of samples to a laboratory designated by the Engineer-in-Charge, if so required for additional independent testing. (2) Should the Contractor fail to adhere to his testing program, all test deemed necessary by the Engineer-in-charge to check concrete work will be performed by the Engineer-in-Charge or a laboratory assigned by him, at Contractor's expense. a. Except or otherwise specially provided for in the specifications, measurement of concrete for payment shall be made on the basis of the volume of concrete calculated as contained within the concrete outlines as per approved construction drawings or as established at the site by the Engineer-in-charge. b. Measurement for payment for the concrete laid in seems, deep pockets in the foundation shall be made on the basis of the volume of the pockets filled. c. No measurements shall be made for the concrete backfill beyond the minimum lines of excavation shown on the drawings except where such payment is specifically authorised. Measurement of concrete shall be made after deducting the volume of all recesses, passageways, chambers, openings, cavities and depressions, but without deductions for round or bevelled edges or space occupied by electrical conduits and reinforcement. d. Concrete in bridges, side walls, kerbs and parapets in full length of the structure and block-outs etc., shall be measured on the basis of volume of concrete calculated as contained within the concrete outlines as per approved construction drawings. e. The unit rate for concrete shall include the cost of all materials, labour, tools and plant required for mixing, heat of hydration controlling measures as per cooling studies, placing in position, cost of Air entraining agent, admixtures required if any vibrating and compacting, finishing as per directions of the Engineer-in-Charge , curing and all other incidental expenses for producing concrete of specified strength to complete the structure oyfejcomponents as shown on the drawings and according to

SUPERDSTTENDINGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

154,
*'< X

151

P.V.N.R.KanthanapaliySujaIaSravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

these specifications. The rate shall also include the cost of providing, fixing and removing of all centering and form work required for various parts of work unless otherwise specified in the contract. f. The unit rate also includes the cost of preparation of area for placement of concrete, cost of dewatering, diversion and protection work, green cutting as may be necessary during and after concreting work. g. All expenses likely to be incurred by the contractor in transporting materials supplied to him to the site of work, the expenses incurred in improving the quality of materials to acceptable levels (such as screening, washing etc.) and the expenses incurred in proper storage of materials as directed by the Engineer-in-Charge are deemed to be included in the unit rate. Cost incurred for testing of ingredients and cement concrete. h. Payment of the various classes of concrete shall be made on the basis of unit rate per cubic metre entered in respective items in the Bill of Quantities. 8.21 Green Cutting The surface of the respective lift shall be thoroughly green cut with an air water jet. Green cutting is usually done 8 to 12 hours after the top surface of a concrete lift had been completed and sufficiently hardened. The actual time for taking up the green cutting operation shall depend upon the following factors. a. b. c. d. Concrete placement temperature; Atmosphere temperature Concrete mix and Slump

The air-water jet will remove the thin surface film of laitance and grout to expose clean surface. Green cutting, if done at the proper time, shall yield very good results. When started too early, it shall result in over cutting and removing too much mortar. It is also liable to loosen the aggregate particles and leaving too poor a the fresh concrete. On the other hand, if .green-cutting is

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

152
152 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

delayed too long, the cutting action of the air and water jet would be ineffective for proper removal of laitance. It therefore, requires much greater care and judgment for proper use at proper time. Skill of Jet Operator: Besides determining the proper time for initiating greencutting, the process will require constant attention on the part of the air water jet operator. By correct manipulation of the high velocity air-water jet, a trained operator can ensure the removal of the thin surface film of laitance and grout effectively and at the same time, leaving the aggregate stones, already embedded in the mortar, undisturbed. Proper Air-water Gun: In addition to the skill of the jet operator, a proper airwater gun is also a vital requirement for effective green-cutting, the issuing nozzle must be about 450 mm (18 inches) long to ensure the requisite cutting force close to the concrete surface. Quantum of compressed Air and Water: For effective green-cutting, it is essential that the air pressure should be around 6.33 to 7.03 Kg/cm2 (90 to 100 lbs, per square inch). It should not be allowed to fall below 90 lbs per square inch. The water pressure, of course, should be sufficient to bring the water into effective influence of the air pressure. As an approximate estimate, the quantity of compressed air required by the green-cutting gun is 2 cubic meters per minute (70 cfm) and the quantity of water is 60 gallons (273 Liters) per minute. An important aspect to be taken note of is that green-cutting as an exclusive operation shall be fully useful only if the next lift of concrete is placed within 3 to 4 days (or a maximum of 5 days) of the placement of the previous lift. If there will be a delay in concrete placement beyond this period the laitance will come up to the concrete surface again at some places. Removal of such laitance shall then be not possible by the ordinary green cutting operation alone. Light sand blasting of even the green-cu lifts shall have to be resorted to. However, if there is excessive delay in concrete placement, it will require either "wet sand blasting" or the application of high pressure "Water blaster" to remove the laitance for effective binding with the fresh concrete. The effect to achieve this will be considerably less if green cutting has already been done.

CONTRAC

SUPEK^^^Sr(^EFKjINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

153
*;<
153 P.V.N.R.KanthanapallySujaiaSravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Sand Blasting: Sand blasting is the process of roughening and cleaning the surface of old and set concrete by means of coarse sand and air applied under pressure of 90 to 100 pounds per square inch (6.33 to 7.03 kilograms per square centimeter) through a nozzle, so as to erode the laitance and grout from the old concrete. Sand blasting of rock is also done so that concrete may be placed on or against a clean surface of rock as required according to specifications. There are two types of sand blasting, namely "wet sand blasting" and "dry sand blasting". In wet sand blasting water is also used along with sand and air under pressure, while in the later, only sand and air under pressure are used. Normally the concrete and rock surface etc., are wet sand blasted to keep down the dust. The percentage of different sizes of sand particles for efficient sand blasting shall be as follows: Size 8 mesh per inch (24.40 Millimeters) 16 mesh per inch (24.40 Millimeters) 30 mesh per inch (24.40 Millimeters) 50 mesh per inch (24.40 Millimeters) Percentage 26 30 23 21

For effective sand blasting it is essential that pressure of air shou between 90 to 100 pounds per square inch (6.33 to 7.03 kilograms per square centimeter). It pressure falls below 90 pounds per square inch (6.33 Kilograms per square centimeter), sand blasting becomes ineffective. If sand having large percentage of fines is used, it will not provide the requisite cutting power and the whole effort goes waste. A good quality well graded sand blast sand" is needed for achieving the objective of sand blasting. High Pressure Water Blasters: Green cutting is far cheaper than sand blasting. Proper quality sand (known as sand - blast sand) is most expensive item and special efforts are needed to arrange such sand. A high pressure water blaster offers a workable alternative to sand blasting.

fe^
COmsffl^ORjF/f SUPERINTENDING ENGINEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

*Zf> 154

154

P.V.N-R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

Summary: Green-cutting offers that most economical methodology in the preparation of good construction joints. It has, however, to be initiated at the proper time and with a proper air-water gun (as per enclosed dimension sketch) to yield the best results. It is far cheaper than sand blasting. If a delay of more than 3 to 5 days is anticipated in placing the concrete over the previous lift, the concrete surface of the lift should be properly "green cut" and thereafter (say one day prior to placement of concrete) it should be light sand blasted or water blasted in order to remove the "re-appeared" laitance. 8.22 Tests: Tests for consistency of concrete (slump test) and compressive strength of concrete shall be made in accordance with the recommended procedure laid down in Indian Standard Specifications IS 1199 and IS 516. The rate of sampling of concrete shall be as under. Not less than one test for every 100 cum reinforced concrete and not less than one test for every 400 cum of mass concrete subject to the condition that not less than 1 test per each mixer per shift shall be conducted. Not less than three specimens shall be made for each test. The standard size of a specimen shall be 150 mm and shall be tested at an age of 28 days. Tests to establish compressive strengths at 3 months, 6 months and 12 months shall be made. For concrete having maximum size of aggregate more than 40 mm all aggregates more than 40 mm shall be removed by wet screening of the sample before preparing the moulds. Some larger moulds with dimensions not less than 4 times the maximum size of aggregate shall also be cast without wet screening. These shall be tested and a relation between the unscreened and wet screened concrete shall be established in the laboratory based on which the normally wet screened concrete is regularly tested. The compressive strength at any particular age shall be taken as the average of three test specimens provided that the value of any one specimen is within plus or minus 65% of the mean. In addition not more than 10% of the specimens tested for a given period shall have compressive strength less than 80% of the required strength and the average of all tests for any given period shall equal or exceed the required strength. It shall further be ensured that only one out of the five consecutive tests may give a value less than the

CONTRACT'

SUPERINTENDIMJENGINEER^&CADD.,

J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

155
155 P.V.N.R.KanthanapaHy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

specified strength, but this shall not be less than 80% of the specified strength. Standard Deviation i) a. Standard deviation based on Test Results: Number of test results: The total number of test results required to constitute an acceptable record for calculation of standard deviation shall be not less than 30. Attempts should be made to obtain the 30 tests, as early as possible, when a mix is used for the first time. Standard deviation to be brought up to date: The calculation of the standard deviation shall be brought up to date after every change of mix design and at least once a month. Determination of standard deviation Concrete of each grade shall be analysed separately to determine its standard deviation. The standard deviation of concrete of a given grade shall be calculated using the following formula from the results of individual tests of concrete of that grade. Estimated standard deviation S = V(^Z(n 2 )/n-1) Where A = deviation of the individual test strength from the average n = number of sample test results c. When significant changes are made in the production of concrete batches (for example changes in the materials used, mix design, equipment or technical control), the standard deviation value shall be separately calculated for such batches of concrete.

b.

ii) a. b.

Assumed standard Deviation Where sufficient test results for a particular grade of concrete are not available, the value of standard deviation given in the following table may be assumed.

c SUPERINTENDING ENGINEERJ&C^DD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

156

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

TABLE (As per IS 10262) Suggested values of standard deviation

Grade of concrete M-10 M-15 M-20 M-25 M-30 M-35

Standard deviation for different degrees of control in N/mm2 Very good 2.0 2.5 3.6 4.3 5.0 5.3 Good 2.3 3.5 4.6 5.3 6.0 6.3 Fair 3.3 4.5 4.6 6.3 7.0 7.3

er, when adeo uate past records for a similar qr ade exist and iustif\ the designed value of standard deviation different from that shown in the above table, it shall be permissible to use that value. (1) All cost associated with testing as described in this Section shall be borne by the Contractor, who shall make allowance for such expense in the Unit Prices for the concrete work. These shall include, but not be limited to, the following: a) The costs for all tests to be carried out prior to the start of concrete work, whether carried out at Site or elsewhere, b) Routine tests for quality control during the execution of the concrete work carried out by the Contractor as specified herein and as directed, c) Other tests required during execution of the work to be carried out by an approved test laboratory(ies), ;

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

157

P.V.N.R-Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

d) Preparation, storage, handling, curing and delivery of samples to a laboratory designated by the Engineer-in-Charge, if so required for additional independent testing. (2) Should the Contractor fail to adhere to his testing program, all test deemed necessary by the Engineer-in-charge to check concrete work will be performed by the Engineer-in-Charge or a laboratory assigned by him, at Contractor's expense. Mix concrete shall be protected against injury. Exposed finished surfaces of concrete shall be protected from the direct rays of sun for at least 72 hours after placement. In general, plain concrete shall be continuously (not periodically) moist for not less than14 days and R.C.C for 21 days and if a pozzolonic admixture is used and concrete made of low heat cement shall be kept continuously moist for at least 21 days or as recommended by the cooling studies. Construction joints shall be cured in the same manner as other concrete surfaces and shall also be kept moist for at least 72 hours prior to placing additional concrete upon the joints. Approximately, horizontal surfaces shall be cured by sprinkling water or by keeping them covered with saturated material such as wet sand or mats which shall be removed after curing is completed. Water curing of all concrete shall start immediately after placement of the concrete and appropriate measures shall be adopted to protect exposed surface of fresh concrete from water spray. Water curing shall be accomplished by covering the concrete with water saturated materials by spraying with the help of perforated pipes or mechanical sprinklers, by porous hose or by any other suitable method. All methods used for curing shall leave the concrete free from any discoloration or damage. Concrete shall not be disturbed by workmen walking on it or by strong materials on the surface for at least 10 hours after placing. Exposed green concrete shall be protected against direct rays of sun by shading and curing under continuous fine spray of water. 8.22.1 Core and load tests: Inspection : Immediately after stripping the form work, all concrete shall be carefully inspected and any defective work or small defects either or made good before concrete has thoroughly hardened.

SUPERINTEHUINGENGINEERJ&CADD., J.ChokkaRao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

W8
158 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Incase of doubt regarding the grade of concrete used, either due to poor workmanship or based on results of cube strength tests, compressive strength tests of concrete core samples and or load test may be carried out. a) Core Test The points from which cores are to be taken and the number of cores required shall be at the discretion of the Engineer-incharge shall be representative of the whole of concrete concerned. In no case, however shall fewer than three cores be tested. Cores shall be prepared and tested as described in IS: 516-1959. Concrete in the member represented by a core test shall be considered acceptable if the average equivalent cube strength of the cores is equal at least 85 percent of the cubes strength of the grade of concrete specified for the corresponding age and no individual core have a strength less than 75 percent. In case the core test results do not satisfy the requirements of or where such tests have not been done, load test may be resorted to. b) Load tests on parts of structures: Loading tests should be carried out as soon as possible after expiry of 28 days from the time of placing of concrete. The structure should be subjected to a load equal to full dead load of the structure plus 1.25 times the imposed load for a period of 24 hours and then the imposed load shall be removed. NOTE: Dead load includes self weight of the structure members plus weight of finishes and walls or partitions, if any, as considered in the design. The deflection due to imposed load only shall be recorded. If within 24 hours of removal of the imposed load, the structure does not recover at least 75 percent of the deflection under superimposed load, the test may be repeated after a lapse of 72 hours. If the recovery less than 80 percent, the structures shall be deemed to be un acceptance.

CONTRACTO

SUPERIN^S^DffleSGINEERj&CADDT J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

159

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

8.22.2 Acceptance Criteria : Two sets of criteria for demonstrating that the concrete as produced and casted either complies or does not comply with the IS: 456-2000 requirements for concrete quality. a) requirements of strength, and b) requirement of workmanship Compressive strength: When both the following conditions are met, the concrete complies with the specified compressive strength: a) The mean strength determined from any group of four consecutive samples should exceed the specified characteristic compressive strength. b) Strength of any sample is not less than the specified characteristic compressive strength minus 3MPs. 8.22.3 Rejection Criteria: Concrete is liable to be rejected if it is. a) Porous or honeycombed,(due to incorrect mix proportions or improper compaction techniques) b) Its placing has been interrupted without providing a proper construction joint. c) The reinforcement has been displaced beyond the tolerance limit. d) If the core tests/load test does not yield the results. e) If the strength of the concrete produced and casted does not yield the strength requirements of the code. f) If the test results of the test cubes obtained as per IS : 1199 and tested as per IS : 516 does not yield the strength requirements of the code acceptance criteria, the Engineer-in-charge with the consultation of the Designer will consider the technical consequences such as durability, strength, serviceability, economic consequences, cost replacement, cost of strengthening the weak point etc., However, the hardened concrete shall be accepted only after carrying out suitable remedial measures to the satisfaction of the Engineer-in-charge.

SUPERINTENDING ENGINEER, I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

160
160 P.V.N.R.KanthanapalIySujalaSravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- U)

8.23 Porous concrete: This item of schedule for 'Porous Concrete' is generally composed of one part of cement to five and a half parts of aggregate by weight. The fines in the aggregate i.e. sand may be permitted up to 10% of the total aggregate. Only so much water shall be used in the concrete as is required to produce a paste which will coat the particles without filling the voids. In placing porous concrete, care shall be taken to ensure that it is not over-tamped or compacted so as to reduce its porosity. The porous concrete after curing shall be pervious and of free drainage type. As soon as the concrete hardens, it should be sprinkled on and kept moist for at least 14 days. The compressive strength of porous concrete at 7 days as determined by tests on 150 mm by 300 mm cylinders should not be less than 700 Kgs/cm2 and the porosity at 7 days be such that water shall pass through a slab of the concrete 30 cm thick at a minimum rate of 500 litres/minutes/Sq.m of the slab with a constant 10 mm depth of water on the slab. The porous concrete so prepared shall be poured into rectangular moulds of convenient size in order to be able to incorporate central holes of 20 mm diameter. After curing, these bocks of porous concrete shall be used for making the formed drains near the upstream face of the masonry dam. 8.24 Contraction joints Contraction joints serve to provide for volumetric shrinkage of monolithic concrete and for movement between monolithic units at established joints, thus preventing formation of objectionable shrinkage cracks elsewhere in concrete. Prior to application of water based curing compound to contraction joints the surface of all joints shall be cleaned thoroughly of accretion of concrete or other foreign material by scrapping, chipping or other means approved by the Engineer-in-Charge . Water stops shall be as approved by the Engineer-in-charge. Water stops, reinforcing bars and other embedded items shall be free of curing compound when adjoining concrete is placed. 8.25 Unacceptable work All defective concreting work including but not limited to defects arising out of honey-combing, under sizing, under strength etc., are liable to be demolished and rebuilt ntractor at his cost. In the event of such work being

CONTRACTOR'

SUPERINTEOTWnm^GINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

161
h* <t i

161

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

accepted by carrying out repairs etc., as specified by the Engineer-in-Charge the cost of repairs shall be borne by the contractor. Acceptance of such works will be in accordance with the provision of IS: 456. Visible defects noticed in the workmanship and quality which could be rectified through remedial measures shall be rectified to the satisfaction of the Engineer-in-charge. Deficiency in workmanship which is considered to be attributable to some inadequacy in concrete production or concrete haulage, or concrete placement method, or compaction, should be got remedied from the contractor by the Engineer-in-charge through additional inputs and up gradation of methodology and work taken up subsequently only when the needed augmentation has been done. If the subsequent work is within acceptable level, steps should be taken to remedy the defects noted in the earlier work through appropriate measures. After the defects have been remedied to the satisfaction of the Engineer-in-charge and provided that the inputs (cement, aggregates, water etc.) are within the specified quality standards, the concerned work shall be accepted. In case the Engineer-in-charge observes basic and serious deficiencies in the quality of inputs and outputs as well as in the workmanship, revealed through perusal of test records and visual inspection as well including say, examination of cores as also serious inadequacies in construction equipment and job facilities in enforcing the technical specifications, such portions of works shall be rejected and not accepted for any payment. In the absence of any positive measures to strengthen these structures/works, the Engineer-inCharge may arrange for their demolition and reconstruction. There could be portions of work/works, where some sort of slight transgression of specifications/quality levels has taken place and which should be capable of rectification in full. In case it is determined that the integrity of such portions of work is not permanently impaired and that the functional capability can be assured, consideration may be given by the Engineer-in-charge (subject to full satisfaction of the Engineer-in-charge), to accept these at reduced payment to the contractor instead of demolishing the concerned portion of work and reconstructing it.

SUPERINTENDING ENGINEER, I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

h
162

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I


Part-A: Tech. Specifications of Spillway ( Vol-II)

8.26 Composition: Concrete shall be composed of cement, sand, coarse aggregate, water and any other admixture, well mixed as per design mix duly following the cooling studies recommendations and brought to the proper consistency. Tests on concrete shall be made at frequent intervals during the progress of the work and the mixes used shall be changed whenever necessary to secure the required strength, workability, density and impermeability together with the maximum practicable economy. The water cement ratio will be regulated by the requirements of strengths or strength and durability based on the laboratory tests. The water content in the concrete shall take into account the type and the capacity of vibrating equipment and be also such as to produce a mixture which can work readily into corners and angles of the forms in and around reinforcement bars with the methods of placing employed on the work but without permitting the materials to segregate or excess water to collect on surface. 8.27 -Deleted 8.28. Concrete bridge over spil!way,Power blocks,Navigation channel,Head regulator: A double lane road bridge with kerbs and walk way on one side shall be provided. The bridge shall be designed for class AA loading and in accordance with MORT & H specification and got approved by the competent authority i.e., CE, CDO. The bridge shall include all the necessary components in accordance with standard specification. 8.29. Control Rooms and Office Building Scope of Work: I. Control Room and Officers Rest Room shall be of ground floor + 2 floors R.C.C Building with R.C.C slab roof and shall be sufficient to accommodate the needs of the operational staff, all the required equipment, with necessary store rooms and the carpet area in each floor shall not be less than 5000 Sqft. All the necessary cables shall be connected to control room for the operation of vertical gates by remote control system.

SUPERIN?^im^e^fGlN^Rj&CADD.; J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

163

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

II. Permanent office buildings in multiple units required during execution & . maintenance at suitable locations of head works as decided by the Employer. The total plinth area shall not be less than 2850.00Sqm. 1. Foundation Excavation:The location finalized by the employer shall be investigated for execution of control rooms and office buildings. Accordingly, the designs and Drawings are to be submitted and got approved by the competent authority CE.CDO and shall be executed as specified in the approved drawings and as directed by the Engineer -in-Charge. 2. Antitermite treatment > Antitermite treatment (pre constructional chemical treatment) shall be carried out along the internal and external vertical faces of the columns, plinth beams basement and top surface of the basement filling below flooring bed as per the specified procedure conforming to IS6315 (part -2) and other relevant approved specification duly using Chloropyriphos / Lindane emulsifiable concentrate 20% with 1% concentration @ 7.5 Liters/sqm of the to a depth of 500mm around columns & 300mmdeep around plinth beams, basements & floor filling area including excavation channel along the wall & rodding etc as per the approval of the Engineer-in-Charge. 3. Plain and Reinforced Cement Concrete: Technical specifications for plain and Reinforced Concrete shall be as per (Section 8) of Vol III, Technical Specifications of Spillway. 4. Steel Reinforcement:Technical specifications for Steel Reinforcement shall be as per (Section 7) of Vol III, Technical Specifications of Spillway. 5. Brick Masonry: The Bricks shall be machine moulded or hand moulded and made from suitable soil are then kiln burnt as per relevant BIS Code. The crushing strength of bricks shall not be less than 35kg/sq.cm.The average water absorption shall not be more than 20percent by weight. Necessary tests for crushing strength and water absorption shall be carried out by the contractor as directed by the Engineer-in- charge. v/^

SUPERINTENBfN&ENGTNEEl^&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

16^164 P. V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway (Vol- II)

The Cement Mortar for brick masonry shall be in the ratio of one cement and five sand by weight. The bricks required for masonry work shall be thoroughly absorbed in clean water in the tank for approximately two hours before use or directed by Engineer-in-charge. Bricks shall be laid in English bond unless directed otherwise by the Engineer-in-charge. Brick masonry shall be kept moist on all the faces as per relevant BIS Codes. 6. CEMENT PLASTERING:Plastering with Cement Mortar two coats (12 mm thick), base coat in CM (1:5) 8mm thick and top coat in CM (1:3) 4mm thick with sponge finishing. Each coat shall be kept continuously damp until the next coat is applied, or for a minimum period as specified in the relevant BIS Codes. Moistening shall commence as soon as the plaster has sufficiently hardened. 7. FLOORING & PADOOING:Flooring: Flooring with ceramic tiles shall be laid as indicated on the drawings or as specified by the Engineer-in-Charge. The thickness of shall be 6mm.The tiles shall conform to IS: 777-1970(latest edition). Anti slip ceramic tiles shall be used for flooring .The tiles shall be best quality. Ceramic tiles set over base coat of cement mortar (1:8), 12 mm thick over CC bed already laid or RCC roof slab, including neat cement slurry of honey like consistency spread @ 3.3.kgs per sqm & jointed neatly with white cement paste to full depth mixed with pigment of matching shade, including cost of all materials like cement, sand water and tiles etc., complete, Skirting or Dadoing: Glazed ceramic tiles for dado of colour and locations as indicated in the drawings or as specified by Engineer-in-Charge. Specifications for cement, aggregates and water shall be applicable as per plain and reinforced cement concrete (section-8) of Vol II, Technical Specifications of spillway. 8. WOOD WORK:Supply and fixing of best teak wood fully paneled Door of Size 1300X2200 mm with glazed ventilators Supply and fixing of best teak wood fully paneled window of size 1200X1200 mm Supply and fixing of Swing Glazed ventilator of size 800X500mm

CONTRACTOR

SUPERINTENDING ENGINEER5I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIonyjChinthagatti^Warangal.

16&
u

165

P.V.N.R.KanthanapalIySujalaSravanthi Project
Phase-I Package-I Part- A: Tech, Specifications of Spillway ( Vol- II)

All the wood work sizes mentioned above or equivalent shall be as indicated in the approved drawings and specified by Engineer-in-Charge. 9. PAINTING:Painting to new walls with two coats of water proof cement paint of approved brand and shade over a base coat of approved cement primer grade one making three coats in all to give an even shade after thoroughly brushing the surface to remove all dirt and remains of loose powdered materials, complete for finished item of work as per IS 912 for internal walls. Plastic emulsion paint as per IS: 5411-1969 of approved brand and required shade shall be used for external walls. Painting with Synthetic Enamel paints for Wood Work & iron work as approved by Engineer-in-Charge. All the painting materials mentioned above or equivalent shall be get approval by Engineer-in-Charge. Furniture:The furniture required for remote control room and office buildings shall be of branded make and as approved by the employer. 11. Impervious coat :Providing impervious coat to exposed RCC roof slab surface with CM (1:3), 20mm thick with 1kg of water proof compound per bag of cement laid over roof when it is and including all operational, incidental and for mixing mortar, laying, rendering smooth and thread lining, curing, rounding off junctions of wall and slab etc,, complete for finished item of work as per the approval of the Engineer-in-Charge. 12. Providing Sanitary / Toilets including disposal arrangement viz drainage, sewerage and water supplv:All materials to be used in toilets, sanitary, drainage, sewerage and water supply shall be as indicated in the approved drawings and as specified by the Engineer-in Charge. Floor mounted urinal: The floor mounted stall urinal shall be of Indian type white glazed earthen ware conforming to IS: 771-(PART-1) Latest Edition and IS: 771-part-lll) (sec-2) Latest Edition. Western Type lavatory with fittings: Western type white glazed water closet of first quality shall be of size 580mm in length and of approved design and conforming to relevant BIS Codes. *S/

10.

SUPERINTE^^^ENGijEER^&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

166

166

P. V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vot- II)

Wash basin with mirror and Towel rod: Wash basin shall be to white porcelain of the first quality conforming to IS: 771 (PART-1) Latest Edition. The size of the wash basin shall be 36cmx 40cm. 13. Plumbing Svstem:Galvanized steel pipes and fittings for water supply shall be of required diameter conforming to IS: 1239. Clamps, screws and all galvanized steel fittings shall be of standard make. All materials to be used in Plumbing System Shall be indicated on the approved drawings and as specified by the Engineer-in Charge. 14. Air Conditioners:20 No's Split Air conditioning system's of O-General/Daikin make and of capacity not less than 2 Ton of Refrigeration along with stabilizer at locations specified by the Engineer-in-charge. 15. Electrification: All materials to be used Internal and External Electrification shall be indicated in the approved drawings and as specified by the Engineer-in-Charge. Any additional requirement shall be provided as specified by Engineer-inCharge. 16. Water Coolers & Ceiling fans: 2 Nos of water coolers &_40 Nos of ceiling fans of branded make shall be provided at locations as specified by the Engineer-in-Charge. 17. R.R Masonry will not be allowed.

CONTRAC

SUPERINTENDING ENGINEERj&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,WarangaI.

167
167 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 9 VERTICAL GATES

^ * A

1-

r^- i

\~ii

SUPERINTENDING ENGINEER, JG$DD., J.Chokka Rao DX.I.Scheme Cirple, K.C.CoIony,Chinthagattu,Wafangal.

168
168 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SL.No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39

Para No

Description

Page No. 171-172 173 173 174 174 175 176 177 177 178 178 178 179 180 180 181 181 182 182 182 183 183 184 184 184 185 185 185 185 185 185 185-186 187 188 188 189 190 191 191

9.1 Scope of work 9.2 Warranty 9.3 Specifications and Drawings Design criteria for Vertical gates 9.4 9.4.1 General 9.4.2 Design data for Vertical gates 9.4.3 Materials 9.5 Hoist supporting structure 9.5.1 General 9.5.2 Fabrication of Structural Steel 9.6 Rope drum hoist for River Sluice Gates 9.6.1 General 9.6.2 Materials for Rope Drum Hoist 9.6.3 Design Criteria for Rope Drum Hoist 9.6.4 Mechanical Equipment 9.6.5 Electrical equipment 9.6.7 Manual Drive 9.6.8 Covers Control Panel & Protective Device 9.6.9 9.7 Design criteria for hoist bridge Manufacture 9.8 9.9 Tolerance 9.10 Machine finish 9.11 Castings 9.12 Forging 9.13 Fabrication of structural steel 9.13.1 Straightening of members 9.13.2 Shearing , chipping and gas cutting 9.13.3 Edges to be welded 9.13.4 Bent plates and shapes 9.13.5 Welding 9.13.5.1 Preparation of Welding 9.13.5.2 Welding Technique 9.13.5.3 Qualification of Welding Process 9.13.5.4 Qualification of Welders 9.13.5.5 Electrodes 9.13.5.6 Tests 9.13.6 Riveting 9.14 ^ sSucned a n d fitted bolts
/PQl

!&8k

CONTRACTOJ

SUPERmTB&BftfOENGINEEIU&CADD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,WarangaI.

169
- n *i.
169

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74

9.15 9.16 9.17 9.18 9.18.1 9.18.2 9.18.3 9.18.4 9.19 9.19.1 9.19.2 9.19.3 9.19.4 9.19.5 9.19.6 9.19.7 9.19.7.1 9.19.7.2 9.19.7.3 9.19.8 9.19.9 9.19.10 9.19.11 9.19.12 9.20 9.21 9.22 9.23 9.23.1 9.23.2 9.23.3 9.24 9.24.1 9.24.2 9.24.3

Drilling and Reaming Punching Stress relieving Measurement & Payment Vertical gates, stop log gates, river sluice gates & EM Parts and other components except hoists Hydraulic Hoist Rope drum Hoist Gantry Crane Surface Preparation & Painting General Preparation of Surfaces Painting Schedule Method of Painting Measures during Painting Application Procedure Shop painting Embedded Parts & Vertical Gates Hoists & Supporting Structure Painting of embedded parts in contact with concrete Field Painting Surfaces not to be Painted Miscellaneous Components Inspection Measurement and payment Catalogs and operating / maintenance instructions Instruction Plates Shop assembly and test Preparation of dispatch Unit-marking, match marking and transportation designation Weights Packing Erection General Installation of first stage embedded parts Installation of second stage embedded parts

191 192 192 192 192 192 192 192 193 193 193-195 195-197 197 198 198-199 200 200 201 202 203 203 203 203 203 204 204 204 205 205 205 205 206 206 206 206

;NGINEER,I&CADD., SUPERINTE J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

170

170

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Voi- II)

75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99

Installation of gates , hoist and supporting 9.24.4 structure 9.24.5 Placing of 2na stage concrete 9.24.6 Tools and tackles 9.25 Inspection , testing and financial acceptance 9.25.1 General 9.25.2 Place of manufacture and inspection 9.25.3 Inspection 9.25.4 Operational tests 9.25.4.1 Gates 9.25.4.1.1 Dry tests 9.25.4.1.2 Wet tests 9.25.4.1.3 Leakage tests 9.25.4.2 Rope drum hoist 9.25.5 Financial acceptance 9.26 Guarantee 9.26.1 Failure to meet guarantee 9.26.2 Defective equipment 9.26.3 Operation of unsatisfactory equipment 9.27 Wastage of Steel 9.28 Spare parts 9.28.1 Vertical Gates 9.28.2 Stop log Gates 9.28.3 River Sluice Gates 9.29 Measurement and payment 9.30 Remote Control of Gates SECTION I Gates and EM parts SECTION II APPENDIX-OS OTHER SPECIAL CONDITIONS

207 207 207 207 207 207 207 208 208 209 209 209 209 210 210 210 211 211 212 212 212 212 212 213 213-214 215 215 216 217

CONTRACT'

SUPERmTENDiWeENGlNEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

171
it ) .

171

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION - 9 VERTICALGATES 9.1 SCOPE OF WORK:- (Com'gendum-4) The scope of work includes designs, preparation of detailed drawings, manufacturing, fabrication, painting, packing, supply, transportation, handling, storage at site, erection, testing, commissioning and other operation which are necessary for the E M parts of Vertical Gates, Vertical Gates, hoist supporting structure, E M parts of River sluice service & emergency gates, River sluice service & emergency gates, hoist bridge & rope drum hoist. Preparation of shop drawings wherever required for fabrication shall be based on the drawings approved by the CE, CDO All the drawings pertaining to HM works & EM works of Barrage gates are to be vetted by APGENCO, Hyderabad and got to be approved by CE, CDO, Hyderabad.
S.No Description Spillway Quantity Power Block Head Reg u la -tor 5 sets

2)

Design, fabrication, transportation supply and erection of E.M. Parts such as providing anchorages sill beams wall plates, roller tracks seal tracks etc., for service and stop log gate grooves, including primary and secondary anchorages for roller tracks, side seal tracks and guide tracks and sill beams for service and stop log gate grooves, dogging arrangement etc., confirming to 1S:4622 and suitable rails for gantry as per design and drawings to be approved by Chief Engineer, Central Designs Organization, Hyderabad (Corrigendum-5) Design, fabrication, transportation supply and erection of spillway top seal vertical gates of size not less than 12 M x 10 M with seal on four sides including skin plates, horizontal girders, vertical stiffeners, rollers, bearings, seals, lifting arrangements, guides, suitable walkways etc., as per IS:4622 and any other appurtenances etc., as per the design and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. (Com'gendum-5)

131 sets

12 sets (Corrigen dum-4).

131 Sets.

12 sets (Corrigen dum-4).

5 Sets

CONT.

SUPERINTENDING ENGINEER,I&CADDM

J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

172

172

P. V.N.R.KanthanapaIIy Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

3)

4)

5)

6)

Design, fabrication, transportation, supply and erection of hoist bridge with minimum of 80Tonns hoist crane, including walkway consisting of longitudinal girders, cross girders, chequered plates, hand railing, side railing, ladders and other accessories including support structure for Hoist assemblies on piers approach ladders to the Hoist bridge on either side as per designed drawings to be approved by Chief Engineer, C.D.O., Hyderabad("Corr/genc/i/m-5J Design, fabrication, transportation, supply and erection of rope drum hoisting equipment with a minimum capacity of 100 Tonns, electrical and remote control equipment etc., as per IS: 6938 and as per the designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. (Corrigendum-5) Design, fabrication, transportation and supply and erection of vertical lift fixed wheel stop log gates of FOURTEEN (Corrigendum-4) sets consisting of required number of elements with appurtenant parts complete with necessary accessories. Supply of 3 nos 25 tonnes capacity stoplog handling cranes along with 10v tonne axuilary hoist are provided for operating stoplog gates as per designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad. Providing 2 Nos of Diesel Generators of suitable capacity on either side of the spill way required for the operation of all 131 Nos. of gates at a time and lighting (illumination ) system on the Spill way, and gallery, road bridges hoist platform gallery, approach roads to spillway bridge, sub-station yard, one number of portable Generator for operating two gates at a time including required illumination for two gates and permanent electrification for operating the gates and lighting system on spillway and gallery, Bailing out of water with suitable pumps from drainage gallery and accessability to the galleYy with one number of lift for carrying at least 10 number of persons.

131 Sets.

12 sets (Corrigen dum-4).

5Sets

131 Sets.

12 sets (Corrigen dum-4).

5Sets

Not less than 14 (Com'gend um -4) Sets of stop log gates and 3 No. of gantry crane .

\it*~

6 Nos. of diesel Generators 3 No. Portable Diesel Generator. 1 Lift.

CONTRACTOR!

SUPERINTE^erMTENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

173
173 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech, Specifications ofSpillway ( Vol- II)

7)

Testing of gates and rope drum hoisting equipment, stop logs at Dry sill and F.R.L.Conditions:

131 Sets.

1 Set

1 Set

Necessary gate for fish ladder shall be provided as per specific and approved drawings. 9.2 Warranty The contractor shall furnish warranty of the equipment for a minimum period of five years after completion of the entire work including two years defect liability period. The contractor shall warrant among other things the following items. a. Quality and strength of the materials used. b. Satisfactory operation of the equipment. c. Safe stresses in all parts under all conditions of operation d. Protection of equipment against vibration and corrosion. The contractor shall correct, at his own expense the defect if any, during the warranty period. The contractor shall assume all responsibility for direct Barrageages causing personal injury or property Barrageage caused by any manufacturing defect under these specifications. 9.3. Specifications and Drawings The general arrangement of the equipment shall conform to the approved drawings. These drawings are not intended to define the design of the equipment but all merely illustrative to shown the general layout of the equipment except where limiting or mandatory dimensions and elevations are given. The approved drawings shall be treated as a part of these technical specifications. Unless other wise specifically mentioned in the schedule or specifications, or drawings, or communicated in writing by the Employer, the contractor shall furnish all the materials, accessories and appurtenant parts called for in these specifications or shown on the drawings. Any item shown on the drawings and not mentioned in the specifications or the item called for in the specifications but not shown on the drawings shall have to be supplied at no extra cost.

SUPERINTETSNGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

174

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.4.0. Design Consideration for Vertical Gates 9.4.1 General Design of the Gates involves design of the following components : a) b) c) d) e) f) g) h) i) 9.4.1.1 Skin Plate Vertical and Horizontal stiffeners and main girders. Wheels and wheel tracks Seals and accessories Guide rollers/ guide shoes Wheel track and track base Guides Seal seat, seal base and sill beam and Anchorages. The Gates in general shall satisfy the following requirements a) The gate shall be reasonably water tight, the maximum permissible leakage being not more than 5 litres/ min/ metre length of seal in case of low and medium head gates and 10 litres/min/metre length of seal in case of high head gates. The figure of permissible leakages is upper limit before which the remedial measures shall be required to rectify defects. b) It shall be capable of being raised or lowered by the hoist at the specified speed. c) Power operated gates shall normally be capable of operation by alternate means in case of power supply failure. d) If meant for regulation it shall be capable of being held in partially open position with in the range of travel to pass the required discharge without cavitation and undue vibration. e) Wherever necessary, model studies may be carried out for high head regulating gates. The gate shall be designed for the hydrostatic and hydrodynamic forces taking into consideration forces arising from wave effects, seismic loads and ice formation wherever applicable. In addition to water load, the additional water head to the static head to account for the sub-atmospheric pressures downstream of gates located in conduits/ sluices should be specified to the designer. The gate is normally designed to close under its own weight with or without addition of ballast but sometimes it may require a positive thrust for closing in which case hoists shall be suitable for that purpose.

9.4.1.2 9.4.1.3 9.4.1.4

r* %
175

175

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part ~ A: Tech. Specifications of Spillway ( Vol- II)

9.4.2 Design Criteria For Vertical Gates S.No. 1. 2. 3. 4. 5. 6. Description Clear Span Number of spans Full Reservoir level Sill level(for vertical gate) Crest level Size of Gate Power Block Not less Not less than than12M 10M 131 Vents 6 Blocks +85.00 M. +85.00 M. +75.00 M +74.00 M +75.00 M +74.00 M 12x10M 10x11M Spillway Head Regulator Not less than 8M 5 Blocks +85.00 M. +75.00 M +76.00 M 8x3M

Operation: The gates have to be lifted when the water level rises above F..R.L. per the operation schedule (to be finalized by the project authorities). Type of arms III Type of suspension of wire rope :Down stream suspension for river sluices iv Minimum thickness of skin plate : 10mm v Minimum thickness of stainless steel :10mm side seal seat (after machining) Minimum thickness of bottom and top :10mm vi seal seat of stainless steel(after machining) Teflon Cladded vii Type of side seal Solid Music Note Type Rubber seal with rectangular bulb viii Type of bottom seal Wedge Type (Rubber) ix Type of top seal a) On gate Double stem solid Bulb Type(Rubber) b) On breast wall Teflon cladded solid Music Note Type Rubber seal with flexible belt. x Governing Indian Standard code :IS:4623,lS:800 (latest) Note: Gate shall be checked for seismic effect Related coefficient would be supplied by the project authorities. Permissible stresses XI (a) Skin plate : Wet & inaccessible (b) All other structural components : Dry & inaccessible including yoke/trunnion girder.

*%H^A
SUPERINTENDING ENGINEER,I&CM)D., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

176
176 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A; Tech. Specifications ofSpillway ( Vol- II)

(c)Anchor rods : Wet & inaccessible Permissible deflection : 1/800th span Permissible bearing and shearing : As per IS 456(latest) stresses in concrete. I st Grades of concrete to be used : 1 stage concrete M20 2nd stage concrete M 25 Lubrication of trunnion bearing :Through non-return grease nipple. 3. Materials (Vertical gates) The materials generally used for different components are given in Table-I of IS 4622:2003. Any other materials satisfying the requirements of the job may also be specified. Recommended materials for main components are given below. S.No. Component Wheel i) Recommended Material Cast steel Cast iron Wrought steel Forged steel Bearing/ Bushing Anti-friction, bearing/bronze, phosphor bronze, aluminium bronze, self lubricating bushing of high strength brass castings Wheel pins of axles Chrome nickel steel or corrosion resistance steel, mild steel with nickel or hard chromium plating Structural parts of Carbon steel, structural rate leaf, track base steel etc., Seal Rubber Wheel track a. stainless steel b. corrosion resistance steel Seal seat Stainless steel plate Seal base, seal seat Structural steel of base, sill beam convenient shape Reference 1030:1998 210:1993 2004:1991 318:1981 305:1981

ii)

iii)

2004:1991 2062:1999 1068:1993 1337:1993 1875:1992 2062:1999 8500:1991 11855:1986 1570(Part-5): 1985 1570(Part-5):1985 2062:1999 8500:1991

iv)

v) vi) vii) viii)

CONTRACTqfe(%derafaati)

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

177
177 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

ix)

Seal clamp

Structural steel Stainless steel Structural steel or ^corrosion resistance steel or stainless steel Spring steel Stainless steel Structural steel and Structural steel or corrosion resistance steel, case iron, cast steel or forged steel

x) xi) xii) xiii)

Guide Springs Anchor bolts Guide rollers guide shoes

2062:1999 8500:1991 6603:2001 2062:1999 8500:1991 6603:2001 6527:1995 2062:1999 6527:1995 2062:1999 8500:1991 210:1993 1030:1998 2004:1991

In all the references cited above, the latest revised edition of Indian Standard or equivalent shall be followed. Any change in the technical specification of materials shall have to be got approved from Employer before taking up fabrication or at the time of processing. Necessary gate for fish ladder shall be provided as per specific and approved drawings. 9.5 HOIST SUPPORTING STRUCTURE 9.5.1 General a)The hoist supporting structure shall be fabricated out of IS structural steel sections or built up sections (weldable) conforming to BIS 2062 (latest edition) & shall be designed to withstand the worst combination of loads including dead weight of the hoist, hoisting load as well as vibrations coming on the hoist while in operation. Support Frame: The cylinder supporting frame shall be so manufactured that the same may be readily assembled and dis-assembled while erecting the hoist cylinder or taking out the same for repairs etc., suitable seat ring shall be provided for locating the hoist cylinder in position. The cylinder shall be held in its position by means of the retaining ring. b) An impact factor of 1.3 may be taken into consideration while designing the hoist supporting structure. c) The design shall be in accordance with IS: 800 and care shall be taken in the design to producea pleasing appearance for the structure. x. SUP^^^^&JG'ENGINEER^&C/y&D., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,ChinthagattU;Warangal.

4*8
t

178

P.V.N-R.KanthanapallySujalaSravanthi Project
Phase-I Package-I Part - A: TBch. Specifications of Spillway ( Vol- II)

d) Suitable anchorages for the hoist frame shall be provided to take the worst combinations of all loads under which the gates and hoists are under operation. e) The hoist supporting structure shall be either in riveted or welded construction. The frame shall be of box type. Field welding will not be accepted. f) Diaphragms shall be provided to distribute the loads to the sides properly. g) Shop connection in the frame shall be either riveted or welded so that the surface of the hoist including the outsides of the frame, case and hoist housing as viewed along the intake structure shall be a plane surface except for projections of rivet heads. h) The girders shall be designed to safely carry the full rated load of the hoist and all its accessories without undue vertical or lateral deflection or vibrations. i) The design shall take into account all conditions of operations of the gates. j) The structure shall be designed for each of the following load combinations. LDead loads plus live load, impact load, wind load @ 150 Kg. /Sq.cm. and crowd load @ 500 Kg/sqm on entire area of walkway. 2. Dead load with no hoisting load plus effect of storm wind load @ 150 Kg/sqm. 3. Breakdown torque @ 200% of rated torque of the motor or actual breakdown torque of the motor as specified by the manufacturer whichever is more. 9.5.2 Fabrication of structural steel: All structural steel work shall conform to the requirements as specified in the previous clauses, to the extent they are relevant. 9.6 ROPE DRUM HOIST FOR GATES

9.6.1 General The hoisting equipment to be furnished by the contractor will be used to operate spillway service gates the scour sluice service and Emergency gates shall include a driving motor, a gear reducer, rope drums, ropes, shafts, gears, couplings, brakes, emergency manual operation arrangements, limit switches, gate position indicator, covers etc., all mounted on a fabricated steel frame. Electrical controls and all necessary and mechanical accessories shall be provided for the satisfactory operation of the hoist. All machinery is to be supported on the hoist supporting

CONTRACT

SUPERINf^^SGe^GINEER)I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

3d
179 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications ofSpiiiway ( Vol- II)

structure place on piers. The hoist shall be capable of fully opening/ closing the gates, and holding the gates in its fully opened or in any intermediate position during either the opening or closing operations. Suitable ladder for access shall be provided to approach the hoist components and sufficient space shall be provided around them for repair/maintenance. 9.6.2 Materials for Rope Drum Hoist

All the materials shall be of tested quality, new, unused free from defects and of grade/classification envisaged in the designs. The contractor shall furnish the test certificate for each lot of materials, if so required by the purchaser. Plates with laminations discovered during welding during inspection shall be rejected. Materials not supplied according to the approved designs/drawings shall be rejected, removed and replaced. Approval of purchaser shall not relieve manufacturer of his responsibility of supply of suitable materials recommended materials for such of the components are given below. SI. Component/part No. 1 All structural members for hoist supporting structure, walkway etc., 2 Rope drum 3 Wire rope 4 5 6 7 8 9 10 11 Wire rope socket Gears/Pinions Shafts Sheaves/pulleys Equalizer bars/turn buckles Bushings Keys Motor Recommended materials Structural steel Cast steel Improved (galvanized) Forged steel Cast steel Forged steel Forged steel Cast steel/ Forged steel Structure steel/ Forged steel Bronze Forged steel As per standard Reference IS:2062 IS:1030 steel IS:2266 IS:2004 IS:1875 IS:1030 IS:1875 IS:1875 IS:1030 IS:1875 IS:2062 IS: 1875 IS:305 IS:318 IS:2048 IS:325

plough

Decision regarding adopting particular equivalent standard/make shall be made by the Employer, their authorized consultants and shall be binding on the contractor.

SUPERINTENDING ENGINEER,I&CA'DD., * J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

I1B6
ISO P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.6.3 Design Criteria For Rope Drum Hoist 9.6.3.1 Hoist Capacity The capacity of the hoist shall be based on the algebraic sum of the worst combination of following forces during either lowering or rising cycle. The hoist capacity thus computed shall be increased as per CE, CDO suggestion which is final. a. Weight of Gate along with all its components including the weight of wire rope b. and its attachments and ballast if any All frictional forces comprising of 1) Wheels / sliding friction. 2) Guide friction 3) Seal friction including friction due to initial interference Any Hydro-dynamic loads like hydraulic down Pull/uplift. Silt load. weight of lifting beam, if used and

c. d. e.

9.6.3.2 i. Operating speed: 0.3 m/min to 0.7 m/min or as per IS 6938(latest) or as per CE, CDO approved designs/drawings ii. Type of end reduction unit: Spur gear and pinions the end reduction shall be mounted on the portable base frames. Suitable cover shall also be provided. iii. Hoist mechanism : As per IS 6938 Latest. 9.6.4. Mechanical equipment 9.6.4.1 Wire Ropes The Wire rope of required size and specification and number, fiber core, improved plough steel, galvanized, lang's lay conforming to IS 2266( latest) to be used. For wire rope minimum factor of safety under normal load shall be 6 and under breakdown torque condition of motor, it shall be 3. 9.6.4.2. Drum, pulleys, gearing , shafts, bearings & gear boxes The above all components shall be designed conforming to BIS 6938 (latest edition)

CONTRACT'

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

181
,M"-

181

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech, Specifications of Spillway ( Voi- II)

9.6.4.3 Worm reducer Self locking reversible work/helical reducer of standard make such as Radicon, Allenroyd, Allenberry, Elecon or any other BIS standard quality. The reducer shall match with ratings of motor. 9.6.4.4 Couplings and clutches: Standard made such as Allenberry,-Stromcraft or any other BIS standard quality and suitable for the torque transmitted. Coupling between drive unit and end reduction unit: Flexible coupling. 9.6.5 Electrical Equipment

9.6.5.1 Electro magnetic Brake: Single phase, solenoid release, shoe type, electromagnetic brake (having rated torque of 1.5 times the out put torque of motor) of standard made such as Technocrats, Electromag, Stromcraft or any other BIS standard make. 9.6.5.2 Motor T.E.F.C. reversible squirrel cage, operating on 415 V, 3 phase, 50 Hz A.C power supply of standard make such as GEC,. Siemens, Kirloskar, NGEF, Crompton Greaves or any other BIS make. The shaft of the motor shall be of extended type to accommodate arrangements for manual drive. The rated speed of motor shall not be more than 1000rpm. The motor shall have high starting torque, low starting current and shall be suitable for operation in highly humid atmosphere. The breakdown torque shall not be less than 200% of the rated torque of motor. The central drive unit shall be mounted on a portable frame Suitable covers shall also be provided. 9.6.6 Manual drive

The manual operation shall be provided with electrical interlock to prevent operation by electric power when the manual drive is engaged. Effort per person shall not be more than 10Kg at a crank radius of 400mm operating at a speed of 24 rpm. 9.6.7 Covers All the components of the hoist i.e. drums, gears, brakes, motors, shaft couplings and clutches etc. shall be provided with individual covers of M.S.sheet of minimum 3mm thickness. The covers shall be such that it is easily possible to lubricate the machinery without removing them.

CONTR/^^erabJ%]| Y;.A. )$)) %^7^S^

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

182

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications ofSpillway(Vol- II)

9.6.8 Control panel and protective devices T.P. air breakers, fuses, thermal protective relays etc. of suitable ratings shall be provided in the motor circuit and DP. air circuit breaker, single phase preventer, limit switches (for lowest and highest positions of gates) shall be provided in the control circuit. All the contacts, relays, push-buttons etc. shall be of adequate ratings of standard make and of tested quality one step-down transformer of adequate capacity shall be used to get 110 volt A.C.supply for the control equipments. Limit switches shall also be provided to ensure that the motors do not start while the gates are being operated manually. Suitable anti-condensation heaters shall be provided in all control panels. In addition to the equipment for local control of the gates, all equipment for remote control of each gate shall be provided. For the purposes of remote control, local gate control cabinets shall provide an electrical interface for remote control including remote position indicator. These features shall be furnished for each gate. All interface wiring shall be wired to one terminal block for individual gate. All the components of hoists shall be checked for the breakdown torque of motor selected. Actual breakdown torque or pull out torque as indicated in the motor catalogue supplied has to be adopted limiting of BDT/POT of motor by using a torque limiter or by effecting any local change in the motor circuit will not be permitted. 9.7 Design criteria for Hoist Bridge:

i. The design of hoist bridge/hoist shall be designed and submitted in accordance with relevant BIS codes and it shall be got approved.by the Competent authority i.e., CE, CDO, Hyderabad. Load on the structure: a) load transmitted through the hoist b) Impact load. c) Live load of 500Kg/sq.m.area d) Dead weight of the members. e) Seismic load ii Permissible stresses :As per IS-800(latest Edition)

iii Breakdown condition: Hoist bridge shall be checked for actual break down torque of motor selected. iv The deflection of hoist bridge shall be limited to 1/800 for spans upto 12m and as per IS 6938 (latest edition)

SUPERINTENrt^^GSjEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

183

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

The platform and walkways shall be designed for a live load of at least 500Kg/sq.m.

vi. Clear space of 1000mm width shall be made available all-round the hoisting equipment Interconnecting cat-walkway (at least 600mm wide cum supporting structure for the float shaft and trunnion level walk way (at least 1200mm wide) shall be provided from pier to pier including all fastening bolts, anchor bolts, chequered plates etc. vii Hand railings of not less than 1200mm height with two horizontal pipe rail and minimum 40mm diameter shall be provided on both sides of hoist bridge, trunnion level walkway, and on all approach ladders. All ladders shall not be less than 400mm width between side parts shall have round rungs 20mm in diameter spaced at 300mm c/c. viii Flooring: Chequered plate of minimum 8 mm thickness.

Note: The manufacturer shall design the embedments of the hoist bridge structure to suit the design of pier. The worst possible combination of hoist loading shall be considered for design and stability of hoist bridge. 9.8 Manufacture All the works shall be performed and completed in a thorough workman-like manner as per the best modern practice in vogue in the manufacture and fabrication of equipment of the type covered by these specifications. The work shall in all cases be of high grade and carefully performed to the satisfaction of the Employer. The contractor shall warrant all materials and workmanship furnished by him to be free from injurious and defective materials or workmanship and shall bear all cost of the repair in case of any error for which he is responsible workmanship shall conform to the relevant standards laid down by the Bureau of Indian Standards. All sharp corners, which can Barrageage the matching parts, shall be rounded and chamfered. 9.9 Tolerances Where tolerances or fits are not specified on the drawings, the contractor shall follow the best modern shop practices for apparatus of the type covered by these specifications and drawings, due consideration being given to the special nature of function of the parts and to the corresponding accuracy required to secure proper operation.

"y

184

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.10 Machine Finish Where finished surfaces are not specified on the drawings, the type of finish shall be that most suitable for the part to which it applies and shall be as per IS: 3073(latest edition). A smooth finish (two delta, i.e., 1.6 to 6.3 microns) will be required for all surfaces in sliding or rolling contact and for surfaces in permanent contact, where a tight joint is required. A finish (single delta, i.e. 6.3 microns and above) shall be given to all other machined surfaces where selective assembly for matching parts is specified on the drawings or otherwise required. The parts shall be ground, if necessary, to obtain the limiting tolerances. 9.11 Castings While making patterns for the castings, care shall be taken to avoid sharp corners or abrupt changes in cross section and ample fillets shall be used. All castings shall be true to patterns and the thickness of the metal shall not vary at any point by more than 5mm from that shown in the drawings. Care shall be taken in the foundry to cool the castings properly so that they will not warp or twist. No casting will be accepted if it is warped or twisted to such an extent that machined surfaces cannot be properly finished to the dimensions shown on the drawings. All castings shall be sound, clean, and free from cracks, blow holes or sand holes and other casting defects. These shall have a workman like finish. Castings shall not be repaired, plugged or welded without the permission of the Engineer-in-Charge. Such permission shall be given only when the defects are small and do not affect the strength, use or machinability of the castings. No welding shall be done after the castings are finally annealed. No defect shall be removed and paint or oil be applied to the surface of any casting until the Engineer-in-Charge or his authorized representative has inspected it. The treatment for casting involves heating slowly upto about 40 c above it's a critical temperature, holding it at the temperature just only long enough for a uniform temperature to be attained throughout the casting and then allowing it to cool slowly in furnace. During the process, the requisite annealing temperature shall not be exceeded and over heating shall be avoided. End products shall conform to the requirements of relevant Indian Standards. All castings shall be ultrasonically tested to ascertain their soundness. 9.12 Forging All forging shall be done in accordance with the latest practice and shall exhibit physical and chemical properties envisaged in the corresponding Indian Standards. Only those forging shall be used whose working is well known without doubt.

CONTRACT|Rl/tWefB6arf]f,]|

SUPERINTENDfi<Je^NGtf3EER,T&CADD.> J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

.135
185 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- il)

9.13 Fabrication of Structural steel The contractors are expected to perform fabrication in the best possible manner to meet the requirements of designs and drawings. However, some specific guidelines are given herein under.

9.13.1 Straightening of Members Before being laid off or worked in any manner, structural steel shall be straight, without twists, bends or kinks, and if straightening is necessary, it shall be done by a method which shall not injure the metal to ensure good welding and fittings of members. All steel shall be cleaned of dirt, mill scale and rust prior to fabrication. 9.13.2 Shearing, chipping and Gas cutting Shearing, chipping and gas cutting shall be performed carefully and all portions of the work, which will be exposed to view, shall present a neat appearance. Finishing of sheared or cut edges of plates or shapes will not be required except as noted in these specifications. 9.13.3 Edges to be welded The edges of plates and shapes to be joined by welding shall be properly 'formed to suit the type of welding selected. Where plates and shapes have been sheared, edges to be joined by welding shall be machined or chipped to sound metal. Plates and shapes to be field welded shall have their edges prepared in the shop for the type of weld selected. 9.13.4 Bent Plates and Shapes Where bending or forming of plates or shapes is required, the plates or shapes shall bent by cold forming. Heating and hammering to correct bends will not be permitted. 9.13.5 Welding 9.13.5.1 Preparation for Welding Members to be joined by welding shall be cut accurately to size and where required shall be rolled or pressed to the proper curvature in accordance with dimensions shown on the drawings. The edges of the members to be joined by welding shall be sheared, flame cut or machined to suit the required type of welding and to allow through penetration. The cut surfaces shall expose sound metal free

186

JF Jr.

186

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

from laminations, surface defects caused by shearing off flame cutting operations, or other injurious defects. The surfaces of the plates to be welded shall be free from slag, rust, grease, paint and other foreign matter for a distance of atleast 2 inches back from the edges of the weld. In assembling and during welding, the component parts of built up members shall be held in place by sufficient clamps or other adequate means to keep all parts in proper position. All materials over 25 mm in thickness shall be preheated before welding is commenced. Before the commencement of welding, the con-tractor shall submit a complete program for welding sequence and distortion control for approval of the department. The molten metal and where applicable automatic machine with correct procedure control shall be used. All welding performed in the fabrication and erection of steel structures and equipment shall conformed to the requirement of IS 816 except as modified in these specifications and shall be performed by a code qualified welder. After being deposited, welds shall be cleaned of slag or flux and shall show uniform sections, smoothness of weld metal, feather edges without overlap and freedom from porosity and clinkers. Visual inspection at the edges and ends of welds shall indicate good fusion with the base metal. When the weld metal is deposited in successive layers, such layer except the last shall be cleaned moderately with a tool before the next layer is applied. Particular care shall be taken in aligning and separating the edges of members to be joined by butt welding so that complete penetration and fusion at the bottom of the joint will be assured. All pin holes, cracks and other defects shall be repaired by chipping or grinding the defects to sound metal and re welding. Where fillet welds are used, the members shall fit closely and shall be held together during welding. The welding rods used for manual welding shall be heavily coated type, and shall be suitable for all position welding where required. In welding, precautions shall be taken to minimize stresses due to expansion or contraction and distortion due to heat by using the proper sequence in welding by preening the welds while hot or by other satisfactory methods. Correctors of distortions by bowls, after welding is completed and the piece is cold, will not be permitted. All skin plate welds shall be continuous and water tight and shall develop the full strength of the plate joint. Welding electrodes shall conform to the applicable provisions of the I.S.I, specification. The contractor shall prepare a shop and field welding procedure including stress relieving, annealing and preheat requirements and shall submit this procedure shall submit Engineer-in-Charge for approval. The procedure shall be in accordance with best modern welding practice and shall be such as to minimise residual stresses and distortion of the finished members of the structure. Approval of any procedure, however, will not relive the contractor of the sole responsibility for producing a finished product meeting all requirements of the specifications. Welds in contact will rubber seals shall be rounded.

coNTRACTO^v^^tf
^ ^ * S ^

SUPERH^SRS^SJGINSRJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

187
187 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- II)

9.13.5.2 Welding Technique Care shall be taken in designs that the welds when being made are well accessible. Overhead welding is to be avoided, if possible and flat position is to be strived for. Drawings should clearly indicate the joint.position, shop or field welding, kind of welding, method of welding, welding sizes and other required points. Symbols to be shown on the drawing should conform to relevant Indian Standards All welding shall be done by the electric arc method by a process which will exclude the atmosphere from the molten metal, except where otherwise specifically permitted. All welding electrodes required shall be furnished by the contractor. Correct selection of electrodes shall be done taking due care of welding method and base metals of components. The welding electrodes shall be of the heavily coated type designed for all position welding. The make, type and size of all welding electrodes shall be subject to the approval of the Department. In assembling and during welding, the component parts of built up members shall be held in place by sufficient clamps or other adequate means to keep all parts in proper position. The surface to be welded shall be cleared of scale, slag, rust, paint, and other foreign matter, except that thin coat of linseed oil need not be removed before welding. Where weld metal deposited in two or more layers, each layer shall be brushed with a wire brush or otherwise cleaned before the subsequent layer is deposited. In welding, precautions shall be taken to minimize stresses due to heat by using the proper sequence in weldfng. Upon completion, the welds shall be brushed with wire brush and shall show uniform section ^smoothness of weld metal. Edges and ends of fillets and butt joint welds shall indicate good fusion and penetration into base metals. Specific requirements for butt joints and fillet joints are given below. i) Butt Joints In principle, butt joints should be made with back run. The joints in the skin plate shall be staggered & preferably located near the point of contraflexure. The edges of skin plate shall be prepared in shop. Skin plate joined by butt welding shall be without any back plate so as to facilitate radiography. Joints, if required in horizontal girders and hoist bridge girders shall be located sufficiently away from location of maximum bending moments. They shall also be butt welded in such a way as to facilitate radiographic testing of welded joints. All butt welds in gate components shall be 100% radiographically tested for their soundness. However, the extent of radiography for joints in skin plate alone shall be limited to 10% of total weld length suitably selected. However other tests like ultrasonic, dye-penetrant or magnetic particle test should be conducted for full length

188
188 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

of butt joints in the skin plate. All butt joints in hoist bridge shall also be 100% radiographically tested for their soundness. Dye-penetrant test shall be carried out after each pass of the weld. ii) Fillet joints All fillet welds shall be continuous. For the main members, no fillet welding should be made on members whose thicknesses differ substantially. Fillet weld at T joints should be made, as a rule, on each side of the joint, unless it is otherwise agreed due to some practical reasons. All fillet welds shall be tested ultrasonically for soundness. 9.13.5.3 Qualification of Welding Process A specification of the welding process, that is proposed to be used, shall be established and recorded and, if required, a copy of such specification together with a certified copy of report of results of tests made in accordance with the process and specifications shall be furnished. The qualification of the welding process shall be atleast equal to that required by 'Standard Qualification Procedure' of the Indian Standards and the minimum requirement of the tests shall be at least as stated in the said, 'Standard Qualification Procedure'. 9.13.5.4 Qualification of Welders Every welder, unless he is holding a valid IBR certificate, shall be tested and prequalified by Engineer-in-Charge before he is employed on the job. Using the qualified process, the welder to be tested shall prepare test specimens for both fillet and butt welding in positions, namely, flat, horizontal, over head, etc., for which he is required to be pre-qualified. Tests to be conducted on the specimens shall be in accordance with IS 817 and the number of tests to be conducted shall be as decided by the Engineer-in-Charge. Those welders who are required to be pre-qualified to do butt welding shall prepare specimens to satisfy transverse tensile test and radiography tests in addition to those specified in IS 817. Routine tests on welders shall be required every six months. Engineer-in-Charge reserves the right to test any welder employed by contractor at any time and at any frequent intervals. The welder is deemed to be qualified to do welding only if these tests are successful. Should the welder fail in the first test, two further tests shall be undertaken immediately and the welder, to qualify, must satisfactorily pass both these tests. All cost towards testing of welders shall be borne by the contractor.

CONTRACT

SUPERINTMtofGENGINEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

189
189 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.13.5.5 Electrodes: All electrodes used for welding shall be of approved make and shall conform to IS: 814 and AWS FSA 5.1 specifications. In addition, the electrodes used for various applications shall conform to the following classifications of AWSFSA 5.1. Electrodes used shall be amenable to radiographic testing. Fillet welds: 'Thickness of plate less than or equal to 19mm Size of weld 6mm E6013

Size of weld greater than or E 7016 for root run and E 7018 for subsequent equal to 8 mm runs Thickness of plate greater E 7016 for root run and E 7018 for subsequent than 19 mm and Size of weld runs^ greater than or equal to 8 mm Butt weld: Thickness of plate lesser than E 7016 for root run and E 7018 for subsequent or equal to 19 mm runs Thickness of plate greater E 7016 for root run and E 7018 for subsequent than 19 mm runs

All electrodes shall be stored in ovens as per manufacturer's instructions. Electrodes for shielded -arc manual welds shall comply with the requirements of IS: 814 and shall be of following or any other make of approved quality and shall be amenable to radiographic testing. a) M/s D and H Secheron Electrodes (P) Ltd., b) M/s Indian Oxygen Ltd., c) M/s Advani Oerlikon d) M/s Philips India Ltd., / their subsidiary 'PIECO'. The electrodes for manual arc welding shall be suitable for use in the position and type of work as laid down in the above specifications and as recommended by the manufactures. The filter wire and flux combination for submerged arc welding shall confirm to the requirements for the desired application as laid down in IS: 3613. The weld metal deposited by the submerged arc process shall have mechanical properties not less

SUFERINT@3KN6-K*GINEER,I&CADD., J.ChokkaRao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

190
190 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

than that specified for American welding Society's classification 5.17 F 60 for steel conforming to IS : 2062 and AWS classification 5.17 F 70 for steel conforming to IS : 8500. Electrodes flux covering shall be sound and unbroken. Broken or Barrageaged coating shall cause the electrodes to.be discarded. Covered electrodes for manual arc welding shall be properly stored in an oven prior to use in a manner recommended by the manufacturer and only an hour's quota shall be issued to each welder from the oven. Electrodes larger 5mm dia meter shall not be used for root runs in butt - welds. Welding plant and accessories shall have capacity adequate for the welding procedure laid down and shall satisfy appropriate standards and be of approved make and quality. The Contractor shall maintain all welding plant in good working order. All the electrical plant in connection with the welding operation shall be properly and adequately earthed and adequate means of measuring the current shall be provided. All welds shall be made only by welders and welding operators who have been properly trained and previously qualified by tests to perform the type of work required as prescribed in the relevant applicable standards. 9.13.5.6 Tests: All the tests for soundness of welds shall be carried as per BIS 822 and as per other relevant BIS codes applicable. a) 100% of fillet welds shall be checked by ultrasonic test & dye penetration test. b) All butt welds in gate components shall be 100% radio graphically tested for their soundness. However the extent of radiography for joints in skin plate alone could be limited to 10% of total weld length suitably selected. c) Other tests like ultrasonic, dye penetrant or magnetic particle test shall have to be conducted for full length of butt joints in the skin plate. d) Butt welds in the web and flanges of horizontal girders shall be checked by magnetic particle impression test for soundness. e) All butt joints in Hoist Bridge shall also be tested radio graphically 100% for their soundness.

m
191 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Engineer in charge reserves the right to order for any additional tests for the gate components & Hoists supporting structures. Incase of welds of multiple runs root welds shall be tested by liquid penetrant/ dye penetrant tests and certified by Engineer in charge before welding on subsequent runs are taken up. 9.13.6 Riveting Rivets shall be driven by power riveters, employing pneumatic, hydraulic or electric power. After driving, their finished heads shall be of approximately hemispherical shape of uniform size throughout the work for the same size rivet, neatly finished and concentric with the holes. Rivets shall be finished and heated uniformly to a temperature not exceeding 1065C. They shall not be driven after their temperature has fallen below 528C. All shop driven rivets within a distance of 425 mm from a shop welded joint shall be driven after the welding is completed. Recouping a caulking of loose or defective rivets will not be permitted. While removing defective rivets, care shall be taken not to injure the adjacent metal and if necessary, they shall be drilled out. 9.14 Turned and Fitted Bolts

in cases, where bolts have to be used but strength of a riveted connection is required, this can be obtained by using special bolts in special holes to a driving fit. The bolts are specially made from black round bars and turned down to the exact diameter. The inside of the head and flat face of the nut should be machined. The hole must be accurately drilled or reamed with a clearance of not more than 0.25mm. The holes after assembly of the parts must be true throughout the thickness of all parts and perpendicular to axis of the member. Washers for turned and fitted bolts should be machined on both faces. 9.15 Drilling and Reaming Holes shall be accurately located and drilled or reamed perpendicular to the face of the member and, if necessary, shall be drilled to a template. Counter-sinking, wherever required, shall be done carefully and to the full depth of head. Open holes in material of 18 mm or less in thickness, shall be sub-drilled or sub-purchased before assembly and reamed during assembly. Holes in structural steel of more than 18 mm in thickness shall be drilled 3 mm smaller than the normal diameter of the rivet or bolt, before assembly and reamed to the full size during assembly. All members shall be shop assembled before reaming or drilling holes for field connections.

SUPERINTENDING ENGINEERJ&GADD., J.ChokkaRao DX.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

192
192 P.V.N.R.KanthanapallySujalaSravanthi Project
Part-A:Tech. Phase-I Package-I Specifications of Spillway (Vol- II)

9.16 Punching For sub-punching, the diameter of the punch shall be 4.5 mm smaller than the nominal diameter of the rivet or bolt and holes shall be clean cut without torn or ragged edges. 9.17 Stress Relieving Stress relieving of welded parts, where required, shall be carried out after all welding is completed but before that part is machined or assembled into structure. Localized stress relieving will not be permitted for shop welded parts. The stress relieving of parts shall be done as per IS: 2825, IS: 10801 and IS: 10234 latest edition). Provisions of IS: 4623 shall also be fulfilled for stress relieving of gate components. 9.18 Measurement and payment 9.18.1 Vertical Gates, Stop Log Gates, Scour Sluice Gates & EM Parts and other components except Hoists. The measurement shall be made as per the provisions in approved fabrication drawings and as per standard IS weights of materials The measurements for payment will be made as per actual for the finished item only without considering any wastage due to cutting, bending, or due to any other operations involved in fabrication. The unit of payment for the above gates items will be ONE-VENT and measurement by weight. 9.18.2 Hydraulic hoists Measurement and payment for the hydraulic hoist will be made on 'set' basis. The entire hydraulic hoist system, consisting of supporting structure, anchorages, hydraulic cylinders, pistons, piston rods and extension rods, motors, pumps, shafts, etc., and control equipment (both local control and remote control), electrical items such as cables, power pack, hydraulic pipes, valves and controls, etc. put together will make 'one set' or 'one number'. 9.18.3 Rope drum hoist Measurement and payment for the rope drum hoist will be made on 'set' basis. The entire rope drum hoist system consisting of worm reducers, breaks, motors, shafts, wire ropes, gates, couplings etc., put together will make one set or one number. 9.18.4 Gantry crane Measurement and payment for the gantry crane will be made on 'set' basis. The entire gantry crane, consisting of gantry (supporting) structure, hoisting and traversing mechanism such as motors, gears, ropes, rope drums, shafts, pulleys etc., and control mechanisms, electrical items such as cables etc. put together will make 'one set' or'

CONTRACT'

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu;Warangal.

1?3
193 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

9.19 Surface Preparation & Painting 9.19.1 General All paints, painting materials and accessories for painting shall be supplied by the contractor and shall be included in the price bid. The paints proposed by the contractor must be got approved by Employer well before application of the same. The analysis in respect of paint properties, paint composition and performance requirements of the paints shall be submitted by the contractor for examination and approval. The painting and surface preparation shall confirm to the relevant Indian Standard Specifications, IS: 14177 - Guidelines for Painting System for Hydraulic Gates and Hoists. The paint shall be a product of reputable manufacturer and shall be delivered in the manufacture's sealed tins stored under cover and used within the storage time and in accordance with the method recommended by the manufacturer. The Contractor shall prepare and submit the painting specifications for approval of the Engineer in charge "The painting specifications shall cover paint schedule, manufactures statement of the physical and performance characteristics for paint materials to be selected, and manufactures recommended procedures for the surface preparation, application, handling instructions, equipment, ambient conditions, mixing instructions safely and storage instructions etc. The procedures shall also include any special requirements for field repairs the Barrageaged coating and for the coating of field joints. All parts which will ultimately be buried in concrete shall be cleaned and protected, before leaving the manufactures shop by a Portland cement wash or other approved method as per relevant BIS codes. Before being installed they shall be thoroughly cleaned from all rust and adherent matter. The contractor shall take all the precautions for scaffolding and ladder as per BIS 3696. While every effort will be made by the department for ensuring continuity of the painting work of the crest gates, the department reserves right to operate the crest gates during the contract period for the purpose of water regulation and the contractor shall have no claim to idle labour etc., during the period of interruption in painting. 9.19.2 PREPARATION OF SURFACES: Surfaces preparation shall be in accordance with the following procedure: i) Welds, plates or any other surface irregularity shall be removed by any suitable means before cleaning. .*-^

SUPERMtffiDlHGENGINEERj&CA'DD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu,Warangal.

194
194 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

ii) iii)

iv)

v)

vi) vii)

viii) ix)

All oils, grease, and dirt shall be removed from the surface by use of the cleaning solvent, which shall be Xylol and cleaning the entire area with dry cotton waste. Following the solvent cleaning the surface to be painted shall be clean of rust, mill scale and other adhering objectionable substances should be removed completely to uniform bright base metal by brushing or any other affective means before the surface is painted upto the satisfaction of the Engineer Incharge. In the event that dust forms on the surface becomes otherwise contaminated in the interval between cleaning and painting, re-clearing shall be required. Surfaces of Stainless steel, Nickel, Bronze and machine surfaces adjacent to metal work being cleaned or paint shall be protected by plastic sheet cover or other suitable means during the cleaning and painting operations. The contractor shall procure the paints from one of the following reputed firms one of the following reputed firms only. 1. M/s. Berger India Limited. 2. M/s. Asian Paints. 3. M/s.Johnson & Nicholson. 4. M/s.Shalimar Paints/ 5. M/s.Goodlas & Nerolac. 6. M/s.Hindustan Ciba-geigy Limited. Each batch of paint that is brought to the site should be accompanied by the Certificate of specified composition of the ingredients of that particular paint. The Engineer-in-charge has right to reject the container of paint which he feels not suitable for work without assigning any reasons. The decision of the Engineer-in-charge in rejecting the container of the particular paint is final land is binding on the contractor. A tolerance of + 5 microns per coat is allowed on the coat actually applied. However if the thickness of any. If the thickness of any coat of paint when applied is less than the specified thickness in Schedule 'A' item, it should be made good by applying one more coat and no extra payment will be made for the coat which is extra applied. However, no extra payment will also be made if to thickness of coat of paint is more than the specified in the schedule 'A'. Specified in Tender schedules. The above tolerance is + 2.5Microns per coat. The contractor should arrange at the site an 'Elcometer" to measure the dry film thickness in microns of the paint applied to the surface.

x)

K.C.Colony,Chinthagattu,Warangal.

195
195 P.V.N.R-Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vot- II)

xi)

Each paint shall be tested in accordance with relevant I.S. specifications and I.S.14177(Part-2)-1971 and I.S.14177-1994 for the following qualities and necessary test certificates shall be furnished along with each consignment from a state/central Government approval laboratory. (1) Chemical composition on firming to relevant I.S. specifications. (2) Weight test (weight per 10 litre of paint thoroughly mixed) (3) Drying time. (4) Flexibility and Adhesion. (5) Consistency. (6) Dry thickness and rate of consumption.

All the painting materials mentioned in Schedule 'A' items shall be got approved by the Engineer-in-charge before their application. Representative samples from each consignment of paint shall be got tested by any National Testing Laboratories at the cost of the contractor. If the samples of paint tested, does not confirming to the BIS specifications, the whole lot of paint pertaining to that consignment shall be rejected. The contractor has also to furnish Batch Nos., and date of manufacture for each lot from the concerned paint manufacturer including date of expiry. 9.19.3 Painting Schedule For Vertical Gates, Hoist Bridge and Equipment After though cleaning with Sand blasting, the surfaces to remove the rust .confirming to APDSS specification Nos., 1203, 1204, the system of protective coats has to be applied. All surfaces of the gates except mechanical surfaces of ferrous metal which are to be in rolling or sliding contact comprising area of each bay shall be painted as follows:
-.

1) Inorganic Zinc silicate primer by airless spray gun Zinc phosphate Pigmented epoxy resin Primer paint - 1 coat DFT 70 microns per coat DFT 70 Microns.

2) Solvent less Coal tar Epoxy Resin paint 3coats DFT 100 microns per coat. DFT 300 Microns. (Equivalent to Berger Epilux 64 Coal Tar epoxy super black paint) Total: DFT 370 Microns.

SUPERINTENCWG ENGIN1SR,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

3
196 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

These coats shall be applied with in 24 hours drying time between each coat or as per the specifications in technical brochure supplied by the concerned paints manufacturer or as directed by the Engineer-in-Charge. The temperature for painting may range between 45 F and 100 F. The final film thickness of the paint should be DFT 370 Microns to be measured by special instrument supplied by the contractor. Each coat of paint shall be applied in specified weather conditions as specified in technical brochure or as directed by the Engineer-in-Charge. When so applied the dried fill >shall be free from pin holes and conspicuous brush marks and shall be not more than slightly seedy granular or fibrous in appearance. Paints required for primer and finishing coats should be procured from the same firm for achieving better results. Normally thinners are not permitted. If it is necessary to be added for workability they must be used as recommended by the manufacturer of the particular paint in their technical specifications, whenever necessary only in the presence of Engineer-in-Charge. The quantity of thinner should be decided after trail and only the required quantity added so that the specified dry thinners should be borne by the Contractor only. Paints should be used within the prescribed shelflife from the date of manufacture. The quantity of paint procured should be such that it is fully utilized before the prescribed period from its use. If the contractor could not utilize the paints before expiry date due to natural calamities or any unforeseen reasons, the department shall not accept any responsibility. Surface preparation shall not be done unless the approved paints of sufficient quantity (for both primary and finishing coat paints) are available in stock. The contractor has to procure the paints proportionately in accordance with the programme of painting, so as to avoid expiry of paints, for which, department does not held any responsibility. Caution shall be exercised in the application of fast drying paint to prevent too rapid evaporation of the solvent and paint shall not be applied to metal exposed directly to the sun in hot weather. Painting schedule for hoisting arrangement and supporting structure : After thorough cleaning with sand blasting of surfaces to remove the rust confirming to APDSS Specification Nos.1203 and 1204, the following system of protective coat has adopted conforming to I.S.14177(latest edition): -

CONTRAOKW^-^yy

SUPERINT^iNG^NG^EERsI&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

p?
197 P.V.N.R.KanthanapallySujalaSravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

1. Zinc phosphate primer with airless spray gun - 2 coats DFT 40+5 Microns per each coat. DFT 80 + 10 Microns. High Building Zinc Phosphate primer paint. 2. Alkyed based micaceous Iron DFT 65 + 5 Microns 3. Special Weather resistant, synthetic enamel Paint with airless spray gun - 2 coats DFT 25+5 Microns per each coat. Oxide paint -1 coat

DFT 50 + 10 Microns.

The total dry film thickness of all the coats including primer coat shall not be less than 195 microns and shall be conforming to BIS 14177(latest edition). All the conditions specified as above hold good for procurement and testing of paints etc. All paints and coating materials shall be in thoroughly mixed condition at the time of application and shall not be thinned. Any Warming of paint shall be. performed by means of a hot water both the paint shall not be heated to a temperature higher than 100 F. Paint shall not be applied when the temperature of the metal or the surrounding air is les than 45 F. Surfaces shall be free from moisture at the time of painting. The first/primary coat shall be applied immediately after cleaning. When paint is applied by spraying suitable means shall be provided to prevent segregation during the painting operations. Effective means shall be provided for removing all the oil and moisture Iron the air supply lines of all spraying equipment, if adopted. Each coat of paint shall be free from ally provided each coat shall be allowed to dry or harden before succeeding coat is applied. 9.19.4 Method Of Painting All painting shall be applied by skilled worker in a. workman like manner and each coat of paint shall be permitted to dry properly before the succeeding coat is applied. Paints shall not be applied during Barragep weather or surfaces that are not entirely free from moisture. Thinning or heating of paint will not be permitted, except with specific approval of the department. Contents of paint should be mixed thoroughly before and during use. The paints may be applied using brush cooler/Airless spray, if necessary The contractor shall supply only such paints, which are of best quality from Berger paints /Asian paints/ Shalimar/Johnson and Nicholson /Goodlas Nerolac/Hindustan Ciba-Geigy Ltd., paints only and which have got sufficient period before theiuprescribed date of expiry and any defective paint supplied by the

STJPF.mSTRNDTNG ENGINEERJ&@yDD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

198
198 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

contractor shall be immediately removed from the site as per the directions of the Department and replaced with good quality of paint. The contractor shall provide all the facilities required to the department to ensure that the entire quantity of paints supplied are fully used on the work. 9.19.5 Measures during Painting Any bare spots or holidays shall be recoated with additional application of primer. All runs, sags, floods, or drips shall be removed by scrapping and cleaning. The cleaned area should be retouched or all such defects shall be remedied by reblasting or repriming. Special attention should be given to good coverage on rivets, welds and sharp edges and covers. Suitable measures shall be taken to protect the applied primer from contact with rain, fog, mist, dust other foreign matter until completely hardened and next coat is applied. The air temperature at the time of application must not be below 10 C and relative humidity must not be above 90%. 9.19.6 Application Procedure Paints and coating materials shall be in a homogeneously mixed condition at the time of application and shall not be thinned except as hereinafter specifically provided. Warming of the paint shall be performed by means of hot water bath. All surfaces to which paint shall be applied immediately after cleaning, and except otherwise specifically provided, shall be applied by either washing or by airless spray. When paint is applied by spraying, a mechanical agitator type of paint pot shall be used. Means shall be provided for removing all free oil and moisture from the air supply line of all spraying equipment. Each coat of paint shall completely cover the surfaces and shall be free from runs, sags, pinholes, and holidays. Each coat of paint shall be allowed to dry or harden thoroughly before the succeeding coat is applied. All paints shall be applied by skilled workers in a workmanlike manner. Paint shall not be applied during Barragep weather and on the surfaces, which care not entirely free from moisture. Rust preventive compound shall be applied by any convenient method to ensure complete coverage of heavy coating. After the final application, the paint film shall be allowed to cure at least for 7 days. The application of protective coating shall be carried out at the contractors shop and/or field shop whenever possible. Painting work at erection site shall be limited to tough-up coatinfflSufspSarrageaged areas and coatings for field welding portions.

CONTRACTQK&V

J&ll

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

19,9
199 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

All paint, when applied, shall provide a satisfactory film and a smooth and even surface. Paint shall be thoroughly stirred, strained, and kept at the uniform consistence during application. Paint shall not be applied when the temperature of the metal or surrounding air is below 10 degrees Celsius and that of the metal is above 50 degrees Celsius or when the humidity is above 90 percent or when it threatens to rain before the painted coat gets dry. Each coat shall be protected during the initial curing period against the possibility of moisture condensation or contamination with foreign matter. All painting works shall be performed by airless spraying. When the coating materials is applied by spraying, suitable means shall be provided to prevent segregation during the coating operation. Free oil and moisture shall be removed from the air supply lines of all spraying equipment; each coat shall be uniform and free from runs, sage and other imperfections. The time between successive coats shall be not less than the minimum nor more than the maximum re-coating time specified by the paint manufacturer. The paint shall be applied so that the thickness at any point is not less than that stipulated in the approved painting specifications. Surfaces not required to be coated, but adjacent to surfaces which are to be cleaned and coated shall be adequately protected during cleaning and coating. Repairs to Barrageaged areas of the coating shall be carried out strictly in accordance with the approved painting specifications. Because of the flammable and toxic nature of the coating materials, the contractor shall take precautions to eliminate any health or safety hazard that may arise during the applications of the coating. Smoking and welding shall not be allowed within 10 meters of the place when painting is in progress, Where steelworks is to be welded, only the primer shall continue over the weld area. Subsequent coats shall be kept back 150 mm from the weld and completed after welding. The primer shall be such that no toxic fumes are given off during welding alternatively approved temporary protection such as taping may be provided as an alternative to priming the weld areas. The edges of shop coats exposed on removal of the tape shall be treated in accordance with the manufacturer's instructions to ensure adhesion to coats applied at site. Painting shall be stopped off 75 millimeters from the edges of interface areas for high strength friction-grip bolts. Painting over and around such bolts shall be completed as specified after assembly.

SUPEjffllEHSi^^IGlNEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

200
200 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech, Specifications of Spillway ( Vol- II)

9.19.7.

Shop Painting

The painting to the gates, hoists and other parts shall be done as per IS specifications no 14177-1994 guidelines for painting system for Hydraulic Gates and Hoists and its Adjuncts Viz., IS: 1477(Part 1J-1971 IS: 1477 (Part ll)-1971, IS 2339-1963 and IS: 2932-1994. 9.19.7.1 Embedded parts and Vertical gates a) Primer coat After surface preparation the following primer coats shall be applied. (i) Vertical Gates Over the prepared surfaces one coat of inorganic zinc silicate (preferably airless spray) should be applied giving a dry film thickness 70+5 microns Alliteratively, two coats of zinc rich primer (containing not less than 85% Zinc on dry film) should be applied to give a total dry film thickness of 70+5 microns. ii) Exposed embedded parts Over the prepared surfaces two coats of zinc rich primer (containing not less than 85% zinc on dry film) should be applied to give a total dry film thickness of 75+5 microns. b) Finishing coats Over the prime coats, the following finishing coats shall apply. (i)Vertical Gates Finishing coats should consist of three coats of solvent less coal tar epoxy paint. These should be applied at an interval of 24 hours. Each coat should give a minimum dry film thickness of 100 microns. The total dry film thickness of all the coats including primer coating should not be less than 370 microns. (ii)Exposed embedded parts Finishing coat consist of two coats of solvent less coal tar epoxy paint. These should; be applied at an interval of about 24 hours. Each coat should give a dry film thickness of 150+5 microns. The total dry film thickness of al the coats including primer coating should not be less than 350 microns.

*,

SUPERINTS3BE^ENG]NEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

201

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech, Specifications of Spillway ( Vol- II)

9.19.7.2 Hoists and Supporting Structure a) Primer coat (i)Structural component Two coats of zinc phosphate primer should be applied. Dry film thickness of 40+5 microns per coat should be given. (ii)Machinery Expect machined surfaces, all surfaces of the machinery including gearing, housing, shafting bearing pedestals etc., should be given one coat of zinc phosphate priming paint to give a minimum thickness of 50+5 microns, Motors and other bought out items should also be painted if necessary. Hydraulic hoist All un-machined ferrous surfaces (hoist cylinder, cylinder heads, hydraulic piping pipe fittings, bonnet covers) exposed to water should be given one coat of inorganic zinc silicate (preferably air less spray) to given a dry film thickness of 70+5 macrons and surfaces unexposed to water should be given two coats of zinc phosphate primer paint giving a dry film thickness of 40+5 microns per coat. Oil tank control cabinets, hoist beams and pipe support should be given one coat of zinc phosphate priming giving a minimum film thickness of 50+5 microns. (iii) Un-machined surfaces

All un-machined surfaces should be given one primer coat of chlorinated rubber based zinc phosphate primer to give a dry film thickness of 50+5 micros b) Finishing coats

(i)Structural component The finish paint should consist of one coat of alkyl based micaceous iron oxide paint at dry film thickness of 65+5 microns followed by two coats of synthetic enamel paint conforming to IS: 2932-1974 to give dry film thickness of 25+5 microns per coat or synthetic enamel paint. The interval between coats should be 24 hours. Total dry film thickness of all the coats including primer coat should not be less than 175 microns. (ii)Machinery The finish paint should consist of three coats of aluminum paint conforming to IS 2339-1963 or synthetic enamel conforming IS: 2932-1974 to give dry film thickness of 25+5raicnonsper coat.

SUPERlNTENDING^N,GIbfEEI^I<S5|:ADD.

J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,WarangaI.

2t)2
202 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

Hydraulic hoist All un-machined ferrous surfaced (hoist cylinder, cylinder head, hydraulic piping, pipe fittings, bonnet cover) exposed to water should be given two coats of solventless coal tar epoxy paint. Each coat should give a dry film thickness of 150+5 microns. Total dry film thickness of all the coats including primer coat should not be less than 350 microns. Surfaces unexposed to water should be given one coat of alkyl based micaceous iron oxide paint to give dry film thickness of 65+5 microns followed by two coats of synthetic enamel paint; conforming to IS:2932 -1974 to give dry film thickness of 25+5 microns per coat. The interval between coats should be 24 hours. The total dry film thickness should not be less than 175+5 microns oil tank, control cabinet, hoist beams pipe supports and clamps ladders, etc., should be given these coats of aluminum paint conforming to IS 2339-1963 or synthetic enamel conforming to is 2932-1974 to give a dry film thickness of 25+5 microns per coat. The total dry film thickness of all the coats including primer coat should not be less than 125+5 microns. (iii)Un-machined surfaces The un-machined surfaces of the position and the unfinished surfaces of cylinder heads should be cleaned and given three coats of very resin/chlorinated rubber to give a dry film thickness of 30+5 microns per coat, to obtain a minimum thickness of 125+5 microns including primer coat. Machine surface All machined surfaces of ferrous; metal including screw threads which will be exposed during shipment or while a waiting installation should be cleaned by suitable solvent and give a heavy uniform coating of gasoline soluble removable rust preventing compound or equivalent surface should be protected with adhesive tapes or other suitable means during the cleaning and painting operations of other components. 9.19.7.3 Painting of Embedded Parts in contact with Concrete All surfaces of embedded parts which are to come in contract with concrete should be cleaned as given in IS: 14177-1994 to meet the requirements of class D and should be given a coating of cement latex to prevent rusting. Exposed machined surfaces of ferrous metal which are to be rolling and sliding contact should not be painted but should be coated with heavy gasoline soluble rust preventive compound. In all exposures where metal will be partially embedded in concrete, it is good practice to extend the protective coating on the non-embedded portion a short distance into the area later to be embedded, thus eliminating problem at the junction point.

CONTRACT^^Ul

SUPERIN'^^^eB^rjlNEER)I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu5Warangal.

2
203

9^

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

9.19.8 Field Painting The painted metal work shall be handled with care so as to preserve the shop coats. The area of the shop paint, which has been Barrageaged during transport shall be cleaned to base metal and repainted. Paint applied to such areas shall be of the same type as used originally in shop painting. - 9.19.9 Surfaces not to be painted The following surfaces are not be painted unless or otherwise specified. i) Machine finish or similar surfaces. However such surfaces should be protected with a corrosion preventive compound. ii) The surface, which are in contact with concrete iii) Stainless steel overlay surfaces iv) Surfaces in sliding or rolling contact v) Galvanized surfaces, brass and bronze surfaces. vi) Aluminum alloy surfaces vii) Bare electrical conductors and insulating materials viii) Equipment name plates and instructions etc., 9.19.10 Miscellaneous components. Miscellaneous components such as hand rails, gratings and frames, machinery's ladders, piping etc., shall be suitably painted with approved quality paint of appropriate colour as directed by the Engineer-in-charge. 9.19.11 Inspection All painting works shall be inspected by the contractor himself in accordance with the approved test procedure prescribed subject to approval of the department Following the visual inspection on surfaces that have been coated, the dry film thickness of coating shall be checked at as many spots of the coated area as possible to prove that the overall thickness to be to the specified minimum thickness by the Electromagnetic thickness meter, Further, for the purpose of measuring the continuity of coatings, areas shall be examined by the pin hole detector ("Holiday detector") 9.19.12 Measurement and payment No separate payment will be made for this item. It shall be included in the price bid quoted in Schedule 'A'.

SUPERlMlNDING ENGrNEER,I&CDD., J.Chokka Rao D.L.I.Sch'ferne-pircle, K.C.Colony,Chinthagattu,WarangaI.

204
204 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.20 Catalogues and Operating/Maintenance Instructions Six sets of catalogues indicating the complete lists of parts and operating instructions in the English language, which may be needed or useful in operation, maintenance, repair, dismantling or assembling and for the repair and identification of parts for ordering the replacement, shall be supplied by the contractor to the purchaser. Such catalogues shall be in hard cover bound books and should have suitable jackets of thick polythene paper.

9.21 Instruction Plates All gauges, meters and other instruments etc., shall have dials or scales calibrated in metric system. All name plates, instruction plates, warning signs etc., shall be in English as well as in Hindi. All markings to be used shall be submitted to the purchaser for approval before the equipment is marked or labeled. 9.22 Shop Assembly and Test: All gate frames and appurtenances shall be shop assembled so as to allow for adjustment of various dimensions to make them conform to the designed dimensions, fits, tolerances, surface finishers, clearances etc. in the event it is not possible to complete the gate leaf or any other equipment/component in the shop, they will be accurately assembled in the shop using temporary connections and various critical dimensions shall be verified. The embedded metalwork to be furnished under these specifications shall be shop assembled to the extent possible. Spedal care shall be taken in all phases of work affecting the strength and rigidity of anchorages and embedded anchorages since the correct operation and stability of gates are largely dependent upon the strength and accuracy of these parts. The yoke/trunnion girders shall be completely fabricated in the shop. The cost of carrying out the tests, not including the cost of inspection by the government personnel's shall be borne by the contractor and included in the lump sum price bid in the schedule. However, at the discretion of the Engineer-in-Charge, the above tests shall be carried out by the contractor on the shop assembled parts and bought out items to the extent possible and in accordance with the instructions of the Engineer-in-Charge. The yoke/trunnion girders shall be suitably stress relieved in an annealing furnace in accordance with standard practice. The fabricated parts and assembly of gates/gate frames and other equipment shall be inspected and tests observed by the purchaser or his authorized representative.

CONTRACTO

SUPERINT^a^e-WGINEER^&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

205
...,

i*.

205

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

9.23 9.23.1

Preparation of Dispatch Unit marking, Match marking and Transportation Designation Each part of the gates, embedded parts and hoists, which is to be transported as a separate piece, shall be marked to show the unit of which it is a part and match marked to sfiow its relative position in the unit to facilitate assembly in the field. Unit marks and match marks shall be made with heavy steel stamps and paint. Each piece, sub-assembly or package transported separately shall be labeled or tagged with transport designation consisting of the specifications number and the marks number of such pieces, number of parts grouped in such sub-assemblies or contained in package. The contractor shall submit full information in triplicate, regarding markings along with illustrative large size drawings, photographs etc., of these parts before transportation. 9.23.2 Weights Before dispatch, the contractor shalldetermine (by the most accurate means available), the net weight of eaph piece of assembly that is to be shipped as a unit exclusive of boxes, crates or kits. The particulars listing the net weight shall be painted on the respective pieces of assemblies or stated on the tags attached thereto. 9.23.3 Packing All parts shall be prepared for dispatch so that slings for handling may be attached readily while parts are to be moved. Where it is unsafe to attach slings to the box, parts shall be packed with slings attached to the part and slings shall project through the box or crate so that attachment can be made easily. All parts shall be properly secured, packed to withstand handling during transportation. All packing shall allow for easy removal and checking at site. Special precautions shall be taken to prevent rusting of steel and iron parts during transit. Suitable methods proposed to be adopted for protection against moisture shall be subject to the prior approval of the purchaser. Each bale or package is to contain packing note quoting number and date of contractor's order and the name of office placing the order. After delivery of material at site, all packing shall become property of the purchaser. Not withstanding anything stated in this clause, the contractor shall be entirely responsible for loss, Barrageage or depreciation to the stores nd insecure packing. The equipment shall be insured for loss during transit at the cost of the contractor.

SUPERlN^^fiiG^N^SERJ&CADb., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

206
* 206 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

9.24

ERECTION

9.24.1 General The equipment covered by these specifications shall be furnished and erected by the contractor at the project site. The contractor shall be required to furnish all erection drawings. The contractor shall prepare a complete erection procedure, which shall describe the sequence of operations to be carried out, the method to be used, the measurements to be taken and the tolerances to be met, in the erection and alignment of the equipment. Such procedure shall have the approval of the purchaser prior to the commencement of fabrication and when approved shall form a part of the specification furnished by the contractor. 9.24.2 Installation of 1 s t Stage Embedded Parts The 1 s t stage embedded parts shall be provided as per the approved drawings of CE, CDO . 9.24.3 Installation of 2 nd Stage Embedded Parts Gate frames, anchor flat, guides and seal seats etc., shall be assembled and installed, brought to line grade and plumb within erection tolerances and secured in place by anchorages as shown on the drawings or otherwise according to the best method in practice and as may be necessary for successful functioning of these units. The erection tolerances for the frames and guides shall be as indicated on the drawings or as per latest relevant BIS Codes. Extreme care shall be taken to ensure that their surfaces be in a true plane within the tolerance throughout their entire length. The 2nd stage anchorages shall be strong enough to hold the embedded parts securely in position while concrete is being placed. 9.24.4 Installation of Gates, Hoists & Supporting structure. All the components of gate & hoist shall be erected perfectly, giving due cognizance to the unit and match marks on the components. All components shall be designed and assembled to fit snugly and shall be water tight. It is desirable to avoid the flood period to perform erection of gate. Should it be necessary to do so, due precautions should be taken for measures against floods since the gate may be submerged in water sustaining Barrageages or the half erected gate may disturb the water flow causing Barrageages to the civil structure.

CONTRACT'

SUPERINTEN^^SSIGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

207r
207 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- It)

9.24.5 Placing of 2nd stage Concrete 2nd stage Concreting with M 25 grade shall be done by the contractor shall give a detailed programme of fixing and aligning the embedded parts for this purpose. Before placing the concrete in any one lift and between placement of successive lifts, alignment tolerances shall be checked and remedial action shall be taken by the contractor, if any displacement has occurred. 9.24.6 Tools & Tackles The contractor shall provide all tools & tackles used in the above erection work and also for operation & maintenance purpose. 9.25 Inspection, Testing And Final Acceptance 9.25.1 General All materials, supplied parts and assemblies there of being used in the works to be performed under this specification shall be tested for the quality and all works performed shall be subjected to inspections and no parts or supplies or articles or materials shall be dispatched until all the tests, analysis and shop inspection have been completed and certified copies of reports of results and analysis have been accepted. Inspection and testing of the various types of Gates at different stages is to carried out as per the procedure laid down in BIS 7718( part-1), BIS 7718( part-2), 10096 : ( part-1), 10096 : ( part-2) and 10096 : ( part-3) and other relevant BIS codes. 9.25.2 Place of Manufacture & Inspection The contractor shall submit the place of manufacturer, testing and inspection of the various parts of the work. The Employer or his authorized representatives shall be present at the time of any or all tests, it is binding on the part of the contractor to provide all the necessary facilities at the place of manufacture and testing. The Employer or his authorized representative shall also be entitled to access any part of manufacture/material & testing of various parts of work. The Employer or his authorized representative reserves the right to insist for tests in addition to the routine tests as per the relevant BIS codes/International codes. 9.25.3 Inspection All materials required for the manufacturing of various parts of the work shall be tested as per the relevant BIS codes. All the materials shall not be dispatched until all tests, analysis and shop inspection have been completed to the satisfaction of EngineeJ-si^toarge and certified copies of reports of test results have been accepted

SUPERmENBB^3-EMEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

208

208

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol-II)

by the Engineer-in-charge. The test certificate in quadruplicate shall be submitted to the Engineer-in-charge as. soon as the tests are completed. In case the test certificates are not available for any of the materials, the same may be got tested in accordance with relevant BIS codes and any those materials which are in accordance with BIS standards/international standards shall only be used. All supplies (which include without limitation raw materials, components, intermediate assemblies and end products) shall be subject to inspection and test by the Employer to the extent practicable at all time and places. Inspection shall be carried out in accordance with relevant Indian standards. If any inspection or test is made by the Employer in the premises of the contractor or sub-contractor, the contractor without additional charge shall provide all reasonable facilities and assistance for the safety and convenience of Engineer-In-Chief or his authorizes representative in the performance of their duties. If on the request of the Employer, inspection or test is made at a point other than the premises of the contractor, it shall be at the expense of the contractor provided that in case of rejection, the Employer shall not be liable for any reduction in value of samples used in connection with such inspection and test. All inspection and tests by the Employer shall be performed in such a manner.as not to unduly delay the work. The Employer reserves the right to charge the contractor any additional cost of inspection and test when supplies are not ready at the time of such inspection and test. The inspection and test by purchaser of any supplies or lots thereof does not relieve the contractor of any responsibility regarding defects or other failure to meet the contract requirements which may be discovered prior to the acceptance. Except as otherwise provided in the contract, acceptance shall be conclusive except as regards latent defects, fraud or such gross mistakes as amount to fraud. The contractor shall provide and maintain the inspection system acceptable to the Employer covering the supplies hereunder. Records of all such inspection work shall be kept complete by the contractor and made available to the Employer during the performance of the contract and for such longer period as may be specified elsewhere in the contract. 9.25.4 Operational Tests 9.25.4.1 Gates The contractor shall carry out in the presence of the Employer or his authorized representative such tests on the gate equipment to determine that the gate will fulfill the functions for which it has been designed. Test shall be repeated, if necessary, until successfully carried out to the satisfaction of the department. Leakage tests and operational testsshall be carried out at the convenience of the project authorities after c o r f ^ ^ f e v o f other portions of the work. The project authorities

CONTRACTOR > - ^ b ^ /

SUPERINTE^m=TCTENGINEER3I&CADD;, J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

209
209 P.V.N.R.Kanthanapally Sujala SravantHr Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

shall have the right to carry out such tests also when the reservoir is at a level other than design level. 9.25.4.1.1 Dry Tests

Operational tests in dry shall be carried out as soon as possible after completion of erection. Tests shall include atleast who complete traverses from the maximum raised position to the fully closed position. All adjustments, clearances etc., shall be checked for proper operation. 9.25.4.1.2 Wet Tests

These tests should simulate the actual operating conditions as closely as possible. At least two complete traverses will be made from the fully closed position to the normal raised position of each gate as follows: a. When gate is closed, raise gate to its normally open position in steps and observe the performance including vibration. b. Lower the gate to the fully closed position in steps and observe the performance of the gate including vibration. c. Check up the proper operation of limit switches. 9.25.4.1.3 Leakage Tests

Leakage tests shall be carried out with each gate lowered on to the sill. Before measuring the leakage, the gate shall be raised and lowered several times by a metre or so in order to dislodge any debris that may have lodged in the side seal seats. The leakage shall then be measured and recorded. The maximum permissible leakage shall not exceed 5 litres per min, per length of periphery of sealing surface. 9.25.4.2 Rope Drum Hoist: The hoist should be able to perform its function for which it has been designed. The gate shall be tested for self closing by its own weight. The movement of gate should be smooth. The hoist will be tested to stop the gate in intermediate positions with effective braking. The winding of rope over the drum should be uniform. Ensure that there is not any jerk in gate while starting and stopping.

SUPERINTS^DTNO^lGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

210
210 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.26.5 Final Acceptance Final acceptance of the work shall take place only after the completion of erection of all the gates and hoisting equipment and all other components & successful completion of all required tests to this satisfaction of Superintending Engineer, JCR-DLIS Circle, Warangal District. The final acceptance of the equipment shali be based on the following. a. b. c. Quality and workmanship of the equipment. Satisfactory operation of the equipment after erection as required under these specifications. Acceptance of various tests shall be as per relevant BIS codes. All the tests shall be carried out to the satisfaction of SE, JCRDLIS, Warangal. On successful completion of all tests, the equipment shall be accepted but all the responsibilities shall remain with the contractor within the guarantee period. 9.26 Guarantee Within two years after completion of entire work, if any part of the gate, embedded parts and hoist is found defective because of workmanship or material or due to any reason, the contractor shall at his own expense, furnish and install new parts and materials as approved by the Employer. 9.26.1 Failure to Meet Guarantee Should any part of the equipment fail to meet the guarantee/other requirements of the technical specifications within the time covered by the guarantee, the Engineer-ln-Charge may direct the contractor to proceed at once to replace with new parts as may be necessary to meet the requirements. All expenses of replacing, delivering and installing new parts those are necessary by failure of the equipment to meet the guarantee and other requirements of the technical specifications shall be borne by the contractor. The contractor shall correct or replace at his own expenses any defect in the work/material within 10 days on intimation by the Engineer-ln-Charge. If, after due notice, the contractor refuses to correct any failure of the equipment to meet the requirements of the technical specifications during the guarantee period, the Engineer-ln-Charge may proceed at his own expense to correct such failure and to collect from the contractor an amount equal to actual expense so incurred, including overheads and all other incidental expenses.

CONTRACTO

SUPERINTE8^e^NGINEER,I&CADD7 J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

211
. - jX 211 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.26.2 Defective Equipment In case any part of the equipment is found to be defective in material or workmanship or develops defects or does not otherwise meet the requirements of the specifications including errors or omissions on the part of the contractor the following shall apply: a. Defects Disclosed Prior to Final Acceptance: Any defect in materials or workmanship or other failure to meet the requirements of these specifications including errors or omission on the part of the contractor, which are disclosed prior to final payment or prior to final acceptances tests, whichever occurs at a later date, shall, if so directed by the Department, be corrected entirely at the expense of the contractor. b. Defects Disclosed After Final Acceptance:
i

Any latent defect not disclosed before date of final acceptance shall be corrected promptly by the contractor entirely at his own expenses provided that the total period during which the contractor is liable for replacement due to latent defects shall not exceed two years after completion of entire work. 9.26.3 Operation of Unsatisfactory Equipment. The Employer shall have the right to operate the equipment as soon as and as long as it is in operating condition, whether or not such equipment has been accepted. Such operation by the Employer shall not lessen or impair any express or implied warranties concerning such equipment. All repairs or alterations required shall be made at such times as directed by the purchaser and in such a manner as will cause the minimum interruption in the use of the equipment by the Employer. Operation of the equipment pursuant to this section shall not relieve the contractor of his responsibility to supply all equipment in complete accordance of technical specifications. While unsatisfactory articles can be taken out of service, for correction of latent defects, errors or omissions, the period of such operation of any use pending the correction of latent defects, errors or omissions, shall not exceed two years without mutual consent of the contractor and the Employer.

SUPERe^mS^G^NGINEER,I&C4PD., J.Chokka Rao D.L.I.Scheme.Circle, K.G.Colony,Chinthagattu,Warangal.

212
9.27 Wastage of Steel:

212

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

The wastage of steel section, received from main producers, shall not be compensated to the contractor under price variation clause. The price variation will be reimbursed for the net weight of gates, hoists based on the sectional unit weight as per the table of standard sections (supplied by SAIL) and used in the gates. The weight of nuts, bolts, rivets, welding, etc, will not be considered in the net weight of gates. All the wastage of steel sections supplied by the main producer will be at contractor's account and the contractor should consider this aspect while quoting the rates. (Includes changing of seals of gate, wheels, bearing of gates etc.). 9.28 Spare parts 9.28.1 Vertical Gates (Corrigendum-4) 1) Four side guide rollers assemblies for Vertical gates complete in flexible all Respects - 6 sets. 2) Vertical Gate seats with fasteners and clamps - 5 sets. 3) Motors for rope drum hoist - 5 nos.. 4) Fixed and moving contract of each type of switch, contractor of relay - 5 sets 5) Deleted. 6) Filters - 1 0 sets. 7) Deleted. 8) Limit switch assembles - 4 sets. 9) All indicating lamps & fuses - 6 sets 10) Bearings - 4 sets 11) Deleted. 12) Deleted. 9.28.2 Stop Log Gate 1) Flexible seals with fasteners and clamps for stop log units2 sets 2) Bearing for Gantry Crane - 2 sets. 3) Motor for Gantry crane -- 2 sets. 4) Limit Switches - 2 sets. 9.28.3 Scour Sluices Gates 1) Flexible seals with fasteners & Clamps - 2 sets. 2) Motor for Rope Drum Hoist - 2 sets. All special tools and tackles which is required for maintenance and repairs - 2 sets.

CONTRAC

SUPERINTENDING ENGINEER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

213
213 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9.29

Measurement and payment

No separate payment will be made for this item. It shall be included in the Bid price quoted in Schedule 'A'. 9.30 Remote control of Gates Centralized operation of gates is also envisaged from Barrage control room in addition to the local control operation from the independent Barrage gate control panel. Necessary provisions shall be considered and all required equipment shall be supplied as described hereafter. Remote operation of the gates shall be possible when the Barrage gate control panel control is kept in remote control operation. Based on the flood control / discharge requirements the gates shall be opened or closed by monitoring the gate position through the gate position transmitters provided from the central control room of the Barrage. Remote control shall featured with: A Supervisory control and data acquisition system with PLC based system Having two system groups i.e Two no.s of SCADA systems for controlling of 50 % of gates each The system features with redundancy in power supplies, communication and CPU. Two operating/workstations shall be provided for each system. Necessary output ralays required for open or close operation of gates with suitable rating contacts shall be envisaged. Digital inputs for monitoring the status and position of the gate control mechanism for all the gates shall be incorporated. Gate position transmitters of the gates shall be connected to 'the Anlog inputs via 4 - 2 0 mA or through Profibus communication with necessary protocol features. UPS required with 2 hours backup with redundancy and static by pass features shall be considered along with the system Each gate shall be provided with a gate position transmitter having a local display on the local gate control panel and with a Analog output feature/suitable communication features for acquisition of the data in the SCADA system at control roomPotential free contacts shall be made available at local gate control panel to extend the signals of healthiness of power supplies of the gate control panel, to know the control in remote or local, to know the gate in fully open or close etc. to extend to SCADA as digital inputs. To accept commands issued by SCADA for open / close of gate when the control is in remote.

SUPERINS^BIN&^NOINEER^&GADD., J.Chokka Rao D.L.I.Scfceme Circle, K.C.Colony,Chinthagattu,Warangal.

214
214 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

Cables required for interfacing the SCADA and local gate control panel shall be included in the scope. Two sets of Radar type Ultrasonic measuring water level sensors shall be supplied to measure the water level in the Barrage at 0.5% accuracy shall be considered. The range of the equipment shall cover the total water level measuring range of the Barrage water level. Necessary software to display all the parameters, control of gates, trending of the input signals and storage features for an year shall be envisaged in each system Eventhough the description is brief the system shall be so designed and featured with all the requirements for controlled and safe operation of the Barrage and its gates. Requirements 1. 2 no.s SCADA system each consisting of a. Redundant power supply b. Redundant CPU c. Redundant communication d. Digital input cards ( considering 8 inputs per gate) e. Digital output cards (considering 3 inputs per gate) f. Analog input card( 1 for each gate + water level) / profibus communication in redundant g. UPS system with 2 hours backup with redundant and static bypass h. 2 no.s operating/work stations i. Colour Laserjet printer j . Necessary software k. Cables as required in complete.( including control and Data cables/fibre optic cables if required and its connectors) I. Gate position transmitters with local display and required analog / communication features m. Ultrasonic type Barrage water level transmitters with local display and required analog / communication features. n. Panel enclosures as required o. Control room furniture with desk and chairs The configuration of the proposed remote control of Barrage gates shall be got approved by the CE, CDO, Hyderabad for execution along with its components.

CONTRACT

SUPEI^tfENBING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

215
1
r ,,

215

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION -1 GATES & EM PARTS SCOPE OF SERVICES


The scope of work in this section includes, but not limited to the following : 1. Detailing, supply and manufacture, inspection, shop assembly, testing, Sand blasting and painting etc. 2. Delivery, transit insurance, collection of equipment and custom clearance (if any), inland transportation to site. 3. Site storage, including insurance, transportation and handling. Site erection, painting, testing and commissioning including provision of labour, plant material etc. for the above. 4. Handing over to Employer. Supply and installation of all incidentals not specified but are necessary for proper completion and satisfactory functioning of the system. 5. The Contractor shall supply the following equipment, which will meet in all respects, the requirements of Employer in regard to performance, durability and satisfactory operation. All the equipment supplied shall conform to the relevant Indian Standards. Wherever, Indian Standards are non-existent or silent, relevant International Standards (as agreed between the Employer and the Contractor) shall be followed. The sizes and numbers of units are based upon Employer's preliminary design and may vary to suit site conditions and design requirements. Procurement, fabrication, testing and fixing of Secondary EM Parts for Vertical, stop log, service & emergency gates of Scour sluice. Procurement, Fabrication, testing and erection of Vertical crest gates. Procurement, Fabrication, Testing and erection of stop log gates Procurement, Fabrication, Testing and erection of hoist & Hoist Bridge Procurement, Fabrication, Testing and erection of Rope Drum hoist. Procurement, Fabrication, Testing and erection of Rope Drum hoist, Procurement, Fabrication, Testing and erection of gantry crane Procurement, Fabrication, Testing and erection of DG Sets along with electrical cables to control room, control panel apart from arranging power from main source to respective control panels for operating gantry crane and lightening requirement for operation of gates and hoist Concrete for Secondary EM parts. All other accessories and other relevant items Monitoring of programme and progress (computer aided) Operation & Maintenance of system for a period of 5 years. Procurement, Testing and erection of Instrumentation of gates & system.

SUPERB*fE&S^G ENGINEERJI&G-A^., J.Chokka Rao D.L.I.Scheme Circle, K. C .Colony, Chinthagattu, Warangal.

216
216 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications ofSpillway (Vol- II)

SECTION - II Appendix-OS OTHER SPECIAL CONDITIONS: SPECIAL CONDITIONS OF CONTRACT 0 The contractor shall review all the information / data available with the department and assess the additional surveys, investigation etc., that are to be carried out to fulfill the obligations under the contract. The contractors shall take this into consideration while quoting for the bid. No claims whatsoever on this issue will be entertained during execution. The Contractor shall quote the bid price keeping the above aspects into consideration and no claims whatsoever on this issue will be entertained. In order to check the accuracy pf the investigation work the equipment, labour required transport and other materials etc., at site of work have to be supplied to the Department without extra cost. The contract shall furnish draft reports on design Engineering, drawings, in five copies for obtaining the approval of the competent authority. After approval the contractor shall furnish 11 copies of booklets and 1 soft copy in CD. for record of the department at his cost and no separate payment will be made towards this. The contractor shall fix enamel coated metallic measuring gauges both on U/s and D/s side of all the structures and at suitable locations as suggested by the Engineer-in-Charge. The contractor has to make his own arrangements for dewatering where ever necessary which is with in the quoted contract price. The concrete mixes to be adopted for all the structures shall be design mixes only and these design mixes shall be conducted in the reputed laboratories and got approved by the Engineer-in-Charge before adoption. MODERN TECHNOLOGY The bidders should adopt the latest/modern methodologies and State of Art Techniques in the investigation, design of Spillway Vertical gates, Stop log gates, scour sluice service gates, emergency gates, hoist arrangements, gantry crane etc,, complete, and also construction, measuring devices, operation and maintenance, monitoring mechanism using computers.

0 0 0

0 0

217
217 p. V.N.R.Kanthanapally Sujala Sravanttii Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

10.0 The contractor should use the excavated useful soils and stone for infrastructure and establishment purpose. The cost of stone used for construction will be recovered from the contractors' bills at the rate finalized by the employer. 11.0 No extra payment will be made to the bidder if there is any change in type of structure, specifications, variation in quantities as per actual site conditions.

12.0 Salient features boards/ direction boards should be displayed to facilitate for inspection during execution. 13.0 For all. the Spillway Vertical gates, stop log gates, service, with suitable hoisting arrangement and required E.M. Parts and all other accessories and other relevant items shall be provided as per approved designs of the competent authority. The hoisting arrangement must be such that the gates can be operated by electrical operation (AC/DC). Further all the gates shall be provided with fool-proof locking arrangement to avoid meddling of gates by miscreants. Operation Schedule for the Vertical gates have to be furnished for operation of the gates.

14.0

SUPERIN're^5iRa^NGINEER,I&CADD.) J.Chokka Rao D.L.I.Scheme Circle,' K.C.Colony,Chinthagattu,Warangal.

218

218

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION 10 SPECIFICATIONS FOR STOPLOGS

CONTRACE

SUBB^HNBfi^ENGlNEER,I&CADD. J.CKokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

219
219 P.V.N-R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION 10 SPECIFICATIONS FOR STOP LOGS

SL No 1 2 3 4 5 6 7 8 9 10 11 12 13 14

Para No 10.1 10.2 10.2.1 10.2.2 10.2.3 10.2.4 10.3 10.4 10.4.1 10.4.2 10.5 10.5.1 10.6 10.7

Description Scope Details of stop logs and emergency gate General Details of stop logs Details of guide frames Salient features Gantry Crane Design and drawings Table Materials for parts of Slide type gates Shop drawing and fabrication Table Installation and tests at site Measurement and payment

Page No. 220 221 221 221-222 223 224 225-242 243 243-244 245 245 246 246-247 248

: \
\

SUPERINTEtfDfiSfG^NGINEERJ&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.CoIony,Chinthagattu,Warangal.

220
220 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION-10 Specification for stoplogs 1 Scope (Corrigendum-4) The section shall covers various works necessary to install stop logs for General specifications "as appropriate. Not less than fourteen sets of slide type stop log gates, each gate consisting of suitable no., of elements with appurtenant parts complete with necessary accessories shall be fabricated including preparation of Shop drawings where required, finishing, paintings, insuring, shipping, and delivery at site and including installation of each element over the stop log groove and dogging beam designed suitable to hold one stop log elements for the purpose of storage as shall allow the stop log elements to side into groove when necessitated by operating lifting beam and gantry crane. S.No. 1) Description Quantity

Design, fabrication, transportation, supply and erection of E.M.Parts such as sliding track, seal track, sill beam, seal seats, dogging beam, suitable rails for gantry etc., for stop log gates, required for maintenance, and shall be got approved by the competent authority i.e., CE,CDO Hyderabad Design, fabrication, transportation and supply and 2) (Corri erection of slide type stop log gates of fourteen sets gend consisting of required number of elements (each set um-4) not less than 6 elements) with appurtenant parts complete with all necessary accessories. Supply of 3 Nos. of gantry crane of capacity shall not be less than 30 MT each for operating stop log gates as per designs and drawings to be approved by Chief Engineer, C.D.O., Hyderabad

14Sets

Not less than 14 Sets of stop log gates and 3 No. of gantry cranes with lifting beam arrangement

CONTRA'

SUPEE^FENDING ENGINEERj&CADD,, J.Chokka Rao D.L.LScheme Circle, K. C. Co lony, Chinthagattu, Warangal.

221
221 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

10.2

Details of stop logs

10.2.1 General This stop logs are meant for inspection, maintenance and repair of the main gates while keeping river water level even if one of the main gates is raised for such purpose. The top element of the stop log shall be raised under unbalanced condition & other elements are operated under balanced condition. The stop logs in general shall satisfy the following requirements. Each stop log complete with seals, bearing plats and side rollers shall be assembled and erected in accordance with approved drawings and approved installation procedure, Joint shall be water tight. The rubber seals shall be so fixed on each stoplog leaf and, adjusted that the stop log, when set in guide slots have a tight and close feet on the sealing frames of the guide frames. 10.2.2 Details of stop logs a) General Each stop log shall consist of skin plate, main horizontal girders, and vertical members, bearing plates rollers, shoes, seals, upper sealing plate, lifting lugs and all other necessary components. The stop log shall be of the slide gate type and of welded constructions. All stop log leaves shall be identical in construction and strength, and shall be interchangeable. The details of construction of the stop log not specified herein shall be made by the contractor subject to review and approval of the Department. b) Skin plate The skin plate shall be at the down stream side of the stop log. The skin plate shall not be considered as a part of the strength members of main horizontal beams in the design of stop logs. The bottom of skin plate of the stop log shall be in true and straight plain to the embedded sill beam for complete water tight and uniform distribution of load along the sill beam.

4
SUPERINTENDING ENGINEERJ&CADIX; J.ChokkaRao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

222
222 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A; Tech. Specifications of Spillway ( Vol- II)

c)

Main Horizontal beams The main horizontal beams shall be built up girder construction as per the drawings. Provision shall be made to drain off water from the horizontal member.

d)

Bearing plates The bearing plates shall be provided all along the side beams of stop logs to transmit the load acting on stop log to the embedded guide frames. The bearing plates shall be of corrosion - resisting steel.

e)

Seals The seals shall be the molded rubber shape clamped to the down stream face of the stop log by means of steel clamping plates and corrosion - resisting steel bolts, nuts, and washers. The side seals shall be of P shaped type or other approved shape which shall be activated by the up stream water pressure while the bottom seal shall be a plain bar rubber seal. The sharp edges of clamping plates, base plates of rubber, bottom edge of skin plate etc., which contact with rubber seals shall be rounded to avoid a cut damage of rubber seals.

f)

Side Rollers/Shoes Two (2) side shoes shall be provided on each side of each stop log leaf to guide and position the stop log in the guide frame. The rollers/shoes shall be provided with corrosion - resisting steel pins, self- lubricating bushings with lubricating system and location. Washers or corrosion resisting plates. The side rollers / shoes shall be designed for the inertia force acting on stop log leaf due to earthquake.

g)

Upper sealing plate The sealing plate shall be provided on the top of each stop log to receive the bottom rubber seai of the upper stop log, when the stop log is piled up each other in the slot. The sealing plate shall be straight and true plain within the specified tolerances to form complete continuous water tightness with the bottom rubber seal of the upper stop log and shall be of corrosion resisting steel

CONTRA\$tL^S/ '

SUPERINTENDING ENGINEER,I&CADDM J.Chokka Rao D.L.I.Scheme Circle, K. C. Co lony, Chinthagattu, Warangal.

223
-v. 'i. "*.

223

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

h)

Lifting Lugs Each stop log leaf shall be fitted with suitable member of lifting lugs on the top of it. The lugs shall permit the sure catch and release operation by hand.

.10.2.3 a)

Details of Guide Fames General Each guide frame shall consist of the track - cum - side sealing frames, sill beam front frames with side rollers / shoe path and all other necessary components. The corrosion resisting steel plates shall be attached to all exposed surfaces of guide frames to avoid excessive wear thereof. The details of the construction of the guide frames not specified herein shall be made by the contractor subject to review and approval of the Departments.

b)

Sill Beams The sill beam shall be straight and true flat for providing a close fit with the bottom of the stop log leaf. The sill beam shall consist of L shape beam and sealing plate made of corrosion - resistance steel T - shape beams shall not be applied to the sill beams. The sealing surface of*the sill beam shall be connected to the side sealing frames at the bottom corners to form a continuous seal with the seal rubbers of stop logs. The seal weld shall be made for the sealing plates at the-corners and shall be ground finish. The approved type water - tight expansion joints shall be used to connect the sill beam segments across the contraction joints of the foundation concrete. PVC water stops shall be connected to the bottom of sill beam at the contraction joints to keep complete water tight at the joints.

c)

Track - cum - side sealing frames The track frames incorporating the side sealing frames therein shall be provided at the down stream side of guide frames to transfer the load of the bearing plates of stop log to the concrete structures.

SUPEI&MISH^ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

2P4
-. 224 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications ofSpillway (Vol- II)

The track frames are provided with the bearing plates made of corrosion - resisting steel and its surfaces made to true flat. The corner edges of the track frames shall be armored with the corrosion - resisting steel plates against the abrasion/wear due to sand, boulders etc. The seating surface shall be made to provide complete and smooth sliding seating with side seal rubber. d) Side Roller / Shoe Paths The side roller/shoe paths and frames shall have ample strength to resist the load from the side rollers/shoes of the stop logs. The assembled side roller/shoe paths shall be straight over their entire length and no offset shall exist at joints. The paths shall be made of corrosion - resisting steel. 10.2.4 Salient features.

SI.No. Description 1 2. 3. 4. 5. 6. 7. Type Clear span Stop log height Sill elevation Designed head Gate element size No. of elements per set Slide not less than 12 M as per Approval + 74.736 M 10.26 M not less than 12x10.6 M (6) or as per designs and drawings approved by CE.CDO Quantity 1. E.M.Parts of Stop log gates 2. Stop Log gates 3. Sill beams 131 sets Not less than 14 sets (Comgendum-4) 131 sets

225
.-. -V

225

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Surface preparation & Painting for Stop logs: Surface preparation: Surfaces requiring blast cleaning sand/grit/shot blasted after fabrication prior to painting. should be

Class B or class A type of blast cleaning for surface preparation should be adopted for stop logs. Primer coat: After surface preparation over the prepared surfaces one was if inorganic zinc silicate (air less spray) should be applied giving a dry film thickness of 70 + 5 microns alternately, two coats of zinc rich primer, which should be applied to give a total dry film thickness of 70 + 5 microns. Finishing coats: Over the prime coat, the finishers coat should consist of three coats of solvent less coal tar epoxy paints. These should be applied at an interval of 24 hours. Each coat should give a minimum dry film thickness of 100 +5 microns. The total dry film thickness of all the coats including primer coating should not be less than 370 microns. 10.3. GANTRY CRANE: For lifting of stop log gates (Corrigendum-4) Description S.No. 1. No of cranes required Spillway 3 No's Power Block 1 No Head Regulator 1 No

2. 3. 4.

Minimum hoisting capacity Minimum lift required Gantry travel length

30 MT (M-5 class) 40 M Not less than 1980 M 1.0-1.2m/min 6m/min 3m/min

30 MT (M-5 class) 40 M Not less than 156 M 1.0-1.2 m/min 6m/min 3m/min

30MT (M-5 class) 40 M Not Less than 60 M 1.0-1.2 m/min 6m/min 3m/min

5. 6. 7.

hoisting speed Gantry long travel speed Gantry cross travel

i-.WHyderabad)% >,

d SUPEF^I^PINe^NGINEERj&C^Ii?., J.Chokka Rao D.L.I.SchQme Circle:^ K.C.Colony,Chinthagattu,Warangal

-. \J

226

P.V.N.R.Kanthanapaliy Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

10.3.2 GENERAL: The Gantry crane with cantilever action shall be of class-ll, out door traveling type with a rope drum hoist mounted on movable trolley as per IS. 807 "Code of practice for design, manufacture, erection and testing (Structural portion of Cranes and Hoists)". The operation of the crane shall be completely electrical with 415 Volts, 3 phases, 50 cycles/Sec. A. C. The Power Supply shall be made available from the plugs to be located at suitable intervals along the crane runway. The crane should be made to stop at the centre of each vent with the help of limit switches provided along the traverse. The voltages and frequency may vary + or - 10% and + or - 5% respectively. An operator's cabin shall be provided in the crane. All controls required for electrical equipment on the crane shall be provided in the operating cabin. Indicating lights shall be provided wherever necessary for various operations. The crane and the structural members shall be proportional in such a way that the actual calculated stresses for the combination of loading causing most adverse effect on the members, arrived at by way of the accepted methods of calculation, shall not exceed the permissible stresses as specified in relevant Indian Standards. The design of the component parts of the mechanism relating to the motion of Gantry Crane shall include due allowance for the effect of the duty which the mechanism will perform in service. In all cases the mechanism shall be classified in accordance with the provisions laid under IS. 807 on the basis of the duty, and the design of component parts shall be in accordance with the provisions given in this section and as per relevant is specifications. 10.3.3 HOIST CAPACITY' The capacity of the hoist shall be based on the algebraic sum of the worst combination of the following forces during either lowering or raising cycle. The hoist capacity thus computed shall be increased by at least 20% as reserve. a) All weights consisting of Gate leaf elements along with all its components including ballast, if any. ii) Self weight of hoist and its components. b),Total water load on the gate elements including buoyancy. i)

SUPBiafiTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

227

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

c) All frictional forces comprising of i) ii) iii) iv) Wheel friction/sliding friction Guide friction Seal friction Friction of moving parts of the hoist. . ..

d) Any Hydro-dynamic loads like hydraulic down pull/uplift. e) Silt load. f) Seating load as per the provisions of relevant IS codes. g) Any other consideration. 10.3.4 MATERIALS FOR COMPONENTS OF GANTRY CRANE: SI Component Parts No 1 Frame, cabin, ladders, walk ways, embedded parts for runway track etc Wheels Materials Structural steel Specifica tion IS:20622006 IS:2707 IS:2004 IS:2004 IS: 1570

3 4

Wheel axles, hooks Bearings

Carbon Cast steel / forged steel with min tread hardness 300BHN Forged steel or Carbon steel Standard make as per the approval of Engineer in - charge Cast steel / structural steel Cast steel/ forged steel Forged steel Forged steel

Rope drum

IS:1030 IS:20622006 IS:1030 IS:2004 IS:2004 IS:2004


>.

6 7 8

Gears Pinions Shafts

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle; K.C.Colony,Chinthagattu,Warangal.

2^R
t-*> \j

228

P.V.N.R-Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

9 10 11

Wire rope Rope sheaves Runway rails

6x37 or 6x36 construction Cast steel CR Rails

IS:2266 IS:1030 IS: 3443

10.3.5 LOADING: All structural loads shall be computed as follows: a) The load shall include the weights of the legs and horizontal members of the crane, crane drive mechanism, hoist mechanism tracks etc., The effect of the eccentricity of the location of the crane drive mechanism, hoisting mechanism shall be included in the design. The live loads shall include the weight of the hooks blocks, and attachments. The live loads shall be multiplied by an impact factor. The traction force on each wheel shall be considered as 5% of the resultant maximum wheel load considering the weight of the crane weight of the crane and a live load equal to the hoist capacity. The normal wind load on the crane shall be taken as 50Kg/ m2 for normal and 150kg/ m2 for storm conditions and also in accordance with IS.875 Part-Ill and IS.807 (Part-I). The wind area of the crane shall be taken as the vertical projection of the structure, normal to the direction of wind. Stability: Considering load under the breakdown conditions of motor and a steady normal wind pressure of 50 Kg/m2, the acceleration and retarding forces, the stability factor must be not less than 1.25. Considering live load under service conditions with stable (normal) wind pressure of 50 Kg/m2, and acceleration and retarding forces, the stability factor must be not less than 1.8. In case of crane without load and not operating and considering storm wind pressure of 150 Kg/ m2, the stability factor must be not less than 1.5.

b)

c)

d)

10.3.6 a) b) c)

CONT.

SUPERINfEflDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

229
229 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

10.3.7

Limiting length of members: The 1/r ratio shall not exceed 180 for main compression members and 240 for bracing and subsidiary members. The ratio of the un supported length of the horizontal projection of any riveted tension members to the least radius of gyration shall not exceed 150. The ratio of l/b for any beam or girder shall not exceed the following limits. Rivetted box plate girders Welded box plate girders Rolled sections: All rolled sections used as beams shall have a depth of not less than one sixteenth of the span and where used in pairs shall have full depth separators spaced not more than 1.5m from center stiffeners shall be provided on the webs of the rolled steel beams at the ends and at points of the concentrated loads, if necessary to resist buckling. Structure: Care shall be taken in the design to produce a pleasing appearance of the crane. Stream lined appearance and general architectural treatment are considered as essential features of the design and are required to be incorporated in the design and construction. l/b l/b 65. 60.

10.3.8

Loads and Load combinations:Each mechanism/ component of the crane shall be designed to operate satisfactorily under most un-favourable combination of loads as indicated in the relevant sections of IS 3177 (Latest) i) Frame: The gantry shall be constructed of structural steel sections plates and shall be of either riveted or welded construction. The legs shall be of the box type with all angles on the inside of the leg. Field welding will not be acceptable. Diaphragms shall be provided to distribute the loads properly to the two sides of the legs and plane stiffeners shall be provided wherever necessary. All bearing surfaces of joints designed to transmit the stress by bearing shall be machine finished to provide

SUPEFGHTENDING

ENGINEERj&CATO.t '! J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

230

230

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi- II)

full contact. Shop connections in the frame shall be riveted or welded so that the surface of the crane including the outside of the frame, case and hoist housing are viewed along the runaway, will be a plane surface except for the projection of rivet heads. ii) Legs: The gantry legs shall be connected to the cross members by heavy gussets in a manner that will prevent and ensure rigidity and strength. Diaphragms shall be provided to distribute properly the loads from cross members to the sides of the legs. If the center lines of the legs are not directly over the center lines of the crane runway rails, the eccentricity shall be considered in determining the stresses. Machinery Housing: All weather housing, constructed of structural steel sections and plates shall be provided for housing the machinery. Technical specifications - Mechanical Equipment: The crane shall be designed in accordance with IS 3177-1999 class M5 Mechanism. All mechanical equipment shall be simple in design and capable of being easily erected, inspected, adjusted, painted and taken apart. The crane shall be of single motor, two drum type, connected through gearing and shafting. The capacity of motor shall be such that the specific performance of hoist at rated load and at specified speed of hoisting will not demand more than full load torque. The shafts connecting the end gear trains shall be provided with a flexible coupling of the geared type, or any other approved arrangement which will permit each drum to be rotated with respect to the other drum and keeps the lifting beam always in a level position. All shaft loads shall be transmitted by suitable keys, sp-lines or pins. The transmission of loads by press fit only will not be permitted. A factor of safety of five over U.T.S. based on the rated capacity of the crane (exclusive of duty factor, impact factor, acceleration and retardation) shall be used in design of all mechanical parts provided that all parts of the equipment shall have sufficient strength to resist the forces produced by the rated break down torque of motor without exceeding 80% of the yield point strength of the material used. The hoist shall be so designed as to limit the maximum rope fleet angles not to be more than one in twelve, unless otherwise approved. The operation of the hoist shall be such as to allow the lifting beam to travel vertically. The hoist shall be provided with an electric brake.

iii) 10.3.9

SUPERINTHOTJING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

231
231 P.V.N.R.KanthanapaIIy Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

10.3.10

Wheels & Axles:

The crane shall be carried on not less than 8 wheels. Four wheels in tandem, fully equalized, shall be provided for each crane travel base. All wheels shall be of heat treated steel (Carbon cast or forged) having the chemical composition and hardness in accordance with relevant IS specifications. Minimum tread hardness shall be maintained as 300BHN The wheels shall be heat treated properly and certified copies of the test of the heat treatment furnished by the wheel manufacturer shall be submitted to Engineer-in-charge. The treated width shall have the proper clearance for the rail head and shall be of sufficient size to withstand satisfactorily the maximum standing and rolling loads. In no case, shall the diameter of crane wheels be less than that as given in IS: 3177. The wheels shall be turned or ground to true and uniform diameter, concentric with the bore. The wheel axles shall be made of forged carbon or alloy steel and shall be accurately turned, ground and polished at journals. All axles shall be forced into the wheels at a pressure of not less than 3200 Kg. per Cm2, of axle diameter and the driving wheels shall be keyed to the axles in addition to the forced fit. All wheels journal boxes shall be damp proof and shall be provided with self lubricating bronze bearings accurately machined and correctly bored for the axle fit,' or may be provided with roller bearings with high pressure grease lubrication. All crane wheels assemblies shall be interchangeable. The wheel assemblies shall be designed to facilitate removal of the wheels, bearings and journals from the frames. They shall be so arranged that wear may be compensated in order to maintain the drive gears in proper mesh. The size of the journals shall be ample to carry the load at the specified speed without excessive heating during continuous operation. Track sweeps at each end shall be provided and shall extend below the top of the rail on both sides. 10.3.11 Gantry Drive:

The gantry crane motion shall be affected by means of motors and shall be designed to move the crane at rated speed while supporting a maximum load for operating the gates. Not less than 50% of the wheels on each track shall be. connected for driving. Each motor shall be mounted at one side of the ine and shall be arranged to drive one truck on each side of the

SUPER]N'TlNDS^ENGINEER,i&CADD.,. < J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

232
232 P.V.N.R.Kanthanapally Sujaia Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

crane through gears. The drive shall be free from vibration and while moving, in no case, there shall be any tendency for gantry crane structure to get out of the line. 10.3.12 Brakes:

Following brakes shall be provided on the gantry crane. a) Hoist brake: The hoist shall be provided with an automatic electro magnetic brake.

The electromagnetic brake shall be mounted on the same base as the hoist motor and shall be electrically operated, spring set, solenoid release, shoe type brake and shall be equally effective in both directions of motor rotation. The brake shall have a capacity equal to one and a half times the rated full load torque of the motor. The brake shall be rated on the eight hour basis and shall be capable of with standing not less than four operations per minute. The brake shall be equipped with manual release, which must be hold by hand and cannot be left in the released position and should automatically apply at all times when the power is disconnected. The terminals of the brake magnet shall be protected from accidental contact. The connection and winding shall be effectively protected from mechanical damage. When necessary, magnet shall be provided with an efficient cushioning device. If gear box is not self locking, In addition, a mechanical load brake is to be interposed between the winding drum and the source of power. It shall have a capacity to hold one and a half times the rated full load and shall be designed to prevent the load from moving downward unless the hoist motors are revolving under power in the lowering direction. The brakes shall preferably be of suitable multiple disc type and shall run in a bath of oil. The cases shall have sufficient heat dissipating capacity to maintain the temperature of bath below 93 C when lowering the rated load with the electric brake in operation, and if required an external cooling device shall be provided to prevent this maximum. Temperature from being exceeded.

233
233 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

b)

Gantry motion and parking brakes:

Electro magnetic brakes shall be provided for braking of crane, which shall apply automatically when the power supply to the mains is switched off. In addition parking brake (Manually operated) shall be provided on all 4 corners. 10.3.13 Rope Drums: The rope drums shall be made of cast steel or welded plates and shall be reinforced to sustain the concentrated loads due to the rope loads. The drums shall be as indicated in Cl.8.4.6 of IS 3177 and shall be of sufficient length to accommodate the full length of ropes for the specified lift, plus two idle turns at each fastening and one extra groove. Right hand and left hand helical grooves shall be machined on the surface of the drums, to receive the hoisting ropes. The depth of the grooves shall be machined on the surface of the drums. The depth of the grooves shall be not less than 0.3 times the diameter of the rope. The combined crushing and bending stresses should not exceed the permeable values as indicated in relevant IS specification. The total compressive stress due to the over winding of rope shall be taken as specified in IS: 3177. The drum flanges shall be to resist the horizontal forces caused by the over winding rope. The rope attachments to the drum shall be simple and secure so that adjustment and replacement of the rope may be accomplished without dismantling the parts. The crushing strength of the drum shall be calculated using the formula C=K.T/PT as indicated in IS: 3177. WhereC is compressive stress in drum in Kg. f/Cm2 T is tension in one wire rope in Kgf. P is scoring pitch in cm. T is minimum drum thickness in cm. K is co-efficient depending upon number of layers of wire rope on drum. The drum also shall be checked on bending and combined stress shall be less than permissible stress of 0.2UTS

SUPEF^fENDING^NGINEEI^I&CAeD., J.ChokkaRao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

234

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part - A; Tech. Specifications of Spillway ( Vol- II)

10.3.14

Sheaves:

All rope sheaves shall confirm to IS: 3177: 1999. All revolving sheaves shall be in true running balance. The sheaves in the lower block shall be mounted on self lubricated bronze brushing. 10.3.15 Shafting & Pins:

The distance between bearings on shafting subjected to no bending except its own weight, shall be such that the maximum lateral deflection of the shaft shall not exceed 0.8mm. per meter of length. Angular deflections of the shafts shall not exceed 0.25 per meter length. Proper provision shall be made to prevent longitudinal movement. The set collars shall not be used for this purpose. The allowable bearing pressure for sheaves and equalizer pins in steel frames shall not exceed 630 Kg/Cm2 for the fixed portions and 2 400Kg/Cm forthe movable portions. 10.3.16 BEARINGS & LININGS:

All bearings shall be of the roller, ball or sleeve type with removable bronze linings, preferably flanged at both ends. The shaft bearing shall be placed as close as possible to the points of loading. Unless otherwise specified herein, bearings on revolving shaft shall be of divided type so that each shaft may be removed from the crane with its pinions and gear in position. In all cases, where divided bronze bearings are used, the bearing caps, unless dowelled shall be cased into the base and secured by turned bolts. Cap screws shall not be used for this purpose. This requirement will not apply in the case of roller or ball bearings. The design shall be such that any shaft may be removed without disturbing adjacent parts. Base castings for gear train bearings shall be made in one piece to ensure that accurate alignment and spacing will be maintained. They shall be hold securely in place by turned bolts. Provisions shall be made to hold effectively all bearings against rotation or changing position under load. All grease lubricated split bearings shall be provided with an adequate base in the center of the top half, drilled and tapped for lubrication. All bearings shall be weather proof, drip proof and shall be protected fully against the entry of rain, dust and any foreign matter. All bearings shall be designed so as to easily replaceable. Busing at ends of shafts shall be sealed by an approved method so as to be drip proof if oil lubricationis used. Open ends of brushings shall be sealed with approved

COM^Wtt^)|)) V^S^/f ^SsLs^

SUPERSEDING ENGINEERJ&CADD., J.Chokka Rao DX.I.Scheme Circle, ' K.C.Colony,Chinthagattu,Warangal.

235
235 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Voi- II)

grease retainers. Where bronze bearings are used, the bearing pressure shall not exceed 0.04UTS on the projected area. The thickness of bronze linings shall not be less than 0.08d+3mm where'd' is diameter of shaft. 10.3.17 Hoisting ropes:

The hoisting rope shall confirm to IS: 2266 and the stress in ropes shall be taken at the maximum point and shall include the overall efficiency of the hoist tackle in the lines leading from the drum and the weight of the hooks and sheaves. In no case shaH the working load be greater than 1/6th of the nominal breaking strength of the rope. The rope shall have sufficient length to provide the specified total lift, plus two extra turns on the drums for each fastening in addition to adequate length for attaching to the drum. The hoisting rope shall be uncoated, extra flexible, high grade improved plough steel rope with fiber core and shall have 6/36 or 6/37 construction. 10.3.18 Hooks & Blocks:

The blocks shall be arranged to lift without twisting or sidewise pull of the load and dead-end ropes shall be avoided. The hook shall be made of forged, alloy or carbon steel or may be out from rolled stock by a method subject to the approval of the purchaser. The bearings shall be totally enclosed dust proof and arranged to prevent leakage of grease. The hoist shall be provided with fixed type hook mounted on thrust bearing. The hook beams or cross beams shall be made of annealed, forged carbon or alloy steel. The sheave pins shall have such proportions as to provide ample sheave bearing area. The bottom blocks shall be constructed so as to guard the hoisting ropes fully and prevent them from leaving the sheaves under any operating condition. The guards shall be made of cast steel or plate steel, machined at the points, fitted close to the periphery of the sheaves, and arranged for proper drainage. Proper drain holes shall be provided in guard to prevent water storage. 10.3.19 Gears & Pinions:

Gears shall be of the spur, herrings bone or helical type. Spur gears may be used in the gantry drive. Horning bone gears shall be of the continuous standard in volute type. Spur gear shall be of the standard 'involutes' type with 14.5 degrees or 20 degrees pressure angle and of proportions as indicated by the Indian Standard Specifications. The width of face of spur gears shall not be

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

236
236 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I
Part- A: Tech. Specifications of Spillway ( Vol- II)

less than twice the circular pitch. The gears shall be designed in accordance with the relevant Indian Standard Specifications taking due consideration of duty factor for the approximate class of mechanism. Overhung gears will not be permitted except on motor shafts. Pinions shall be forged in general with the shaft where practicable. Gears may be of cast steel, forge steel or welded constructions fabricated from steel billets and annealed. 10.3.20 Speed reducers:

Speed reducers shall be of helical, herring bone or worm gear type, entirely self contained in oil tight, steel or cast iron housing designed to maintain shafts and bearings in accurate alignment. Speed reducers shall be selected either on the basis of rated horse power output of the motor or on the basis of the rated full load motor torque, depending upon the motor speed, taking into account the friction losses in the machinery connecting the motor to the respective speed reducer. 10.3.21 Bolts & Nuts:

All bolts for mechanical equipment shall be finished and shall have hexagonal heads and nuts. Bolts, heads nuts shall bear on a seat at right angles to the bolts. On castings, the seats shall be on finished brass or on spot faced surfaces. Nuts subject to vibration and frequent changes of load shall be secured by effective lock nuts. Double nuts shall be of standard thickness. Bolts & nuts used shall be as per IS: 1363. 10.3.22 Set Screws:

All set screws shall be provided with case hardened cup points and shall be of the safety type. Set screws shall not be used for transmitting torsion. 10.3.23 Lubrication:

Oil lubrication grouped type shall be provided for all gear trains, sleeve bearings on motors sheaves and bearings for track wheels of the master car builder's type. Lubrication for all other mechanical operating parts shall be by means of high pressure grease* and industrial button type fittings shall be used. The lubrication fittings of bearings and journals shall be readily accessible and where necessary, shall be piped to convenient points with copper or brass pipe of .ample size and adequately fastened. Grease grooves shall be provided in

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

237
237 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

bearing linings for the satisfactory distribution of the lubrication. The edges of the grooves shall be rounded, and the grooves shall not come within 10mm from one end of the bearings. 10.3.24 Wrenches & Tools:

A suitable grease gun and a complete set of wrenches and tools in a pressure steel tool box shall be furnished for the crane and hoists. A sufficient quantity and variety of tools shall be furnished to cover all ordinary maintenance work in connection with the crane and hoist. Each tools & wrench shall be stamped so as to be easily identified as to its use and size. Operating instructions in a suitable metal from covered with glass, shall be mounted in convenient locations in the operator's cage. 10.3.25 ELECTRICAL EQUIPMENT:

10.3.25.1 General: All electrical equipment and wiring shall meet all the requirements and shall be in accordance with IS: 3177 of out door duty and other relevant Indian Standards unless otherwise specifically stated in the specifications. Nuts, railings, screen and other accessories which are external to the apparatus, but which may be required to meet these orders for installed equipment, shall be furnished by the contractor. The power supply will be three phase AC 415 Volts, 50 c/s. All the electrical equipment shall be suitably designed and constructed for operation under tropical and out door. The ambient temperature considered shall be not less than 50 C. 10.3.25.2 Motors: (Corrigendum-4)

The crane shall be equipped with motors of ample capacity for the duties and speeds specified. The rated capacity of such motor shall be such that its full load torque shall not be exceeded in giving the specified performance of the crane. All motors shall be of squirrel cage 40% crane duty factor 150 starts per hour; foot mounted totally enclosed fan cooled operating on 400/440 V AC 50 cycles 3 phase (variable frequency drive)The pull out torque of the motors shall be not less than 225 percent of the full load torque with rated voltage and frequency applied. They shall be braced and insulated to withstand plugging service and the heavy shocks and vibrations transmitted to them by the driven machinery. The bearings shall have ample strength to withstand the heavy vibrations to which they will be subjected. They may be of the

SUPERINT^^^ENGllEER,I&G^lD>p.| J.Chokka Rao D.L.I.Schejne Circle, K.C.Colony,Chinthagattu,Warangal.

238
238 > P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

rollers or ball type and shall be sealed to prevent leakage of oil and entrance of dust. The insulation of the motor shall be of Class "F\ Motors shall be rated in accordance with IS: 395-1961. The motors shall have a rated synchronous speed of not more than 100 RPM. but shall be capable of withstanding a maximum speed of 2 Vz times the rated speed or 200 RPM, whichever is less. Conduit terminal boxes, shall be attached to the frame of each motor. The motor loads shall be of proper length to afford means of connection within the terminal boxes. The motor shall be so located that the brush gear and terminals are accessible for inspection and maintenance and normal ventilation is not restricted. Full technical particulars of each motor including the values of the locked rotor current, pullout torque etc., shall be suitable for a minimum of 4 stop/starts per minute. 10.3.25.3 Master Control Equipment: (Corrigendum-4)

All motor controls shall be of full magnetic, reversing with definite time limit type with instantaneous over current, overload and low voltage protection. They shall be designed so that it will be possible to limit the vertical movement of the hook, with full rated load when staring from complete standstill to within 10mm. from the desired position. All hoist motor controllers shall have single speed control in each direction of operation, with inching facility. The control of the crane shall be by means of push buttons mounted on the Control Panel and from remote panel. The contacts of protection relays of any motor shall be so wired that the operation of the relay will trip the motor primary contractors, thus making it necessary to return all controls to the 'off position before the motor can be started again. The instantaneous relays shall be adjustable between 200 to 300 percent of the motor full load current. The power supply for the main contactors shall be protected by a 3 pole 415 volts. AC totally enclosed, air circuit breaker equipped with three Nos. time delay, direct acting, over load tripping elements, on shunt trip coil, and under voltage release for emergency tripping. A circuit breaker shall be provided to control and protect the control circuit for each motor and all control circuit shall be fused properly. An indicating lamp shall be provided to show that the control circuit is healthy. All switches, contactors and relays shall be enclosed in suitable cabinets and placed in accessible locations to facilitate inspection and maintenance. All resisters shall be non-breakable, corrosion resisting type and shall have a low temperature co-efficient. Where practicable controller handle should move in the directionof the resultant load movement.

CO]SfT^fe^ e raba^|'j] \Sv_^?y/


^ ^ J L - 3 ^

SI^PER^TINDING

ENGINEER,I&CADD.,' J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

239
' ' . < ' ' '

239

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

The resister shall be placed it applicable in accessible places outside the cages and in well ventilated non-combustible cabinets which will not omit flame. Each main supply circuit breaker shall have an interrupting capacity of not less than 10,000 amperes symmetrical of 415 volts. All switches, contractors, primary relays and preliminary circuits on controllers have a thermal capacity of 10000 amps for one second without injury. The resister shall be non breakable corrosion resistant stainless steel type having low temperature co-efficient and preferably be continuous rated and their rating will be as per IS: 3177-1999. Allowable temperature rise during operation of the crane under service conditions shall not exceed the limit specified in relevant Indian Standards. Each contractor shall state in his tender, the make and type of all electrical equipment, which he proposes to furnish,. The equipment offer shall be of approved make. All switches, controllers, levers and other operating mechanism and electrical devices shall be subject to the approval of the purchaser. 10.3.25.4 Cables & Cable Reel:

The rubber insulated cables or polyvinyl chloride insulated cables used for crane wiring should comply with the relevant Indian Standard specifications. The gantry crane shall be equipped with an automatic spring actuated to take up cable reel. Power will be obtained from plug receptacles placed at convenient intervals of the running. The cable and reel shall be provided with sufficient length of flexible cable and with limit switches arranged to cut off the power supply to the travel of the motors when all but 2 turns of the cable is un-reeled. The attachment plug for the receptacle and of the cable shall be furnished by the contractor. Size of the conductor of all power cables shall be calculated with a de-rating factor of not less than 0.70. 10.3.25.5 Wiring: All wiring shall be run in hot-dip galvanized metal conduit All conductors for primary power lighting and control circuits shall be insulated for not less than 1100 V. and shall have standard, moist, resisting double braid covering. All conductors between the secondaries of the motor contractor and resistors shall have a sufficient current carrying capacity in accordance with Indian standard and shall be insulated with 1100V. Class asbestos. The primary conductor to the motor shall be rated for continuous, current carrying capacity

, SUPERIN'^J^^jENGINEER)I&C^i)P.)/ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

240
240 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

of not less than 100 percent of the rated full load, primary current of the motors. Cables having conductors smaller than 2.5 m2 nominal equivalent copper area of cross section shall not be used for the power wiring for any of the motors. For control circuits-and auxiliary wiring, cables having a sectional area smaller than 1.5m. nominal equivalent copper area shall not be used. All cables shall be adequately protected against mechanical damage and metal trucking may be used if desired. Electrical conduits shall comply with the relevant ISS, applicable for out door cranes. Except where flexible unarmored cables are essential, cables shall be either armored or enclosed throughout their length in galvanized trucking or conduit, either flexible or rigid. A flexible metallic tube or duct may not form an effective earth connection and shall not be used for that purpose. Taped and braided varnished cambric insulated cable shall not be used for outdoor cranes. Both control and power cables shall be terminated using tinned copper compressed type lugs with proper bronze shake proof washer or other approved device which will ensure good connections under hard and vibrating use. All cables shall be terminated at both ends using double compression type nickel plated brass cable glands. 10.3.25.6 Conduits

All electrical conduits shall be of heavy gauge and shall be hot dip galvanized in accordance with IS: 1653-1972. 10.3.25.7 Limit Switches:

Limit switches shall be provided for the following operations: i) ii) iii) To limit the travel of gantry crane at both ends of travel and to stop the crane at the center of ea,ch span. To limit the hoisting travel of the hook at both ends of the travel. One back up limit switch shall also be provided for hoisting.

"*N

SUPER^ra^^OENGINEEI^I&CADD., ' J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

241
241 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

The limit switches shall be of approved standard type and shall be suitable for service under extreme positions in either direction. It shall be so designed that it can be wired or serviced after mounting. The limit switches shall be completely enclosed in water proof coverings and shall be suitably designed and tested for normal lift and satisfactory operation in outdoor under the humid climatic conditions. 10.3.25.8 Isolating switches:

The manufacturer shall fit a main isolating switch in the cabin or adjacent to it capable of dis-connecting the supply for all power driven and associated equipment on the crane but not auxiliary circuits such as lighting and heating circuits. In the case of main isolating switch being cabined with the crane protective panel, it shall be mechanically inter-locked with the door giving across to the panel, and the terminals shall be screwed to prevent accidental contact when the door is open. When not so combined, a suitably worded red warning plate shall be attached to the cover of the protective gear and all other panels and controllers, not fitted with inter-locked isolators. The main isolating switch and the additional isolating switches should be so situated that it will be possible to carry out any maintenance work of functional testing on them without danger. 10.3.25.9 Protective Equipment:

Iron clad electrical protective gear in accordance with IS: 3177 shall be provided except that in case of the aggregate power of the two largest motors (i.e.,) less than 30 KW and their aggregate current rating is less than 60 Amps. A manually operated equipment as per IS: 3177 may be used. 10.3.25.10 Emergency Push Button:

A push button emergency stop shall be so located as to be readily available for prompt use by the operator in case of emergency. This emergency push button shall be connected in the operating coil circuits in case of contractor and in the under voltage release circuit in the case of a circuit breaker. 10.3.25.11 Lighting & Convenient outlets:

The permanent 220V lighting system on the crane shall consist of four 500W high bay lighting units to illuminate the area under the crane. One 500W high

SUPERINTENDING ENGINEER, l&m&fo>4 J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

242

242

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

bay lighting unit to illuminate the area over the pendent operating push button station. The system shall be supplied from 415 volts crane power system through a separate 415 volts circuit breaker. Each of the two 500 W high bay lights and another branch circuit shall be connected to give convenient outlets. The wiring shall be run through hot dip galvanized Gl pipe and shall be done in accordance with the Indian Electricity Rules, 1937. The 400/440V. circuit breakers with an overload tripping element for each pole. 10.3.25.12 Inter-locking & Earthing:

The circuit breaker for the main power supply to the crane shall be interlocked in such a way that it should be possible to close the circuit breaker only when the control system of all the motors are in OFF position. The crane structure/ motor frames and metal cases of all electrical equipment shall be effectively grounded through 2 (Two) distinct paths in accordance with IS: 3043-1966. 10.3.25.13 OPERATION OF THE CRANE:

A pendent push button station shall be provided with all the push buttons, required for operation of crane viz., (a) crane travel (b) hoisting/lowering operation. Separate push buttons shall be provided for inching operation in either direction. Indicating lamps required to the healthiness of control supply, operation of the crane etc., shall be provided on the push button station. A suitable weather proof box with locking arrangement shall be provide at a convenient height on one of the legs of crane for keeping the push button station when to in use. The power supply/control supply switches shall be housed in a separate weather proof box with locking arrangement and the same shall be mounted on one of the legs of the crane. 10.3.26. Guarding, weather protection, inspection and testing for Gantry Crane. Guarding, weather protection, inspection and testing for Gantry Crane shall be as per BIS 3f77(latest edition) and got it approval from the Employer.

243
243 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vot- II)

10.4

Design and drawings Each element of the stop logs for Spillway is designed conforming to IS 9349(latest edition)" and other applicable Indian standards of BIS Listed in table as noted below. These tables also indicate the related Indian standards for materials, fabrication, installation and testing. Accordingly the drawings are to be prepared and they shall be reckoned as part of these specifications for fabrication supply and installation of stop logs. No further detailed drawings than indicated will be provided. The details not specified there in shall be made by the contractor subject to review and approval by the competent authority i.e., CE, CDO/CWC, New Delhi.

10.4.1 Table List of referred Indian standards of BIS

SI.

Code No.

'

Title

1. 2. 3.

IS: 4622-1978 IS: 800-1962 IS: 2502-1963

Recommendations for structural design of fixed wheel gates. Code of practice for use of structural steel in general building construction. Code of practice for bending and fixing of bars in Concrete reinforcement.

4. 5. 6.

IS: 1893-1966 IS: 6938-1973 IS: 2266-1970

Criteria for earthquake resistance design of structures. Code of practice for design of rope drum and chain hoist for hydraulic gates. Specification for steel wire ropes for general engineering purpose.

7.

IS: 3681-1966

General plan for spur and helical gears.

SUPERINTENDING ENGINEER,I&GDp? J.Chokka Rao D.L.I.Scheme Circle, ;' K.C.Colony,Chinthagattu,Warangal. -

244
244 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol-II)

8. 9.

IS: 325-1970 IS: 816-1969

Specification for three phase induction Motors. Code of practice for use of metal arc welding for general construction.

10.

IS: 7718-1975 (part-1)

Recommendations for inspection, testing and maintenance of fixed wheel and slide gate.

Part-1 inspection, testing and Assembly at the Manufacturing stage. 11. IS: 7718-1978 (Part-ll) Recommendations for inspection, testing and maintenance of fixed wheel and slide gate. Part-ll: Inspection, Testing at the time of the erection. 12. IS:7718(Part-lll) Recommendations for inspection, testing and maintenance of fixed and slide gate. (Part-lll)lnspection, Testing and maintenance after erection. 13. IS: 1181-1967 Qualifying tests for metal arc welders (engaged in welding structure other than - Pipes) (first revision). 14. 15. 16. IS: 2825-1969 IS: 2595-1978 IS: 823-1964 Code of practice for unfired pressure vessels. Code of practice for radiographic testing. Code of procedure for manual metal arc welding of mild steel. 17. 18. IS: 3658-1981 IS: 3664-1981 Code of practice for liquid penetrant flaw detection. Code of practice for ultrasonic pulse echo testing by contact and immersion methods. 19. IS: 3703-1980 Code of practice for magnetic particle flaw detection.

?45
245 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

10.4.2

Materials for parts of slide type gate components. Reference to specification of BIS BIS 8500 and BIS 2062 Structural steel Corrosion resistant steel Rubber Music Note type Rubber wedge type. b) Bottom BIS 2062 BIS1570(partV)

S.N
0

Component part Structural parts of stop logs i.e. skin plate, horizontal girders, vertical stiffeners. Seal bases, seal clamps, guide shoes etc. Track bases, sill beams bases, guides etc., Seal seats, bearing plate and bottom seal seat i) Seals a) Side

Recommended Material.

Structural steel

2 3

BIS 11855

10.5

Shop drawings and fabrication The contractor shall carry out the fabrication of steel materials in accordance with the detailed design specifications and method approved by the Employer. The gates and embedded parts shall be manufactured to such accuracy and tolerances as are required for safe and efficient operation of the gates. The manufacturing tolerances in Table shown below shall be taken for general guidance in accordance with IS: 17718 (part-1) - 1975" recommendations for inspection, testing and maintenance of Fixed wheel and slide gate".

^s*.

SUPERINT^^^HSNiERj&cA^p./ J.ChokkaRao D.L.I.Scheme,Circle, K.C.Gplony,Chinthagattu,Warangal.

246
246 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech, Specifications of Spillway ( Vol- II)

TABLE 10.5.1. MANUFACTURING TOLERANCES


SI. No 1. Description Embedded parts. i. Deviation of any point on the face of seal seats or wheel track from a2 meter machined straight edge held against it. ii. Deviation from straightness of the guide track in 2 metre length iii. Variation in the distance between the face of the seal seat and the face of its respective wheel track. iv. There shall be no off-sets or gaps at any adjoining field joints between seal seats, wheel tracks and guide tracks. 2. 0.50 mm 2.00 mm 1.00 mm Tolerance

Gates i. These gates shall be so assembled that when a machined straight edge is held against all the wheels on either sides in zero position. It will not be possible to insert a feeler gauge thicker than 1.5 mm between any of the wheels and the straight edge. ii. Distance between the side guide-block or guide roller 1.5 mm with on one side of the gate to the corresponding reference to guide block or guide roller on the other side. Dimension shown on the drawing.

10.6

Installation and Test at site a) Guide frames Guide frames shall be assembled in the block outs in accordance with the Approved Drawings and Approved installation procedures, brought to line and grade within the tolerances specified and firmly secured in place. Alignment bolts or other necessary devices shall be used to install the guide frames at corresponding accurate position. Connections between the guide frames and anchor plates/bars shall be adjustable for alignment and firmly tightened to hold the guide frames securely in position while concrete is being placed in the block outs. Additional braking shall be provided where necessary in the opinion of the department to ensure the required alignment without any additional cost and claim.

247
i

247 *

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part- A: Tech. Specifications of Spillway ( Vol- II)

Extreme care shall be taken to ensure that the guiding, bearing and sealing surfaces lie in a true plane within the tolerances specified for their entire length. Placement of concrete in the block outs shall not proceed until the guide frames have been completely assembled and secured and passed the tests. After concrete placing, alignment and tolerances shall be checked and remedial action taken if readings indicate that displacement has occurred. b) Stop logs

Each stop log leaf complete with seals, bearing plates and side rollers shall be assembled and erected in accordance with the Approved Drawing and Approved installation procedures. Joints shall be watertight where required for complete watertight. The rubber seals shall be so fixed on each stop log leaf and adjusted that the stop log, when set in the guide slots, have a tight and closes fit on the sealing frames of the guide frames. c) Tests

Tests after completion of installations. After completion of installation work at the site, the test shall be performed by the contractor in accordance with the Approved test procedures. The tests shall include but not be limited to Inspection by feeler gauge measurement for satisfactory sealing or all seals. b. Inspection for satisfactory installation of all components. c. Check of satisfactory operation under dry condition. Any defect or improper operation discovered during the test shall be correct and the entire test shall be repeated to the satisfaction of the Employer. i) Test on completion After test at the site have been completed and approved by the Employer and relevant structures under other sections are fully installed, the following tests shall be performed by the contractor as tests on completion. a. b. Check of satisfactory operation under an acceptable water level condition. Check of water leakage from closed stop logs under an acceptable level condition.
\
r

a.

' SUPERIN't^^Se^eiNE^^CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

248
248 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

After the tests, stop logs shall be stored in the warehouse for them by the contractor. Any defect or improper operation discovered shall be corrected at once and entire test shall be repeated to the satisfaction of the Employer within the tolerances as shall be defined by the contractor himself and subject to the Employer's approval. 10.7 Measurement and payment No separate payment will be made for this item. It shall be included in the price bid quoted in Schedule 'A'

CONTRAO^fe

J&ll

SUPERINTENDING ENGINEER, I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

249
249 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Voi-1!)

SECTION 11 ELECTRIFICATION

V
SUPERINTEN]5MGENGINEER}I&CADD;;' J.ChokkaRao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

250

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech, Specifications of Spillway ( Vol- II)

SECTION 11 ELECTRIFICATION INDEX Para SLNo No 1 11.0 2 11.1 3 11.2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Description Scope General Silent features Location of sub station of suitable capacity at 11.2.1 site 11.2.2 Step down transformer 11.2.3 Diesel generator system 11.2.3.1 Diesel generator 11.2.4 Portable diesel generator 11.2.5 Generator room / Control room 11.2.6 Control panel at the transformer 11.2.7 Main distribution panel 11.2.8 Sub distribution panel 11.2.9 Moulded case circuit breaker MCCB 11.2.10 Local control panels 11.2.11 Cables and wires 11.2.12 Lighting system 11.2.13 Three phase power socket s 11.2.14 Earthing and lightening protecting system 11.2.15 Electrical installation works 11.2.16 Lifts 11.2.17 Fire Fighting system 11.2.18 Training of Engineers and Supporting Staff 11.2.19 Measurement and payment Page No. 251 252-254 254-256 257 257 258 258-261 261 262 263 263 264 265 266 266 267-270 270 271 272-274 274-278 278 278 278

SUPEIUTraNDING ENGINEER,I&CADD.V J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

251
251 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SPECIFICATIONS FOR ELECTRICAL EQUIPMENTS (Diesel generators and Substations) 11.0 Scope of work: 1. Supply, transportation, erection, testing and commissioning of 4 no's 500 kva and 1 no 100 Kva Diesel Generators of 3 phase,415 v,50 Hz, water cooled multi cylinder diesel generators sets with alternators of 500kva / 100kva output continuous rating directly coupled engine and alternator with guard and mounted on a common base plate of robust construction and complete with AMF panel, control panel having IP-52 protection , acoustic enclosure made of 18 swg crca sheet, sound absorbing material ,rock wool, perforated sheet to restrict sound level to 85 db and as per PCB norms etc. 2. Scope of electrical works at substations. 2 no's of Sub-stations shall be designed and executed to extend the power supply to the project -spillway, dam, gates, control rooms, at all other locations, components, lighting arrangements as directed by the Engineer-inCharge etc., with number of incoming and outgoing feeders with control and protection panels, cables etc. complete i) Electric power supply at 33kv will be arranged from proposed near sub station of A.P.E.P.D.C. Ltd. ii) Establishing 33 KV/440V substation with ODS for receiving power with step down transformers with RTCC panels of suitable capacity with all accessories. iii) Provide 33kv VCB, HT isolator, lightning arrestors, CT and PT as required. iv) Provide C & R panel, battery charger and batteries, control cabling etc. v) Provide BUSDUCT/ cables between transformer and panels with termination. vi) Provide panels with suitable incoming and outgoing feeders. vii) Getting approvals from CEIG. viii) Providing standards. earthing as per APTRANSCO / APEPDC Ltd.,/ APCEIG

ix) Provide indoor and outdoor lighting at sub station and control room with cables and lightning arrangements. x) Civil works constituting of control room, battery room, stores, toilet as directed.by the Engineer-ln-Charge y^T2^

SUPERINTgferG^NG!N&R^&CAD5/ J.Chokka Rao D.L.I.Scheme'CirGlej^'* K.C.Colony,Chinthagattu;Warangal.

**-**'

52

252

P.V.N.R.KanthanapalIySujalaSravanthiProject
Phase-I Package-I Part- A: Tech. Specifications of Spillway (Vol-1!)

xi) The entire works of substation including leveling, foundation, structures, earth pits, etc.shall be carried out as per norms stipulated by CEIG and shall be approved by CEIG. The specifications given in this section cover the design, supply, installation, testing and commissioning the permanent electrification required for operation of forty eight (131) vertical gates, river sluice gates etc., of spill way and providing lighting system for Spillway, Dam etc. 11.1 General a) The design requirements contained in these specifications are general and the contractor shall assume all responsibility for a coordinated and adequate design confirming to the relevant BIS codes/International codes. All apparatus, accessories and material which have not been specifically mentioned but which are necessary for installation and for the efficient performance of the system shall be provided by the contractor and included in the price schedule-A. All the equipment and components for permanent electrification including the wirings and electrical accessories and fixtures shall be designed as per Indian Electricity Act and Indian Electricity rules and standards of BIS codes/international codes. The standards are also to be maintained as per the rules of electrical inspectorate of Government of Andhra Pradesh and APGENCO as the installations are to be approved by these authorities. b) c) The requirements for permanent electrification are as per site conditions and as directed by the Engineer-in-charge. Contractor shall submit with his designs and drawings of various components of providing permanent electrification he proposes to furnish including the sizes of various cables that are to be provided. The successful contractor shall submit detailed designs and drawings for approval of the Department in the manner stipulated in schedule - A.

d)

comRAcmK^y^//

SUPERINTENDING ENGINEER,I&CADD.,
J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

?53
253 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vot- II)

LIST OF SPECIFICATIONS OF BIS a) Cables and conductors PVC insulated cable (for voltage uptolOO V) Part-l with copper conductors ii) IS: 694(Part-lll) 1964 PVC insulated cable (for voltage upto 100 V) Part-ll with aluminum conductors iii)IS: 1554(Part-l) 1988 PVC insulated (Heavy duty) electric cables part-l for working voltage upto and including 1100 Volts. iv) IS: 1554(Part-ll) 1988 PVC insulated (Heavy duty) electric cables part-ll for working voltages from 3.3 KV up to and including 11 KV. v) IS: 1596-1970 Polyethylene insulated and PVC sheathed cables up to and including 250 V. vi) IS: 1753-1967 Aluminum conductors for insulated cables. vii) viii) ix) x) xi) xii) xiii) b) i) ii) c) i) ii) IS : 7098 (part-l) - Cross linked Polyethylene Insulated PVC Sheathed cables IS: 8130 Conductor for Insulated Electrical cables and flexible chords IS: 3974 Mild steel wires, Strips & tapes for armouring of cables ICC: 402 Extruded solid dielectric insulated power cables for rated voltage from1KVto30KV IS: 5831 PVC Insulation and sheath of electric cables IS: 3961 Recommended current ratings of cables IS: 10810 Methods of tests for cables Conducts IS: 1 9 5 3 - 1 9 7 2 IS: 2509-1973 Switchgear IS: 1 8 2 2 - 1 9 6 7 IS: 2 1 4 7 - 1 9 6 2 AC Motor starters for voltage not exceeding 1000 V Degrees of protection provided by enclosures for low voltage switch gear and control gear Rigid steel conducts for electrical wiring Rigid non-metallic conducts for electrical installations i) IS: 694(Part-l) 1964

SUPERINTEFJI^n^GENGI^ER^^ADb^ J.Chokka Rao D.L.I.ScherikCM^ K.C.CoIony,Chinthagattu,WarangaI.

>4

S5-4
254 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

iii) iv) v) vi) vii) viii) ix) x) xi)

IS: 2516 (Part-I) Alternating current circuit breakers :Part-l requirements Sec.1-1965 section-1 voltage not exceeding 1000 volts. Alternating current circuit breakers :Part-l requirements IS: 2516 (Part-I) Sec.2-1963 section-2 voltage range 1000 volts to11000 Volts IS: 2516 (Part-ll) Alternating current circuit breakers :Part-l requirements Sec.3-1973 section-3 voltage above 11 KV IS: 2516 (Part-ll) Alternating current circuit breakers : Part-I I Tests Sec.2-1966 section-1 voltage not exceeding 1000 volts. IS: 2516 (Part-I) Alternating current circuit breakers :Part-ll Tests Sec.2-1965 section-2 voltages above 1000 upto and including 11000 V. IS: 3427-1969 Metal enclosed switch gear and control gear for voltages above 1000 V but not exceeding 11000 V. IS: 4064-1978 Normal duty air break switches and composite units of air break switches and fuses for voltages not exceeding 1000 V IS: 4227-1967 braided nylon cord for aeronautical purpose IS:5124-1969 Code of practice for installation and maintenance of AC induction motor starters Earthing IS: 3043 - 1966 Code of practice for earthing IS: 2309 Code of practice for the protection of Building and allied structes against lightening. Salient features The salient features of the permanent electrification, furnished are as follows. However, the contractor has to consider and provide for the accruals including all other subsidiary and incidental requirements to accomplish the design, supply, installation, testing and commissioning the permanent electrifications. a) Contractor shall design, supply, erection, testing and commissioning of two no's 33KV/440V outdoor substations of capacity 2X2.5 MVA each with G.I structure/VCB's, C.T, P.T's, A.B. switches, lightening arrestors etc. Step down transformer 33 KV/440 V of capacity each not less than 2500 KVA minimum of 2 No's at each substations suitable for . simultaneous operation of gate motors, Gantry Motors, welding trarjgfeeeggr and lighting etc.

d) i) ii)

11.2

b)

CONTRAOKSR^ J^JI

* SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

255
255 P.V.N.R-Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

c)

Diesel Generator system of capacity not lower than 500 Kva suitable to meet the requirement indicated in (b) above, in case of failure of APEPDCL power supply. Portable diesel Generator system mounted on trolley to meet a working load of 100 Kva>in case of exigencies. Control room shall be constructed suitably for placing the main Distribution panel & 33KV VCB / discharge control panel. 2.5MVA Transformer & DG set along with its switch gears shall be placed in the 33KV substation yard Sub-Distribution boards shall be placed in between the group of gates. From the sub-Distribution boards the supply will be extended to Independent Gate control panel. Each sub Distribution boards shall have two incoming sources for redundancy. provisions shall also be made to interconnect two main control boards i.e., Right and left side of the sub stations to meet the emergencies in case of any one supply system failure. Control panel at transformer yard comprising of suitable ACB Air circuit breaker each for APNPDCL power supply and for diesel generator power supply, with necessary interlocks, volt meter, Ammeter, indication lamps and connectors etc. Main distribution panel with required meters, switches, fuses, bus bars etc. control switches / MCCB's for supplying power to sub-distribution panels for motors spillway and for lighting system of Spillway, Power Block, NOF, Navigation Channel, earth bund. Sub-distribution panels enclosed in a box with required meters, control switches MCCB's change over switch, fuses etc located at i) Main distribution panel for lighting system of Spill way and drainage gallery. Underground PVC armored aluminum cables of suitable size LT Bus duct (440V) shall be considered from 33KV/440 Transformer to main control panel

d) e) f) g)

h)

i)

j)

k)

I) m) i)

Cables: FRLS cables with XLPE insulation from supply switch gear room to group distribution box and upto Gates control panel ( Group Control panel shall be connected to incoming source either side of the barrage and one from DG source). i) Suitable size of cables from main control panel to main distribution panel. .^-;.?i^.

SUPERJNffi^tNG^NGlNEERJ&GADDlC J.Chokka Rao D.L.I.Scheme Circle^ K.C.Colony,Chinthagattu,Warangal.

256
256 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway (Vol- II)

ii) iii)

iv)

Suitable size of cables from main distribution panel to subdistribution panels located on gate hoists of spillway. Independent cable from main distribution panel to lighting system of Drainage a) Gallery of Spillway. b) Hoist Supporting Structure/ Hoist bridge and spillway c) Walkway bridge d) Road way. e) Earth dam. Local control panels with MCCB direct on line starter, single phase preventer, power capacitor, voltmeter, Ammeter with selectors switches, indicator lamps, connectors, lugs, contactors & Relays etc. suitable for local & remote operation. i) For each gate motors of spillway ii) For each feeder for lighting system of Spillway and Earth cum rock fill dam.

j) k)

I) m)

n) o) P)

Cable rack over Hoist bridges of spillway and on walkway bridge and cable trench Stepped pipe poles with i) Twin bracket arms for lighting hoist bridges and carriageway located at the center of each span. ii) Light bracket arm for walkway bridge iii) Street light bracket arm for lighting earthen bund on left flank and road way on right flank at a span of 30 meters. 150/250 watt sodium vapour lamp fitting with bulb, with connecting wire from junction box of cable and fuse unit for each pole on hoist bridges for lighting hoist and spillway and also for walkway bridge. 150 Watt high pressure metal halide lamp fitting with bulb with connecting wire from junction box of cable and fuse unit for each pole on earth bund on left side and road way on right for lighting. 500 / 400 watt high pressure metal halide lamp with connecting wire from junction boxes of cable and fuse unit for flood lighting the water way. Three phase power sockets with earthing pin suitable for operation of gantry cranes and for welding machines. Earthing of all equipment and lighting protection.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

257
257 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

11.2.1 LOCATION OF SUBSTATION OF SUITABLE CAPACITY AT SITE a) Requirement

An Electrical sub-stations of suitable capacity to meet the demand of hoist motors, electrification of spillway and other electrical connectivity's shall to be installed at site as directed by the Engineer-ln-Charge The item of work shall confirm to Indian Electricity rules and shall be got approved by the Electrical inspectorate of Government of Andhra Pradesh andtheAPNPDCL 11.2.2 Step down Transformer a) General

The step down transformer together with necessary civil structures, out door switch gear equipment with Gl structure is to be located in the Transformer yard to step down the voltage from high tension to the low tension. b) Requirement

The step down transformer shall be capable of taking the following loads simultaneously. i) Hoist motors of spillway gates ii) Lighting of Dam & gate areas, control room etc., iii) Welding machine of suitable capacity and iv) All losses v) Gantry crane, control rooms, A/C's The transformer shall be 33 KV/440V of 2 No's of 2.5MVA capacity at each substation, Delta/star 3 phase, 50 Hz with oil natural cooling outdoor type mounted on plinth with 33 KV AB Switch, HG fuse, lightning arrestors, earth etc. provided on.GI structure with RS joists poles of 150X150 mm plinth with masonry control switch of suitable capacity on LV ;side and generally confirming to BIS:1180 (part I & II) and BIS 2026 except where specified otherwise with first filling of oil generally as per BIS - 355 The transformer shall be standard make of reputed firm and shall be guaranteed at least for a period of five years from the date of its installation and commissioning.

SUPERIN^S^^GDSIEER 5 I&CAra| J.Chokka Rao D.LXScheme Circle, K.C.CoIony,Chinthagattu,Warangal.

t-.' \^

%j

258

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-1 Package-I Tech. Specifications of Spillway ( Vol- II)

c)

Test

Test Certificates with relevant IS codes for Tests for Materials/equipment purchased and subject to approval by the Electrical Inspectorate of Government of Andhra Pradesh and APNPDCL shall be furnished. 11.2.3 Diesel Generator system

11.2.3.1 Diesel Generator a) General

Four sets of capacity not less than 500 Kva diesel generator of standard make shall be provided with necessary equipment such as AMF panel, control panel and accessories including cabling etc., complete in all respects. The generator shall be installed at locations as directed by the Employer and enclosed with suitable R.C.C structure as directed by the Engineer in charge. [?) a) Requirement

i) Diesel Engine The diesel engine shall be a 4 cycle, radiator water cooling type. The diesel engine and generator specified below shall be placed on a common bed plate. Continuous out put of diesel engine generator set shall be guaranteed to be subject to design capacity at'the generator terminals, under the specified climatic conditions. The diesel engine shall be automatically started for loading by a starting motor on operation of the AC under voltage relay in the generator control panel, and manually stopped. The diesel engine shall be started automatically when failure occurs. ii) Generator The generator shall be of a 3 phase, 4 wire synchronous alternator, rated 440 volt, 50 Hz 0.8 lagging of suitable capacity for operating gates and hoist equipment continuous output and shall be directly connected with the engine. The excitation current shall be controlled by both voltage and current of the generator through rectifiers having compound characteristics. The automatic voltage regulator shall be provided for the excitation system capable of controlling voltage within + 5% from no load to full load. The neutral point of armature winding shall be connected to the neutral bus of the control panel and solidly grounded.

CONTRACTED^

JMII

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

259
259 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Materials All materials, which are not specifically mentioned herein but necessary for the performance of the installation works among the diesel engine generator, shall be provided. Accessories The following accessories shall be supplied for each set a. Engine One (1) daily fuel oil tank of 200 liters capacity with float level gauge. One (1) monthly fuel oil tank of 4,000 liters capacity with manhole for refilling One (1) Set of engine shaft - driven pumps for lubricating oil and fuel oil injection One (1) set of filters for fuel oil and lubricating oil, of a cleanable type so as to avoid frequent replacement One (1) set of thermometers for cooling water One (1) radiator with cooling fan One (1) tachometer with service hour meter One (1) Governor One (1) common bed plate, including foundation bolts and nuts with vibration proof isolator One (1) cooling air exhaust duct with flexible joint, to be attached to the engine radiator with cooling fari One (1) set of sealed type battery with a capacity for starting the diesel engine generator 5 times One (1) Set of battery chargers One (1) Set of alarm and automatic shut down devices in the event of lubricating oil pressure drop and cooling water high temperature One (1) Safety device with alarm, associated with the generator control as required. One (1) pressure gauge lubricating oil One (1) air suction strainer, cleanable type to avoid frequent replacements One (1) Set of silencer and exhaust pipe with expansion and flexible joint to out door One (1) set of flexible fuel line and float tank for gravity fee Any accessory according to manufacture's standard.

*s

W>
J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

260

260

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vot- It)

v)

Generating control panel The panel - mounted equipment and devices for control shall include the following Two (2) 440V motors operated Air circuit breakers of suitable capacity to facilitate automatic changeover of supplier Three (3) AC ammeter with current transformer One (1) AC voltmeter with selector switch One (1) frequency meter One (1) set of cable terminals, back wiring and terminal boards and ame plates One (1) set of test terminals One (1) set of indicating lamps One (1) set of static exciter with AVR One (1) set of standard tools Any necessary accessories of the manufacturer's standards

vi)

Spare Parts The contractor shall offer the recommended spare parts. The offered spare parts shall atleast be sufficient for a three year period of operation One (1) set of alarm and automatic shut-down devices in the event of lubricating oil pressure drop, or high temperature cooling water One (1) safety device with alarm, associated with a generator control as required One (1) pressure gauge for lubricating oil One (1) set of maintenance tools ' One (1) set of silence and exhaust pipe with expansion and flexible joints One (1) set of flexible fuel feed line Any accessories recommended bytthe manufacturer.

vii)

The equipment shall be standard make of a reputed firm confirming to all the relevant standards of BIS .

viii)

Test
The shop test report, which include the following items shall be submitted for approval

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,ChinthagattusWarangal.

?61
' . ' *.

261

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

Starting test Load test including temperature rise and oil consumption measurement Governor test Insulation resistance measurement AC withstand voltage test Impulse voltage test Characteristic test for the relay etc. Accuracy check for metering instruments such as Watt meter, ammeter, voltmeter, current transformer, voltage transformer etc., i) Construction check j) Sequence operation test 11.2.4 Portable Diesel Generator a) General one set of portable Diesel generator of capacity shall not be less than 100 Kva mounted on trolley for emergency purpose shall be provided with other necessary accessories. b) Requirements i) Diesel Engine The diesel engine shall be of a 4 cycle radiator water cooling type. The diesel engine and generator specific below shall be placed on a common bed plate and shall be mounted on a two wheel trolley. ii) Generator The generator shall be of 3-Fjhase, 4 wire synchronous alternator rated 440volts, 50 Hz, 0.8 lagging of suitable capacity not lower than 100 Kva, continuous out put and directly connected with the engine. The excitation current shall be controlled by both voltage and current of the generator through rectifiers having compound characteristics. The automatic voltage regulator shall be provided for the excitation system, capable of controlling voltage within + 5% from no load to full load. The neutral point of armature winding shall be connected to the neutral bus of the control panel and solidly grounded.
i

a) b) c) d) e) f) g) h)

iii)

Materials -

All materials which are/not specifically mentioned herein but necessary for the performance of the portable generator system shall be provided as directed by the Engineer-ln-Charge.

1 ;

SUPERlNraSmaSSNEER,rS:CAD^!f J.Chokka Rao D.L.I.Scheme eir&ef' K.C.Colony,Chinthagattu,Warangal.

?62
262 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Part-A: Phase-I Package-1 Tech. Specifications of Spillway ( Vol- II)

iv)

Accessories All the accessories required for satisfactory performance of portable generator system including control panel trolley etc., shall be supplied in accordance with the manufacturer's standard of reputed make.

v)

Spare parts The contractor shall offer the recommended spare parts sufficient for at least a three years period of operations.

vi) vii)

The equipment shall be standard make of a reputed firm confirming to all the relevant standards of BIS. Test The Tests shall confirming to relevant BIS codes and as directed by the Engineer-ln-Charge

11.2.5 Generator Room/Control Room a) General The Generator room shall accommodate the diesel generator system to be designed, supplied and installed as an auxiliary to APGENCO / APNPDCL power supply. It shall also have provision for accommodating the control equipment. A separate room for keeping portable generator mounted on Jeep/Truck trolley and one room for storage of spares and maintenance tools shall also to be provided. Necessary doors, windows, ventilators, lighting, fans including exhaust fans, rolling shutters suitable for shifting the equipment in and out of the room etc. are to be provided.
i

b)

Requirement

'i
i

The generator room shall be of RCC|framed structure with RCC slab and brick walls suitably plastered on both sides and foundations shall be designed to suit the machinery foundations for the generators as l directed by the Engineer-ln-Charge

CONTRACTORS*Z#

SUPERlN'fENDlNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

?63
.. 263 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

11.2.6 a)

Control panel at the transformer General The control panel at the Transformer shall be provided to distribute the receiving power from APTRANSCO / APNPDCL power supply/ Diesel generator supply to the main distribution panel. The control panel is of indoor type with provision for locking the door. (Corrigendum-4) b) Requirement The control panel shall be of weather proof and vermin proof indoor floor mounting LT distribution panel and fabricated with standard metal steel as designed. It shall be provided with ACB/MCCB one each for APTRANSCO / APNPDCL supply and for Diesel generator supply of suitable capacity, change over switch, voltmeter, Ammeter, selector switches indicator lamps, connectors etc. complete (Corrigendum-4) Test (Corrigendum-4) The shop test report, which includes the following items, shall be submitted. i) Construction check ii) Insulation resistance measurement iii) AC withstand voltage test iv) Deleted v) Characteristic test for the relay, etc. vi) Accuracy check for metering instruments such as Ammeter, voltmeter, current transformer and voltage transformer etc. vii) Switching and operation- test viii)Test certificates with relevant BIS codes for tests for the materials/ equipment purchased. ix) Other tests as directed by the Engineer-in-Charge.

c)

11.2.7 Main distribution panel a) General The main distribution panel shall be provided to distribute the receiving power from the control panel at the transformer to the sub distribution panels for gate motors and lighting in the following manner.

SUPERINTENDING ENGINEERJ&C^EJD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaL

?Si

264

P.V.N.R.Kanthanapaliy Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

i) ii)

Four sub-distribution panels each for operating a set of five hoist of required HP of spillway vertical gates. One sub-distribution panel for the distribution lines for a) b) c) d) Lighting the hoists spillway Lighting the walkway bridge Drainage gallery of Spillway. Road way.

b)

Requirements The main distribution panel shall be weather proof, vermin proof, indoor, L.T. type fabricated with standard metal sheet as designed. It shall be provided with suitable capacity copper bus bar with ACB for incomer and with bus couplers for total load and MCCB each of suitable capacity for sub-distribution loads, shall also be provided with voltmeter, Ammeter, indicator lamps, connectors protection relays etc.

c)

Tests The Tests shall confirming to relevant BIS codes and as directed by the Engineer-ln-Charge

11.2.8 Sub-Distribution panels a) General The sub-distribution panels shall be provided to distribute the receiving power from the main distribution panel to suitable number of feeders for lighting system of Barrage and / or Hoist motors of various gates of spill way. The panel shall also distribute the emergency power from the portable diesel generator even in case of the stoppage of power supply from control panel. One (1) sub distribution panel for lighting shall distribute power to feeder lines for lighting. i) ii) iii) iv) Drainage gallery of Spillway. Hoists of spillway Walkway bridge and Road way

Sub-distribution panels for hoist motors of spillways each distributing power to a set of motor local control panels are to be provided.

CONTRA<$&&

Mil

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

265

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vot- II)

b)

Requirement The sub-distribution panels, shall be fabricated with metal sheet of suitable gauge weather proof and vermin proof out door floor mounting with copper bus bar (3 phase + 1 neutral) to feed the required load and comprising suitable MCCB, changeover switch, MCB (TPN) for each feeder to local control panel of the respective sub-distribution panel, Voltmeters, Ammeters, Selector switches for Voltmeter and Ammeter indicator lamps. Provision for locking the door shall be made.

c)

Tests The Tests shall confirming to relevant BIS codes and as directed by the Engineer-ln-Charge

11.2.9 Moulded case circuit breaker (MCCB) a) MCCB shall be manually operated and trip free by the handle in front and shall be provided with inverse time thermal element for over load protection and instantaneous magnetic elements for short circuit protection both on all poles. The circuit breaker shall be anyone of four or three or two poles or single pole. MCCB shall have auxiliary switches, voltage tripping mechanism, rated interrupting capacity of each circuit breaker shall be selected for the short circuit current of the system, in which it is applied. Each circuit breaker shall include external handle which clearly indicates 'on', 'off or 'trip' and shall be lockable in the 'off position Trip rating of each circuit breaker shall be coordinated with motor rating served when it is used with a combination starter. b) The Tests shall confirming to relevant BIS codes and as directed by the Engineer-I n-Charge 11.2.10 Local Control Panels a) General The local control panels shall be provided to transmit the receiving power from the respective sub-distribution panel to the respective gate motor of spillway.

SUPERINTENDING ENGD^EERJ&CADP^ J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

266

266

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications ofSpillway (Vol- II)

Each motor shall be provided with local control panel and the supply and installation shall be made as per the specific instructions of the Department. b) Requirement The local control panel shall be fabricated with metal sheet of suitable gauge, weather proof and vermin proof, outdoor floor mounting with suitable MCCB, direct on line starter, single phase prevent or, power capacitor with MCCB, voltmeter and ammeter with selector switches, power & control contactors Auxiliary relays indicator lamps connectors and lugs. Provision for locking the door shall be made. Provisions for local & remote operation shall also be made available. c) Tests The Tests shall confirming to relevant BIS codes and as directed by the Engineer-ln-Charge 11.2.11 Cables and wires a) The sizes of insulated wire and cable shall be suitably designed and submit it to the approval of the Competent Authority.The wires shall be PVC insulated copper wire. The LT cables shall be PVC insulated and sheathed armoured aluminum underground cable designed suitably for the loads and losses and shall confirm to IS:1554 (part-10 1988 "PVC insulated (heavy duty) electric cables part-1 for working voltage up to and including 1100 volts" and other relevant standards. b) Cables of size 16sqmm and below shall be of copper cables only. The underground cables of suitable sizes as designed shall be provided for: i) ii) iii) two runs from transformer to control panel / Bus ducts. two runs from control panel to main distribution panel independent cables from main distribution panel to subdistribution panels located at a) spillway at piers numbered b) main distribution panel for lighting system of drainage gallery and road.

CONTRACTOR

auaa

J]$ll

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

?67
267 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

iv)

Independent cable from sub distribution panel to the termination point as per the sketch for lighting. a. b. c. d. Drainage gallery of Spillway. Hoist bridge/Hoist supporting structure of spillway Walkway bridge Road way and all other components as directed by the Engineer-in-Charge

v) a) Independent cables from sub-distribution panels to the respective local control panels of all gate motors of spillway b) All necessary junction boxes, clamps, terminations etc. shall be suitably designed and provided. c) Steel conduits for outdoor cabling shall be located in the ground in depth of not less the 0.6 m and 1.2 m at the place where crossing the road or on the cable rack to be provided and installed over the hoist bridges and walkway bridge. The cable rack shall be of fabricated mild steel (MS) sheet of adequate thickness reinforced with necessary MS angles. The cable shall be run in suitable fastenings, clamps, etc. d) Manufacturer's test certificates for all the materials conducted in accordance with relevant BIS standards or other approved standards shall be furnished for approval of the Engineer-in-Charge before installation. 11.2.12 a) Lighting system General The outdoor lighting system (post type) shall be provided for Drainage gallery of Spillway Hoist Bridge of spillway, Walkway Bridge and road way on right flank. The flood lighting shall also be provided suitably for spillway. The average illumination level is to be maintained as follows. Gallery Walkway Bridge and road way Gates area Control room and switch gear rooms 100 lux . 150 lux 100 lux 300 lux

SUPER^SjD^GENGINEERj&CA-^b., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

?es

268

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech, Specifications of Spillway ( Vol- II)

The indoor lighting facility shall also provided in control room/ generator room and echo friendly lamp fixtures shall be used. b) Requirements i) Lighting fixtures The lighting fixtures shall be complete with lamps Fluorescent lighting fixtures shall be equipped with complete fitting for AC 230 Volt 50Hz source and a ballast or ballasts of high power factor and rapid starter and provided inside control / generator room Metal Halide fixtures of 150 Watt/400 Watt ( suitable) with all accessories. Sodium vapor lamp lighting fixtures shall be equipped with a screwed base lamp holder suitable for 150 Watt, 250 Watt lamp and appropriate ballast and capacitor and all other accessories in separate control gear box. The lighting fixtures for outdoor use shall be of weatherproof type. Special care shall be exercised on selection of fixtures so that illumination of the lamps is not obstructed by accumulation of insects and dust. The shape for lighting fixtures shall be of approved standard size. ii) Out door lamp posts Outdoor lamp posts shall be of steel tubular pole with light decorative bracket arm. The shape and size of poles shall be of standard size. Ballasts and terminals shall be equipped on each terminal box and other attachments necessary for wiring protection to isolate faulty individual light and fixing of the lighting fixtures shall also be supplied. The ground level shall be marked on the support for easy installation.

CONTRACT!

SUPERINTENDING ENGINEER,I&CADD' J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

?89
269 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

Twin arm bracket to hold 250 Watt sodium vapor lamps shall be located along the hoist supporting structure/hoist bridge of spillway. iii) Manual on-off switch for flood lamp on the inspection bridge An outdoor use on-off switch shall be provided for each flood lamp, and is attached beside the lamp fixture. The switch shall have high reliability preferably MCB's. iv) Tumbler switch > Wall switches shall be of flush or surface mount tumbler type, single pole 230 volt, 15 Amps and with suitable plate for covering them. v) Convenience outlet For single phase load, convenience outlet shall be of single or duplex 2 pin type with one earthling pin and of 250 Volt 15 Amp shall be provided conveniently. vi) Cable and wires The sizes of insulated wires and cables shall be suitably designed; insulated wires to be used shall be PVC insulated single core copper wire insulated wires shall be of stranded conductors. Low-voltage cables shall be cross-linked polyethylene insulated and PVC sheathed cable (CV cable) and its conductors shall be of stranded conductors, the low-tension cables shall be used for between the panels, outdoor lighting circuits etc. Control cables to be used shall be polyvinyl chloride (PVC)/XLPE insulated sheathed multi standard copper wires. This cable will be used for electrical wiring between the photo sensor and the magnetic contactor in the lighting panel and for other-necessary wiring.

7X
CONTRA^O^-^^ SUPERINTENDING BNG1NEER,I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

270
270

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part-A: Tech. Specifications of Spillway ( Vol-II)

vii)

Steel conduit

'

Rigid steel conduit shall be galvanized inside and outside and enameled inside. The steel conduit shall be used for indoor electrical wiring. viii) PVC conduit PVC conduit shall be of hard polyvinyl chloride pipe with mechanical impact - resistant, corrosion resistant and highly weather able and a minimum wall thickness of about 4 millimeters. The PVC conduit shall be used for a part of outdoor electrical wiring. ix) Outlet and junction Box The flush mount type outlet and junction box to be concealed in the concrete shall be of galvanized sheet steel and shall be fitted with appropriate covers, where necessary. The surface mount type outlet and junction box shall be of galvanized cast steel or alloy fitted with appropriate covers. Manufactures test certificates for all the equipment and materials conducted in accordance with relevant IS standards or other approved standards shall be furnished for approval of the Departmental before installation. control system with photo / Light sensors shall be provided for Automatic switches on/off of the outdoor lighting in the lighting distribution system. All the equipment shall be supplied for Auto / Manual operation of lighting system.

(x).

11.2.13

3-Phase power sockets

a) 3-Phase power sockets with earthing pin, suitable for operation of gantry crane shall be provided at an interval of 21 meters along the spillway. This shall be suitable for outdoor type with appropriate enclosure. b) 3-Phase power sockets with earthing pin suitable for welding machines of 15 KVA capacity with appropriate enclosure shall be conveniently provided on the hoist bridge of spillway.

CONTRAC

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

271
271 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

11.2.14 a)

Earthing and lightning protection system General The earthing system shall be provided for distribution transformer yard and control room. Independent earthing system shall be provided for the equipment and for the lightning protection. Also the earthing system shall be provided for the neutral of the electric distribution system. These earthing systems shall be isolated to avoid the interference for each other. The contractor shall provided any supplemental earthling works in accordance with the result of the measurement of earthling resistance, if required, without extra charge. Lightning rod(s) shall be provided on the roofs of the control house. All the components of the lightning protective equipment shall be the products confirming to the provision of IS: 3043-1966 Code of practice for earthling; or approved equivalent. The contractor shall submit to the Department the necessary catalogues of the lightning protective equipment and the shop drawings of its mounting hardware for his approval.

b)

Earthing Resistance The target of earthling resistance for each grounding system is suitably provided.

c)

Materials All materials shall confirm to IS specifications The conductors rods and plats for earthling system shall be embedded 0.75 m below the ground surface. The lightning rod system shall be composed of elevation rod lightning conductor, testing terminal box earthling rod and other necessary accessories. The elevation rod shall be of a gold plated or a* chromium plated copper pointer, and shall be supported and connected by a supporting pipe which is of stainless steel or brass pipe.

CON'

SUPERINTENDING EN<3INEER,I&( J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal,

p*7 P ** *

272

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-IPackage-I Part- A: Tech. Specifications of Spillway ( Vot- II)

In order to connect electrically the rod to earthling system, the lightning conductor shall be applied, and be run in the supporting pipe and in addition be wired on the surface of external wall through the testing terminal box to earthling rods. The lightning conductor shall be soft annealed stranded copper conductor of more than 50 Sq mm. The position of air terminal shall be such that the total area required to be protected lies within protected range. Number of lightning rods may be adequately provided. 11.2.15 Electrical Installation Works a) General

All electrical installation works shall be carried out by skilled personnel. The indoor wiring shall be of concealed PVC conduit type as designated on the Drawings. The outdoor wiring shall be installed in PVC conducts buried in ground as shown on the relevant drawings. b) i) Installation works Lighting fixtures The exact location and height of fixtures shall be determined by the structural and mechanical limitations of building and equipment to be installed, and fixtures shall be installed in such a manner as to avoid obstructions and to provide the proper illumination results. Fixtures shall be installed in such a manner as not to damage outlet boxes, conduit tubes wall ceiling etc. with the weight of fixtures. Lamps shall be set in position after completion of construction work. ii) PVC conduit works PVC conduits shall be concealed within or embedded inside the structure without affecting their construction and strength. The cut ends of conduits shall be smoothed pull boxes shall be provided for the conduit system to give easy pulling in or replacing of wires. The bending radius of conduits shall be not less than 6 times its inside diameter without normal bend. Exposed runs of conduit shall be made with saddles or sheet steel supports spaced not more than 1.5 meters and shall be

CONTRACTOR

Igll

SUPERSSETOINGHENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,WarangaI.

273
273 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Packaged* Tech. Specifications of Spillway ( Vol- II)

fixed or supported at least at 2 positions. They shall installed running parallel or perpendicular to adjacent walls, structural members or intersections of vertical planes and ceilings with right angle turns so as to gibe a neat appearance. When fixtures or other fittings are installed, they will be symmetrically located according to room layout and will not interfere with other work or equipment. Conduit shall be installed in such a manner as to insure against trouble from the collection of trapped condensation. U-shaped piping shall be avoided as far as possible. Conduit shall be connected mutually by means of screwed or non-screwed coupling and also shall be securely fastened to all sheet mental outlet, junction and pull boxes with galvanized locknuts and bushings. Conduit in exposed work shall be screwed with boxes and other fittings. Connected portions of conduit shall be coated with anticorrosive paint. Exposed runs of conduit including boxes, supports and all other fittings shall be coated with finished paint; the color of which shall be instructed by the Employer. The contractor shall exercise the necessary precautions to prevent the lodgment of dirt, plaster, trash or damp inside conduit pipe, fittings, and boxes in the course of installation works. Mi) Steel conduit works Steel conduits for outdoor cabling shall be located in the ground in depth of not less than 1.2 meters at the place where crossing road, or on the cable rack installed beneath the bridge. The installation of steel conduit shall be carefully done upon consolidating the ground on which steel pipe is to be buried. iv) Cabling and wiring The conductor shall be continuous between outlets, and no junction shall be made except within switch panels convenience outlets or junction boxes. The conductor shall be drawn through ducts or conduits after they have been cleaned. Oil or grease shall not b used as a lubricant for the drawing operation of the conductor, but an approved compound may be used for this purpose. Joins in wiring shall be pressure terminal and insulate with PVC tape. Earthling conductor where required run with

CONT&C&TOR Jgll

SUPERINTENDING ENGINEER, I&qD,D., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

274

274

P.V.N.R.KanthanapaIly Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

other conductors shall run inside the conduit piping. A part of the cabling route for outdoor lighting system and the cabling routes between the control house and DG house and between a receiving power terminal and control house shall be made in the cable trench with suitable cable rack. v) Cable handling pits Cable handling pits shall be provided on lengthy power cable circuits at an appropriate distance of sharply angled corner of PVC piping at the contractors direction or when so judged to be necessary for cabling works and as directed by the Department. c) Site Test

The following tests shall be carried out by the contractor in the presence of department at the site after completion of work. i) ii) iii) iv) v) vi) vii) 11.2.16. LIFTS. i) Three Nos. traction type lifts of carrying capacity for 20 No's passengers, with lifting capacity 1360 Kgs each excluding the weight of car shall be provided at both flanks, variable voltage and variable frequency (VWF) drive controller with operating speed of 1.5 m/sec. ii) a) The Traveling distance of flank section portion lift is as per CE/CDO approved drawings. b) Power supply: 415 V three-phase 50 cycles A.C c) Auxiliary required: single phase 220 V 50 cycles A.C iii) Each of the passenger lifts shall provide but not be limited to the following: Insulation resistance measurements for equipment cable and wiring. Earthling resistance measurements Circuit continuity tests Switching and operating tests Measurement of illumination Appearance check for the equipment. Sound level check for DG set.

CONTRAC

SUPERINTeHBH^ENGINEERj&CADD.,. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

275
275 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

a) One(1) - car plat form b)One(1)- Enclosed car frame with all specified car fixtures and operating devices. c) One (1) Car gate complete with automatic door devices. d) One (1) - Set of cylindrical sliding assembly guides/counter weight guides and fastenings suitable for lubricating and cleaning during servicing of lift. e) One (1) - Set of car safety and governing devices. f) One (1) Set of suspension ropes, suspension pulling with accessories. g) One set of terminal buffers. h) One set of terminal and ultimate limit switches complete with electromechanical interlocks. i) One set of AC electric driving equipment and DC operated controller, j) One set of hoist way equipment and controller for each landing. k) One set of brakes, switches, indicators as required. I) Electric wiring, power and control complete from elevator control cabinet, to its drives and all control points in the cabin and on each landing.. m) One set of ARD (Automatic rescue device) with adequate battery back up. n) One set of over load indicator. o) One set of full screen infrared sensor in the car enclosure. p) Essential and trouble-free maintenance spare parts for 5 years operation of the lift. q) Erection, operating and maintenance instruction manuals. iv) The lift shall be designed in accordance with following latest codes and standards. a) IS: 1860-1968 b) IS: 4666 c) IS: 2365 : : code of practice for installation operation and maintenance of electric passenger and good lifts. Electric passenger and goods lifts. : Steel wire suspension ropes for lifts and joists.

d) Code No. A17.1 -1965: American standard safety code for Elevators and Escalators.

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

276
276 P.V.N.R.Kanthanapally Sujala Sravanthi Project"
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

v) Design Requirements: a) Machine: Worm gear consists of worm wheel of centrifugally cast bronze and worm of specially forged steel. Very precise teeth cutting of worm wheel and worm followed by careful matching ensures smooth and noiseless operation. Automatic lubrication of all internal bearings and each access to all parts is provided to facilitate easy maintenance. Worm gear is coupled to a specially designed motor, suitable for elevator duty. Arrangement for releasing the brake manually and bringing the car to the nearest landing by a hand wheel/fly wheel is provided, in case the elevator stops in between the floors due to any reason, Automatic Rescue device shall automatically bring the Stranded Lift to the nearest landing. b) Car Frame, Safety & Governor: Structural steel car frame to support the car platform and enclosure shall be provided with suitable'safety gear fixed, underneath the frame. The safety, which is actuated by a speed governor, automatically and compulsorily brings the car to an immediate stop by clutching the car mechanically between the guide rails, in case the car speed exceeds a pre-determined limit in downward direction. A safety switch is provided to cut off the control circuit and apply the brake as soon as safety is actuated. c) Control Board: Control Board with enclosure shall be installed in the machine room and shall consist of required components, duly wired with copper conductors to ensure safe and trouble free operation. The control circuit shall ensure safety for elevator users and incorporate all protections as per ISS. d) Automatic Door Operator: It consists of a motor operated device on elevator car for smooth and quite opening and closing of car and landing doors simultaneously. Contact less electric braking is applied just before the fully closed position, as well as just before the fully open position to prevent banging of doors in either direction.

CONTRACT J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

277
277 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

e) Guide Rails & Counterweight: Guide Rails shall be of machined ground mild steel T-section with suitable fixing arrangement. Counter weight shall be of structural steel frame loaded with appropriate filler weights. f) Lubricator: Provided for automatic lubrication of guide rails. g) Suspension Ropes: Steel wire ropes of preformed construction shall be provided. h) Buffers: Special Spring / Buffers shall be provided as per standard. i) Limit Switches: Suitable switches shall be provided to, automatically disconnect the power supply and apply brakes, should the elevator over-run the terminal landings. j) Electro Mechanical locks: Electro mechanical locks shall be provided for each landing door and shall have mechanical inter locking with built- in electric contacts to prevent movement of the car away from the landing until the door s are perfectly locked in closed position. k) Operating Devices: Suitable operating devices, as per the standard design, shall be provided in the car and at the landings with required buttons, switches and indicators. And the maintenance board shall be provided on car top. All operating devices such as car board, landing boards and indicators shall have stainless steel servicing faceplates. 1 ) Electric Cable/Wiring: shall be provided as per the l,codes.

SUPERINTENDING ENGINEER,I&G$DDM J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

- . , ,

>

278
278 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Two no's Indoor type passenger lifts with lifting capacity of 1360 kgs (20 Persons) each at flanks and one lift for goods of carrying capacity 2000 kgs in deep portion excluding the weight of car lift shall be with Variablespeed A/C motor drive with DC operated control. The operating speed shall not be less than 1.5 m/sec at lifts of both flanks and 1 m/sec for deep section lift. 11.2.17. FIRE FIGHTING SYSTEM The Contractor shall design, supply, testing & commissioning of fire protection equipment in accordance with relevant BIS codes and Indian safety standards. a. Portable fire extinguishers b. Fire buckets. Portable Fire Extinguishers both wall mounting type and tyre mounted type like a) C02 type - not less than 50 No's. b) Foam type- not less than 20 No's c) DCP type - 50Nos 11.2.18. Smoke / Heat detectors to be placed in the specified area to generate automatic alarm in case of fire to indicate the zone under fire. Linear Heat Sensing Cable shall be laid in the control cable-duct to sense the zone under fire. Training of Engineers and Supporting Staff Training of the Engineers of the purchaser in contractor's design/ drawing office, manufacturing shops during designing, manufacturing shops of equipment during assembly, testing and in operation and maintenance shall be provided with free of charge. The agency have make all the necessary arrangements for imparting training to the Department Engineers and Supporting Staff on all the aspects involved in design, fabrication, erection, testing, commissioning and operation and maintenance. 11.2.19. Measurement and payments No separate payment will be made for this item. It shall be included in the price bid quoted in Schedule TV.

CONTRAC

SUPERIN^ENDTPKTENGINEER^I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

279
279 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION 12 INSTRUMENTATION

SUPERINTENDrNG ENGrNEER,I&CAj3D., J.Chokka Rao D.L.I.Sciieme GirclC K. C. Colony, Ch inthagattu, Warangal.

260

280

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

SECTION-12

MONITORING INSTRUMENTATION INDEX Item Scope of work Measuring devices. Submittals Skilled personnel Installation Care of Instrumentation Reading of the instruments Measurement and payment

S.No. 1 2 3 4 5 6 7 8

Para 12.1 12.2 12.3 12.4 12.5 12.6 12.7 12.8

Page 281-282 283 283 284 284 285 285 285

CONTRACT'

SUPERINTENBMTTENGINEER,I&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colon^Chinthagatti^Warangal.

281

P.V.N.R.KanthanapalIySuja!aSravanthi Project
Phase-I Package-I Part - A: Tech, Specifications of Spillway ( Vol- If)

SECTION 12 MONITORING INSTRUMENTION 1 SCOPE OF WORK General 1. The instrumentation to be provided in the spillway and vertical gates shall be approved by the Instrumentation Directorate, CE.CDO, Hyderabad. 2. The following minimum instruments for each block and at least of such 3 blocks shall be provided. The Instrumentation shall be provided as approved by CE.CDO, Hyderabad.

a) Group Strain meter b) No Stress strain meter c) Stress meters d) Joint meters e) Up lift pressure meters. f) Invert Plumb line g) Normal Plumb line h) Automatic water level Indicators i) Multi point bore Extensometer j) Inclinometer k) Switch cum junction boxes 1 ) Readout unit m) Cable point housing n) 10core Insulated copper cable o) 20 core Insulated copper cable p) 40 core Insulated copper cable q) Temperature meter r) Pore pressure meter s) Strong Motion Accelerometer t) Automatic Data Acquisition Station

6 group/Block 6 No's/Block 6 No's/Block 8 No's/Block 8 No's/Block 1 No/Block 1 No/Block 1 set/Block 1 No. /Block 1 set/Block 6 No's/Block 1 No/Block 6 No's/Block 2000 m /Block 200 m/Block 1000m/Block 8 No's/Block 8 No's/Block 1set 1 No

3. If any additional instruments found to be necessary as per the directions of the CE, CDO, Hyderabad shall be provided at no extra cost.

j-u>>

282

282

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

4. The contractor shall prepare a plan of Instrumentation to be done for Spillway. It should get approval from CE/CDO, Hyderabad before proceeding with - instrumentation. 5. The contractor shall supply, install, calibrate, test, survey and maintain instrumentation for gates He shall supply and install ancillary measuring equipment and protective construct reading stations, protective surrounds for instruments. 6. All instruments and accessories shall be suitable for placement and operation at the project site. 7. All instrumentation operating on electrical or hydraulic systems shall be accompanied by individual test certificates, and shall be tested in the presence of the Engineer-in-Charge prior to installation, unless specifically stated otherwise. 8. All instruments shall be installed in the lines and elevations shown on the construction Drawings or as directed by the Engineer-in-Charge as the work progresses during construction. 9. The installation of instruments may interfere with the overall construction progress. The contractor shall make provision for any such interference in his construction planning. He will not be entitled to any compensation or extension of the Time for Completion by reason of any such delay, including repair and replacement of damaged instruments. 10. No instrument or any of their components shall be procured prior to Engineerin-Charge's approval. Approval by the Engineer-in-Charge for the Contractor's proposals and drawings or data shall not relieve the Contractor from his sole responsibility to meet ail the requirements under this contract. 11. All instruments shall be guaranteed against defect in installation/ manufacturing for at least 18 months from the date of supply or 12 months from the date of embedment/installation whichever is later. All defective instruments during the period of guarantee shall be replaced by the contractor as directed by Engineer-in-Charge at no extra cost. However the buried defective instruments shall not be returned to the contractor. 12. All the instruments shall be supplied with at least 3 copies of instruction manuals explaining installation procedures, guidelines, necessary protection measures and necessary maintenance requirements etc complete in all respects. 13. The instrumentation to be provided in spillway shall be in accordance with approved CE, CDO Hyderabad drawings and other relevant BIS codes.

CONTRAClM( ^ e f a M | j l V^4fi/f ^^=ss^ .

SUPEMSf^S^EN^INEERsI&CADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

283
283 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- if)

14.AII the instruments shall have enclosure of stainless steel, hermetically sealed by electron beam welding with vacuum inside the sensor. .2 Measuring devices 1. All the instrumentation provided for spillway and vertical gates shall be connected to data acquisition centre installed in instrumentation control room. River water level indicators shall also to be connected to data acquisition centre. 2. Instrumentation and monitoring for the Spillway gates. Necessary gauge and approaches are to be provided on U/S of spillway and in spill channel at appropriate locations as directed by the CE/ENC concerned. 12.3 1) SUBMITTALS The contractor shall submit new general information on the instrumentation as band and type including additional equipment, readout units or probes which may be necessary for the instruments he proposes to use. Detailed description of all instrumentation, cabling and accessories including any ancillary measuring equipment he proposes to install. Evidence of the successful performance of the instrumentation proposed for installation. Manufacturer's instructions for the installation, testing and operation of the instruments Details of the layout of all equipment and accessories to be installed in each switchbox and reading stations. Details of the reading stations, concrete surrounds, recesses in concrete structures, etc. proposed for the installation of instrumentation and switchboxes. Schedule of monitoring of instruments.

2) Not less than 28 days before the anticipated date of installing any instrumentation, the Contractor shall submit details of construction procedures to be employed in the dam placing operations in the vicinity of the instrument installation, and the programmed sequence of events for this work including details of all labour, construction plant and materials to be used.

284

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

3) During the execution of the Works, the Contractor shall submit any Further details regarding the instrumentation required by the Engineerin-Charge. The Contractor shall prepare surveys and submit "as-built" drawings for installed instruments. 4 SKILLED PERSONNEL 1. The whole of the instrumentation work shall be carried out under the Direct supervision of a senior supervisor, approved by the Engineer-in-Charge, and employed by the Contractor who is well experienced in all types of instrumentation and installation work and who understands the purpose and function of all instruments being installed. 2. Installation and calibration of measurement instrumentation shall be carried out by skilled technicians, acceptable to the Engineer-in-charge, well experienced in the installation of embedded instruments in dams and who have a thorough understanding of the purpose and function of the particular instrument being installed. 5 INSTALLATION 1) The contractor shall install and calibrate all instrumentation confirming to the suppliers instructions and shall, where necessary, expose all partially installed instruments, cables and tubes to continue their installation, including carrying out all survey work required to locate such instruments. A representative of instrument's manufacturer shall be present during the entire process of installation. The contractor shall submit a certificate issued by the manufacturer regarding the installation of instruments as per the instrument's manual, to the Engineer-in-Charge. The contractor shall tag all cables and tubes with identification tags approved by the Engineer-incharge to provide continuous identification. 2) Instrumentation shall be installed and calibrated in the presence of the Engineer-in-Charge as and when he considers it desirable. Instruments shall be installed only during daylight hours. At all times, the contractor shall ensure that adequate lighting is available, whether by natural or artificial means, to ensure proper execution of the work. 3) Cables and tubes shall be installed in the maximum lengths practicable. Splicing and coupling, if essential, shall be performed in accordance with the manufacturer's recommendations. Calibration readings shall be taken prior to and immediately after splicing. Open ends of all incomplete lines of tubing and casing shall be kept ;plugged or sealed and the contractor shall at all times during installation keep the insides of casings and tubes free

CONTRAC

SUPfifiSfiSSlNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

285

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol-II)

from foreign matter. Cables and tubes shall be protected from mechanical damage. 4) The instrumentation shall be put in operation at the earliest practicable period during construction in order to obtain information pertaining to the performance of the spillway, its foundation and abutments. 12.6 CARE OF INSTRUMENTATION 1) The Contractor shall protect all instruments and connections from damage and displacement during the progress of the work. If damage or displacement of the instruments or connections occurs during the progress of the work, they shall be repaired or replaced immediately by the Contractor. The Contractor shall be full responsible for the maintenance and repair of all instrumentation for the duration of the contract period. The contractor shall recalibrate instruments at the frequency/period as specified by manufacturer/or Engineer-in-Charge.

2) 3) 12.7

READING OF THE INSTRUMENTS. 1) An initial set of readings on all instruments installed at any particular elevation will be taken immediately after their installation, and the Contractor shall not place concrete over the instruments or tubes or cables at this location until these readings have been taken. 2) The contractor, after consultation with the Engineer-in-C.harge shall program his work and made all necessary arrangements to record the reading of instruments as soon as possible after their installation. Such arrangements shall include, where necessary, the provision of temporary read out points. During execution of the works, the contractor shall observe, record readings of instruments like temperature meter, stress meter, multipoint bore hole extensometer in specified format and at frequency/period as per approved monitoring schedule and submit the same along with analysis of data to the Engineer-in-Charge.

3)

12.8 MEASUREMENT AND PAYMENT No separate payment will be made for this item. It shall be inclusive of quoted price.

SUPEmTENDING ENGINEERj&CA'DU, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

286
286 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

1)

Unless otherwise specified, the instrumentation shall include the supply, installation, calibration, testing, surveying, repairing and maintaining of all instruments, ancillary and read out equipment, including protective steel covers, tubes and tube protections, required to perform the specified measurements. The Contractor shall include in his Bid price any additional readout equipment, which may be necessary for reading the instruments he proposes to use. The Bid Prices shall also include for the regular reading of the instruments/equipment and reports during construction and the handing over of all data up to the time of completion along with and the instruments and readout units, with all accessories, in proper working order and required by the Engineer-in-Charge.

2)

3)

CONTRACB8N^_^^/ .

SUPERWIENDWJ

ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

287
3 * '

287

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

SECTION-13 SCHEDULE-D

SUPERINTH^iffIG^Ne|NEER5I&CA|)^. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

288

P.V.N.R.KanthanapaIly Sujaia Sravanthi Project Phase-I Package-I


Part - A: Tech. Specifications of Spillway ( Vol- II)

SCHEDULE-D S.No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Para 1.1 1.2 1.3 1.4 1.5 1.6 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 INDEX Item General Samples Procurements Defective Materials Laboratory Set Up Standard Tests & Quality Cement Steel Coarse Aggregate Fine Aggregate Sand For Filter Material Metal For Filter Water Admixture/Air Entertaining Agents Storage Of Materials Page No 289 289 290 291-292 293 293-306 306-308 308-309 310-313 313-314 315 315 316 316 316

CONTRACT'

SUPERIN^Rffil&H^GINEE^I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

289

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

MATERIALS AND WORKMANSHIP 1.1 1.1.1 a) No Materials shall be used for construction in any work until notice has been given by the Engineer-in-Charge that the test results are satisfactory. No oral instruction should be followed. b) c) Recommendation of stacking and storage of construction materials at site shall be in accordance with IS: 4082. To be of the best Quality: - All materials, articles, and workmanship shall be the best of their respective kinds for the class of work described in the contract specifications and schedule. The word 'best' as used in the specifications shall mean, that in the opinion of the Engineer-in-Charge there is no superior quality of material or finish of articles on the market and that there is no better class of workman ship available for the nature of the particular item described in the contract schedule. The contractor shall upon the request of the Engineer-in-Charge, furnish him with the vouchers and all other relevant documents to prove that the materials are such as are specified. GENERAL

1.1.2 The tenderer has to do his own testing of materials and satisfy himself that they confirm to the specifications of relevant BIS codes, before tendering. 1.1.3. The contractor shall himself procure the required construction materials of approved quality including the earth for formation of embankment and water from quarries/ sources of his choice. All such quarries/ sources of materials required for the work shall be got approved by the Engineer-in-charge in writing well before their use on the work. The materials as per standards of relevant BIS codes only will be accepted. 1.2. Samples: 1.2.1 The representative samples of all materials should be procured by the contractor and arrange to send them to the Engineer-in-charge for conducting pre-construction tests and approval duly informing the source of materials from where he has collected the samples. 1.2.2 The raw and processed samples should be supplied at the contractor's expense to the Engineer-in-charge within 14 days after signing of the agreement. For testing of samples a maximum of 60 days time will be required. Each sample shall approximately consist of 100 kgs. of materials, or as directed by the Engineer-in-charge.

SUPERINTENDING ENGINEER, I&GADD., J.ChokkaRao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

^90
290 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

1.2.3 If the contractor desires to change the source of materials, he shall supply the raw and processed representative samples at his own expense to the Engineer-in-charge at least 60 days before its use for pre-construction tests and approval. 1.2.4 In addition to pre- construction tests and approval of quarries, the Engineerin-charge can ask for the tests of the aggregate for their suitability during their processing. The contractor shall extend all such facilities as may be necessary for carrying out the tests as directed by the Engineer-in-Charge at no extra cost representative samples at the aggregate processing plant and at the batching plant. Final acceptance of the materials will be based on the acceptable test results of samples taken from the construction site only. 1.2.5 The contractor has to bear the cost of raw and processed representative samples, laboratory tests and filed tests. The contractor has to arrange the required men and material for collecting the samples and bear the cost thereon required for transporting them to the laboratory also. The contractor should quote his tender percentage for finished item of work for the items of works of Schedule 'A' keeping in view the cost of pre and processed samples to be submitted to the Engineer-in-Charge and also the rate of progress and the time required for conducting laboratory tests. No extension of time will be granted for any delay occurred in collecting the samples and conducting preconstruction tests in the laboratory and getting approval. 1.3 Procurement:

1.3.1 The rates quoted for all items shall include cost and conveyance of all materials with all leads. 1.3.2 It will be the tenderer's responsibility to satisfy himself that sufficient quantities of construction materials required for the works shall exist in the borrow areas or quarry sites. The Engineer-in-Charge. does not accept any responsibility either in handing over the quarries or procuring the materials or any other facilities. The tenderer will not be entitled for any extra rate or claim for the misjudgment on his part for quantity and quality of materials available in the quarries. 1.3.3 Failure by the tenderer to do all the things, which in accordance with this clause he is deemed to have done, shall not relieve the successful tenderer of the responsibility for satisfactory completing of the works as required at the rates quoted by him. 1.3.4The contractor shall make his own enquiries regarding the availability of other materials andmatehis own arrangements for procuring them.

CONTRACTQN&\__x^y .

SUPE&NTEmffiSG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Coiony,Chinthagattu,Warangal.

291

P.V.N.R.KanthanapalIy Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

1.3.5 The materials for embankment construction shall be obtained and got approved by the Engineer -in-charge. The responsibility for arranging and obtaining the land for borrowing or exploitation in any other way shall rest with the contractor, who shall ensure smooth and uninterrupted supply of materials for the quantity required in construction during the construction period. No separate cost will be paid. 1.3.6 Similarly, the supply of aggregates for construction shall be of approved quality approved by the Engineer-in-Charge. Responsibility for arranging uninterrupted supply of materials from the source shall be that of the contractor. No separate cost will be paid. 1.3.7 The contractor has to open and develop the quarry for the stone and aggregate required. All incidentals such as removal of over burden, stripping etc., in the quarry should be done by the contractor. The contractor shall make his arrangements for maintaining the approach roads to quarry for conveying the materials to site of work. 1.3.8 The contractors have to make their own arrangements for storage and conveyance of water and storage at work site for construction purpose. No extra payment will be made to the contractor over and above their tender rates for water lead for storage arrangement. 1.3.9The tenderer should inspect the site and check - up the possible water source for carrying out the entire work throughout the year in monsoon and nonmonsoon seasons irrespective of the quantum of rainfall and quote their rates accordingly. No subsequent claims for extra water lead will be entertained under any circumstances. 1.3.10 The materials and labour utilized in the execution of work by the contractor shall not be less than that given in the A.P.P.W.D. standard data for the relevant item. 1.3.11 Lay-out of material stacks: The contractor shall deposit materials for the purpose of the work on such parts only of the ground as may be approved by the Engineer-in-charge. He shall submit, for the approval of the Engineer-inCharge, before starting work, a detailed site survey clearly indicating positions and areas where materials shall be stacked and sheds built. 1.4 DEFECTIVE MATERIALS: 1.4.1 All materials which the Engineer-in-Charge or his representative has determined as not conforming to the requirements of the contract will be rejected whether in place or not. They shall be removed immediately from the jcted. Materials, which have been found defective, and which have

SUPERIFrTENDlNGENGINEERj&CADD.,

m^

J.ChokkaRao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

f-y-

292

292

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

been subsequently collected, shall not be used in the work unless approval accorded in writing by the Engineer-in-charge. Upon failure of the contractor to comply with any order of the Engineer-in-charge, given under this clause, the Engineer-in-charge shall have authority to cause the removal of rejected material and to deduct the removal cost there of from any money due to the contractor. 1.4.2 The rejected rubble and spoils should be dumped far away from work spot as directed by the Engineer-in-charge. The muck, boulders etc., fallen on the approach roads, ramps, etc. below the place should be removed by the contractor immediately after blasting at the contractor's cost. In case the above materials are not cleared within 24 hours of issue of departmental instructions, the same will be removed by the Dept. and the cost there of will be recovered from the contractor's bills. 1.4.3 The Dept. will not be liable for any compensation due to breakdown in machinery, water supply or electricity or delay in supply of materials and for damage due to rains and floods. It is the responsibility of the contractor to take all the adequate measures to protect his men and machinery. 1.4.4The Engineer- in-Charge shall have power to reject at any stage, any work which he considers to be defective in quality of material or workmanship and he shall not be debarred from rejecting wrought materials by reason of his having previously passed them in an un worked condition. Any portion of the work or materials rejected or pronounced to be inferior not in accordance with the drawings and specifications shall be taken down and removed from the work-site at the contractor's expense, within 24 hours after written instructions to that effect have been given by the Engineer- in-Charge. Replacement shall at once be made in accordance with the specifications and drawings, at the contractor's expense. 1.4.5 In case of default on the part of the contractor to carry out such orders, the Engineer- in-Charge shall have power to employ and pay other persons to carry out the orders at the contractor's risk and all expenses consequent there on and incidental there to shall be borne by the contractor. 1.4.6 Engineer-in-Charge's decision : To prevent dispute and litigation, it shall be accepted as an inseparable part of the contract that in matters regarding materials, workmanship, removal of improper work, interpretation of the contract drawings and contract specifications, mode of procedure and the carrying out of the work, the decision of the Engineer-in-Charge shall be final and binding on the contractor and in any technical question which may arise touching the contract, the Engineer-in-Charge's decision shall be final and of any difference between Engineer-in-Charge and

SUPERWI5m&ENGINEER,I&CADR, J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

293
293 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

contractor on matters regarding materials, workmanship, removal of improper work, interpretation of contract drawings and contract specifications, mode of procedure and the carrying out of the work the contractor shall have a right of appeal to the next higher authority viz., the Employer of the circle, and the decision of the latter shall be final and conclusive. 1.5 LABORATORY SET UP: 1.5.0 SAMPLING, TESTING & QUALITY ASSURANCE

1.5.1

This part of the specification covers sampling, testing and quality assurance requirement (including construction tolerances and acceptance criteria) for all works and structures covered in this specification i.e., excavation and filling, cast in situ concrete and allied works, fabrication and erection of structural steel works, masonry/sheathing and allied works, finishing items, water supply and sanitation, modular aerated concrete panel, pre-engineered building, special items of works, and piling.

1.5.2

This part of the technical specification shall be read in conjunction with other parts of the technical specifications, general technical requirements and erection conditions of the contract. Wherever BIS code or standards have been referred they shall be the latest revisions.

1.5.3

All tests required for all materials (bought by contractor) and workmanship shall be done/ got done by the contractor at his own cost. The rate for respective items of work or price shall include the cost for all works, activities, equipment, instrument, personnel, material etc. whatsoever associated to comply with sampling, testing and quality assurance requirement including construction tolerances and acceptance criteria and as specified in subsequent clauses of this part.

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

** -n .?
lit *U .fJ.

294
294 P.V.N.R-Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vot- IS)

1.5.4

The contractor shall provide the facilities whatsoever required and also bear all cost for all sampling, testing and quality assurance in the field and in the laboratory. The Contractor shall carry out all sampling and testing in accordance with the relevant Indian standards and / or international standards and this technical specification. Where no specific testing procedure is mentioned, the tests shall be carried out as per the best prevalent engineering practices and to the directions of the Engineer-in-Charge. All sampling shall be done in the presence of the '' Engineer-in-Charge or his authorized representative. The Contractor shall establish the Field Quality Assurance (FQA) laboratory and field tests shall be done in the presence of the Engineer-in-Charge and / or his authorized representative. The tests which cannot be carried out in the field laboratory shall be done at a laboratory of repute (like CSMRS, APERL, NCBM Etc.) as agreed by the Engineer-inCharge , if the Engineer-in-Charge desires to witness such tests at laboratory, Contractor shall arrange to conduct the test in his presence.

1.5.5

The recommendations and suitability of material for concreting and other building materials like brick, cement, aggregates etc. shall be ascertained by contractor prior to start of work.

Preliminary evaluation of aggregate and its evaluation for potential alkali-aggregate reactivity as per following scope of work shall be done: A Evaluation of Aggregates

i)

To carry out different tests on coarse aggregate sample i.e., specific gravity, water absorption, sieve analysis, deleterious material, soundness, crushing value, impact value, abrasion value, elongation index and. flakiness index, as per IS:2386

CONTRAC

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

295
295 P.V.N-R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vo/- //)

ii)

To carry out different tests on fine aggregate sample i.e., specific gravity, water absorption, sieve analysis, soundness, deleterious material, silt content, clay content and organic impurities as per IS : 2386

iii) To prepare evaluation report based on test results of i) and ii) above and to advise regarding suitability of fine and coarse aggregates.

Evaluation of Aggregates for Aggregate Reactivity.

Potential Alkali-

Evaluation for Potential Alkali-Aggregate reactivity following scope of work: -

To carry out complete petrographic analysis and accelerated Mortar bar Test on aggregate samples (1N NaOH at 80 deg. Centigrade for 14 days as per ASTM 1260, or the method established/ developed by CSMRS for 22 days test.

ii)

To p(epare a report based on test results of i) above and to advise regarding suitability of aggregates and further testing required if any.

Moreover Contractor prior to start of work shall ascertain the recommendations and suitability for fill material. A full-scale test shall be conducted including Grain Size Analysis, Specific Gravity, Moisture Content and Standard Proctor Density of fill material. The ^Contractor shall submit the test results to the Engineer- in-Gharge in triplicate, within three (03) days after completion of any test.

SUPERINTENDING ENGINEERj&CAdD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

296
296 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

All records/results shall be submitted, unless specified otherwise, as per the format developed by the Contractor and approved by the Engineer- in-Charge.

1.5.6

All records shall be submitted, unless specified otherwise, as per the format developed by the Contractor and approved by the Engineer-in-Charge.

1.5.7

The contractor shall identify the main purchase orders as per relevant BIS specification and shall submit the list of manufactures/ vendors for each bought out items envisaged April 12, 2012 in the contract. The bought out item (BOI) list shall include all the materials brought out in technical specifications and finalized drawings. The BOIs shall confirm to the relevant IS/technical specifications referred for the highest quality grade of material unless otherwise specified. All bought out items shall be procured from the manufacturer's approved and tested as per relevant BIS codes. To facilitate advance planning (well before the start of activity) of material testing/approval of bought out items, representative samples shall be procured by the contactor (from approved vendors) and submitted to the Engineer-in-Charge for his approval before bulk procurement at least .two months prior to\ start of works. In case of manufacturers test certificate submitted for acceptance, it shall be clearly traceable and correlated with the consignment received at site. Approval of material / sample by the Engineerin-Charge shall not" relieve the contractor of his responsibility, for their confirmation to the specification, as well as the requisite quality and performance of {material.

Structural Steel and reinforcement steel supply in the scope of contractor shall be procured from main steel producers like SAIL, TISCO, IISCO, VSP etc. after getting approval from the Engineer- in-Charge

CONTRACT'

SUP ENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

*
297 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vot- II)

1.5.8

Field Quality Plans shall detail out all the equipment, the quality practices and procedures etc. to be followed by the contactor's "Site Quality Control Organization", during various stages of site activities starting from receipt of materials/equipment at site.

The contractor shall furnish complete QA & QC programme for the work envisaged which may include the following:

i)The organization structure for the management and implementation of the proposed Quality Assurance Programme. ^Documentation Control system

iii)The procedure for procurement of materials and source of inspection

iv)System for site controls including process controls.

v)Control of non-conforming items and systems for corrective action.

vi)lnspection and test procedures for site activities

vii)System for indication and appraisal of inspection status

SUPERB^R^me-EN&INEER,I&GADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

298

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vof- II)

viii)System for maintenance of records.

ix)System for handling, storage and delivery.

x)Quality Plan detailing out quality practices and procedures relevant standards and acceptance levels for all types of work under the scope of this contact. The contractor shall appoint a dedicated, experienced and competent quality management representative on site, preferably directly reporting to the Engineer- in-Charge, supported as necessary by experienced personnel, to ensure the effective implementation of the approved quality assurance programme.

The onsite quality management representative shall have the organisational freedom and authority to implement the requirements of these quality assurance arrangements, free from commercial and programme restraints.

The QA set up of the contractor shali consist of qualified and experienced Engineers, with their supporting staff for approval of the Employer. Field Quality Assurance (FQA) organisational set up in addition to requisite mechanical & electrical engineers, shall consist sufficient graduate civil engineers & supervisors to take care of quality assurance activities of both site & laboratory. The deployment of man power for FQA set up shall be scheduled on the basis of L-2 network so that necessary manpower shall be available to take care of relevant areas of works in progress during currency of works or as and when directed by the Engineer-in-Charge to cope with the work demand. Based on the schedule of work and the approved FQP, the Contractor shall prepare a schedule of FQA tests and shall submit to trie-Employer and shall organize the tests as scheduled. .

CONTRACTOR^V_^f^f

. -

RINTEfiDI ENGINEER,I&CADD., SUPERINTENDS J.Chokka Rao DX.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

299

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- II)

1.5.9

The Field Quality Assurance (FQA) laboratory shall have all necessary equipment and instruments and shall be managed by a qualified / experienced person. An indicative list of test equipment is attached at Annexure. All these testing equipment shall be provided by the contractor at his own cost. The contractor shall maintain the equipment in good working condition along with" valid calibration certificate, for the duration of the contract. Any other equipment though required for testing but not listed in the equipment list shall be provided / arranged by the contractor at his own cost as directed by the Engineer- in-Charge.

FQA laboratory building shall be constructed by the Contractor at his own cost. The laboratory building shall be constructed and installed with the appropriate facilities. Temperature and humidity controls shall be available wherever necessary during testing of samples.

1.5.10

The contractor shall prepare and obtain the approval of the Field Quality Plan (FQP) from employer before commencement of the work. This FQP shall cover for all the items / activities required for the completion of the work in all respects.

a) All materials components and equipment covered under this specification which shall be manufactured at shop / factory of the vendors/sub vendor shall be covered under a comprehensive quality assurance programme. The detailed quality plan for manufacturing shall be drawn up by the contractor and will be submitted for approval in the prescribed format for manufacturing quality plan.

b) Manufacturing Quality Plan (MQP) will detail out for all the components and equipment, various test/inspection to be carried out as per the requirements of this specification and andards mentioned therein and quality practices and

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

30d
300 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part-A:Tech. Specifications ofSpillway(Vol-ll)

procedure followed by Bidder's quality control Organisation, the relevant reference documents and standards, acceptance norms, inspection documents raised etc., during all stages of materials procurement manufacture, assembly and final testing / performance testing The quality plan shall submit soft copy in addition to hard copy, for review and approval. After approval the same shall be submitted 6 copies to the Engineerin-Charge.

1.5.11

The contractor shall store and handle the materials as per the requirements of the relevant standards at his own cost.

1.5.12

The blasting work shall be undertaken based on the finalized/approved methodology/scheme. The ground vibrations and noise level shall be measured continuously during the blasting operations. All the statutory laws and rules under the Explosive Act and other local rules in force shall be fully observed.

1.5.13

All major bought out items shall be included in the quality plan. The Quality plan shall inter-alia include following works/ Bought out items wherever relevant to the Technical specifications, BOQ & drawings.

1. 2. 3. 4. 5. 6.

Earthwork including selection of fill material, compaction, proctor density tests etc. Cement, reinforcement procurements steel and structural steel

Coarse/fine aggregates water for concrete Cast-in-situ concrete & allied works Masonry & allied works Piling works if required

CONTRACT'

SUPERINTENDING ENGINEER,I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

:TV<7"
301 P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

7. 8. 9. 10. 11.

Structural steel works procedures

including

approved welding injection grouting,

Concrete admixtures, chemical waterproofing chemicals etc.

Preparation of concrete joints & joint fill materials Pond/Hydraulic tests of water retaining structures Drainage/ cross drainage works /Hume pipes

1.5.14 SI.No.

TYPICAL FIELD QUALITY LAB EQUIPMENT Equipment Nos

Vicat Apparatus with deskpot

LeChatelier flask

Le Chatelier Mould

Cube Moulds for cement testing

Vibration Machine

6.

Laboratory Cement autoclave

7.

Length comparator

SUPERINTENDING ENGINEER, I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

302
302 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

8.

Shrinkage Bar mould

9.

Sieves for cparse aggregate for Road

10

Proctor Testing equipment

11.

Slump testing equipment

12.

Oven

13.

Physical balance

14.

Rapid moisture meter t

15.

Thermometer

16.

Burette

17.

Measuring cylinders

18.

Measuring flasks

19.

Compression testing machine

SUPERINTENDING ENGINEER, I&CADD. J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chinthagattu5Warangal.

W.W.'*
303 P.V.N.R.KanthanapaIly Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol' II)

20.

Cube moulds

21

Electronic balance

22.

pH Balance

23.

Radiographic facilities

24.

Mechanical weighing machine

25.

Ultrasonic testing machine

26.

DP.Test kit

27.

Vernier 300 mm, 600 mm

28.

Micrometer (0.25 mm) out side (25.00)

29.

Radiography film viewer

30.

Inside Micrometer 25-750 dia

31.

Digital elcometer for paint thickness

SUPERINTENDING ENGINEER,I&CADD. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

304
304 P.V.N-R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

32.

Baking oven for electrode

33.

Standard Sieve analysis set up along with sieve G.I. frame, Motorized sieve shaker, pans and covers etc.

34.

Standard Hydro Meter Analysis set up

35.

Liquid Limit & Plastic Limit Set up (Atterberg limits)

36.

Shrinkage limit Test set up

37.

Specific Gravity Test Set up

38.

Free swell index test set up

39.

Testing facilities for chemical analysis like, Organic matters, calcium carbonate, pH, Total soluble sulphate etc. Universal (Standard) Automatic Proctor Compactor set up with sufficient moulds as per requirements In-situ dry Density by Core cutter Method set up with sufficient core cutters and Hammers or In-situ Dry Density by Sand Replacement set up Density Index (Relative Density) for cohesion less soils set up - Vibratory Table, surcharge base plates, surcharge plates, dial gauge, calibration
\

40.

41.

42.

CONTRACTQ

" SUPMNTINKGENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

305,
305 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway (Vol- II)

bars, pouring devices etc. 43. 44. 45. Proctor Needle penetration test set up Total station (Digital survey Instruments) along with all accessories of leveling instruments Moisture content of soil Thermostatically controlled Laboratory Electric oven of required capacity, Desiccators -Vacuum type Containers (Sufficient quantity), Electronic balances as above etc. 46. Portable ovens

Note : The list of equipment shown above is indicative. Additional equipment if any, required for successful completion of work shall be provided/ arranged by the contractor at no extra cost.

1.5.15 " The cost of laboratory building including services, essential supplies like water, electricity, sanitary and their maintenance and cost of all equipment, tools, materials, labour and incidentals to perform tests and other operations of quality control according to the specifications requirement shall be deemed to be incidental to the work and no extra payment shall be made for the same".

1.6 STANDARD TESTS AND QUALITY: 1.6.1 The day to day and periodical tests to be carried out on materials, finished or otherwise shall be specified by the Engineer-in-charge from time to time and the contractor shall allow all facilities and co-operation towards collection of samples and cores etc. The contractor shall however make good at his cost, materials, mixes and cores with similar or other materials as may be directed and to the satisfaction of the Engineer-in-charge.

SUPERINTBRDSRe^NGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinth0gattu,Warangal.

Cv.

306
306 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

1.6.2 An authorized representative of the contractor shall remain present at the time when the samples or cores etc., are taken, shall authenticate the fact if so required. Should the contractor's agent fail to be present as aforesaid the samples or cores etc., taken by the Engineer -in-charge, or his representatives shall be considered to be authentic. The contractor however will be informed of the details of such samples and cores etc., having been taken. 1.6.3The material, mixes and cores etc., shall be tested day to day periodically at the laboratory available at the site or at other laboratory or place that the Engineer- in-Charge may direct and the result given thereby shall be considered correct authentic by the contractor. It shall then be the contractor's responsibility to execute work to the standard, based on the laboratory designs and tests. 1.6.4The contractor shall provide proper facilities at all times, for the testing of materials, and inspection of work by the Engineer-in-charge, and the Engineerin-charge shall accordingly also have access at all times to the place of storage or manufacture where materials are being made for use under the contract to determine that manufacture is proceeding in according with the drawings and specifications. 1.6.5 The contractor shall, upon demand, also forward for the Engineer- in-Charge's inspection, test certificates supplied by the vendors, when he is purchasing consignments of cement, steel and other materials in respect of which such certificates are usually available.

2.1 CEMENT: 2.1.1 The contractor has to make his own arrangements for the procurement of cement required for the works subject to the following. 2.1.2 The contractor shall procure 43 grade ordinary portland cement confirming to IS 8112 or 53 grade ope as per IS : 1226 in standard packing of 50 Kg. bag as fresh as possible from the authorised manufactures/ dealers. Cement procured from non- B.I.S. license firms will not be allowed. The contractor shall make necessary arrangements at his own cost to the satisfaction of the Engineer- inCharge for actual weighment of random samples from the available stock. Cement shall be got tested as directed by the Engineer- in-Charge at least 15 days in advance before its actual use on work. Cement required for the testing shall be supplied by the contractor free of cost. All tests shall be conducted in accordance with l.S. 4031 and I.S. 4032 and l.S: 3535.

CONTRACTO

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

307
307 P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

2.1.3 The contractor has to purchase the cement on the name of work and on the name of contractor. The cement without mentioning the above two names wiil not be accepted. Vender's test certificates and weighment bills are to be furnished to the Engineer-in-Charge. Any quantity purchased without test certificates will not be accepted for use on the work. 2.1.4 a) The contractor should procure the cement required during the next 30 days, at least a fortnight in advance to facilitate conducting test on the quality of cement, so brought to site and shall be stored in accordance with clause No. 112 of APDSS.The Contractor shall forth with remove from the work site any cement that the Engineer-in-charge may disallow for use on account of its failure to meet with the required standards. b) No cement procured by the contractor shall be used in any work until notice has been given by the Engineer- in-Charge, that test results are satisfactory. Physical and chemical requirement shall conform to IS: 269. The contractor has to furnish the test certificates and samples for testing of each batch and each consignment to the Engineer- in-Charge immediately after receipt of cement for verification and testing.

c)

2.1.5 The contractor will have to construct sheds at approved location having a capacity for storing cement required for not less than 30 days use. The Engineer-in-Charge or his representative shall have free access to such stores at all times for verification of the stocks received, used on works and balance. A stock register should be kept in the store shed to facilitate such verification. If any difference is observed based on the carriage inwards, carriage outwards, theoretical requirement of cement for finished work. The contract will be cancelled and the contractor will be blacklisted. 2.1.6 The contractor shall further, at all times, satisfy the Engineer- in-Charge on demand by production of records and books or by submission of returns and other proofs as directed, that only the cement tested and approved by the Engineer- in-Charge is being used. The contractor shall at ail times keep his records up to date to enable the Engineer- in-Charge to apply such checks as he may desire. 2.1.7 Cement more than 3 months shall invariably be tested to ascertain that it satisfies the acceptability requirements. If any reduction in strength of cement is observed in the tests the contractor shall forth with remove the respective consignment from the stores. For such rejection/ removed no claim will be entertained.

CONimCCQR/^

SUPERlNTENDmCTNGINEER,I&CADD., J.ChokkaRao DX.I.Scheme Circle, K.C.CoIony,Chinthagattu,WarangaI.

3(f8
308 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

2.1.8 Usage of Cement on works, be it for concrete or for mortar or otherwise, should be done only by weight and not be volume. 2.1.9 Cement Storage: Recommendation of stacking and storage of cement at site shall be as per IS: 4082. a) Cement bags shall be stored in dry, weather proof godowns. Adequate precautions shall be taken to ensure stacking of cement bags in such as to keep them about 150 mm. to 200 mm. clear above floor The height of stack shall not ordinarily be more than 10 bags and in no case more than 15 bags (except for very short periods) to prevent possibility of lumping up under pressure. Cement bag shall be stacked in a manner to facilitate their removal and use in the order in which they are received. Cement shall be stored at the work site in such a manner as to prevent deterioration due to moisture. Cement which has become caked or other wise damaged by getting wet or for any other reason shall on no account be used on the work. If cement is not properly stored as specified above, the contractor will not be allowed to use the cement for the work.

b)

c) d) e)

2.2 STEEL: 2.2.1 The various types for steel confirm to relevant I.S. specifications as provided in APDSS.No. 126. 2.2.2The Contractor has to make his own arrangements for procurement of tested steel required for the work. Steel for use in head works, major bridges, buildings, water supply schemes and major structures on main canals, branch canals, etc., shall invariably be procured from main manufacturers. Test certificates conforming to I.S. No. 1786 are to be furnished to the Engineer- inCharge before using the steel on works. The HYSD steel (I.S.1786) bars should have TOR mark. 2.2.3 The contractor has to purchase the steel on the name of work and on the name of contractor and furnish the same to the Engineer- in-Charge. The steel with out mentioning the above two names will not be accepted. Vendors test certificates and weighment bills are to be furnished to the Engineer- in-Charge. Any quantity purchased without test certificates will not be accepted for use on the works.

CONTRACT'

SUPERINTENDING ENGINEER, I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

3 Q9,
309 P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I
Part- A: Tech. Specifications of Spillway ( Vol- II)

2.2.4 If any difference is observed based on carriage inwards, carriage out wards theoretical requirement of steel for finished work, the contract will be cancelled and the contractor will be black listed. 2.2.5The diameter and weight of steel should be as per I.S. 1786 or relevant I.S. specifications with subsequent revisions from time to time.

SI. No.

Diameter of Rod

Sectional weight in Kilogram per meter running both for M.S and HYSD shed.

1 2 3 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16.

6 Millimeters 8 Millimeters 10Millimeters 12MilIimeters 14Millimeters 16Millimeters 18Millimeters 20MiIlimeters 22 Millimeters 25Millimeters 28Millimeters 32Millimeters 33Millimeters 36MilIimeters 40Millimeters 42Millimeters

0.22 0.39 0.62 0.89 1.21 1.58 2.00 2.47 2.98 3.85 4.83 6.31 6.71 7.99 9.86 10.88

CON

SUPERINTENDING ENGINEERJ&CADEX, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

310 <
310 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vot- II)

Note: If any rods other than those specified above are used, the weights shall be as per standard steel tables. 2.2.6.Procurement: a) The contractor has to furnish the test certificates issued by the vendors and samples for testing for each batch and each consignment to the Engineer- inCharge immediately after receipt of steel in the stock yard at site of work for verification and for testing. No steel procured by the contractor shall be used in any work until notice has been given by the Engineer- in-Charge, that the test results are satisfactory.

b)

Storage : a) Reinforcement steel and binding wire shall be stored above ground surface up on platform, skids or other supports protected as far as practicable from surface deteriorations by direct contact with undersirable elements or by exposure to conditions producing rust and corrosion. Bars shall be so supported as to avoid distortion and sagging of long lengths. All the reinforcement of same designation shall be stacked separately and distinctly marked. b) Recommendation of stacking and storage of steel at site shall be in accordance with IS: 4082. 2.3. COARSE AGGREGATE: 2.3.1 General : For the purposes of these specifications, the term, " Coarse Aggregate" designates clean well graded aggregate most of which is retained on 4.75 mm. I.S. Sieve and containing only so such finer material as permitted for various types described under clause 2.2 of I.S. 383. coarse aggregate for concrete shall consist of un crushed gravel or stone, crushed gravel or stone and partially crushed gravel or stone. Coarse Aggregate shall generally have uniform and stable moisture content. In case of variations, clause 9.2.3. of I.S. 456 shall govern during batching. 2.3.2 Quality :The coarse aggregate shall consist of naturally occurring (crushed OR uncrushed) stones and shall be hard, strong, durable clear and free from veins and adherent coating and free from injurious amounts of disintegrated pieces alkali, vegetable matter and other deleterious. Coarse aggregate will be rejected if it fails to meet any in of the following requirements.

CONTRACT

SUPEI^FENDING ENGINEER5I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

mi
311 P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Part-A: Phase-I Package-I Tech. Specifications of Spillway ( Vol- II)

2.3.3 Los - Angles abrasion test : The abrasion value of aggregates when tested in accordance with the method specified in I.S. 2386 (part-iv) using Los -Angels machine shall not exceed 30% for aggregates to be used in concrete for wearing surface and 50% for Aggregates to be used in other concrete. 2.3.4Aggregate crushing strength test: Aggregate crushing value, when determined in accordance with I.S 2386 (part-iv) shall not exceed 45% for aggregate used for concrete other than wearing surface and 30% for wearing surfaces. As an alternative to the crushing strength test, aggregate impact value will be determined with the method specified in. I.S. 2386 (part-iv) the aggregate impact value shall not exceed 45% by weight for aggregates used for concrete for other than wearing surfaces, and 30% by weight for concrete for wearing surfaces such as run ways, roads and pavements. 2.3.5 Soundness test : The coarse aggregate to the used for all concrete works shall sodium or magnesium sulfate accelerated soundness test specified in I.S. 2386 (part-v) and the average loss of weight after 5 cycles shall not exceed the limits specified in clause 3.6.67. of I.S. 383. 2.3.6 Specific Gravity: 2.60 minimum: 2.3.7 Deleterious materials: The maximum quantity of deleterious materials in coarse Aggregate shall not exceed the limits specified in Table -1 of I.S. 386 when tested in accordance with I.S. 2386. 2.3.8 Grading a) Coarse aggregate shall be well graded to give a dense concrete of the specified strength and consistency that will work readily into position without segregation and without the use of an excessive water content. Coarse aggregate shall be supplied in the nominal sizes given in Table-2 of IS 383-1970. For any one of the nominal sizes, the proportion of other sizes as determined by the methods described in IS 2386 (part -I) 1963 shall also be in accordance with Table -2 reproduced below.

b)

CON

SUPERINTENOTJTJNGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

312

I*

312

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

TABLE - 2 Nominal sizes and Corresponding grading for single size and graded aggregates.
IS Sieve Designa tion Graded Nation 63mm 1 80mm 63mm 40mm 20mm 16mm " 12.5mm 10mm 4.75mm 2.36mm 0-5 0-5 0-20 0-5 0-30 0-5 85-100 0-45 0-10 2 100 40mm 3 100 85-100 100 " 85-100 100 " 100 85-100 0-20 0.5 " 20mm 16mm 12.5 mm 4 5 6 10mm 7 40 mm 8 100 95100 100 100 90100 10 20 mm 9 16 mm 10 12.5 mm 11 Percentage passing by weight for single size. Aggregated of ndminal size. Percentage passing by weight for graded aggregated of nominal size

85-100 100 0-30 0-5 85-100 0-20

30-70 95100

" 90-100

10-35 25-55 30-70 40-85 0-5 0-10 0-10 0-10 -

How(*ver, th 3 exact qradat on req uired to produc e a dense concre e of specified strength and desired workability shall be decided by the Engineer-incharge.

i)

The material passing through the screen shall be grade ranging from 40mm to 4.75 mm. Each shall be stacked separately.

ii) SPECIFIC GRAVITY : 2.60 minimum


.\

CONTRACT'

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

313
313 -'[-- P.V.N.R.KanthanapalIy Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

(iii) Storage Aggregate shall be stacked in such way as to prevent the admixture of foreign materials such as soil, vegetable matter etc. Heaps of fine and coarse aggregates shall be kept separately. 2.4 FINE AGGREGATE (SAND) 2.4.1 General: The term sand is used to designate aggregate most of which passes 4.75 mm I.S. sieve and contains only so much coarser material as permitted in clause 4.3 of I.S. 383. Sand shall be predominantly natural sand which may be supplemented with crushed sand to make up deficiencies in the natural sand gradings. 2.4.2 Sand shall have uniform stable moisture content. Determination of moisture content shall be made as frequently as possible the frequency for a given job being determined by the Engineer-in-charge according to weather conditions, (I.S. 456). 2.4.3 Quality: The sand shall consist of clean, dense, durable, un coated rock fragments as per IS: 383. 2.4.4 Sand may be rejected if it fails to meet any of the following quality requirements. 2.4.50rganic impurities in Sand: Colour no darker than the specified standard in clause 6.22. of I.S. 2386 (part-ll) (Indian standard method of test for Aggregate for concrete part-ll estimation of deleterious materials and organic impurities). 2.4.6 Sodium sulphate test for Soundness: The sand to be used shall pass a Sodium or Magnesium Sulphate accelerated test as specified in I.S. 2386(part V) for limiting loss of weight. 2.4.7 Specific gravity: 2.6 minimum 2.4.8 Deleterious Substances: 2.4.9 The amounts of deleterious substances in sand shall not exceed the maximum permissible limits prescribed in table I Clause 3.2.1 of I.S. 383 (Indian standard Specification for coarse and fine aggregates from natural source for concrete) when tested in accordance with I.S. 2386. 2.4.10 Grading : Sand for mortar shall conform to the grading of sand given in Clause 4 of I.S. 2116 as indicated below.

CONTMCTORJ/?

^ J j T j ^

' SUPERINTENDING EflGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

,.

314
"J-^*

'

314

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Grading of sand for use in masonry mortars.

I.S. Sieve designation

Percentage by weight passing by mass

4.75mm. 2.36mm. 1.18mm. 600 microne. 300 microne. 150 microne.

100 90 to 100 70 to 100 40 to 100 5 to 70 0 to 15

2.4.11 Sand whose grading falls out side the specified limits due to excess or deficiency of coarse or fine particles may be processed to comply with the standard by screening though a suitably sized sieve and /or blending with required quantities of suitable size sand particles. The sand for concrete as batched shall be well graded and when tested by means of standard sieves shall conform to the limits given in table-4 of I.S. 383 and shall be described as Fine aggregates, grading zones - I , II, III, and IV. Sand complying with the requirements of any of the four grading zones is suitable for concrete. But sand conforming to the requirements of grading zone -iv shall not be used for reinforced cement concrete work. 2.4.12 Fineness Modulus: a) b) Sand shall have a fineness modulus between 2.4 to 3.0 subject to the gradation specified in the preceding paragraph. The modulus shall be computed by adding cumulative percentage of sand retained on the standard screens 4.75 mm, 2.36., 1.18mm, 600 micron, 300 micron, 150 micron, IS sieves and dividing the sum by 100. Graduation of sand shall be so controlled that the fineness modulus of at least 9 out of 10 consecutive test samples of finished sand shall not vary by more than 0.10 from the average of 10 test samples. Sand having any deviation from the specified range of gradation and fineness modulus shall not be permitted to be used in woj&without the written permission of the Engineer-in-charge.

COmRAC^m^SS//

SUPERINTENDING ENGINEERJ&CADD., ' J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

315
f

315

P.V.N.R.KanthanapaIly Sujala Sravanthi Project'' Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

Storage: All sand shall be stored on the site of work in such manner as to prevent intrusion of foreign matter. 2.5 SAND FOR FILTER MATERIAL 2.5.1 The filter material shall consist of clean, sound and well graded sand and crushed rock. The materials shall be free from debris, organic matter and other deleterious matter. It shall be ensured that the surface over which the filter is to be laid has been well consolidated to not less than 95 percent of proctor's density. 2.5.2 The filter materials in contact with earth or foundation soil shall be of any available clean, well graded sand having a maximum size of 6 mm. This shall be over laid with well graded, hard durable coarse aggregate of size 10 mm. to 75 mm. In contact with rock fill, riprap shall be used. 2.6 METAL FOR FILTER: 2.6.1 The coarse aggregate as filter material unless otherwise specified shall consist of clean, sound, hard, dense, durable, sharp, angular pieces, broken to specified sizes, free from all dust, dirt, and vegetable matter. Flaky and weathered stones shall not be used. The aggregates shall not contain any harmful material such as iron pyrites, coal mica, shale or similar laminated material. Clay, alkali, soft fragments, organic impurities etc., 2.6.2The aggregate shall be well graded and or size 10 mm. to 75mm. Broken rock obtained from rock excavation of canal or from approved quarries shall be approved by the Engineer-in-charge. prior to being transported to the areas of depositing. 2.7 WATER 2.7.1 The water used in making and curing of concrete, mortar and grout shall be free from objectionable quantities of silt. Organic matter injurious amounts of oils, acids, salts and other impurities etc. as per I.S Specifications No. 456. Potable water is generally considered satisfactory for mixing and curing. 2.7.2The Engineer-in-charge will determine whether or not such quantities of impurities are objectionable, based on the test results.

CONT

SUPERINTENDING ENGINEER5I&CADDM J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

310
316 P.V.N.R.Kanthanapally Sujala Sravanthi Project
Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- It)

2.7.3 Such determination will usually be made by comparison of compressive strength, water required, time of set and other properties of concrete made with distilled or very clean water and concrete made with the water proposed for use. Permissible limits for solids when tested in accordance with l.S. 3025 shall be as tabulated below. Permissible limits for solids: 1. Organic 2. Inorganic 3. Sulphates (as S04) 4. Chlorides (as Cl) Maximum permissible limit 200 mg/liter 3000 mg/ liter 500 mg/liter 2000 mg /liter for plain concrete work and 100 mg/liter for RCC work. 5. Suspended matter 2000 mg/ liter

If any water to be used in concrete, mortar or grout is suspected by the Engineer- in-Charge as exceeding the permissible limits for solids, samples of water will be obtained and tested by the Engineer -in-charge in accordance with l.S. 3025. 2.8 ADMIXTURES/ AIR- ENTRAINING AGENTS:

2.8.1 An admixtures air entraining agent may be used as per approval in the concrete in such quantities as to produce a total workable concrete as may be permitted, up to 5% volume of concrete. The admixture agent shall satisfy the relevant specifications for air-entraining agents (l.S. 9103) and the dosage shall be determined based on specific laboratory studies 2.8.2 The department will specify, and approve the admixtures /Air entraining agents required for the works. The use of such admixtures /Air entraining agents shall be made and the cost conveyance, storage, bathing, mixing of admixtures shall be borne by the contractor and shall be included in the quoted rates for respective items of works. 2.9 STORAGE OF MATERIALS. , Storage of materials shall conform to the l.S. 458 and l.S. 457.

317

P.V.N.R.KanthanapaIIy Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

317

SECTION-14 Specifications for Buildings

V
SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

318
(1)

318

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- II)

14. Specifications for Buildings Earth work excavation for foundations of buildings and depositing the earth on bank with initial lead of 10m and lift of 2m in Loamy, and clayey soils like Black cotton, red earth, ordinary gravelly soils including shoring, strutting, sheeting , planking and dewatering including cost of hire charges of T & P, labour charges etc., complete for finished item of work (APSS No. 308.) Earth work excavation in hard rock up to 2 m depth for foundations of buildings and depositing the earth on bank with initial lead of 10m and lift of 2m including all operational , incidental , hire charges of T & P, labour charges such as benching, chiseling , wedging, boring in rock , etc., in foundation grade levelling complete for finished item of work as directed by the Engineer -in - Charge ( Excavated rock is to be stacked and 40% volume to be deducted for voids) (APSS No. 308.) Drilling of 900 MM deep holes in rock of 18 MM dia , cleaning the holes manually and supplying and fixing of 16MM dia cold twisted steel bars of 1800 MM long out of which 900MM length fixed in the drilled hole with approved Epoxy bonding agent and remaining 900 MM projection above including cost of Epoxy , all materials and labour etc. , complete as directed by the Engineer -in - Charge and as per the approved, drawing but excluding the cost of steel and its fabrication charges. Re - filling with useful available excavated earth ( excluding rock ) in trenches, sides of foundations, basement, etc. with initial lead in layers not exceeding 15 cm thick, consolidating each deposited layer by watering and ramming including cost and conveyance of water to work site and all operational, incidental, labour charges, hire charges of T & P, etc., complete for finished item of work, as per APSS NO. 309 & 310. Filling with carted good gravel in trenches .sides of foundations , basement ,etc. from approved quarry in layers not exceeding 15cm thick consolidating each deposited layer by watering and ramming including all operational, incidental, labour charges, hire harges of T&P etc., complete including cost and conveaynce of gravel and water, etc., for finished item of work as per APSS 309 & 310. Filling with carted River sand in trenches, sides of foundations, basement.etc., from approved quarry in layers not exceeding 15cm thick consolidating each deposited layer by watering and ramming including all operational, incidental labour charges, hire harges of T&P etc., complete including cost and conveaynce of sand and water, etc., for finished item of work as per APSS 309 & 310 Transporting and disposing off of surplus/unsuitable earth upto a lead of 250m including all labour charges such as loading , unloading , etc., complete forfinishedJtem of work.

(2)

(3)

(4)

(5)

(6)

(7)

CONTRACT'

SUPE^^ffijDINGENGINEERj&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

319

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Packa^ejl Part - A: Tech. Specifications ofSpfflway ( Vol-'lt)

(8)

C R S Masonary 2nd sort in CM (1:8) prop, using hard broken Granite or Trap variety stone from approved quarry including cost and conveyance of all materials like cement.sand ,granite stone and water to work site cost of seignorage charges on materials and all operational , incidental , labour charges such as dressing stones to required size and shape .mixing cement mortar, constructing masonary , curing , etc. , complete for finished item of work as per SS 612 for foundations and basement Plain Cement Concrete in (1:4:8) proportion nominal mix for foundations and under flooring bed using 40mm size (SS5) hard Granite or Trap metal from approved quarry including cost and conveyance of all materials like cement, sand, coarse aggregate, water, etc., to site, including cost of seigniorage charges and all other taxes on all materials and including all labour charges for machine mixing, laying concrete, ramming, finishing top surface to the required level, curing , etc., complete for finished item of work as per APSS. No. 402

(9)

(10) Plain Cement Concrete in (1:5:10) proportion nominal mix for foundations and under flooring bed using 40mm size (SS5) hard Granite or Trap metal from approved quarry including cost and conveyance of all materials like cement, sand, coarse aggregate, water , etc., to site, including cost of seigniorage charges and all other taxes on all materials and including all labour charges for machine mixing, laying concrete, ramming, finishing top surface to the required level, curing , etc., complete for finished item of work as per APSS. No. 402. (11) PCC (1:3:6) prop, nominal mix using 20 mm to 6 mm size graded SS 5 HBG machine crushed metal from approved quarry including cost and conveyance of all materials like cement, course aggregate water to work site including cost and conveyance of all materials like cement, seigniorage charges, taxes and including centering, mixing, laying concrete in position curing etc., complete for finished item of work for bed blocks as per APSS 402. (12) Vibrated Reinforced Cement Concrete M20 Design mix using 20mm size (SS5) hard granite machine crushed graded metal (Coarse aggregate) from approved quarry, using a minimum quantity of 330 kgs. of cement per 1 cum of concrete including.cost and conveyance of all materials like cement, fine aggregate (Sand), coarse aggregate, water, etc., to site and cost of seigniorage charges and all operational , incidental and all other taxes on all materials and all labour charges for steel centering, shuttering, machine mixing, laying concrete, vibrating, lift charges, curing, etc., complete but excluding cost of steel and it's fabrication charges for finished item of work (APSS No. 402 & 403)

SUPERINTENDING ENGINEER,1&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

320

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

(13) Providing RCM facia 50 mm thick in CM(1:3) prop, using rabbit wire mesh of required guage and nominal reinforcement with dubara sponge finish including cost and conveyance of all materials like cement, sand, rabbit wire mesh , water, etc. to site, cost of seigniorage charges and all other taxes on all materials, and all operational, incidental charges and all labour charges such as centering , form work, mixing mortar, finishing, scaffolding, lift charges, curing, etc. as directed by Engineer-in-charge, complete for finished item of work , but excluding the cost of steel and it's fabrication charges . (14) Providing RCM Railing 75 mm thick in CM(1:3) prop, using rabbit wire mesh of required guage and nominal reinforcement with dubara sponge finish including cost and conveyance of all materials like cement, sand, rabbit wire mesh , water, etc. to site, cost of seigniorage charges and all other taxes on all materials, and alf operational, incidental charges and all labour charges such as centering , form work, mixing mortar, finishing, scaffolding, lift charges, curing, etc. as directed by Engineer-in-charge, complete for finished item of work, but excluding the cost of steel and it's fabrication charges . (15) Reinforced Cement Concrete M20 Design mix using 20mm size (SS5) hard granite machine crushed graded metal (Coarse aggregate) from approved quarry, using a minimum quantity of 330 kgs. of cement per 1 cum of concrete for RCC Sunshades of 0.60 M width/ 0.75M width and 75mm thick at fixed end 50mm thick at free end and including the cost of plastering of 12mm thick in two coats ie., base coat of 8mm thick in CM(1:5) and top coat of 4mm thick in CM(1:3) with dubara sponge finishing to all exposed faces including cost and conveyance of all materials like cement, fine aggregate (Sand), coarse aggregate, water, etc., to site and cost of seigniorage charges and all operational , incidental and all other taxes on all materials and all labour charges for steel centering, shuttering, machine mixing, laying concrete, lift charges, curing, etc., complete but excluding cost of steel and it's fabrication charges finished item of work (APSS No. 403) (16) Providing High Yield Strength Deformed steel bars (Fe 415grade as per IS: 1786-1979) of different diameters, including labour charges for cutting, bending to required sizes and shapes, placing in position with cover blocks of approved materials and size and tying firmly with MS binding wire of 20SWG, forming grills for reinforcement work as per approved designs and drawings, including cost and conveyance of deformed steel bars, including all wastages such as overlaps, couplings, welded joints, chairs, spacer bars including cost and conveyance of binding wire, cover blocks and, all incidental, operational, labour charges such as cutting, bending, placing in position, tying , etc. including sales and other taxes on all materials etc., complete for finished item of work in all floors.(APSS No.126) (Payment will be made on the basis of weight of fabricated deformed bars only).

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

321

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I

Part-A: Tech. Specifications of Spillway (Vol'll)'

321
(17) Plain Cement Concrete M20 Design mix using 20mm size (SS5) hard granite machine crushed graded metal (Coarse aggregate) from approved quarry, using a minimum quantity of 330 kgs. of cement per 1 cum of concrete including cost and conveyance of all materials like cement, fine aggregate (Sand), coarse aggregate, water .etc., to site and cost of seigniorage charges and all other taxes on all materials including steel centering, shuttering, machine mixing, laying concrete, lift charges, curing etc., complete for finished item of work as per APSS No. 402 for Steps. (18) Providing and laying cinder concrete in cinder mix (1:15) proportion using 12.50 mm nominal size cinder laid in layers and compacted as directed for filling sunken floors including conveyance of all materials to work site and all operational, incidental, labour charges such as mixing cement and cinder, etc. complete for finished item of work. (19) Providing impervious coat to exposed VRCC roof slabs to required slopes with CM (1:3) prop, of 20 mm thick average mixed with approved brand of water proofing compound at the rate of 1.0 kg per bag of cement and laid over the roof slab when it is green and finishing it to smooth with a floating coat of neat cement and thread lining at regular intervals of 450 x 450 mm including * cost and conveyance of all materials and water to work site, seignorage charges and all operational, incidental, labour charges such as mixing mortar, laying, curing, etc., complete for finished item of work as directed by the Engineer-in-Charge and as per the APDSS No. 903. (20) Brick masonry 200mm thick for panel walls in superstructure with CM ; (1:8) prop, (cement: sand) using fly ash lime solid blocks from approved source having minimum crushing strength of 50 Kg/Sqcm. including cost and conveyance of all materials like cement, sand, bricks, water etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work for external walls. (APSS No. 501 & 504). (21) Brick masonry 200mm thick for panel walls in superstructure with CM (1:8) prop, (cement: sand) using fly ash lime solid blocks from approved source having minimum crushing strength of 50 Kg/Sqcm. including cost and conveyance of all materials like cement, sand, bricks, water etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work for internal walls. (APSS No. 501 & 504).

CONTRAC

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

322

322

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway ( Vol- II)

(22) Reinforced Brick masonry 100mm thick for partition walls in superstructure with CM (1:4) prop: (cement : sand) using fly ash solid blocks of size 290X100X 140mm from approved source having minimum crushing strength of 50 Kg/Sqcm.and placing 2 nos. of 6mm MS rods in every 3rd layer with free ends of the reinforcement keyed into mortar joints of main brick walls including cost and conveyance of all materials like cement, sand, bricks, water, etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work but excluding the cost of steel and it's fabrication charges for external walls . (APSS No. 501 & 504). (23) Reinforced Brick masonry 100mm thick for partition walls in superstructure with CM (1:4) prop: (cement : sand) using fly ash solid blocks of size 290X100X140mm from approved source having minimum crushing strength of 50 Kg/Sqcm.and placing 2 nos. of 6mm MS rods in every 3rd layer with free ends of the reinforcement keyed into mortar joints of main brick walls including cost and conveyance of all materials like cement, sand, bricks, water, etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work but excluding the cost of steel and it's fabrication charges for internal walls. (APSS No. 501 & 504). (24) Brick masonry 230 mm thick for panel walls in superstructure with CM (1:8) prop. ( cement: sand ) using second class bricks of size 23 X 11 X 7 cm from approved source having crushing strength not less than 35 Kg / Sqcm. including cost and conveyance of all materials like cement, sand, bricks, water etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work for external walls . (APSS No. 501 &504). (25) Brick masonry 230 mm thick for panel walls in superstructure with CM (1:8) prop. ( cement: sand > using second class bricks of size 23 X 11 X 7 cm from approved source having crushing strength not less than 35 Kg / Sqcm. including cost and conveyance of all materials like cement, sand, bricks, water etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work for internal walls . (APSS No. 501 & 504).

CONTRACT

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao DX.I.Scheme Circle, K.C.Colony,CMnthagattu,Warangal.

323

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- //}>

323
(26) Reinforced Brick masonry 115mm thick for partition walls in superstructure with CM (1:4) prop: (cement: sand) using 2nd class bricksof size 23 X 11 X 7 cm from approved source having crushing strength not less than 35 Kg/Sqcm.and placing 2 nos. of 6mm MS rods in every 3rd layer with free ends of the reinforcement keyed into mortar joints of main brick wall including cost and conveyance of all materials like cement, sand, bricks, water, etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work but excluding cost of steel and it's fabrication charges for external walls . (APSS No. 501 & 504). (27) Reinforced Brick masonry 115mm thick for partition walls in superstructure with CM (1:4) prop: (cement: sand) using 2nd class bricksof size 23 X 11 X 7 cm from approved source having crushing strength not less than 35 Kg/Sqcm.and placing 2 nos. of 6mm MS rods in every 3rd layer with free ends of the reinforcement keyed into mortar joints of main brick wall including cost and conveyance of all materials like cement, sand, bricks, water, etc., to site, including seigniorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, scaffolding charges, constructing masonry, lift charges, curing, etc., complete for finished item of work but excluding cost of steel and it's fabrication charges for internal walls . (APSS No. 501 & 504). (28) Ornametal Plastering 12mm thick in two coats with base coat of 8mm thick in CM (1:5) and top coat pf 4mm thick in CM (1:3) with dubara sponge finishing including cost and conveyance of all materials like cement, sand, water, etc., to site, cost of seigniorage charges and all other taxes on all materials, and operational, incidental charges and all labour charges for mixing mortar, finishing, scaffolding, lift charges, curing, including cutting grooves etc. as directed by Engineer-in-charge, complete for finished item of work (APSS No. 901 & 904) (29) Plastering 20mm thick in two coats with base coat of 16mm thick in CM (1:6) and top coat of 4mm thick in CM (1:4) with dubara sponge finishing including cost and conveyance of all materials like cement, sand, water etc., to site, cost of seigniorage charges and all other taxes on all materials, and operational, incidental charges and all labour charges for mixing mortar, finishing, scaffolding, lift charges, curing, including cutting grooves etc. as directed by Engineer-in-charge, complete for finished item of work (APSS No. 901 & 904) for external uneven faces of walls.

324

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

324

(30) Plastering 20mm thick in two coats with base coat of 16mm thick in CM (1:6) and top coat of 4mm thick in CM (1:4) with dubara sponge finishing including cost and conveyance of all materials like cement, sand, water etc., to site, cost of seigniorage charges and all other taxes on all materials, and operational, incidental charges and all labour charges for mixing mortar, finishing, scaffolding, lift charges, curing, including cutting grooves etc. as directed by Engineer-in-charge, complete for finished item of work (APSS No. 901 & 904) for internal uneven faces of walls. (31) Plastering 12mm thick in two coats with base coat of 8mm thick in CM (1:6) and top coat of 4mm thick in CM (1:4) with dubara sponge finishing including cost and conveyance of all materials like cement, sand, water etc., to site, cost of seigniorage charges and all other taxes on all materials, and operational, incidental charges and all labour charges for mixing mortar, finishing, scaffolding, lift charges, curing, including cutting grooves etc. as directed by Engineer-in-charge, complete for finished item of work (APSS No. 901 & 904) for internal even faces of walls. (32) Plastering 12mm thick in two coats with base coat of 8mm thick in CM (1:6) and top coat of 4mm thick in CM (1:4) with dubara sponge finishing including cost and conveyance of all materials like cement, sand, water etc., to site, cost of seigniorage charges and all other taxes on all materials, and operational, incidental charges and all labour charges for mixing mortar, finishing, scaffolding, lift charges, curing, including cutting grooves etc. as directed by Engineer-in-charge, complete for finished item of work (APSS No. 901 & 904) for eternal even faces of walls. (33) Flush pointing to CRS masonary in basement with CM(1:4) prop. including cost, seignorage , conveyance of all materials like cement, sand, water, etc. , from approved sources to work site , labour charges like raking mortar joints to required depth , washing the wall, mixing of cement mortar , pointing the joints of masonary, water curing, etc., complete for finished item of work as per APSS No. 906 for exterior faces of basement. (34) Painting to new ceiling with with two coats of whiting of approved quality to give an even shade after thoroughly brushing the surface to remove all remains of loose powdered materials, including cost and conveyance of all materials to work site, including cost of brushes, scaffolding charges, lift charges and all operational, incidental and labour charges, etc., complete for finished item of work as per APSS No. 908. (35) Painting to new walls with t 2 coats water proof cement paint of approved make, colour and shade over a base coat of approved cement primer grade I making total three coats in all to give an even shade after thoroughly brushing the surface to remove all remains of loose powdered materials, including cost and conveyagce^f all materials to work site, including cost of brushes,

CONTRAd^^N.^^o^ " Ns^*^^

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

325

P.V.N.R-Kanthanapally Sujala Sravanthi Project


Phase-I Packag?-I .,

Part- A: Tech. Specifications ofSpQj^Wol-

iff- ;

scaffolding charges, lift charges and all operational, incidental and labour charges for curing, etc., complete for finished item of work for external walls . (APSSNo.. 912) (36) Painting to new wall with two coats of ready mixed Oil bound washable distemper to interior faces of new walls with two coats of approved make, shade and colour over a base coat of appropriate approved make distemper primer making total three coats in all to give an even shade after thoroughly brushing the surface to remove all remains of loose powdered materials, including cost and conveyance of all materials like oil bound distemper, primer, water, etc. to work site and all taxes on materials , including cost of brushes, scaffolding charges, lift charges and all operational, incidental and labour charges such as preparing the wall, applying primary coat, curing for primary coat, applying distemper two coats complete for finished item of work (APSSNO.910, 911 & 1201). (37) Supply and fixing of mild steel hollow door frames manufactured by cold rolled formed process with 1.25 mm thick bright CRCA "D" quality M.S grade conforming to IS 4351 -1976 suitable for single / double leaf frames of section 105 mm X 60mm with 35mm rebate including six nos of standared lugs made from flat steel strips not less than 1.6 mm thick including base of section 50mm X 25mm (min) prefixed hings of size 100X65 X 2mm , 3nos for single, six nos of double shutter with one side fixed to fram for fixing shutters 3nos rubber bottom inserts in the frames necessary arrangements for aldrops hole (10" long 12mm dia aldrops) and tower bolts eyes welded to fr5ome at top and bottom and fixing 50mm long hings to frame for wind cleat 1no assembled by means of welding at corner including painting to frame as directed by the department along with best certificates for raw materials including all tools cost and conveyance of all materials to and all incidental labour charges for finished item of work. (38) Supply and fixing Flush type door shutters 35mm thick solid core type hot pressed bonded with water proof phenol formal dehydroxe synthetic resin IS 2202 (part - II) 2983, 4mm thick paint grade commercial plywood on both sides with internal lipping including cost and conveyance of all materials to work site and including all taxes ,all labour charges for making .fixing of door furniture in position as directed by dept, but excluding cost of furniture fittings like tower bolts .aldrop handles etc., which would be supplied by the department free of cost, for different of doors as mentioned in approved drg. for finished item of work. (39) Supply and fixing of door frame made of hollow extruded PVC section(Nandi or equivalent) having dimensions of 40 X 57mm with the wall thickness of 2mm +/- 0.2mm duly reinforced with seasoned wood plank at the hinges side. The doorframe top 2 cornors shall be metri-cut/welded.

CONTRACTdt&V

M!l

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

326

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part- A: Tech. Specifications of Spillway ( Vol- II)

326,

(40) Supply and fixing, of door shutters made of rigid PVC extruded hollow section(Nandi or equivalent) of 20mm X 200 mm with the wall thickness of 1.0mm +/- 0.1mm equally divided into 4 no's with tongue and groove locking arrangements.The shutter frame is made of 58 X 24 mm with the wall thickness of 1.5mm +/- 0.15mm section metri-cut and joined at 4 cornors with 125mm X 225mm plastic brackets.The shutter shall be horizontally reinforced with 2 no's of 8mm PVC rods. Teak wood battons shall be reinforced inside the door shutter during the fabrication of the door shutter at those points wherever the hardware is fixed on to the door shutter. (41) Supply and fixing of windows & Top hung and fixed louvered ventilators made up of pre - painted steel (base steel as per IS 513 of 0.6 thick "D" quality, galvanised as per IS 277 with zinc of 120 GSM )prime coated with epoxy primer of 5 - 7 micron thick , finish painted with a polyester paint of 12 - 16 microns thick and back coated with 5 - 7 microns thick allkyd backer, section for outer fram should be of 46 X 52 mm , section for shutter should be of 46 X 46 mm , section for mullion should be of 46 X 70 mm and section for beeding should be of 18 X 25 mm , and section for louvered ventilators should be 33 X 57 mm Box section. The windows should be panelled with 5mm thick plain Float glass and 4mm pin head glass for ventilators with Ethyl propylene Diamine Monomar(E.P.D.M) gaskets . the sections are to be cut to length , miter joined with corner bracket. Centre mullions are to be fixed using mullion cap Handle made of high grade alluminium powder coated and nylon receiver, Gaskets made of ethyl propylene Diamine Monomar (E.P.D.M) Corner brackets made of CRCA with Zinc phosphating Mullion caps made of glass filled nylon . The above frame should be fixed to the concrete \ masonry wall by means of self expand screws including 10 mm square guard bars with 6th pitch and all taxes , complete for finished item of work. (42) Painting to new wood work with two coats of ready mixed first quality synthetic enamel paint of approved brand and shade over a primary coat (wood primer) making three coats in all including cost and conveyance of all materials to work site, cost of primer coat, brushes, and all operational , incidental and labour charges, etc., complete for finished item of workas per SS 1207 & 1212. (43) Painting to new iron work with two coats of ready mixed first quality synthetic enamel paint of approved brand and shade over an existing steel primer including cost and conveyance of all materials to work site and all operational, incidental, labour charges etc., complete for finished item of work asperSS 1212. (44) Polishing two coats with french polish of approved brand for new wood work of teak wood frame and shutters to give an even glossy surface with uniform texture including cleaning the surface of all dirt, dust, etc. , and applying a coat of wood filler, sand papering including cost and conveyance of all materials to work site andall operational, incidental, labour charges, etc., completefofcfinished item of workas per SS 1212.

CONTRA'

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle,

327

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-!' Part- A: Tech. Specifications ofSpttlwivtymj* //)

(45) Providing and fixing flooring with Pressed cement concrete tiles of Ultra or Eurocon or approved equivalent make, thickness not less than 50 mm thick of approved colour / pattern of specified shape & size, over a bed of C M 1:4, 20 mm thick including finishing the joint with matching cement slurry, preparation of base surface, finish the surface, cleaning the surface, protecting the surface work at all levels., complete with all material & labour complete and as directed. (46) Granolithic Cement Concrete M20 grade flooring of 20W1M thick using 6 to 12mm size (SS5) hard granite machine crushed graded metal ie. 60%of 12mm, 20% of 10mm and 20% of 6mm metal (Coarse aggregate) from approved quarry, using a minimum quantity of 330 kgs. of cement per 1 cum of concrete laid monolithically over 100mm thick CC flooring bed in alternate panels of size not exceeding 1.5m X 1.5m and finishing the top surface to required smoothness and slopes including cost and conveyance of all materials like cement, fine^aggregate (Sand), coarse aggregate, water, etc., from approved sources to work site and cost of seigniorage charges and all other taxes on all materials including mixing concrete , laying , lift charges, curing, etc., complete for finished item of work but excluding the cost of CC bed.(APSSNo. 710) (47) Providing and laying 50mm thick terrazzo in-situ flooring rubbed and polished to get high smooth desired finishing by laying 24mm thick M20 grade concrete using not less than 330 kgs of cement per 1 cum of concrete over already laid 100mm thick PCC(1:4:8) bed / VRCC slab in panels not exceeding 2 sqm area and top layer 6mm thick using cement mixed with black and white superior marble chips spread in a mix of 1 part marble powder by "volume added to 3 parts of cement , throughly mixed dry and 1.75 parts of marble chips by volume added to 1 part of the above mix and again throughly 1 mixed over scratched surface of under bed by brushing and laid over 20mm thick CM(1:3) bed and a thin coat of cement slurry cost and conveyance of all materials like cement, Sand*, marble chips, water, etc., from approved sources to work site and cost of seigniorage charges and all other taxes on all materials including mixing concrete , laying , lift charges, curing, etc., complete for finished item of work including PVC dividing strip and complete for finished item of work but excluding the cost of CC bed.(APSS No. 710) (48) Flooring with 25.4 mm thick polished shahabad stone flooring .Tandur blue variety stone slabs of 1st quality of size not exceeding 450mm X 450mm laid over CC flooring bed / VRCC slab set over 12mm thick CM(1:8) prop, base coat and neat grey cement slurry of honey like consistency spread at the rate of 3.3kgs of cement per sqm and jointed with neat cement paste .including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, lift charges, curing, etc., complete for finished item of work as per SS 703 ,butexcluding the cost of CC bed

CONTRACTOifM

Wera

M | II

SUPERB^KHMIENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

328
U f e U

OO Q

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications ofSpillway (Vol- II)

(49) Flooring with 20 mm thick polished marble stone slabs of Makarana Doongri Adanga White variety of size 600mm wide and of any length (aid over a flooring bed / VRCC slab set over 20 mm thick CM(1:8) prop, base coat with suitable expansion joints with glass/ lead depending on the size and neat grey cement slurry of honey like consistency spread at the rate of 3.3kgs of cement per sqm and jointed with neat white / grey cement paste mixed with pigment of matching shade , including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, dressing, laying, lift charges, curing, etc., complete for finished item of work as directed by the department, but excluding the cost of CC bed . (50) Flooring with Vitrified porcelin floor tiles of approved brand , colour, design and shade of size 600mm X 600mm laid over CC flooring bed / VRCC slab set over 12mm thick CM(1:8) prop, base coat and neat grey cement slurry of honey like consistency spread at the rate of 3.3kgs of cement per sqm and jointed with neat cement paste mixed with pigment of matching shade including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, lift charges, curing, etc., complete for finished item of work as per SS 703 ,but excluding the cost of CC bed . (51) Providing skirting of 100MM high by laying 50mm thick terrazzo in-situ flooring rubbed and polished to get high smooth desired finishing by laying 24mm thick M20 grade concrete using not less than 330 kgs of cement per 1 cum of concrete and top layer 6mm thick using cement mixed with black and white superior marble chips spread in a mix of 1 part marble powder by volume added to 3 parts of cement , throughly mixed dry and 1.75 parts of marble chips by volume added to 1 part of the above mix and again throughly mixed over scratched surface of under bed by brushing and laid over 20mm thick CM(1:3) bed and a thin coat of cement slurry including cost and conveyance of all materials like cement, Sand, marble chips, water, etc., from approved sources to work site and cost of seigniorage charges and all other taxes on all materials including mixing concrete , laying , lift charges, curing, etc., complete for finished item of work.(APSS No. 710) (52) Providing skirting of 100MM high with 25.4 mm thick polished shahabad stone ,Tandur blue variety stone slabs of 1st quality of 100 MM in height with the top edge flat nosed and joints corresponding to the floor lines set over 12mm thick CM(1:5) prop, base coat and neat grey cement slurry of honey like consistency spread at the rate of 3.3kgs of cement per sqm and jointed with neat grey cement paste, including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position ,

CONTRACTORS y<$Jl

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

329

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I^ Part- A; Tech. Specifications of Spillway ( Vol- II y\

rubbing , lift charges, curing, etc., complete for finished item of work as per SS 703 and as directed by the department. (53) Providing skirting of 100NIM high with 20 mm thick polished marble stone slabs of Makarana Doongri Adanaga variety matching with the floor slabs with the top edge flat nosed and joints corresponding to the floor lines set over 12mm thick CM(1:5) prop, base coat and neat grey cement slurry of honey like consistency spread at the rate of 3.3kgs of cement per sqm and jointed with neat cement paste mixed with pigment of matching shade , including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position , rubbing , lift charges, curing, etc., complete for finished item of work as per SS 703 and as directed by the department. (54) Providing skirting of 100WIM high with Vitrified tiles of approved brand , colour, shade matching with the floor slabs with the top edge flat nosed and joints corresponding to the floor lines set over 12mm thick CM(1:5) prop, base coat and neat cement slurry of honey like consistency spread at the rate of 3.3kgs of cement per sqm and jointed with neat cement paste mixed with pigment of matching shade , including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position , rubbing , lift charges, curing, etc., complete for finished item of work as per SS 703 and as directed by the department. (55) Supplying and fixing 25.4 mm thick polished shahabad Tandur blue variety stone slabs of 1st quality in single piece with the edges machine cut and flat nosed and set over 12mm thick CM(1:5) prop, base coat including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position , rubbing, lift charges, curing, etc., complete for finished item of work of TREADS of stair case as per SS 703, but excluding the cost of CC bed . (56) Supplying and fixing 25.4 mm thick polished shahabad Tandur blue variety stone slabs of 1st quality in single piece with the edges machine cut and flat nosed and set over 12mm thick CM(1:5) prop, base coat including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position , rubbing, lift charges, curing, etc., complete for finished item of work of RISERS of stair case as per SS 703, but excluding the cost of CC bed

CONTRACT*

SUPERimSSSGENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.ColonysChinthagattu,Warangal.

330

P.V.N.R.Kanthanapally Sujala Sravanthi Project


Phase-I Package-I Part - A: Tech. Specifications of Spillway ( Vol- II)

330

(57) Supplying and fixing 20 mm thick polished Adanga type Makarana stone slabs of 1 s t quality in single piece with the edges machine cut and flat nosed and set over 12mm thick CM(1:5) prop, base coat including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational , incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position , rubbing, lift charges, curing, etc., complete for finished item of work of TREADS of stair case as per SS 703, but excluding the cost of CC bed . (58) Supplying and fixing 25.4 mm thick polished marble Adanga stone slabs of 1st quality in single piece with the edges machine cut and flat nosed and set over 12mm thick CM(1:5) prop, base coat including cost and conveyance of all materials and water from approved sources to work site including seignorage charges, sales & other taxes on all materials and all operational, incidental and labour charges such as mixing cement mortar, dressing, laying, fixing in position , rubbing, lift charges, curing, etc., complete for finished item of work of RISERS of stair case as per SS 703, but excluding the cost of CC bed. (59) Flooring with ceramic non - skid tiles of 7.3mm thick and of first quality of approved brand , colour, shade and design manufactured by ISO of approved firm of size 200mm x 200mm / 300mm x 300mm / 400mm x 400mm set over a base coat of CM (1:8) prop. 12mm thick over CC bed already laid including neat cement slurry of honey like consistency spread at the rate of 3.3 kgs of cement per sqm. and filling the joints with white cement paste mixed with pigment of matching shade including cost and conveyance of all materials like cement, sand, water, ceramic tiles, white cement, etc., to site including cost of seigniorage charges and all other taxes on all materials, cost of base coat and all labour charges for mixing of cement mortar, laying tiles to required slope as directed by the Engineer- in-charge curing etc., in toilets for finished item of work for all, floors but excluding cost of CC. bed . (APSS No.701 & 707). (60) (a) Dadooing to walls with 1st quality Decorative coloured background glazed tiles manufactured by ISO approved firm of size not less than 300 x 200mm set over 12mm thick CM (1:3) base coat and neat grey cement slurry of Honey like consistency at the rate of 3.3 Kgs per sqm. and jointed with white cement paste mixed with pigment of matching shade to match the shade of tiles including cost & conveyance of all materials and water to work site, all operational, incidental and labour charges such as mixing mortar, fixing in position, including lift charges, curing including cutting the brick masonry walls and redoing the same such that the top surface of tiles is to be flushed with plastered surface etc., complete for finished item of work. (APSS NO. 701 & 707).

CONTRACTO

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.LXScheme Circle, K.C.Colony,Chintagattu,Warangal.

331

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Part-A: Tech. Specifications of Spillway (Vol-jfy.

331
(b) Dadooing to walls with 1st quality ceramic tiles manufactured by ISO approved firm of size not less than 300 x 200 mm of 7.3 mm thick set over 12mm thick CM (1:3) base coat and neat grey cement slurry of Honey like consistency at the rate of 3.3 Kgs per sqmt. and jointed with white cement paste mixed with pigment of matching shade to match the shade of tiles including cost & conveyance of all materials and water to work site, all operational, incidental, and labour charges such as mixing mortar, fixing in position, including lift charges, curing including cutting the brick masonry walls and redoing the same such that the top surface of tiles is to be flushed with plastered surface etc., complete for finished item of work for all floors. (APSS NO. 701 & 707

Sanitary, Electrification are as per the R & B standards and BIS codes

CONTRACTOR ,ywaoay^jj

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,CMnthagattu,WarangaL

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project
NAME OF WORK :- "P.V.Narsimha Rao Kanthanapally Sujala Sravanthi Project Phase-I-Package-I : Investigation, Survey, Preparation of Designs & Drawings and L.P. Schedules etc., Construction of Barrage across River Godavari with F.R.L. +85.00M, including Construction of Ogee Spillway to discharge the Maximum Flood Discharge, fixation of vertical gates with Rope Drum Hoists, NOF dam, Power Blocks for Power Generation with intermediate dividing walls for each unit up to fore bay of power house, with service gates with Rope Drum Hoists and stop log gates, Emergency Gates, Trash rack and Gantry Cranes including instrumentation, Navigation channel and Navigation lock, Head Regulator with Gates, Scour sluices with regulating arrangements, Double lane Road Bridge, Stair Cases, Elevators, Formation of Earth Dams with U/s & D/s Revetment, black topping and bank connections on either side of the Spillway including electrification, lighting and instrumentation, Coffer Dam for diversion of River, River training works, Construction of Buildings at site and camp colony, formation of internal C.C roads, raising of existing BT road from Kanthanapally cross road to barrage site and Laxmipuram including CD & CM works and other allied items connected to Project at Kanthanapally (v), Eturunagaram (M), Warangal (Dist), A.P, INDIA on EPC Turnkey Basis including O & M"

AGREEMENT BOND
A.B.No.SE/TCR-DLIS/WGL/EPC/03/2013-14, Dt:12-09-2013.

(Volume-III)
TECHINICAL SPECIFICATION OF EARTHDAM

Office Qf f/j@ SUPERINTENDING ENGINEER, l&CAD DEPTT., J.CHOKKA RAO DEVADULA LIFT IRRIGATION SCHEME CIRCLE, K.C. COLONY, CHINTHAGATTU.WARANGAL.

GENERAL INDEX
P.V. Narasimha Rao Kanthanapally Sujala Sravanthi ProjectConstruction of Barrage across River Godavari near Kanthanapaly (V), Eturunagaram (M), Warangal DistPhase- 1, Package-1 AGREEMENT BOND NO.SE/JCR-DLiS/WGL/EPC/03/20i344, Dt.12-09-2013 SI.No 01 Booklet Volume-I Contents Bid Document (ITB, GCC, SCCsOSCC ) No. of Pages 415

02

VoIume-II

Technical Specifications of Spillway

331

03

Volume-Ill

Technical Specifications Earth Dam

91

04

VoIume-IV

Drawings

16 Nos

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-III- Techl. Specification of Earth Dam,

TECHNICAL SPECIFICATIONS
OF P.V.NARSIMHA RAO KANTHANAPALLY SUJALASRAVANTHI PROJECT (EARTHEN DAM )

(Volume - III)

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD.. J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R-Kanthanapally Sujala Sravanthi Project Phase-1 Package-I Vol-Ill- Techl. Specification of Earth Dam,

SI NO 1 2
O

SECTION Section 1 Section 2 Section 3'

CONTENTS Earthwork Embank ment and Slop-Protection DEWATERiNG ARCHITECTURAL FINISHING FOR PROJECT
O I l \ U U 1 Jr\_0

4 5

Section4

Other Items O&M Terms and Conditions

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthaiiapallv Sujaia Srava n,hJ P-i.ct Phas' ' H< i <>ge-I Vol-III- Techl. Specification c f <<;< > J a m ,

SECTION 1

EMBANKMENT CONSTRUCTION
&

SLOPE PROTECTION

CONTRACTOR

SUPEHHlENDrNG ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-I Vol-IIl- Tech!.Specification of Earth Dam,

SECTION - 1 EMBANKMENT CONSTRUCTION & SLOPE PROTECTION INDEX

S.NO.

to,

item Embankment construction General requirements Material Preparation of ground surface for embankment Compaction Cohesive materials Cohesion less materials . Embankment without controlled compaction With controlled compacation Moisture content Special precaution Embankment test section Measurement and payment Refilling of Key trench and consolidation Compacting by other than power driven equipment Dowel banks Weather conditions Borrow area consideration Borrow pits Stripping of borrow area Moisture control at borrow area Measurement and payment Clay blankets Backfilling Inspection and tests Surface drains Rock fill in toe of embankments and filters Metal filters Measurement and payment Rock fill in toe of embankments Measurement and payment Cut-Off wall Protection Roads and Ramps

1 2
O

1 . 2
I .O

4 5 6 7 8 9
10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33
0*T

1 . 4
I O

1 . 6
4 J

1 . 8 1 . 9
1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1 . 2 1 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 1.30 1 . 3 1 1.32 1.33 1.34 1.35

35

CONTRACTOR

StfPERINTI NDING ENGINUER,I&CADD.; J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lII- Techl.Specification ./ / ,' lam,

1.0.0 EMBANKMENT CONSTRUCTION 1.1.0 SCOPE: Site clearance, stripping and formation of embankment of homogeneous section/zonal section viz,, casing zone/hearting zone with the useful excavated soils and balance soils of approved quality from the borrow area including the cost of soil, if any sampling, testing and pre-wetting of soils at source of excavation and conveyance of soil and extra soils required for shrinkage including swell factor with all leads, lifts, delifts, laying on bank, spreading, breaking clods, sectioning, extra watering and consolidation including benching of old embankment slopes, joining with the new embankment formation, trimming of side slopes, formation and removal of ramps, formation of Dowel banks etc., as per drawing and as directed by the Engineer -in-charge to complete the finished item of work. 1.2.0 Embankment Construction Setting out: - Specifications No. 1.4 Shall apply. 1.3 General Requirements a) The Cross sections for embankment are to be designed to suit the characteristics of the best quality soils available in the vicinity of the proposed work. If the contractor proposes to use any other type of soils than those mentioned in the design to save the lead and thereby the cost pursuant to the clause of I.S. Code and A.P.S.S. the contractor has to form the embankment to the revised profiles worked out by the competent authority sanctioning the estimate. The extra quantity involved will not be measured and paid. The theoretical quantity required based on the original cross sections will only be measured and paid. But the Contractor has to form the bund to the revised cross section designed with the characteristics of the proposed soils. The designs given by the estimate sanctioning authority are final. b) Embankment shall be built to the height, top width and side slopes as shown on the drawings. All the edges of the embankment shall be neatly aligned symmetrical to the central line. They shall be absolutely straight in all reaches except at bends. At bends they shall be smoothly curved. c) The top of each embankment shall be leveled and finished so as to be suitable for road way and given a cross slope to drain away rain water. The bank carrying road shall be given a suitable cross slope.

CONTRACTOR

SUPI-RINTEN'DINGI-NOINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lII- Techl,Specification of Earth Dam,

1.4 Material -The provisions <~A schedule - SD* shall apply, a) The suitability of foundation of placing embankment materials thereon and all materials proposed for use in construction of embankment shall be determined by the Executive Engineer well in advance on the basis of Laboratory Test results. Chemical and Physical tests of the material proposed for construction, of embankment shall be carried out to ensure that the soil does not contain soluble lime content, soluble lime salt content or cohesion less fines, in quantities harmful to the embankments, b) Material for construction of embankment should be free from the organic material. Unless otherwise directed by the Superintending Engineer/ Executive Engineer all materials shall be deposited in embankments so that cobbles, gravel and boulders are well distributed through other material and not nested in any portion within or under are embankment as per clause 6.4 of I.S. 4701-1982. c) Suitable excavated material available from the cut off trenches, foundation excavation for structures, removal of ramps obstruction removal on the upstream and downstream of surplus weirs and excavation in surplus course and any such excavations, shall be used for construction of adjacent embankments and also embankments of deficit reaches. d) After completing the construction of embankments with the materials as indicated in (c) above, material required for the construction of balance embankment shall be obtained from the borrow areas. e) The soils and morum excavated and useful for construction of the embankment shall be classified by the Superintending Engineer / Executive Engineer as impervious and Semi-Pervious based on Laboratory Test results. They shall be utilized on the embankment work. 1.5 Preparation of ground surface for embankment: a) Clearing site ; Specification 2.0 shall apply. b) Stripping: Specification 3.1.8 shall apply. TABLE-1 DEPTH OF STRIPPING Depth of stripping SI. Type of vegetative cover on the soil No. 1 Soil containing light grass cover 5.0 to 7.5 centimeters 2 To the bottom of Agricultural land ploughed zone.

CONTRACTOR

SUPERINTENDING F.NGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally S";-,rj ^'""hi Project .' .0 c' Package-I Vol-III- Techl.Spe < t Jarth Dam, #

(1) The stripping .shall be done in-advance. (2) No separate payment will be made to the contractor for complying the requirements of this paragraph and all costs shall be deemed to have been included in the quoted amount, (3) Where the ground surface under any embankments is not suitable determined by the Engineer-in-Charge for foundation of the embankment such as sand mixed BC soils, the contractor shall strip the area under the embankment of such unsuitable material to such depths as may be directed by Engineer-in-Charge. (4) All the stripped material shall be deposited beyond the catch drain at the rear toe of embankment. c) All portions of excavation made for test pits or other subsurface investigations, all holes, hollows and all other existing cavities found within the area to be covered and to the extent below the established lines of excavation for embankment seat shall be filled in earth of the corresponding zone of the embankment and suitably compacted. The pits of surface boulders shall be filled with suitable material and compacted at no extra cost. d) Pools of water shall not be permitted in the foundation for embankment and such water shall be drained and cleared prior to placing the first layer of embankment materials. e) On sloping ground or in case of existing banks, where embankment portions are to be modified, benching of slopes shall be done with a little slope towards the inside of beaching so as to give a good grip to the embankment soil with the sub-grade. Unless otherwise specified the benches shall be 0.3.X.0.6.m. on the front and rear slope of the embankment. Before benching, the bank slopes shall be cleared of all roots and vegetables matter as per specification 2.0. No separate payment will be made for either benching or refilling. The rate quoted for raising embankment is inclusive of above operations. The bank section shall be brought to design standards by filling the scours with suitable material and compacting to 98% proctor density by suitable measure of compaction. f) Soil foundation: The ground surface under embankment and area of bed filling wherever necessary ( except rock surfaces ) shall be loosened or scarified making open furrows by means of a plough, or ripper or any other methods to a depth of not less than 200 mm. deep below the stripped surface at intervals of not more than 1m. to the satisfaction of the Engineer-in-charge. Roots or other debris turned up during scarifying shall be removed from the entire foundation area for the fill. The areas under the embankments shall be sprayed by sprinkler before the construction of embankment begins. The moisture content shall be optimum.

CONTRACTOR

' SUPERINTENDING ENGiNEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.FLKanthanapally Sujala Sravanthi Project Phase-1 Package-I Vol-Ill- Techl.Specification of Earth Dam,

g) Rock foundation: The treatment of the rock surface under the embankment shall be done so as to ensure tight bond between embankment and the foundation. This shall be done by the following procedure. i) The area of the rock surface which is to be in contact with the embankment shall be fully exposed by removing all the loose and disintegrated rock having the surface of rock rugged. Hard rock projects and overhangs shall be removed. If blasting is to be resorted to, care shall be taken to avoid objectionable shocks to foundation rock. As far as possible the whole contact area shall be exposed at one time to enable examination of rock surface characteristics and planning the method of treatment. ii) Exposed rock shall be benched. 1.6 Compaction; a) General: The earth compacting equipment specified in Appendix-Cof I.S. 4701-1982 shall be used for compacting the soils shown against them. The compacting equipment shall confirm to the relevant. I.S. Specification. While the I.S. Specifications specify the compacting. It is contended that the use of improved compaction equipment for embankment construction shall be encouraged as may be most suited to the site conditions and the programme of construction. The methods of compaction shall confirm to clause 7.2, 7.2. 2and 7.2.3.of I.S. 4701-1982. 1.7 Cohesive Materials: a) When each layer of material has been prepared so as to have the proper moisture content uniformly distributed throughout the material, it shall be compacted by passing the roller. The layer shall be compacted in strips over lapping not less than 0.30 Meter. Rolling shall commence at edges and progress towards centre longitudinally. The roller shall travel in a direction parallel to the axis of the bank. Turns shall be made carefully to ensure uniform compaction. Density tests shall be made after rolling and dry density attained shall be not less than 98% of the maximum dry density (standard proctor) as obtained in the laboratory for the type of material used. The density achieved shall not normally be less than the designed density. The dry density of soil in field shall be determined in accordance with I.S. 2720 (Part-XXVII)-1974 or I.S. 2720(Part. XX1X)-1975.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

P.V.N.R.Kanthanapally Sir? '" c~>"3r*h Project


I !..IM:-I Package-I

Vol-III- Techl.Spei

.<->; <> hirili

Dam,

b) Standard proctor density test shall be carried out at regular intervals to account for variations in the borrow area materials as well as that in situ excavated material. Not less than three tests shall be carried out to indicate variations in the standard proctor density attained in laboratory. c) Engineer-might review the design if necessary on examination of density test results and the contractor shall have no claim arising out of such a review and consequent change, If any, in the design. d) i) in case embankment covers the barrels of cross drainage or any other structures, first 45cm. of the embankment shall not be compacted with roller but it shall be compacted with pneumatic/hand tampers in thin layers. The compaction above this layer of total 45cm shall be done by using suitable light rollers to avoid damage to the structure, by adjusting the thickness of layers until sufficient height is achieved to permit compaction by heavy rollers. Density test shall be conducted form time to time on site to as certain whether the compaction is attained as specified above. ii) Separate tests shall be conducted for each zone of the embankment for every 1500 cubic meters of compacted earth work; at least one field density test shall be taken in each layer. Minimum two density tests shall be taken in each layer per day irrespective of the quantity of earth work specified above. In case the test shows that the specified densities are not attained, suitable measure shall be taken by the contractor either by moisture correction or by entire removal and relaying of layer or by additional rolling so as to obtain the specified density which shall be checked again by taking fresh tests at the same locations. Necessary unskilled labour required for carrying out such density tests shall be provided by the contractor. e) Compaction shall be achieved by the use of smooth rollers pneumatic type rollers, sheep foot rollers, "mechanical compactors like vibratory rollers, vibrating plates, power rammers, slope compacting equipment, pneumatic tamping equipment and such other equipment as shall be specified by the Engineer based on type of material and actual field tests. f) The dimensions and weight of the rollers should be such as to exert a ground pressure of not less than 12 kg/cm2 of tamping when it is empty and 25kgs/cm2 when ballasted. The number of passes required for each layer to obtain the specified density shall be determined by actual field tests. 1.8 Cohesionless Materials; a) Where compaction of cohesion less free-draining material such as sand and gravel is required, the materials shall be deposited in horizontal layers and compacted to the relative density specified. The excavating and placing operations shall be such that the material, when compacted, shall be blended sufficiently tp secure the highest practicable degree of compaction and stability. Water shall be added to the materials, if required to obtain the specified density depending on the method of compaction being used.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

10

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-111- Techl. Specification of Earth Dam,

b) As per clause 6 f -?..1 of I.S. 4701-1982, the thickness of embankment layer shall not exceed 25cm. (Loose) before compaction and it should be spread over the full width of embankment and compaction shall be done by rollers or tampers to obtain specified density. The thickness of the horizontal layers after compaction shall not be more than 10cm.. If compaction is performed by tampers, not more than 15cm. If by 8 to 10 tonnes rollers and not more than 30cm.. If compaction is performed by vibratory or pneumatic rollers or similar equipment. The relative density of the compacted materials shall not be less than 70 percent as determined by laboratory tests as per I.S 2720 Part -XIV.If compaction is performed by internal vibrators, the thickness of layers shall not be more than the penetrating depth of the vibrator. 1.9 Embankment without controlled compaction a) No materials shall be placed in any section of the earth fill protion of the embankment until the embankment seat for that section has been approved by Executive Engineer. b) Where the natural ground surface is above the maximum water level but below the top of the embankment, the embankment shall be built in layers not exceeding 15cm. in thickness and to the full width of embankment. Each layer shall be commenced from the edge farthest from excavation. It shall be compacted with two ton roller. c) The excavating and hauling equipments shall travel over the embankment to evenly distribute the material and compacting effort over the whole surface. 1.10 Embankments with controlled compaction : a) Bushes, roots, sods or other perishable or unsuitable material shall not be placed in the embankment. b) (i) Unless otherwise specified, embankment materials shall be spread in successive horizontal layers generally not exceeding 25cm, in thickness (loose layer) in the zones where these are required to be laid, extending to the full width of the embankment including slopes at the level of the particular layer. Each layer shall be commenced from the edge farthest from excavation. In no case shall embankments be widened by material dumped from the top. ii) Top of each layer shall be kept slightly depressed in the centre. c) i) Extra width of 600 mm. in thickness as measured perpendicular to the slope shall be provided on either side so that when compacted, lines of the finished embankment slopes shall have not less than specified density.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD, J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

11

P.V.N.R.Kanthanapally Sujala Sravanthi Project ?h:uc-.' Package-I Vol-IIl- Techl.Spec , <><<< u n, f,,rth Dam,

ii) Later the extra width shad be neatly trimmed and the trimmed material shall be permitted or re-use in embankment at higher elevations. iii) No payment shall be made for providing removal of the extra section. Removal >of extra section in the embankment shall be deemed to have been included in the item of compaction, d) Thickness of layers shall be adjusted with particular type of compactors used to give the required density by carrying out trial compaction and requisite tests and required number of passes should also be determined as directed by the Engineer. e) No fresh layer shall be laid until the previous layer is properly watered and compacted as per requirement. The work of spreading and compaction shall be so adjusted as not to interfere with each other and in such a way that neither of the operations is held up because of noncompletion of the rolling and watering. The surface of the banking shall at all times of construction be maintained true to required cross section. If the surface of any compacted layer of earth fill is too dry or too smooth it shall be moistened and scarified to provide a satisfactory bonding surface before the succeeding layer is placed. All the rollers used on any one layer of fill shall be of the same type and same weight. f) The contractor shall ensure that only approved soils are used for construction of embankment. g) For proper bond of the embankment done in the previous season with the new embankment, the work shall be carried out as detailed below. i) In case of the old bank to extended horizontally. It shall be cut to a slope not steeper than 1 in 4 and the surface so prepared shall be scarified and made loose at least for a depth of 15cm. Necessary watering shall be done and the earth surface shall be thus prepared to receive the new embankments. The soils shall be laid in layers and compacted to the required degree of compaction to have a proper bond with the old one. ii) If the old bank isto.be raised vertically, vegetation shall be cleared followed by scarifying, watering and placing of the new earth layer as specified above. iii) The surface which are damaged due to rain shall be made good by filling with proper soil duly compacted by tampers. A cross slope away from the centre of canal of about 1 in 80 shall be maintained throughout the rainy season to ensure, proper drainage in the event of occasional rainfall. No extra or separate payment shall be made for these items of work.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

12

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-III- Techi Specification of Earth Dam,

h) Settlement allowance: i) The canal embankments shall be constructed to a higher elevation than that shown on drawings at the rate of 2,5cm. per every one meter height of bank if power driven equipment is used and 25cm/lmt height if other than power driven equipment is used for compaction towards Shrinkage /Settlement. ii) No extra or separate payment shall be made for this work as this shall be deemed to have been included in the respective item of construction and consolidation of embankment. iii) Care shall be exercised that all large clods are broken and no clod bigger than say 8cm. rock, are buried in the banks. i) Homogenous Section: The homogeneous section for canal embankments shall be provided as specified in the drawings. The available coarser and more pervious materials shall be placed nearby outer slopes in order to have increasing permeability from inner to outer side. The compaction shall be carried out as per clause 6.6.2 of I.S. 4701-1982. j) Zonal Embankments: In Zonal sections the selected and approved soils shall be spread to the required widths of respective zones. All the zones shall be tackled simultaneously.and the difference in level between zone to zone shall not be more than 150mm. 1.11 Moisture content: a) The initial moisture content of the material shall be determined at the source of supply (all excavations including from the borrow areas) in field laboratory test. Prior to and during compaction operations, the embankment shall have, optimum moisture content required for the purpose of compaction and this moisture content shall be fairly uniform throughout the layer, as per clause 6.6 of I.S. 4701-1982.In so far as practicable the moistening of the material shall be performed at the site of excavation but such moistening shall be supplemented as required by sprinkling water at the site of compaction, if necessarily. Flooding shall not be permitted under any circumstances. Sprinkling of water shall be done either through a proper sprinkler tanker or using proper spray nozzles. Sprinkling straight from the water house shall not be allowed. b) If the earth delivered to the embankment is too wet, it shall be dried by aeration, exposure to the sun, ploughing, disc harrowing or other methods, till the moisture content is reduced to acceptable optimum for compaction. If due to wet weather, the moisture content cannot be

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

13

P.V.N.R.Kanthanapally Sujala Sravanthi Protect h <t>L-I K.Lkdge-1 Vol~ISl~ Tech!.Specified'^ i of iZu-,,i Darn,

reduced to the required optimum by the above procedure, work on compaction shall be suspended until such time the earth has dried to the optimum moisture content. For such suspension of work no extra claim by the contractor shall be allowed. c) If the moisture content is not uniformly distributed throughout the layer or less than the optimum roiling shall be stopped and shall be started again only when the above conditions are satisfied. After adding the required amount of water, if found necessary, the soil shall be processed by means of harrows, rotary mixers or as otherwise approved until the layer is uniformly wet to optimum moisture content. d) Moisture content of each layer of soil shall be checked in accordance with I.S. 2720(Part-ll) 1973 and unless otherwise mentioned shall be adjusted, making due allowance for evaporation losses that at any time of compaction, upto-1%'to +2%than the optimum moisture content in casing zones and up to +1%to -1%than the optimum moisture content in the hearting zones may be permissible. The optimum moisture content shall be determined in accordance with I.S. 2720(Part-VII) 1973. The above compaction tests will be conducted by the Engineer or his authorized representative and the contractor shall ensure compaction till it is satisfied that 98%of the maximum dry density at OMC is obtained. 1.12 Special Precautions: a) During the actual construction of any earth work, maximum use should be made of construction plant and routing of the plant should be carefully controlled to obtain uniform compaction over as wide an areas as possible. Care should also be taken during the compaction operation to shape the surface of the works to facilitate the shedding and to minimize the absorption of rain water, particular attention being given to the prevention of pending of water. The contractor shall do this at the end of each day's work. b) The earth moving machinery shall not be allowed to pass over a compacted portion of the embankment beyond certain limits by varying the hauling routes and ramps, thus ensuing that over compaction does not take place in any particular reach. c) During the Construction, a small transverse slope from centre towards the edges shall be given and further in the reach when bank is being raised, the works shall be tackled in continuous horizontal layers to avoid pools of water and concentration of water during rains, which will cause damages, scours and rain gullies.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

14

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-i VoI-lII- Techl. Specification of Earth Dam,

d) Special precautions shall also be taken while rolling the spread soil near structures, conduit, slujce barrels, filters, rock toes at the junctions of bank connections with the structures, using hand or power tampers, it is essential that the compaction of filling should be carried out in such a manner as to avoid an unbalanced thrust on walls etc., which might displace or damage it. The equipment shall be provided with suitably shaped heads to obtain the required density. i.13 Embankment test section: Test Embankment section shall be built as directed by the Engineer-incharge prior to starting fill operations or at an early stage of embankment construction. The test section shall be used to establish. i) Layer thickness of fill materials ii) Optimum practicable moisture content. iii) No. of passes of sheep foot roller/vibratory roller for effective compaction. 1.14 Measurement and Payment; Embankment with excavated Soils, and borrowed Soils. The quantities between the levels taken after stripping and cross sectional levels taken after construction of consolidated embankments with the available useful excavation soils and with the soils obtained from borrow areas within the pay lines shall be worked out excluding rock toes and filter. It shall be clearly understood that construction of embankments of extra widths and extra height formed for shrinkage allowance as specified in proceeding paras will not include for payment.

1.15

Refilling of key trench and consolidation: a) Key trench shall be back filled with impervious material of the same specifications and in the same manner, as for the impervious hearting zone of the embankment of the canal. The impervious soils shall be placed in continues and approximately horizontal layers not more than 25cm.(loose) thick and compacted by 8 to10 Tonne power roller under optimum moisture content. b) Rolling shall be done along the key trench and the roller shall be taken close to the sides of the trench. c) In cases where the compaction by rollers is not possible, compaction to the required density shall be achieved by such other means as specified by the superintending Engineer/ Executive Engineer. d) Each layer shall be compacted to achieve the required dry density of not less than 98% of the maximum dry density (Proctor's density)for the type of material at optimum moisture content.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

15

P.V.N.R.Kanthanapally Sujala Sravanthi Project *!,U5>: K-cK^ge-I Vol-Hl- Techl.Specificai '> / .>/ u "i lam,

e) Watering of material for its compaction shall have to be arranged by the contractor at his cost as the quoted rate for consolidation of Schedule 'A' is inclusive of watering. f) During placing and compaction of impervious soils in the key trench where dewatering is involved, the sub soil water level at every point in the key trench shall be maintained below the bottom of the earth fill until the compacted, fill in the key trench at that point has reached a height of 3m. after which water level shall be maintained at least 1.5m. below the top of compacted fill. g) The quantity for payment shall be the volume of key trench measured in cubic meters. The unit for payment shall be ten cubic meters, 1.16 Compacting by other than Power Driven Equipment; a) This shall conform to that of embankments compacted by power driven equipment except that instead of using power driven rollers ordinary rollers driven by tillers shall be adopted for compaction if the work is at small magnitude. No manual compaction shall be allowed except through the use of pneumatic tampers only. Thickness of layer shall not exceed 150 mm before compaction (loose). Each layer shall be compacted to not less than 98% dry density (Proctor's density) at optimum moisture unless otherwise specified. Any loose soil shall be removed by trimming and bringing embankment and side slopes of canal to the section shown on the drawings. Slope compacting equipment and pneumatic equipment should be used. Measurement and rate for payment shall conform to para 3.2.14 slope compacting equipment and pneumatic tamping equipment should be used.

b)

c)

d)

e)

1.17

DOWEL BANKS: a) b) Dowel Banks shall be constructed to the dimensions, grades, slopes as shown on the drawings. Payment will not be made for construction of Dowel Banks.

CONTRACTOR

SUPERINTENDING ENGlNI-:F.R,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

16

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-III- Techl. Specification of Earth Dam,

118 Weather Conditions: a) Embankment soils shall be placed only when the weather conditions are satisfactory to permit accurate control of the moisture content in the embankment material. Before closing work in embankment, in any continuous reach prior to setting of monsoon, the top surface shall be graded and rolled with a smooth wheeled roller to facilitate run-off way , Prior to resuming work, the top surface shall be scarified and moistened or allowed to dry as necessary. b) The Contractor shall provide suitable protection works protect the slope from erosion due to rain water. No payment whatsoever shall be made for providing such protection work and rectifying any monsoon damages. 1.19 BORROW AREA CONSIDERATION;

a) The contractor shall use only the suitable soils for formation of embankments, out of the soils excavated under the provisions of Schedule 'A' if they are proved to be suitable, based on Laboratory test results, and if they are with in the Economic lead. Other wise the contractor shall borrow the soils from the borrow area after test checking the suitability of the soils for the embankments for particular embankment work. b) The contractor shall be allowed to borrow the soils from the fore shore areas of Reservoirs/tanks, up to the MWL contour and on the sides of the river, where the department is having provision to borrow or exploit the soils. The contractor car* avail this provision. If, for any reason the contractor is not interested to borrow the soils, from the above said areas the Contractor is free to borrow the soils from any other places of his choice. c) The responsibility for arranging and obtaining the land for disposal of spoil and the land for borrowing or exploitation in any other way shall rest with the Contractor, who shall ensure smooth and uninterrupted supply of materials/earth for the quantity required in construction during the construction period. 1.20 BORROW PITS: 1) The borrow pits shall not normally be more than 25M in length, and 10M in width and 11/2 M. depth. A clear spacing of one meter between each pit shall be left out. Each pit shall be clearly peg marked and number tags of the pits shall be maintained. 2) In the case of earth dams unless otherwise specified the borrow pits shall not be located within a distance of 10 times the height of the embankment on the upstream side and two times the height of the embankment on the down -stream side.

CONTRACTOR

SUPERINTENDING ENGINEhR.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

17

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IU- Tee hi.Specification of Earth Dam,

3) The depth of .the pits shall be so regulated that their bottom does not cut the hydraulic gradient line having a slope 4:1 from the top edge of the embankment. 4) In no case the pits shall be located within 5M. from the toe of the embankment. If there are old pits in the borrow area the new pits shad be located one meter away from them. 5) If the contractor excavated the pits near to the toe against to the above clauses and the same is observed at any time during or after the execution of work, the contractor has to fill the same pits with the soils suitable for hearting zone of embankment and compact to 98% proctor's density at the cost of contractor. 1.21 Stripping of borrow areas; a) Borrow areas shall be stripped of top soil and any other objectionable materials to the required depths as ordered by the Superintending Engineer/Executive Engineer (Stripping operations shall be limited only to designed borrow areas) materials from stripping shall be deposited of in exhausted borrow areas are in the approved adjacent areas. Particular care shall be taken to exclude all organic matter from the borrow area. The cleared areas shall be maintained free of vegetable growth during the progress of work. b) No payment shall be made for removal of top soil on borrow area. 1.22 Moisture Control at Borrow Areas: a) Borrow area watering shall be done by the Contractor in the manner specified by the Engineer -in-charge. b) No payment shall be made for watering the borrow area or drying the material in borrow area or on bank to reduce extra moisture content or for delay due to this. c) The cost for such works shall be deemed to have been included in the rate in schedule 'A' for the item of compacting borrow quantity. 1.23 Measurement and payment: No separate payment will be made for this item. It shall be included in the price bid quoted in Schedule 'A'.

CONTRACTOR

SUPERINTENDING ENG!NEER,I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

18

P.V.N.R.ICanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-HI- TecH,Specification of Earth Dam,

1.24 CLAY BLANKETS; a) Scope : Clay blankets are made from impervious soils and are used on the beds of reservoirs or in channels or canals reduce seepage. b) Requirements: The materials issued for these purpose, shall be impermeable, free from excessive shrinkage and swelling, shall resist erosion and have adequate stability. As for as possible, G.C or S.C. materials shall be used. When satisfactory soils are not available, the surface shall be protected with a blanket of stable gravelly soils if so instructed by the Engineer-in-charge. c) Laying: the clay blankets shall be laid and compacted to 98% proctors density to a tengtfrand depth. d) Measurement: Dimension shall be measured to the nearest 0.01 M. and volume worked out to the nearest 0.01 cum. 1.25 Backfilling:Back filling with selected material in foundation of key trenches around structure. 1) General: a) The type of material used for backfill, and the manner of depositing the material, shall be subject to approval of the Engineer-in-charge. As far as practicable, back fill material shall be obtained from the excavation for structures or from adjacent canal excavation or from the excavation of the other ancillary works. Back filling shall be done with approved material after the concrete or masonry is fully set. Backfill material shall not contain stone larger than 7.5cm. Size. The pervious materials (sand) with perfused watering used for back filling around the cut off wall shall be placed as shown on drawings or as directed by the Engineer-in-charge. Backfill shall not be placed against retaining walls until the retaining wall is cured adequately and is strong enough to take lateral pressure of the backfill. Trimming of the sides of excavation against which the backfill is to be laid shall be delayed until immediately prior to back filling and any excessive drying of the surface shall be conditioned properly and made adequately moist to avoid potential desiccation of the rock or partly compacted/consolidated materials.

b) c)

d)

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

19

P.V.N.R.Kanthanapally Sujaia Sravanthi Project Pliar.e-I Package-! Vol-UI- Techl. Specification of Earth Dam,

e)

The backfill material shall not be placed against retaining walls until the retaining wall is cured adequately and is strong enough to take lateral pressure of the backfill, Trimming of the sides of excavation against which the backfill is to be laid shall be delayed until immediately prior to back filling and any excessive drying of the surface shall be conditioned providing adequate earth cover over pipe to prevent damage due to toads of construction equipment, If a haul road is built over a pipe, ail back fill around and over the pipe shall be placed to a uniform surface and no humps or depressions shall be permitted at the pipe crossing,

f)

2)

Compaction of Backfill; a) When compacting the soil against the steep rock, abutment walls of masonry or concrete structures, the construction surface of embankment shall be sloped away from the rock or masonry or concrete structure leaving a minimum distance of 0.6 metre and at an inclination of 3:1, Roller shall not be used close to structures as structural damage is very likely more particularly when structures have not been fully cured. The size and weight of equipment will depend on nature of material, the height and load assumed in design of structure. The backfill close to the structure up to the rolled layer shall be compacted in suitable uniform layers, using pneumatic tampers as appropriate to obtain dry density of at least 98% of Proctor density. The moisture content of the earth fill placed against rock or the structure shall be on higher side of OMC by about 2% or so, to allow it to be compacted into all irregularities of the rock. Profuse watering shall be done to pervious materials (sand) before compaction as per instruction, shall be carried out with special care without claiming any extra cost. b) No payment shall be made on back filling around the structures and consolidation as the cost of the same shall be deemed to have been included in the relevant item of concrete/masonry payment shall not be made in full till the contractor carries out the compaction of backfill as per the above specifications. Deployment of hand tampers be restricted to rare usage that too very small jobs.

3) Structures on backfill; Where the original ground surface is below the base of the structure all fill required for the structure foundation and all fill upto the bottom in the pipe shall be placed as compacted embankment. The embankment over natural ground upto pipe bottom and over the pipe shall be laid in
~~~.-,-j~~,^ ,.,;+i-. ^ i ^ , i r . ^ n n A n o c .-..-.,-1 n o c ic VQO n( -moc: Tho

compacted back fill shall be placed in horizontal layers not exceeding 15cm. after compaction.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

20

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-i Package-I Vol-III- TecM.Specification of Earth Dam,

1,26 Inspection and Tests; 1) General: a) The Engineer-in-charge shall maintain and exercise through check on the quality of fill material delivered to the embankment and shall arrange to obtain the data and in-situ properties of the material after compaction for compression with design assumption. To achieve these objectives, a programme of field testing and inspection shall be planned to effect quality control to IS 9001 requirement. b) Scope of testing and inspection: Filed control of fill material shall be required by visual and laboratory checks. The checks on the effectiveness of placement and compaction procedures shall be made by field density tests at prescribed intervals. 2) Tests The following tests shall be carried out for determining compaction. a) b) c) Density moisture relation of the soil: In accordance with l.S.2720 (Part. VII) 1980. Density of the Soiling Filed: In accordance with l.S. 2720 (Part .XXVIII) 1974 or I.S.2720 (Part .XXIX) 1975. Moisture Content: In accordance with l.S. 2720(part .II) 1973. Before compaction: Materials delivered to the fill shall be visually examined and their properties estimated by way of inspection.

3) Embankment I. Moisture content tests shall be carried out in the field laboratory while placing the fill materials. II. Moisture content shall be controlled by adding water or allowing the soil to dry. III. It shall be ensured that the methods of dumping, spreading and moisture conditions are such as will result in reducing segregation and/or variation of moisture content to a minimum. 4) Borrow Area i. Excavation of borrow areas shall be limited in extent and depth as indicated in specification.3.2.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

21

P.V.N.R.Kanthanapally Sujala ~artN Project Pbjst-' Package-I Vol-Ill- Techl.Specificuiun oj Earth Dam,

ii.

Estimation of moisture content of materials by visual examination arid feel, Different samples shall be taken for laboratory analysis in case the soil is of different characteristics, These inspection checks shall be supplemented by sampling the materials at prescribed minimum intervals and by testing the samples in the laboratory for gradation and moisture content,

iii.

Dyring Compaction; It is intended that the checks in operations during compaction shall verify, i) That the layer thickness of the material is as specified, ii) That the fill is compacted at least to 98% of standard proctor's Density or (Dry density at OMC) or 70% relative density as the case may be. iii) That no excessive rutting, waving or scaling of the fill occurs during compaction.

5) After compaction; The condition of the fill after compaction shall be observed and recorded particularly with respect to rutting or waving. However, the properties of materials after compaction shall be determined primarily by field density tests. Routine tests on samples taken from constructed embankment shall include besides density tests, grain size distribution, Attenberg limits, permeability, shear and consolidation characteristics. 1.26,1 Frequency of Testing: a) It will be necessary to carry out sampling and testing of materials before and after compaction at sufficient frequencies so that effective checks on the full operations are maintained. Testing frequencies proposed should correspond to the frequencies as mentioned in the relevant paragraphs. However, the actual frequencies shall be adjusted to suit the nature and variability of materials placed and the rate of fill placement. b) Testing shall be performed at frequent intervals than those specified in table during initial stages of placing in each zone in order to establish control on testing techniques and also testing should be conducted at higher rates in case of special problem of control caused by such factors such as material variation, equipment performance and weather.

CONTRACTOR

SUPERINTENDING ENG1NEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

22

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-I Vol-III- Techl.Specification of Earth Dam,

c) Compaction: Test location shall be chosen only through random sampling technique. Control shall not be based on the result of any other test but on the mean value of 5 to 10 density determinations. Generally these shall be at the locations indicated below or any other areas so determined by the Engineer-in-charge in addition to these tests shall be made at the following locations. 1) in areas where the degree of compaction is doubtful. 2) In areas where embankment operations are concentrated. 3) For record tests at the locations of all embedded instruments. Areas of doubtful density may be detected by the inspection by Engineer-in-charge and possible location of insufficient compaction include. i) ii) iii) iv) v) vi) vii) viii) ix) The junction between areas of mechanical tamping and rolled embankment along abutment or cut-off walls. Areas where rollers turn during rolling operations. Areas where too thick layer is being compacted. Areas where improper water content exists in material. Areas where less than specified number of roller passes were made. Areas where dirt clogged rollers were used to compact the materials. Areas where compacted by rollers that have possibly lost part of their ballast. Areas where oversized rock which has been over looked is contained in the fill. Areas containing materials differing substantially from the average.

1.26..2

Record and Report: Record of borrow area material and embankment placing operations shall be maintained in order to have a continuous check on the suitability and availability of fill materials and quality of fill. Thus, shall be possible to have complete description of materials in any portion of the embankments. The record shall be maintained on the form specified in ANNEXURE-1. Field Test Data: Records of Field Test Data results should be presented in the form of statistical analysis sheets and summary sheets in order to provide
ouimwi ict^uncu I U I o m u l o c n ifct 11 v/i oicurouvscii lol^UiifcJi i r o i n o Ui uic

1.26.3

specifications.

CONTRACTOR

SUPERINTENDING ENGINHER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

23

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-I Vol-III- Techl.SpecificiuioK cj Earth Dam,

Test data summary sheets and inspection reports be used to form the basis of construction control report, which should be issued from the site at fortnightly intervals, during construction season, The report would contain narrative accounts of the progress and problems of field constructions, statistical analysis of test data and photographs of the fill operations. The data sheets and analysis reports may be kept in computers and sent on line to the Executive Engineer/Superintending Engineer and Chief Engineer in-charge of the Project for monitoring.

ANNEXURE-1 Earth work Daily Report: Name of work: Date shift Inspector Type roller equipment used Weight of roller 1. 2. 3. 4. 5. 6.

Weather Following Inspector _

A) EXCAVATION Type of Excavator, Depth of Cut. Type of Soil. Borrow pit location. Whether water added at borrow pit. Percentage of moisture content. (B) FILL CONDITIONS

1. 2. 3. 4. 5. 1. (a) (b) 2. 3. 4. 5. 6.

Location of fill Elevation Weather water added at the fill Moisture content before rolling Roller passes. (C) TEST DATA Location of sampling point Chainage Off-set Serial Number Moisture content Dry density (G/C) Plasticity needle readiny (Kg/Sq.cm.) Quality of Earth Work rolled .

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

24

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-HI- Techl. Specification of Earth Dam,

LABORATORY CHECK 1. 2. 3. 4. Serial Number Optimum Moisture content percent, Maximum dry density (Gr/CC) Plasticity needle reading (Kg./Sq.Cm) (D) COMPACTION EFFICIENCY 1, 2. Field moisture deviation from optimum Percentage Compaction,

1.27 Surface Drains: a) The local drainage from the local of the catchments shall be collected at the lowest points along the spill channel and necessary inlets are to be constructed as per the approved drawings issued. by the competent authority/ Chief Engineer, CDO, Hyderabad. b) This work shall consist of constructing surface drains, Schedule of work shall be so arranged that the drains are completed in proper sequence with canal excavation works as necessary subsequently or no damage is caused to these works due to lack of drainage. c) Surface drains shall be excavated to the specified lines, grades, levels and dimensions. The excavated soils shall be removed from the area adjoining the drains and is found suitable utilized in embankment construction. All unsuitable soils shall be disposed off as directed. d) The excavated bed and sides of drains shall be dressed to bring these in close conformity with the specified dimensions, levels and slopes. e) Proper drainage of the working area shall be planned and executed in proper sequence with other works as approved by Executive Engineer with view to ensure adequate drainage for the area. 1.28 Rockfill in Toe of Embankments and filters: Scope: This specification covers filters to be laid for internal drains sandy filter blankets, horizontal and inclined filter drains, longitudinai arid transverse filters around rock toe etc.,

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

25

P.V.N.R.KanthanapaIly Sujala Sravanthi Project Phase-I Package-I Vol-lll- Techi. Specification of Earth Dam,

1.28.1 Filters; i) ii) Sand as filter materials; the provisions of schedule ! D' shall apply. Scope : Formation of sand filters of specified thickness using the sand of approved quality including cost and conveyance of sand sampling, testing and laying with all leads, lifts, deiifts and compaction to 70% relative density including hire and operational charges of power roller seigniorage charges and all other incidental and operational charges necessary to complete the finished item of work for filter blanket, horizontal and inclined filter drains, longitudinal and transverse filters around rock toe etc., as per drawings and as directed by the Engineer-in-charge.

1.28.2 BASE FILTER BLANKETS: a) As and where indicated in the approved drawings, Filter Blanket should be laid on the base, under the down stream portion of the canal embankment. The number of layers in the filter blankets and the thickness of each layer shall be, as specified in the drawings. Sand shall be placed and compacted to an average relative density of 85% with a minimum relative density of 70%. The sand shall be placed and tamped in place in such a manner that mixing of sand with foundation or backfill materials will not occur. The filter materials should satisfy the following criteria. i) D. 15 of Filter material > 4 < 20 D. 15 base material P. 15 of Filter material < 5 D. 85 base Material D. 50 of Filter material < 25 D. 50 base material Coefficient of Curvature CC = (D30)2 >1<3 D.10xD. 60 V) Co-efficient of Uniformity: Cu = and Cu = D.60 > 6 for SW D.10 D.60 > 4 for GW D.10

ii)

Hi)

iv)

Where SW: Sand well Graded and GW. Aggregate well graded.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chintfaagattu,Warangal.

26

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-1 Vol-HI- TeeMSpecification of Earth Dam,

b)

The base filter materials should be well graded so as to satisfy the above mentioned criteria. The grain size Curve should be approximately parallel to that of base materials, especially in the fine range. Filter materials should not contain more than 5% of fines i.e. materials finer than 0.075 mm. (passing through sieve No2000 I.S. sieve 75 micron) and fines should be cohesion less to ensure that filter does not sustain a crack. The filter should not have particles larger than 75mm. so as to minimize the segregation. D. 15 is the size at which 15% of the total soil particles are smaller, the percentage being by weight, is being propped, to be determined by mechanical analysis. D.85 size is that at which 85% of the total soil particles are smaller. As more than one filter layer is required, similar criteria is followed in each case, viz., the finer filter is considered as base materials for the selection of the gradation at the coarser filter. The requirement for grading of the filter shall be established by the tests conducted in the filed laboratory on the basis of mechanical analysis of adjacent materials, Mechanical analysis shall be performed of all samples, which have been compacted by the methods equivalent to compaction by roller, so that the individual particles are broken to their field condition in the embankment. The filter materials shall be compacted to an average relative density of 85% with minimum relative density of 70% as determined by the standard U.S Bureau of Reclamation (Relative density test for cohesionless free draining soils) Dd = emax-e e - max -e min. Where "e" e max e min void ratio = = = = In place void ratio void ratio in loosened state void ratio in most compacted state, and Volume of Voids Volume of solids

c)

d)

e)

The relative density may also be computed using the maximum and min. density as follows. Dd = Yd max (Yd-Y min)/Yd (Yd max-Yd. min)

CONTRACTOR

SUPERINTENDING ENGINHHRJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

2?

P.V.N.R.KanthanapaIIy Sujak

--.".'P-oject ^'laA-i r .vkage-I Vol-HI' Techt.Specific'i, t oj ho Dam,

Where Yd Max = Maximum dry density of soil as obtained by the laboratory procedure Yd min = Minimum dry density dry density of soil as obtained by the laboratory procedure, Yd = The dry density at which the soil is to be placed or the in place dry density, f) The thickness of each filter layer shall be less than 150mm,

1,28.3 Placing of Filter: a) Filters shall be laid to the lines and grades and dimensions shown on the drawings. b) The foundation shall be cleared and stripped in accordance with specification 2.0 before laying the bottom layer of filter material. c) Filter material shall be laid in layer of 150mm. adequately watered and compacted by required number of passes of crawler type tractor or any method approved by the Superintending Engineer to get dense and stable filter. d) Care shall be taken to ensure that materials of different layers do not get mixed both at the time of placing and during compaction. Extreme care shall be taken when placing materials to obtain fill free lenses, layers and streaks of segregated materials. e) In case of horizontal filters after being compacted earth fill material shall be laid over it in layers of 150mm and compacted as directed by the Engineer-in-charge sheep foot roller or DRR shall not be used till earth has been laid and compacted to a thickness of 600mm. over the filter blanket. However, the construction of earth fill in the initial 600mm thickness shall be subject to the same quality control regarding moisture content and dry density as for the rest of the embankment. f) In case of inclined filter, the filter shall be raised along the adjoining embankment layers and shall be properly compacted by suitable means. In order to avoid contamination of filters with adjoining earth fill material, the top of filter be kept slightly higher than the adjacent embankment level and any contaminated portion shall be scrapped and removed before adding the new layer.

CONTRACTOR

* SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

28

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-Ill- Techl.Specification of Earth Dam,

1.28,4

Measurement The measurement shall be in meters correct to 0,01 meter and volume shall be worked out to nearest 0.01 cubic meter, No separate payment will be made and it shall be included in the price bid.

1,29 Metal Filters;, a) Material; Provisions of Schedule 'D! shall apply. b) Scope:- Formation of metal filters of specified thickness using approved quality of well graded metai of size 10mm. to 75mm at the specified place including cost and conveyance of metal, sampling, testing sand laying with all leads, lifts, delifts, watering, compacting, seigniorage charges and all other incidental and operational charges necessary to complete the finished item of work as per drawings and as directed by the Engineer-incharge. c) Placing : i) ii) The coarse aggregate filter shall be laid to the lines and grades and dimensions shown on the drawings. Filter materials shall be laid in layers of 150mm. adequately watered and compacted by any method approved by the Executive Engineer to get a dense and stable filter, a fill free from lens, layers and streaks of segregated materials. In case of horizontal filters, after being compacted, earth fill material shall be laid over it in layers of 150mm. and compacted as directed by the Superintending Engineer/Executive Engineer sheep foot roller or DRR shall not be used till earth has been laid and compacted to a thickness of 600 mm over the filter blanket. However, the construction of earth fill in the initial 600 mm. thickness shall be subject to the same quality control regarding moisture concrete and dry density as for the rest of the embankment. In case of inclined filters, the filter shall be raised along the adjoining embankment layers and shall be properly compacted by suitable means. In order to avoid contaminations of filters with adjoining earth fill material, embankment level and any contaminated portion shall be scraped and removed before adding the new layer. Measurement: All linear measurement shall be in meters correct to 0.01 meter. Volume shall be worked out to nearest 0.01 cubic meter.

iii)

iv)

1.30

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

29

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lII- Techl.Specification oi'Di.-'ii :\,,,

1.31

Rock fill in Toe of embankment fRock toe) a) b) Material; Provisions of schedule 'D* shall apply, Scope; Formation of Rock toe using approved quality of well graded metal and stone of size 75mm to 450 mm including cost and conveyance of metal, sampling, testing laying with all leads, lifts, delifts, and at least 225 mm thick rough stone dry packing to the .external face including labour charges for packing, seigniorage charges and all other operations necessary to complete the finished item of work as per drawings and as directed by the Engineer-in-charge. Rock fill shall consist of sound, durable and well graded broken rock obtained from approved excavation work and/or from quarries and shall be approve prior to being transported to the areas of deposition. The materials shall range in size from 75 mm to 450mm. However, no load shall contain more than 15 percent by volume of rock fragments smaller than 75mm in size. All brush roots, or other perishable material shall be removed from rock fill during the spreading. Placing ; i) The rock fill shall be constructed, true to the lines and grades as shown in the drawings. The rock fill shall be placed and packed to obtain a suitable well graded and free draining fill. The smaller rock fragments shall be placed adjacent to the filter of embankment and large rock fragments near the outer edge of the fill. The rock fill shall be placed and roughly leveled in layers not greater than one meter in thickness. The stones shall be properly hand packed and the inter slices shall be well filled with spells and chips and tightly wedged to ensure firm packing so as to have dense, will graded fill with no larger voids and cavities. Contamination of rock toe with finer material from any other zones shall be avoided.

c)

d)

ii)

iii)

iv)

v)

vi)

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

30

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-I Vol-Ill- Techi.Specification of Earth Dam,

vii) Suitable out fall for draining out the seepage water collected in rock toe shall be provided depending upon the site conditions, 1,32 Measurement: All linear measurement shall be in meters, correct to 0,01 volume shall be worked out to nearest 0.01 cum. 1.33.1 1.33.2 CUT-OFF WALL SCOPE OF WORK 1) The Works provided for in this specification consist of furnishing all plant, labour, material and services necessary for constructing a plastic-concrete cut-off wall through bouldery alluvial deposits at the dam site, to the dimensions specified herein and/or as indicated on the drawings. 2) The Contractor shall further set-up, equip, operate and maintain a field laboratory for sampling, testing, mix design and quality control, for all work related to the cut-off wall construction. 1.33.3 STANDARDS 1) Unless otherwise specified, the standards and recommendations of the Indian Standards Code of Practice IS: 14344-1996 and IS:456-2000 shall be followed in respect of all materials, equipment and performances. 2) In case of differences between the Indian Standards and the Specification given herein, this Specification shall take precedence. 3) In case there are procedures or methods etc. for which an Indian Standard has not yet been issued, other generally wellknown Standards shall be accepted as substitutes, such as the Japanese and British Standards (BS), the German Industrial Standards (DIN), or those of the American Society of Testing and Materials (ASTM) or the American Petroleum Institute (API), in this order of preference. 1.33.4 SUBMITTALS 1) Submittals listed herein are related to items which require the consent of the Engineer-in-charge and are to be made by the Contractor before the appropriate work may proceed. 2) With his tender, the Contractor shall submit detailed plans and descriptions of all the following matters related to the construction of the cut-off wall:

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.l.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

31

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-1 Vol-lll-TecM.Specifici ' / ,fun" L\ .

Name and references of specialised sub-contrn:,>or r employed for work on the cut-off wall.

-n

Names and experience records of specialist staff v#ho will work-on the wall. Plant and equipment to be used: full description (type and capacity) and drawings for the following items: - Trench excavation plant - Bentonite slurry plant - Slurry cleaning plant - Batching and mixing plants - Equipment for transport and placing of concrete Sampling and testing of materials: List and details of equipment for sampling and testing, detailed programme of mix design for plastic-concrete and selection criteria, detailed programme for quality control of bentonite, bentonite suspension, plastic-concrete mix and hardened plastic-concrete. Qualifications and experience of the Contractor's proposed personnel. List and details of equipment and methods to be used to check and verify the depth, width, verticality, continuity, and progress of concrete placement. Testing programme to determine slurry loss, penetration and filtration. The period required for any preliminary on site mix trials, excavation trials and the taking of slurry and plastic-concrete samples from the trench. The method of treatment and contaminated bentonite slurry. disposal of spoil and

Programme of work and detailed working procedures and sequences (method statements).

3) Within 28 days from the date of issue of Notice to Commence, but before procuring or mobilising the equipment to the Site, the Contractor shalJ update the data listed above, and any subsequent amendments and additions to them shall have to be agreed to by the Engineer-in-charge and the Contractor, 4) At least 56 days in advance of the start of placing of any plastic or conventional concrete for the cut-off, the Contractor shall submit to the Engineer-in-charge the following: Test results on aggregates, and results of mix designs and trial mixes for plasiiu uuncrete, which the Contractor proposes to use for the construction of the wall.

CONTRACTOR

SUPERINTENDING ENG(NEER,I&CADD

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,WarangaI.

32

P.V.N.R.Kanthanapally Sujaia Sravanthi Project Phase-! Package-I Vol-IH- Techi. Specification of Earth Darn,

Notification of the source, characteristics, method of delivery and storage of cement, bentonite, aggregates and admixtures,

5) The Contractor shall request certificates from the suppliers for each consignment of materials to be incorporated in the Works and submit them to the Engineer-in-charge for approval. These certificates shall state the grade and quality of the materials in the consignment and the results of all tests carried out thereon. 6) The Contractor shall submit to the Engineer-in-charge for approval a weekly work programme and plan indicating detailed location of excavation work, excavation rates, details of concrete placement and comparisons between volume to be excavated and concrete placed in each section to be completed. This weekly programme shall be submitted to the Engineer-in-charge not later than Wednesday of the previous week. 7) Before commencement of any plastic concrete placing in any section or panel of the cut-off trench, the Contractor shall prepare a checklist describing all significant preparations for the specified work, such as cleaning of the bottom of the excavation, the density of the slurry, depth of the trench and submit this list to the Engineer-in-charge who, after approving it, will instruct the Contractor in writing to commence placing of plastic concrete in that particular section or panel. 8) During trench excavation and concrete placement the Contractor shall,prepare daily reports in which he shall record construction progress, samples taken, tests performed and difficulties encountered. These reports shall be made available to the Engineer-in-charge at all times and must contain at least the following information; Commencement and termination of each excavation section. Checks performed during excavation to ensure verticality, width, and continuity of the wall. Details of any unusual obstructions encountered (e.g. boulders in excess of 0.5 m) and the time spent in dealing with and removing them. Quantities and quality of bentonite and water used to produce the slurry suspension, and major losses of slurry, if any. Quantities, quality, and mix proportions of cement, water, bentonite, admixtures and aggregates used to produce plastic-concrete. Date and time of start and completion of panel concreting.

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

33

P.V.N.R.Kanthanapally Sujala ^rwantM Priect


fJIid-c-i i'.K.-age-I

Vol-IIl- Techl. Specifics n of lev '/ Dam,

Location, length and width of panels, and their depth, Sampling and testing performed and summary of results; materials rejected. Numbers of personnel employed during the various stages of the wall construction and names of the responsible inspectors and foremen; details of time spent on site. Equipment used, Directives received from the Engineer-in-charge, and requests made. Any special material or procedures employed. Any other observations.

9) The Engineer-iri-charge reserves the right to require any additional information deemed necessary to be included in the Contractor's daily reports and weekly work plans. 1.33.5 MATERIALS Bentonite 1) Pulverised bentonite shall be used to produce the slurry suspension. The proportions of the slurry shall be altered to meet construction conditions by adding appropriate admixtures at the discretion of the Contractor who in any case shall be responsible for the proper consistency of the slurry and for the stability of the trench excavation. 2) The bentonite used to produce the slurry shall be in accordance with the latest 'edition of the American Petroleum Institute Standard 13A. 3) For any one ton of bentonite used, the moisture content shall not deviate by more than 2%; the apparent viscosity by more than 2cP and the gel strength measured at 10 minutes by more than 0.023 N/m2. 4) The Contractor shall test one sample of bentonite slurry per panel under the same conditions as those under which testing was carried out by the supplier or manufacturer, at the date work on the panel is commenced. 5) Composition: The bentonite shall be the high swelling sodium base bentonite consisting mainly of the clay mineral montmnriilonite. No .more than 20% of the particles shall be larger than 74 microns and the liquid limit shall not be less than 300%.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

34

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IH- Techl.Specification of Earth Dam,

6) Purify:' - Montmorillonite content: 90% min. - Native sediments: Nil - Chemical compositi \ ~ >dium montmorillonite: 60% minimum; Calcium a -. . -gnesium montmorillonite: 40% max. Water Clean water shall be used to produce bentonite slurry. The Contractor shall use a source that shall comply with the tests specified. The quality of the water used for the Works shall comply with 1S:458 or equivalent, Cement The properties of cement shall comply with the Standards described for concrete given in Section 9 : "Cement". Admixtures If the design of the slurry and/or the plastic concrete includes admixtures, these admixtures shall have been successfully used on previous cut-off walls contracts, or their effects shall be demonstrated in trial mixes prior to the commencement of the Works. Admixtures shall comply with IS:9103. Aggregates Coarse aggregate shall consist of sound naturally rounded wellgraded gravels when they are available in the locality or of crushed sound rock suitable for making concrete, as specified in Section "Concrete". Fine aggregate shall be sand which conforms with Grading M of IS:383 and also complies with Section "Concrete". Bentonite Suspension (Supporting Slurry) 1) The slurry used to maintain the stability of the trench/panel excavation shall satisfy the following requirements Continuous support of the excavation, Solid particles are kept in suspension, The slurry can be easily displaced during concreting, The slurry shall not cause pollution of the ground or of surface or groundwater before, during or after use.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

35

P.V.N.R.Kanthanapally Sujala Vol-III- Techl.Specifici

ject :age-I Dam,

2) The constituents of the slurry suspension shall be mixed thoroughly to produce a homogeneous mix. The temperature of the water used in mixing of the supporting slurry at the time of commencing concrete placement shall not be less than 5C. 1.33.8 Plastic-Concrete The plastic-concrete mixture shall consist of Portland pozzolana cement, water, coarse and fine aggregate, berttonite and approved admixtures. 1.33.7 Concrete Concrete for the head of the cut-off wall shall be manufactured according to the specification given in Section-6 "Concrete". 1-33.8 MIX DESIGN 1) The Contractor shall prepare and submit a detailed mix designing programme for plastic concrete to be used for the cut-off wall construction. The plastic concrete shall have the following main properties: Maximum grain size 30 mm > 1.5 MPa > 2.5 MPa

2)

Unconfined compressive strength (28 days) Confined compressive strength (crc 0.4 MPa) Strain at failure (unconfined test) Permeability <10" m/s
8

> 5%

The Contractor shall perform all required tests on this concrete which shall include, but not be limited to the following: Density of mix Viscosity, consistency Setting time Unconfined compressive strength Triaxial stress-strain behaviour Permeability Erosion resistance Slump The Contractor shall prepare reports containing all test results, a detailed evaluation of them and a proposal of the mix which it is intended to use for construction.

3)

CONTRACTOR

SUPERINTENDING ENGINE1-R.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

36

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-III- Techl. Specification of Earth Dam,

1.33.9

QUALITY CONTROL 1) The Contractor shall perform with a regular frequency quality control test of the berstonife suspension and the concrete mixes. 2) Quality tests of the bentonite suspension are given in Appendix B. 133,18 3) The test for quality control of plastic-concrete shall be in accordance with- relevant IS codes together with the tentative acceptance criteria. These acceptance criteria may be somewhat adjusted based on the results of the mixes the Contractor proposes to use. The Contractor shall vary the proportions of the mix to achieve the desired strength and deformation properties of the plastic-concrete,

Table 1.33.1: Quality Control Tests for Plastic-Concrete Type of test Aggregate grain size Slump Air content Temperature Unconfined compressive strength (28 days) Testing frequency Once per 300 m3 Once per 60 m3 Once per 60 m Once per 60 m
3 3 3

Testing method IS :2386(Part 1) IS: 1199 IS: 1199 Thermometer 150 0 x300 mm high

Acceptance criteria Design 18 cm + 1.5 cm 1.4-1.7% 5 - 35 2.0 0.5 MPa

3 cylinders / 60 m

Confined strength 3 cylinders / 60 m3 Triaxial test (28 days): ac = 0.4 MPa Strain at failure in unconfined test Young's modulus Permeability Once per 300 m3 Once per 200 m
3

3.0 0.5 MPa

5 - 7% Triaxial test Triaxial test 200 - 400 MPa < 1 x10"am/s

4) Ordinary reinforced concrete which will be used for the cap at the head of the cut-off wall shall be tested according to the specification given in Section B.6 "Concrete".

CONTRACTOR

SUPERINTENDING KN(JINIVER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

37

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- Teehi.SpecffkafiqmqBEarth Dam,

1,33.10,

EQUIPMENT Equipment for Excavation 1) The Contractor shall consider in his bid that the equipment for excavation must be suitable for gravely and sandy soils, permeable and semi-permeable, with pebbles, and in which there are embedded individual blocks and large boulders of generally sound, hard rock, 2) The equipment for excavation of the slurry trench must be suitable to reach the specified depth and maintain a minimum specified width as per the approved design requirements. The equipment shall also be able to clean the contact with the bedrock at the bottom of the cut-off trench. 3) The equipment must be able to achieve an excavation finish which ensures a continuous wall and tight joints between the panels. Only equipment and procedures will be accepted which the Contractor can demonstrate to the satisfaction of the Engineer-in-charge have proven satisfactory in previous projects of similar magnitude and alluvial material of similar characteristics, in particular containing boulders and blocks. 4) Whatever equipment the Contractor intends to use, he must demonstrate that it can at all times satisfy all requirements given in these Specification. Equipment for Mixing and Placement of Slurry 1) For mixing and placement of the slurry the Contractor shall provide a plant comprising a mixing facility of the type Venturiflash or equivalent capable of producing a colloidal suspension of bentonite in water, a mechanically agitated sump, pumps, valves, hoses, supply lines, and small tools, all as may be required for a continuous supply of slurry to the trench. The slurry sumps are used to give the slurry sufficient hydration time and serve as reserve in the case of losses of slurry across permeable zones in the trench walls. Final, full details of the equipment for mixing and placing of slurry shall be submitted to the Engineer-in-charge for approval, within 28 days of Notice to Commence. 2) All slurry must be mixed in the plant, and mixing in the trench will not be permitted.

CONTRACTOR

SUPERINTENDING ENGINKKR.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony, Chinthagattu, Warangal.

38

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- Techl. Specification of Earth Dam,

Equipment for Cleaning the Trench Bottom and Regenerating the Slurry The Contractor shall provide equipment whir"'" -' * bles the extraction of slurry, sediments and rock debris from t *- _ > ttom of the cut-off trench and for the cleaning (regeneration) c tr,-_- slurry, by removing from it excess sediments and residues from drilling and excavation work, so that a pure bentonite slurry can be obtained for reuse, Equipment for Placing the Concrete (Backfilling of the Trench) The Contractor shall employ suitable equipment, such as tubes, hoses, pipes, for placing the concrete into the trench by the tremie pipe method. In particular, the Contractor shall avoid contamination of the concrete by slurry or the inclusion of slurry pockets into the placed concrete, Equipment for Testing and Quality Control 1) The Contractor shall provide equipment suitable for carrying out material tests on the slurry and on the plastic-concrete. These tests shall be performed according to approved well-known standards, such as ASTM, API, DIN, BS, and others. 2) The Contractor must make available suitable tools, devices and instruments for verifying at any time the depth, width and verticality of the cut-off trench and the progress of concrete placement. These shall include a state-of-the-art sonar sounding device. 3) All readings and results of testing and quality control must be presented in clear and comprehensive form and must be submitted on a continuous basis to the Engineer-in-charge. 1.33.11. EXECUTION General 1) The Contractor shall use appropriate methods and procedures for the construction of the plastic-concrete cut-off wall. This work includes but is not limited to the following activities: Excavation: The excavation of the cut-off trench, or sections of the trench, to a minimum required width along the dam axis. The wall shall extend down through the underlying alluvial materials to the depth required or as instructed by the Engineer-in-charge following his monitoring of the excavation. Stabilisation: The walls of the cut-off trench must be stable during all execution work and until backfilling of the trench with plastic-concrete has been completed.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

39

P.V.N.R.Kanthanapally Sujala '*"*i P'iect Vol-lII- Teehl.Specificoi on of Lo> ~'i lam,

Depth control: The progress of excavation mus: be continuously checked, and the control measures taken must be able to verify that trench excavation has reached the alluvium/bedrock contact surface across the full valley width. Cleaning; Prior to placing of concrete, the bottom of the cutoff trench must be cleaned in order to remove sediments, residues from drilling and all other unacceptable material from the bedrock surface. Avoidance of slyrry contamination; Placing of plastic concrete into the trench shall proceed in such a way that contamination of the concrete by slurry or deformation of the trench walls are prevented. Wall head: The top of the cut-off wall will be provided with a head of shuttered reinforced concrete.

2) The Contractor shall provide adequate and safe access roads to the storage areas or silos of the materials needed for the construction of the cut-off wall. The width of the working platform for cut-off construction shall provide sufficient working space and for all excavation and concreting plant, and for the transport of materials. 3) All spoil material from the cut-off excavation and all surplus bentonite supporting slurry shall be properly disposed at an authorised location. The high pH value of the bentonite slurry may place constraints on spoil disposal. Disposal of all materials shall be carried out in compliance with all relevant Indian Law and Regulations. Excavation Setting Out 1) Setting out of the line of the cut-off wall shall be the responsibility of the Contractor, based on information provided by the Engineer-in-charge. Before start of construction of the cut-off wall, the Contractor shall mark the alignment of the wall with suitable identifiable pins or markers. The Contractor shall provide and maintain co-ordinated setting out points throughout the duration of the Works. 2) Setting out of the wall shall be to a centreline positioned with a tolerance of 50 mm, whereas the maximum horizontal deviation of the constructed panel from the centreline shall be 1 5 mm at the top level of the cut-off wall.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

40

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-1 Vol-Hl- Tech!, Specification of Earth Dam,

Guide Walls 1) A suitable guide wall shall be used in conjunction with the method of excavation to ensure stability of the strata near ground level until concrete has been placed. During construction the level of support slurry in the excavation shall be maintained within the guide wall or stable ground, so that it is not less than 1500 mm above the level of external groundwater at all times. The wall shall extend at least 500 mm below ground level or the surface of the working platform, or to any other such depth as will maintain stability of the upper soils during the panel excavation and as may be approved, 2) The finished inner faces of the guide walls shall be vertical with a tolerance of 1 in 200, The minimum clear distance between the inner faces of the guide walls shall be the specified cut off wall thickness plus 50 mm. Material to be Excavated Based on the results of his own site investigation activities (additional boreholes), the Contractor shall revise the actual conditions of the ground and his selection of the most appropriate equipment. The Contractor has to be aware that the excavated material corresponds to sand and sandy gravel, as well as boulders and individual large blocks of sound hard rock. Depending on the amount of fines which may be present in certain pockets the ground may be permeable or semi-permeable. Rock Surface 1) The rock surface on the Tender Drawings is based on the results of the site investigations described in the Information for Tenderers and earlier geological reports on the Project. It is, therefore, only approximate and the elevations etc. shown between drill holes have been estimated by interpolation. The Contractor has to expect and allow for variations in the position of the alluvium/rock contact surface as shown on the Drawings. Therefore, prior to excavation work the Contractor shall make at least six additional cored drill holes, in order to establish with a better precision the position of the bedrock line. The method of drilling shall permit the continuous withdrawal of samples from alluvium, boulders, blocks and bedrock. The location of these drill holes shall be proposed by the Contractor and approved by the Engineer-in-Charge. The drill holes should penetrate the bedrock by about 10 to 15 m.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

41

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-Ill- Techi Specific Dam,

Continuff^ The method and procedure to be employed in the excavation must guarantee the continuity of the cut-off wall, i.e. produce a wall without open joints and without open areas in any plane, such that at each cross section of the wall, especially in the joints of alternating panels, the concrete has the specified contact. After excavation of each panel, the surfaces of the walls of the trench, and the alignment and depth of the trench section have to be checked. The Contractor has to re-excavate, at his expense, those sections which do not comply with the requirements of continuity between sections, and/or the minimum thickness of the wall. For re-excavation, it may be necessary to first fill the poorly excavated zones with concrete. Verticality During excavation and on completion of each panel, the Contractor shall verify its verticality in the presence of the Engineer-in-charge. The Contractor shall employ methods and procedures which allow maintaining verticality with a deviation that assures the continuity of the wall at its joints. Cleanliness of Excavation Bottom Prior to placing reinforcement or concrete the Contractor shall clean the base of the excavation of as much loose, disturbed and remoulded materials as practical and in accordance with the method of construction. Immediately before filling a section of the trench with plastic-concrete, a full check of the condition of the section shall be made in the presence of the Engineer-in-charge. 1.33.12 Stability of the Excavation 1) The Contractor is responsible for maintaining the stability of the trench walls permanently and shall select equipment, methods and procedures which are able to fully satisfy this objective. 2) The thickness of a panel shall be not less than the specified minimum cut-off wall thickness. The length of any panel may be varied to suit an individual Contractor's equipment subject to any upper limits on length as specified. Within these constraints the Contractor * shall be responsible for selecting panel dimensions, which ensure stability. 3) The Contractor shall comply with the following requirements with respect to the slurry to be used for stabilising the excavation:

CONTRACTOR

SUPERINTENDING ENGIN'EERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

42

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-HI- Techl.Specification of Earth Dam,

The bentonite powder shall be mixed thoroughly with water by a suitable high shearing action mixer until all lumps have been broken up and dispersed within the mix. The proportion of bentonite to be included shall take into account the theological properties of the bentonite such that the slurry shall be sufficient to maintain the stability of the excavation in the ground conditions encountered, In order to minimise the risk of collapse of the trench faces, the level of the slurry in the excavation will be kept at least 1500 mm above the groundwater table of the adjacent terrain and not more than 0.5 m above the level of the working platform, except when, in the opinion of the Engineerin-charge, the losses of slurry would be excessive. In this case the Contractor, with the approval of the Engineer-incharge, could reduce the distance between slurry level and groundwater level. The Contractor shall make every effort to minimise the slurry losses but without compromising his responsibility to maintain the stability of the excavation. The slurry placed into the excavated trench must be circulated and agitated continuously employing adequate equipment. The slurry requirements must be maintained at all times including non-working periods and stoppages. The Contractor shall provide equipment of sufficient capacity to clean the slurry of unacceptable quantities of rock debris and sediments from the excavation. The Contractor shall check the slurry periodically to verify its capacity to retain the walls of the trench and if necessary shall remove excess solid particles from the suspension. The volume of slurry being used shall be measured and recorded so as to ensure that no excessive loss to surrounding strata will occur. Should such loss be detected and continue despite the addition of further slurry, or approved additives, and the stability of the trench be placed at risk, the Contractor shall immediately inform the Engineer-in-charge and take remedial action as necessary to preserve the stability of the trench. After excavation and prior to concreting a panel, the entire volume of slurry in the excavated panel shall be circulated to remove all sand, gravel and other contaminants, and shall be replaced by circulated clean, fresh regenerated bentonite slurry containing not more than 3% of sand and gravel. In addition this replacement slurru should have a unit weight of between 1.05 and 1.10 t/ m3.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

43

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- TechLSpecificaHo,; <] Em-Ji Dam,

1,33.13 1)

Placing of Plastic Concrete In the Cut-off Trench Concrete placement cannot be started until each excavation step has been approved by the Engineer-in-charge, Concrete shall be placed as soon as possible after excavation of a section or panel has been completed, the bottom of the trench has been cleaned, and the slurry circulated. If, after circulation and cleaning of the slurry, more than two (2) hours elapse before the start of concrete pouring, the circulation and cleaning process has to be repeated, Concrete placement has to be a continuous process without interruption until the level of the top of the wall as indicated on the Drawings is reached. The workability and method of placement of the concrete shall be such that a continuous monolithic concrete panel of the full cross-section is formed, and the placed concrete is dense and homogeneous. Before commencement of concreting of a panel, the Contractor shall satisfy the Engineer-in-charge that adequate operational equipment, labour and materials are available to allow the placing in the specified time of the plastic concrete needed to construct the panel in a single continuous operation. The concrete batches shall be placed without any interruptions of duration long enough to allow a previously-placed batch to achieve a stiffness which would prevent proper bonding with a subsequent batch. Should such an interruption occur, the Contractor has to remove and replace the concrete in question. No spoil, liquid or other foreign matter shall be allowed to contaminate the concrete. The concrete shall be transported from the mixing plant to the position of the panel in such a manner that segregation of the mix does not occur. Internal vibrators shall not be used to compact concrete placed in the panels of the cut-off wall. Concrete shall be placed through tremie pipes in one continuous operation. Where two or more pipes are used in the same panel simultaneously, care shall be taken to ensure that the concrete level at each pipe position is kept about the same. The increase in the level of the concrete in the trench has to be checked regularly. The Contractor shall perform this check at several points of a section being concreted. The maximum distance between tremie pipes shall not exceed 3 m. All hoppers and tremie pipes shall be kept clean and watertight at all times. The pipe shall extend to the base of the panel and every time concreting is started a sliding plug or barrier shall be placed in the pipe to prevent direct contact between the first charge of concrete in the tremie and the slurry.

2)

3)

4)

5) 6)

7)

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

44

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IH- Tec hi. Specification of Earth Dam,

8) The tremie pipes shall be progressively withdrawn as the concreting proceeds, but the pipe shall at all times penetrate the concrete to depth of at least 3 rn until completion of concreting. The internal diameter of the tremie pipe shall be of sufficient size to ensure the easy flow of concrete. It shall be so designed that external projections are minimised, and the internal face of the tremie shall be free from projections. 9) The depth of the surface of the concrete shall be measured and the embedded length of the tremie pipe recorded at regular intervals for each batch of concrete. The depths measured and the volumes placed shall be plotted immediately on a graph during the concreting process and compared with the theoretical relationship of depth against volume. 10)The Contractor shall be allowed to re-circulate and reuse the slurry, if he so chooses, but he shall be responsible at all times for the quality of, the slurry. The slurry which is not reused shall be disposed in an ecologically acceptable manner with the approval of the Engineer-in-charge. 11)Reinforcement shall comply to relevant sections. The head of the cut-off wall shall be reinforced as shown on the Construction Drawings. Reinforcement shall accurately conform in size and position to the requirements of the Contract Drawings and of the approved Shop Drawings. 1.33.14 Construction of Wall Cap Upon completion of the concrete cut-off wall, construction of the wall cap may proceed in the following steps; 1) Demolition of the guide walls and the upper parts of the completed wall down to the elevations shown on the Construction Drawings. 2) Roughening of the surface of the plastic concrete of the cut-off wall to ensure adequate bonding of capping concrete placed on top of and against the sides of the cut-off wall. 3) Fixing the cap concrete reinforcement within the formwork provided for pouring the cap and placing of the copper strip of the joint with the plinth is mounted, followed by placing of plain cement concrete to form the cap. 4) Once the shuttering is removed all means have to be taken to protect the copper strip as this has to form part of the joint between wall and plinth.

CONTRACTOR

ffpRINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

45

P.V.N.R.KanthanapalIy Sujala "n-*h: n'ect


,v-' >- . . age-I

Vol-III- Techl.Specified, , -,t w< , < 'Jam,

1.33,15

Control Measyres for the Cut-off Wall 1) The Contractor shall demonstrate by sounding methods approved by the Engineer-in-charge that the completed cut-off is continuous over its entire area. In particular he shall prove that at panel joints the maximum offset between adjacent panels shall not exceed 100 mm, and that along any joint the thickness of the wall is nowhere less than the width specified on approved drawings. 2) Table 1.33,1 lists control items and their frequency of application which the Contractor shall consider during excavation and concreting of the wall. The Contractor may propose control methods other than listed in table shown below, however, these shall be subject to approval by the Engineer-incharge. Table 1.33.1: Control Measures for Cut-off Wall
Control item Stratigraphy (Soil/rock profile) Depth of panel Bottom of wall on or inside bedrock Vertically of wall Control method Excavation and geotechnical logging of trench Plumb line with measuring scale Frequency of control test Continuously Once per panel

Drilling of holes in excavation, Once per panel examination of excavated material Two measuring plumb lines attached on either side of grab, Koden equipment or similar Hydrofrase / Trench cutter with ENPAFRAISE and KODESOL or similar Inclinometer Hydrofraise / Trench cutter graphical output Concrete dying or other similar methods Every 10 m along the wall

Degree of overlap of adjacent panels

Once per panel

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.CoIony,Chinthagattu,Warangal.

46

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-HI- Techi.Specification of Earth Dam,

1-33.16

MEASUREMENT AND PAYMENT General 1) The Unit Prices provided in the Schedule shall include all costs necessary for the proper execution of the Works in accordance with this specification, taking into account the physical and climatic conditions at the site. The following related activities will not be measured for payment and their cost has to be included in the Unit Prices: Removal and disposal of spoil from the cut-off trench. Disposal of bentonite slurry. Corrective measures arising from non-compliance with the specifications or with the directions given by the Engineer-incharge. Record keeping as specified. All other incidental activities required for the construction of the cut-off wall.

2) All costs pertaining to the supply, transport, assembling, dismantling, and removal of the materials and equipment necessary to perform the Works shall be included. Guide Wall The measurement of guide walls will be based on linear metres, separately for each side of the trench. The unit price shall include the cost for all formwork, installation of reinforcing bars, concrete placing and the removal of the guide walls after completion of the cut-off wall. 70% will be paid after construction of the guide walls. The remaining portion will be paid after removal of the guide walls. Cut-off Wall 1) Excavation for the cut-off wall will be measured and paid according to square meters of wall. The unit price shall include: Setting out of the trench. Trench excavation. Bentonite slurry preparation, conveyance to trench, slurry circulation and cleaning, monitoring stability of trench and all quality control activities. Checking the cleanliness of the trench bottom. Measurement will be made to the bottom of each panel of the wall.

CONTRACTOR

SUPHRINTKNDING HNGINi-ERj&CADD,, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

47

P.V.N.R.Kanthanapally Sujala Sravanthi Project


" i.st . ..Kage-I

Vol-HI- Techl.Specific"- <,r> oj Lo ,. Dam,

2) Placement of plastic concrete will be measured arc aaicf according to square metre of wall. The unit price snail include; Supply and placement of plastic concrete (tremie concrete), Joint construction. All mix designs, testing and quality control activities according to Clauses 1.33.8. and 133.9 Measurement will be to the bottom of each panel of the wall. Supply of material, aggregates, cement, bentonite etc., and water. Any deficient and wasted material (slurry, concrete, etc.) which has to be removed and replaced due to Contractor's non-compliance with the specifications or Engineer-incharge's directions, and al! related cost shall be borne by the Contractor, Any material which the Contractor places or uses for his own convenience, Developing alternative sources of material (e.g. aggregates) by the Contractor with the resulting additional material testing.

Removal of the Upper Portion of the Wall The measurement for removal of the upper portion of the wall will be based on linear meters and shall include demolition of the upper part of the cut-off wall and preparat^n of a roughened contact area with the concrete cap, as indicated on the Drawings, and removal of the protective fill and re-compaction of the disturbed area. Wall Cap Construction of the wall cap comprising form work, reinforced concrete, supporting pad, and Waterstops and Joints. Tests 1) All costs associated with testing of construction materials and monitoring of the excavation as described in this Section shall be borne by the Contractor, who shall make allowance for such expense in the Unit Prices for the cut-off wall. 2) These shall include but not be limited to the following: The costs for all tests to be carried out prior to the start of the Works, i.e. testing of bentonite powder, water, bentonite slurry, cemor.-t aggregates, concrete mixes, etc.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., .' J.Chokka Rao D.L.I.Scheme Circle, K. C. Colony,Chinthagattu, Warangal.

48

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-IH- Tec hi. Specification of Earth Dam,

.+ 6
Routine tests for quality control during execution of the cut-off wall carried out by the Contractor as specified herein and as directed, Monitoring of the excavation for verticality and continuity before concrete placement by specialised equipment, Other material tests required during execution of the Works to be carried out by one or more approved testing laboratories. Preparation, storage, handling, curing and delivery of samples to a laboratory designated by the Engineer-in-charge, if so required for additional independent testing

3) Should the Contractor fail to adhere to his testing and monitoring, all tests deemed necessary by the Engineer-incharge to check the manufacturing and placement of the slurry for stabilisation, or the concrete for the cut-off wall will be performed by the Engineer-in-charge or by a laboratory assigned by him, at the Contractor's expense. 1.33.17 CUT-OFF WALL: APPENDICES APPENDIX A - DEFINITIONS 1) Cut-off Wall A cut-off wall is a cast-in-place wall, excavated under a supporting slurry (bentonite slurry) and concreted, by tremie pipe, with normal or plastic-concrete. It is usually carried out in a two-phase process with elements known as panels constructed in a "primary/secondary sequence" with joints made by stop-end tubes. Excavation is performed either by grabs or by reverse circulation cutters. The wall shall serve as hydraulic barrier to water seepage beneath the rock fill dam. 2) Tremie Pipe Method The tremie pipe method is a procedure to place concrete under a supporting slurry (slurry). The concrete is introduced without contamination and under avoidance of dilution and/or segregation through a pipe whose lower end is submerged in the already placed concrete. The concrete column in the pipe must not be interrupted and the supporting slurry must not enter the pipe.

CONTRACTOR

SUPERINTENDING ENCJINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C. Colony, Chinthagattu,Warangal.

49

P.V.N.R.Kanthanapally Sujala Srav<inrfii Prm'ect Vol-III- Tec hi. Sped)Icat </ La- /'< Imm,

3)

Guide Walls Guide walls are used v --^ -J ound surface to ensure positional tolerance, to avoid SL - - - osion and to spread temporary loading. Guide wall ?-<: e c itial for maintaining the correct alignment of the wall B-Z f f >"Gtde a reservoir for the support slurry. The guide wall must be sufficiently robust to support any applied pressures from the ground and forces from the walling equipment. In particular, it should be able to support the surcharge from construction plant, the weight of the reinforcement cage if this is suspended off the guide wall and the reaction force from jacks if these are used to withdraw stop and pipes. The guide walls should be founded in soils of sufficient strength & stability to minimise the possibility of under cutting beneath the guide wail.

4)

Supporting Slurry A supporting slurry, i.e. a suspension of fine-grained solid material (or slurry), preferably bentonite or other high-plastic clays, in water which prevents collapse of the trench during excavation and concrete placing. Bentonite "Bentonite" is an ultra fine clay whose principal mineral constituent is sodium montmorillonite Cement Cements are hydraulic binders, the main constituents of which are anhydrous calcium silicates and aluminates; with water they give hydrated silicates and aluminates and free lime. Hydration is followed by a crystallisation of these hydrates, which is the origin of the set and hardening of cement Admixtures Admixtures are to ensure a good workability of the concrete. They affect the set time and the placing characteristics of a concrete mix. Mixing and homogenisation Mixing refers to the preparation of a bentonite water suspension. The time taken for full hydration, at which bentonite attains the desired flow properties depends on the method of mixing. A well-mixed slurry must be fully hydrated. Homogenisation refers to the agitating of the slurry in the trench with the purpose to reverse the process of segregation.

5)

6)

7)

8)

9)

Joints The interface between two adjacent wall panels is known as joint. Joints shall be watertight by taking special provisions during construction of the wall, such as stop-end tubes and sufficient overiapping where a panel is cast against a previously completed section.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

50

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-HI- Techl. Specification of Earth Dam,

1.33.18 B.1

APPENDIX B: TESTS FOR BENTON' rer SUSPENSIONS Harsh Fyrinel Viscosity Test Apparatus and testing method shall be according to American Petroleum Institute Recommended Practice RP 13B-1 as foilows: 1) Equipment: - Marsh Funnel A Marsh Funnel is calibrated to out-flow one quart (946 cm3) of fresh water at a temperature of 21 3C in 26 0,5 seconds. A graduated cup is used as a receiver. Specification Funnel cone- Length 305 mm -Diameter 152 mm - Capacity to bottom of screen 1500 cm3 Orifice - Length 50.8 mm - Inside diameter 4.7 mm -Screen 12 mesh Has 1.6 mm openings and is fixed at a level 19.0 mm below top of funnel - Graduated cup: one-quart (946 cm3) - Stopwatch - Thermometer 2) Procedure: (a) Cover the funnel orifice with a finger and pour freshly sampled slurry through the screen into the clean, upright funnel. Fill until slurry reaches the bottom of the screen. (b) Remove finger and start stopwatch. Measure the time for mud to fill to one quart (946 cm3) mark of the cup (c) Measure temperature of slurry in degrees C (d) Report the time to nearest second as Marsh Funnel viscosity. Report the temperature of slurry to nearest degree C.

CONTRACTOR

SUPERINTENDING ENG1NEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

51

P.V.N.R.Kanthanapally Sujala Sravanthi Project


' ' ^ i 1 - '-' .ige-I

Vol-Ill- Techl.Specificai

> Of

Oam,

Direct Reading, Fann V-G, or Rotational isconieter Apparatus and testing method shall be to American Petroleum Institute Recommended Practice RP 13B-1 as follows: 1) Equipment Direct indicating viscometers are rotational types of instruments pqwered by an electric motor or hand crank e.q. Fann Viscometer. Slurry is contained in the annular space between two concentric cylinders. The outer cylinder or rotor sleeve is driven at a constant rotational velocity (rpm). The rotation of the rotor sleeve in the slurry produces a torque on the inner cylinder or bob. A torsion spring restrains the movement of the bob, and a dial attached to the bob indicates displacement of the bob. Instrument constants have been adjusted so that plastic viscosity and yield point are obtained by using readings from rotor sleeve speeds of 300 rpm and 600 rpm. Specifications - Direct indicating viscometer Rotor sleeve Inside diameter Total length Scribed line ' 36.83 mm 87.00 mm 58.4 mm above the bottom of sleeve

Two rows of 3.18 mm holes spaced 120 degrees apart around rotor just below scribed line. Bob Diameter Cylinder length Bob is closed with a flat base and tapered top Torsion spring constant 386 dyne-cm/degree deflection Rotor speeds High speed Low speed 600 rpm 300 rpm 34.49 mm 38.00 mm

Stopwatch
Suitable container, e.g. the cup provided with viscometer i iiejifiiuiiifeuer. (u IUU u)

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

52

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-I Package-f Vol-IH- Techl.Specification of Earth Dam,

2) Procedure (a) Place a sample in container and immerse the rotor sleeve exactly to the scribed line. Measurements in the field should be made with minimum delay (within five minutes), if possible, and at a temperature as near as practical to that of the slurry at the place of sampling (not differ more than 6C). The place of sampling should be stated in the report. (b) Record the temperature of the sample. (c) With the sleeve rotating at 60 rpm, wait for dial to reach a steady value (the time required is dependent on the mud characteristics). Record the dial reading for 600 rpm. (d) Shift to 300 rpm and wait for dial reading to reach steady value. Record the dial reading for 300 rpm. (e) Stir slurry sample for 10 seconds at high speed (f) Allow trench slurry sample to stand undisturbed for 10 seconds. Slowly and steadily turn the hand-wheel in the direction to produce dial reading. The maximum reading is the initial gel strength. For instruments having a 3-rpm speed, the maximum reading attained after starting rotation at 3 rpm is the initial gel strength. Record the initial gel strength (10 sec gel) in lb/100 ft2(Pa). (g) Re-stir the slurry sample at high speed for 10 seconds and then allow the mud to stand undisturbed for 10 minutes. Repeat the measurements as in (f) and report the maximum reading as 10 minute gel in lb/100 ft2(Pa). 3) Calculation Plastic Viscosity (in cP) = (600 rpm reading) - (300 rpm reading) Yield Point (in lb/100ft2) = (300 rpm reading) - Plastic Viscosity Apparent Viscosity (in cP) = 600 rpm reading/2

Density test 1) Equipment A set of weight scales of sufficient accuracy to permit measurement of weight to within 0.1 g. A fixed volume container with a flat upper edge generally no smaller than 1.0 litre capacity with a closely fitting top plate

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

53

P.V.N.R.Kanthanapally Sujala Sravanthi Pmiect ige-i Vol-III- Techl.Specifica Jam,

2) Procedure (a) The empty fixed volume container and the top plate is carefully weighed and the weight is recorded. (b) The fixed volume container is filled to the top with slurry to be tested. The top plate is carefully slid across the top of the container to rest on the top of the container. Any excess slurry is removed to avoid errors. The container, top plate and slurry are carefully weighed and the weight recorded. (c) The density of the slurry is calculated by subtracting the weight in (a) from the weight in (b) above and finally dividing the result by the fixed known volume of the slurry. (d) The accuracy of the weighing scales should be checked at least weekly by repeating the procedure above with the slurry being water and comparing the density calculated with that of water. Filtration Measurement The volume of water lost, and the thickness of the cake formed, when a given pressure is applied to a known volume for a known time are measured The apparatus most often used is the Baroid filter-press. The base cap is fitted to a cell with a Whatman no. 50 or equivalent filter paper covering the screen, and the unit is filled with a slurry sample to within 6 mm of the top. Next the top cap is fitted, the entire unit is placed into a frame, and the T-bar screw is tightened. A pressure of 100 lb/in2 (700 kN/m2) is applied through the pressure inlet, and the volume of filtrate collected in 30 min is recorded. The filter cake thickness is measured after the excess slurry has been drained out and the cake is gently washed. The cake consistency is also described using such notations as hard, soft, tough, firm, etc. A loss of 5 cm3 in 30 min is interpreted to correspond to a permeability of 10 cm/s, but the test procedure hardly allows this correlation. For the usual situation the recommended allowable filtrate loss is from 15 to ^5 cm3 for a pressure of 700 kN/m2. Compliance Values and Testing Frequency Table B.1 indicates the suggested tests and compliance values for support slurry. Locations and frequency of bentonite suspension tests are given in Table B.2.

FOR

SUPERINTENDING ENGINEER,I&CADD, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

54

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-Ill- Techi. Specification of Earth Dam,

Table B.1: Test and compliance values for support slurry / Trench slurry Property to
08

measured

compliance values measured at 20C Test method Definition of Freshly measurement and mixed suspension apparatus

Mud balance Mass of given volume of slurry Rheological For a slurry properties behaving as a over Bingham body, the flow law is: appropriate range of t = t0 + hp D shear rates where: and Fann t = shear stress temperature viscometer > to = yield stress (a) Plastic hp = plastic viscosity viscosity Fann (b) Apparent viscometer D = rate of shear t/D = apparent viscosity (c) Yield Fann viscosity viscometer stress Time for 946 cm3 (d) Marsh Marsh funnel (1 U.S. quart) of 1500 cm3 volume cone viscometer to drain from a viscosity standard cone or time for 500 cm3 of the 500 cm3 volume to drain from cone (Japan)

Density

1030-1150 kg/m3

Sample from trench prior to placing steel and concrete 1030-1100 kg/m3

20-40cP

25-45 cP

15-30 lb/100ftz 40-60 sec

25 lb/100ft2 >40 sec

1.2-1.5 lb/100ft2 1.3 lb 100ft2

CONTRACTOR

SUPL-RiNTENDING ENGINKERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K. C .Colony, Cfainthagattu,Warangal.

55

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-I Vol-lll- Techl.Specificatiotu>arth Dam,

w,igth

Pann viscometer

(i) initial (10 s) (ii) (10 minutes)

yinimum shear stress to produce flow designated asts Shear strength obtained by allowing 10 min to elapse between stirring and reading < 4%

Sand screen Percentage of < 5% Sand sand greater than set 200-mesh in content suspension Slurry loss - Slurry loss Volume of slurry 20-50 cm3 for or filter press lost in given time appropriate test (but from fixed volume procedure range of of slurry when temperature does not filtered at given s, times and permit exact pressure through estimation); standard filter pressures stagnation test is more. appropriate Filter cake Slurry loss Thickness and 15-20 mm strength of filter thickness test cake for standard or actual conditions pH 7-11 Electrical pH Logarithm of reciprocal of meter BS 3445, range hydrogen-ion concentration pH 7 to 14 pH paper strips usually not reliable Note: 1 cP = 0.01 Poise = 0.001 Pa s = 0.01 g/cm s

40-50 cm3

20 mm

7-11

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

56

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-1 Vol-IH- Techl. Specification of Earth Dam,

Table B.2: Locations and frequency of bentonite suspension tests Type of test New syspension Density Once per * Viscosity panel Slurry loss -do% of sand -dopH -doSoundness -doTemperature -doOther -doquantities Upon request by the Engineer-incharge 1.34 Protection: The contractor shall take all precautions necessary for the protection of the work by diversion of stream local surface drainage, rain water etc. if these are likely, to damage the work. Any damage to earth work due to any reason what so ever shall be made good by the contractor at his cost till the work is certified as completed and takeover by the Superintending Engineer/Executive Engineer. 1.35 Roads and Ramps: The contractor shall construct, operation, and maintenance roads and earth ramps adjacent to the river and structures at his own expanses. Suitable materials from excavation or borrow areas shall be placed as embankment for the roads and ramps. The width of the road shall be not less than 4.25M.

Locations Outlet of tremie pipe Once per panel do. -do. -do. Once per panel Once per panel Once per panel Middle depth of trench Once per panel -do-do-do-doRetyrn syspension tank Once per panel -do-do-do-do-do-do-

CONTRACTOR

SUPERINTENDING ENGINKERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

57

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-f Package-I Vol-HI- Techl.Specification ofEart1' D'-m.

Cofferdam..

(Corrigendum-6)

Diversion arrangements of River Godavari including formation of suitable coffer dams for the proposed barrage site are to be provided with suitable sheet piles / diaphragm wall to minimize seepage. The 100 Years return flood discharge is 29.0 lakhs cusecs (The discharge is indicative). The diversion proposals including Coffer dams arrangements shall be submitted and got approved from the competent project authority and executed as per the approved drawings /proposals. The approval of coffer dam drawings by the competent authority will not in any away relieve the contractor of the responsibility for the adequacy of the design for strength and stability or for the safety of the people working there in. No payment will be made for the damages/ repairs or washing away of the coffer dam due to floods or any other reason. The financial mile stone for coffer dam will be distributed for 5 years (Working period).

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

58

P.V.N.R.Kanthanapally Sujala Sravantfii Project Phase-I Package-I Vol-IU- Techl.Specification of Earth Dam,

SECTION - 2 DEWATERING

SUPERINTENDING ENG!NEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

59

P.V.N.R.KanthanapalIy Sujala Sravanthi Project Phase-i Package-I Vol-IU- Techi.Specification of Earth Dam,

SECTION - 2
2.0 2.1 DEWATERING SCOPE

This section shall govern the general requirements to keep work area free of water to carryout open / under ground excavations, fill placement and concreting etc., under dry conditions,

Dewatering and drainage facilities necessary to maintain work areas and all excavations free from surface water and ponding shall be provided and suitably maintained. Dewatering shall be accomplished in a manner that will prevent loss of fines from the foundation or fill, maintain stability of the excavated slopes and bottom of excavations and will create conditions such that all construction operations may be performed in dry conditions. 2.3 DEWATERING DURING FILL PLACEMENT During the placement of dam embankment fill in the excavated area, the water level at every point in the area shall be maintained below the bottom of embankment until the compacted embankment at that point has reached a depth of 3 m after which the water level shall be maintained at least 1.5 m below the top of the compacted embankment. Dewatering may require construction of dewatering sumps of suitable depths, preferably located out side the boundaries of impervious zone. Some times for proper seepage control, installation of pipe drains leading to the dewatering sumps may be required. Such pipe drains and / or sumps, if embedded in the dam embankment fill or in the foundation rock below such embankment fill, shall be confined to areas out side the boundaries of core and filter zones of dam embankment. In addition, pipe drain where use, shall be of uniform diameter for each run, shall be provided with grout connections and returns at intervals of not more than 15 m and shall be embedded in reasonably well graded gravel or similar material. Any dewatering system such as pipe drains including surrounding gravel and sumps, which may be required to remain in the dam embankment or in ihe foundation rock, shall be filled with cement mortar grout when no longer needed.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

60

m
2.4

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-I Vol-III- Techl.Specification of Earth Dam,

DEWVAIER1NG DURING CONCRETE PLACEMENT:

Where concrete is to be placed in the excavated area, the water level shall be maintained below the bottom of such concrete for such period till it has attained sufficient strength, 2.5 ALTERNATE DEWATERING ARRANGEMENTS. The Contractor shall arrange adequate stand by diesel pumping set of his own to guard against failure of power supply. The contractor shall seek the prior approval of Engineer-in-Charge to use diesel pumping set. 2.6 MEASUREMENT AND PAYMENT: The cost of all dewatering shall be considered as included in the unit rates for other items of work.

CONTRACTOR

SUPERINTENDING IiNCJINI-HR.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

61

P.V.N.R.Kanthanapally Sujala Sravanthi Proiect Phast-; r;,'.!-age-I Vol-IH- Techl.Specification q; Ci./vr L'am,

SECTION 3

ARCHITECTURAL FINISHING FOR PROJECT STRUCTURES

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

62

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-1 Vol-III- TecH.Specification of Earth Dam,

SECTION 3.0

3.0 3.1

ARCHITECTURAL FINISHING r H R PROJECT STRUCTURES ARCHITECTURAL FINISHING WORKS

3.1.1 General Architectural finishing of various project structures, as detailed below, is of paramount importance: The specifications of finishing works shall be of very good quality meeting the National / International Standards befitting the prestigious project. The exact details of the works shall be provided by the civil design contractor at the detailed design stage and shall be subject to the approval of the Engineer-in-Charge. 3.1.2 Specifications The civil constructions shall be executed in a careful manner by utilizing the service of specialized and reputed agencies in the field. The designs shall be prepared with detailed specifications in respect of each structure for the following items: Specifications for flooring and floor tiles. Specifications foe wall finish, external and internal. Specifications for painting and colour. Specifications for false ceiling. Specifications for doors and windows which include standard steel doors, gates, wood doors, aluminum doors, windows and partitions. Details of hardware and glass and glazing shall also be provided. Specifications for metal locks. Specifications for toilet and bath room accessories. Specifications for electrical fittings.

Specifications for the above shall be subject to the approval of the Engineer-in-Charge. Based on the approved specifications, shall submit the samples of various items and installation shall be carried out only after one of ihe samples has been agreed by the Engineer-in-Charge.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

63

P.V.N.R.Kanthanapally Sujala Sravanthi Project


P . ' c i f f i \;e-l

Vol-IH-Techl.Specifwati

l-j-ih '.im

3 , 2 PERMANENT DRINKING WATER SUPPLY AND TREATMENT OF WASTE WATER


3.2.1 Permanent drinking water supply Permanent drinking water supply scheme sliail be installed and commissioned by civil works contractor at various major project structures upon completion, A complete scheme indicating the source of raw water, water treatment plant, transportation and storage of drinking water shall be designed and submitted by the design contractor for various project structures, Detailed drawings and designs in respect of above shall be subject to approval of the Engineer-in-Charge, 3.2.2 Specifications

Specifications in respect of piping, treatment plant, water pumps for pumping etc., shall be provided by the design contractor and shall be subject to approval of the Engineer-in-Charge. The civil contractor shall provide the sample of material or equipment and shall install the same only after approval of the Engineer-in-Charge. 3.2.3 Design Complete design for handling and disposal of waste water including its treatment for various project structures shall be provided, where toilets and drinking water supply arrangement have been made. Specifications of various materials or equipment shall be subject to approval of design contractor.

3 . 3 LANDSCAPING OF DAM AREA AND POWER HOUSE AREA


3.3.1General Upon completion of all civil works, suitable landscaping treatments shall be provided at identified locations in earth cum rock fill dam area and spoil tips to render aesthetic and pleasant look.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

64

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-IH- Techl. Specification of Earth Dam,

3.3.2 Scheme for landscaping The detailed scheme for landscaping shall be submitted by the design contractor which shall include: i) Development of lawns, parks and horticultural treatment; ii) Development of rock gardens; iii) Development of water falls, musical fountains etc. iv) Providing necessary and suitable lighting arrangement. The contractor shall requisite the services of experienced and reputed landscaping and horticulture agencies and develop necessary landscaping features to the best satisfaction of the Engineer-in-Charge. The above schemes along with all required specifications shall be got approved by the Engineer-in-Charge. The work of landscaping of dam area may spill over the contract period and shall be continued to be executed after the contractor has removed his plants etc, from the work areas and as and when the area becomes available for the landscaping treatment.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

65

P.V.N.R.Kanthanapallv Sujala Sravanthi Project Phase-I Package-I Vol-HI- Techl.Specification of Earth Dam,

SECTION 4 OTHER ITEMS

CONTRACTOR

SUPERINTENDING ENGJNEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu, Warangal.

66

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- Techl. Specification of Earth Dam,

SECTION 4 OIHEct
TF|S

4.0 Grawei Backing; Morum or Gravel backing to rough stone dry packing, 4.1 PROCEDURE 4.1.1 Gravel backing of specified thickness to the rough stone dry packing using the gravel, of approved quality including cost and conveyance of gravel, sampling and testing of gravel stacking of gravel, seignorage charges, all water leads preparation of base, mixing with water, puddling, laying in position, with all leads, lifts, delifts, ramming, finishing and left to sky until it dries up, and does not shqw signs of yielding, all labour charges and all other operations necessary to complete the finished item ot work to specifications as per drawings and as directed by Engineer-in-charge. 4.1.2 Preparation of base: The surface to receive the gravel backing shall be neatly trimmed to the required slope dimensions and free from all roots and vegetation and profusely wetted before morum is laid on. 4.1.3Gravel quality: The gravel shall be composed of well graded, coarse silicious grains, sharp and gritty touch and free from dirt and other deleterious matter. It shall not contain lumps larger than 20 mm. and the fines (passing through 75 Microns IS sieve) shall not exceed 10%. The liquid limit shall be -20. Plasticity index-not more than 6. Morum stacking shall be as per standards. 4.1.4Preparation and laying: Gravel shall be mixed with water on the previous day. Next day morning it shall be well mixed and worked with mamoties till it can be formed into stiff plastic walls. Gravel so mixed shall be carried in baskets to where it is to be laid and deposited in a single layer to give 150 mm. thick of finished thickness and shall be well rammed in position with flat wooden rammers or any other method approved by the Engineer.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

6?

P.V.N.R.Kanthanapally Sujaia Sravanthi Project Phase-i Package-I Vol-III- Teehi.Specification of Earth Dam,

67
The finished surface of gravel shall be left untouched until it dries up and does not show signs of yielding. If any thickness other than 150 mm is specified the work shall be executed to this specification, ramming in layers not exceeding 150 mm thickness, 4.1.5Measurementand payment: All linear measurements shall be in meters, correct to 0.01 of a metre, All volumes shall be computed correct to 0,01 of cubic metre, The gravel shall be stacked and pre-measurements shall be taken before laying one cubic metre of finished item of work shall not be less than Cubic metre of stack measurement: No separate payment will be made. It shall be included in the price Bid quoted in Bill of Quantities,

4.2 ROUGH STONE DRY PACKING FOR APRONS AND SIDE REVETMENT 4.2.1 General; The specifications for construction of 600 mm. /450 mm. /300 mm. rouch stone dry packing for aprons and revetments as specified in schedule 'A' and its materials. 4.2.2. Scope; Rough stone dry packing of specified thickness in single layer upto 600 mm. thick, in two layers for 1000 mm thick (400 mm. thick layer in the bottom and 600 mm. thick layer on the top) and in three layers for 100 mm. thick using the stone of specified variety for bed pitching/side revetment including cost and conveyance of stone, sampling and testing of stone, seigniorage charges, preparation of bed, stacking of stone to departmental gauge for premeasurements, packing, all leads, lifts .delifts, seigniorage charges, labour charges, and all other operations necessary to complete the finished item of work to the specifications as per drawings and as directed by the Engineer-in-charge. 4.2.3 Material:- The provision of schedule 'D' shall apply: Stacking shall be done as detailed below at the locations specified or ordered by the Engineer. Stacks shall be formed to regular shape and uniform cross sections. Materials shall be stacked on even ground. Stacking shall not be done in flood zones or in water logged areas.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C. Colony, Chinthagattu,Warangal.

68

88

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-1 Vol-111- Techl. Specification of Earth Dam,

Rough stone shall be packed so closely as to give minimum quantity of voids possible without actual dressing of stone to fill interstices, In case of improper stacking done by the Contractor, the Engineer shall have the right to either reject the stacks partly or completely. Unless otherwise specified templates shall be provided to the sizes and dimension of the stack as may be specified at the contractor's
wAMvi l b " .

4.2.4 Preparation of Bed and Slopes: a) Bed; The surface on which the rough stone is to be laid shall be excavated to the required level and leveled and prepared for the length and width as shown on the drawings. The base shall be compacted suitably with hand rammers or other means to have an even bedding. No packing shall be on uncompacted made up soil. b) Side Slopes. The sides of banks to receive rough stone revetment shall be trimmed to the required slope and profiles put up by means of line and pegs at intervals of 3 meters to ensure, regular, straight and an uniform slope throughout. Depressions shall be filled and thoroughly compacted. 4.2.5 Laying Apron (Bed Pitching) and Revetment (Pitching to sides). i) a) b) Apron (Bed Pitching) Apron shall be provided to the dimensions and levels shown or drawings. To ensure regular and orderly disposition of the full intended quantity of stone in the apron, template or cross walls in dry masonry shall be built about a meter thick and to the full height of the specified thickness of apron at intervals of 10 meters or closer as directed by the Engineer, all along the length and width of the apron. In between the cross walls the stone shall be handpacked. The thickness of the apron shall be made with one stone only. Total thickness shall not be made up in two or more layers. The stones shall be laid closely in position of the prepared bed and firmly set with their broadest ends downwards so that they may meet all round their bases and with the top of the stone level with finished surface of packing. The stones shall be laid breaking joints as far as possible in the direction of the flow of water. The stones shall be placed normal to the surface to be protected. The interstices between adjacent stones shall be filled in with stones of the proper size, well driven in, with crow bars to ensure tight packing and

c) d)

e)

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

69

P.V.N.R.Kanthanapally Sujala Sravanthi Project I-'1!-! -I IV xage-I Vol-IH- TecM.Speciftcatt < '4 fan, 'tarn,

complete filling of all interstices. Such filling shall be carried on simultaneously with the placing in position of the large stones and shall in no case be permitted to lag behind. The final wedging shall be done with the largest size chips or spalls practicable, each chip or spall being well driven home with a hammer so that no chips or spall in possible of being picked up or removed by hand to ensure tight packing. The sizes of spalls shall be minimum 25 mm. and shall be suitable to fill the voids in the pitching. f) On completion, the surface presented by the apron revetment shall be even throughout, free from irregularities and the required length, breadth and slope as specified or as shown on the plans. Revetment (Pitching to sides) Revetment shall be constructed to the required length, level slopes shown on the drawings. depth and

ii) a) b) c)

Profiles or strings and pegs shall be put up to ensure that the pitching is done true, straight and to the proper slope throughout. Revetment shall in all cases be built up from the foot of the bund to be riveted and built up in courses upwards. Care is necessary that a strong toe wall or other protection is always given to the revetment. Which protective measure shall be shown on the plans. Stones shall be placed to the required length by derrick or by hand. Stones shall be set normal to the slope and placed so that the largest dimension is perpendicular to the face of the slope unless such dimension is greater than the specified thickness of pitching. The largest stones shall be placed in the bottom courses and for use as headers for subsequent courses.

d)

4.2.6 Measurement and Payment: a) These protection works shall be measured as set forth below. Unless otherwise specified,, for measurement, materials shall have to be stacked before laying and no extra cost will be paid to the Contractor for this stacking. All linear measurements for apron and revetment shall be in meters corrected to 0.01 metre. Volume shall be in cubic meters corrected to 0.01 cubic metre. The unit for payment shall be one cubic metre. 1M3 revetment/Bed pitching shall not be less than 1.10M3 of stack measurements. No separate payment will be made for this item. It shall be included in the price Bid quoted in the Bill of Quantities.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

70

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IIl- Techl. Specification of Earth Dam,

4.3 C.C. GROUNTING TO THE APRONS AND REVETMENTS INCLUDING POINTING. fREPAiR GROUTING), 4.3.1 Scope : Repair grouting to aprons and revetments upto specified depth with cement concrete of specified proportion using 20 mm. MSA, graded metal and pointing with cement motor of specified proportion including cost and conveyance of cement and all. other materials, seigniorage charges, sampling and testing, ali water leads, mixing charges, all leads, lifts and delifts and other labour charges and all other operations necessary to complete the finished item of work as per drawings and as directed by the Engineer-in-charge, 4.3.2 Materials : The provision of Schedule "D" shall apply 4.3.3. (i) The surface of the apron or revetments shall be thoroughly cleaned and joints raked out to 250 mm. depth or to any other depth as specified by the Engineer. The whole surface shall be swept clean. (ii) The joints shall then be filled in with cement concrete of specified mix and graded broken aggregate of maximum size 20 mm. If the interstices are large, a larger size aggregate as specified by the Engineer may be used. The concrete shall be rammed with flat bars, trowels or flat ends of small thin crowbars to ensure effective consolidation. (iii) The surface shall then be neatly flush pointed with cement mortar of specified mix covering the joints of the newly laid concrete while the concrete filling is still green." iv) The concrete and pointing shall be continuously kept wet for three weeks. 4.3.4 Measurement: All linear measurements shall be in meters, correct to 0.01 of a metre. All areas shall be worked out correct to 0.01 of a square metre. No separate payment will be made. It shall be included in the Price Bid quoted in Bill of quantities. 4.4 ELASTOMERIC BEARINGS

4.4.1 SCOPE OF WORK: The Section covers specifications for fully moulded Elastomeric Bearings Pads. 4.4.2 Applicable Publications;. Ministry of shipping and Transport

Specification for Roads and Bridges works section -2000 (including all amendments)

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

71

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-1 Vol-HI- Techl. Specification of Earth Dam,

4.4.3 Elastomer Bearings: The term "bearing" in this case shall refer to an elastomeric bearing consisting of one or more elastomer slabs bonded to metal plates during manufacture so as to form a sand-wich arrangement, while bearing pads shall denote single unreinforced elastomer slabs. 4.4.4 Materials: Elastomer: The elastomer to be used* for bearings shall be made from natural or synthetic rubber and shall satisfy the physical properties given below. The test pieces required for the tests shall be selected from the central layer of the bearings making up the selection. 4.4.5 Properties of Elastomer ;

Property

Unit Test Method

IS specification reference

Value of characteristic specified 60 + 5 17 400 Temperature (deg.C) +0 to 24.2 Temperature (deg.C) 100 + 1 +15 -15 -40

1. Physical properties 1.1 Hardness 1.2 Minimum Tensile strength 1.3 Minimum Elogation at break 2. Maximum compression set 3.CR Accelerated Aging 3.1 Max chage in Hardness 3.2 Max change in Tensile strength 3.3 Max change in Elongation

IRHD MPA Percent Percent duration hrs. duration hrs. IRHD Percent Percent

Is: 3400 (Part-ll) IS:3400 (Part-I) IS:3400 (Part-ll) IS:3400(Part-X) duration (h) +0 to 24.2 IS:3400(Part-IV) + 70 +15

(ii) Adhesive : Adhesive used in bearing location of attachment to bridge decks shall be subject to the approval by the Engineer. It shall be of high viscosity resin whir.h am noid Rfittjnn and free of solvent. Adhesives shall not be used to bond layers of cured elastomer.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD, J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

72

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- Techl.Specification of Earth Dam,

(iii) Reinforcement: Mild steel used for plate reinforcement shall comply with the requirements of

4.4.6 Certification : The Contractor shall furnish to the Engineer-in-charge a certificate by the Manufacture that the elastomer and fabric ( if used) in the eiastomeric bearing conform to all the above requirements. The certification shall be supported by an authenticated copy of the results of tests , performed by the Manufacturer upon samples of the elastomer and fabric to be used in the bearings, 4.4.7GeneraI Requirements; a) Thickness of a single layer bearing shall not exceed 20 percent of the least plan dimension. The total thickness of a laminated bearing shall not exceed 40 percent of the least plan dimension. Thickness of any internal layer of elastomer shall not be less than 6 mm. nor greater than 12 mm. The thickness of outer plates shall not be less than 3 mm. and that of inner plate not less than 1.5mm. Metal plates in which dowels are located shall be in general, not less than 6mm. Thick. The edges of all plates shall be slightly rounded to approximately 15 mm. radii. The metal plates referred above should not be composed of thinner plates joined together. lamination bearing shall have side cover of elastomer of minimum thickness of 60 mm. to protect the ends of the steel plates and to give a reduced surface to that occurring at the edge of the bonded plates but shall not be considered in evaluation of deformations. The cover of elastomer at the top and bottom surfaces shall neither be less than 3 mm. not more than half the thickness of internal layer. The outer cover at top and bottom surfaces, having thickness less than half that of a single internal layer and not exceeding 3 mm. may be considered as a simple protection and need not therefore be considered "in calculating deflections.Where the above elastomer covers are provided, there is no * objection to keep the thickness of top most and bottom most plates same as that of inner plates. Bearing shall be set back from the edge of a bearing surface at distance not less than the thickness of the layer of Elastomer in contact with the bearing surface to allow for spreading of the elastomer under road. Bearing may be located in position by means of dowels or studs or other devices, or bonded to the structure with approved adhesives which shall generally be of the high viscosity resin type, cold setting and free from solvent.

b) c)

d)

e)

f)

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

73

P.V.N.R.Kanthanapally Sujala SravapAi PmifCt Phasi e-I Vol-IIl- Techl. Specification c > am,

g)

For spans on an inclined grade and without hinge bearings, the sole plates shall be provided and the same beveled so that the concrete surfaces and the bearing shall be kept horizontal The plan dimensions of the bearings to be finally adopted shall, preferably be selected from series 'R'20 of IS: 1076-1967, The arrangement of placing only one bearing under a girder shall be permitted. Further, bearings of different sizes shall not be placed next to each other to support a span, The bearings shall be fully moulded when metal laminations are used. These laminated elastomeric bearings shall consist of one or more elastomer slabs bonded to metal plates so as to from a sandwich arrangement. Such fully moulded bearings shall be manufactured to required size. The Bond between elastomers and metal or fabric shall be such that, when a sample is tested for separation, failure shall occur within the elastomers and not between the elastomer and metal or fabric.

h) i)

j)

k)

4.4.8 Inspection and Testing; a) The contractor shall, wherever required during the course of manufacture, arrange and offer all facilities for the purpose of inspection and test of all or any of the materials used therein, by any officer as directed by the Engineerin-charge on the bearings OR, similar parts shall not be used in the superstructure except on the production of certificate of acceptance there of from the Directorate of Inspection whenever necessary. All the inspection charges shall be payable by the Contractor. The Contractor shall get the bearings tested for physical properties and performance of bearings. The test pieces required for the test shall be selected from the central layer of bearing. For the size of the test pieces, methods, of tests etc., the relevent most standard shall be followed. All the necessary tests as may be required shall be followed. All the necessary tests shall be carried out in a laboratory approved by the Engineer-in-charge. Specimens for tests as may be required shall be supplied by the Contractor at his cost and testing charges shall also the fully born by the contractor. Only those bearings which pass the tests satisfactorily will be accepted and will be permitted to be used. The Engineer-in-charge will not accept any responsibility for the cost of bearings rejected.

b)

4.4.9 Protection against Corrosion; Proper arrangement shall be made by the Contractor to avoid corrosion of metal plates or deterioration of adhesive by encasing the bearings totally in elastomer or by some other method approved by the Engineer-in-charge.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K,C.Colony,Chinthagattu,Warangai.

74

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-I Vol-III- Techl,Specification of Earth Dam,

4,4,10 Fixing in position: a) When bearing assemblies on plates are shown on the drawing to be placed (not embedded) directly on concrete, the concrete bearing area shall be constructed slightly above grade and shall be finished by grinding. It shall be ensured that bearings are set truly leveled and in exact position as indicated on the drawings so as to have full and even bearings on the seat, Thin mortar pads (not exceeding 12mm.) may be made to meet with these requirements. It shall be ensured that the bottoms of the girders to be received on the bearings are plane at the location of these bearings and care shall be taken that the bearings are not displaced while placing the girders. Before fixing the elastomeric bearings, the concrete surface on which the bearings are to be placed shall be finished with wood float to a level plane which shall not carry more than 1.5 mm. from a straight edge placed in any direction across the area. The position of the bearings shall be accurately marked on the pier/abutment cap and the area where the bearings are to be located leveled accurately. The concrete surface shall be free from any loose material and cleaned of any grease, oil paint etc., and it shall be dry at the time of fixing. The surface of elastomer shall be free from any foreign material. Once prepared, the concrete or elastomer shall not be touched with bare hand The bearings shall be covered with canvas or a suitable covering material to protect them from direct sunlight and weather until the concrete of superstructure is cast. The bearings shall be fixed in position with epoxy approved quality. resin adhesive of

b)

c)

d)

e) f) g) h) i)

j) k)

The concreting of superstructure shall be taken up only after ensuring that the adhesive for fixing the bearing on pier/abutment cap has set.

4.4.11 Tolerances: The tolerances given in table 2000-2 of MOST shall apply. 4.4.12 Measurement and Payment; Measurement for payment of elastomeric bearing, shall be on the basis of cubic content measured in cubic centimeters of bearing pads actually fixed in position on each No separate payment will be made. It shall be included in the price bid quoted in Bill of Quantities.

CONTRACTOR

SUPERINTENDING ENGINEER,1&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

75

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- Techl.Specijication LEat"ih Dam,

4.5

REINFORCED CEMENT CONCRETE PIPES:

4,5.1 Applicable publications: 1) 2) 3) 4) 5) IS ; 458- 1988 Specifications for concrete reinforcement) (Third revision). IS : 9766-1981 Flexible PVC Compounds. IS : 6066-1984 Recommendations for pressure grouting of rock foundation in river valley projects (First revision) IS : 1838-1983 Specification for preformed fillers for expansion joints in concrete pavements and structures (non -extruding and resilient type) bitumen impregnated fibre (First Revision) (part-1) IS : 3597-1985 Methods of test for concrete pipes (First revision). IS : 5382-1985 Rubber sealing rings for gas mains, water mains and swears (First revision). IS : 5751-1969 Precast coping blocks. pipes (with and without

IS : 783-1985 Code of practice for laying of concrete pipes (First Revision)

6 7) 8).

OTHER PUBLICATIONS Ministry of Shipping and Transport No. 7900 bridge works. 4.5.2 Scope:

Specification for road and

The scope for the items includes supply, laying and joining reinforced cement concrete pipes including collars of the diameter and lengths required at the locations as shown on the drawings or as ordered by the Engineer-incharge and in accordance with the requirements of these specifications. 4.5.3 Supply of pipes : Pipes shall be specified dia-meter, NP Class conforming to IS: 458-1988. Minimum length of the pipe shall not be less than 2.5 Metres. The contractor shall order and supply the pipes for the work on the basis of the drawings. The following information shall be clearly marked on each pipe for acceptance. i) Class of pipe ii) Date of manufacture
111^ IMCUIlt^ U l IIIUIIUIUUIUIUI \Ji I H O i ^ y i v J i v ^ i \S\A U U U U H I U H \ wi w\>u. wi ru

iv)

I.S.I certification mark.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD.,

J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

76

76
4.5.4 Handling and laying of pipes:

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-! Vol-W- Techl. Specification of Earth Dam,

Work shall be done as per IS : 783-1985 or its latest editions Reasonable care shall be exercised, in loading, transporting and unloading of concrete pipes. Handling shall be such as to avoid impact, AH pipe sections and connections shall be inspected carefully before being laid. Broken or defective pipe shall not be used, Trench shall be of sufficient width to provide a free working space on each side of the pipe. The free working space shall be preferably, not more than one third of the dia-metre of the pipe and not less than 15 cm, on either side. Pipes shall be lowered into the trenches carefully by mechanical appliances. Pipes shall be laid true to line and grade as shown on drawings. Laying of pipes shall always proceed upgrade of as slope. If the pipes have spigot and socket joints, the socket ends shall face upstream. In case of pipes, with joints to be made with loose collars the collars shall be slipped on before the next pipe is laid. The sections of the pipe shall be joined together in such a manner that there shall be as little unevenness as possible along the inside of the pipe. In no case pipe shall be laid directly on rock or any such hard material. No pipes shall be placed in position until the foundations have been approved by the Engineer-in-charge. 4.5.5 Jointing of pipes : Semi- flexible type joint as per IS : 783-1985 and as shown on the drawing shall be provided. The rubber sealing rings used in the joint shall conform to type 1A of IS : 5382-1985.A Rubber ring shall be placed on the SPIGOT which shall be forced into the socket of the pipe previously laid. This shall compress the rubber ring as it rolls into angular space formed between the two surfaces of the spigot and socket so as to form a flexible and water TIGHT joint. The recess at the end of the pipes shall be filled with the cement mortar (1:2). Every joint to kept wet for about 14 days.. 4.5.6 BACK FILLING OF TRENCHES: Trenches shall be kept free from water until the material in the joints has hardened. Walking or working on the completed pipe shall not be permitted until the trench has been back filled to height of at least 45 cm. over the pipe except as may be necessary for back filling and compaction.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

77

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Package-1 Vol-IIl- Techl.Specifical" . ^!T.<iri'~ Dam,

Trench shall be back filled atter pipe has been laid subject to the condition that jointing material has hardened. Gniy selected material shall ' - ed for back filling. Filling of the trench shall be carried out simuitaneo - n both sides of pipe in such a manner that unequal pressure does not occur. The cement concrete for pipe bedding and around joints shall be provided as per drawings. The specifications of concrete mix shall be as per the relevant specification No.4,0

4.5.7 Measurement and payment: Measurement will be on running metre basis on the pipe line laid including joints. No separate payment will be made. It shall be included in the price bid quoted in Bill of Quantities.

4.6

PUDDLE CLAY:

4.6.1 Scope : Puddle clay made from impervious soils and laid around pipe barrels to reduce seepage. Requirements: The material used for these purposes, shall be impermeable, free from excessive shrinkage and swelling, shall resist erosion and have adequate stability. As for as possible, GC or S.C, materials shall be used. Laying : The material shall be mixed with water on the previous day. Next day morning it shall be well mixed and worked with mamoties till it can be formed into stiff plastic balls. Material so mixed shall be carried in baskets to where it is to be laid and deposited in layers of 150 mm thick and shall be well rammed in position with wooden or iron rammers. The finished surface of mooram shall be left untouched until it dries up and does not show sings of yielding. Measurement : Dimensions shall be measured to the nearest 0.01 metre and volume worked out to the nearest 0.01 cum. No separate payment will be made. It shall be included in the price bid quoted in Bill of Quantities.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

78

P.V.RR.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IIl- Techl. Specification of Earth Dam,

4 7, PROVIDING AND FIXING IN POSITION 25mm. EXPANSION JOINTS WIT" 300 mm. WIDE P V C.WATERSTOPPERS AT JOINTS IN BARRELS ANr v-JG WALL* *'.-: . ^ " U - O W G APPROVED JOINT FILTER. 4,7.1 General: Polyvinyl chloride (PVC) waterstops shall normally have a centre bulb of 12.4 mm. inside diameter and 25 mm. outside diameter. It shall be 300 mm. width and shall have minimum of two or three longitudinal ribs on each side of the bulb evenly distributed between the bulb and the edge of the water stop. Each rib being 6.35 mm. high and the rib adjacent to the centre bulb shall have web thickness 12.5 mm. and the rib adjacent to the edge shall have a web thickness of 10 mm. and the contractor however, will be permitted to use waterstops of any alternative manufacture, such as waterstops with diamond shape and bulb provided, they conform to the specifications and the functional and constructional requirements. For this purpose, the contractor shall submit to the Engineer-in-charge for approval four sets of drawings showing details of the waterstops including dimensions, shapes and details of intersections and splices between waterstops of the same size and of different sizes. Fabrication and procurement of materials shall be made only after the approval of the drawing by the Engineer-i,n-charge. Any fabrication or procurement of material performed prior to approval of the drawings shall be at the contractors risk. The Engineer-in-charge shall have the right to ask the contractor to make any changes in the drawing which may be necessary to make the finished installation confirming to requirements and intent of these specifications without additional cost. Approval by the Engineer-incharge to the Contractors drawings shall not relieve the Contractor of his obligation to meet all the requirements of these specifications or of the responsibility for the correctness of the Contractor's drawings. One set of the above drawings will be returned to the Contractor either approved, disapproved, or conditionally approved and these shall be resubmitted for approval, if so directed. The waterstops shall be dense, homogeneous and free from holes and otherimperfectiohs. The waterstops shall meet the material and test requirements given herekiafter. The cross section of the waterstops shall be uniform along its length and the thickness shall be symmetrical transversely. Tolerance for the dimensions given above shall be plus 5 mm. in width, plus 2 mm in thickness and plus 1 mm. for other dimensions. Certified copies of the laboratory test report on the physical properties of the PVC. waterstops and a certificate stating that PVC waterstops as furnished, meeting with all other requirements of those specifications, be obtained by

CONTRACTOR

SUPERINTENDING IiNGINER,I&CADD J.Chokka Rao D.L.I.Scheme Circle, K..C.Colony,Chinthagattu,Warangal.

79

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Parkas.-: : Vol-Ill- Techl. Specification oj Eorth Lai-

the contractor from the manufacturer of the PVC. waterstops and shall be submitted to the Engineer-in-charge for approval. Three 1.5 metre long samples of the PVC. waterstops shall be obtained by the Contractor from the supplier a " --all be submitted to the Engineer-in-charge. These samples shall cc 7^-nished at least 60 days prior to embedment of any waterstops in the structures. The Contractor shall arrange to obtain the waterstops from the supplies in rolls securing packed, containing a single length of not less than 12 linear metres and having inside diameter of not less than 0.3 metre. 4.7.2 Materials: a) The PVC waterstops shall be fabricated by an extrusion process from an elastomeric plastic compound, the basic resin of which shall be virgin polyvinyl chloride. No reclaimed polyvinyl chloride shall be used. The compound shall contain any additional resins plastisizers, inhibitors or other materiels, needed to ensure that the finished product will have the following physical characteristics. i) ii) iii) iv) v) Tensile Strength minimum Ultimate elongation minimum. Tear resistance minimum Stiffness in flexure minimum Accelerated extraction. 116kg/sq,cm. 300% 49kg/Sq.cm. 24.6kg/sq.cm. 24.6kg/sq.cm.

b)

When tested in accordance with the effect of alkali test as described in the following paragraphs, the materials shall not show an increase in weight of more than 0.25 percent or a loss in weight of more than 0.10 percent after 7days, or more than 0.40 percent increase in weight or more than 0.30 percent loss in weight after 28days. After 28days immersion the dimensions of the samples shall not differ from those of the original samples by more that 1.0 percent. After 7days immersion, the durometer hardness reading of the samples shall not differ by more than plus or minus 5 from reading the original sample. When tested in accordance with the cold bend test described in the following paragraph, the material shall show no signs of cracking or hipping. 4.7.3 Inspection and Tests: a) All waterstops shall be subject to laboratory tests before transport. Samples of the finished waLeistops and material for tests shall be furnished to the Engineer-in-charge. All tests shall be made by and at the expense of the contractor.

CONTRACTOR

SUPERINTENDING ENGINKER,I&CADD., J.Chokka Rao D.L.LScheme Circle, K.C.Colony,Chinthagattu,Warangal.

80

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-IIl- Techi,Specification of Earth Dam,

Samples for laboratory tests to determine physical properties of the compound shall be taken in accordance with the random process to obtain following number of test units from each lot received, Size of lot received 45 Linear metres 45 to 90 linear metres 90 to 450 linear metres 450 to 900 linear metres Over 900 linear metres Number of test unit 1 2 4 8 15

c)

Laboratory tests to determine physical properties of the waterstops required to be furnished under these specifications shall be performed test specimen cut from test units taken from the finished products. The contractor shall furnish the specimens at his cost for tests at places as directed. Tests shall be conducted in accordance with the following methods. Tensile strength ASTM designation D 638 Elongation ASTM Designation D 638 Durometer hardness ASTM Designation D 2240 (Type A) Accelerated contraction test. Effect of alkali Clod bend test. Impact resistance.

d) i) ii) iii) iv) v) vi)

4.7.4 Installation : a) Location and embedment of the PVC. waterstops shall be shown on the drawings, with approximately one-half of the width of the waterstops embedded in the concrete on each side of the joint. In order to eliminate faulty installation that may result in leakage. Care shall be taken that the waterstops are correctly positioned and secured during installation. All waterstops shall be installed so as to form a continuous water -tight diaphram in the joint, unless otherwise shown. Adequate provision shall be made to completely protect the waterstops during the progress of the work. Additional vibration, over and above that used for adjacent concrete placement, shall be carried out to assure complete embedment of the water stop in the concrete. Larger pieces of aggregate near the waterstop shall be removed by hand during embedment to assure complete contact between the waterstop and the surrounding concrete. Splices in the continuity or at the intersection of junctions of PVC. waterstops shall be performed by heat

b)

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

81

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-! Kv^>4e-I Vol-l'II- Techl.Specification a, b^ ! Lam,

sealing the adjacent surface in accordance with the manufacturer's recommendations, A thermos tactically controlled electric heat source shall be used to make all splices. The correct temperature at which splices should be made will differ with the material compounds but should be sufficient to melt. All splices shall be neat with ends of the joined waterstops in true alignment. A meter box guide and portable saw shall be provided and used to cut the ends to be joined to ensure good alignment and contact between joined surfaces. After splicing a remoulding iron with ribs and corrugations to match the pattern of the waterstop shall be used to reform the ribs at the splices. The continuity of the members of the cross sections of the water stop(ribs, tubular centre axis, protrusions and the like) shall be maintained across the splices. c) Where splices are required between waterstops of different sizes, the splices shall be made as recommended by the manufacturer of the waterstops and drawings showing the details of the splices shall be submitted to the Engineer-in-charge for approval as required in paragraph 'General' above. Prior to embedment, the edges of the waterstops shall be secured to looped wire in the end bulbs to improve the concrete bond as shown on the drawings. The bars shall conform to the provisions of specification 4.20 'Reinforcement'. The manner in which the waterstop is secured to the reinforcing bars shall be subject to approval.

d)

4.7.5 Measurement and Payment: Measurement for furnishing and placing PVC waterstops shall be made along the centre line of water stops. No separate payment will be made for this item. It shall be included in the price bid quoted in Bill of Quantities. 4.8 PROVIDING WEEP HOLES; Providing weep holes as shown on the drawings and providing filters and jali as per the drawings including cost of materials and labour complete. 4.8.1 General: Rectangular weep holes : Weep holes of the size 75 mm. wide and 150 mm high or of circular pipe size of 100 mm. diameter as shown on the drawings shall be provided and they shall extend through the full width of the masonry with a slope of about 1 vertical to 20 horizontal towards the draining face to drain moisture from the back filling. The spacing of holes shall be as per the drawings, in either direction staggered. The sides and bottom of weep holes in the interior shall be made up in the stones/ concrete having fairly plain surface and channel so formed slabbed over with stones /concrete iinteis not iess than 150 mm. on each side.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

82

P.V.RR.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-Ill- TecMSpecification of Earth Dam,

in stone masonry, generally the height of weep holes shall be the same as the height of the course in v/hich they are formed as directed by the Enqineer-in-charge. Filters behind weep holes with jali shall be provided to the dimensions and grades as shown on the drawings. In case of pipes, where the length of pipe falls short of the required length, it shall be joined with necessary collars in CM 1:3 or as directed by the Engineer to form a continuous hole in the body of wall. Defective work shall not be paid. The interior of the weep holes shall be free from, all sand, mortar, stone pieces, dirt and other foreign matter. Care shall be taken to prevent entrance of any foreign matter into the weep holes during progress of the work. 4.8.2 Measurement and Payment; No separate payment will be made for this item. It shall be included in the price bid quoted in Bill of Quantities.

4.9

PROVIDING AND LAYING 100 mm. INTERNAL DIAMETER G.I PIPE DRAINAGE SPOUTS INCLUDING NECESSARY CAST IRON GRATING AS PER DRAWINGS FOR ROAD BRIDGES:

4.9.1 Scope; The water spout shall be 100 mm. internal dia, G.I. Pipe. The pipe shall be of medium grade used for domestic water supply conforming to IS: 1239 (Part.1)-1979and shall also bear the mark of certification issued by the Bureau of Indian Standards. The wall thickness shall be 4.5 mm. The spouts shall project at least 10 cm. outside the concrete and shall be rigidly fixed. A cast iron grating shall be provided at the entry of the water spout and shall be fixed in the recess so as to be flush with the road surface. The grating shall be painted with'two coats of antieorrosive black bitumen paint. The quantity and the size of the grating shall be got approved from the Engineer-in-charge. 4.9.2 Measurement and payment: Measurement for payment, shall be per number of water spouts fixed.

CONTRACTOR

SUPERINTENDING ENG1NEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

83

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-i ?')(k^ge-I Vol-llI- Techl.Spec'fi'-'tion 01 h,<.,ii .lam,

4 10 PROVIDING ARCHITECTURAL COPING SLABS OF 150 mm THICK WITH CEMENT CONCRETE OVER WING/RETURN/PARAPET WALLS W ' T M CEMENT 1IORIAP " - 4,10.1 Scope; a) The coping slabs shall be precast with M-10 grade concrete using not less than 220 kgs. of cement per cubic metre of concrete with machine crushed graded aggregate of 40 mm. maximum size. The precast slabs shall be cured atleast for 28 days prior to transporting to site of fixing. For fixing cement mortar of M y 7.5 grade shall be laid evenly to an average thickness of 15 mm. to the full width of the top of the wall and the slabs be fixed. The joints shall be pointed with cement mortar MM 10 grade mix. Measurement shall be on one cubic metre basis

b) c)

d)

4.11 RAILINGS: 4.11.1 General: Railings shall not be placed until the centering of false work for the span has been released and the span is self-supporting. The type of railing to be constructed shall be as shown on the drawings. The railing shall be carefully erected true to line and grade. Posts shall be vertical within a tolerance not to exceed 6 mm in 3 metres. 4.11.2 Metal Railing : All pipes used for railing shall be wrought iron, and all steel elements shall be galvanized. All complete steel rail elements, terminal sections, posts, bolts, nuts, hardware and other steel fittings shall be galvanized or painted with an approved paint. If galvanized, all element of the railing shall be free from abrasions, rough, sharp edges and shall not be kinked or bent. If straightening is necessary it shall be done by methods approved by the Engineer-in-charge. The railing shall be carefully adjusted prior to fixing in place to ensure proper matching at abutting joints and correct alignment and camber throughout their length. Holes for field connections shall be drilled with the railing in place in the structure at proper grade and alignment. Welding may be substituted for riveting in field connections, only with the approval of the Engineer-in-charge. Unless otherwise specified on the drawings metal railing shall be given one shop coat of paint and three coats of paint after erection if sections are not galvanized.

CONTRACTOR

SUPERINTENDING F.NGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

84

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-lll- Techl. Specification of Earth Dam,

4.11.3 Cast -in-Situ Railing ; a) The portion of the railing or parapet which is to be cast in place shall be constructed in accordance with the requirements for cement concrete for structures in specifications 4.0 Forms shall either be of single width boards or shall be lined with suitable material duly approved by the Engineer-in-charge. Forms joints in plane surface will not be permitted, All mouldings, panel work and level strips shall be constructed according to the details shown on the drawings. All corners in the finished work shall be true, sharp and clean-cut and shall be free from cracks, spalls or other defects.

b)

c)

4.11.4 Precast Railing : Precast members of railings shall be reinforced cement concrete and shall conform to the specifications given in Section-4. The precast members shall be removed from the moulds as soon as practicable and shall be kept damp for a period, of at least 21 days. During this period they shall be protected from sun and wind. Any precast member that becomes chipped marred, or cracked before or during the process of placing shall be rejected. 4.11.5 Measurement for Payment: No separate payment will be made for this item. It shall be included in the price bid quoted in Bill of Quantities.

CONTRACTOR

SUPERINTEN DING Ii\G IN EER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

85

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-! Vol-IH- Techl,Specification of Earth Dam,

if In

OPERATION AND MAINTENANCE TERMS AND CONDITIONS

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

86

P.V.N.R.Kanthanapally SujaSa Sravanthi Project Phase-I Package-1 Vol-lII- Techl,Specification of Earth Dam,

CD

Of"

OPERATION AND MAINTENANCE TERMS ANH CONDITIONS GENERAL From Commercial Operation Date of the project, the Contractor shall take over the operation and maintenance of the project for a period of five years including defect liability period. The Contractor shall be responsible for the operation and maintenance of all components of the project including associated hydro-mechanical equipment and civil works in accordance with prudent utility practice. SCOPE OF SERVICES The scope of services would include the following. i) To maintain all permanent civil and hydro-mechanical works, operation and maintenance of all gates as and when required. ii) To provide all services necessary to operate and maintain the project efficiently, maximize the availability of the project, optimize the useful life of the project etc. To operate the project in accordance with the operation and maintenance manuals of the equipment manufacturers. To operate the project in accordance with the requirements of Kanthanapally Project Authority. To provide requisite numbers of qualified (and if required licensed) personnel to perform the services. To maintain operating logs, records indicating water pumping rate, project availability and operating data. To carryout maintenance of the equipment and carry out repair and preventive maintenance in accordance with the recommendations of the equipment manufacturers.

iii)

iv)

v)

vi)

vii)

viii) To maintain all the historical record of O&M which are useful to carry out the technical audit for health of the equipment. ix) To provide technical and other assistance to the Employer, in solving operational and maintenance problems. To provide all spare parts, tools, equipment, consumables etc. required to opeiaie and maintain the project in accordance with prudent utility practice and keeping in view warranty period.

x)

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

87

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-1 Package-1 Vol-HI- Techl, Specification of Earth Dam,

xi)

Maintain all roads, yards, walkways, the colony, house keeping and security of the project.

xii) To maintain and keep in readiness fire protection system and safety equipment for the project. xiii) To recommend improvements / modifications in the project and implement the same with the Employer's approval. xiv) Represent the Employer in meetings/discussions Kanthanapally Project and other authorities. xv) with

Engage sub-Contractors and vendors as may be necessary for the performance of services with the permission of the Employer.

xvi) Suggest improvements in the operation and maintenance schedule for better performance. xvii) To prepare Annual Operation Plan and submit to the Employer for approval. 3. GOVERNMENT RULES The Contractor shall perform the work in accordance with Indian and other applicable laws (including environmental protection, sanitary, employment, industrial safety and labour laws) regulations, codes, permits, licenses, court orders and standards binding and enforceable on the Employer. The Contractor shall pay income or other taxes resulting from the performance and payment made to him in this connection. 4. OPERATING PERSONNEL The Contractor shall deploy experienced personnel for operation and maintenance of the project. The deployment schedule indicating the name of the persons, responsibility assigned to each of them and their bio-data shall be provided in the tender. 5. DECLARATION OF DAILY WATER AVAILABLITY The Contractor shall declare daily at agreed times, the availability of water.

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

88

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-111- Techl. Specification of Earth Dam,

6.

PERIODICAL OPERATION REPORTS All the components of earth cum rock fill dam shall be maintained as per the guidelines of the CWC, New Delhi or any authenticated standard maintenance manuals or any other appropriate authority, The Contractor shall prepare fortnightly operation report and submit to the Employer within three days of the end of previous fortnight, The report shall include,-the quantum of water released, energy consumed, repairs / maintenance carried out, spare parts / equipment / consumables utilized, labour status report, equipment operational status, status of fire fighting equipment, performance of the project compared to the annual operation plan etc. The contractor shall take the observations of instruments installed in the various parts of earth cum rock fill dam and keep a record of the observations duly analyzing and interpreting these observations and submit a report of the same to the Engineer-in-Charge.

7.

RIGHT TO PERFORM UPON CONTRACTOR'S DEFAULT If at anytime, the Contractor fails to perform and such failure is likely to cause injury to any person or damage to the project, the Employer may, but shall have no obligation to, perform any such obligation. The cost to the Employer of affecting such performance would be deducted from the payment due to the Contractor.

8.

PAYMENT FOR THE SERVICES The O&M expenses payable to the Contractor by the Employer shall be in the agreed currency (INR) for every month based on the invoices raised by the Contractor for the preceding month in accordance with the relevant clauses of the General Conditions of Contract. Total payment shall be limited to the price quoted for Operation and Maintenance. The manpower deployment schedule would be provided to the Employer and it would be adhered to strictly. Further the facilities eg. Accommodation, transport, electricity, water etc. to be provided to the deployed manpower by the contractor/Employer would be clearly specified. The man-month charges of the deployed manpower, as scheduled and adhere to would be charged to the monthly invoice along with the consumabies/minor repairs incurred for the month on actual basis.

CONTRACTOR

SUPERINTENDING ENGINEERJ&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

89

P.V.N.R.Kanthanapally Sujaia Sravanfhi Protect Phase I P.iouge-I Vol-lll- Techl,Specification oj ro < < / , mi,

In case of major expenses for replacements / spares, the contractor would inform the requirement to the Employer, The Employer would purchase / provide for the items not covered under defect liability.

9.

TRAINING OF EMPLOYER'S PERSONNEL


The Contractor shall arrange for training of Employer's personnel in operation -and maintenance of the project. The Contractor shall provide a detailed training plan for all operation and maintenance procedures along with the bid documents which shall, after approval by the Employer, form the basis of training programme.

10.

FORCE MAJEURE Events or circumstances leading to force majeure and its effects on service etc. shall be applicable as given General Conditions of Contract,

11.

ACCEPTANCE TESTS ON COMPLETION OF Five (5) years O&M

Upon completion of Five (5) years O&M period , the acceptance tests shall be carried out before the project is taken over by the Employer. These acceptance tests shall be identical to the test after completion conducted under the EPC portion of the contract, except that the minimum condition shall be agreed performance value from the EPC test reduced by the percentage value of contractual acceptance degradation. The Contractor shall also make available the proof that maintenance / overhaul of equipment was carried out during Five(5) years' period in accordance with the maintenance schedule of the supplier of the equipment. 12. SETTLEMENT OF DISPUTES The settlement of disputes if any shall be handled in accordance with the General Conditions of Contract. 13. Minimum Requirement during Operation and Maintenance : 1) The Gates operation require 24 hours monitoring and the workmen shall be present in all 3 shifts for all the seasons as Godavari as almost perineal river. Necessary log books for every gate shall be maintained and fortnight report shall be submitted to Engineer-in-Charge.

CONTRACTOR

SUPERINTENDING ENGINEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

90

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-i Package-I Vol-llI- Techl. Specification of Earth Dam,

2) Electrical staff shall be available at dam site and at spillway site in all the 3 shifts and for all seasons, 3) Dewatering of galleries shall be closely monitored in spillway and staff shall be available for all 3 shifts and for all seasons. 4) Gauges shall be monitored in all 3 shifts and for all the seasons and record shall be maintained for the gauge data and gauge discharge data in specified form shall be submitted to Engineer-in-Charge for every fortnight. 5) Drilling and grouting staff shall monitor every day existing up lift pressure using a packer with gauge and necessary drilling operations shall be carried out depending on the up lift pressures. 6) Instrumentation : The instrumentation readings shall be taken daily and necessary calculations shall be carried out and fortnight reports shall be submitted to the Engineer-in-Charge . Minimum Staff Required ; Si. No. 1) Description
w3I6S

Qualification Degree / Diploma Engineers Foremen / I.T.I qualification. Mechanics / I.T.I qualification Operators / I.T.I qualification. Helpers

Total No. of persons 4 4 4 8 32 52 2 4 8 8 28 50 1 2 4 4 20 31 1 16 17 3 15 18

2)

3)

4)

Sub total Electrical Staff Degree /Diploma Engineers Foremen /I.T.I qualification Wiremen / I.T.I qualification Operators / I.T.I qualification Helpers Sub total Dewatering Degree /Diploma Engineers Foremen Staff: /I.T.I qualification Mechanics /I.T.I qualification Operators /I.T.I qualification Helpers Sub total Gaugings : Degree /Diploma Engineers Gauge reader /I.T.I qualification Sub total & Drilling operators Helpers Sub total

5)

Drilling Grouting :

CONTRACTOR

SUPERINTENDING ENGINEER,I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

91

P.V.N.R.Kanthanapally Sujala Sravanthi Project Phase-I Package-I Vol-III- Techl.Specificat'- ,; r.fE , '/ n>am,

6)

Instrumentatio n:

Degree /Diploma Engineers Instrument readers / I.T.I qualification Cleaning and sweeping of Dam and Appurtenant works Sub total Total workers

/
if.

20
L,%JxJ

CONTRACTOR

SUPERINTENDING ENG1NEER.I&CADD., J.Chokka Rao D.L.I.Scheme Circle, K.C.Colony,Chinthagattu,Warangal.

GOVERNMENT OF ANDHRA PRADESH


IRRIGATION & C.A.D. DEPARTMENT

P.V. NAmtMHA UQ fflNtUANAPALW


a '? *
J
*Sf

ft*;;* *

*:

3;
- * *
y

' **-.. W -'A

M
T

*_

7" "*
Bi

>*

I
Ml

ft"

*v

NAVIGATION CHANNEL STAIR WELL r - + 93.200 (PARAPET LEVEL) I ,-F.R.L +85.000 4-92.200 ROAD LEVEL

-ABUTMENT TOP WIDTH 3 M

CREST LEVEL +75,000

STAIRWELL -F.R.L +85.000 +92.200 ROAD LEVEL

CREST LEVEL +75,000 r m 2 0 0 (PARAPET LEVEL)

STAIR WELL RIGHT HEAD REGULATOR /""CHAINAGE 3055 (FEH TAT1VE) +92.200 ROAD LEVEL

j DATUM = 40,0

- ~JL _ .

_ 1 _ _ 1 _ -_""Tir*tIir~TZI

i-z^r^.T-^T i^-SUMP

>^^-~ wnrT ^ ?Tr ,^ m

, ..

, iji - r ~-

-^i - I I M '

'

-";;

;;; .."""" V.,

" ~~

" "TITTT^""^.':' ... .'..

'

"-^-^^-^^"^^^7^1*^

^ - scouR^Qjice"-

/ ^ "

i|

FOUNDATION LEVELS GROUND LEVELS CHA1NAGE ^3 5$ 5]

SB feiS!
8! 9

8 s*
Ck| <D|

a si
Si

Ii!
a
8(
ojcol

SI

a
tf3j &

4'

ss a

1
81 99)

9
Hti
J_L

2 3 SI SI Si
CM] OJ| oil <0|

SIS

cbi5

ffl--i

H H N w} oj oof

_ , -* OS

s
SI

4M

Si!8 81 I S ! 818 S3

J B
(Of CJM

SS!

sash
Ss<o|

HS)

J 39 S c3]

eel

fcifc'lfc!
819

Bfclf: t w

a
I
PI

ojoj

as!
EARTH DAMCH : 0.00 - CH : 774.500

da 8 as

$8

fe

MSI sial

felo

WJCMi

K!

a
TT RIGHT NOF C H : 2919.40C H : 3131.00

si

8jSq B&!

as

a si
NAVIGATION CH : 774.50 CH:791.50

a?

i
HYDRO POWER BLOCK (6 VENTS) C H : 2763.40C H : 2919.40

8t8|
EARTH DAM CH : 3131.00 - CH : 3550.00

SPILLWAY (131 VENTS OF 12m X 10m WITH PIER WIDTH OF 3.0n#CH : 791.500 - CH : 2763.40

U/S ELEVATION

&> v

DRAWN

RECOMMENDED:

orients of Project
Particulars
Left Earth Dam Navigation Lock Spillway Hydropower blocks Right NOF Right Earth Dam Chainage From KM To KM 0.000 0.7745 0.7915 2.7634 2.9194 3.1310 0.7745 0.7915 2.7634 2.9194 3.1310 3.5500

'Superl fete*ndintj rt0WTOPi.

JCR - GL1 Scheme CJn:ir-

Length in Mts. 774.50 17.00 1971.90 156.00 211.60 419.00 3559-0

B&LIENT FEATURES 1). EARTH DAMS


LENGTH ON LEFT SIDE LENGTH ON RIGHT SIDE TOP WIDTH MAXIMUM HEIGHT : : : : 774.500 M 419.000 M 9.750 M 15.500 M
!|1?<

2). SPILL\AJJY
FRL : +85.000 M MWL J:+86.380 M No of bays S i with 3 M Piers in between vents Crest of Spillway level : +75.000 M Minimum Foundation level ; +47.000 M Gate size : 12 M x 10 M vertical lift gates Spillway length : 1971.900 M Top width ;" : 9.750 M
1). Type of Turbines : Bulb Turbine 2). Rated Head : 11.368 Mts. 3). Rated Discharge per unit :390Gumecs. 4). No. of Units : 6 Units 5). out put at each generated unit : 46.6 MW 6). Runner Diameter : 7.20 Mts.

CHECKED:
1). RIGHT SIDE : 211.600 M 2). MAXIMUM HEIGHT : 42.000 M 3). TOP WIDTH : 9.750 M APPROVED

AEE

DEE-3

EE/CD2

#E/DAMS

CE/CDO

SUBMITTED

7). Turbine Generated Speed

: 83.30 RPM.
U o 1 t U

IRRIGATION & CAD DEPARTMENT P.V.NARASIMHA RAO KANTHANPALLI SUJALA SRAVANTHI PROJECT SKETCH OF SCHEME SHOWING ALL COMPONENTS

Dy.ExeT JCR-GLJP-Sub-Divislon No,j "".Division N o . 1-WarangaI.

J^

-DLIS Division N

lf->o

WARANGAL:

Drg.No.

DRAV/ING IS ISSUED FOR jESTIMATtON PURPOSE AND NOT FOR llXECUTION UIS CO-ORDIMATES WS CO-ORDINATES

NOTES: L ALLDlMENSlOiS ARE IN M1UJWETERS AID LEVELS IN METERS UUIESS OTHERWISE SPECIFIED. 2.TOEDRAWING SHALL NOT BE SCALED AND ONLY FIGURED DIMENSIONS !SHALL-BECX)NSIDB^ED. 3. THE SPECIFICATIONSTORALL MATERIALS AND WORKMANSHIP SHALL : CONFORM TO RELEVANT BIS SPECIFICATIONS AND/OR EQUIVALENT : SPEOHCMTIQNS WHEREVER THEY ARE NOT AVAILABLE. 4. THE ASSUMED FOUNDATION LEVEL -H5.000M SHOWN IN THIS DRAWING IS : TENWTTVE AND THE SAME SHALL BE CONFIRMED BY THE GEOLOGIST; GSL 5. THE FOUNDATION TREATMENT NAMELY OUfOMN GROUTING AND CONSOLIDATION GROUTING DETAILS INDICATE IN THE DRAWING ARE : TENTATIVE.TOEDEPTH & SPAQN6 OP GROUT HOLES ARE SUBJECT TO : CXMFIRMATIDN BY THE GEOLOGIST, GSIBASED ON THE ACTUAL >rouNMnoN STRATA MET wrm DURING EXECUTION, & fHE ENERGY DBSlWTDNi ARRANGEMENTS INDICATED IN THE DRAWING ARETCNUriTVEAND SAME ARE SUBJECT TO CONFIRMATION BY MODEL STUDIES AT APERMiYDBRABAD. 7.TOEDETAILS OF 6J01E GROOVES AND STOP LOG GROOVES SHOWN IN THIS ! DRAWING ARE TBTTATIVE. THE DEmiLS OF HOIST AND ITS CAPACITY i SHALL' BE :READ FROM MEO#WiCAL DRAWINGS. 8. TOE MAXIMUM COMPRESSIVE STRESS UNDER THE SPILLWAY BODY WALL WORKS OUTTO.ABOUT 95.00 T/SQ.M. IT SHALL BE ENSURED THAT THE FOUNDATION ROCK CHI TAtCE THIS STRESS. 9.TOESHJEAR M l A M i ^ E ^ 025 T/9QJML AND 0 35 ARE ASSUMED AT THE CONTACT OF BODY WALL WTTH FOUNDATION ROC&'FOfc CHECKING AGAINST SLIDING OF DAM IN THE ABSENCE OF DATA, THE SAME SHALL BE CONFIRMED BY IN - STTU SHEAR TESTS DURING EXECUTION. 10J .ADEQUATE COOLING ARRANGEMBOTS FOR TEMPE1MURE CONTROL OF ! MASS'CONCRETE SUCH AS PRE-GOOUNGS, POST COOLING AND j PRE-DESiGN MEASURES ETC* SHALL BE MADE AS PER IS: 14591-1991 AND NECESSARY BATCHING PLANT ETC, SHAH BE PROVIDED AT SITE WELL BEFORE EXECUTION OF WORK. . 11. TOR R.C.G DETAILS OF PIER, CREST;SPILiWAY BRIDGE, GENERAL PLAN & LAYOUT, DRAINAGE GAtUERY ETC, REFER SEPARATE DRAWINGS. 12,TOECOARSE -AGGREGATE AND FINE AGGREGATES SHALL CONFIRMTOIS: 383-1970. 13, THE R&NFORCBfENT PROVIDED IS OF HVSD BARS CONFORMINGTOIS: 1786-1985. 14. SEBMBC OOEFraaENT RELEVANT TO ZDNB-m AS PER 15:1893-2000 B CONSIDERED WHILE CHECKINGTOESTABILITY OF SPIU^AY OF DAM. TOE SAME MAY.BE GOT CONFIRMED BY THE STANDING OOMMITTie TOR .RECOMMENDING THE SEISMIC GOEPHCfBNT.CWQNEW DELHI BEFORE -EXECUTION. 15.TTHE LENGTH OFTOEDAM SHALL. BE DIVIDED INTO BLOCKS OF IBM LENGTH WITH TRANSVERSE.CONTBAOTON JOINTS (XM1RMING TO IS: 112200-2001, 16JTORDRAINAGE ARRANGEMENTS IN STILLING BASIN, REFER. S^ARATE JDRAWING.

~KT1
-Walk way bridge HBL+101.000

Y1

0.000 0.300 Q.6Q0 1.000 1.200 1.300 1.400 1.500

i.eoo MJ00

pTsoon 1.900
:

2.000 2.100 2.200 2.300 2.345

1.406 1394 1.359 1.272 I 1,208 I 1.170 1.128 1.081 1.028 0.969 0.901 0,824 0.734 0.628 0.487 0.275 0.000

x2 0.000 r_5cT 2,000


3.000 I 4.000 j 5.000 6.000 : 7.000 8.000 9.000 I 10.000 111.000 12.000 (13.000 1 14.000 I 15.000 118.000 i 7.000 18.000 19.000 119.892

Y2
0.000

0.061 I
0.219 ! 0,464 0T790 I 1.194 : 1.673 ! 2.225 ! 2.848 ! 3,542 ! 4.304 5.134 8.030 6,933 8.020 9,112 10.268 11.488 12.768 14,111 15.361 (5JQCif (iJTlif CREST LEVEL+ 75.000 TP +73,504 Y 2 = 0,0608 ( X g )

CREST PROFILE

HYDRAUUC PARTICULARS
1A.MR30OO YEARS) 1B. MFD(500 YEARS) 2A.MWM100 YEARS) 2BMWL{B0O YEARS) : 82179 CUMEC : 102746 CUMEC : 86^06 M : 87.780 M :8&O0OM :82J200M ; 75.000 M : M.BQ8 M :MM0M : 131 NO.S : VERTICAL : 3,0 M ,:8,0M

BACKFILLING WITH GO M10,80 MSA

a FULL REBBMOR LEVEL 4. TOP OF ROAD LEVEL & CRESTLEVEL 6A. MAX. TWL (100 YEARS)

RETAWABUE SLOPE
i |

i l , MAX. TWL (00 YEARS) 7. NO. OF VENTS 8. TYPE OF GATES i,fHeWl:SS.OFPIER INTERMEDIATE PIER ENDPIBI

THE REVISION DRAWING IS ISSUED iASBD ON 'THE wm/m Lr.NO. ENQIW/PSM/E&1/ DEE^AE-1/KUS/VOL-VII, DT. 06.0&2012 -

10, TYPE OF ENERGY DISSIPATION: STHUN6 BASIN

11. seine fONE

: li

1. THE DLR BRIDGE WIDTH IS REVISED FROM aeoM TO s i s i WITH FOOT PATH ON ONE SIDE WITH 1.S0M WIDTH. 2. Um SLOPE IS PROVIDED WITH 1 IN 10.

SPECIFICATION DRAWING
REFERENCE DRAWINGS 1. GENERAL PLAN AND LAY OUT: DRG.NO.CDO/CD2/KTP/01 2, CREST PROFILE: DRG.NO.CDO/CD2/KTP/04

. +46.000 (TENTAT1VB

500 CX^NSOUDATipN GROUT HOLES \ 16000 PpP^SPACiP AT 8000 C/C S rAfofcfi& BuitiWAYS
(FINETOMEDIUM GfWNED)

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.NARASIMHA RAO KANTHANPALLI SUJALA SRAVANTHf MAXIMUM CROSS-SECTION OF SPILLWAY
DHAVWt: RECOMMENDED':

CURTAIN GROUT HOLES 500 DRILLED THROUGH-75 0-PIPES, 85G0Q DEEP SPAOEPJWiOQOq/C J2RJMAGE JJOLES 5G0 DRILLED THIOU6H 75 0 PERFDRA" STiELPIPE, 18000

CHICKED:
+8^000 APPROVED:

Supe-FlnteiiclliTcj Encjipeeir* H rAF).D JJR 6 LI Scheme O rtir vVd ra u a *

'l\-

: REVISION

SUBMITTED:

BORE HOLE 3
AEE DEE-8 EE/CD2

BE/DAMS

CE/CDO

DATEr

Drg.No.

JCR-GLJP-Sub-Divisioii Noi
r

Mcecii creative Engitflr*>


J C I V - H ' J S Division No* 1 |

vpemmnamg tsngtrpf^
R.DU&- Cfecfft i w i n g l

Division No. j-Wuangal.

WARANGAL.

16
NOTES:

HYDRAULIC PARTICULARS AXIS OF DAM


1A.MFD(100 YEARS) 1B.MFD(500 YEARS) 2A.MWL(100 YEARS) 2B.MWU500 YEARS) 3. FULL RESERVIOR LEVEL 4. TOP OF ROAD LEVEL 5. CREST LEVEL 6A. MAX. TWL (100 YEARS) : 82179CUMEC : 102745 CUMEC : 85.808 M :87J80M : 85.000 M : 92.200 M : 75.000 M : 84.808 M : 8&380 M : 131 NO.S : VERTICAL

2000 [FORMED DRAIN @3000 C/C 3000 VENTILATION PIPES AT CENTER OF EVERY BLOCK WITH COWL AT END

6B. MAX. TWL (500 YEARS) 7. NO. OF VENTS 8. TYPE OF GATES 9. THICKNESS OF PIER INTERMEDIATE PIER END PIER

: 3.0 M : 3,0 M

10. TYPE OF ENERGY DISSIPATION : STILUNG BASIN 11. SEISMIC ZONE : III

1. ALL DIMENSIONS ARE IN MILLIMETRES AND LEVELS IN METRES UNLESS OTHERWISE SPECIFIED. 2. THE DRAWING SHALL NOT BE SCALED AND ONLY FIGURED DIMENSIONS SHALL BE CONSIDERED. 3. THE SPECIFICATIONS FOR ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO RELEVANT BIS SPECIFICATIONS AND/OR EQUIVALENT SPECIFICATIONS WHEREEVER THEY ARE NOT AVAILABLE. 4. THE FOUNDATION TREATMENT NAMELY CURTAIN GROUTING AND CONSOLIDATION GROUTING DETAILS INDICATED IN THE DRAWING ARE TENTATIVE. THE DEPTH & SPACING OF GROUT HOLES ARE SUBJECT TO CONFIRMATION BY THE GEOLOGIST, GSI BASED ON THE ACTUAL FOUNDATION STRATA MET WTTH DURING EXECUTION. 5. THE: MAXIMUM COMPRESSIVE STRESS UNDER THE BODY WALL WORKS OUT TO ABOUT 80 T/SQ.M. IT SHALL BE ENSURED THAT THE FOUNDATION ROCK CAN TAKE THIS STRESS WITH ADEQUATE FACTOR OF SAFETY. 6. THE SHEAR PARAMETERS C=10 T/SQ.M. AND 0 = 25 ARE ASSUMED AT THE CONTRACT OF BODY WALL WITH FOUNDATION ROCK FOR CHECKING AGAINST SLIDING OF DAM IN THE ABSENCE OF DATA. THE SAME SHALL BE CONFIRMED BY IN - SITU SHEAR TESTS DURING CONSTRUCTION. 7. SEISMIC COEFFICIENT RELEVANT TO ZONE-III AS PER IS: 1893-1984 IS CONSIDERED WHILE CHECKING THE STABILITY OF SPILLWAY OF DAM. THE SAME MAY BE GOT CONFIRMED BY THE STANDING COMMITTEE FOR RECOMMENDING THE SBSMIC COEFFICIENT,CWC,NEW DELHI BEFORE EXECUTION. 8. THE LENGTH OF THE DAM SHALL BE DMDED INTO BLOCKS OF 25 M LENGTH WTTH TRANSVERSE CONTRACTION JOINTS CONFIRM TO IS:12200-2001. 9. FOR DETAILS OF ADIT, FOUNDATION GALLERY, INSTRUMENTATION GALLERY, STAIRWELL ETC., REFER SEPARATE DRAWING.

15Q0TH. IMPERVIOUS ! RACE IN C.C M-20 I WITH80M.S.A

THE REVISION DRAWING IS ISSUED BASED ON THE ENC/I.W Lr.NO. ENC/IW/P&M/EE-1/ DEE-9/AE-1/KLIS/VOL-VII, DT. 06.08.2012 REVISION NOTES 1. THE TOP WIDTH IS REVISED FROM 8.60M TO 9.75M WITH FOOT PATH ON ONE SIDE WITH 1.50M WIDTH.

SPECIFICATION DRAWING

REFERENCE DRAWINGS 1. GENERAL PLAN AND LAY OUT : DRG.NO. CDO/CD2/KTP/01

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT FILLING CREVICES WrTH CC M10 GRADE USING 80 MSA 500 CONSOLIDATION GROUT HOLES! 16000 DEEf SPACED AT 3000 C)C STAGGERED BOTHWAYS 4- 25 0 ANCHOR RODS WITH SPLIT ENDS x @ 3000 C/C BOTHWAYS 3M INTO ROCK 2M INTO CONCRETE DRAINAGE HOLES 500 DRILLED THROUGH 75 0 PERFORATED STEELZPIPE, 18000 DEEP SPACED AT 6000 c/c
DRAWN

P.V.NARASIMHA RAO KANTHANPALLI SUJALA SRAVANTHI RIGHT NON-OVER FLOW DAM MAXIMUM CROSS-SECTION
RECOMMENDED:

CliRl^MQflOLiTliOLES 5O0?BBttiEDf THROUGH f 5 0 PIPES, 35000 DEEP SPACED A t 3000 c/c

CHECKED APPROVED

(r^c.^y

-j

ILB - OU Scheme CrcW

n ^ ^ a ,

: REVISION

SUBMITTED:

^
"JfCR-ijLlF-aub-Ujvision No! p hjk,f\<i DivisJ9B No. 1-Warangal,

I-

br^z
fupmmMntfmg Bngmtyto t
ROUS Clrete Waranaa

AEE

UCC"w

EE/dD2

SE/DAMS

CE/CDO

DATE:

Drg.No.

J C R - n L I S Division No, 1 , WARANGAL.

DRAWING IS ISSUED FOR ESTIMATION PURPOSE AND NOT FOR EXECUTION

NOTE
t, ALL DIMENSIONS AR*- IN MILLIMETRES AND LEVELS !N METERS, ONLY FIGURED DIMENSIONS MEED B CONSIDERED. 2, TH EARTH DAM HAS BEEN DESIGNED A3 ZONAL SECTION. a, THE EMQINEERIMQ PROPERTIES OF SOILSAMRl OF SOTH FOUNDATION AND EySAMKyENT CONSIDERED FOR ANALYSIS TABULATED SHALL BE ENSURED QUmm EXECUTION. 1FTHE PROPERTIES ARE INFERIOR TO THE VALUES SHOWM IN THE TABLE, THE SECTION HAS TO BE REDESI0NED AND CHECKED FOR FACTOR OF SAFETY VALUiS REQUIRED, b. MO SORROW AREA IS PERMITTED WITHIN THE G O Q M FROM THE TOE OF THE DAM BOTH ON U/S AND D/S OF BrtBAN^ENT 3, FOUNDATION TREATMENT <tN0!CATlVE)i IN THE ABSENCE OF 0.EOLOQ1ST REPORT, THE FOLLOWING FOUNDATION TREATMENT IS SUGGESTED FOR FURTHER GHEOQNQ AT THE TIME OF EXECUTION. tt.THE FOUNDATION TREATMENT IN THE SOILS CONSISTS OF COT, mm RETAINABLE SIDE SLOPES HAVINQ A BOTTOM WIDTH OF 4GQQAMD KEYED 1 GOO! MTQ ROOK, b. THE BOTTOM LEVEL OF C.O.T AT DIFFERENT CHAJHAaeS OF EARTH DAM SHALL BE AS; PER GEOLOGIST RECOMMENDATION IN THEIR REPORT, C.BEPORE GROUNDING WORK IT SHALL BE ENSURED THAT THE FOUNDATION STRATA WITH PROPERTIES SHALL BE AS INDICATED IN THE TABLE-1 OF THE DRAWING, d AFTER EXCAVATION O- COT, THE fNSITU PERMEABILITY TESTS SHALL BE CONDUCTED AT BOTTOM LEVEL OF COT UPTO A DEPTH WHERE INSITU PERMEABILITY VALUE IS LESS THAN S LUaeOWS. IF TH;-: INSITU PERMEABILITY OF THE ROCK IS MORE THAN 3 LUQEONS, IT SHALL BE QROUTSD VD BRINQ THE POST GROUTING PERMEABILITY VALUE TO LESS THAN 3 LUQEONS. THE (^ROUTING PATTERN SHOWN IN THE DRAWING IS INDICATIVE AND IS FOR QUIOANCE.THEiPENION OF THE GEOLOGIST OF GSt SHALL BE TAKEN REGARDING HE ACTUAL PATTERN Of QROUTINQ, AFTER TREATMENT; THE BACK FILUNQ O f COT WITH THE SIMILAR TYPE OF HEARTtM SOILS. THE EMBANKMENT SHALL BE CARRIED OUT WITH THE CONSENT OF GEOLOGIST OP 031 THE TOP LEVEL OF THE DAM IS FIXED AT +S&20O BASED ON THE FREE BOARD REQU1REMEMT AS PER BIS CODE 1063&-19Sa a. TURNING PLATFORM ON LAND SIDE FOR EVERY 5G0M MAY BE PROVIDED, a 1800 THICK INCLINED SAND FILTERS AND 10QO THICK HORIZONTAL SAND FILTER IS PROPOSED. IN THE REACH WHERE HEAD OF WATER IS 30QOMJVI AND LESS THE IMCUNEP SAND FILTER fiLQHQ WITH ROCK TOE ARE DISPENSED. 1000MM THICK HORIZONTAL FILTER AND TOE PROTECTION IS EXTENDED TILL TWL a IN THE REACH WHERE GROUND LEVELS ARE ABOVE FRL HORIZONTAL SAND FILTER IS OISPENSBLTOE PROTECTION IS EXTEND ED- TILL TWL THIS DRAWING IS TO BE READ WITH GENERAL SPECIFICATION DRAWING NO, CE/CDO/CO2/1/2007.

SAUENT FEATURES OF THE RESERVOIR

CENTER UNIE OF EARTH DAM PARAPET (REFER DETAILS)

XB.L F.RL
M.W.L T.W.L QUARD STONE (REFER DETAILS) TURFING

+9SL200M +86.000 M +87.7S0 M +6&400M

eoomm THICK RIP RAP

CHUTE DRAIN @ 4 6 M 0 / 0 (REFER DETAILS) 2,0


|

JLONQiTUDINAL DRAIN. WITH 150MM DIA PIPE & 4 5 M 0 / 0 (REFER DETAILS)

300mm THICK RIP RAP IflPTO +87.400

BOTTOM LINE OF PROFILE WALL JL5.

ROOM TOE ~ h DETAILS) REFER D 1 T A I L B Y

.TOE DRAIN (REFERDETAILS) .L+80.000fvaries) DOOCvi

9.

REFER DETAILS'X'

REFER DETAILS ' 2

10. PARAPET AS PER THE. DETAILS GIVEN IN THE DRAWING SHALL BE PROVIDED FOR THE ENTIRE REACH OF EARTH DAM, THE BED CONCRETE OF THE P&WET SHOULD BE REST ON THE FIRM EMBANKMENT SOIL ONLY AS SHOWN IN THE DRAWING, NECESSARY JOINTS HAVE TO BE PROVIDED AT 30M C/G, 11. FOR DRAINAGE ARRANGEMENT REFER BIS CODE 9429-199&

GROUTING IN TWO ROWS AT 6to C/C (STAGGERED) UPTO FRESH ROCK (REFER ITEM 3 OF NOTES)

12. A SURFACE SLOPE OF 1IN 75 FROM U/S TO D/S ATTBL AND 1INS0AT D/S SERMS TOWARDS.LONGITUDINAL DRAIN MAY BE ALLOWED FOR FREE DRAINAGE OF RAIN WATER IN THE DRAINS. 13. THE PROFILE WALL AT 30M INTERVALS SHALL BE CONSTRUCTED ON U/S IN IN PIECES OF 10M LENGTH WITH SUFFICIENT BITUMEN FILL \U BETWEEN TO TAKE CARE OF TEMPERATURE STRESSES.

TYPICAL SECTION OF EARTH DAM FOR MAXIMUM HBGHT C12..SMI

THE REVISION DRAWING IS ISSUED' 1ASED ON THE ENC/I.W Lr.NO, ENC/IW/P&M/E&1/ DEB^AB-1/KLB/VOL-Vll, OT. 00.08,2012 REMIS1QN:.NOTES .

14. AS PER IS:8a3719as.ROCK TOE OF 0.2H HEIQHT^VHERE H IS HYDRAULIC HEAD) SHOULD BE PROVIDED SUBJECTED TO MAXIMUM OF Q.m AND MINIMUM OF 1.5M.

RERDEG.MO: CDO/CD2/Kantanpalli/1/09rR1 1 sheet-2/2SCALE - 1 1150 Client

" T A B L E 2 . FACTOR OF SAFETYVAL&ES PARTICULARS CONDITION NORMAL U/S SUDDEN ; DRAWDOWN ' EARTH QUAKE 1.088 1*111 \ '1J538 . F.O.S OBTAINED 1,745

'

' F.O.S

| i

TABLE 1 .

ENGINEERING PROPERTIES OF SOIL FOR EMBANKMENT CONSTRUCTION Density (gmfcc)

REQUIRED 1.300

#
m c

l
i 8
GO

Water Contsrt {%}

Shear Strengh Parameter of Sol UU f ox Shear test without pore pressure measurement UU TriaxteTtest l i f m i port pressure measurement .At MOD & OMC AtMDPMMC" ./ttMDD&SMCT _AtMDD&PMC~ Sub C In kg/terri <pincteg. IS 18. Cfolqjfcrri' 16 0.20 0.10 # In deg. 17
14 25

1.000 1,500 1.000

! I

m
1 CASINO SOILS HEARTING SOILS FOUNDATION SOILS SO CI SO

5
40 47 35

5
0.39 0.51 0.58

OMC/ FMC 1 0 0 % Sat

Dry

Moist

poo%

Sat

1. THE TOP WIDTH IS REVISED FROM 9.Q0MTO975M. 2. U/S BERM WIDTH IS REVISED PROM 3.0M TO 6.QM 3. D/S SLOPE BELOW BERM +86,000 M IS RAISED FROW2H:1VT0 2.5H:1V

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.NARSIMHA RAO KANTHANPALU * SUJALASRAVANTHI PROJECT EARTH DAM SECTION OF MAXIMUM HEIGHT -12,5m
RECOMMENDED:

Project

C-In kg/cm' 18 0.10

# In deg; 19 30

C In kgfcm 20
0.10

< t > in deg. Title

NORMAL D/S STEADY SEEPAGE EARTH QUAKE

8 16 18 14 2. 2. 2. 9.0
18.8 12.7 14,72 10.03 21,84 1.77 1.70

10
2UO

11 2.19 2.11 2.07

12 1.16 1.11 1,07

1.3 7,38X10 3.11X10 SLflrl X10

14
0,:2S

21

25

DRAWN:

2.10 1.92

CHECKED:

Dy K-\Mud JCR-C ..P-Sub- D i v i s i o n


DivisifiiN.

N&m

.Executive EngMf^f^
J C R - D L I S Division \ o . 1, WARANQAL.

l-Wuangal.

"TO***

A:
Supeliii'leii'din-cl^ifginefer, J C l c - DJL1 S c h e m e C i r c l e [Jfc CA D1'? WarctnihU AEE
DEE^8

REVISION
SUBMITTED:

APPROVED :

EE/CD2

SE/DAMS

: CE/CDO

DATE:

Dig.No.

'

NOTES: 1. ALL 0IMEN8I0NS ARE IN MIUJMETRB8 AND LEVELS IN I k ONLY FIGURED DIMENSIONS N f ID' BE CONSIDERED. 3GQ THICK PARAPET INC.C.M15 2. PARAPET WALLAS PER THE DETAILS GIVEN IN THE DRAWING SHALL BE PROVIDED FOR THE ENTIRE-REACH OF EARTH DAM. THE BED CONCRETE OF THE PARAPET WALL SHOULD REST OH THE FIRM EMBANKMENT SQl!J ; OfCY AS SHOWN M THE DRAWIWQ, NECESSARY JOINTS- HAVETO.BE PROVIDED AT mA. C/C, 3. FOR DRAINAGE ARRANGEMENT REFER 8 8 CODE 9420-1999 TBL 2DQTHJCK LEVELLING COURSE fM C.C. M16 WITH 40 M.S A 1 4. A SURFACE SLOPE OF 11N 75 FROM U/S TO D/S AT TBL AND 11N SO AT BERM LEVEL FOR' FREE DRAINAGE OF RAIN WATER IN THE DRAINS, 5. GUARD STONES ARE PROPOSED AT 3M C/C ON D/S AT TOP OF EARTH DAM,

QUARD STONE (AT 3m INTERVAL) SCALE-1:80

-*|-6oo-{-4PARAPET WALL SCALE-1:50

. PROFILE WALLS- AT BOM INTERVALS SHALL BE CONSTRUCTED ON


um m. PISCES OF 10M LENGTH W I T H SUFFICIENT BITUMEN FILL

IN BETWEEN TO TAKE CARE OF TEMPARAtURE STRESSES, 7, AS PER IS 6237-1985, ROCK TOE OF 0.2H (WHERE H IS HYDRAULIC HEAD) SHOULD I E PROVIDED SUBJECT TO MAXIMUM Of 6M a MINIMUM OF 1.SQM 8. THIS DRAWING IS TO BE READ WITH THE GENERAL DRAWING HO, QEfCDOfCD2fif2aOT.

1000 THICK HORIZONTAL SAND FILTER 300 mm RIPRAP

DRAWING IS ISSUED FOR ESTIMATION PURPOSE AND NOT FOR EXECUTION

THE REVISION DRAWING IS ISSUED BASED ON THE ENQ/LW Lr.NO. ENC^IW/PflWVEE-1/ DEE-tyAE-1/KUS/VOLVII, DT. 06.08.2012

REF.DE&N0: QQQIQmim%mpmMHm^m, rtmft-1/2


200 mm GRADED METAL 200 mm SAMD BLANKET DETAILS AT V 8CALE-1:SQ

A
200 mm GRADED METAL 200 mm SAND BLANKET

REVISION

-*j--600-j*AEE PETAiLBATg SCALE-1:66.' "


:

DEE-3

EE/CD2

S&DAMS

cB/mo

8GALE-1:150

Client:

GOVERNMENT OF AfMDHRA PRADESH IRRIGATION & GAD DEPARTMENT P.V.NARSIMHA RAO KANTHANPALU 8UJALA 8RAVANTHI PROJECT DETAILS" OF SLOPE PROTECTION AND DRAINAGE ARRANGEMENT
RECOMMENDED:

Project

aoo u aoo aoot # aoo m

goo u m u /aoo aoou aoo

me
DRAWN:

OHBCKBD:

CHUT* DRAIN MOTION "8 - 2 1


SCALE* iao

IQNIMTUDINAL DRAIN
SCALE-iap"~ SUBMITTED:"

APPROVED:

DATE-

Dig.No.

D/S CO-ORDINATES
Y2 - 0.1965 C x J " (0,647) (0.220)* CREST LEVEL+ 75,000

NOTE: 1. ALL DIMENSIONS ARE IN MILUMETRES AND' LEVELS IN METRES* ONLY FIGURED DIMENSIONS SHALL BE CONSIDERED.

| 0.000 V
1.000 ! 2.000 1 aooo 1 3.289

U/S CO-OBDiNATES xf fX I
. aooo
OL200

mmmym

Y, 0.000 a 197 0.708 1.500 1.779 j

0.400 0.500 aeoo 0.804

0.470 ! 0.4S5 , 0.407 j 6.368 ! 0.313 1 0.015

CREST DETAILS
(SCALE-1:26) IflESERWOR STANDARDS "AND |RIGH~r HEAD REGULATOR PARTICULARS I.S.NO DESCRIPTION UNITS PARTICULARS TBL 4-92.200 1. 2. ' 3. 4, TBL FRL MDDL SIDE SLOPES OF EARTH DAM TYPE OF GATES NO. OF VENTS SIZE OF SATE SILL LEVEL OF GATE OF EARTH DAM m m m +92.200 +86.000 +77.300 2 , 5 : 1 U/S 2 . 0 : 1 D/S VERTICAL LIFT TYPE s 8.0x2.0 +76.000 i

-4.___BSL^ttXL_J
TBL +MMQQ

CBL +72,000

_
NOS mxffi m

I mm | aooo t aooo t2soot


N.OJ,

780 CONSOLIDATION GROUT HOLES 10000 DEEP SPACED M 3000 c# IN THE CHReGTION-RAIMiXa.TD MM; STAfiQSlEP AND #3000 e/c PERPBttMCULARTOM B

JMUOutfifiASQ

M W L +86.060 ; 5. 8. | 7, 8.

UONGiTUDINAL SECTION

HYDRAULIC PARTICULARS FOR APPROACH CHANNEL pLNO ^4200 :1. |j2. 3. = 4. DESCRIPTION DISCHARGE (R/D) BEDWIDETH(B) FSD SIDE SLOPES RUGOSITY VALUE FRL GL UNITS CUMECS m m m m m m PARTICULARS 364,00/365,70 47,000 5.000 1:1.5/1:1 0.025 {Uniinecf} +72,003 +77.000 +80.904

SECTION 1 -1 ABUTMENT +82.000 (U/S)


(SCALE-1:100) TBL+82.200

SECTION 4A4A SLOPED WING WALL +02,000 (D/S)


~'(SCALE-1 :100j' '"~

re. . CBL
, 7. '

8.

+88,000 ,

11850

YJ+W^OT

wwmm'

SECTION 2A-2A SLOPED WING'WALL @ +02.000 (U/S)


(SCALE-1:100) 4-8&.QO0

SECTION 4B4B WING WALL +86.000. (D/S)


| (SCALE-1:100)

4-76.000 , +8&QQP

TTfgff--:-.'- ~

,-?- y ,
XJ+WOTT

AEE

DEE-3

EE/CD2

SE/DAMS

CE/CDO

LT

Jim.

SECTION-2B-2B WING WALL" +86.000 (U/S)


"(SCALE-1:100) +86.000

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.NARASIMHA RAO KANTHANPALLI SUJALA SRAVANTHI M e ^ REGULATOR OF RIGHT EARTH DAM SECTION: 5-5 RETURN^ALL. +J.000(P/S)
(SCALE-l':'i09 CHECKED: APPROVED: DRAWN: RECOMMENDED :

SUBMITTED:

SECnON-3-3 . RETURN WALL .+86.000- (U/SV


(SCALE'-i:iO0)'

SuperinteiidmgEri^n^r, * &JCADO JCJI * PLi Scheme %de Wdramuii


DATE:

Drg.No.

NOTE
1 - ALL DIMENSIONS ARE IN MILLIMETERS & LEVELS

+86.000 FRL +85.000 FRL +85.000

a 16

ARE IN METRES. 2. THE DRAWING SHALL NOT BE SCALED AND ONLY FIGURED DIMENSIONS SHALL BE CONSIDERED. 3. THE SPECIFICATIONS FOR ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO RELEVANT BUS SPECIFICATIONS AND/OR EQUIVALENT SPECIFICATIONS WHEREVER THEY ARE NOT AVAILABLE. 4. THE SHEAR PARAMETERS C=25T/Sq.m. AND 0=35 ARE ASSUMED AT THE CONTRACT OF BODY WALL WFTH FOUNDATION ROCK FOR CHECKINGS AGAINST SUDING OF DAM IN THE ABSENCE OF DATA. THE SAME SHALL BE CONFIRMED BY IN-SITU SHEAR TESTS DURING CONSTRUCTION. 5. ADEQUATE COOLONG ARRANGEMENTS FOR TEMPERATURE CONTROL OF MASS CONCRETE SUCH AS PRE-COOLONGS, POST COOUNGS AND PREDESIGN MEASURES ETC. SHALL BE MADE AS PER IS: 14591-1991AND NECESSARY BATCHING PLANT ETC., SHALL BE PROVIDED AT SITE WELL BEFORE EXECUTION OF WORK. 6. THE COARSE AGGREGATE AND FINE AGGREGATES SHAa CONFIRM TO IS: 383-1970. 7. SEISMIC COEFFICIENT RELEVANT TO ZONE-HI AS PER IS: 1893-1984 IS CONSIDERED WHILE CHECKING THE STABILITY OF SPILLWAY OF DAM. THE SAME MAY BE GOT CONFIRMED BY THE STANDING COMMnTE FOR RECOMMENDING THE SEISMIC COEFFICIENT. CWC. NEW DELHI BEFORE EXECUTION.

A/\'

+61.370 - I .60770

DIVIDE WALL 1-1


"+80.000

DIVIDE WALL 2-2

REFERENCE DRAWING
1. GENERAL PLAN AND LAYOUT - Drg. No. KLIS/BAR/NAV/19

AEE SCALE - 1 :150 Client

DEE-3

EE/CD2

SE/DAMS

CE/CDO

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & CAD DEPARTMENT P.V.NARSIMHA RAO KANTHANPALLI SUJALASRAVANTHI PROJECT DIVIDE WALL SECTIONS OF NAVIGAT ON CHANNEL
RECOMMENDED:

Proiect

Title

DRAWN:

CHECKED: APPROVED: SUBMITTED:

. piviriM, N Q .^-W a rangfl MD E WALL 3-3

JCR-DUS

OiviriJ^W^^ "WAKANGAL

1 8

Clrc 6 W i r B n 9 a U

'

DIVIDE WALL 4-4

DATE:

Drg.No.

U KNOTE
1. AaDIHENSIONSAREINMiaiMETRESANDALLLEVELSAREHMETRES 2. THE FOUNDATION TREATMENT WILL BE DECIDED IN THE CONSULTATION WfTH THE GEOLOGIST. 3. FOUNDATION LEVEL SHOWN IN THIS DRAWING IS TENTATIVE AND WILL BE RNALISED IN CONSULTATION WTTH THE GEOLOGIST, GSf AFTER EXCAVATION OF FOUNDATION 4. FOR GENERAL LAY-OUT PLAN REFER SEPARATE DRAWING
i

(F)

(fl)

(H)

(i)

!
I 13850

5.ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE LATEST PREVAILING B.I. STANDARD BASIC PARAMETERS LAID DOWN IN THE AGGREMENT WHICHEVER. IS fi. OVER EXCAVATION SHALL BE REFILLED WITH M10,- AJO

SPECIFICATION:
1.TYPE OF TURBINE " 2.RATEDHEAD 3.RATED DISCHARGE PER UNrr 4.N0.0FUNfrS 5.0UTPUT AT GENERATOR UNfT 6.RUNNERDIA 7.TURBINE/GENERATOR SPEED BULB TURBINE 11.268m 455CUMECS 6 UNITS 46.67 MW PER UNIT 8.00m 83Apm

'. FLOW

SPECIFICATION DRAWING- NOT FOR EXECUTION " KANTHANAPALLY HYDRO ELECTRIC PROJECT TYPICAL PLAN OF INTAKE AND POWER HOUSE

Superintending iB^efeiv * & CABB


JCtt - UJU Scheme O M e Warhnqai
DESIGNED SYED Dale: 21-06-2011 APGENCO CHECKED

Design Consultants

ConTcc

CONTEC DES (P) Lid.

APPROVED SWATHI RAKESH ROUTHU

Drawing no. CONTEO KPHEP/C-W6/Q04/R0

NOTE
! l . ALL DIMENSIONS ARE WMtUJMETRESAND ALL LEVELS ARE IN METRES 2. THE FOUNDATION TREATMENT WILL BED6CCED N THE CONSULTATION WTTH THE GEOLOGIST. 3. FOUNDATION LEVEL SHOWN WTHISDRAWlNGISTENTATlVEANDVftUBEFHALIsa) I INCOIWULTATIONWITHTHEGEClLOeiST.GSIAFTEREXCAVATlCW OFFOUNOATKW |*. FOR GENERAL LAYOUT PLAN REFER SEPARATE DRAWNG 5. ALLMATERtALS AW! WORKMANSHIP SHALL CONFORM TO THE LATEST PREVAtJHG B.I. STANDARD BASIC PARAMETERS LAID OOWH HTKEAGGREMENT WHICHEVER IS 6. OVER EXCAVATION SHALL BE REFILLED WTTH MID,. M O 7. FOR HYDRO MECHANICAL GENERAL ARRANGEMENT REFER H-GAKKH

SPECIFICATION:
1.TYPEOFTURBWE 2JWTEDHEAD 3MTED DfSCHARGEPER UNIT 4JW.OF UNITS 5.0UTPUT AT GENERATOR UNIT &RUNNERDIA 7.TURBINE/GENERATOR SPEED : BULB TURBINE :1UMm :5CUMECS :6UNrTS
: *&67MW PER UNIT :tOQm :83J0ipffl

9 < ? >

<P

L O T +110.! M
+106.300.

^U^i^t^^L^^T^^^^f^r^^p

MEM
11 I

EOTCRANE(Apprai(150T)/30

l_~y

~l J
220KV LINE FROM SWYO GEN.TRAFO.BAY

HOIST PLATFORM

L ,

lNOTE7)
AXIS OF W E I R -

^gU
112(0

JA/CSVERTICALI . ROOM HIGH LEVEL LUB OIL sTANK "tBETWEENCOULUM) +88.500 SERVICE BAY 4 88.500

If: I" i : .DC f\ i' ." , i i l l . ; : - . .


S I II-;2OO0Alt,VENTAT '--' ii CEUTEROFjEVERYPIER jjIMM-AOlT i t .-.' ''.'

+87.000 +85.000

+88.500, lELECTHIc/iLBAr LTiCOHTROLROOM +81500 +85J90 ITVB.-OESISH aOOD)

ijiiii I ijljii

+84.950

/ / / / / / / /

7 ./ / / ~
rM:
/ ' ' /W* +75.970 m 1

! Ill
+74.000 POWER CHANNEL BED LEVEL+72.000 EXCAVATED SLOPE TO BE FILLED WITHCCMUW40

%^/J^//////A'

v x "s / / / / / / / / /i.rX,--/ // A//////// A/ / / / / / / / /

COOUNGV/ATER ANDCOMFRESSEDJ AIR SYSTEM +76.500 i "

An

DRAFTTUBE GATE GROOVE

+79.613 (MAXTWl)

1 L* I
4 I - 1*72.620 !

/ / / Jl / / .-- / ,- / / / ' / / / / / / . ' / / %X / / /~7ry\ ^ TT^fOM }'-j-\%/ / /%X' / / / / / / / / ////'//// ~//%c'/// Ife ' / y// A/ A/
1

+72.852 (NORTWL) +71.S97 {MINTWL} -=

TAIL RACE POOL

+ 65.000 fTURBINE hENTRELlNg

Ii " J " WND4TipNGALLEftW.0^<. , " .'"' U / ' /


FOUNDATION LEVEL +K.O0O (LEVEL VARIES] ''' ] " " " ! P C C L E V E L J N G "COURSE j , I 500 CURTAIM GROUTING HOLES | DRILLED THROUGH 750 STEEL _ _ i PIPES FOR 350OO DEEPSPACED AT3000CC \ i ' N ^ ^ J ' ' ',..".?.'. .^'A ^ ^ ^ \ . { /

' /

- ' / ' /\\/ v

Z/j/USs^AX^
/ / / '/ A /
+53.000 t)EWA -DRAIN GALLERY
IlljfflSUW

/
r

UPWARD SLOPE 1 IN 50

JJ

.'.. J^tH^". ^J'L"^"..1.'. ..'..".. -.1.'.'. ' , V ''I.I.MI 'i , t'*. ') *..L. ' PCC'LE'VELLIN'G COURSE ">" ' - - - - L ^ V / " P C C LEVELLING COURSE

PCCLEVELLIN8 COURSE

_iaiDQD_

DRAINAGE HOLES IB000DEEP DRILLED hmfiVn TiToruTrH 750 THROUGH ^0DpT| 1OO0P'/PPIPEig3O!)OC/C

50000 148500

13B60

13850

JCR - DLI Scheme Orcle Wara


TYPICAL SECTION OF INTAKE XND POWER HOUSE

SPECIFICATION DRAWING - WOT FOR EXECUTtOH KA1JTHANAPALLY HYDRO ELECTRIC PROJECT TYPICAL INTEGRATED INTAKE AND POIT^R HOUSE jDasijinConiulOnla APGENCO ' (?(J.'i'7cC

CONTECDESlPJLld. CHECKED APPROVED

>VS)W

OWiaW,No.

l.W*fag^.

WARANGAU

D U S Cf3T^ W a r s o g a }

DESIGNED SYED Dala;21-06-2D11

RftKESHROUTHU SWATHI | Drawing no. CONTEOKPHEPi'C-TSJr6/003<RO

1 I"-1 lC'i
URINALS

TOILS"

sx*,

ir
OILST

or>t:~osr.K
,-eii^

DEE'S CHAMBER
IE1 B 11T3

SUB. DIVISION JfflH'i

TOILET
. t'j-i'

L
TOILST
E'

TOILETT ' 6 K <!

D-T

SUB. DIVISION - 3 EE.CHAMBAR DEE'S CHAMBER


1C KID'S

TOILET --1 6X7 I COMPUTER ROOf-i

TOILET

SOBrDIVISlOK-2 DEE'S CHAMBER IB1*. 10*2

'

- O

TOILET-BX','

TOILET
7fi T. K-

SUB, DIVISION - 1 PB-SECTION in1.* 31' DHE'S CHAMBER


lO'Xlp-3

WAITING HALL

r~

4fVL
43.0

WAITIMS HAIL >ie*|0-

.. .J.1 <i3.Q

FIRST/FLOOR PLAN

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & C.A'.D, DEPARTMENT


CONSTRUCTION OF..DIVISION & SUB-DIVISION OFFICES OF PVNRKSS PROJECT AT AKULAVARI GHANAPURAM (V) CAMP COLONY

GROUND FLOOR P U N

'GlrrteV.VVara,:*fl^
S*

\-r

VJ7

*-#

^-P

-#

^ ^ ( j j . ijr t j

i.j> v j

f*
75

!$ f | I

iirH-'J

nn
REFERENCE \ , 1. 2. 3. 4. 5. 6. DOOR D 1.05X2.05 DOOR D l 0.90 X 2.05 DOOR 0.75 X 2.05 D2 WINDOW W 1.35 X 1.20 WINDOW W l 1.57 X 1.20 WINDOW W2 0.90 X 1.20 7. WINDOW W3 0.90 X 0.90

00

foDD

DD
ELEVATION

SECTION AT A-B
SPECIFICATIONS
1. FOUNDATION 2. BASEMENT U.C.R:S IN CM.1:8 PROP. C.R.S IN CM. l:SP.ROP R.CC. I:2:4PROP BRICK MASONRY CM 1:6R.CC l : l i " 3 P R O P

8. VENTILATOR-v 0.90X0.45

3. FOOTING
4 . SUPERSTRUCTURE 5. COLUMS MEAMS LNTELS

14. ELECTICAI- ITSMS (j) ALL WIRES/CABLES

STANDARD MAKE FINOLUXW1RES ANCHOR COMPANY SLEEK MDS NECCO BLACK TATA "B" O-ASSOR 2E.\6T."3-CLASS NYCER/ HINDUSTAN MARUTHI/MNCL* S.W.R, STANDARD'

6. PORTICO Ch'cJJAS LINTELS R.C.C 1:13:3 PROP

(ii).SWITCHES fiii) MAIN 15. SANITARY

7. PLASTERING
(a) ROUGH 8 mm (b).SPONG * mm 8. FLOORING 9. PAINTING TO DOORS 10.PAINTING TO D00R5 C M . 1:8 PROPC M . 1:3 PROP.

P0USH5T0NE/ TILES
BEST.NAMED PAINT SNOW CEM AND. BIRLA WHITE NON TEAK ( PEDDEGI) t CERAMIC (ANTI SKID) GLAZED , SLACK CUDDAPAHA STONE

(i) C I PIPES (ii) G I PIPES


(Hi) BASINS WC/ WASH (lv) EARTH PIPES (v) RAIN WATER/BATH ' WATER PIPES (vl) TAPS

11. WOOD
12. BATH ROOM TILES [a) FLOOR TILES

'

(b) WALLS

13. KfTCHEN PLATFORM

No.of Type of Quarter Quarters at Project

No.of Quarters at Camp

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & C.A.D. DEPARTMENT CONSTRUCTION OF "A" TYPE QUARTER AT PVNRKSS PROJECT CAMP CONLY AT AKULAVARI GHANAPURAM (V) AND PRJECT SITE AT KANTHANAPLLY (V)

Site

Colony

'A'*J/p-

&zLY. z/rcfi-sus 3 n 5 >


3

SSi}& Qirc!e,"Wafangat

imMim^mmm^mFinmwy^n n nn n*n-uu
76
REFERENCE

1. DOOR

2. DOOR 3. DOOR 4.
{I<4WIH>||1|

gp

5.

6.
7.

1.05 X 2.05 0.90 X 2.OS D2 0.75 X 2.05 WINDOW W 1.35 X 1.20 WINDOW W l 1.57 X 1.20 WINDOW W2 0.90X0.90 WINDOW W3 0.90 X.1.20
Dl 0.90 X0.4S

SECTION ATA-B
SPECIFICATIONS
1. FOUNDATION 1. BASEMENT U.C.R.S TN C . H . l : f l PROP. C.R.S IN CM. 1:8 PROP R.CX. 1;2;4 PROP BRICK MASONRY CM 1:8

8. VENTILATOR V

14. 5LECTICAL ITEMS ( i ) A U . WIRES/CABLSS STANDARD ^AKE FINOLUXV.'IReS J\i) SWITCHES ANCHOR COMPANY SLEE 1 ; MDS

3. FOOTING
4. SUPERSTRUCTURE 5. COLUMS MEAMS LNTELS 7. PLASTERING (a) ROUGH 8 m m (b) SPONG 4 m m 8. FLOORING 9. PAINTING TO DOORS 10.PAINTING TO OOORS 1 1 . WOOD 12. BATH ROOM TILES [a) FLOOR TiLES (b) WALLS 13. KITCHEN PLATFORM

1 6. PORTICO CHEJJAS LINTELS R.C.C 1:11:3 PROP - C M . 1:8 PROP. ' C M . 1:3 PROP. POLI5HSTONE/ TILES BEST NAMEO PAINT SNOWCEM AND.BIRLAWHn

R.C.C i : 11:3 PROP

(iii) MAIN 15. SANITARY " . [ I ) C I PIPES (II) G I PIPES (III) BASINS W C / W A S H iv) EARTH PIPES WON TEAK ( PEODEGI) ( v ) RAIN WATER/SATr' WATER PIPES ( v i ) TAPS *

NECCO BLAC< TATA " B " C U 5 3 0 R Z E N E T l -B-CLAS5 NYCER / HINDUSTAN MARUTHJ/.VKCL S.W.R. STANDARD

CERAMIC ( A N T I S K I D ) GLAZEDBLACK CUDDAPAHA STONE

No.of Type of Quarter Quarters at Project Site

No.of Quarters at Camp Colony

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & C.A.D. DEPARTMENT CONSTRUCTION OF " B " TYPE QUARTER AT PVNRKSS PROJECT CAMP CONLY AT AKULAVARI GHANAPURAM (V) AND PRJECT SITE AT KANTHANAPLLY (V)

Vry?B

2.

\H.

vineer.

eR-DLIS Circte, WarangaL

mnnnnnh

>

h inn

rin
*> I ft i

1 ^

!!*
'. \ i S <S iK

77
L

w..
REFERENCE INDOOR 2. DOOR 3. DOOR D Dl D2 1.05X2.05 0.90X2.0S 0.75 X 2.05 1.35 X 1.20 1.57X1.20 0.90X0.90 0.90 X 1.20 0.90X0.45 ... 4 . WINDOW W 5. WINDOW 6. WINDOW Wl W2 W3 7. WINDOW

*
SPECIFICATIONS
1. FOUNDATION . 2. BASEMENT 3. FOOTING 4 SUPERSTRUCTURE ' U.C.R.S I N C . M . l : f i PROP. C.R.S IN CM. l i f l PROP R.C.C. 1:2:4 PROP BRICK MASONRY CM 1:8 R.C.C 1:11:3 PROP

8. VENTILATOR. V

14. ELECTICAL ITEMS (i) ALL W I R E S / C A B L E S STANDARD MAKE f l W O W X WIRES [11) SWITCHES (Mi) MAIN ANCHOR COMPANY SLEEK MD5

5. COLUMS MEAMS L N T E l S 7. PLASTERING ,'e) ROUGH 8 m m ' 4 mm v 'o) SPONG - B. FLOORING 9. =>AINT1NG TO DOORS 10.PAINTINGTO DOORS U . WOOO 12. 3ATH ROOM TILES [ a ) FLOOR TILES (b) WALLS 1 3 . KITCHEN PLATFORM

6. PORTICO CHEJJAS LINTELS R.C.C 1:11:3 PROP ' C.M. 1:B PROP. . C.M. 1:3 PROP. POUSHSTONE/ TILES BEST NAMED PAINT SNOW CEM AND BIRLA WHITE NON TEAK ( PEDDEGI)

IS. SANITARY { i ) C i PIPES (11) G.I PIPES (HI) BASINS W C / WASH ( i v ) EARTH PIPES ( v ) RAIN WATER/BATH WATER PIPES S.W.R. STANDARD (vi) TAPS NECCO BLACK TATA - 3 " CLASSOa ZENETH -B-CIASS NYCER/ HINDUSTAN MAftUTH; / MNCL

CERAMIC (ANTI SKID) GLAZED BLACK CUDDAPAHA STONE

No.of Type of Quarter Quarters at Project Site C TyfE

No.of Quarters at Camp Colony

GOVERNMENT OF ANDHRA PRADESH IRRIGATION & C.A.D. DEPARTMENT CONSTRUCTION OF "C" TYPE QUARTER AT PVNRKSS PROJECT CAMP CONLY AT AKULAVARI GHANAPURAM (V) AND PR3ECT SITE AT KANTHANAPLLY (V)

(2.

^ffaiyWLOUS.

'gweer CR-DLIS Circle, Waranyal,

0 " - ( / i ' {}'" lj.>

1tf> '' i.l* ( | >

r >;

t t>

444
. - . . . . - - . , 1 .

DDD

1. DOOR

D Dl D2

1.05 X 2.05 0.90X2.05 0.75.X 2.05

nn
'

nnn
IL ,\
ci M
M -

2. DOOR 3. DOOR

' ..

> ; -111;

4. WINDOW W 1.35 X 1.20 5. WINDOW Wl 1.57 X 1.20 6? WINDOW W2. 0.90 X 1.20 7. WINDOW W3 0.90-X 0.90

ELEVATION .

., :'SECTION. AT A:-B."... i
SPECIFICATIONS
L FOUNDATION 2. SASSMENT 3. FOOTING 4.'SUPERSTRUCTURE s. CQUJMS MEAMS LNTELS U.C.R.S IN C.M.1:8 PSQP. C.R.S IN CM. 1:B PROP R.C.C. 1:2:4 PROP BRICK MASONRY CM 1:8 R.C.C 1:IJ:3 PROP

8. VENTILATOR V

0.9'0 X0.45

14. ELECTiCAL ITEMS . t) ALL WIRES /CABLES

STANDARO MAKE FINOLUXWIRES ANCHOR'COMPANY SLEEK MDS KECCQ BLACK TA'A "B" ClASSOR ZENST1-3"CLASS NYCER /HINDUSTAN MARUTHI / MNCL 5.W.R. STANDARD

(ii) SWITCHES (iir) MAIN 15. SANITARY [ i ) C I PIPES (ii) G I PIPES (iJIJ BASINS WC/ WASH (Iv) EARTH PIPES ' . {v) RAINWATER/BATH WATER PIPES (V!) TAPS

6. PORTICO CHEJJAS LINTELS R.C.C 1:U:3 PRO? 7. PLASTERING [a) ROUGH '8 mm CM'. 1:8 PROP. (b) SPONG a f r n C M . 1:3 PROP. 8. FLOORING' 9. PAINTING TO DOORS IO.PAINTING TO DOORS 11. WOOD 12. BATH ROOM TILES' (a) FLOOR TILES (b) WALLS 13. KITCHEN PLATFORM CERAMIC'(ANTISKID) GUZED ' . POLISH5TONE/ TILES BEST NAMED PAINT SNOWCEM AN3 a:S'-A WHITE NONTEAK< PEODEGI)

BLACK CUDDAPAHA STONE

GOVERNMENT OF ANDHRA PRADESH


No.of

No.of Quarters at Camp Colony

type of Quarter

Quarters at Project Site

IRRIGATION &C.A.D. DEPARTMENT CONSTRUCTION OF EXECUTIVE ENGINEER & DY. EXECUTIVE ENGINEER QUARTER AT PVNRKSS PROJECT CAMP CONLY AT AKULAVARI GHANAPURAM (V) AND PPJECT SITE AT KANTHANAPLLY (V)

EE.

%>

B^/^rl/W^f

S-ar putea să vă placă și