You are on page 1of 364

CHENNAI PETROLEUM CORPORATION LIMITED

(A group company of Indian Oil)


Manali, Chennai- 600 068.

TENDER ENQUIRY DOCUMENT

FOR

110KV SWITCHYARD

DOMESTIC TENDER
(TENDER ENQUIRY DOCUMENT NO. 6104 EL SPC 610 001)

FICHTNER Consulting Engineers (India) Private Limited

Cost of the Tender Enquiry Document: Rs.5, 000/- (Non- refundable)


5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

PART - I : COMMERCIAL

SECTION NO DESCRIPTION

SECTION A ISSUE OF TENDER ENQUIRY DOCUMENT

SECTION B INSTRUCTION TO BIDDERS

SECTION C GENERAL CONDITIONS OF CONTRACT


(GCC)

SECTION D SPECIAL CONDITIONS OF CONTRACT


(SCC)

SECTION E SAMPLE FORMS AND PROCEDURES

PART - II : TECHNICAL

SECTION A SCOPE OF WORK

SECTION B TECHNICAL SPECIFICATION FOR ELECTRICAL


WORKS

SECTION C TECHNICAL SPECIFICATION FOR CIVIL &


STRUCTURAL WORKS

SECTION D PRICE SCHEDULE

Overall contents SWYD


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: I
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

PART - I

Commercial

Content for Part I Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: I
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

PART - I : COMMERCIAL

SECTION NO DESCRIPTION

SECTION A ISSUE OF TENDER ENQUIRY DOCUMENT

SECTION B INSTRUCTION TO BIDDERS

SECTION C GENERAL CONDITIONS OF CONTRACT


(GCC)

SECTION D SPECIAL CONDITIONS OF CONTRACT


(SCC)

SECTION E SAMPLE FORMS AND PROCEDURES

Content for Part I Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: II
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION A

Issue of Tender Enquiry Document

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

SECTION A-1 ISSUE LETTER OF TENDER ENQUIRY DOCUMENT .........................3

SECTION A-2 NOTICE INVITING TENDER ...................................................................4

SECTION A-3 NOTICE INVITING TENDER –ABRIDGED VERSION .........................8

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION A-1
ISSUE LETTER OF TENDER ENQUIRY DOCUMENT

Tender Enquiry Document No.: 6104-EL-SPC-610-001

6104 / -November2004

Subject: Tender for Lump sum Turnkey Contract:


Design, Engineering, Manufacture, shop testing, inspection, supply, transportation to
site, unloading, storage, installation and commissioning and performance testing of
110kV switchyard with control room and accessories as per specification for the 5.8
MGD Sea Water Desalination Project for Chennai Petroleum Corporation Limited
(CPCL) at North Chennai, Tamilnadu

One set of tender enquiry document containing the following:

(i) One copy marked “ORIGINAL”


(ii) One copy of schedule of prices marked “PRICE BID”
(iii) One copy marked “BIDDER’S COPY”

Is issued to

Name of the bidder : ………………………………………..

Address of the bidder ……………………………………….

..……………………………………….

..……………………………………….

..……………………………………….

The fee for this tender enquiry document is Rs.5,000/- (Rupees five thousand only) non refundable.
The tender enquiry document is sold vide receipt No. dated

Project Manager (CPCL)


FICHTNER Consulting Engineers (India) Private Ltd.

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION A-2
NOTICE INVITING TENDER

TENDER ENQUIRY DOCUMENT NO. 6104-EL-SPC-610-001


(Domestic Competitive Tendering)

1.0 Sealed Lumpsum turnkey (LSTK) tenders are invited from competent firms with sound
technical and financial capability for the installation of switchyard for 5.8 MGD (26.367
MLD) seawater Desalination Project for CPCL at North Chennai, Tamilnadu, India.

Price of Tender Last date for


Name of Work Enquiry Sale Period submission of
Document bid
Design, engineering, manufacture
shop testing, inspection, supply,
transportation to site, unloading, Nov 25, 2004
Rs. 5,000/-
storage, installation and To Dec.21, 2004.
commissioning of 110kV Dec 09, 2004
switchyard with control room and
accessories as per specification.

2.0 QUALIFICATION CRITERIA

The bidders who intend to participate shall meet following qualification criteria:

2.1 EXPERIENCE CRITERIA

The bidder should be a turnkey contractor having executed one switchyard project of double
main bus scheme having minimum five bays and voltage levels not less than 110kV on a
lump sum turnkey basis of value not less than Rs.340 Lakhs during the last seven years. The
executed project shall be in satisfactory operation for a period not less than one year.
Certificate from client for one year satisfactory operation after commissioning shall be
furnished by the bidder.

The seven-year period shall be reckoned as on 31.10.2004.

2.2 FINANCIAL CRITERIA

a) The average annual financial turnover of the bidder during the last three financial
years ending 31st March 2004 should be at least Rs. 425 Laks.

b) The net worth of the bidder shall not be negative.

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

4.0 GENERAL

1) Non-transferable tender enquiry document can be purchased on any working day


(Monday to Friday) from 25.11.2004 to 09.12.2004 between 10.00 am to 16.00 hrs
from

Project Manager [CPCL]


FICHTNER Consulting Engineers (India) Pvt. Ltd.,
Ganesh Chambers,
64, Eldams Road,
Chennai -600018.

Ph -+91 4424359158
Fax -+91 44 24344579
e-mail: mail@chn.fichtner.co.in .

on written request and upon payment of non- refundable document fee as per
the price details mentioned above payable through crossed demand draft only in
favor of FICHTNER Consulting Engineers (India) Private Ltd, payable at
Chennai. Request for sending Tender enquiry document by Post by Courier or down
loading from web site or any other mode shall not be entertained. If any of the day
identified above happens to be FICHTNER holiday, the next working day shall be
implied.

2). Tenders will be received at the Office of

M.KALAIVANAN
Room No. 210, Project Building
Senior Manager – Contracts Cell
Chennai Petroleum Corporation Limited
(A group company of Indian Oil)
Manali, Chennai -600 068
Tamilnadu, India
Ph -+91 4425944336
Fax: +91 4425941216.
Tamilnadu, India
Ph -+91 4425944336
Fax: +91 4425941216.

up to 14.00 hrs. on 21.12.2004. The unpriced part of tender shall be opened on the
same day i.e on 21.12.2004 at 14.30 hrs, in the presence of authorised representative
(s) of attending bidder(s). Time and date of opening of price bids shall be intimated
only to qualified and techno-commercially acceptable bidder(s) at a later date.
Tenders must be accompanied by Earnest Money Deposit (EMD) in the form of
Crossed Demand Draft or Bank Guarantee from any scheduled / Nationalised
Bank in favour of Chennai Petroleum Corporation Limited. Tenders not
accompanied with requisite EMD or EMD not being in the requisite form specified in
Notice Inviting Tender shall be considered as non-responsive and such tenders will be
rejected. Value of Earnest Money deposit is Rs.8,50,000 (Rupees eight laks fifty
thousand only)

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3) The experience and financial turnover of the bidding entity shall only be considered
for Pre-qualification.

4) Bidders to note that the experience are financial credentials of the group companies,
affiliates, subsidiaries of the bidding entity shall not be taken into account for
qualification.

5) The experience and financial criteria shall be met by the bidder who shall submit or
who have submitted bid.

6) Bids on consortium or joint venture basis shall not be considered.

7) Bidders shall submit PF and ESI Registration Certificate on their own company name
along with the techno-commercial cover of the tender.

8) The Bidders shall furnish documentary evidence by way of copies of work orders,
completion certificates of previously completed jobs and Annual turn over statement
supported with Audited Balance Sheets, Profit & Loss Account statement along with
the Bid to establish their experience and finance credentials in line with pre-
qualification criteria as given in the NIT. The details shall be furnished as per the
FORMATS C&D specified under the section “Sample forms & Procedures” of tender
enquiry document. Bidders to note that the reference(s) furnished by them alone in
the above formats shall be considered for evaluation. Further, the bidders shall submit
all the documents as specified in bidding document.

9) If the bidder has executed/completed similar nature of work (as called in Experience
Criteria of NIT), is a part of combined work order, then it is the responsibility of the
bidder to produce documentary evidence from Client to establish value and
description of such works etc., shall meet the experience criteria of tender

10) Bidder shall ensure submission of complete information / documentation in the first
instance itself. CPCL/FICHTNER reserve the right to complete the evaluation based
on the details furnished by the agencies without seeking any subsequent additional
information. Bids not in compliance with Bidding document or with incomplete
information / documents are liable for rejection.

11) Issuance of tender enquiry document or submission of tender enquiry document by


itself shall not amount to pre-qualification or entitle the agency to participate in the
bidding.

12) Bidder submitting their bids should not be under liquidation, court receivership or
similar proceedings for which necessary self declaration has to be furnished.

13) CPCL/FICHTNER reserve the right to use in-house information for assessment of
capability of Bidder.

14) CPCL/FICHTNER shall not be responsible for any costs or expenses incurred by
Bidder in connection with the preparation of delivery of Bids, including costs and
expenses related with visits to the site.

15) CPCL/FICHTNER take no responsibility for delay, loss or non-receipt of bid


documents sent by post and offers received late are liable to be rejected.

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

16) Fax / Telex / Telegraphic / E-Mail / Computer Floppy bids will not be accepted.

17) Canvassing in any from by the agency himself or by any other agency on their behalf
may lead to disqualification of their bid.

18) The Indian experience shall only be considered for the purpose of qualification.

19) Central public sector enterprises shall be extended price preference as per Govt.
guidelines in force from time to time.

20) Bids received late due to any reason whatsoever shall be rejected.

21) CPCL/FI reserve the right to reject partly or wholly any / all bids without assigning
any reasons thereto.

22) Clarification, if any, can be obtained on or before 13.12.04 from

Project Manager [CPCL]


FICHTNER Consulting Engineers (India) Pvt. Ltd.,
Ganesh Chambers,
64, Eldams Road,
Chennai -600018.
Ph -+91 4424359158
Fax -+91 4424344579
e-mail:mail@chn.fichtner.co.in

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION A-3
NOTICE INVITING TENDER –ABRIDGED VERSION

TENDER ENQUIRY DOCUMENT NO. 6104-EL-SPC-610-001


(Domestic Competitive Tendering)

Sealed tenders are invited on lumpsum turnkey basis from competent firms with sound
technical and financial capability for the installation of switchyard as per following details
required for the 5.8 MGD (26.367 MLD) Seawater Desalination Project for CPCL at North
Chennai, Tamilnadu.

Price of Last date for


Name of Work Tender Sale Period submission of
Document Tender
Design, engineering, manufacture, shop
testing, inspection, supply, transportation November
to site, unloading, storage, installation and 25, 2004
Rs. 5,000/- December 21,
commissioning of 110kV switchyard To
2004.
electrical system with control room as per December
specification. 09, 2004

Bidders are requested to visit web site: www.cpcl.co.in for qualification details before
purchase of the tender enquiry document

For further Clarifications if any Contact – PM (CPCL), FICHTNER


Consulting Engineers (India) Pvt. Ltd.,
Ganesh Chambers, 64,Eldams Road, Teynampet, Chennai-600 018,
Tamilnadu. E-mail: mail@chn.fichtner.co.in
Phone - +91 44 24359158, Fax - +91 44 24344579.

P1Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

SECTION B

Instructions to Bidders

P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

TABLE OF CONTENTS

1.0 GENERAL .............................................................................................................................................. 3

2.0 TENDER DOCUMENTS..................................................................................................................... 3

3.0 VALIDITY PERIOD OF THE OFFER ............................................................................................. 3

4.0 SUBMISSION OF THE TENDER ..................................................................................................... 3

5.0 GENERAL CONDITIONS OF TENDER ......................................................................................... 3

6.0 BIDDER’S RESPONSIBILITY FOR TENDER .............................................................................. 7

P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

SECTION – B

INSTRUCTIONS TO BIDDERS

1.0 GENERAL

The Bidder is advised to read these instructions carefully and to ensure that his response
complies fully with the requirements of the tender. Failure to provide the information and
documents required by this Invitation to Bid may render the Bid to be unacceptable. A
detailed set of Instruction to Bidders (ITB) in covered under Section 2 of the General
Conditions of Contract (GCC). These set supplement those in the GCC.

Acknowledgement

Bidder shall complete and return the acknowledgement letter as per format furnished in
section E “Sample forms and procedures” confirming whether or not he will be submitting the
bid. Bidder must indicate the address of his bidding office in the acknowledgement letter /
fax.

2.0 TENDER DOCUMENTS

Two sets of tender documents are provided herewith, marked ‘ORIGINAL” and “BIDDER’S
COPY”. Bidder shall return the “ORIGINAL” tender document along with his offer and
“BIDDER’S COPY” shall be retained by him as his reference copy. Bidder shall sign and
stamp each page of original tender document as token of his acceptance to the terms and
conditions prescribed therein. The tender document is not transferable to any other agency.
See also clause 2.3 of the General Conditions of Contract.

3.0 VALIDITY PERIOD OF THE OFFER

Tender submitted by Bidders shall remain valid for acceptance for a minimum period of 6
(six) months from the date of opening of the tender. All the other conditions of tender validity
shall be as per clause 2.18 of GCC.

4.0 SUBMISSION OF THE TENDER

4.1 Tender must be submitted by the time and date mentioned in the Notice Inviting Tender at the
address stated therein.

4.2 Tender must be submitted in one original + five copies in the manner prescribed in the
Invitation to Bid and Section 2 of GCC.

5.0 GENERAL CONDITIONS OF TENDER

5.1 Unpriced commercial

The bidder is advised that Owner/Consultant intends to fully evaluate the technical and
unpriced commercial submissions. It is important that bidder clearly establish his ability
giving to Owner/Consultant a high level of confidence that the bidder will be able to perform
the works within the Time Schedule and meeting the criteria requirements listed in the tender
document. Failure to do so may result in disqualification of the tender.

The general information required from the bidder along with his offer are listed in clause 2.4
P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

of the GCC. As a minimum, the following shall be covered in support of his ability to perform
the works to the satisfaction of the Owner and as per the intent of the specifications:

5.1.1 Information about Bidder's Firm

Information about bidder as per Appendix-II, Page 82 of the GCC along with the following
details:

a) In case the Bidder is a Partnership firm, certified copy of the partnership deed
together with a certified extract from the registrar of firms containing names and
addresses of all the partners of the firm should be furnished along with the bid.

b) In case of a company (whether private or public) certified copy of the Certificate of


Incorporation together with certified Memorandum of Articles of Association and a
list containing names and addresses of all the directors should accompany the bid.

c) In case of a proprietorship firm, the name and address of proprietor, should be


furnished.

In addition he shall furnish the following documents

(a) Audited Balance sheet including Profit and Loss Accounts for the preceding three (3)
years.ie., 2001-02,2002-03,2003-04

(b) Income Tax PAN No.

(c) Attested copy of registration certificate under State Sales Tax Act in the prescribed
proforma.

(d) Solvency Certificate from a Nationalised Bank.

5.1.2 Safety Policy and Quality Assurance

A brief description of the bidder's safety policy and quality assurance systems and a statement
detailing how these will be implemented for the project.

A list of procedures, practices and work instructions which will be used to control the
engineering, procurement and inspection activities

5.1.3 Experience Details

The bidder should submit Details of experience and Concurrent commitments as per
APPENDIX-III in Page 89 of the GCC.

5.1.4 Equipment Details

The Bidder should submit complete details of Construction equipments, other tools and
P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

tackles to be deployed at site in the proforma enclosed as ANNEXURE- IV in page 90 of the


GCC.

5.1.5 Concurrent Commitments

The tender is required to furnish information on the other ongoing works he is executing and
the status of these in the proforma furnished in Appendix-V in page 91 of the GCC.

5.1.6 Bar Chart

The Bidder shall prepare and submit the proposed completion schedule bar chart in
accordance with the overall completion date.

5.1.7 Organisation chart for Execution of Works

Organisation charts together with an assignment schedule. The bidder shall also furnish a
write up on the execution methodology of the proposed package.

5.2 Price Bid

All rates set forth in Bidder's quotation, shall be in Indian Rupees.

5.3 Language of Bid

The tenders and all correspondence incidental to and concerning this tender shall be in the
English language only. The lump sum price schedule as well as break up of the same shall be
in figures as well as in words in English language and duly signed by the bidder.

5.4 Tender Opening

5.4.1 On the date of opening of tenders only Part 1 of the tender shall be opened as noted in the
Invitation to bid. The Price Part (Part 2) of the only technically acceptable bidders shall be
opened at a later date. Bidder shall be prepared to furnish clarification / information and
attend discussions as required by the Owner at short notices. Tenders from those bidders who
fail to furnish the required clarifications called for within the time frame stipulated by the
Owner / Consultant to his satisfaction may not be considered for further evaluation.

5.4.2 During the opening of unpriced Part (Part 1) only the names of firms who have submitted the
tender and EMD furnished by them shall be read out and no other information, whatsoever
shall be given.

5.4.3 During the opening of priced part (Part 2), only the summary of prices quoted shall be read
out and no other information, whatsoever shall be given.

5.5 Power of Attorney

5.5.1 The tender shall be signed by the legally authorized person to act on behalf of the bidder.
Bidder shall submit Power of Attorney in favour of the person who is authorized to enter into
commitments of behalf of the bidder. Refer clause 2.7.2 of the GCC.

P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

5.5.2 The Owner will not be bound by any Power of Attorney granted by the Bidder or changes in
the composition of the firm made subsequent to submission of the bid or the award of the
contract. Owner may, however, recognise such Power of Attorney and changes after
obtaining proper legal advice, the cost of which will be chargeable to the Bidder.

5.6 Purchase Preference to Public Sector Enterprises

Owner / Consultant reserve the right to give Price Preference to public sector enterprises as
admissible under the existing Indian Government Policy, on merits of the case.

5.7 Earnest Money

5.7.1 Earnest Money Deposit (EMD) shall be paid by crossed demand draft or through a Bank
Guarantee (BG) from any Nationlised / Scheduled Bank in the format furnished as per
Appendix VI of GCC in favour of Chennai Petroleum Corporation Limited. If the earnest
money deposit is furnished in the form of a Bank Guarantee, it shall be on a stamp paper of
value not less than Rs. 60 /- (Rupees Sixty only). The Bank Guarantee shall be valid for a
period of eight (8) months from the date of opening of the tender.

5.7.2 The claim period for the BG shall be valid for 60 days beyond the validity of the bid. This
additional time period is to ensure that owner’s interests are protected till the acceptance of
the order by the successful bidder. The validity of the BG shall be extended in case of
extensions in bid validity sought during bid evaluation.

Tenders without the earnest money deposit will be rejected.

If EMD is paid through demand draft then the demand draft shall be drawn in favour of
Chennai Petroleum Corporation Limited payable at State Bank of India, MRL branch (Code
No: 2233), Manali, Chennai – 600 068, India.

5.7.3 The EMD shall not be accepted and the bid shall be rejected under the following
circumstances:

- The name of the package mentioned in the BG is different from the package for
which bids have been invited.

- The firm on whose behalf the BG has been furnished is different from the bidder.

- The EMD is not of the prescribed value.

5.7.4 EMD shall not be applicable in the following cases:

- In line with the Indian Government Directives, Small Scale Industrial Units registered
with National Small Scale Industries Corporation (NSIC) under the Single Point
Registration Scheme shall be exempted from submitting EMD for items registered
with NSIC and up to the monetary limit specified in the registration certificate.

- Indian Central Public Sector Enterprises

P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

5.7.5 If the bidder, after submitting his tender, revokes his offer or modifies the terms and
conditions thereof during the validity of his offer except where the owner has given
opportunity to do so, the earnest money shall be liable to be forfeited.

5.7.6 Should an “Invitation to Bid” be withdrawn or cancelled by the Owner, which it shall have
the right to do at any time, the earnest money paid with the bid will be returned.

5.7.7 Should the successful bidder fail or refuse to sign the agreement or furnish the security
deposit as per Section 4 of GCC, the earnest money shall be forfeited without prejudice to his
being liable to any further loss or damage incurred in consequence by the owner.

5.8 Cost of Tendering

All direct and indirect cost for preparation of Bidder’s tender shall be to Bidder’s account.

5.9 Arrangement of Tender

The tender shall be neatly arranged and typewritten on white paper with consecutively
numbered pages. They should not contain any terms and conditions printed or otherwise,
which are not applicable, to the tender.

Insertions, postscripts, additions and alterations shall not be recognised unless confirmed by
the Bidder's signature.

6.0 BIDDER’S RESPONSIBILITY FOR TENDER

6.1 Although all the details presented in this tender enquiry document such as conditions of
contract, scope of work, Technical specifications and drawings have been compiled with all
reasonable care, it is the Bidder's responsibility to ensure that the information provided is
adequate and clearly understood.

6.2 Bidder shall inspect the site and surroundings area and shall satisfy himself of the existing
facilities and shall collect any other information that he may require before submitting the bid.
Claims and objections due to ignorance of existing conditions will not be considered after
submission of the bid and during implementation.

6.3 Bidder's tender is the responsibility of Bidder and no relief or consideration can be given for
errors and omissions.
6.4 Clarifications / Amendments by Owner / Consultant

6.4.1 Owner / Consultant may issue clarifications/amendments in the form of


addendum/corrigendum during the bidding period and may also issue amendments subsequent
to receiving the bids. For the addendum/corrigendum issued during the tendering period,
Bidders shall confirm the inclusion of addendum/corrigendum in their bid. For clarifications
issued by Owner/Consultant subsequent to receiving the tenders, the Bidder shall confirm
receipt and for any impact on the quoted prices, the Bidder shall follow the instructions issued
along with addendum/corrigendum.

6.4.2 Bidders shall examine the tender documents thoroughly and submit to Consultant any
P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

apparent conflict, discrepancy or error. Consultant shall issue appropriate clarification or


amendment, if required.
6.4.3 Any failure by Bidder to comply with the aforesaid shall not excuse the bidder from
performing the services in accordance with the agreement, if subsequently awarded the
contract.

6.5 Exceptions or Deviations

No deviations or exceptions shall be accepted to the following tender conditions:

i) Security deposit.
ii) Defect Liability period.
iii) Suspension & Termination
iv) Time Schedule
v) Schedule of Lumpsum Prices
vi) Penalty/Compensation for delay/Liquidated damages
vii) Force Majeure
viii) Arbitration
ix) Scope of work and scope of supply

Deviation on other conditions, if felt absolutely necessary should be furnished as per format
furnished in Section E – Sample forms and Procedures under Part I of this tender enquiry
document. Such deviations, if acceptable shall be cost on the quoted prices, wherever
applicable.

6.6 Confidentiality of Documents

Bidder shall treat the tender documents and contents therein as private and confidential. If at
any time, during the tender preparation period, bidder decides to decline to bid, all documents
must be immediately returned to Consultant.

6.7 Caution and Disclaimer

Bidder shall make his own interpretation of any and all information provided in the tender
enquiry document. Owner / Consultant shall not be responsible for the accuracy or
completeness of such information and/or interpretation. Bidder shall be responsible for
obtaining and verifying all necessary data and information and although certain information is
provided in the tender enquiry document it shall be confirmed by the bidder

6.8 Bid Evaluation Criteria

6.8.1 Tender is the responsibility of Bidder and no relief or consideration can be given for errors
and omissions made by the Bidder inadvertently or advertently. Tender with incomplete
information is liable for rejection.

6.8.2 The Techno-commercial part of Tender shall be evaluated as per Bid evaluation criteria,
wherever indicated in the Tender document.

6.8.3 Non-submission of details / documents as specified in this tender document above may lead to
rejection of Tender.
P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

6.8.4 The complete scope of work has been defined in the Tender document. Only those Bidders
who undertake total responsibility for the complete scope of work as defined in the Tender
document shall be considered.

6.8.5 The time schedule for completion is given in the Tender document. Bidder is required to
confirm to the completion period unconditionally.

The Tender of the Bidder quoting completion time more than the time schedule specified in
the Tender document may not be considered for evaluation.

6.8.6 In case the Tender does not fully comply to the requirement of Tender document and the
Bidder stipulates / retains exceptions and deviation to the clauses of Tender document
considered unacceptable in the opinion of Owner/ Consultant, the Tender will be rejected.

6.8.7 Proposed deployment of resources like manpower, equipment, tools and tackles shall be
looked into to ensure performance of work within stipulated time period.

6.8.8 Owner/Consultant reserve the right to assess Bidder’s capability to execute the work by
taking into account various aspects such as Concurrent Commitments, performance etc. and
accordingly decide whether respective price bids shall be opened and considered for further
evaluation. Performance will be based on inhouse data of Owner/ Consultant.

6.9 Opening of Price Part of Tender

Priced commercial part of only those Bidders, whose Tenders are considered techno-
commercially acceptable shall be opened. Bidders selected for opening of their Price Part
shall be informed about the date of Price Part opening for deputing their authorised
representative (limited to one person only) to attend the opening. During Price Part
opening, only Total Price shall be read out. The date of opening of the tender shall be
intimated to technically and commercially acceptable Bidders at a later date.

6.10 Evaluation of Price Bid

6.10.1 The Lumpsum price quoted by the Bidder shall be considered for the purpose of evaluation
and comparison.

6.10.2 If necessary, to arrive at the evaluated price, wherever applicable, loading on total quoted
lumpsum price shall be done as detailed in Bid Evaluation Criteria.

6.10.3 Priced Bids containing overwritings / erasures in the quoted rates shall be liable to be
rejected. Cutting shall be avoided. However, in case any cutting is unavoidable same shall be
duly attested by the signatory of Tender, failing which such Priced Bids shall be liable for
rejection.

6.10.4 In arriving at the final evaluated prices of the Bidders, any uncalled for lumpsum/ percentage /
or adhoc reduction, if any, offered by the Bidders in the Schedule of Price shall not be
considered for the purpose of evaluation. However, such reduction / rebate is from the
recommended Bidder, then, such rebate shall be taken into account while awarding the work.
P1Sec B-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION C

General Conditions of Contract

P1Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : I
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

SECTION D

Special Conditions of Contract

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

TABLE OF CONTENTS

1.0 GENERAL ................................................................................................................................. 5

2.0 SCOPE OF SUPPLY OF MATERIALS, SERVICES & FACILITIES .................................... 5

3.0 MEASUREMENT OF WORKS & TERMS OF PAYMENT ................................................... 5

4.0 CONSTRUCTION WATER AND POWER ............................................................................. 6

5.0 INSURANCE FOR MEN & MATERIALS .............................................................................. 6

6.0 TIME SCHEDULE .................................................................................................................... 6

7.0 INCOME TAX........................................................................................................................... 6

8.0 CONTRACT .............................................................................................................................. 6

9.0 SALES TAX, EXCISE & CENVATABLE AND BENEFITS ................................................. 6

10.0 LABOUR LAWS & REGULATIONS ...................................................................................... 7

11.0 ESCALATION........................................................................................................................... 7

12.0 STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES ........................................... 7

13.0 PRICE SCHEDULE .................................................................................................................. 8

14.0 UNDERGROUND AND OVERHEAD STRUCTURES .......................................................... 8

15.0 DEDUCTION FOR UNCORRECTED WORK ........................................................................ 8

16.0 DRAWINGS .............................................................................................................................. 8

17.0 CONSTRUCTION EQUIPMENT AND SITE ORGANISATION:.......................................... 9

18.0 CONSTRUCTION..................................................................................................................... 9

19.0 TEMPORARY WORKS.......................................................................................................... 10

20.0 EXECUTION OF WORK AND CONSTRUCTION EQUIPMENTS .................................... 10

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

21.0 RESPONSIBILITIES OF CONTRACTOR/COORDINATION WITH OTHER


AGENCIES .......................................................................................................................... 10

22.0 EXISTING SERVICES ........................................................................................................... 11

23.0 FRONTS FOR WORKS WHERE OTHER AGENCIES ARE INVOLVED.......................... 11

24.0 MATERIAL SUPPLY ............................................................................................................. 11

25.0 CONTRACTOR'S FIELD OFFICE, GODOWN, WORKSHOP AND CAMP


FACILITIES ............................................................................................................................ 11

26.0 UTILISATION OF LOCAL RESOURCES ............................................................................ 12

27.0 MAINTENANCE OF WORKS ............................................................................................... 12

28.0 TESTING & TEST CERTIFICATES...................................................................................... 12

29.0 TESTS AND INSPECTION:................................................................................................... 12

30.0 QUALITY ASSURANCE: ...................................................................................................... 13

31.0 STATUTORY APPROVALS:................................................................................................. 13

32.0 PROJECT SCHEDULING & MONITORING:....................................................................... 13

33.0 ACCEPTANCE OF OFFER .................................................................................................... 16

34.0 SUB-LETTING OF THE WORK............................................................................................ 16

35.0 SUB-CONTRACTOR.............................................................................................................. 16

36.0 FAILURE OF THE CONTRACTOR ...................................................................................... 16

37.0 MECHANICAL COMPLETION ............................................................................................ 17

38.0 TRIAL OPERATION .............................................................................................................. 17

39.0 FINAL TEST ............................................................................................................................ 17

40.0 LIQUIDATED DAMAGES & PENALTY ............................................................................. 17

41.0 COMPLETION DOCUMENT: ............................................................................................... 18

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

42.0 CONTRACT DOCUMENT..................................................................................................... 18

43.0 DEFECTS LIABILITY PERIOD ............................................................................................ 18

44.0 SPARE PARTS & SPECIAL TOOLS & TACKLES.............................................................. 19

45.0 DISTRIBUTION SCHEDULE FOR ELECTRICAL, CIVIL AND STRUCTURAL


DOCUMENTS / DRAWINGS ................................................................................................ 20

ANNEX – 1 TO SPECIAL CONDITIONS OF CONTRACT ........................................................... 21

ANNEX - 2 TO SPECIAL CONDITIONS OF CONTRACT............................................................ 22

ANNEX - 3 TO SPECIAL CONDITIONS OF CONTRACT........................................................... 23

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

SECTION D

SPECIAL CONDITIONS OF CONTRACT

1.0 GENERAL

1.1 The Special Conditions of Contract shall be read in conjunction with the general
conditions of contract, Schedule of Rates, specifications of work, drawings and any other
document forming part of this contract wherever the context so requires.

1.2 Not withstanding the sub divisions of the document into these separate sections and
volumes every part of each shall be deemed to be supplementary to and complementary
of every other part and shall be read with and into the contract so far as it may be
applicable to do so.

1.3 Where any portion of the Special Conditions of Contract is repugnant to or at variance
with any provisions of the General Conditions of Contract then unless a different
intention appears, the provision of the Special Conditions of Contract shall be deemed to
override the provisions of the General Conditions of Contract only to the extent that such
repugnancy or variations in the Special Conditions of Contract are not possible of being
reconciled with the provisions of General conditions of Contract.

1.4 Wherever it is stated any where in this tender document that such and such supply has to
be effected or such and such a work is to be carried out, it shall be understood that the
same shall be effected / carried out by the Contractor at his own cost, unless a different
intention is specifically and expressly stated herein or otherwise explicit from the context.

1.5 The materials, design and workmanship shall satisfy the applicable standards,
specifications contained herein and Codes Referred to. Where the Technical
Specifications stipulate requirements in additional to those contained in the Standard
Codes and Specifications, those additional requirements shall also be satisfied. In the
absence of any Standard / Specifications covering any part of the work covered in this
tender document, the instructions / directions of Engineer-in-Charge will be binding on
the Contractor.

1.6 The items given in Price Schedule shall be read in conjunction with materials and job
specifications and in case of any irreconciliable conflict between them, the provisions in
the item under ‘Price Schedule’ will override the corresponding provision only of the
material and job specifications, which cannot be reconciled. In such cases, the decision of
the Engineer-in-Charge shall be final and binding on the Contractor.

2.0 SCOPE OF SUPPLY OF MATERIALS, SERVICES & FACILITIES

The Scope of supply of materials, services and facilities shall be as detailed in Annex 1
to the Special Conditions of Contract.

3.0 MEASUREMENT OF WORKS & TERMS OF PAYMENT

The mode of measurement, billing and terms of payment shall be as detailed in


Annexure-2 to this Special Conditions of Contract.

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

4.0 CONSTRUCTION WATER AND POWER

Clause 6.6.& 6.7 of GCC are modified to include the intent as hereunder.
Construction Water and Construction Power will not be provided by Owner for this work.
Contractor shall make his own arrangement for Supply of Construction Water and Power
for execution of this work.

5.0 INSURANCE FOR MEN & MATERIALS

The contractor shall take a comprehensive insurance policy covering the material and
men including that of his sub contractors involved in the entire scope of his contract
including but not limited to freight, storage, erection and construction and
commissioning.

6.0 TIME SCHEDULE

6.1 The works shall be executed strictly as per the time schedule attached as Annexure 3 to
the Special Conditions of Contract.

6.2 Monthly / weekly construction programmes will be drawn up by the Contractor in


consultation with the Engineer-in-charge and approved by him based on availability of
materials, work fronts and the joint programme of execution as referred to above. The
Contractor shall scrupulously adhere to the Targets / Programmes by deploying adequate
Personnel, Construction Equipment, Tools and Tackles and also by timely supply or
required materials coming within his scope of supply as per contract. In all matters
concerning the extent of Targets set out in the monthly/weekly programme and the degree
of achievement, the decision of Engineer-in-Charge will be final and binding on the
Contractor.

6.3 Contractor shall give every day category-wise labour and equipments report along with
the progress of work done on previous day in the proforma prescribed by the Engineer-in-
Charge.

7.0 INCOME TAX

Income Tax at the prevailing rate as applicable from time to time shall be deducted from
the Contractor’s bills as per Income Tax Act, and quoted rates shall be deemed to include
this.

8.0 CONTRACT

The entire work covered in this Tender document shall be treated as works contract.
Bidder should quote for this work accordingly. The quoted price should be firm and
should include all taxes, duties, octroi, excise, and freight. Insurance (Inclusive of
transportation, storage, erection and commissioning, workmen insurance) etc.,
whatsoever.
9.0 SALES TAX, EXCISE & CENVATABLE AND BENEFITS

9.1 The quoted price shall be deemed to be firm and inclusive of all taxes including Sales Tax
on Works Contract, duties, octroi, levies and applicable cenvatable benefits etc. till the
completion of the Contract and the Contractor shall not be eligible for any increase

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

whatsoever even there is increase in statutory levies etc., by the order of the state/central
Govts.

9.2 Excise duty if applicable should be included by the Contractor in their quoted rates and
no increase on this account will be entertained by the Owner under any circumstances.

9.3 Cenvatable Excise duty paid by the bidder shall be reimbursed at actuals on production of
documentary evidence. Bidders shall indicate the Cenvatable Excise duty considered by
them in their offer as per proforma enclosed and furnish documents so that Owner can
avail the CENVAT benefit. Even though Cenvatable Excise duty shall be reimbursed by
Owner at actuals on documentary evidence, this shall be limited to the Cenvatable Excise
duty component indicated by the bidders in their offer. Further in case the actual amount
of Cenvatable Excise Duty paid falls less than the amount indicated in their offer, the
shortfall shall be recovered from the Lumpsum Price. The Cenvatable Excise duty shall
be included in the rates quoted by the bidder. For both indigenous and imported materials
supplied, bidder shall furnish the documents to the Owner to avail the CENVAT benefit.

i) It is to be noted that the agency shall be required to submit the documentary


evidence(s) for Cenvatable Excise duty paid by them to the concerned authorities for
Owner to claim CENVAT benefit.
ii) Necessary invoice indicating Ex-works Cenvatable Excise duty paid shall be raised
to enable Owner to claim Cenvat. The details of Cenvatable Excise duty paid shall be
submitted with each RA bill for release of payment.
iii) In case documentary support for claiming Cenvat as per Excise Rules is not submitted
to the OWNER, the Cenvatable Excise duty element included in the bill shall be
recovered.

10.0 LABOUR LAWS & REGULATIONS

10.1 Contractor shall obtain licenses from rates concerned authorities under all applicable laws
and regulations and furnish copy of the same to Owner, before starting of work.

11.0 ESCALATION

The prices shall be kept FIRM till the completion of work. No escalation will be
admissible under any circumstances.

12.0 STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES

Bidders are advised to submit quotations strictly based on the terms, conditions and
specifications contained in the Tender documents and not to stipulate any deviations.
However, if becomes unavoidable, deviations should be stipulated with reference to the
Clause No. Para and Page no of the relevant specification as given in the tender document
and should be submitted only in the prescribed form given in the tender document.
Deviations, if any, mentioned anywhere else shall not be taken cognizance of. Any
wilful attempt by the Bidders to camouflage the deviations by giving them in the covering
letter or in any other documents that are enclosed may render the tender itself non-
responsive.

Owner / Consultant reserves the right to evaluate the offers containing deviations with
financial implications after accounting cost for such deviations as determined by Owner/
Consultant.
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

13.0 PRICE SCHEDULE

All items of work in the Price schedule shall be carried out as per the Specifications,
Drawings and instructions of the Engineer-in-Charge and the Rates quoted are inclusive
of all materials, consumable, labour, supervision, tools and tackles as well as preparatory,
incidental, immediate/auxiliary/ancillary or enabling works.

14.0 UNDERGROUND AND OVERHEAD STRUCTURES

All existing structures, overhead lines, existing pipelines and utilities have to be identified
by the Contractor and noted by him before taking up the execution of work irrespective of
whether the same has been intimated to him by the owner or not. Contractor shall execute
the work in such a manner that the existing structures, utilities, pipelines etc. are not
disturbed / damaged during implementation of work under this contract and it is the
responsibility of the bidder to make good any such losses.

15.0 DEDUCTION FOR UNCORRECTED WORK

If the Engineer-in-Charge deems it inexpedient to correct work damaged or not done in


accordance with the Contract, an equitable deduction from the contract price shall be
made thereof and the decision of the Owner / Consultant shall be final.

16.0 DRAWINGS

The drawings accompanying the tender document are indicative of nature of work and
issued for tendering purpose only. Purpose of these drawings is to enable the Bidder to
make an offer in line with requirements of the Owner. However, no extra claim
whatsoever shall be entertained for any variation in the "Approved for Construction" and
"Tender Drawings" regarding any changes/units. Construction shall be as per
drawings/specifications issued approved by the Engineer-in-Charge during the course of
execution of work. Detailed construction drawings on the basis of which actual execution
of work is to proceed will be furnished to the Contractor progressively based on the
detailed construction programme evolved after the award of work and also based on
construction progress achieved.

16.1 Chief Electrical Inspectorate to Government

The contractor has to prepare necessary physical, schematic electrical layout drawings
conforming to Indian Electricity rules and shall get it approved by the electrical
inspectorate at his risk and cost. The additional works insisted by the electrical
inspectorate during the course of approval is to the account of contractor only. The
contractor who is a Electrical “A” grade contractor has to examine such items of work in
tender stage itself and offer in the tender itself.

The actual execution of the works has to proceed based on the detailed working drawings
only. This will be furnished from time to time during the progress of the work. The
Contractor shall be deemed to have gone through the drawings and bring to the notice of
the Engineer-in-Charge discrepancies if any, therein before actually carrying out the
work.

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

Copies of all detailed working drawings relating to the works shall be kept at the
Contractor's office on the site and shall be made available to the Engineer-in- Charge at
any time during execution of the contract. The drawings and other documents issued by
the Owner shall be returned to the Owner on completion of the works.

17.0 CONSTRUCTION EQUIPMENT AND SITE ORGANISATION:

17.1 CONSTRUCTION EQUIPMENT


The Contractor shall without prejudice to his overall responsibility to execute and
complete the work as per specifications and Time schedule, progressively deploy
adequate equipments and tools and tackles and augment the same as decided by the
Engineer-in-Charge depending on the exigencies of the work so as to suit the construction
schedule. The Bidder shall submit a list of construction equipments he proposes to deploy
for the subject work. No construction equipment will be supplied by the Owner.

17.2 SITE ORGANISATION

Subject to the provisions in the tender document and without prejudice to Contractor's
liabilities and responsibilities to provide adequate qualified and skilled personnel on the
work, Contractor shall deploy site organisation and augment the same as decided by the
Engineer-in-charge depending on the exigencies of work.

The Bidder shall submit the details of minimum site organisation proposed by him, as per
Proposal Form given in the tender document.

18.0 CONSTRUCTION

18.1 RULES AND REGULATIONS

CONTRACTOR shall observe in addition to Codes specified in respective specification,


all national and local laws, ordinances, rules and regulations and requirements pertaining
to the WORK and shall be responsible for extra costs arising from violations of the same.

The contractor has to abide by IE rules and regulations and take appropriate action to
employ Rule 3 person on their own in time and required electrical "C” certificate holders
during execution.

18.2 PROCEDURES

Various procedures, field quality plan and method statements to be adopted by Contractor
during the construction as required in the respective specifications shall be submitted to
Owner in due time for approval. No such construction activity shall commence unless
approved by Engineer-in-charge in writing.

18.3 FIELD INSPECTION

Contractor shall have at all times during the performance of the WORK, a competent
superintendent with required qualification in electrical engineering on the premises. Any
instruction given to such Superintendent shall be construed as having been given to the
contractor.
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D:9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

The contractor has to arrange for inspection by electrical inspectorate and as well as
TNEB authorities for issue of safety certificate and energisation of power, HT service
respectively.

19.0 TEMPORARY WORKS

All temporary works, ancillary works, enabling works, including de-watering of surface
and subsoil water, preparing approaches and working areas, wherever they are required
for execution of the work, shall be the responsibility of the Contractor, and all costs
towards the same shall be deemed to have been included in the quoted rates / prices

20.0 EXECUTION OF WORK AND CONSTRUCTION EQUIPMENTS

The Contractor shall be entirely responsible for executing the work covered under this
Tender document in a workmanlike and expeditious manner as per the time schedule,
specifications, drawings and construction aids such as arc welding sets, gas cutting sets,
cranes, chain pulley blocks, transportation equipments, tools and tackles as well as testing
appliances such as test pumps, air compressors etc and the necessary supervisory
personnel, skilled, semi-skilled and unskilled labour shall be provided by the Contractor
to achieve the monthly/weekly targets and the overall time schedule. Preparing
approaches and working area fur the movement and operation of cranes, leveling the
areas for assembly and erection shall be the responsibility of the Contractor.

21.0 RESPONSIBILITIES OF CONTRACTOR/COORDINATION WITH OTHER


AGENCIES

The Contractor's responsibility covers the coordination of all the works involved and the
expenses of site mobilisation and demobilisation including clearing activities. The quoted
rates for various items are deemed to have appropriately catered for these and no separate
claim whatsoever is entertainable.

Work shall be carried out in such a manner that the work of other agencies operating at
the site is not hampered due to any action/inaction of the Contractor. Proper co-ordination
with other agencies will be Contractor's responsibility. It shall be the responsibility of the
Contractor to obtain the approval for any revision and/ or modifications decided by the
Contractor from the Owner/Engineer-in-Charge before implementation. Also such
revisions and/or modifications if accepted/approved by the Owner/Engineer-in-Charge
shall be carried out at no extra cost to the Owner. Any changes required during and/or
after approval of detailed construction drawings due to functional requirements or for
efficient running of system keeping the basic parameters unchanged and which has not
been indicated by the Contractor in the data-drawings furnished along with the offer will
be carried out by the Contractor at no extra cost to the Owner.

It shall be entirely the Contractor's responsibility to provide, operate and maintain all
necessary construction equipment, scaffoldings and safety gadgets, cranes and other
lifting tackles, tools and appliances to perform the work in a workman like and efficient
manner and complete all the jobs as per time schedule.

Preparing approaches and working area for the movement and operation of the equipment
including side booms and cranes, leveling the areas for assembly, laying,
installation/erection shall also be the responsibility of the Contractor. The Contractor shall
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

acquaint himself with access availability to provide suitable allowances in his quotation.
The Contractor may have to build temporary access roads to aid his own work which
shall also be taken care while quoting for the work.

The procurement and supply in sequence and at the appropriate time of all materials and
consumables shall be entirely the Contractor's responsibility and his rates for execution of
work will be inclusive of supply of all these items. Contractor shall not use any of the
equipment or materials issued to him by Owner for installation purposes for laying
temporary lines, manufacturing erection aids etc. Misuse of materials will be seriously
viewed and deduction at penal rates will be made from the Contractor's bill for such
quantities that are misused.

22.0 EXISTING SERVICES

22.1 Structures, drains, pipes, cables, overhead wires and similar utility services encountered
in the course of the works shall be protected from damages by the contractor at his own
cost.

22.2 Should any damage be done by the contractor to any of the existing structures, mains,
pipes, cables or utilities whether above or below ground etc, whether or not shown on the
drawings the contractor must make good or bear the cost of making good the same
without delay to the satisfaction of the Engineer-in-Charge / utility departments..

23.0 FRONTS FOR WORKS WHERE OTHER AGENCIES ARE INVOLVED


The work involved under this contract includes such works as have to be taken up and
completed after other agencies on the job have completed their jobs. The Contractor will
be required and bound to take up and complete such works as and when the fronts are
available for the same and no claim of any sort whatsoever shall be admissible to the
Contractor on this account. Only extension of time limit shall be admissible, if the
availability of work fronts to the Contractor is delayed due to any reasons not attributable
to the Contractor.

24.0 MATERIAL SUPPLY

24.1 The procurement and supply in sequence and at appropriate time of all equipment, plants,
accessories, materials (under Contractor's scope of supply) and consumables required for
completion of works under this contract should be entirely contractor’s responsibility.

24.2 It shall be the responsibility of the contractor to supply the best equipment, new and in
first class condition for the work. The specifications provided in the contract are to
provide the contractor with performance criteria for all major equipment, components and
facilities.

25.0 CONTRACTOR'S FIELD OFFICE, GODOWN, WORKSHOP AND CAMP


FACILITIES

Contractor shall, if required by him, for the entire duration of the execution of the work
arrange construction of Contractor's office, warehouse, workshops and Camp
Facilities/Residential Accommodation and for any purpose in connection with providing
infrastructure required for the execution of the Contract. The Contractor shall at his own
cost construct all temporary buildings/facilities and provide suitable water supply and
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 11
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

sanitary arrangement as required. Such facilities as constructed by Contractor shall be


maintained by Contractor at his own cost.

26.0 UTILISATION OF LOCAL RESOURCES

26.1 The Contractor shall ascertain the availability of local sub-Contractors and
skilled/unskilled manpower and engage them to the extent possible for performance of
works.

26.2 The Contractor shall not recruit personnel of any category from among those who are
already employed by the other agencies working at the site but shall make maximum use
of local labour available.

27.0 MAINTENANCE OF WORKS

27.1 The Contractor shall take care for cleaning the work site from time to time and keep the
approach road for easy access to work site and also from safety point of view.

27.2 Working site should be always kept cleaned upto the entire satisfaction of the Engineer-
in-Charge. Before handing over any work to Owner, the Contractor in addition to other
formalities to be observed as detailed in the document shall clear ' the site to the entire
satisfaction of Engineer-in-Charge.

28.0 TESTING & TEST CERTIFICATES

The Contractor shall carry out tests, when directed and submit certificates for every batch
of materials as required by and for the approval of the Engineer-in-Charge.

29.0 TESTS AND INSPECTION:

The Contractor shall carry out the various tests as enumerated in the Technical
Specification of this tender and technical documents that will be furnished to him during
the performance of the work at no extra cost to the owner.

All the tests either on the field or at outside laboratory concerning the execution of the
work and supply of materials by the Contractor shall be carried out by the Contractor at
his own cost.

The work is subject to inspection at all times by the Engineer-in-Charge. The Contractor
shall carry out all instructions given during inspection and shall ensure that the work is
being carried out according to the technical specifications of this tender, the technical
documents that will be furnished to him during performance of work and the relevant
codes of practice.

The Contractor shall provide for purpose of inspections access ladders, lighting,
equipment for testing necessary instrument etc. at his own cost, low voltage lighting
equipment for tray fixing and inspection work.

Compressed air for carrying out the works shall be arranged by the Contractor at his own
cost. Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the Contractor shall carry out the rectification at his own cost.
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 12
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

All results of inspection and test will be recorded in the inspection reports, proforma of
which will be approved by the Engineer-in-Charge. These reports shall form part of the
Completion Documents. Any work not conforming to the execution drawings,
specifications or codes shall be rejected and the Contractor shall carry out the rectification
at his Own risk and cost.

30.0 QUALITY ASSURANCE:

30.1 Bidder shall include in his offer the Quality Assurance Programme containing the overall
quality management and procedures which is required to be adhered to during the
execution of contract, After the award of the contract, detailed quality assurance
programme to be followed for the execution of contract under various divisions of works
will be mutually discussed and agreed to.

31.0 STATUTORY APPROVALS:

31.1 The approval from any authority required as per statutory rules and regulations of Central
/ State Government shall be the Contractor's responsibility unless otherwise specified in
the tender document.

31.2 The application on behalf of the Owner for submission to relevant authorities along with
copies of required certificates complete in all respects shall be prepared and submitted by
the Contractor well ahead of time so that the actual construction/commissioning of the
work is not delayed for want of the approval inspection by concerned authorities. The
inspection of the works by the authorities shall be arranged by the Contractor and
necessary coordination and liason work in this respect shall be the responsibility of the
Contractor. However statutory fees paid, if any, for all inspections and approvals by such
authorities shall be reimbursed at actuals by the Owner to the Contractor on production of
documentary evidence.

30.3 Any change/addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the Contractor free of charge. The inspection and
acceptance of the work by statutory authorities shall, however, not absolve the Contractor
from any of his responsibilities under this contract.

32.0 PROJECT SCHEDULING & MONITORING:

The following schedules/documents/reports shall be prepared and submitted by the


Bidder/Contractor for review/ approval at various stages of the contract.

32.1 ALONG WITH TENDER:

32.1.1 Time Schedule:

The Bidder is required to submit a Project Time Schedule in Bar Chart Form, along with
the Tender. The Schedule shall cover all aspects like sub-ordering, manufacturing and
delivery, sub-contracting and construction within the completion time indicated in the
Tender Document. The Owner interface activities shall be clearly identified with their
latest required dates. Owner reserves the right to disqualify the Bidder if the above
Schedule submitted by the Bidder is not in line with the overall project requirement.
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 13
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

32.1.2 Scheduling & Monitoring System:

The Bidders should describe their system of Project Scheduling and monitoring, the
extent of computerisation, level of detailing, tracking methodology etc. with the name of
computer packages and sample outputs.

32.2 AFTER THE AWARD OF CONTRACT

32.2.1 Overall Project Schedule:

The Contractor shall submit within 4 weeks off FAX OF ACCEPTANCE, a sufficiently
detailed overall, Project Schedule in the activity network/bar chart form, clearly
indicating the major milestones, inter-relationship/interdependence between various
activities together with analysis of critical path and floats.

The network/bar chart will be reviewed and approved by Engineer-in-Charge and


comments if any shall be incorporated in the network/bar chart before issuing the same
for implementation. The network thus finalised shall form part of the contract document
and the same shall not be revised without the prior permission from Engineer-in-Charge
during the entire period of contract.

32.2.2 Progress Measurement Methodology:

The Contractor is required to submit within four weeks of award of WORK, the
methodology of progress measurement of sub-ordering, manufacturing/delivery sub-
contracting, construction and commissioning works and the basis of computation of
overall services/physical progress reported. Owner reserves the right to modify the
methodology in part or in full.

32.2.3 Functional Schedules.

The Contractor should prepare detailed functional schedules in line wit network/bar chart
for functional monitoring and control and submit schedule progress charts/graphs for each
function viz. engineering ordering, manufacturing/delivery and construction.

32.3 PROJECT REVIEW MEETINGS:

The Contractor shall present the programme and status at various review meetings as
required.

32.3.1 Weekly Review Meeting:

Level of Participation:

Contractor/Consultant/ Site In charge and Job Engineers.

Agenda

a) Weekly programme viz actual achieved in the past week and programme for next
week.
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 14
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

b) Remedial Actions and hold up analysis.


c) Client query/approval.

32.3.2 Monthly Review Meeting:

Level of Participation :

Senior Officers of Owner/Consultant and Contractors.

a) Progress Status/Statistics.
b) Completion Outlook.
c) Major hold ups/short fall
d) Assistance required / remedial measures
e) Critical issues /solutions
f) Client query/approval

32.4 PROGRESS REPORTS:

32.4.1 Monthly Progress Report :

This report shall be submitted on a monthly basis within Ten Calender days from cut-off
date as agreed upon, covering overall scenario of the work. The report shall include but
not be limited, to the following:

a) Brief introduction of the work.

b) Activities executed/achievements during the month

c) Schedule v/s actual percentage progress and graphs/charts for engineering, sub-
ordering, manufacturing / delivery, sub-contracting, construction and overall work.

d) Quantum wise status of purchase orders against schedule shall also be indicated.

e) Areas of concern/problem/hold ups, impact and action plans.

t) Resources deployment status.

g) Annexures giving status summary for Material Requisitions and deliveries,' sub-
contracting and construction.

Distribution: Owner : Two copies

Consultant : Two copies.

Consultant – Site office : One Copy

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 15
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

B. Weekly Report:

This report (6 copies) will be prepared and submitted by the Contractor on weekly basis
and will cover following items:

a) Activities programmed and completed during the week.

b) Resource deployed men and machine.

c) Quantity achieved against target in construction.

d) Record of Mandays utilised.

e) Construction percentage progress, schedule and actual.

33.0 ACCEPTANCE OF OFFER

The Bidder shall acknowledge the receipt of ORDER / FAX OF ACCEPTANCE/


LETTER OF ACCEPTANCE within 15 days of mailing of the same and any delay in
acknowledging the receipt will be a breach of contract and compensation for the loss
caused will be recovered by the Owner by forfeiting the Earnest Money Deposit/Tender
bond.

34.0 SUB-LETTING OF THE WORK

The Bidder shall indicate in his offer the works, which he intends to sublet to the sub-
Contractors. The Contract Agreement will specify the major works for which the
Contractor proposes to engage the Sub-Contractor. The Contractor from time to time
propose any addition or deletion to the list and will submit proposals in this regard to the
Engineer-in-Charge for approval well in advance so as maintain the progress of work.
Such approval of the Engineer-in-Charge will not relieve the Contractor from any of his
obligations, duties and responsibilities under the contract.

35.0 SUB-CONTRACTOR

At the commencement of the job the Contractor shall supply to the Engineer-in- Charge,
list of all Sub-Contractors or other persons or firms engaged by the Contractor to work at
the Site. Any Bidder who had submitted the tender for this tender and does not get the
contract because of his being not the lowest will be prohibited from working as sub-
Contractor for execution of this contract. List of unsuccessful Bidders shall be provided
for in the Contract Agreement.

36.0 FAILURE OF THE CONTRACTOR

If the Contractor fails to complete the work and the order is cancelled, the amount due to
the Contractor on account of work executed, if payable, shall be paid only after due
recoveries as per the provisions of the contract and that too after alternative arrangements
to complete the work has been made.

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 16
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

37.0 MECHANICAL COMPLETION

When the construction of the PLANT/UNIT/SYSTEM has been completed, other than in
minor aspects which do not prevent commissioning, all civil engineering is completed, all
equipment and machinery are installed and aligned, all piping and instrumentation
services are completed, all electrical works are completed, all hydrostatic/pneumatic
testing is done, safety valves & pressure relief valves set and checked, speed and direction
of rotation of all prime movers is checked, relays are set and all scales, meters, measuring
devices and recorders are calibrated and set, etc, then the PLANT is treated as
mechanically completed and ready for pre-commissioning activities.

The date of readiness for pre-commissioning as aforesaid shall be deemed to be the date
of mechanical completion of the PLANT (hereinafter called MECHANICAL
COMPLETION) for the purpose of this CONTRACT.

38.0 TRIAL OPERATION

After mechanical completion of the complete works under the scope of the contractor
shall commission all the equipment under the scope of works and demonstrate to the
various parameters as per the contract specification to .the Engineer in Charge. On
successful completion of the same the Engineer in charge shall certify that the equipment
under the scope of works is ready for Final Test.

39.0 FINAL TEST

The contractor in advance shall submit to Engineer in charge procedure for Final Test and
the final test shall be carried out as per the approved procedure. Final test is deemed to
have been completed when the contractor with proper intimation to engineer in charge
shall demonstrate the parameters of complete system (along with all mechanical,
electrical and C&I components of the system) as applicable in the contractor’s scope for a
period of seven consecutive days. Other conditions as specified in clause 8.3 of GCC
shall also applicable for the Final Test.

40.0 LIQUIDATED DAMAGES & PENALTY

Liquidated damages payable by contractor to the owner for the delay in completion of
each part shall be as follows:

1. An amount of 0.5% of contract price for every week of delay or part there of up to a
maximum of 10% of contract price shall be levied for delay in engineering on part of
the contractor.

“Delay in Engineering”:
Delay in the submission of drawings as per the approved drawings schedule, extended
to the individual deliverables of the contractor.

2. An amount of 0.5% of contract price for every week of delay or part there of up to a
maximum of 10% of contract price shall be levied for delay in completion of final test
as per the approved procedure for final test.

“Successful Final Test”:

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 17
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

Successful Final Test is deemed to have been completed when the contractor with
proper intimation to owner’s engineer shall demonstrate the parameters of complete
system (along with all mechanical, electrical and C&I components of the system) as
applicable in the contractor’s scope for a period of seven consecutive days.

40.1 PENALTY CLAUSE ON EQUIPMENT PERFORMANCE

Penalty will be calculated as follows

- Performance of the system up to 95% of guaranteed value – No penalty


- Below 95% for every percentage of drop the procedure to arrive at penalty will be as
per the guidelines given in the tender document.
- Below 90% the system will be rejected and CONSULTANT/OWNER will have the
right to invoke the performance bank guarantee of the contractor.

41.0 COMPLETION DOCUMENT:

41.1 The following document shall be submitted by the Contractor, in triplicate, as a part of
the completion documents. These will be in addition to those mentioned in relevant
clauses of the General Conditions of Contract.

a) The Technical document according to which the work was carried out.
b) Completion Certificates for embedded and covered up work.
c) Certificate of final levels as set out for various work.
d) Test Report qualifying the details of tests carried out on equipment/materials.
e) Six sets of construction drawings and one set of reproducible drawing showing therein
the work as executed duly approved by Engineer-in- Charge. Reproducible of the
latest drawings shall be provided to the Contractor for preparation of construction
drawings.

42.0 CONTRACT DOCUMENT

42.1 The following shall form the contract documents:

a) Statement of Agreed Variations, if any.


b) The detailed Letter of Acceptance along with its enclosures.
c) Fax of Acceptance awarding the works to the Contractor.
d) Addendum/Corringendum to tender documents issued if any.
e) Original tender documents issued with its enclosures.

42.2 All other documents and correspondence exchanged prior to issue to fax of
Acceptance/Letter of Acceptance whichever is earlier, shall be treated as null and void.

43.0 DEFECTS LIABILITY PERIOD

43.1 Defects liability Period for all switchyard equipment including mechanical, electrical and
instrumentation – 12 Months from the date specified in the Completion Certificate as the
date of completion of the Work.

43.2 Defect liability for all civil works and buildings works - 60 Months from the date
specified in the Completion Certificate as the date of completion of the Work.
P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 18
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

43.3 The Contractor shall carry out all the necessary works and all associated activities as may
become necessary for rectification or replacement of the defective equipment or structure
during the defects liability Period entirely at his cost.

The portion of the works so rectified I replaced shall be liable for guarantee for a further
period of one (1) year for items falling under sub clause 42.1 and for five (5) years for
items falling under sub clause 42.2 from the date of successful completion of the
replacement I rectification.

During the aforesaid defect liability the contractor shall pay and make good to CPCL and
all other persons or parties legally entitled thereto all losses, damages, costs and expenses
they or any of them may incur or be put or be liable to by reason or in consequence of the
operations of the contractor or of the failure from whatever causes of the works or any of
them during the time the contractor is responsible thereof or parties as aforesaid from and
against the same and from and against all actions. Suits, claims and demands whatsoever
by reason of an account thereof or CPCL will be at liberty to encash the Performance
Bank Guarantee and pay to such other persons or parties entitled as aforesaid the amount
of such losses, damages, cost of expenses without prejudice to CPCL's right to seek
additional compensation if any through legal means.

44.0 SPARE PARTS & SPECIAL TOOLS & TACKLES

44.1 FOR COMMISSIONING

The Contractor shall procure and supply spare parts for start-up and commissioning and
are included in his scope of work. The Lumpsum quoted price shall be deemed to be
inclusive of provision of such spares and additional spares, if any, required during
commissioning. All the commissioning spares shall be procured by the contractor well
before start up and commissioning.

44.2 FOR TWO YEARS NORMAL OPERATION & MAINTENANCE

The Bidders shall submit the list including unit & quantity of recommended spares for
two years normal operation & maintenance in unpriced part as per format and item wise
price shall be submitted in priced part. Prices of Spares shall remain valid during
currency of contract; Owner may order -such spares any time during currency of contract.
Spare Parts will be delivered at site, preferably along with the equipment, if not, latest by
the completion of the work.

The Contractor shall also procure and supply the Mandatory Spares listed elsewhere in
this document. The Lumpsum quoted prices shall be deemed to be inclusive of provision
of such spares.

Special Tools & tackles

One set of special Tools and tackles required for testing, commissioning and normal
operation of the entire equipment is included in the scope of work .

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 19
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

45.0 DISTRIBUTION SCHEDULE FOR ELECTRICAL, CIVIL AND STRUCTURAL


DOCUMENTS / DRAWINGS

The distribution of Electrical, Civil and Structural documents / drawings shall be as


follows:

Distribution
Sl. Total
Document Owner
No. Copies Consultant
HQ SITE

1 All drawings, calculations, 12 4 2 6


documents, write-ups for all
revisions

2 Approved drawings, calculations,


documents etc.
- Hard Copy 12 4 4 4
- Soft Copy 2 1 - 1

3 As built drawings
- Hard Copy 12 5 5 2
- Soft Copy 2 1 - 1

4 Reproducible of approved & As 2 1 1 -


built drawings

The construction work shall only start after design & drawing is approved by the Owner’s
Consultant. No construction shall commence prior to obtaining of written approval from
the Owner / Owner’s Consultant.

Any approval given by the Owner’s Consultant to the designs & drawings shall not
relieve the Contractor of his responsibilities for the correctness of the same and for
execution of the work in accordance with the terms of the specifications. Detailed
drawings approved by the Owner’s Consultant shall supercede the general drawings when
they differ from them.

The drawings bearing the Owner / Owner’s Consultant’s approval or drawings corrected
in accordance with the comments of the Owner / Owner’s Consultant shall be deemed to
be contract drawings and no variation there from shall be taken without the Owners
written consent.

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 20
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

ANNEX – 1 TO SPECIAL CONDITIONS OF CONTRACT

1.0 SCOPE OF SUPPLY OF MATERIALS

1.1 All materials required for the works shall be in the scope of the Contractor.

2.0 SCOPE OF SERVICES

2.1 All services required to meet the intent of this specifications is in the scope of the Contractor.

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 21
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

ANNEX - 2 TO SPECIAL CONDITIONS OF CONTRACT

1.0 MEASUREMENT OF WORKS

1.1 All measurements will be taken by the Contractor in the presence of the Engineer or his
representative. Payment will be made based on the quantities calculated from these
measurements.
1.2 All measurements shall be taken on finished works for the purpose of payments.
1.3 Measurement of weights will be in metric tonnes (corrected to the nearest kilogram) and will
be made based on the execution drawings. Where materials are bought out and weights are
not indicated in the drawing, packing lists as received from the suppliers will be referred for
the weights.
1.4 Linear measurements will be in metres rounded off to the nearest centimeter. If physical
measurements are impractical, dimensions shall be taken from the execution drawings.
1.5 For steelwork, the weight for payment shall be assessed from the approved fabrication
drawings. Welds, bolts, nuts, washers, shims, packing etc shall not be taken into
consideration. The rates shall be deemed to be inclusive of such items.
1.6 Temporary or enabling works connected with the contract such as templates, shoring, etc shall
be deemed to have been allowed for in the rates quoted.
1.7 The arrangement of the electrical system shall be verified with respect to the approved
drawings.
1.8 The make and ratings of electrical components and accessories shall be verified with respect
to approved drawings.
1.9 The quantity of electrical components and accessories and the length of electrical cables shall
be verified with respect to approved drawings / packing list.

2.0 TERMS OF PAYMENT

Payment will be made against the work done on the basis of item rates as accepted in the
contract in the terms and manner as described below:

- 80% on receipt of materials at contractor’s yard.


- 10% on mechanical completion.
- 5% on commissioning
- 5% on successful performance guarantee test run of units and acceptance thereof by
engineer-in-charge.

The above payments are subject to deduction towards retention money, Income Tax and other
recoveries applicable as per terms of contract. Further break-up of above payment terms, if
deemed necessary for any progressive payment of individual item may be mutually arrived at
between Engineer- in-Charge and contractor.

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 22
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

ANNEX - 3 TO SPECIAL CONDITIONS OF CONTRACT

1.0 TIME SCHEDULE

Name of Work Time of Completion

Design, Engineering, Manufacture, shop


testing, inspection, supply, transportation
to site, unloading, storage, installation and 6 (Six) Months
commissioning of 110kV switchyard
electrical system with control room as per
specification for the 5.8 MGD Sea Water
Desalination Project for CPCL at North
Chennai, Tamilnadu.

Tender No. : 6104-EL-SPC-610-001

The time of completion shall be reckoned from the date of issue of Fax of Acceptance or
Letter of Acceptance of Tender whichever is issued earlier.

The time includes mobilization at site, carrying out and handing over all works under the
tender in all respects as per specifications, codes, drawings, instructions of the Engineer /
Owner.

----------------------------------------
(SIGNATURE OF THE BIDDER)

P1Sec D-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: D : 23
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

SECTION E

Sample Forms and Procedures

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

TABLE OF CONTENTS

FORMAT - A ACKNOWLEDGEMENT LETTER TO INVITATION TO BID ......................... 3

FORMAT - B CHECK LIST OF INFORMATION TO BE FURNISHED BY THE BIDDERS


WITH THE TENDER ............................................................................................ 5

FORMAT- C EXPERIENCE CRITERIA FORMAT FOR 110KV SWITCHYARD ................. 6

FORMAT - D FINANCIAL CRITERIA FORMAT FOR 110KV SWITCHYARD .................... 8

FORMAT- E DEVIATIONS SCHEDULE (TECHNICAL)........................................................ 9

FORMAT - F DEVIATIONS SCHEDULE (COMMERCIAL) ................................................. 10

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

FORMAT - A ACKNOWLEDGEMENT LETTER TO INVITATION TO BID

TENDER DOCUMENT NO 6104-EL-SPC-610-001

TO

The Project Manager,


Desalination Project - CPCL
FICHTNER CONSULTING ENGINEERS PVT. LTD.
Ganesh Chambers, 64 Eldams Road,Chennai 600 018

Sub: Tender for design, Engineering, Manufacture, shop testing, inspection, supply,
transportation to site, unloading, storage, installation and commissioning of 110kV
switchyard with control room and accessories as per specification for the 5.8 MGD Sea
Water Desalination Project for CPCL at North Chennai, Tamilnadu.

Tender No. : 6104 –EL –SPC-610-001

Dear Sir,

We acknowledge receipt of your invitation to Bid which was received on …………….and understand
that the documents received remain the property of Chennai Petroleum Corporation Ltd., . We
indicate below our intentions with respect to the Notice inviting tender.

A. We intend to bid as requested and furnish following details with respect to our quoting office.

i. Postal Address :

ii. Telephone Number :

iii. Telex Number :

iv. Telefax Number :

v. Contact Person :

Chennai Office Address if any

i. Postal Address :

ii. Contact Person :

iii. Telephone no. :

iv. Fax No. :

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

B. We are unable to Bid for the reasons given below and hereby return the Tender Documents.

Reasons for non – submission of bid.

Company’s Name :

Signature :

Name :

Designation :

Note :

Immediately on receipt of the tender document, bidder shall furnish the acknowledgement
Letter to ITB as per the above Proforma. All the future correspondence shall be made with
the bidder’s quoting office.

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

FORMAT – B CHECK LIST OF INFORMATION TO BE FURNISHED BY THE


BIDDERS WITH THE TENDER

Bidders are requested to use this check list proforma to ensure that they have provided all the
required information to make their tender complete. Copy of this proforma duly filled in shall be
submitted along with the Techno-commercial part (Part 1) of the offer. All items except item 1b
shall be in One (1) original + Four (4) copies. Item 1b will be the Tender Document set marked
“ORIGINAL”.

If any document / information is not furnished the bidder shall enter the reason for not doing so
in the remarks column.
INFORMATION TO BE FURNISHED BY ATTACHED
S.NO REMARKS
BIDDER YES NO
1 Signed and Stamped copy of the
a. Letter of Submission of Tender (as per
Appendix-I of GCC)
b. ORIGINAL tender document with addenda, if
any.
c. Time Schedule (Section 4 – SCC, Annexure
3

2 Information about Bidder as per


GCC Appendix-II and IIA
3 Experience criteria Formats - C filled
4 Financial Criteria Format - D filled
5 Income Tax PAN No.

6 Annual Report showing balance sheet and profit


& loss account statement for previous 3 years
7 Solvency Certificate from bankers

8 Declaration that the bidder is not under court


receivership, liquidation and similar proceedings
9 Power of Attorney in the name of person signing
the tender
10 Details of Bidder’s quality assurance and Safety
practices
11 Details of past experience in works of similar
nature (as per Appendix-III of GCC)
12 Details of equipment proposed to be used for the
tendered works(as per Appendix-IV of GCC)
13 Details of bidder’s concurrent commitment (as per
Appendix-V of GCC)
14 Overall schedule for execution of works and site
organization chart
15 Exceptions and Deviations Form
16 Any other information / documents the bidder
desires to enclose.

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

FORMAT-C EXPERIENCE CRITERIA FORMAT FOR 110kV SWITCHYARD

Bidders shall furnish their experience details with reference to the work which pre-qualify them in line with
the Experience Criteria. Bidders shall use separate forms for each reference job.

Sl.No. Description Details to be furnished by the


Bidder
1 (a) Name and postal address of Client
1 (b) Contact person in the Client's office

Ph. No.

Fax No.
2 (a) Client's Order No.
2 (b) Capacity of Switchyard
2 (c) Value of the order
2 (d) Valid A Grade License issued by Secretary Licensing
Board, Tamilnadu

Chennai Petroleum Page


Corporation Limited Pre-Qualification of contractors for 110kV
(A Group Company of Switchyard for Installation of 5.8 MGD 1 of 2
Indian Oil) Seawater Desalination Plant on Package
basis

Project – Contracts

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

Sl.No. Description Details to be furnished by the


Bidder
2 (e) Scope of Work
2 (f) Confirm if the copy of order reveals the Capacity of
switchyard and the Scope of Work, Else, confirm if a
certificate from the client indicating the above details is
enclosed. (Please note that this reference will not be
considered in the absence of this document).
3 (a) Completion Dates:

a) Date of Order

b) Contractual Completion Date

c) Actual Completion Date

d) Reasons for delays if any


3 (b) Confirm if a copy of certificate from the client for one-
year satisfactory operation is enclosed. (Please note that
this reference will not be considered in the absence of this
certificate)

AUTHORISED SIGNATORY

NAME:

DESIGNATION:

DATE:

Chennai Petroleum Page


Corporation Limited Pre-Qualification of contractors for 110kV
(A Group Company of Switchyard for Installation of 5.8 MGD 2 of 2
Indian Oil) Seawater Desalination Plant on Package
basis

Project - Contracts

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

FORMAT - D FINANCIAL CRITERIA FORMAT FOR 110KV SWITCHYARD

Tenderer shall indicate herein his annual turnover during the following 3 years based on the
audited balance sheet/profit and loss account statement.

FINANCIAL YEAR ANNUAL TURNOVER (RS)

2000-2001

2001-2002

2002-2003

Average Annual Turn Over during the above three financial years.: Rs._________

NOTE:

1. Copies of audited balance sheets with Profit & Loss account statement for last 3 years
shall be submitted along with the offer.
2. Tenderer shall indicate herein his Net Worth details during the following 3 years based on
the audited balance sheet/profit and loss account statement on the following basis:

Net Worth: Reserve + Capital - Accumulated loss.

FINANCIAL Accumulated NET WORTH


Reserve ( Rs.) Capital ( Rs.) Loss ( Rs.) (RS)
YEAR

2000-2001

2001-2002

2002-2003

(STAMP & SIGNATURE OF BIDDER)

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

FORMAT-E DEVIATIONS SCHEDULE (TECHNICAL)

1. Deviations to tender documents, if any, shall be indicated only in this schedule.

2. Deviations listed elsewhere will be summarily rejected and shall be ignored.

3. Attach more sheets in this format, if required.

Sno Cl.No/Page No./Volume No. Description as Deviation taken


specified

SIGNATURE OF BIDDER------------------------

NAME ---------------------------

DESIGNATION ---------------------------

COMPANY SEAL DATE ---------------------------

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110kV Switchyard

FORMAT – F DEVIATIONS SCHEDULE (COMMERCIAL)

1. Deviations to tender documents, if any, shall be indicated only in this schedule.

2. Deviations listed elsewhere will be summarily rejected and shall be ignored.

3. Attach more sheets in this format, if required.

Sno Cl.No/Page No./Volume No. Description as Deviation taken


specified

SIGNATURE OF BIDDER------------------------

NAME ---------------------------

DESIGNATION ---------------------------

COMPANY SEAL DATE ---------------------------

P1Sec E-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. R0 Page: E : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

PART - II

Technical

Content for Part II Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: I
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

PART - II : TECHNICAL

SECTION A SCOPE OF WORK

SECTION B TECHNICAL SPECIFICATION FOR ELECTRICAL


WORKS

SECTION C TECHNICAL SPECIFICATION FOR CIVIL &


STRUCTURAL WORKS

SECTION D PRICE SCHEDULE

Content for Part II Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page: II
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION A

Scope of Work

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

1.0.0 SCOPE OF WORK ................................................................................................................ 3

2.0.0 TESTS .................................................................................................................................... 9

3.0.0 DOCUMENTATION ............................................................................................................. 9

4.0.0 LOCAL CONDITION.......................................................................................................... 13

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION-A1

SCOPE OF WORK

1.0.0 SCOPE OF WORK

1.1.0 Introduction

1.1.1 The site is located in the Tamil Nadu Industrial Development Corporation (TIDCO) lands in
Urnemedu Village, Ponneri Taluk, Tiruvallure District that is about 45 km north of chennai
and 5 km south of Minjur.

1.1.2 The EHV switchyard will be used for receiving power from Grid through two (2) nos.
20 MVA power transformer.

1.1.3 Drg no. 20-6104-E-202, Rev. A shows plant switchyard scheme.

1.2.0 Work Description

1.2.1 Electrical Works

The requirement of this contract is to Design, engineering, manufacturing, shop testing,


transport to site including transit insurance, unloading at site, erection, testing and
commissioning including storage & erection insurance of the following for Chennai
Petroleum Corporation Ltd., Manali, Chennai.

EHV switchyard shall be supplied and installed complete with all the equipment, accessories
etc. and any other equipment to make the switchyard complete. It shall consist of but not
limited to ;

1. EHV Circuit breakers


2. EHV Isolators & Earth switches
3. Current Transformers & Capacitor Voltage Transformers.
4. Lightning arresters
5. Control panels
6. Relay panels
7. Tariff metering panel
8. Complete, Power, control and instrumentation cables from switchyard equipment to
Contractor supplied panels in control room and cabling between equipment / panels
supplied by the Contractor.

9. Bus bar materials, Overhead line conductors, earthing conductors, lightning masts,
Bay marshalling kiosks, CT / CVT junction boxes, ACDB, DCDB, insulator
assemblies, hardware, clamps and connectors & other miscellaneous items

10. Galvanised steel structures like towers, girders, equipment support structures etc.
P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

11. Illumination system for switchyard TNEB metering area and control room including
lighting panels, poles / masts / towers, fixtures & accessories.

12. Switchyard underground earthing, Equipment Earthing & lightning protection of


switchyard and TNEB metering area.

13. Galvanised iron chain wire fence and gate for Switchyard / TNEB metering area,
cable tray works in trenches including inserts and support angles, Nickel coated brass
cable glands, tinned copper cable lugs etc.

14. 110V DC battery & battery charger system exclusively for switchyard.

15. For the two (2) nos. 20 MVA Power transformer supplied by others termination of
ACSR conductor to transformer HV bushing.

16. It is proposed to control the 110 kV switchyard from the RO plant main control room
through a SCADA system. The switchyard control panel shall have a common local /
remote selector switch per bay. Signals shall be extended by this Contractor to a
marshalling panel in the switchyard control room so to repeat the Controls / Alarms /
Indications / metering of the 110 kV switchyard to the SCADA system (supplied by
others) in the main control room.

17. Controls & protection cables required for the Power transformers. The 6.6 kV side
switchboard is supplied & installed by others. 6.6 kV side phase & neutral side CTs
required for transformer protection shall be supplied by others. The specification for
these CTs shall be provided by this Contractor. REF, standby earth fault &
Differential protection relays required for transformer protection shall be supplied by
this Contractor.

18. The metering equipment required for the 110 kV line incomer (located within TNEB
metering area) will be supplied and installed by TNEB. The terminal steel structure
within the TNEB metering area shall be supplied by this contractor and the twin
moose conductor shall be terminated to this steel structure. The lightning arrestor,
isolators, CTs, PTs and tariff metering panel within the TNEB metering area will be
supplied and installed by TNEB. The complete civil work required for the TNEB
tariff metering room is in the scope of this contractor.

19. It is the responsibility of the Contractor to obtain all statutory approvals from CEIG /
TNEB and other relevant authorities.

20. Miscellaneous items like Danger & other sign boards, rubber mats, sand buckets
along with sand, required amount of portable trolley mounted CO2 and DCP
extinguishers.

21. Cable & cable carrier system between all equipment – supplied by the Contractor
shall be included in the scope of supply.

1.2.2 Civil Works

The scope of work in this tender covers apart from the work as per the specification and
design & drawings, supply of all labour, technical personnel, materials and equipment
required for proper completion of the work. Temporary access to the site to be arranged by
P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

the contractor. It shall also include the other related works although they may not be
specifically mentioned in the subsequent clauses and all such incidental items not mentioned
of the job as a whole, all as desired and as directed by the owner. The Contractor shall give
all notices, pay all taxes, fees, duties etc., that are required for all work including temporary
works. Broadly the scope covers the following buildings, structures, facilities and works :

1.2.2.1 Buildings, Structures and Facilities

• Transformer yard
• 110 kV Switch yard
• Towers and other steel structures like lightning mast ,steel cage ladders
• Cable trenches including precast covers within the switchyard
• Switchyard Control Room and tariff metering room
1.2.2.2 Details of Work

• Topographical survey of the switch yard area.


• Soil investigation including Soil improvement techniques and determining the type of
foundation to be adopted for different structures in the switchyard area.
• Earthwork excavation and back filling.
• Transformer foundations including rail track, soak pit, sump pit, jacking pads, firewalls
etc.
• Tower and equipment foundations including piling or stone columns or any other suitable
foundations
• Fabrication and erection of towers and other steel structures like lightning mast, steel cage ladders,
Platforms gratings etc

• RCC and brick masonry works


• Glazed aluminum partitions and Glazed aluminum doors
• False ceiling and false floor .
• Suitable water proofing over control room and tariff metering room including roof
drainage
• Fabrication and erection of steel / Aluminium doors, and aluminium glazed windows
• Filling the oil pits with granite stones
• Roads in the switch yard area and drainage
• Fencing around switchyard area and fabrication and erection of main and wicket gates
• Crushed stone filling
• Switchyard control room and tariff metering room building will be plinth filling, floor
finishes, wall finishes, painting, water supply, drainage ,sanitary works etc,

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

• Any other civil item of work not specifically covered above but required for completion
and proper functioning of the substation shall be deemed to form part of scope.

1.2.3 Spare Parts Special Tools & Tackles

For Spare parts, special tools and tackles, refer Clause 44.0 of Part – I, Section – D – Special
Conditions of Contract of this Tender Enquiry Document.

1.2.4 Completion In Scope

The intention of this specification is to prescribe a complete work which the tenderer shall
under take in full compliance with the contract documents. Although every required item of
work may not be explicitly described in the specification, bidder shall take every care to
ensure to offer all the equipment and accessories to complete the installation except those
listed under exclusions below.

1.2.5 Exclusions

- Power transformers
- Fire alarm system in the switchyard control room
- Additional fire fighting system like sprinkler system for transformers, fire hydrant etc.
- 6.6 kV power cables from transformers to 6.6 kV switchboard.

1.2.6 Terminal Points

Following terminal points shall be applicable for the scope of work under this tender.

• EHV power shall be tapped off from TNEB Melur substation (by others). The contractor
shall supply and install the steel structure within the TNEB metering area and terminate
the twin moose conductor to this structure (Refer drawing : 10-6104-E-401 (C)).

• DC supply and ACDB shall have necessary feeders to cater the loads of the power
transformers and TNEB tariff metering area (supplied by others).

• The marshalling panel provided in the switchyard control room for interface to the main
control room shall have adequate terminals to take the control cables from the
transformers to the Main control room through it.

• All cabling between power transformer & switchyard control, relay panels shall be carried
out by this Contractor. However, cabling between the transformer and the main control
room RTCC panel shall be by others.

• Two (2) nos. LV auxiliary supply (415V, 50 Hz) will be provided by the Owner which
will serve as the incomer to Bidder supplied ACDB. Further distribution of AC power
supply for the use in the switchyard is in the scope of the vendor. The ACDB shall have
an auto changeover switch which shall changeover from one supply to the other in case of
under voltage in the first supply.

• Gantry for terminating conductor at transformer HV bushings (Transformer supplied by


purchaser) shall be supplied & installed by this Contractor.

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.3.0 Design Criteria

1.3.1 Current Ratings

1.3.1.1 The switchyard shall be designed for 1250 Amps, continuous current. The switchyard shall be
designed for a fault level of 40 kA for 3 secs.

1.3.2 Main and bay bus conductors

a) The main bus and bay cross over conductors shall be of ACSR conductors of suitable
size.

b) The conductor size of stranded conductors shall be based on the maximum load
current, suitability under short circuit conditions, corona / voltage gradient and effect
of solar radiation.

c) The temperature of the conductor when carrying full load current shall not exceed
85° C with a maximum ambient air temperature of 50° C.

d) Necessary calculations to establish the above shall be furnished during detailed


engineering.

1.3.3 Design parameters

The switchyard shall be designed considering the following design parameters.

a. Design voltage level

1. Nominal : 110 kV (rms)

2. Highest system voltage : 123 kV (rms)

3. Basic impulse levels : 550 kV peak

4. Power frequency withstand : 230 kV peak


voltage

b. Rated current : 1250A

c. Short time current and duration : 40 kA for 3 sec.

d. Dynamic rating : 100 KAp

e. Minimum clearances as per CBIP

1. Phase to phase : 1100mm


2. Phase to earth : 1100mm
3. Ground clearance : 4600mm

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

4. Section clearance : 4000mm


5. Minimum height of earthed : 2500mm
part of live equipment

f. Conductor : ACSR

g. Insulator string

1. Type : Anti fog type


2. Creepage distance : 3800 mm

h. Maximum design tension at 10°C for conductors

1. All bay buses in the : 1000 kg per conductor


switchyard

2. Interconnection conductors : Bidder to decide.


to plant 1000 kg on Plant structure (max)

3. Line entry : 2000 kg / sub conductor

i. Bus post insulator

1. Type : solid core

2. Ultimate cantilevers strength : 800 kg.

3. Creepage distance : 3800 mm

1.3.4 The lightning protection of switchyard shall be done by tower peaks & with shield wires
provided on switchyard structures and the adequacy of protection shall be checked.

1.3.5 The criteria for deciding phase to phase clearance in case of strung conductors shall take into
account that the conductor swing of one of the conductors (say R phase ) with maximum wind
velocity at maximum sag conditions.

1.3.6 The adequacy of the cantilever strength specified shall be checked considering the following :

a) (Sum of normal loads + wind loads or seismic load) x 2.5.


(or)
b) Sum of normal loads + wind loads or seismic load + short circuit force.

whichever is higher

1.3.7 The switchyard shall be designed for the seismic coefficient and wind pressures as applciable
for the site condition.

1.3.8 The switchyard panels shall have an outer paint shade of RAL-7032.

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.3.9 The switchyard equipment shall be suitable for tropical humid and dusty environment.
The design ambient temperature shall be 50° C. Equipment marshalling / terminal cabinets
shall be provided with canopy to prevent entry of rainwater into the cabinet.

2.0.0 TESTS

2.1.0 Shop Testing

All equipment and accessories shall be subjected to routine and acceptance tests as laid down
in relevant standards and else where in this specification.

2.2.0 Test Witness

Tests shall be performed in presence of Purchaser's representatives, if so desired by the


Purchaser. The Purchaser's representatives shall be given full access to all tests. The
contractor shall give at least 2 weeks advance notice. Prior to giving test notice, the contractor
should have taken full approval of drawings/Technical data etc. and have furnished the
particulars of proposed tests and procedures for conducting the tests and obtained Purchaser's
approval.

2.3.0 Type test certificates for all tests as required by relevant standards, carried out on identical
equipment shall be furnished by contractor immediately after placement of order.

2.4.0 If identical equipment as offered has not been type tested, the same shall be performed. There
shall be no extra cost/claim on this account at a later date for conducting the test.

2.5.0 Test report in six(6) copies shall be submitted for Purchaser's approval, prior to despatch. No
despatch shall be made unless written approval of the report is issued and clearance for
despatch is given.

3.0.0 DOCUMENTATION

3.1.0 Drawings For Approval

3.1.1 The contractor shall furnish drawings as indicated in technical specification for each item for
approval of the Purchaser / Consultant according to agreed time schedule.

3.1.2 Contractor shall furnish, if requested, additional drawings, calculations, information to the
Consultant/Purchaser to enable him to examine/study the drawings for approval.

3.1.3 If incomplete drawings/documents not meeting the Consultant's requirements are sent, the
responsibility for any delay in approval shall be that of contractor. The Detailed design shall
include, but not limited to .

• SLD
• Switchyard layout & section drawings

• Cable trench / tray layout in switchyard area & switchyard control room
• Cable tray arrangement outside switchyard
P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

• Design & GA drawings for steel structures.


• Sag tension calculation
• Short circuit force calculations
• Bus conductor sizing calculation
• Underground earth mat layout & design calculation
• Battery & battery charger sizing calculation
• Lighting layout drawing (indoor & outdoor) with calculations
• Power & control cable schedule
• Switchyard control room panel / equipment layout
• Interconnection drawings
• GA drawings of all equipment
• Relay setting calculation
• Scheme wiring and terminal details of all equipment
• CT / CVT burden check calculation
• Lightning protection layout with calculation
• CT knee point voltage calculations
• Furnishing of quantities of all electrical items involved in the scope of work.
• Generation of all data from soil investigation and topographical survey, Evaluation of
foundation parameters .preparation and submission of design basis with criteria and
information required for approval, for the completion of the switch yard and control
room work.
• Design and analysis of towers and their foundations, equipment supporting structures and
their foundations, transformer foundations, cable trenches, buildings etc ,submission of
design report with calculations for approval with all necessary documents, catalogues etc.
• Preparation and submission of all construction drawings (Layout, Architectural and
Structural) required for the complete execution of civil works, material selection and
material take off. SUFFICIENT DETAILING SHALL BE DONE IN ALL DRAWINGS
SO THAT NO DIFFICULTY IS FACED BY SITE ENGINEERS DURING
EXECUTION.
• Furnishing of quantities of all civil items involved like excavation, PCC, RCC,
formwork, reinforcement etc. based on approved drawings.
• Handing over of all the documents in editable format in the compact disc along with a set
of hard copies as per section C1.1

3.1.4 Where drawings are returned to the contractor with comments, the contractor shall re-submit
the revised drawings for approval.

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.1.6 If any subsequent alterations are found necessary and approved by the Consultant / Purchaser,
all drawings and data affected by such alterations shall be duly revised and re-submitted for
the approval as said above without any cost implication.

3.1.8 Contractor shall be responsible for correctly incorporating all the points conveyed to him and
re-submit the drawings to the Purchaser for final approval.

3.1.9 If the contractor is unable to incorporate some of the comments, such non-compliance shall be
clearly stated in a forwarding letter with reasons without delay. However, it shall be
Purchaser's / his Consultant's discretion to accept or reject the non-compliance.

3.1.10 Work shall be carried out exactly as indicated on the approved drawings and data and no
alterations shall be made without the written approval of the Consultant / Purchaser.

3.1.11 Approval of drawings by Purchaser / his Consultant shall not relieve the contractor of his
contractual obligations and responsibility for engineering, design, workmanship, materials
and performance of the equipment.

3.2.0 As Built Drawings

3.2.1 All the drawings/documents supplied by the contractor for Purchaser's comments / approval,
if required, shall be revised / modified, after Purchaser / Consultant's approval, to incorporate
all the modifications/changes necessitated at various stages of execution of contract viz.

- During inspection & testing at works and site

- During erection, commissioning of individual equipment

- During integrated commissioning of total system

- Due to changes in associated connecting equipment not supplied by the contractor


(based on the information furnished by the Purchaser / Consultant) Contractor shall
furnish as-built drawings required for normal operation, maintenance, testing of all
equipment in specified number of copies. All the approved drawings, manufacturer's
drawings, installation drawings are included in as-built drawing.

3.3.0 Documents and Test Reports

3.3.1 Contractor shall furnish any relevant calculations asked for. It shall also contain the
manufacturer's catalogues, operation and maintenance manuals etc.

3.3.2 Contractor shall furnish bound volumes of copies of factory routine and type test certificates
for all equipment.

3.3.3 After completion of site testing of all the equipment, contractor shall furnish the site test
results of all equipment. This shall also clearly indicate the rectifications carried out during
testing in case site test results vary very widely with factory test results. Commissioning
engineer's observations shall be clearly indicated against corresponding equipment, identified
by manufacturer's serial numbers.

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 11
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.3.4 Contractor shall furnish bound volume indicating list of spares supplied for each equipment.
The volume shall contain manufacturer's catalogue number of components with description. It
shall also indicate precautions to be taken for storing.

3.4.0 Operation, Instruction and Maintenance Manuals / Catalogues Instruction manual shall give
step by step procedure for

1. Erection, testing and commissioning


2. Operation
3. Maintenance and
4. Repair

3.4.1 Instruction manual shall also contain:

1. List of spare parts with ordering specification and manufacturer's catalogues

2. List of consumables with specifications, brand names and annual consumption


figures.

3. Drawings relevant for erection, operation, maintenance and repair of the equipment.

4. Procedure for ordering spares.

3.4.2 Contractor shall submit the following drawings / data / documents in specified number of
copies and reproducible prior to handing over the installation to the Purchaser.

• All drawings approved by Consultant / Purchaser.


• Equipment manufacturing drawings submitted for information to Consultant /
Purchaser.
• Equipment drawings required for operation and maintenance .
• Inspection reports, factory and site test certificates in bounded volume
• As built drawings incorporating all site modifications.
• Instruction manuals and catalogues
• List of spares

3.5.0 Number of Copies

The contractor shall submit drawings, documents AS BUILT drawings, instruction manuals
etc. as per Clause 45.0 of Part – I, Section – D, Special Conditions of Contract.

Drawing / documents to be submitted for approval shall include.

1. General arrangement & layout drawing


2. Complete technical particulars
3. Foundation plan, loading & fixing details
4. Structural loading diagram.
5. Design & GA drawings for steel structures.
P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 12
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

6. Cable trench sectional details.


7. Type test certificates of all equipment
8. Technical leaflet
9. SLD showing instrument transformer, control switches, protection etc.
10. Sizing calculation for various equipment
11. Erection key diagram
12. Equipment control schematics
13. Bill of material
14. Wiring diagrams & terminal list for all equipment
15. Detailed erection & commissioning procedures
16. O&M manual
17. Routine test, type test, special test certificate
18. Quality assurance plan (QAP) indicating customers hold point.

Drawings & document listed are minimum requirement only. All other necessary write-up,
control schemes shall be submitted.

Bidder may note that nothing in this specification shall be construed to relieve their
responsibility for design, manufacture, testing & performance of switchyard equipment.

4.0.0 LOCAL CONDITION

It will be imperative for Bidders to fully inform himself of all local conditions & factors
which may have any effect on the execution of the works covered under this document and
specification. Purchaser will not entertain any request for clarifications from the Bidders,
regarding such local conditions.

The Contractor shall obtain and pay for all permits, licences, and statutory approvals from
local authorities for completion of work. Original copies of these approvals shall be delivered
to the purchaser or his authorised representative and will become property of the purchaser.

It must be understood and agreed that such factors have properly been understood and
considered while submitting the bid. No claim whatsoever will be entertained by the
Purchaser neither any change in the time schedule of the Contract nor any financial
adjustments arising thereof shall be permitted by the Purchaser.

P2Sec A-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : A : 13
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION B

Technical Specification Electrical Works

P2Sec B-content Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : I
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION - B

TECHNICAL SPECIFICATION FOR ELECTRICAL WORKS

SECTION B1 TECHNICAL SPECIFICATION

SECTION B2 LIST OF DRAWINGS

SECTION B3 TECHNICAL SCHEDULE

SECTION B4 APPROVED VENDOR

P2Sec B-content Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B : II
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION B1

Technical Specification

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

SECTION – B1.1 EHV CIRCUIT BREAKERS ........................................................................................... 4


1.0.0 EQUIPMENT TO BE SUPPLIED ................................................................................................... 4
2.0.0 TESTS .......................................................................................................................................... 7
3.0.0 DRAWING, DATA AND MANUALS ........................................................................................... 7
SECTION – B1.2 EHV ISOLATORS ........................................................................................................... 8
1.0.0 EQUIPMENT TO BE SUPPLIED ................................................................................................... 8
2.0.0 TESTS ........................................................................................................................................ 10
3.0.0 DRAWINGS, DATA & MANUALS............................................................................................. 11
SECTION – B1.3 EHV CURRENT TRANSFORMERS............................................................................ 12
1.0.0 EQUIPMENT TO BE SUPPLIED ................................................................................................. 12
2.0.0 TESTS ........................................................................................................................................ 13
3.0.0 DRAWING, DATA AND MANUALS ......................................................................................... 14
SECTION – B1.4 EHV VOLTAGE TRANSFORMERS............................................................................ 15
1.0.0 EQUIPMENT TO BE SUPPLIED ................................................................................................. 15
2.0.0 TESTS ........................................................................................................................................ 16
3.0.0 DRAWING, DATA AND MANUALS ......................................................................................... 17
SECTION – B1.5 LIGHTNING ARRESTOR............................................................................................. 18
1.0.0 EQUIPMENT TO BE SUPPLIED ................................................................................................. 18
2.0.0 TESTS ........................................................................................................................................ 20
3.0.0 DRAWING, DATA & MANUALS ............................................................................................... 20
SECTION – B1.6 EHV SWITCHYARD CONTROL, RELAY PANELS ................................................. 21
1.0.0 EQUIPMENT TO BE FURNISHED ............................................................................................. 21
ANNEX - I SPECIFIC REQUIREMENTS FOR CONTROL & RELAY PANELS........................ 24
ANNEX –II SCADA I/O LIST ........................................................................................................... 26
SECTION – B1.7 MISCELLANEOUS ITEMS .......................................................................................... 29
1.0.0 EQUIPMENT TO BE SUPPLIED ................................................................................................. 29
2.0.0 CODES & STANDARDS .............................................................................................................. 29
3.0.0 SPECIFIC REQUIREMENTS ....................................................................................................... 29
SECTION – B1.8 POWER, CONTROL & INSTRUMENTATION CABLES .......................................... 33
1.0.0 INTENT ........................................................................................................................................ 33
2.0.0 CODES & STANDARDS .............................................................................................................. 33
3.0.0 TECHNICAL REQUIREMENTS.................................................................................................. 33
4.0.0 CABLE DRUM .............................................................................................................................. 34
5.0.0 TESTING........................................................................................................................................ 34
6.0.0 SPECIAL MAINTENANCE TOOLS & TACKLES ..................................................................... 36

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

7.0.0 DRAWING, DATA & MANUALS ............................................................................................... 36


ANNEX - I SPECIFIED DATA SHEET ........................................................................................... 37
SECTION – B1.9 ILLUMINATION SYSTEM .......................................................................................... 39
1.0.0 SCOPE OF THIS TENDER ........................................................................................................... 39
2.0.0 GENERAL REQUIREMENTS...................................................................................................... 39
3.0.0 DESIGN CRITERIA ...................................................................................................................... 39
4.0.0 SPECIFIC REQUIREMENTS ....................................................................................................... 39
4.5.0 LIGHTING PANELS (LPS) .......................................................................................................... 40
5.0.0 TESTS ........................................................................................................................................ 40
6.0.0 DRAWING, DATA & MANUALS ............................................................................................... 40
SECTION – B1.10 GENERAL ELECTRICAL ITEMS ............................................................................... 41
1.0.0 SCOPE OF SUPPLY...................................................................................................................... 41
2.0.0 STANDARDS ................................................................................................................................ 41
3.0.0 SPECIFIC REQUIREMENTS ....................................................................................................... 41
SECTION – B1.11 EARTHING & LIGHTNING PROTECTION ............................................................... 42
1.0.0 SCOPE OF SUPPLY...................................................................................................................... 42
2.0.0 CODES & STANDARDS .............................................................................................................. 42
3.0.0 DESIGN CRITERIA .......................................................................................................................... 42
SECTION – B1.12 TARIFF METERING PANELS ..................................................................................... 44
1.0.0 EQUIPMENT TO BE SUPPLIED ..................................................................................................... 44
2.0.0 TECHNICAL REQUIREMENT ........................................................................................................ 44
3.0.0 TESTS ........................................................................................................................................ 45
4.0.0 AFTER AWARD OF CONTRACT FOR APPROVAL .................................................................... 45
SECTION – B1.13 BATTERY AND BATTERY CHARGER..................................................................... 46
1.0.0 INTENT OF SPECIFICATION ......................................................................................................... 46
2.0.0 TECHNICAL REQUIREMENTS.................................................................................................. 46
SECTION – B1.14 ERECTION, TESTING AND COMMISSIONING....................................................... 51
1.0.0 GENERAL...................................................................................................................................... 51
2.0.0 PRE-COMMISSIONING AND COMMISSIONING CHECKS ................................................... 54

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.1
EHV CIRCUIT BREAKERS

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 110 kV 1250 Amp, 40 kA for 3 sec, SF6 puffer type circuit breaker shall be provided.

1.2.0 Specific requirement

a) Tie beams between foundations of breakers of different phases are recommended,


since additional load in the form of vibration may be transferred to the foundations
during closing / opening operation.

b) Design of circuit breaker shall be such that contacts shall not close automatically
upon loss of gas/air pressure.

c) SF6 breakers shall be provided with temperature compensated SF6 density switch
with separate trip, alarm and blocking contacts.

d) D.C circuits for two trip coils shall be separate and each of them shall be monitored.

e) Manually operated energy tripping push button or any other device conveniently
located for mechanical tripping of all the three phases simultaneously shall be
provided.

f) SF6 topping up kit along with SF6 bottles having at least 10% capacity of the Total
SF6 gas in 5 nos. SF6 breakers.

1.3.0 Technical Requirements

The circuit breakers shall comply with requirements in the following table :

------------------------------------------------------------------------------------------------------------------------
Sl.No Description Requirements
------------------------------------------------------------------------------------------------------------------------

1. Quantity 5 nos. (As per SLD)

2. Type SF6 outdoor

3. Execution of poles 3 nos. single pole, gang operated with trip


free mechanism.

4. Nominal / highest system voltage 110 kV / 123 kV

5. Rated current 1250 Amps

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl.No Description Requirements
------------------------------------------------------------------------------------------------------------------------

6. Short circuit breaking current 40 kA for 3 sec.


& duration

7. Making current 100 kAp

8. Operating duty O - 0.3 sec – CO - 3 min - CO

9. First pole clear factor 1.3

10. Impulse with stand voltage 550 KVp

11. One minute power frequency 230 kV (rms)


withstand voltage

12. Line charging current breaking As per IEC-56

13. Cable charging current breaking As per IEC-56

14. Small inductive current breaking To switch the associated transformers


magnetising currents.

15. Over voltage factor while switching Not more than 2.3 p.u.
off above current

16. Type of operating mechanism Stand alone pneumatic mechanism

17. Operating mechanism to be suitable 3 phase 415 / 1 phase 240V operation

18. Control voltage 110V DC, +10%, -15%

19. No. of trip coils per pole 2 nos.

20. No.of aux. contacts 10 NO+10NC (min)

21. Environment at the location of Heavily polluted


installation saline and dusty

22. Reference ambient temperature 50°C

23. SF6 gas filling plant Required no. of gas cylinder to be provided

24. Gas evacuation & filling unit required

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl.No Description Requirements
------------------------------------------------------------------------------------------------------------------------

25. Gas reprocessing &filling unit not required

26. Cantilever strength 800 Kg

27. Creepage distance

a) for support insulator 3800 mm

b) for interrupt insulator 3800 mm

28. Total break time (max) 60 m.sec

29. Total make time(max) 100.m.sec

30. Control cubicle Outdoor, weather &


vermin proof, sheet steel (3mm thick)clad
with hinged type front door with locking
device, housing operating mechanism, other
controls / selection such as local-remote
selector switch, close-normal-trip control
switch, thermostat controlled space heater
with ON-OFF switch, all aux. contacts wired
up to terminal block with 20% spare
terminals shall be provided.

31 Support structures Hot dip galvanised supporting steel


structures specifically designed for breaker
mounting shall be supplied.

32. Earthing pads Each equipment shall be provided with


2 Nos. grounding pad with 2 Nos M10 bolts.

33. Applicable Standards

33.1 Circuit breakers IEC-56


33.2 Insulators IS:2544
33.3 Large hollow porcelain IS:5621
33.4 Clamps and connectors IS:617
33.5 Hop dip galvanising IS:2629 & IS:2633

33.6 Spec. and acceptance sulphur IEC:376


hexafluride (SF6)

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.0.0 TESTS

2.1.0 Shop testing.

2.1.1 Each circuit breaker and accessories shall be subjected to routine tests as laid down in
relevant standard.

2.1.2 Each circuit breaker along with base frame and operating mechanism shall be completely
assembled and checked at manufacturer's works for correct alignment and operation before
despatch.

3.0.0 DRAWING, DATA AND MANUALS

3.1.0 Along with the Bid

3.1.1 Following drawings, data and details shall be furnished with the bid:

a. General arrangement drawings of circuit breaker showing constructional feature and


also disposition of various fittings.
b. Completely filled in sheets of Technical schedules.
c. Technical leaflets on EHV circuit breakers offered explaining the function of various
parts, principle of operation and special features.
d. Type test report and typical routine test report of identical circuit breakers as offered
in bid.
e. A list of manufacturing and supply record of identical circuit breaker as offered.

3.2.0 After award of contract

The contractor shall submit four (4) copies of the following drawings / data for Purchaser's
approval :

a. General arrangement drawing.

b. Transport dimension with weight

c. The foundation and anchor bolt details for all equipment including dead load and
impact load with direction.

d. Drawing and data sheets for each piece of equipment.

e. Complete control schematics and electrical inter-connecting diagrams.

f. Assembly drawing for erection at site with part numbers and schedule of materials.

g. Maintenance manual for individual equipment

i. Any other relevant data, drawings and information necessary for review of the
equipment and also erection, operation and maintenance.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.2
EHV ISOLATORS

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 110 kV, 1250 A, 40 kA for 1 sec. double break, horizontal upright mounted AC motor driven
isolators and earth switches as shown in the main one line diagram.

1.2.0 Specific requirements

1.2.1 The isolators shall comply with the requirements specified here in under.

1.2.2 Isolators shall be of the double break type suitable for horizontal upright type of mounting.

1.2.3 Main blades of the isolators shall be 415v, 3ph AC., motor operated. However, it shall also be
possible to operate them manually in the event of failure of power supply / on outage of the
driver motor. The earth blades shall be manually operated type. Tripping of drive, loss of AC
drive supply and DC control supply shall be detected for giving alarm.

1.2.4 Isolators shall be electrically interlocked with the circuit breakers in accordance with the
switchyard safety interlocking scheme. Necessary special accessories such as castell keys and
/ or solenoid interlocking required on the isolator side for satisfactory operation of scheme
shall be included. For earthswitch manual operation, Provision for connecting external
interlocks in the solenoid circuit shall also be provided.

1.2.5 The design of the auxiliary switches for the isolators shall be such that signalling of the closed
position shall not take place unless the contact system has reached such a position that the
rated current and the rated short time current can be carried safely: signalling of the open
position shall not take place unless the contact system has reached a position of atleast 80% of
the clearance distance of the isolating distance.

1.2.6 For Bus selection isolators, required number of ‘early make’ and ‘Late break’ auxiliary
contacts shall be provided for busbar protection CT switching.

1.2.7 The EHV isolators shall be gang operated.

1.3.0 Technical Requirements

The isolators shall comply with the requirements indicated below.

1.0 Rating

1.1 Application Outdoor

1.2 Quantity As per SLD

1.3 Nominal / highest system voltage 110 kV / 145 kV

1.4 Frequency 50Hz

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.5 No. of phases 3

1.6 Rated current for site conditions 1250 A

1.7 Short time current

a) Rating and duration 40 kA for 3 secs.

1.8 Rated peak short circuit 100 kAp


circuit current (peak)

2.0 Design Requirements

2.1 Ambient temperature 50°C

2.2 Insulation level 550 kV (peak)

2.3 Type Double break

2.4 Type of mounting Horizontal upright.

Pad locking arrangement To be provided in both open & close


position
2.5 Operating device

a) For isolator Motor driven / manual

b) For earth switch Manual

2.6 Type & material of contacts for isolators Silver plated copper
& earth switches

3.0 Insulator Data

3.1 Rated voltage 110 kV

3.2 Creepage distance 3800 mm

Type Solid core

3.3 Minimum cantilever strength 800 Kg

3.4 One minute p.f. withstand voltage 230 kV rms

3.5 Impulse withstand voltage 550 kVp

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

4.0 Miscellaneous

4.1 Aux. supply

a) Electrical 110 V DC (+10%, - 15%) for control and


interlock ; 3 Ph, 415V / 1 Ph 230V AC for
motor drive

4.2 a) Interlock with circuit breaker Necessary, to be provided

b) Minimum no. of NO&NC aux. contacts 8NO+8NC for isolators (Necessary no. of
‘Early make & ‘Late break’ auxiliary
contacts for bus selection isolators to be
provided)

4NO+4NC for earth switch

4.3 Mechanism box

Operating mechanism box with all accessories such as local – remote selector switch, open-
close push button, open- close indicators, reversible starter with O/L relay, single phasing
preventer, motor, fuses, aux. contactors etc. shall be housed in a weather- proof box made of
sheet steel (thickness not less than 2 mm), thermostat controlled space heater with ON / OFF
switch shall be provided.

4.4 Supporting structures Hot dip galvanised lattice type

4.5 Earth pads Each equipment shall be provided with 2nos.


grounding pads with 2nos M10 bolts.

4.6 Applicable Standards

a) Insulators IS : 2544
b) Isolators IS : 9921 / IEC : 1128

2.0.0 TESTS

2.1.0 Shop testing

2.1.1 Each isolators and accessories shall be subjected to routine and acceptance tests as laid down
in relevant standard.

2.1.2 Each isolators along with its base frame and operating mechanism shall be completely
assembled and checked at manufacturer’s works for correct alignment and operation before
despatch.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.0.0 DRAWINGS, DATA & MANUALS

3.1.0 Drawings, Data & Manuals

3.1.1 The following drawings and data shall be furnished with the bid.

3.1.2 General arrangement drawings of various types of isolators showing constructional feature
and disposition of various components and space requirement, phase to phase and phase to
earth / earth structure clearance during operation/travel of the moving contact.

3.1.3 Completely filled up Technical schedules

3.1.4 Technical literature of the switch.

3.1.5 Type test report of identical switch.

3.1.6 List of supplies and operation record of identical switch.

3.1.7 After award of contract, the drawings shall be submitted for approval and record in requisite
numbers. The various drawings & data to be furnished shall include:-

3.1.8 Drawing mentioned in clause 3.1.2

3.1.9 Foundation and anchor bolt details for all the equipment including dead load and impact load
with direction.

3.1.10 Transport dimensions with weight.

3.1.11 Assembly drawing for erection at site with part numbers and schedule of materials.

3.1.12 Control schematic for the disconnecting switch & earth switch.

3.1.13 Any relevant data, drawing and information necessary for review / understanding, though
approval of the drawings might not have been specifically mentioned.

3.1.14 Any other relevant drawings and data necessary for erection, operation and maintenance.

3.1.15 Instruction manual & data sheets.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 11
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.3
EHV CURRENT TRANSFORMERS

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 Design manufacture, shop testing, packing transporting and delivery at site of 110 kV oil
filled hermetically sealed single phase current transformers of current ratios specified below.

1.2.0 The rated burden for the metering and 5P20 cores is indicated in the SLD. The same shall be
verified considering all the loads, relays connected, future addition & lead burden. Accuracy
class shall be as per SLD.

1.3.0 The knee point voltage for PS class cores shall be decided considering all the loads / relays
connected, including future addition & lead burden as recommended by relay manufacturer.

1.4.0 Technical Requirements

The current transformers shall comply with requirements mentioned below.

1. Quantity : As per SLD

2. Type : Outdoor, oil filled hermetically sealed Live


tank.

3. Nominal system voltage & : 110 kV, 50Hz


frequency

4. Highest system voltage : 123 kV

5. No. of cores : As per SLD

6. Ratio : As per SLD

7. Short time thermal rating : 40 kA for 3 secs.

8. Dynamic rating : 100 kA

9. Class of insulation : Oil immersed class A

10. Maximum temp. rise of winding : 40° C


above ambient of 50° C

11. Cantilever strength : 800 kg


of CT at the terminal

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 12
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

12. 1.2/50 mic. sec impulse : 550 kVp


voltage

13. 1minute power frequency : 230 kV rms


withstand voltage

14. creepage distance : 3800 mm

15. Oil level gauge, filling &


drain plugs : To be provided

16. Secondary terminal box : Weather-proof, sheet steel clad (3mm thick)
with shorting type terminals (Tariff
metering core shall be brought to a lockable
separate terminal box).

a) for individual CT core : Separate terminal box for individual CT core


for tariff metering
b) common for all CT
secondaries : To be provided.(except for tariff metering)

17. Grounding pads : 2nos to be provided with M10 bolts

18. Applicable standards :

18.1. Current transformers : IS:2705

18.2. Bushings : IS:2099

18.3. Large hollow porcelains : IS:5621

18.4. Insulator : IS:2544

18.5. Insulating oil : IS:335

18.6. Hot dip galvanising : IS:2633& IS:2629

2.0.0 TESTS

2.1.0 Shop Testing

2.1.1 Each current transformer and accessories shall be subjected to routine & acceptance tests as
laid down in relevant standard :

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 13
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.0.0 DRAWING, DATA AND MANUALS

3.1.0 Along with the bid

3.1.1 General arrangement drawings of each piece of equipment showing constructional features
and disposition of various components and accessories. The drawing shall also indicate the
space requirement, phase and phase to ground / grounded structure clearances.

3.1.2 Guaranteed technical particulars of the equipment being offered.

3.1.3 Type test reports of identical equipment.

3.1.4 List of supplies and operation record of identical equipment as offered.

3.2.0 After award of contract :-

3.2.1 All the drawings listed above and guaranteed technical particulars.

3.2.2 Complete magnetisation curves of the CTs showing the knee point voltage.

3.2.3 Transport dimensions with weight.

3.2.4 Foundation and anchor bolt details for all the equipment including dead load & impact load
with direction.

3.2.5 Assembly drawing for erection at site with part numbers and schedule of materials.

3.2.6 Instruction manuals.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 14
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.4
EHV VOLTAGE TRANSFORMERS

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 110 kV class capacitive voltage transformers shall be provided for the EHV line bays and
Electro-magnetic voltage transformer shall be provided for EHV buses as shown in main one
line diagram.

1.2.0 Specific requirements

a) Means shall be provided in each secondary output leads of each EMVT to protect the
VT secondary branch circuit from the abnormal voltage surges that may occur on the
primary side. The secondary shall also include suitable number of links for each
secondary as per the requirement of fuse failure detection relays.

b) The burden of the EMVTs shall be adequate for the loads connected and shall also
consider future bay in the case of bus VTs.

1.3.0 Technical Requirements:

The Capacitor voltage transformers / Electro-magnetic shall comply with the requirements
indicated below :

1. Quantity : As per SLD

2. Application : Outdoor

3. Normal/Highest system voltage : 110/123kV

4. Power frequency : 50 Hz

5. System neutral earthing type : Effectively earthed

6. Coefficient of earthing : < 0.8

7. Rated primary voltage : 110000 / √3

8. Rated secondary voltage : 110/√3

9. No. of secondary windings : As per SLD

10. Application : Metering / protection

11. Rated burden : As per SLD

12. Rated power factor : As per SLD

13. Accuracy class : As per SLD

14. Rated voltage factor : 1.2continuous & 1.5 for 30 secs.


P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 15
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

15. Class of winding insulation : Oil immersed class-A

16. Max. winding temp. at rated : As per table -II of IEC- 186
burden considering design ambient of 50° C

17. Creepage distance : 3800 mm

18. Rated capacitance : By BIDDER

19. High frequency range : 50-200 Hz

20. 1.2/50 micro sec. impulse : 550 KVp


voltage

21. One minute power frequency : 230 kV rms


withstand voltage

22. Secondary terminal box : Weather proof box, sheet steel clad (Min. 2mm
thick) complete with fuse/ MCB, terminals &
wiring for neutral shorting and earthing shall be
provided.

23. Grounding pads : 2 nos shall be provided with M10 bolts.

24. Applicable standards

1. Voltage transformers : IS :3156

2. Coupling capacitors & capacitor : IS:9348,IEC:358

3. Capacitor voltage Transformer : IS:3156 part IV, IEC:186

4. Bushings : IS: 2099

5. Large hollow porcelains : IS:5621 : IS: 2544

6. Insulators : IS:2544

7. Hot dip galvanising : IS:2629 & IS:2633

2.0.0 TESTS

2.1.0 Shop Testing

2.1.1 Each VT and accessories shall be subjected to routine and acceptance tests as laid down in
relevant standard.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 16
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.0.0 DRAWING, DATA AND MANUALS

3.1.0 Along With the Bid

3.1.1 General arrangement drawings of each piece of equipment showing constructional features
and disposition of various components and accessories. The drawing shall also indicate the
space requirement, phase to phase and phase to earth / earth structure clearances.

3.1.2 Guaranteed technical particulars of the equipment being offered.

3.1.3 Type test reports of identical equipment.

3.1.4 List of supplies and operation record of identical equipment as offered.

3.2.0 After Award of Contract

3.2.1 All the drawings listed above and guaranteed technical particulars.

3.2.2 Transport dimensions with weight.

3.2.3 Foundation and anchor bolt details for all the equipment including dead load & impact load
with direction.

3.2.4 Assembly drawing for erection at site with part numbers and schedule of materials.

3.2.5 Instruction manuals.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 17
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.5
LIGHTNING ARRESTOR

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 96 kV 10kA nominal discharge current, discharge class-3, metal oxide gapless lightning
arresters shall be provided as per the enclosed SLD.

1.2.0 Specific Requirements

a) Arrester shall be suitable for installation in effectively earthed system.

b) Surge monitor shall be provided for each arrester and the same shall be mounted at
eye level height to facilitate easy reading of the counter mechanism and leakage
current detectors.

c) The arrester shall be mounted on an insulating base.

d) Insulated copper conductor of adequate size and length shall be used for connecting
discharge counter terminal and lightning arrester earth terminal. Insulation level of
the same shall not be less than 5kV.

e) Suitably sized bypass copper shunts shall be provided for bypassing the discharge
counter for removal/maintenance of the counter.

1.3.0 Technical Requirements

The lightning arrester shall comply with the particulars indicated hereunder.

1.0 General

1.1 Quantity : As per SLD

1.2 Installation : Outdoor

1.3 System voltage

a) Nominal : 110 kV
b) Highest : 123 kV

1.4 Type of earthing : Effectively earthed

1.5 Type of arrester : Gapless

1.6 Ratings

i) Rated arrester voltage / : 96 kV


continuous operating
voltage
ii) Rated frequency : 50 Hz

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 18
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

iii) Nominal discharge : 10 kA


current of 8/20 micro
second wave shape

1. 7 Performance Data

Impulse current with stand :

a) Low current long


duration discharge : Class-3

b) High current short


duration test : 65 kA
value (4/10 mic.s.wave)

c) Low current long : Class-3


duration test value

d) Virtual duration of : 200 micro. sec


rectangular wave

e) Line discharge class : Class-3


(as per IEC TC 37
WG-4 1985)

1.8 Arrester Housing :

Withstand test Voltages :

a) One minute power : 230 kV rms


frequency dry & wet

b) 1.2/50 micro second : 550 kVp


impulse

1.9 Creepage distance : 3800 mm

1.4.0 Additional Requirements

1.4.1 Minimum cantilever strength


of arrester assembly : 800 Kg

1.4.2 Pressure relief class


(as per IEC 99) : 40 kA

1.4.3 Minimum prospective


symmetrical fault current
(as per IEC 99) : 40 kA
1.4.4 Accessories required

a) Discharge counter : Yes


b) Grading rings : Yes

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 19
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

c) Leakage current detector : Yes

d) Insulating base : Yes

1.5.0 Applicable Standards

1.5.1 Lightning arrestor for alternating : IS : 3070, IEC-99


current systems

1.5.2 Insulators : IS : 2544

1.5.3 Large hollow porcelain insulators : IS : 5621

2.0.0 TESTS

2.1.0 Shop Testing

2.1.1 Each lightning arrestor and accessories shall be subjected to routine and acceptance tests as
laid down in relevant standard.

3.0.0 DRAWING, DATA & MANUALS

3.1.0 Along with the bid

3.1.1 General arrangement drawings of each piece of equipment showing constructional features
and disposition of various components and accessories. The drawing shall indicate also the
space requirement, phase to phase and phase to earth/earth structure clearances.

3.1.2 Discharge characteristic of lightning arrestors.

3.1.3 Guaranteed technical particulars of the equipment being offered.

3.1.4 Type test reports of identical equipment.

3.1.5 List of supplies and operation record of identical equipment as offered.

3.2.0 After award of contract

3.2.1 All the drawings listed above and guaranteed technical particulars.

3.2.2 Transport dimension with weight.

3.2.3 Foundation and anchor bolt details for all the equipment including dead load & impact load
with direction.

3.2.4 Assembly drawing for erection at site with part numbers and schedule of materials.

3.2.5 Instruction manuals.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 20
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.6
EHV SWITCHYARD CONTROL, RELAY PANELS

1.0.0 EQUIPMENT TO BE FURNISHED

a. EHV control panel.


b. EHV relay panel as per specification referred to herein under.
c. Tariff metering panel
d. Synchronising panel

1.1.0 Control Panels

1.1.1 Control panel housing various controls, metering, indication, annunciation, synchronising,
mimic diagram etc. shall be supplied. The control panel shall be located in the switchyard
control room.

1.1.2 The switchyard control and interlocking shall be a hard wired system.

1.1.3 Supplier shall furnish the block interlock diagrams for the switchyard for approval. The
scheme as approved by Purchaser shall be provided. All auxiliary relays, timers, switches,
hardware, etc. required for the scheme are deemed to be included by the Supplier.

1.1.4 Control and indication shall be provided for each of the breaker and isolator. Discrepancy
type control switch shall be used for the control. Each bay shall have a common local /
remote selector switch. It shall be possible to control the switchyard from main control room
DCS system (by others) when remote is selected.

1.1.5 The abnormal conditions of each circuit breaker, alarm & trip condition of each protective
relay DC supply failures, abnormal condition of each isolator like drive overload, AC & DC
supply failure for a group of two isolators shall be annunciated.

1.1.6 For all bays, mimic with discrepancy type control switches for breakers and isolators,
semaphores for earth switches, meters & annunciation shall be provided.

1.1.7 In the event of shortage of contacts in circuit breakers, isolators, earth switch, contact
multiplying relays shall be used. The same shall be two coil, latching, electrically reset type.

1.1.8 Specific requirements

The specific requirements for the control panels components shall be as per Annex - I.

1.1.9 Schedule of Equipment - EHV Control Panel

The equipment shown in SLD shall be provided as a minimum. Other standard equipment and
wiring as required shall also be provided.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 21
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.2.0 EHV Switchyard relay panels

1.2.1 Equipment to be furnished

All the protective relays, auxiliary relays, timers, interposing CT, PT etc. as required for the
functioning of the scheme shall be provided in simplex type of relay panels. Main equipment
protection shall be with numerical relays.

1.2.2 The protections envisaged for shall be as shown in EHV single line diagram drawing No.
10-6104-E-202.

1.2.3 The functional requirements and characteristics of the relays shall be so selected to suit the
requirement. Any additional protection considered necessary by the Supplier shall also be
provided.

1.2.4 All hard ware, auxiliary relays, timers etc. required for tripping/interlocking scheme shall be
provided by the Supplier.

1.2.5 DC circuit for Main-1 & Main-2 protections shall be separate and each of them shall be
monitored.

1.2.6 Separate master trip relays shall be provided for Main-1 & Main-2 protections. Supervision
relays for the same shall also be provided for Alarm / SCADA system.

1.2.7 The line protection shown in the single line diagram is preliminary. It is the responsibility of
the Contractor to liase with the SEB authorities and finalise the requirement of the 110 kV
line protection.

1.3.0 Certain specific requirements / notes on control and relay panel are detailed in Annex - I at
the end of this section. Necessary equipment and wiring shall be provided by the Supplier.

1.4.0 Additional Requirements

1.4.1 The following shall be provided in the SCADA for monitoring :

a) Alarm points from protection relays, (individual alarm points for each protection
operation shall be provided) lockout relays, supervision relays & auxiliary relays.

b) Status points of switchyard equipments (CB, Isolators & Earth switches), Selector
switches (Local / Remote, Busbar protection – In / Out, Synchronisation – In / out
etc.)

c) Analog Points :

Necessary number of transducers shall be provided in the switchyard control panel for Analog
outputs to SCADA system (Voltage, Current, kW, kVAR for lines ; current kW, kVAR,
kWH, kVARH and voltage & frequency for main buses).

1.4.2 Adequate spare contacts shall be provided for the trip relays and auxiliary relays and the same
shall be wired to the terminal block. All spare contacts of the protective relays shall also be
wired to the terminal block.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 22
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

CONTROL PHILOSOPHY

Conventional hard-wired control panels with necessary controls, meters, annunciators, mimic
etc. shall be provided for each bay in the switchyard control room. Control of the entire
switchyard shall be carried out from these control panels. All necessary status signals, alarms,
measurements, mimic shall be made available in the SCADA for monitoring / control of the
110 kV switchyard when remote is selected in the switchyard control panel. All necessary
transducers and contacts, auxiliary relays required for this purpose shall be provided by this
Contractor.

1.5.0 Data to be furnished with the bid

i) Descriptive literature/pamphlets on each relay, auxiliary relay, Meters, Transducers,


ICTs, IVTs, etc.

ii) Main one line diagram, diagram showing VTs, CTs connected meters, relays, with
parameters of equipment.

iii) Typical calculation for CT/VT parameter selection.

iv) Detailed write-up on protection system offered.

v) Detailed block logic diagram for interlocking / control of switchyard equipment.

1.6.0 After Award of Contract, for Approval

i. Design calculation for CT/PT sizing.

ii. Main one line diagram showing CT,PT,& other equipment.

iii. General arrangement drawing for Control, Relay, Metering & RTCC panels showing
dimensional details, panel fixing arrangements etc.

iv. Control schematics for the complete switchyard

v. Relay setting calculations

vi. Terminal plan & interconnection details.

vii. Cable schedule.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 23
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

ANNEX - I
SPECIFIC REQUIREMENTS FOR CONTROL & RELAY PANELS

a) The Control & Relay panels shall be of simplex type, floor mounted, free standing. The
panels shall have a degree of protection not less than IP-42 and shall be fabricated with sheet
steel thickness 2.5 mm for equipment bearing surface and 2 mm for sides, rear and bottom
portions. The panels shall be provided with anti-vibration pads.

b) The pre-treatment of the sheet steel shall involve degreasing, rust/scale removal, phosphating
and oven drying. The phosphate coating shall be sealed by the application of two coats of
ready mixed, stoving type zinc chromate primer followed by two coats of synthetic enamel
paint. The final finished thickness of paint film on steel shall be about 100 microns.

c) All the equipment on the front of panel shall be flush mounted.

d) The centre line of switches, push buttons and indicating lamps shall be not less than 750mm
from bottom of the panel. Centre lines of relays, meters and recorders shall not be less than
450mm from the bottom of the panel. Control switches/push buttons/selector switches and
relay resetting knobs shall be located at a height not less than 1.2m from the bottom of the
panel.

e) No auxiliary relay shall be mounted on front of the control panel. They shall be mounted
either internally or in the respective relay panel.

f) Mimic diagrams of size not less than 8mm in width shall be provided on the control panel.
The colour of the mimic shall be as per relevant standards.

g) The annunciators of visual and audible type shall be provided on the control panel . The
annunciation systems shall be suitable to accept fleeting faults of 15 m. sec duration.

h) All the wiring shall be carried out with 650V grade, stranded copper conductor wires with
PVC insulation. For CT/PT circuits the wires size shall be 2.5sq.mm/lead and other circuits it
shall be 1.5sq.mm/lead. All wiring meant for power supply to transducers, recorders shall be
suitably fused or designed to limit short circuit current. Means for detection of blown or open
circuited fuses shall be provided.

i) Terminal blocks shall be 650V grade,10amps rated, stud type terminals with terminal
marking. The insulation between any two terminals and terminal to frame work shall
withstand 2kV rms for one minute. Terminal blocks for CT&VT secondary leads shall be
disconnecting / stud type. CT secondary leads shall also be provided with short circuiting and
earthing facility. A clearance of 250mm shall be maintained between terminal blocks and
gland plate and 150mm between two rows of terminal blocks. At least 20% spare terminals
shall be provided.

j) The tariff meters (export & import) in each line feeder shall be 0.2 accuracy and of digital
type acceptable to SEB. The KWhr & trivector meters shall be provided with suitable pulse
transmitting contacts for interfacing the same with power management system at a later date.
The tariff meters shall be mounted in separate panels.

k) All indicating lamps shall be provided with suitably rated series resistors and shall be LED
type.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 24
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

l) All the push buttons shall be of momentary contact type, the colour of PBs for various
function will be decided later. Push buttons shall be suitably shrouded to prevent inadvertent
operation. All PBs shall have 2NO+2NC contacts.

m) Each control & relay panel shall be provided with necessary arrangement for receiving,
distributing, isolating and fusing of D.C and A.C supplies for various control, signaling,
lighting and space heater circuits.

n) If miniature circuit breakers (MCBs) are used in VT secondary circuits, they shall have
adequate auxiliary contacts for blocking trip circuits of voltage dependent protection and
annunciation. Where high speed protection are involved, the speed of operation of MCB shall
be less than 5 milliseconds.

o) All the panels shall be equipped with a continuous earth bus with connectors and clamps
between panels for interpanel connection of the earth bus. All the metallic cases of relays,
Instruments and other panel mounted equipments shall be connected to the earth bus by
2.5sq.mm copper wires. CT and PT secondary neutral or common lead shall be earthed at one
point only at the terminal block and such earthing shall be made through links. Separate
copper earthing flat shall be provided in the panel for cable screens of static equipment.

p) TESTS

Control & relay panels shall be subjected to the following tests :

a) Mechanical operation test.

b) High voltage test (2000V for 1 minute)

c) Megger test

d) Verification of wiring as per approved drawings.

e) Electrical control, interlock and sequential operation tests.

f) All routine tests shall be carried out on all associated component equipments as per
relevant standards and test certificates shall be furnished.

Acceptance Tests:

a) The equipment shall be demonstrated for proper operation, including operation of


meters, alarms & indications.

b) Certified copies of all type and routine test certificates shall be submitted for the
Purchaser's approval before despatching the control/relay panel.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 25
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

ANNEX –II
SCADA I/O LIST

The following are the minimum requirement of DCS Digital & Analog input / output per equipment /
feeder.

1.0 Digital Inputs

1.1 110 kV CB (Typical for lines, transformers & B/C feeders)

CB status – Open & close


CB operating mechanism trouble
CB SF6 Gas pressure low (alarm)
CB SF6 gas pressure very low (lock-out)
CB – L/R selector switch on ‘Local’

1.2 110 kV Isolators / Earth switches (Typical for lines, transformers, B/C & Bus PT feeders)

Isolator status – Open & close


Isolator operating mechanism fail (Grouped alarm per feeder)
Isolator – L/R selector switch on ‘Local’ (Grouped alarm per feeder)
Earth switch status – Open & Close

1.3 Line relay panel (Typical)

IDMT over current protection operated


IDMT earth fault protection operated
Local breaker back-up (50 LBB) operated
Over voltage protection operated
Under voltage relay operated
Line VT fuse failure relay operated
Line relay panel DC fail
Line protection relay fail
Line lockout relay operated
Line lockout relay supervision operated
Line CB trip circuit-1 supervision operated
Line CB trip circuit-2 supervision operated

1.4 Transformer Relay Panel (Typical)


Transformer differential protection operated
Transformer instantaneous over current protection operated
Transformer IDMT overcurrent protection operated
Transformer instantaneous earth fault protection operated
Local breaker back-up (50 LBB) operated
Transformer LV REF (64R) operated
Transformer overfluxing relay (61) operated
Transformer neutral over current (51N) operated
Transformer buchholz alarm operated
Transformer winding temperature high alarm
Transformer oil temperature high alarm
Transformer OLTC surge relay alarm
P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 26
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Transformer buchholz trip operated


Transformer winding temperature trip operated
Transformer oil temperature trip operated
Transformer PRD trip operated
Transformer OLTC surge relay trip operated
Transformer relay panel DC-1 fail
Transformer relay panel DC-2 fail
Transformer main-1 protection relay fail
Transformer main-2 protection relay fail
Transformer main-1 lockout relay operated
Transformer main-2 lockout relay operated
Transformer main-1 lockout relay supervision operated
Transformer main-2 lockout relay supervision operated
Transformer CB trip circuit-1 supervision operated
Transformer CB trip circuit-2 supervision operated

1.5 Bus- Tie Relay Panel (Typical)

Local breaker back-up (50 LBB) operated


Bus tie relay panel DC fail
Bus tie lockout relay operated
Bus tie lock-out relay supervision operated
Bus tie CB trip circuit-1 supervision operated
Bus tie CB trip circuit-2 supervision operated
Bus PT fuse failure relay operated
Bus under voltage relay operated

1.6 Busbar Protection Relay Panel (Typical)

Bus zone-1 (Main bus) busbar protection operated


Bus zone-2 (Transformer bus) busbar protection operated
Bus check zone busbar protection operated
Busbar protection lockout relay operated (for each feeder)
Busbar protection lockout relay supervision operated (for each feeder)
Busbar protection CTs supervision operated
Busbar protection relay panel DC-1 fail
Busbar protection relay panel DC-2 fail

1.7 Control panel (Typical for Lines, Transformer, Bus tie & Bus PT / ES)

Control panel DC-1 fail


Control panel DC-2 fail
DCS / control panel selector switch on ‘Control panel’
Synchronising selector switch – ON
Annunciator DC supply fail
Annunciator AC supply fail
Synchronising permissive ON
1.8 RTCC Panel (Typical) – By others
OLTC – L/R selector switch on ‘Local’
RTCC panel DC fail
Tap position upper limit reached
Tap position lower limit reached

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 27
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.9 110V DC system


110V DC battery charger-1 fail
110V DC battery charger-2 fail
Charger-1 on boost mode
Charger-2 on boost mode
DC system on back-up power supply
Battery voltage low
Charger input power supply fail

1.10 Tariff metering panel (Main & Check)

Tariff metering panel – DC fail


TVM fail
Fuse failure relay operated

2.0 Digital outputs / Control outputs

Close / Open operation of all 110 kV CBs


Close / Open operation of all 110 kV Isolators
Tap position Raise / Lower (By others)

3.0 Analog Inputs

3.1 Lines (Typical)


Voltage
Current
kW
kVAr
kWH
kVArH

3.2 Transformer (Typical)


Current
kW
kVAr
kWH
kVArH
Tap position (by others)

3.3 Bus Tie / Bus PT


Bus-1 voltage
Bus-1 frequency
Bus-2 voltage
Bus-2 frequency

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 28
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.7
MISCELLANEOUS ITEMS

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 Bay marshalling kiosks, CT / CVT / EMVT junction boxes, ACDB, DCDB, Lighting panels,
Bus post insulators, insulator strings with fitting, hardware, connectors, clamps, ACSR
conductors, tubular Aluminium buses as required for the entire switchyard shall be provided.

2.0.0 CODES & STANDARDS

All the equipment, accessories and materials shall conform to latest revision of relevant IEC
& IS standards.

3.0.0 SPECIFIC REQUIREMENTS

3.1.0 Bay Marshalling Kiosk (BMK)

3.1.1 The BMK shall be outdoor free standing type, dust & vermin proof conforming to IP 55,
made of sheet steel (2 mm thick). Terminal blocks with removable acrylic glass cover shall
be arranged / segregated voltage wise / equipment wise.

3.1.2 Required number of cubicle lamps with door switch, space heaters with thermostat &
ON/OFF switch, Power socket and fuses / MCBs. shall be provided inside the BMK.

3.1.3 Gaskets shall be used for doors, & gland plates.

3.1.4 For each switchyard bay, One bay marshalling kiosk shall be provided. It shall be used for

a) Distributing auxiliary AC / DC power supply to circuit breakers isolators with


required number of MCBs / Fuses. (AC / DC power supply for circuit breakers &
isolators shall be from separate feeders.

b) Bringing all auxiliary contacts of circuit breakers, isolators & earth switches.
Required number of auxiliary contacts shall be taken to switchyard control & relay
panels for contact multiplication, interlocking, indication, CT switching etc.

Any other contacts from circuit breakers, isolators & earth switch operating
mechanisms shall also be brought to the BMK for further routing it for alarm / control
circuits.

3.2.0 CT / EMVT Junction Box

3.2.1 The junction box shall be of outdoor type, conforming to IP 55 and shall be mounted on the
‘Y’ of CT / EMVT structure.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 29
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.2.2 The junction box shall be used for bringing all the taps of individual cores of CT / EMVTs to
the junction box for forming the neutral wonder to enable taking four (4 ) core cables to
control & relay panels.

3.3.0 ACDB / LDBs

The substation service loads shall be supplied through an AC distribution board (ACDB),
sheet steel clad (2mm thick), free standing, floor mounting, dust & vermin proof conforming
to degree of protection IP 54. The board shall be designed for operation on 415V ±10% 3 ph,
50 Hz ± 5%, 4W, 50KA system and shall include all loads, but not limited to the following:

a. INCOMER

ACDB shall have two incomers. In case of an under voltage in one incomer power supply
shall be changed over automatically to the other incomer. Incomer shall be provided with
lamps, voltmeter and ammeter with selector switches.

b. OUTGOING FEEDER

Suitably rated MCBs / switch fuse feeders as required shall be provided. Lighting and Power
sockets outlets feeders shall be provided protected by a 30 mA ELCB in addition to MCBs.
Portable sump pump & starter shall be offered for cable trench draining etc.

At least 20% spare feeders shall be provided in addition to 3 no. feeders for purchasers use.

3.4.0 DCDB

All control & protection equipment requiring DC shall be supplied through a DC distribution
board (DCDB), having one incomer, sheet steel clad (2mm thick), free standing, floor
mounting, dust & vermin proof conforming to degree of protection IP 54. The board shall be
designed for operation on 110V ±10% V DC system. One feeder shall be provided from
station DCDB. The total DC load requirement shall be given by the successful bidder during
detailed engineering for arriving at the battery capacity. At least 20% spare feeders shall be
provided in addition to 3 nos. feeders for purchaser’s use.

3.5.0 Air-conditioner

3.5.1 The switchyard control room shall be Air-conditioned and shall be split air-conditioning type.
The rating of the Air-conditioning shall be suitably sized by the Bidder considering the room
size, Heat loads of panels, Lighting fixtures, etc.

3.6.0 Insulators, Hardware

3.6.1 The insulators and hardware shall comply with the specification furnished herein under.

The hardware shall be corona free upto a falling power frequency visible discharge voltage.
All hardware components shall be smooth and as far possible shall have round exposed
surface.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 30
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.6.2 Technical Requirements

The insulators and hardware shall comply with the particulars indicated below :
------------------------------------------------------------------------------------------------------------------------
SL. NO DESCRIPTION UNIT DATA
------------------------------------------------------------------------------------------------------------------------
1 Post insulator

1.1 Type Solid core

1.2 Nominal / highest system voltage KV 110 kV / 123 kV

1.3 Creepage distance mm 3800 mm

1.4 Cantilever strength Kg 800

1.5 With stand voltages

a) 1 min power frequency kV 230

b) 1.2/50micro sec.
impulse(dry) KVp 550

1.6 Puncture voltage 1.3 times corresponding flashover


voltages.

2.0 Disc Insulator

1) Voltage class 11KV

2) Type Anti-fog type

3) Creepage distance 430 mm per disc

4) Electromechanical strength 8200(min) kg

5) With stand voltages

a) 1 min power frequency (dry) 85 KV

b) 1 min power frequency (wet) 50KV

c) 1.2/50 micro sec impulse(dry) 125KV

d) 1.2/50 micro.sec impulse (wet) 125KV

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 31
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
SL. NO DESCRIPTION UNIT DATA
------------------------------------------------------------------------------------------------------------------------

2.1 Puncture Voltage 1.3 times corresponding


flash over voltage.

3.0 Insulator string assembly

3.1 Requirement in items 1.1 to 1.3, 1.5 & 1.6 above shall be complied with.

3.2 Applicable standards

1) post insulators : IS:2544

2) suspension insulators : IS:731

3) Insulators fittings : IS:2486

4) Hot dip galvanising process : IS:2629 & 2633

4.0 Bus conductors, clamps, connectors and hardware

4.1.0 As specified earlier, bus conductors of ACSR of required size shall be supplied.

4.2.0 The clamps and connectors shall be suitable for the termination arrangement to the respective
equipment.

4.3.0 The hardware for the insulator string shall be suitable for the insulators chosen.

4.4.0 All equipment shall be smooth polished and corona free.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 32
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.8
POWER, CONTROL & INSTRUMENTATION CABLES

1.0.0 INTENT

This specification covers the design, manufacture, inspection and testing at manufacturer's
works, packing and loading at works and transportation to site of Power and Control Cables.

2.0.0 CODES & STANDARDS

The cables shall comply with the latest edition of following standards.

i) IS:1554 (Part - I) - 1988 PVC insulated (heavy duty) electric cables


for working voltage upto and including
1100 V.

ii) IS:8130 - 1984 Conductors for insulated electric cables and


flexible cords

iii) IS:5831 - 1984 PVC insulation and sheath of electric cables

iv) IEC 540 & 540 A Test method for insulation and sheath of
electric cables and cords

v) IS:10810 – 1984 Methods of tests for cables

vi) IS:3975 - 1988 Specification for mild steel wires, formed


wires and tapes for armouring of cables
(Rev.2)

vii) IS:10462 (Part I) - 1983 Fictitious calculation method for


determination of dimensions of protective
coverings of cables

viii) IS:10418 – 1982 Specification for drums for electric cables.

3.0.0 TECHNICAL REQUIREMENTS

3.1.0 General

3.1.1 The cables shall generally be laid on ladder type cable trays or shall be drawn through rigid
steel conduits or buried in ground.

3.1.2 Armouring shall be of single round wire of galvanized steel for multicore cables and
aluminium for single core cable.

3.1.3 The outer sheath of all power and control cables shall have Fire Retardant Low Smoke
(FRLS) characteristics and shall not propagate flame. The cables shall meet the requirements
of additional tests specified for the purpose. The colour of the FRLS PVC outer sheath shall
be black.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 33
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.2.0 LV Power Cables

3.2.1 The LV power cable shall be 1100V grade, heavy duty type, suitable for 415V ± 10%,
3 phase, 50Hz ± 5% solidly grounded system.

3.2.3 The conductor shall consist of stranded H4 grade aluminium (for a size above 16 mm²) /
copper (for size upto and including 16 mm²) suitable for 70°C operating temperature. These
conductors shall conform to latest edition of IS 8130.

3.2.4 The conductor shall have an electrically and thermally stable PVC insulation around it and
extruded PVC inner sheath (Type ST1) over the insulation. Armouring over the inner sheath
shall be of galvanised steel strips for cables with calculated diameter greater than 13 mm and
for cables with calculated diameter less than 13 mm shall be of single round GI wire. FRLS
PVC outersheath (Type ST1) shall be provided over the armour.

3.2.5 Single core cables shall be provided with non- magnetic aluminium round wire armouring.

3.3.0 Control Cables

3.3.1 The control cables shall be 1100V grade, multicore, armoured cable suitable for use in
240V ± 10%, 1 phase, 50 Hz ± 5% AC solidly earthed system / 110V DC unearthed system.

3.3.2 The conductor shall consist of stranded (min 7 strands), annealed copper wire of minimum 2.5
mm² cross sectional area, suitable for 70° C operating temperature.

3.3.3 The control cables shall have PVC insulation (Type A) capable of withstanding electrical and
thermal stresses without deterioration with extruded PVC inner sheath (Type ST1) over it.
Armouring over the inner sheath shall be of galvanised steel strips for cables with calculated
diameter greater than 13 mm and for cables with calculated diameter less than 13 mm shall be
of single round GI wire. FRLS PVC outersheath (Type ST1) shall be provided over the
armour.

3.3.4 The cores of the cables shall be provided with printed numerals as per relevant IS for core
identification.

4.0.0 CABLE DRUM

4.1.0 Cable drum shall be non returnable and made of good quality wood, pressure impregnated
against fungal and insect attack.

4.2.0 The ends of each length of cable shall be sealed before despatch.

5.0.0 TESTING

The cables shall be subject to shop tests in accordance with the relevant standards and as
given below :

5.1.0 Routine and Acceptance Tests

5.1.1 The following minimum routine tests shall be conducted on each drum of cable as per
IS:1554, Part-I.

a. Annealing test (for copper)


P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 34
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

b. Tensile test (for Aluminium)

c. Wrapping test (for Aluminium)

d. Conductor resistance test

e. Test for thickness of insulation and sheath

f. Hot set test for insulation

g. Tensile strength and elongation at break test for insulation and sheath

h. High voltage test

i. Insulation resistance (volume resistivity) test.

5.1.2 Acceptance tests on drums chosen at random for acceptance of the lot.

5.1.3 Any other routine test required as per relevant standard shall also be conducted.

5.2.0 Type Tests

The following type tests shall be conducted on each size of LT power and control cables.
Additional price, if any, for conducting individual, type tests shall be furnished separately in
the bid.

5.2.1 Test for armour wires inclusive of measurement of armour DC resistance of power cables.

5.2.2 Tensile strength and elongation at break of insulation, inner and outer sheath.

5.2.3 To prove the FRLS characteristics, the following additional tests shall be conducted at works
on any one size of each type of cable, namely LT power and control cables.

- Oxygen index test as per ASTM D 2863. Minimum value of oxygen index shall be
30.

- Flammability tests on finished cables as per the requirements of IEEE 383 and IEC
332-1.

- Smoke generation by outer sheath under fire as per ASTM D 2843. The cables shall
meet the requirements of light transmission of minimum 40% after the test.

- Acid gas generation by outer sheath under fire as per IEC/754-1 and the maximum
acid gas generation shall be less than 20% by weight.

5.3.0 Test Certificates

5.3.1 Certified reports of all the type, acceptance and routine tests carried out at the works shall be
furnished in required quantities for approval to Purchaser and Consultant.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 35
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

6.0.0 SPECIAL MAINTENANCE TOOLS & TACKLES

6.1.0 A set of special maintenance tools and tackles which are necessary or convenient for splicing
,jointing and termination of different types of cables shall be supplied.

7.0.0 DRAWING, DATA & MANUALS

7.1.0 Drawings, data & manuals shall be submitted in quantities and procedures as specified
hereunder, besides the different information asked for, elsewhere in this specification.

7.1.1 To Be Submitted With The Bid

a. Manufacture's catalogues giving cable construction details and characteristics.

b. Cable current ratings for different types of installation, inclusive of derating factors
for ambient temperature, grouping etc.

c. Write up with sketches illustrating manufacturer's recommended method of splicing,


jointing, termination etc. of the different types of cables.

d. Type test certificates on similar types of cables.

7.1.2 To Be Furnished By Successful Bidder For Approval and Subsequent Distribution

a. Cable data/drawings.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 36
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

ANNEX - I
SPECIFIED DATA SHEET

Sl. No. Description Unit Data

1.0.0 POWER CABLE

1.1.0 Voltage grade V 1100V for 415V system

1.2.0 Frequency Hz 50

1.3.0 Earthing system - a) Solidly earthed system for


415V system

1.4.0 Conductor

1.4.1 Material - Annealed Cu / Al

1.4.2 Max. withstand temperature -

a) Normal condition °C 70

b) Short circuit condition °C 160

1.4.3 Conductor type - Stranded

1.4.4 Grade - H4

1.5.0 Insulation -

1.5.1 Material - PVC

1.5.2 Reference standard - IS 1554

1.6.0 Inner sheath

1.6.1 Material - PVC

1.6.2 Type - ST1

1.7.0 Outer sheath

1.7.1 Material - FRLS PVC

1.7.2 Type - ST1

2.0.0 CONTROL CABLE

2.1.0 Voltage grade V 1100

2.2.0 Frequency Hz 50

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 37
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Sl. No. Description Unit Data


2.3.0 Earthing system - Solidly earthed system

2.4.0 Conductor

2.4.1 Material - Annealed Cu

2.4.2 Max. withstand temperature

a) Normal condition °C 70

b) Short circuit condition °C 160

2.4.3 Conductor type - Stranded

2.4.4 Grade - As per IS 8130

2.5.0 Insulation

2.5.1 Material - PVC

2.5.2 Type - A

2.6.0 Inner sheath

2.6.1 Material - PVC

2.6.2 Type - ST1

2.7.0 Outer sheath

2.7.1 Material - FRLS PVC

2.7.2 Type - ST1

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 38
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.9
ILLUMINATION SYSTEM

1.0.0 SCOPE OF THIS TENDER

One (1) lot of equipment and wiring materials for switchyard outdoor lighting shall be
supplied. The equipment shall include lighting poles, lighting fixtures complete with lamp &
control gear and also necessary control through lighting panels (LPs) and wiring for the
above. Lighting for switchyard control room and battery room shall also be provided.

2.0.0 GENERAL REQUIREMENTS

2.1.0 Codes and Standards

2.1.1 All indoor & outdoor lighting fixtures & LPs shall be designed ,manufactured & tested in
accordance with latest applicable Indian standard except where modified by this specification.

3.0.0 DESIGN CRITERIA

The design of the illumination system shall conform to the following as minimum
requirement.

a. Outdoor switchyard lighting - 50 lux.


b. Switchyard control room - 400 lux.
c. Battery room - 150 lux.
b. For all fittings maintenance factor of 0.7 shall be assumed.

4.0.0 SPECIFIC REQUIREMENTS

4.1.0 For outdoor switchyard lighting, fixtures shall be HPSV flood lighting fixture made out of
heavy gauge Al. body and front glass held by AL./cast Al. alloy ring with weather-proof
gasket. The fittings shall be rotatable to fix at any angle. The reflecting surface shall be bright
polished and anodised. The other parts namely MS cradle base, and main body shall be
finished with stove enamel paint. The light fixture shall be complete with HPSV lamp, control
gear housed in weather proof box.

4.2.0 Separate poles / towers shall be used for switchyard lighting. Switchyard structures shall not
be used for mounting lighting fixtures

4.3.0 For Switchyard control room lighting, Fixtures shall be surface mounted mirror optic
decorative luminaire suitable for twin fluorescent lamps.

4.4.0 For Battery room lighting, Industrial corrosion resistant luminaire for twin fluorescent lamps.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 39
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

4.5.0 LIGHTING PANELS (LPS)

The LPs shall be located inside the switchyard control room in a sheet steel clad (2mm thick)
dust & vermin proof switch board suitable for wall mounting. The LP shall have TPN MCB
incoming with ELCB and adequate SPN MCB for outgoing with 20% spare outlets for future
use. The MCB shall have 10 kA fault rating. One feeder from MLDB shall be provided for
incomer of switchyard lighting panel by Purchaser. Further distribution shall be in bidder’s
scope.

5.0.0 TESTS

5.1.0 Shop Tests

The equipment shall be subjected to shop tests in accordance with relevant standards to prove
the design and the general qualities.

5.2.0 Test Certificates

Copy of test certificates of all the equipment shall be furnished for review/approval by
Purchaser / Consultant.

6.0.0 DRAWING, DATA & MANUALS

6.1.0 To be submitted with bid: manufacturer's catalog for the lighting fixture, construction &
characteristics.

6.2.0 To be furnished by successful bidder for approval and subsequent distribution.

a. Detailed design calculation for selection of number / type of fittings to meet the
illumination requirement specified.

b. Finalised fixture technical details such as lumen data, dimensional details, wiring
diagrams and technical leaflets , mounting details etc.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 40
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.10
GENERAL ELECTRICAL ITEMS

1.0.0 SCOPE OF SUPPLY

The scope of supply of various general electrical items shall include all the materials, that are
required to complete the installation which shall include, but not limited to, the following :

1. Materials for cable laying such as cable trays (within switchyard area, switchyard
control building, and for cabling between switchyard transformer & switchyard
control building), supporting steel, clamps-general & trefoil type (for single core
cables), cable ties, identification tags, rigid GI metal conduits, etc.

2. Fence, fence post, gates etc.

3. Items used during operation and maintenance such as hand gloves, shock treatment
charts, danger boards, caution boards, rubber mat, first aid kit etc.

2.0.0 STANDARDS

The materials to be supplied under this section shall conform to relevant codes & standards.

3.0.0 SPECIFIC REQUIREMENTS

3.1.0 Cabling Materials

3.1.1 Cable Trays

All cable trays to be used shall be prefabricated ladder type hot dip galvanised, with thickness
of galvanising average 910 g / sq.m and shall be of standard widths (150, 300 , 600
mm).Cable tray arrangement shall be subjected to approval for which detail drawing shall be
submitted at least 2 months prior to taking up of erection.

3.1.2 Cables Trays Supporting Steel

All steel work supporting cables trays shall be made of GS Steel channels/angles of adequate
size and painted with 2 coats of synthetic enamel paint.

3.1.3 Clamps, Ties, Identification Tags & Sealing

Cable clamps used shall be MS painted. Aluminium trefoil clamps shall be used for single
core power cables. Cable ties used for bunching of control and instrument cables shall be of
nylon or polypropylene material. Cable identification tags shall be MS galvanized plates of
suitable size with cable numbers marked thereon. Identification tags shall be fixed at the entry
and exit points and at regular interval of 30m along the route length. Cable entry points at
building and exit points from trenches shall be suitably sealed.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 41
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.11
EARTHING & LIGHTNING PROTECTION

1.0.0 SCOPE OF SUPPLY

The contractor shall supply the following earthing and lightning protection system.

i. Entire switchyard under ground and above ground earthing, of equipment, towers etc.
as per approved design.

ii. Complete lightning protection system - to protect the outdoor switchyard from direct
lightning strokes.

iii. Earthing of all the panels in the switchyard control building & Lightning protection
for the building shall also be provided.

2.0.0 CODES & STANDARDS

The entire system of grounding & lightning protection design shall conform to relevant IS and
IEEE standards.

3.0.0 DESIGN CRITERIA

3.1.0 Grounding System

3.1.1 The grounding design calculation shall conform to ANSI / IEEE Standard 80-1986.The data
for calculation shall be as follows.

a. The fault current shall be equal to the maximum value of interrupting capacity of
circuit breaker (40 kA).

b. Fault clearing time shall be 1 second.

c. The gravel or crushed rock resistivity shall be 3000 ohm metre.

d. The ground resistance of switchyard grounding system shall be not more than 1 ohm.

e. The effect of shield wires and neutral conductor shall not be taken into consideration
for design of substation grounding system.

f. Soil resistivity of 100 ohm – m may be assumed for bid purpose. The actual value
will be furnished to the successful bidder.

3.1.2 Grounding Material

Galvanised iron flats rods of required size shall be used as per approved design. In any case
the minimum size shall be 75 x 10 mm. GI strip shall be used for above ground earthing.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 42
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

3.1.3 Measurement of Ground Resistance

After completion of grounding system installation, the measurement of ground resistance


shall be performed by the contractor. Before measurement, the overhead ground wires shall
be disconnected from the substation. The method of measurement shall be as per relevant
standards / codes.

3.2.0 Lightning Protection System

The lightning protection system for the switchyard shall be done by providing tower peaks on
switchyard structures. The lightning protection system shall be designed using Razevig
method. Contractor shall furnish necessary calculation for approval.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 43
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.12
TARIFF METERING PANELS

1.0.0 EQUIPMENT TO BE SUPPLIED

1.1.0 Two (2) nos. tariff metering panels (one each for main tariff metering & check tariff
metering) for two transformer bays as indicated in 110 kV SLD (Drg no. 20-6104-E-202).

2.0.0 TECHNICAL REQUIREMENT

2.1.0 Tariff metering panel with metering equipment shall be installed in the switchyard control
room. One panel each shall be provided for main metering & check metering.

2.2.0 The main metering equipment & check metering equipment consists of tri-vector meter
(import). The tri-vector meters shall be of digital type with class 0.2 accuracy.

2.3.0 The tri-vector meters shall have facility for storing information like maximum demand, power
factor, frequency, Billing registers of all energy quantities etc. as 15 minute block for a
minimum period of 15 days.

2.4.0 Separate tariff meter shall be provided for each transformer feeder (2 nos.). The tariff meter
shall as a minimum suitable for reading the following parameters :

i) Kilo watt hour


ii) Kilo VAR hour
iii) Kilo volt ampere hour
iv) Kilo watt, Kilo VAR & KVA along with maximum demand over a period of time.
v) Power factor, frequency along with maximum / minimum readings over a period of
time.

2.5.0 The Kilo watt hour & kilo VAR hour metering shall be suitable for single or two rate tariff.
Thus they shall be equipped with separate registers for high tariff and low tariff. Each
register shall comprise of a 6 digit cyclometer type indicator. The time for change in tariff
shall be signalled from two time clocks (main & stand by).

2.6.0 Two nos. time clocks shall be provided for switching purpose (main & standby clocks). The
time clocks shall be suitable for operation from 110V DC supply. The clock shall be
provided for switching tariff changes, peak demand recording periods and for resetting
demand indicators & printometers at predetermined time intervals. Adjustment shall be
possible to cover tariff changes during different periods over 24 hrs. A selector switch shall
be provided to change from main to standby clock.

2.7.0 The demand metering shall be able to measure the demand of individual parameter at any
point of time along with the maximum demand registered over a preset period of time which
will be reset after the preset time has elapsed.

2.8.0 Tariff meter for each outgoing feeder shall have a serial port suitable for Ethernet protocol,
which permits direct transfer of data between an ethernet network and 12 such devices via
another serial port. In addition each tariff meter shall be provided with an internal modem. It
shall be possible for 12 such devices to communicate over telephone network through a serial
port.
P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 44
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.9.0 Tri-vector meters shall be installed in IP-42 panels of cold rolled sheet steel thickness not less
than 2 mm. The panels shall have undergone degreasing, rust / scale removal, phosphating
sand blasting & oven drying process. The phosphate coating shall be sealed by the
application of two coats of ready mix stoving type zinc chromate premier followed by two
coats of synthetic enamel paint. The panel shall be suitable for bottom entry front access
only.

2.10.0 All equipment on the front shall be flush mounted.

2.11.0 The panel shall be complete with door limit switch operated cubicle lighting, 5A switched
power socket, hygrostat controlled space heater, terminal block, panel earth bus, body earth
pads etc.

2.12.0 All wiring shall be carried out with 600 / 1000V grade stranded 1.5 sq. mm copper conductor
wires with PVC insulation. For CT & VT circuits 2.5 sq. mm copper conductor wire with
PVC insulation shall be used

2.13.0 Terminal blocks shall be klipon type 600V grade, 10 Amps rated stud type terminals with
markings. Terminals for VTs secondary leads shall be stud, disconnecting type. CT
secondary leads shall be provided with short circuiting and earthing facility. A clearance of
250 mm (min.) shall be maintained between terminal blocks and gland plate and 150 mm
between 2 rows of terminal blocks for ease in termination. At least 20% spare terminals shall
be provided.

2.14.0 All accessories & instruments shall be connected to the earth bus through a 2.5 mm² Cu
conductor, PVC sheathed earth cable.

3.0.0 TESTS

The tariff metering panels shall be subject to following tests as per relevant standards :

a) Meters caliberation test


b) High voltage test (2 kV for 1 mt)
c) Megger test
d) Verification of wiring as per approved drawings

4.0.0 AFTER AWARD OF CONTRACT FOR APPROVAL

a) Panel general arrangement drawing


b) Scheme drawing
c) Wiring drawing
d) Catalogues of the meters / accessories
e) Operation & maintenance manual

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 45
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.13
BATTERY AND BATTERY CHARGER

1.0.0 INTENT OF SPECIFICATION

This specification covers the design, manufacture, assembly, testing at manufacturer's works,
loading at works transportation to site and commissioning at site in a properly packed
condition including transit insurance of 110 V DC system (Battery & Battery charger)
complete with all accessories for efficient and trouble-free operation of 110 kV switchyard
for CPCL, Chennai.

2.0.0 TECHNICAL REQUIREMENTS

2.1.0 Battery

2.1.1 The 110 kV DC battery system required for 110 kV switchyard system shall be suitably sized
for 2 hrs. capacity for the required load, taking into account the temperature correction, design
margin and ageing compensation factors.

2.1.2 The requirement of the DC system is to supply power to the following :

i) Control & protection of major electrical equipment


ii) Alarm & indication
iii) Emergency DC lighting

2.1.3 The battery shall be of Ni-cad type. The 110V DC system shall be unearthed. The DC
system shall have 20% spare capacity. Each DC system shall have 2 x 100% chargers &
1 x 100% battery.

2.1.4 The terminal voltage variation of the DC system shall be ± 10%. For any configuration of
operation.

2.1.5 End cell voltage shall be 1.1V / Cell and number of cells shall be so chosen to restrict the DC
system voltage variation as indicated above if required voltage drop diodes could be used.
However, a nominal battery voltage of DC system shall be not more than 110V DC.

2.1.6 The Boost / Equalise change voltage of the changer shall be so chosen to charge the batteries
from end cell voltage to full changed condition in 12 hours.

2.1.7 Batteries shall be placed on suitably sized battery racks.

2.1.8 The configuration of mode of operation of the DC system shall be as per the Drg no. 30-6104-
E-211.

2.2.0 Battery Chargers

2.2.1 Battery charger of suitable capacity shall be provided for quick boost charge or trickle
charging the battery in addition to catering the load.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 46
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.2.2 The battery charger shall be of solid state control rectifier type, completely automatic and self
regulating changer shall be of constant voltage current limiting type.

2.2.3 Automatic voltage regulation shall be provided to maintain the float charger DC output
voltage with ± 1% of set voltage from no load to full load and for AC line voltage variation of
±10%.

2.2.4 The float change controller will have lead limit features, which shall come into operation
under load limit condition and would provide over riding control over voltage sensing circuit.

2.2.5 The configuration and mode of operation of the DC system shall be as per Drg. no. 30-6104-
E-211.

2.2.6 Construction Features

i) The charger shall be of sheet metal, enclosed, dust and vermin proof, suitable for
mounting on RCC floor otherwise specified. Sheet steel shall be 2 mm thick cold
rolled free from flaws and imperfection. The panel shall conform to the degree of
protection IP 42.

ii) All doors, removable covers shall be gasketed around with neoprene gasket.
Ventilating louvres if provided shall be covered with fine wire mesh.

iii) All live parts shall be properly shrouded. This shall ensure complete safety to
personnel while doing routine maintenance by opening panel doors.

iv) Bottom cable entries to the charger shall be provided. The bottom of the charger shall
be fitted with a removable gland plate for fixing the glands. Required number of
cable glands shall be supplied. Crimping type tinned copper lugs shall be provided
for external cable connections. All incoming and outgoing cables shall be terminated
in suitably rated terminal blocks.

v) All metal surfaces shall be thoroughly cleaned, sand blasted, pickled and degreased to
remove mill scale, rust, grease and dirt. After cleaning, the under surface shall be
prepared by applying two coats of high quality epoxy based primer. The under
surface shall be made free from all imperfections before undertaking the finishing
coat.

vi) Name plate of approved design shall be provided at each cubicle and at each
instrument & device mounted on or inside the cubicle. Plate size shall be minimum
20 x 75 mm for instrument/device and 40 x 50 mm for panels. Individual panel
number and caution notice on suitable metal plates shall be affixed at the block of
each vertical panel.

Each charger panel shall be provided with the following.

vii) Internal illumination lamp with door switch.

Thermostat controlled space heater.

One (1) no. 3 pin, 5 A, receptacle with plug.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 47
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

The above shall be rated for 240 V ±10%, 50 Hz ±5%, 1 phase, AC supply and shall have
individual switch fuse units.

2.2.7 Annunciation

Each float cum boost charger shall have, but not limited to the following annunciations.

i) SCR fuse failure.


ii) Filter capacitor fuse failure
iii) Charger overload
iv) Charger fail/trip
v) DC output fuse failure
vi) AC input supply failure
vii) AC input under voltage
viii) DC voltage low
ix) DC voltage high
x) DC system earth fault

2.2.8 The annunciation system shall have audio-visual arrangement and shall incorporate
acknowledge, reset and test push buttons. On occurrence of fault, the corresponding
window lights up and stays in lighted condition until the fault is cleared and the reset push
button is pressed. Atleast 20% spare annunciation windows with accessories shall be
provided.

2.2.9 The alarm contacts shall be rated 0.5 A at 110 V DC and 5 A at 240 V AC.

2.2.10 The bidder shall also provide necessary push buttons for testing and resetting all alarms and
to cancel audible alarms.

2.3.0 Wiring

2.3.1 Panel wiring shall be carried with minimum 2.5 mm² stranded copper conductor, with PVC
insulation. Wires shall be neatly bunched and adequately supported so as to prevent sagging.

2.3.2 Wiring termination shall be made with solderless crimping type tinned copper lugs and shall
be provided with numbered ferrules in both ends of wire. The ferrule numbering shall be in
accordance with IS:375.

2.3.3 The control terminal blocks shall be of 650 V grade. All terminal blocks shall be stud type.
Each terminal shall have a maximum of two (2) wires terminated to it. 20% spare terminals
shall be furnished.

2.4.0 Ground Bus

2.4.1 A GI ground bus of cross section 50 x 6 mm² shall be furnished along the entire length of the
charger panel and all devices shall be grounded to the ground bus. Two (2) nos. ground
terminals, one (1) at each end of the panel shall be provided, connected to the above ground
bus.

2.4.2 Each ground terminal shall comprise of two-bolt drilling with M 10 GI bolts and nuts to
receive purchaser's ground grid connection.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 48
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.5.0 Tests

2.5.1 All equipment and components thereof shall be subject to tests as per relevant IS standards.
The tests shall include, but not limited to, the following.

2.5.2 Type test certificates for tests conducted earlier on similar cells shall be furnished for
approval of purchaser/consultant.

2.5.3 The tests on battery charger shall include

a. Dielectric test

b. Voltage regulation check from 0 to 100% load with ± 10% input voltage variation

c. Ripple content measurement

2.5.4 Routine and acceptance tests on battery.

2.5.5 Routine tests on all component parts.

2.5.6 All tests shall be performed in presence of Purchaser's representatives, if so desired by the
Purchaser.

2.5.7 Certified reports of all tests carried out at the works shall be furnished in required quantities.
The equipment shall be despatched from works, only after the approval of test reports. Type
test certificates on any equipment, if so desired by the Purchaser shall be furnished.
Otherwise the equipment shall have to be type tested, free of charge, to prove the design.

2.6.0 Drawings, Data And Manual

2.6.1 Following drawings, data and manuals shall be submitted in required quantities besides the
different information asked for, elsewhere in this specification.

2.6.2 To be submitted with Bid

2.6.3 Battery layout drawing with dimensions.

2.6.4 General arrangement drawing of charger panel.

2.6.5 Battery cell voltage characteristics.

2.6.6 Technical leaflets on battery and battery charger.

2.6.7 Schematic drawing of float and boost charger circuit.

2.6.8 Battery A.H. calculations.

2.6.9 To be submitted after award of contract

The successful contractor shall furnish all drawings/data for approval in four (4) copies to
Consultant and two (2) copies to Purchaser which shall not be limited to :

2.6.9.1 Dimensional battery layout drawing in plan and sections including loading data.
P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 49
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.6.9.2 Take-off terminal connection details.

2.6.9.3 Dimensional G.A. drawing of battery charger clearly showing device disposition, cable entry,
space requirements, etc.

2.6.9.4 Charger foundation plan and loading.

2.6.9.5 Schematic and wiring diagrams of charger.

2.6.9.6 Schematic diagram of all cards

2.6.9.7 Write-up on operation & control philosophy of the Battery and Battery charger.

2.6.9.8 Detailed bill of material.

2.6.9.9 In addition to the above, the successful Contractor shall furnish to Purchaser and Consultant,
battery and battery charger instruction manual indicating installation method, check-ups,
pre-commissioning tests, detailed trouble shooting procedures, method of operation and
maintenance.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 50
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B1.14
ERECTION, TESTING AND COMMISSIONING

1.0.0 GENERAL

1.1.0 The successful tenderer will be required to carry out at site complete erection as well as start
up commissioning including performance test of equipment supplied by him under scope of
this tender based on drawings, specification and bill of quantities to be submitted by him and
got approved by PURCHASER/CONSULTANT.

1.2.0 The Contractor shall be completely responsible for the satisfactory erection, testing,
commissioning, start up and performance tests of the equipment not withstanding that, he may
be assisted by the purchaser's authorised representative.

1.3.0 For complete erection and commissioning, the successful tenderer shall be responsible for
providing at his cost all necessary tools, tackles and instruments as required. 415V
construction power and water will be provided by purchaser on chargeable basis at one point
at the site to be mutually agreed. The Contractor shall make necessary arrangements for
further distribution to the work-spot.

1.4.0 The installation shall be carried out only by electrical Contractor, holding a valid license,
issued by relevant authorities for carrying out installation work of the voltage classes
involved, under the direct supervision and person holding valid certificates of competency for
the same voltage classes, issued or recognised by the state Government. The tenderer shall
furnish with his tender the particulars of the license held by him/the electrical Contractor he
proposes to engage for carrying out the installation work against this specification. The
successful tenderer shall furnish to the purchaser the names and particulars of certificates of
competency of the supervisors and workmen to be engaged for carrying out the installation
work against this specification.

1.5.0 The electrical work shall also comply with standard norms and practices adopted by the
relevant state Electricity Board. Requisite factory and site test reports shall be supplied by the
successful tenderer.

1.6.0 The installation shall have to be approved by statutory Government Authorities like Electrical
Inspector, Factory Inspector, Insurance Officials etc. It shall be the responsibilities of
Contractor to prepare and submit all necessary drawings, calculations, test certificates to
electrical inspectorate and obtain approval prior to installation and commissioning work and
also arrange inspection by them after installation. After inspection any modification in the
equipment of installation that may be demanded by them shall have to be carried out by the
Contractor at no extra cost to the purchaser. The Contractor shall take all necessary steps to
enable the purchaser to get the installation approved by the above authorities and shall render
all necessary assistance to the purchaser in the matter.

1.7.0 INSTALLATION OF EQUIPMENT

1.7.1 The installation work shall be carried out in a neat, workman like manner and in accordance
with the best engineering practices.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 51
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.7.2 During erection, testing and commissioning of the substation, safety of equipment and
operating personnel, ease of operation and maintenance shall be given prime consideration.

1.7.3 The equipment and installation shall conform to the latest publication of IS:10118 - Code of
practice for Selection, Installation and Maintenance of Switchgear and Control gear.

1.7.4 The equipment and installation shall conform to the earthing and other essential provisions
specified therein for installation and operation of electrical plants.

1.7.5 The equipment and installation shall also comply with the regulations published by the Tariff
Advisory Committee - General Insurance.

1.7.6 All equipment including individual components, fitting and accessories shall be properly
stored at site so as to obviate any deterioration of electrical properties and mechanical
damages.

1.7.7 All equipment shall also be checked physically for the completeness of all components and
devices before taking up for installation.

1.7.8 All equipment shall be thoroughly cleaned of packing materials, scales, rust, oil, grease etc.,
prior to commencement of the installation work.

1.7.9 The supplier shall repair all minor defects in the equipment, if required, prior to installation in
consultation with equipment manufacturer so that manufacturer's guarantee is not affected in
any way. In case of any major damage to the equipment, the same shall be rectified or
replaced only by the manufacturer's representative with the approval of the purchaser.

1.7.10 All equipment and accessories shall be installed strictly in accordance with the manufacturer's
instructions/drawings. Equipment supplied in sections or in dismantled condition shall be
reassembled at site with all associated accessories as per the manufacturer's instructions.

1.7.11 All electrical installation work shall be planned well in advance so that all openings, sleeves,
inserts, mounting channels, foundation bolts, holes etc., required for the installation can be
incorporated during the execution of civil engineering work. In case additional openings,
sleeves etc., are required after completion of civil engineering work, the supplier shall make
necessary arrangement for the same by drilling / cutting chases, holes etc. and shall make
good all damaged portions of the work, at his own cost.

1.7.13 All electrical equipment operating on 415V or higher voltage shall be provided with caution
notice boards of approved type and shall be affixed permanently in a conspicuous position.
Where a group of equipment is located within a switch / control room or within a fenced area,
the notice board shall be fixed at the entrance.

1.7.14 In accordance with the requirement of the Indian Electricity Rules, the following shall be
provided :

i) Danger boards and shock treatment charts.


ii) 750mm wide tested rubber mats of thickness not less than 6mm shall be provided in
front of all switchboards.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 52
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.8.0 TESTING AND COMMISSIONING

1.8.1 The testing of all electrical equipment as well as the system as a whole shall be carried out at
site to ensure that the equipment and its components are in satisfactory condition and will
successfully perform its functional operation. The inspection of the equipment shall be carried
out to ensure that all materials, workmanship and installation conform to the accepted design,
engineering and construction standards as well as accepted codes of practice.

1.8.2 All tests shall be carried out by the Contractor using his own instruments, testing equipment
as well as qualified testing personnel.

1.8.3 The results of all tests shall conform to the specification requirements as well as any specific
performance data guaranteed during finalisation of the contract.

1.8.4 At site all equipment shall be energised only after certification by the personnel performing
the test that the equipment is ready for energising and with concurrence of the purchaser.

1.8.5 The various commissioning checks/tests to be carried out on the various equipment shall be in
accordance with details indicated in clause 2.0.0 of this specification.

1.9.0 GUARANTEE

1.9.1 All equipment shall be guaranteed for design, material, workmanship and satisfactory
performance. The guarantee for smooth, trouble- free and satisfactory operation shall cover
individual items as well as the system as a whole.

1.10.0 LOCKS

1.10.1 All doors of all substation cubicles, operating cabinets, terminal boxes shall be provided with
locking facility. Three set of keys shall be handed over to the Purchaser after installation.

1.11.0 CONSUMABLES

All consumables required for the installation, testing and commissioning and two years'
normal operation shall be supplied by Contractor. Contractor shall furnish a list of such
consumables recommended by manufacturer of each equipment. Further, first fill of
oil/lubricant for site testing shall be deemed to be included in the quoted price for supply.

1.12.0 ERECTION, TESTING & COMMISSIONING PROGRAMME

1.12.1 Tenderer shall furnish the organisation chart of his site office indicating also administrative
and financial powers of site incharge. It shall also indicate a list of supervisory staff (with in
15 days from the placement of LOI)indicating names, designation, experience etc., who will
be posted at site for the following :

a) Day to day execution of work & supervision


b) Testing & Commissioning
c) For coordination with Purchaser’s Representative.

1.12.2 Contractor shall furnish a detailed bar chart, a programme of erection and commissioning
from equipment delivery, sequence of erection citing various milestones and get approved by
CONSULTANT / PURCHASER atleast 4weeks prior to commencement of work at site.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 53
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

1.13.0 CO-ORDINATION WITH OTHER CONTRACTORS

1.13.1 The electrical Contractor may have to work along with other Contractors/agencies for some
other jobs assigned by the PURCHASER at the same time and at the same place at the site.
Electrical Contractor shall not object to this arrangement and extend his full co-operation to
other Contractor to the satisfaction of CONSULTANT/PURCHASER.

1.13.2 Contractor shall obtain necessary written permission from the purchaser prior to working on
the existing equipment and strictly adhere to the safety regulation while working on the
existing equipment.

1.13.3 Contractor shall plan the installation of the new equipment suiting to the operational
requirements of the plant, if installation of new equipment requires shut down/disconnection
of existing equipment.

1.14.0 HANDING OVER

1.14.1 Acceptance of finished work carried out by the Contractor is contingent upon the successful
testing of all electrical apparatus, systems and associated wiring.

1.14.2 If the completed plant or any portion there of supplied by Contractor at any time before or
after installation be found to be defective or not conforming to specification or if it fails to
fulfill the requirement of the contract, the PURCHASER may reject the same. In such an
event, the Contractor shall replace the same without affecting the committed milestones to the
satisfaction of the Purchaser.

2.0.0 PRE-COMMISSIONING AND COMMISSIONING CHECKS

All the equipment and accessories included in scope of this contract shall be tested at site after
installation during commissioning. The tests & pre-commissioning checks shall include but
not limited to the following.

2.1.0 General

Phasing Out

By means of phasing rods if available, or by measuring voltages on voltage transformer


secondary.

In case of generators, synchroscope connections should be checked by back charging upto the
generator V.Ts with the generator disconnected.

Functional Checking

a. Check all closing, tripping, supervision and interlock of control devices.


b. Check operation of all alarm circuits

Cable Testing

a. All 3.3 kV cables and above to be high voltage tested


b. All 415 and 230 V power cables to be meggered

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 54
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Earthing

a. Measure resistance of each earth well / rod by isolating the same from station grid as
well as from other earth wells / rods and then measure resistances of two earths at a
time by DC drop method.

b. Check continuity of grid conductors and wires

c. Soil resistivity tests

2.2.0 Circuit Breakers

A. Preliminary Checks

Check nameplate details according to specification

Check for physical damage

Check tightness of all bolts, clamps and connecting terminals

Check earth connections

Check cleanliness of insulators and bushings

Check all moving parts are properly lubricated

Check heaters provided

Gas leak check

B. Commissioning Checks

Check alignment of breaker trucks for free movement, check correct operation of shutters

Slow – closing / opening operation

Functional check on control wiring for correctness of connections, continuity and IR


values

Manual operation of breakers (only after filling oil in the tank)

Power closing / opening operation manually and electrically

Breaker closing and tripping time

Trip free and anti-pumping operation

IR values, resistance and minimum pick up voltage of coils

Contact resistance

Simultaneous closing of all three phases

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 55
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Pole descrepancy tests

Single and three phase auto-reclose operation.

Calibration of pressure switch setting

Insulation check on the power circuit

2.3.0 Isolators

Check nameplate details according to specification

Check for physical damage

Check tightness of all bolts, clamps and connecting terminals

Check cleanliness of insulators

Insulation resistance of each pole

Manual and electrical operation and interlocks

Correctness of connections, continuity and insulation resistance values of control circuits and
meters (wherever applicable)

Pneumatic control operation (wherever applicable)

Contact resistance of each pole / gap between male and female contacts

Earth connections of structures and operating handle

Motor current (wherever applicable)

Clearance in open and closed positions

Simultaneous closing of all phases

2.4.0 Current Transformers

A. Preliminary Checks

Check nameplate details according to specification

Check for physical damage

Check tightness of all bolts, clamps and connecting terminals

Check for oil level and leakage

Check connections

Check cleanliness of insulators and bushings

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 56
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

B. Commissioning Checks

Megger between windings and winding terminals to body

Polarity test

a) Ratio identification – checking of all ratios on all cores by primary injection


of current

Magnetisation characteristics, secondary winding resistance

Capacitance and tan delta test

Dielectric test of oil (whichever applicable)

Spare CT cores, if any, to be shorted and earthed

Checking of pressure of gas, whichever applicable (This shall be done as per


manufacturer’s instructions)

2.5.0 Voltage Transformers

Check nameplate details according to specification

Check for any physical damage

Check cleanliness of insulators

Check tightness of all bolts, clamps and connecting terminals

Check earthing connection

Insulation resistance test

Polarity test

Ratio test on all cores

Line connections as per connection diagram

Dielectric test of oil (wherever applicable)

Open delta test with low voltage, wherever required

Check oil level and leakages

Measure core loss from LT side

High potential test if required

Capacitance and tan-delta test if possible

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 57
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.6.0 Control Panels

Preliminary Checks

Check nameplate details of every associated equipment according to specification

Check for physical damage

Check tightness of all bolts, clamps and connecting terminals

Check cleanliness

Check earthing

Commissioning Checks

Switch developments

Each wire shall be traced by continuity tests and it should be made sure that the wiring is as
per relevant drawings. All interconnections between panels / equipment shall be similarly
checked.

All the wires should be meggered to earth

Checks on relays

Checks on meters

Settings of relays, other alarm, tripping devices and interlocks as per schemes

Phase angle checks – measurement of magnitude and phase angle of current transformer
secondary currents and potential transformer secondary voltages.

Functional checking of all control circuit – e.g. closing, tripping, control, interlock,
supervision, and alarm circuits including proper functioning of the component equipment.

2.7.0 Relay Panels

Check nameplate details according to specification

Check for physical damage

Check internal wiring

Megger all terminals to body

Megger AC to DC terminals

Check operating characteristics by secondary injection

Check minimum pick up voltage of DC coils

Check operation of electrical / mechanical targets


P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 58
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Relay settings

Check CT and VT connection with particular reference to their polarities for directional
distance type relays.

2.8.0 Meters

Check nameplate details according to specification

Check for any physical damage

Check calibration by comparing it with a sub-standard meter

Megger all insulated portions

Check CT and VT connections with particular reference to their polarities for power type
meters.

2.9.0 Battery & Battery Charger

Battery

Check nameplate details according to specification

Check for physical damage

Dimensional check of plates (before assembly)

Sp. gravity test

Cell voltage check

Capacity test as per IS

Initial charging cycle

Battery Charger

Nameplate details according to specification

Check for physical damage

Check connection

Functional check of auxiliary devices, such as alarms, indicating lamps etc.

Insulation test of all circuits

Measurement of voltage regulation

No load current and voltage (AC) and voltage and current (both AC and DC) at different
loads
P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 59
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Voltage at 84th Cell (while boost charging)

2.10.0 Cables

Preliminary Checks

Check details as per specification

Check for physical damage

In case of oil filled cables, check oil leakage, oil pumping device, pressure gauge, oil tank etc.

Commissioning Check List

Megger test between each core and armour / sheath

Continuity check

Connections

In case of “Impregnated paper-insulated cables, lead or lead alloy sheathed cable” high
voltage test for 15 minutes between conductors and conductor and sheath.

Potheads

Check for oil or compound leaks

Check that pot heads are filled to the proper level oil or compound

2.11.0 Any other pre-commissioning and field test not included in the above list and which are
specified in the relevant standards, Electricity rules, code of practice etc. shall be carried out
at no extra cost to purchaser.

Also if the purchaser wishes any particular test to be repeated or newly carried out, the same
shall be done by the Contractor at no extra cost to purchaser.

Stringing work, Tubular busbar and Power connector

i) Physical check

ii) Electrical clearance check

iii) Testing of torque by torque trenches on all busbar, power connectors and other
accessories.

iv) Multivolt drop test on all power connectors

v) Sag and tension check on conductors.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 60
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

2.12.0 Site Testing Procedures, Formats.

Contractor shall submit specified copies of site testing procedures, test formats along with
details of site test instruments proposed to be deployed at site along with respective valid
calibration certificates, six weeks prior to commencement of site testing, for approval by
PURCHASER/CONSULTANT.

Only procedures and test formats approved by PURCHASER / CONSULTANT shall be used
for site testing.

After completion of commissioning of all equipment and prior to handing over six sets of
such signed test data in the agreed / approved formats shall be furnished prior to issue of
provisional acceptance of the equipment / installation.

P2Sec B1-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B1 : 61
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION B2

List of Drawings

P2Sec B2-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B2 : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION-B2

LIST OF DRAWINGS

SL. DESCRIPTION DRAWING NO.


NO.

1. 110 kV SWITCHYARD SLD 20-6104-E-202

2. 110 kV SWITCHYARD LAYOUT 10-6104-E-401

3. 110V DC SYSTEM SCHEME 30-6104-E-211


DIAGRAM

P2Sec B2-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B2 : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION B3

Technical Schedules

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

1.0 SWITCHYARD TECHNICAL DETAILS ............................................................................... 3

2.0 EHV CIRCUIT BREAKERS .................................................................................................... 4

3.0 EHV ISOLATORS WITH EARTH SWITCH .......................................................................... 7

4.0 EHV CURRENT TRANSFORMERS....................................................................................... 9

5.0 EHV VOLTAGE TRANSFORMERS .................................................................................... 10

6.0 LIGHTNING ARRESTERS.................................................................................................... 12

7.0 EHV SWITCHYARD CONTROL PANEL............................................................................ 13

8.0 MISCELLANEOUS ITEMS................................................................................................... 16

9.0 CABLES.................................................................................................................................. 19

10.0 ILLUMINATION SYSTEM ................................................................................................... 21

11.0 GENERAL ELECTRICAL ITEMS ........................................................................................ 22

12.0 EARTHING LIGHTNING PROTECTION ............................................................................ 22

13.0 TARIFF METERING PANEL (MAIN & CHECK) ............................................................... 23

14.0 BATTERY.............................................................................................................................. 24

15.0 BATTERY CHARGER........................................................................................................... 26

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B3
TECHNICAL SCHEDULES

Bidder shall furnish the following technical particulars for the equipment offered by him.
------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
1.0 SWITCHYARD TECHNICAL DETAILS

1.1 Rated voltage kV

1.2 1.2 / 50 micro sec impulse withstand voltage kV peak

1.3 One min. power frequency withstand voltage kV

1.4 Current ratings

a. Continuous for main bus Amps


b. Continuous for bay buses Amps

1.5 Minimum air clearance

a. Phase to phase mm
b. Phase to ground mm
c. Live point to ground mm
d. Section clearance mm

1.6 Bay width m

1.7 Phase to phase spacing m

1.8 Size of the switchyard mxm

1.9 Design tensions

a. Main bus kg
b. Bay bus kg
c. End towers (for connections to line) kg

1.10 Total creepage distance for all equipment mm

1.11 Protected creepage distance mm

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
1.12 Factor of safety adopted for the structural design

a. Normal condition
b. Short circuit condition
c. Seismic condition

1.13 Visual discharge voltage for all equipment with kV


fitting & insulator assemblies for falling power
frequency voltage

1.14 Radio interference voltage for all the switchyard


equipment with fittings & insulator assemblies

RIV level micro volts

1.15 Type of design for main & bay buses

a. Strung bus or tubular bus


b. Material

2.0 EHV CIRCUIT BREAKERS

2.1 Make, type, country of manufacture

2.2 Applicable standard

2.3 Rated voltage kV

2.4 Type of circuit breaker

2.5 Reference ambient temperature °C

2.6 Rated continuous current Amp

2.7 a. Rated short circuit breaking current


and rated making current kA

b. Short circuit withstand current kA / sec


rating & duration

2.8 Temperature rise of contacts over an


ambient of 50°C while carrying rated current °C

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
2.9 Rated operating duty

2.10 Total break time m.sec

2.11 Total make time m.sec

2.12 Rated transient recovery voltage for


short line faults kV

2.13 No. of breaks in series

2.14 Insulation level

a. One minute P.F withstand voltage kV peak


b. Impulse withstand voltage kV peak
c. Switching surge withstand voltage kV peak

2.15 Minimum clearance in air

a. Between live parts mm


b. Between live parts & earth mm
c. Centre to centre distance between phases mm
2.16 Trip free Yes / No

2.17 Type of operating mechanism

2.18 Normal method of tripping

2.19 Emergency method of tripping

2.20 No. of trip coils

2.21 Rated voltage and permissible variations:

a. for Trip coils


b. for Closing coils
c. for Operating mechanism motor

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------

2.22 Burden (watts)

a. Trip coils
b. Closing coils

2.23 Rated line charging current

2.24 Rated cable charging current

2.25 Maximum over voltage when switching off

a. Unloaded transformer
b. Unloaded lines
c. Cable charging
d. Capacitor banks

2.26 When switching off asynchronous system

a. Maximum current kA
b. Maximum recovery voltage between contacts

2.27 No. of operation circuit breakers can perform


without inspection, replacement of contacts

a. At rated breaking current


b. At rated continuous current

2.28 Creepage distance for the interrupter insulator mm

2.29 Type and creepage distance for the support insulator mm

2.30 Cantilever strength of circuit breaker at the


terminal pad kg

2.31 Whether pressure switches for Sulphur hexafluoride


pressure low alarm, trip, lockout closing, lockout
opening are provided.

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------

2.32 Leakage rate of Sulphur hexafluoride per year. % / year

3.0 EHV ISOLATORS WITH EARTH SWITCH

3.1 Make, type, and country


of manufacture

3.2 Reference standard

3.3 Rated voltage & frequency Volts, Hz

3.4 Rated current A

3.5 Reference ambient temperature °C

3.6 Short time withstand current &


duration kA Sec

3.7 a. Dynamic withstand current kA peak


b. Max. current isolator can safely interrupt A
c. Transformer magnetising current breaking A
d. Making current (for earth switch only) A

3.8 Maximum temperature rise of current


carrying parts

3.9 Insulation test values

a. One minute power frequency wet


withstand voltage

i. Between poles & earth kV


ii. Across isolating distance kV

b. Impulse withstand voltage

i. Between poles & earth kV peak


ii. Across isolating distance kV peak

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------

3.10 Material

a. Main contact
b. Arcing contact
c. Current carrying parts

3.11 Whether contacts are silver faced

3.12 Clearance

a. Between poles mm
b. Between live parts earth mm
c. Between live parts when switch is open mm
i. Between same pole mm
ii. Between adjacent pole mm

3.13 Phase spacing

3.14 Type of interlock

a. External
b. Earth switch

3.15 Insulators

a. Type of insulator (solid core)


b. Cantilever strength
c. Total creepage distance
d. Applicable standards

3.16 Operating mechanism (motor / manual)

a. Main blade
b. Earth blade

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------

4.0 EHV CURRENT TRANSFORMERS

4.1 Make & country of manufacture

4.2 Applicable standards

4.3 Rated voltage class

4.4 Insulation withstand level :

a. Impulse withstand voltage kV peak


1.2 / 50 micro sec wave

b. One minute power frequency kV rms


withstand voltage

4.5 Number of cores per CT

4.6 Whether it is possible to adjust tap Yes / No


setting of any core independent of
other cores

4.7 Relaying cores

a. Accuracy class (for 5P20)


b. Rated burden (for 5P20) VA
c. Accuracy limit factor (5P20)
d. Minimum knee point voltage Volts
VK for PS class
e. Maximum excitation current mA
at VK, VK/2 volts (PS class)
f. Maximum secondary resistance (PS class) Ohms

4.8 For metering cores:

a. Accuracy class
b. Rated burden VA
c. Rated power factor

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
d. Instrument security factor
4.9 Short time thermal current rating

a. Current kA
b. Rated time sec
4.10 Dynamic current rating kA peak

4.11 Maximum temperature rise of


winding at rated primary current and
rated burden, when referred to specified
ambient temperature °C

4.12 Class of insulation of winding

4.13 Cantilever strength at terminal kg

4.14 Type and creepage distance of insulator housing m

5.0 EHV VOLTAGE TRANSFORMERS

CVT EMVT
-------------- ------------
5.1 Manufacturer & country of manufacture

5.2 Applicable standards

5.3 Type of VT

5.4 Insulation withstand level

a. Impulse withstand voltage kV peak


1.20/50 micro sec. wave

b. One minute power frequency kV rms


withstand voltage

5.5 Number of secondary windings for each VT

5.6 Rated primary voltage kV

5.7 Rated secondary voltage V

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
CVT EMVT
-------------- ------------
5.8 Rated VA burden for each
each secondary winding VA

5.9 Rated power factor

5.10 Accuracy class for each secondary winding

a. Winding 1
b. Winding 2

5.11 Method of connection

a. Primary winding
b. Each secondary winding

i. Winding –1
ii. Winding – 2

5.12 Rated voltage factor

5.13 Maximum temperature rise of winding °C


at 110% excitation and rated burden when
referred to specified ambient temperature

5.14 Class of insulation of windings

5.15 Capacitor data

a. High voltage capacitance PF


b. Intermediate voltage capacitance PF
c. Nominal intermediate voltage kV
d. Equivalent capacitance for carrier coupling PF
e. Maximum permissible impedance at power
frequency of carrier coupling device Ohms

5.16 Insulator type and total creepage distance mm

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 11
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
CVT EMVT
-------------- ------------

5.17 Radio interference voltage Volts

5.18 Details of high speed switch(es) on secondary


winding (alternative to fuses)

a. Make, type, coil rating other technical details A

5.19 Cantilever strength kg

6.0 LIGHTNING ARRESTERS

6.1 Make, type & country of


manufacture

6.2 Arrester type

6.3 Applicable standards

6.4 Arrester class

6.5 Rated arrester voltage kV

6.6 Rated frequency Hz

6.7 Nominal discharge current


(8/20 micro sec wave) kA

6.8 Minimum discharge capability KJ / kV

6.9 Residual voltage corresponding to kV peak

a. Steep current impulse


b. Lightning impulse

6.10 Reference current (IEC TC37-WG-4 1985) A

6.11 Reference current (IEC TC37-WG-4 1985) kV rms

6.12 Over voltage withstand capability for


a. 10 cycles kV rms
b. 1 second kV rms
c. Continuous kV rms

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 12
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
6.13 Energy discharge capacity KJ / kV

6.14 Maximum residual voltage at nominal


discharge current kV rms

6.15 Discharge voltage at 5 kA kV peak


discharge current

6.16 Discharge voltage at 10 kA


discharge current kV peak

6.17 Discharge voltage at 20 kA


discharge current kV peak

6.18 Impulse current withstand

a. High current short duration


(4 / 10 micro second wave) kA peak

b. Low current long duration A peak

c. Virtual duration of rectangular wave micro-second

6.19 One minute power frequency (dry) kV rms


withstand voltage of arrester housing

6.20 Impulse withstand test voltage of


arrester housing with 1.2/50 micro-second wave kV peak

6.21 Total creepage distance of whole arrester housing mm

6.22 Cantilever strength of complete arrester kg

6.23 Pressure relief class (as per IEC 99)

7.0 EHV SWITCHYARD CONTROL PANEL

7.1 Make

7.2 a. Degree of protection for


enclosure of panel

b. Sheet steel thickness mm

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 13
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
7.3 Applicable standards

7.4 Indicating meters

a. Meter size
b. Accuracy
c. Type
7.5 KWH METER

a. Accuracy
b. Whether pulse transmitting facility provided Yes / No

7.6 TRI VECTOR METER

a. Make
b. Type

7.7 TRANSDUCERS

a. Accuracy
b. Output current mA DC
c. No. of channels
d. Type no. & make

7.8. Describe annunciators scheme,


features, sequence and size as
offered (please attach write-up) Yes/No

7.9 Mimic material and width mm

7.10 Indication lamps

a. Make
b. Type
c. Rating, voltage / watts V/W

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 14
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------

7.11. Push buttons

a. Make
b. Number included
c. No. of NO + NC contacts
d. Function

7.12. Semaphore indicator

a. Make
b. Rating Watts
c. No. of coils No.
d. Size offered

i. for CB
ii. for isolator main & earth switch

e. nos. offered

7.13. Control Switch. / Selector Switch.

a. Make
b. Rating (DC inductive breaking capacity) V/ Amps

7.14. Hooter / Bell

a. Make

7.15. EHV Switchyard Relay Panel

a. Panel make and country of manufacture

b. - Degree of protection for


enclosure of panel

- Sheet steel thickness mm

c. Mounting of relays

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 15
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars/
Data
------------------------------------------------------------------------------------------------------------------------

d. Relay Particulars
(furnish following data
as applicable for all the relays offered.
Attach necessary sheets as required)

- Control voltage V

- Current rating A

- Voltage rating V

- Operating temperature range °C

- Applicable standards

- Aux. supply operating range

- Online automatic testing facility provided

- Online manual testing facility provided

e. Relay types offered (list each relay and


furnish the data for each relay used)

f. All the relays offered are type tested Yes/No

8.0 MISCELLANEOUS ITEMS

8.1 ACDB / DCDB (fill in separately for ACDB & DCDB)

a. Make
b. Type (Draw-out / non draw–out)
c. Sheet steel thickness mm
d. Degree of protection
e. Busbar details

- Material
- Rated voltage
- No. of phases

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 16
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
- Current rating
- Fault level withstand

f. No. of switch fuse feeders x


ratings :

1 x incomer x ……….A
……X outgoing x …….A

8.2 Insulator and hardware (fill in for


bus post insulator as well as
insulator string)

a. Insulator / Insulator string

- Manufacture & country of manufacture


- Applicable standard
- Type of insulator (antifog / normal)
- Insulating material
- No. of units per string
- Creepage distance

i. Disc unit mm
ii. String assembly mm
- One minute power frequency
withstand (dry)

i. Single disc kV
ii. String assembly / buspost kV
- One minute power frequency
(wet) withstand

i. Disc unit kV
ii. String assembly / buspost kV

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 17
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
- Impulse withstand voltage (dry)

i. Disc unit kV peak


ii. String assembly / buspost kV peak

- impulse withstand voltage (wet) kV peak

i. Disc unit kV peak


ii. String assembly / buspost kV peak

- Electro mechanical strength of


each disc kg

- Live parts to earth clearance


(sparkover distance) mm

- Cantilever strength (for bus post


insulator only) kg

- Tensile strength (for bus post


insulator only) kg

- Visual discharge voltage for falling


power frequency voltage (string and
bus post insulators) kV

- Compression strength (for bus post


insulator only) kg

- Radio interference voltage for string


and bus post insulator

i. Test voltage kV
ii. Radio interference voltage micro volt
8.3 INSULATOR HARDWARE

a. Manufacture
b. Applicable standard
c. All ferrous parts are hot dip galvanised Yes/No

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 18
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars/
Data
------------------------------------------------------------------------------------------------------------------------

8.4 BUS CONDUCTORS, CLAMPS AND CONNECTORS

a. Flexible conductor ACSR

- Size of conductor for main bus &


bus coupler bay buses

- Size of conductor for other bay buses

- The temperature rise of the conductor


while carrying the rated current

- Purity of aluminium / copper %

8.5 Clamps and Connectors

a. Whether material specification of the Yes/ No


clamping and connectors are
as per specification

b. Temperature rise of the clamp while


carrying the rated current °C

c. Minimum thickness at any part of the clamps mm

d. Coronal extinction voltage for


falling power frequency voltage V

9.0 CABLES

9.1 Make

9.2 Type

9.3 Applicable standard

9.4 Voltage grade

9.5 Maximum conductor temperature

a. Continuous °C
b. Short time °C

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 19
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------

9.6 Conductor

a. Material
b. Size sq.mm
c. No. & diameter of wire in
each conductor No. / mm

9.7 Insulation

a. Material
b. Type
c. Thickness mm

9.8 Inner sheath

a. Material
b. Type
c. Thickness mm
d. Extruded?
e. Approx. outside dia over sheath mm

9.9 Armouring

a. Material
b. Size
c. D.C resistance at 20° ohm / km

9.10 Outer sheath

a. Material
b. Type
c. Thickness

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 20
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
9.11 Approx. overall diameter mm

9.12 Standard drum length with tolerance mm

9.13 Net weight of cables kg / km

10.0 ILLUMINATION SYSTEM

10.1 Lighting Fixtures

a. For outdoor switchyard

i. Type
ii. Make
iii. Quantity x Watts
iv. Designed lux level

b. For switchyard control room

i. Type
ii. Make
iii. Quantity & watts
iv. Designed lux level

c. For Battery room

i. Type
ii. Make
iii. Quantity & watts
iv. Designed lux. level

10.2 Lighting Panel

a. Make
b. No. of ways / circuits
c. Incoming TPN MCB with ELCB rating / make
d. Outgoing SP MCBs.
i. Number
ii.Rating

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 21
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
10.3 WIRING

a. Main cables – type / size


b. Cables to fixtures – type / size
c. Method of cabling – conduit / size

11.0 GENERAL ELECTRICAL ITEMS

11.1 Cable Trays

a. Make
b. Type
c. Width

11.2 Cable ties, clamps,


identification tags, etc. provided?

11.3 Rigid metal conduits, RCC hume pipes


offered for Trench / rail crossing / in
equipment foundations?

11.4 Fence height / material details

11.5 Granite metal work

a. Size of metal
b. Depth of spreading

11.6 All other standard items like hand


gloves, shock treatment charts, rubber
mats caution boards etc. furnished? Yes/No

12.0 EARTHING LIGHTNING PROTECTION


12.1 Earthing

a. Main grid conductor

i. Material
ii. Cross – section
b. Equipment connections
i. Material
ii. Cross – section

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 22
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Unit Particulars /
Data
------------------------------------------------------------------------------------------------------------------------
13.0 TARIFF METERING PANEL (MAIN & CHECK)

13.1 Make of tri-vector meter

13.2 Rated voltage & frequency (110V / 50 Hz) V / Hz

13.3 Rated current (1 amp) Amp

13.4 Type (Digital type)

13.5 Accuracy class (0.2)

13.6 Burden at rated voltage VA

13.7 Is the Tri-vector meter bi-directional type

13.8 Is the Tri-vector meter suitable for 2 part tariff

13.9 Auxiliary power supply requirement (110V DC ± 10%) V DC

13.10 Does the tri-vector meter have maximum demand indicator


as called for in the specification

i) Does the tri-vector meter have

ii) A serial port suitable for Ethernet protocol

iii) A telemetry port for future communication through


telephone lines

13.11 Construction of panel :

i) Panel sheet steel thickness mm


5

ii) Cable entry


iii) Access to the panel

iv) Ingress protection class

v) Panel space heater (hygrostatically controlled)

vi) Panel illumination & small power socket

vii) Size of panel wiring mm²

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 23
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
14.0 BATTERY

14.1 Battery

14.2 Manufacturer

14.3 Type of battery

14.4 No. of batteries

14.5 Number of cells

14.6 Voltage rating

- Nominal cell voltage rating


- Nominal float charging voltage
- Nominal boost charging voltage
- Nominal cell discharge voltage

14.7 10 hour rating at 27°C to 1.85 V / cell

14.8 One (1) minute rating to 1.85 V cell

14.9 Rated capacity at maximum ambient


temperature (50°C) AH

14.10 Rated capacity at minimum ambient


temperature (8.5°C) AH

14.11 Continuous load and duration

14.12 a. Type of plates

- Positive
- Negative

b. Type and material of container

14.13 Type of rack

14.14 Number of racks / battery

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 24
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
14.15 Number of cells / rack

14.16 Type of rack rows / tiers

14.17 Inter row, inter tier connectors


and end take off furnished? Yes/ No

14.18 Connection hardware with 5%


extra furnished? Yes/ No

14.19 Cable termination at positive


negative and intermediate tap
provided?

14.20 Recommended specific gravity of


electrolyte at the end of full charge Yes/ No
and at first filling

14.21 Type of separator

Material and thickness of separator

14.22 Float charging current

14.23 Boost charging current


(initial & final)

14.24 Internal resistance of one cell

14.25 Short circuit current for dead short


Across battery terminals at

14.25.1 Float charge voltage (in kA)

14.25.2 Boost charge voltage (in kA)

14.25.3 Equalising charge voltage

14.25.4 Only due to battery (in kA)

14.26 Cell voltage characteristics during


charging furnished? Yes/No

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 25
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------

14.27 Charging current of a fully


discharged battery at 12 hours
charging rate

14.28 Charging efficiency of the battery

14.29 Overall dimension of

14.29.1 Each cell (L x B x H)

14.29.2 Battery
(L x B x H)

14.29.3 Battery layout furnished Yes/ No

14.30 Approximate weight (kgs)

1430.1 Each cell

14.30.2 Complete battery

14.31 List of accessories

14.32 Spare parts as specified


provided with equipment

14.33 Ventilation requirements

15.0 BATTERY CHARGER


Float cum
Boost Charger

15.1 Manufacturer type and ref.


standard

15.2 Input voltage with ±% variation

15.3 Input frequency with ±% variation

15.4 Output DC voltage

15.5 Output current

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 26
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------

15.6 Time required to fully charge the


completely discharged battery under
boost charging
Float cum
Boost Charger
15.7 Maximum AC input during boost charging

15.8 Ripple in DC output

15.9 Charger efficiency at rated output

15.10 Temperature rise above ambient of 50°C

15.11 Regulation for 0-100% rated load


with ± 10% voltage variation and
- 5% to + 5% frequency variation

15.12 Power factor at rated load

15.13 Charger provided with

a. Automatic voltage Yes/No


b. Current limiting circuitry and constant current regulator Yes/No
c. Smoothing filter circuit Yes/No
d. Soft start feature Yes/No

15.14 SCR elements provided with

a. Surge protection
b. Fast acting semi conductor fuses

15.15 AC Switch

a. Make
b. Type
c. Rating

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 27
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
15.16 AC Contactor

a. Make
b. Type
c. Rating
d. Coil rating
Float cum
Boost Charger
15.17 AC / DC fuse

a. Make
b. Type

15.18 Rectifier transformer

a. Make
b. Type
c. Rating
d. Insulation class
e. Voltage ratio

15.19 Blocking diodes

a. Make
b. Type
c. Current rating for 1 minute / 1 hour
d. Peak inverse voltage continuous / surge
15.20 SCR

a. Make
b. Type
c. RMS current rating
d. Peak inverse voltage continuous / surge
e. Max. temp rise above an ambient of 50°C

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 28
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------
15.21 DC Contactor

a. Make
b. Type
c. Rating

15.22 Indicating lamps

a. Make
b. Wattage
c. Rating
15.23 Push Button

a. Make
b. Type
c. Rating
d. No. of contacts

15.24 Meters

a. Make
b. Type
c. Accuracy
d. Size

15.25 Control terminals

a. Make
b. Type
c. Rating

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 29
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

------------------------------------------------------------------------------------------------------------------------
Sl. No. Description Particulars/
Data
------------------------------------------------------------------------------------------------------------------------

15.26 Annunciator

a. Make
b. Type
c. No. of windows

15.27 DC Switch

a. Make
b. Type
c. Rating

15.28 Panel

a. Make

15.29 List of accessories

15.30 Heat output of the panel


(furnish calculations)

15.31 Overall dimensions of


battery charger panel

15.32 Approximate weight of charger panel

15.33 Schematic diagram and write up Yes/ No


of charger enclosed?

15.34 Spare parts as specified


provided with equipment

SIGNATURE OF BIDDER _________________________

NAME _________________________

DESIGNATION _________________________

COMPANY SEAL DATE _________________________

P2Sec B3-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B3 : 30
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION B4

Approved Vendor List

P2Sec B4-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B4: 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION – B4

APPROVED VENDOR LIST

1. 110 kV circuit breakers - ABB / CGL / Siemens / Alstom

2. 110 kV isolators - Hivelm / Elpro / Versatek

3. 110 kV current transformer - ABB / CGL / Alstom

4. 110 kV voltage transformer - ABB / CGL / Alstom

5. 96 kV surge arrestors - Oblum / Lamco / CGL / Alstom / Elpro

6. Control and relay panels - ABB / Elpro / Alstom / Enpro

7. Protection relays - ABB / Siemens / Alstom

8. Tariff meters - L&T / SEMS

9. Insulators - WSI / JSI / Modern

10. Battery & battery charger - Exide / HI-rel / Power Electronics / SAFT –
NIFE / Amararaja

P2Sec B4-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : B4: 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION C

Technical Specification for Civil & Structural Works

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C1 GENERAL REQUIREMENTS.................................................................................. 6


1.0.0 SITE RELATED INFORMATION .................................................................................................... 6
2.0.0 SCOPE OF WORK............................................................................................................................. 6
3.0.0 SITE INVESTIGATIONS .................................................................................................................. 6
4.0.0 CONSTRUCTION FACILITIES ....................................................................................................... 7
5.0.0 PLANT LEVELS................................................................................................................................ 7
6.0.0 TRANSPORTING GOODS & MATERIALS.................................................................................... 8
7.0.0 METHODS OF CONSTRUCTION ................................................................................................... 8
8.0.0 DESIGN AND CONSTRUCTION REQUIREMENTS..................................................................... 8
9.0.0 COORDINATION AT SITE .............................................................................................................. 8
10.0.0 DESIGN AND DRAWING SUBMISSION ....................................................................................... 8
SECTION C2 DESCRIPTION OF BUILDINGS,STRUCTURES AND FACILITIES.............. 10
1.0.0 GENERAL........................................................................................................................................ 10
2.0.0 SWITCHYARD STRUCTURES & FOUNDATIONS .................................................................... 10
SECTION - C3 STRUCTURAL DESIGN AND DETAILING REQUIREMENTS .................... 12

SECTION - C3.1 TECHNICAL SPECIFICATION FOR DESIGN OF SWITCHYARD


STRUCTURES ................................................................................................................ 12
1.0.0 SCOPE .............................................................................................................................................. 12
2.0.0 CODES AND STANDARDS........................................................................................................... 12
3.0.0 DESIGN, DETAILING AND CONSTRUCTIONAL ASPECTS.................................................... 12
4.0.0 DETAILS TO BE SUBMITTED...................................................................................................... 16
SECTION - C-3.2 TECHNICAL SPECIFICATION FOR DESIGN OF SWITCHYARD CIVIL
WORKS............................................................................................................................ 18
1.0.0 SCOPE .............................................................................................................................................. 18
2.0.0 CODES AND STANDARDS........................................................................................................... 18
3.0.0 DESIGN , DETAILING AND CONSTRUCTION ASPECTS ........................................................ 18
SECTION – C4 TECHNICAL SPECIFICATIONS....................................................................... 27

SECTION-C4.1 TECHNICAL SPECIFICATION FOR FABRICATION & ERECTION OF


SWITCHYARD STRUCTURE ..................................................................................... 27
1.0.0 SCOPE .............................................................................................................................................. 27
2.0.0 CODES & STANDARDS ................................................................................................................ 27
3.0.0 DRAWINGS AND LISTS................................................................................................................ 28
4.0.0 MATERIALS.................................................................................................................................... 28
5.0.0 FABRICATION................................................................................................................................ 29
6.0.0 INSPECTION AND TESTING ........................................................................................................ 33
7.0.0 ERECTION....................................................................................................................................... 33

SECTION-C4.2 TECHNICAL SPECIFICATION FOR EARTHWORK IN EXCAVATION &


BACKFILLING............................................................................................................... 36
1.0.0 SCOPE................................................................................................................................................. 36
2.0.0 CODES AND STANDARDS.............................................................................................................. 36
3.0.0 SETTING OUT ................................................................................................................................... 36
4.0.0 INITIAL LEVELS............................................................................................................................... 37
5.0.0 CLEARING AND GRUBBING ETC. ................................................................................................ 37
6.0.0 EXCAVATION AND CUTTING ....................................................................................................... 37
7.0.0 EXCAVATION IN ROCK.................................................................................................................. 37
8.0.0 VARIATION IN EXCAVATION....................................................................................................... 38
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

9.0.0 KEEPING WORKS SITE FREE FROM WATER ............................................................................. 38


10.0.0 PROTECTION OF WORK ................................................................................................................. 39
11.0.0 SHORING AND STRUTTING........................................................................................................... 39
12.0.0 DISPOSAL .......................................................................................................................................... 39
13.0.0 BACKFILLING AND FILLING IN PLINTH .................................................................................... 39
14.0.0 TESTING AND ACCEPTANCE CRITERIA..................................................................................... 40
SECTION-C4.3 TECHNICAL SPECIFICATION FOR PILING ................................................. 41
1.0.0 PILING ............................................................................................................................................. 41
SECTION C4.4 INTENTIONALLY OMITTED ........................................................................... 47

SECTION-C4.5 TECHNICAL SPECIFICATION FOR PLAIN AND REINFORCED


CONCRETE WORK ...................................................................................................... 48
1.0.0 SCOPE .............................................................................................................................................. 48
2.0.0 CODES AND STANDARDS........................................................................................................... 48
3.0.0 MATERIALS.................................................................................................................................... 49
4.0.0 GRADES AND PROPORTIONING................................................................................................ 50
5.0.0 MIXING............................................................................................................................................ 51
6.0.0 PLACING ......................................................................................................................................... 51
7.0.0 COMPACTION ................................................................................................................................ 52
8.0.0 CONSTRUCTION JOINTS ............................................................................................................. 52
9.0.0 CURING AND PROTECTING........................................................................................................ 53
10.0.0 FINISHING ...................................................................................................................................... 53
11.0.0 FORMWORK & CENTERING ....................................................................................................... 53
12.0.0 REINFORCEMENT ......................................................................................................................... 54
13.0.0 STEEL EMBEDMENTS .................................................................................................................. 55
14.0.0 EXPANSION & ISOLATION JOINTS ........................................................................................... 55
15.0.0 PRECAST CONCRETE ................................................................................................................... 58
16.0.0 WATERPROOFING OF CONCRETE TO STRUCTURES............................................................ 59
17.0.0 TESTING.......................................................................................................................................... 60
18.0.0 ACCEPTANCE CRITERIA ............................................................................................................. 61
19.0.0 STORAGE AND HANDLING OF MATERIALS........................................................................... 64
SECTION-C4.6 TECHNICAL SPECIFICATIONS FOR PRECAST RCC
ROOFING UNITS........................................................................................................... 66
1.0.0 SCOPE .............................................................................................................................................. 66
2.0.0 CODES OF PRACTICE ................................................................................................................... 66
3.0.0 JOB PLANNING .............................................................................................................................. 66
4.0.0 MOULDS.......................................................................................................................................... 66
5.0.0 DIMENSIONAL TOLERANCES .................................................................................................... 67
6.0.0 PLACING THE REINFORCEMENTS............................................................................................ 69
7.0.0 CONCRETE PLACEMENT............................................................................................................. 69
8.0.0 SURFACE FINISH........................................................................................................................... 69
9.0.0 MARKING OF UNITS..................................................................................................................... 70
10.0.0 REMOVING MOULDS ................................................................................................................... 70
11.0.0 CURING ........................................................................................................................................... 70
12.0.0 STORAGE ........................................................................................................................................ 71
13.0.0 PROTECTION.................................................................................................................................. 71
14.0.0 LOAD TESTS................................................................................................................................... 71
15.0.0 ERECTION....................................................................................................................................... 72
SECTION-C4.7 TECHNICAL SPECIFICATION FOR MASONRY WORKS .......................... 74
1.0.0 SCOPE .............................................................................................................................................. 74
2.0.0 CODES AND STANDARDS........................................................................................................... 74
3.0.0 MATERIALS.................................................................................................................................... 75
4.0.0 STORAGE AND HANDLING ........................................................................................................... 75
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.0.0 WORKMANSHIP ............................................................................................................................ 75


SECTION-C4.8 TECHNICAL SPECIFICATION FOR WATERPROOFING........................... 81
1.0.0 SCOPE .............................................................................................................................................. 81
2.0.0 CODES AND STANDARDS........................................................................................................... 81
3.0.0 MATERIALS.................................................................................................................................... 81
4.0.0 GRADING UNDERBED ................................................................................................................. 83
5.0.0 WATERPROOFING WITH PREFABRICATED POLYETHYLENE AND POLYMERIC
ASPHALT ........................................................................................................................................ 83
6.0.0 WATER PROOFING WITH HESSIAN BASED BITUMEN FELTS............................................. 84
7.0.0 WATERPROOFING WITH FIBRE GLASS TISSUE REINFORCED BITUMEN FELT ............. 86
8.0.0 WATER PROOFING OF ROOFS WITH BRICK LIME CONCRETE AND PRESSED FLAT
TILES ............................................................................................................................................... 86
9.0.0 ELASTOMERIC MEMBRANE WATERPROOFING.................................................................... 87
10.0.0 ACCEPTANCE CRITERIA ............................................................................................................. 88
SECTION-C4.9 TECHNICAL SPECIFICATION FOR WATER SUPPLY, DRAINAGE AND
SANITARY WORKS...................................................................................................... 89
1.0.0 SCOPE .............................................................................................................................................. 89
2.0.0 CODES AND STANDARDS........................................................................................................... 89
3.0.0 MATERIALS.................................................................................................................................... 91
4.0.0 GENERAL........................................................................................................................................ 92
5.0.0 INSTALLATION ............................................................................................................................. 92
SECTION-C4.10 TECHNICAL SPECIFICATION FOR PAINTING COLOUR WASHING
ETC................................................................................................................................. 101
1.0.0 SCOPE ............................................................................................................................................ 101
2.0.0 CODES AND STANDARDS......................................................................................................... 101
3.0.0 MATERIALS.................................................................................................................................. 102
4.0.0 WHITE WASHING, COLOUR WASHING AND DISTEMPERING .......................................... 103
5.0.0 PAINTING AND POLISHING ..................................................................................................... 104
6.0.0 ACCEPTANCE CRITERIA ........................................................................................................... 106
SECTION-C4.11 TECHNICAL SPECIFICATION FOR FLOOR AND FLOOR
FINISHING.................................................................................................................... 107
1.0.0 SCOPE ............................................................................................................................................ 107
2.0.0 CODES AND STANDARDS......................................................................................................... 107
3.0.0 BOULDER SOLING ...................................................................................................................... 107
4.0.0 CEMENT CONCRETE FLOORING ............................................................................................. 108
5.0.0 FLOOR FINISHES......................................................................................................................... 108
SECTION-C4.12 TECHNICAL SPECIFICATION FOR DOORS, WINDOWS,
LOUVRES, ROLLING SHUTTERS & GLAZING .................................................. 119
1.0.0 SCOPE ............................................................................................................................................ 119
2.0.0 CODES AND STANDARDS......................................................................................................... 119
3.0.0 MATERIALS & WORKMANSHIP............................................................................................... 120
4.0.0 STORAGE AND HANDLING ...................................................................................................... 124
5.0.0 ASSEMBLY AND ERECTION..................................................................................................... 124
6.0.0 HARDWARE AND FIXTURES.................................................................................................... 125
SECTION-C4.13 TECHNICAL SPECIFICATION FOR FALSE CEILING AND FALSE
FLOORING ................................................................................................................... 126
1.0.0 SCOPE ............................................................................................................................................ 126
2.0.0 CODES AND STANDARDS......................................................................................................... 126
3.0.0 MATERIALS.................................................................................................................................. 126
SECTION-C4.14 TECHNICAL SPECIFICATION FOR ROAD WORK ................................. 129
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.0.0 SCOPE ............................................................................................................................................ 129


2.0.0 CODES AND STANDARDS......................................................................................................... 129
3.0.0 EXECUTION.................................................................................................................................. 130
4.0.0 QUALITY CONTROL & TOLERANCE ...................................................................................... 153
SECTION-C4.15 TECHNICAL SPECIFICATION FOR GATE & FENCING ........................ 156
1.0.0 SCOPE ............................................................................................................................................ 156
2.0.0 CODES AND STANDARDS......................................................................................................... 156
3.0.0 MATERIAL & INSTALLATION.................................................................................................. 156
SECTION-C4.16 INTENTIONALLY OMITTED ....................................................................... 158

SECTION-C4.17 TECHNICAL SPECIFICATION FOR SOIL INVESTIGATION ................ 159


1.0.0 SCOPE ............................................................................................................................................ 159
2.0.0 CODES AND STANDARDS......................................................................................................... 159
3.0.0 EQUIPMENT AND PERSONNEL................................................................................................ 160
4.0.0 SETTING OUT............................................................................................................................... 160
5.0.0 EQUIPMENTS ............................................................................................................................... 160
6.0.0 BORING THROUGH SOIL........................................................................................................... 161
7.0.0 ROCK DRILLING.......................................................................................................................... 161
8.0.0 COLLECTION OF SAMPLES ...................................................................................................... 162
9.0.0 TRIAL PITS ................................................................................................................................... 163
10.0.0 STANDARD PENETRATION TEST (SPT) ................................................................................. 163
11.0.0 STATIC CONE PENETRATION TEST........................................................................................ 163
12.0.0 DYNAMIC CONE PENETRATION TEST................................................................................... 164
13.0.0 PLATE LOAD TEST ..................................................................................................................... 164
14.0.0 CYCLIC PLATE LOAD TESTS.................................................................................................... 164
15.0.0 VANE SHEAR TEST..................................................................................................................... 164
16.0.0 IN-SITU PERMEABILITY TEST ................................................................................................. 165
17.0.0 MENARD PRESSUREMETER TEST........................................................................................... 165
18.0.0 BLOCK VIBRATION TEST.......................................................................................................... 165
19.0.0 WAVE PROPAGATION TEST ..................................................................................................... 165
20.0.0 MEASUREMENT OF EARTH RESISTIVITY............................................................................. 166
21.0.0 LABORATORY TESTS ................................................................................................................ 167
22.0.0 SOIL REPORT ............................................................................................................................... 167
SECTION C-5 DATA DRAWINGS AND MAPS.......................................................................... 169

ANNEX –1 SCHEDULE OF BUILDING FINISHES ............................................................. 169

ANNEX –2 TOPOGRAPHIC DATA ........................................................................................ 170

ANNEX –3 GE-TECHNICAL DATA....................................................................................... 171

ANNEX –4 LOCATION MAP................................................................................................... 172

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C1
GENERAL REQUIREMENTS

1.0.0 SITE RELATED INFORMATION


The salient information regarding the location, access and the general information for the sites
for the plant and the related works is given in Section C2

2.0.0 SCOPE OF WORK

The detailed scope of civil works for 110 KV switchyard is given section B1.0.0

3.0.0 SITE INVESTIGATIONS


The Contractor shall carry out additional site investigations as deemed necessary and shall
submit the detailed work procedures and program for all site investigation work prior to
undertaking the work.
The sub-Contractor(s) for such site investigation shall be approved by the Owner.
The Contractor shall do the job in such a way that he satisfies himself and the
Owner/Engineer on the accuracy and sufficiency of the study and gets the Owner/Engineer
approval on this regard.
The Contractor shall submit full report of the work to Owner and Engineer for review and
approval.

3.1.0 TOPOGRAPHICAL SURVEY

Topographical information, maps, drawings before the site filling as available with the Owner
are enclosed with this tender document as information for the Bidder – refer C5 Annex 2. The
Contractor shall confirm the final filled up level of the site before start of construction work to
establish the plant to proper lines and levels. The Contractor shall submit a final drawing to
the Owner which shall include the final graded levels of the site, filling areas etc.

3.2.0 GEO-TECHNICAL SURVEY

Geotechnical information for various areas of the project as per proposed layout and as
available with the Owner are enclosed with this tender document as guidance for the Bidder
to quote after making his own assessment of the site(s) – refer Annex 3.
The site has been subsequently filled to a height of EL(+) 1.800m above chart datum with the
FFL of EL(+)2.400m. This shall be considered while determining foundation design and
detailing.
Comprehensive geo-technical site investigation shall be carried out by the Contractor and
upon his full responsibility based on the general layout of the switchyard, in order to have
complete and clear information regarding the type of soil layers, physical and chemical
characteristic of soil, allowable bearing pressures, prediction of settlements geo-technical
features etc. for safe and economical design of the plant buildings, structures and equipment
foundations.

Minimum requirement specifications of geo-technical soil investigation is given in Section


C4.17.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

4.0.0 CONSTRUCTION FACILITIES

The Contractor shall provide all temporary offices, laboratories, sanitary conveniences, store,
workshop, compounds, parking areas, etc. necessary for the completion of the works. The
setting and layout of these shall be in such a manner as to not interfere with the construction
and operation of the plant when completed and shall be to the general approval of the Owner /
Engineer. The temporary buildings shall be handed over to Owner at the end of the Contract
or otherwise disposed of as directed by the Engineer.

All temporary buildings shall be maintained in a clean condition and operated efficiently. All
buildings must at all times be open to the inspection of the Owner / government authorities
and, the Contractor shall comply with any instruction given by him for the proper cleaning,
disinfection, and general maintenance in a sanitary and hygienic condition of the buildings.

In order to enable the Owner for providing the space for the Contractor’s site offices, canteen,
locker rooms, storage sheds and any other facilities required by Contractor’s personnel, the
Contractor shall give a layout and the area requirement and any other information which may
facilitate the Owner in providing space for these temporary site facilities. Layout of temporary
offices for Owner / Consulting Engineer shall be provided for approval. The area of these
buildings shall be as per the list at the end of this clause.

In addition to his own facilities, the Contractor shall be responsible for mobilization to supply
the following items. The details and quality of the facilities proposed by the Contractor shall
be submitted to the Owner and approved by Owner:

1. Offices for site personnel of the Contractor and the Owner (separate office
room for 4 persons of the Owner / Engineer) with telephone, Fax and PC.

2. Temporary canteen / pantry inside temporary office building for Owner’s


personnel and Contractor’s personnel as per site requirement with attendant /
office help for miscellaneous duties

3. Toilet and sanitary services according to acceptable standards and cleanliness.

4. Temporary workshops, if required. (only location shall be approved)

5. Construction equipment in good working order

6. Temporary access to the site

The Contractor shall be fully responsible for mobilization and demobilization of the
temporary site facilities.

5.0.0 PLANT LEVELS

The Owner shall establish a datum on site at the commencement of the contract and all levels
shall be referred to this datum. Surveying instruments with high quality and one second
accuracy and in appropriate quantities shall be used by the Contractor during Construction.
The Contractor is fully responsible to provide final topography drawings to the Owner.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

6.0.0 TRANSPORTING GOODS & MATERIALS


The Contractor is fully responsible for transporting the goods and material from the places of
origin to the Site and for Custom Clearances, if any. The Contractor is also fully responsible
for taking all the measures and for getting the necessary permits for local land transport of
heavy or abnormal goods or materials.

7.0.0 METHODS OF CONSTRUCTION


The Contractor shall submit documents with the details of methodology of construction and
the equipment he proposes to utilize for all major structures and foundations. The Contractor
shall also submit his testing and quality assurance plan for these for the approval of the
Owner.

8.0.0 DESIGN AND CONSTRUCTION REQUIREMENTS


The design of all buildings, structures and civil work shall be as per the requirements of
Section C2 & C3 of this specification and the construction of buildings, structures and civil
work shall conform to the requirements of Section C4.1 through C4.17 of this specification.

9.0.0 COORDINATION AT SITE


The Contractor shall at all times maintain accesses, facilities without hindrance to others,
carry out his work in such a way and in close coordination with other agencies working at the
site so that the work proceeds in a systematic and planned way. No stoppage of work due to
disputes arising from lack of coordination shall be entertained by the Owner / Engineer.

10.0.0 DESIGN AND DRAWING SUBMISSION

10.1.0 During Bid Stage

The drawings issued with this specification and forming a part of the documents for bidding
purposes are intended to be descriptive of the character of the works and used in conjunction
with the requirements of the specification and shall in no way limit the responsibility of the
Contractor to supply all plant equipment, materials and services necessary to provide a
complete and functional system. Any omission from both drawings and the specification or
express reference to any detail or work necessary and obviously intended shall not relieve the
Contractor of his responsibility to include such detail or work in his supply.

The details of buildings shown on the tender drawings supplied by the Owner have not been
finally fixed since these are dependent on the size and shape of the equipment and materials
forming the works and the space required for installation, maintenance, access etc. The tender
drawings attached only portray the basic layout of the scope of works and the Bidder shall
incorporate these requirements into his bid drawings. The Bidder has to ensure that the
information provided within the specification is sufficient for him to state his final lump sum
price.

After the bid has been submitted the Bidder is deemed to have checked all documents and
drawings and they are without restriction accepted by him. No claim resulting from omissions
from or discrepancies in the bid documents shall be accepted by the Owner.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

12.2.0 After award of contract

The Contractor shall submit his detailed schedule for submission of all information,
documentation, calculations, drawings, schedules etc within such periods or dates, which are
required to guarantee a smooth handling of the project without delays. The construction
programme shall be submitted within 14 days after the Letter Of Intent (LOI) is issued, so as
to match the completion period of the contract for successful commissioning.

After award of contract, the Contractor shall submit the designs, layout and construction
drawings and detailed working drawings along with bar bending schedule for all structures
and items covered under the scope of this contract. This shall be submitted progressively and
in no case the 1st set of design and drawings shall be submitted later than 30 days from the
date of issue of the LOI to the Contractor. The quality of the submitted documents must be in
accordance with acceptable national practice and allow a speedy checking procedure.
Documents not fulfilling these requirements shall be returned to the Contractor without
comment for improvement and resubmission. It is solely at the discretion of the Engineer to
decide whether or not documents are acceptable.

The design drawings shall consist of general arrangement drawings showing location of tower
and various equipment foundation along with cable trenches, road, roadside drains and drains
inside the switchyard, transformer foundation, central oil collecting and sump pits, oil water
separator and all other related items/services required for the project. Subsequently detailed
drawings along with design calculation and bar bending schedule for the foundations and all
other civil works shall be submitted by the Contractor for approval.

Detailed dimension drawings and design calculation for all civil and structural works shall be
submitted to the Owner / Owner’s Consultant for scrutiny and approval. All designs and
drawings shall be got approved within a period of six months from the date of issue of Letter
of Acceptance (LOA).

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION C2
DESCRIPTION OF BUILDINGS,STRUCTURES AND FACILITIES

1.0.0 GENERAL

1.1.0 BRIEF SITE INFORMATION

The location map of the proposed plant site is shown in drawing no K3Z12-DWG-M-
0001 [C5 -Annex 4] .The plant site lies to the eastern side of the ash pond for the North
Chennai Thermal Power Station and was converted from salt pans to petrochemical park
by TIDCO. Motorable road from the east or the west of the ash pond leads to with in
approx. 350m of the plant site .

Close to the middle eastern side road of the ash pond there is a nullah with a concrete
culvert through which the plant site can be accessed. This is the take off point for the
access road.

The entire area ( as it was formerly salt pans) is generally 0.5m below the Chart Datum.
The top 3-5 m of soil consists of very loose to loose silt with SPT value around 1.

2.0.0 SWITCHYARD STRUCTURES & FOUNDATIONS

2.1.0 Transformer Yard

2.1.1 The transformers shall be founded on piles (to be confirmed after soil investigation).
Individual transformers shall have its own pit which would cover the area of the
transformer and cooler banks, so as to collect any spillage of oil or oil drainage in case of
emergency. The oil pit shall be filled with granite stones of 40 mm size uniformly graded
to a depth of 150 mm spread on galvanized steel floor gratings The individual oil pits
shall be connected to an oil collection pit, which shall be sized to accommodate oil
volume of the largest transformer connected to it, without backflow. The oil pit shall be
connected to an oil water separator, with a separate chamber for separated oil, with
provision for pumping and reuse of oil. Dimensions of the discharge pipe shall consider
rainfall intensity also. The water shall be discharged into the nearest drain by gravity flow
or pumping. Fire barrier walls shall be provided where required from layout
considerations and as per relevant regulations.

2.1.2 Transformer rails as per profile indicated by the transformer manufacturer shall be
provided for installing and removal of the transformer for maintenance from the
unloading / loading point to its final position on its foundation. Rail track foundation shall
incorporate jacking pads foundation at intersections of rail racks, if any. Pulling hooks
shall be provided at suitable locations for pulling the transformers over the rails.

2.2.0 110 KV Switchyard

All steel structure for the switchyard shall be hot double dip galvanised structure with
welded / bolted connection at shop and bolted connection at site. All bolts and nuts shall
also be galvanised. Minimum zinc consumption shall be 910 gms per square meters of
exposed surface.

The major steel structures in the switchyard are towers, beams, lighting masts etc. They
all shall be of latticed construction using angle sections. In addition supporting structure

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

for equipment, such as isolator, lightning arresters, etc shall also be provided. These
structures may be of tube section or latticed as the case may be. Lighting masts shall be
provided with cage ladder. Where platforms are provided on lighting masts for mounting
of lighting fixtures, they shall have protection handrails formed of galvanised section.
Platforms shall be of galvanised gratings.

All towers and heavy equipments shall be supported on piles (to be confirmed after soil
investigation)

A minimum of 100 mm thick crushed stone shall be spread in the switchyard area
extending one meter beyond the fence. Necessary drainage arrangement to take care of on
line cleaning water shall be provided. A double swing gate of adequate width (minimum
3.5 m wide) and a wicket gate shall be provided. Gates should not be self- locking.
Fencing of 2.5 m height (chain link fencing) including 3 strands of barbed wire on top
shall be provided.

All trenches shall be of RCC. The trench wall shall project 150 mm above the paved /
graded level to prevent ingress of storm water. All trenches shall be filled with sand after
cable laying is complete before covering the same with trench cover. All trenches shall be
given a slope of minimum 1 in 750 and the slope shall lead to a sump, where pump can be
installed for drainage.

2.3.0 Switchyard Control Room

The switchgear and control room shall be single storied RCC framed brick clad structure.
Plinth protection shall be provided all around the building.

Roof shall be suitably sloped to effect proper drainage. No openings shall be permitted on
the roof excepting those essential so as to exercise proper control on air conditioning.

Partition between control room and adjoining rooms shall be of glazed aluminium
partition with 300 mm high brickwork at bottom for toe protection. All the doors shall be
single leaf glazed aluminium doors for all cabins. For movements of panels suitably sized
double leaf aluminium glazed doors shall be provided. Control room wall up to the false
ceiling level shall be of aluminium- glazed partition on either side of air lock. In other
area cladding shall be of brickwork. UPS room shall be provided with brickwork
cladding all round to reduce sound nuisance. Sufficient openable and fixed windows /
ventilators shall be provided for natural day lighting and ventilation. These shall be of
robust and leak tight construction suitable for the sea environment. The opening and
closing mechanism for openable joinery items shall be within easy reach.

The control room bay shall be provided with aluminium false ceiling such as LUXALON.
False ceiling shall be designed aesthetically and properly arranging the supply air diffuser,
return air grills, fire protection sprinklers, fire detectors and lights. The control room shall
have a structural RCC floor with openings through which the cables will enter the panels.

The control room building shall be fully air-conditioned and shall have toilet and
bathroom facilities.

The finishes for control room shall be as per C5 –Annex -1

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 11
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION - C-3
STRUCTURAL DESIGN AND DETAILING REQUIREMENTS

SECTION - C-3.1
TECHNICAL SPECIFICATION FOR DESIGN OF SWITCHYARD STRUCTURES

1.0.0 SCOPE

This specification covers the structural design requirements for Switchyard Structures.

2.0.0 CODES AND STANDARDS

The following Codes and Standards (latest editions) shall be referred to :

IS : 800 - Code of practice for general construction in steel

IS : 802 - Code of practice for use of structural steel in overhead


(All Parts) Transmission Line Towers

IS : 806 - Code of practice for use of steel tubes in general building


Construction.

IS : 1161 - Steel tubes for structural purpose.

As the Bureau of Indian Standards have adopted IS : 802 (Part 1 / Sec 1) : 1995 (Third
Revision) and IS : 802 (Part 1 / Sec 2) : 1992 (Third Revision) these codes shall supersede
IS : 802 (Part 1) : 1977 (Second Revision). The Contractor shall adopt the design concepts as
per the revised standards.

3.0.0 DESIGN, DETAILING AND CONSTRUCTIONAL ASPECTS

The loading for the design of switchyard structures shall be as per IS: 802 Part 1/Sec 1:1995
(latest edition). Following loads shall be considered :

a) Dead load due to equipment and structure.


b) Wind load on towers, conductors, ground wires and insulator strings calculated as per
Cl. 8 and 9 of IS: 802.
c) Temperature effects consisting of effect of temperature variation and sag tension as
per Cl. 10 of IS:802.
d) Climatic loads as per Cl. 11.2 of IS:802.
e) Anti cascading loads as per Cl. 11.3.1 of IS:802.
Torsional and longitudinal loads caused by breakage of conductor as per Cl. 11.3.2
and 16 of IS:802.
g) Construction and maintenance loads
h) Seismic loads as per IS:1893-2002.
i) Short circuit forces including “snap effect” in the case of bundled conductors.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 12
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Switchyard structures shall be designed for the worst combination of above loads. The factor
of safety for design of members shall be considered as 2 for normal & broken wire conditions
and 1.5 for combined short circuit and broken wire conditions. Short circuit forces and wind
forces shall not be considered simultaneously.

Foundations shall be designed for a factor of safety 2.2 for normal and broken wire condition
and 1.65 for combined short circuit and broken wire conditions. Design of foundation shall be
carried out as per IS: 4091.

3.1.0 Dead Loads

Dead loads consist of the weights of the complete structure with finishes, fixtures, partitions,
wall panels and all equipment of semi-permanent nature, piping, cable trays etc.

The piping loads, cable tray loads shall be listed separately so that they can be excluded from
dead load when dead loads are acting as stabilising load for uplift.

The following unit weight of material shall be considered for computation of loads. Loads
given in IS:875 (part-I) shall be made use for the material not listed below.

Materials Unit weight

Structural steel : 78.5 kN/cum

3.2.0 Imposed Loads

Imposed loads in different areas shall include live loads, minor equipment loads, cable tray
loads, erection loads, operation/ maintenance loads etc. The loads considered shall not be less
than that specified in IS:875 (Part II). The loads listed hereunder are the minimum loads for
the areas involved. Special use areas shall be investigated and loads revised upward as
necessary. Floors and supporting members, which may be subjected to heavy equipment live
loads shall be designed on the basis of the weight of equipment or specifically defined live
loads, whichever is greater.

• The specific minimum floor live loads are listed below

a) Chequered plate/gratings : 5 kN/sqm


b) Walkways : 3 kN/sqm

Live load reduction shall be in accordance with the provisions of IS:875 and IS:1893 in case
of seismic analysis.

3.3.0 Seismic Load

Seismic forces shall be as per IS:1893 : 2002. Particular attention is drawn to calculation of
the design base shear as per relevant clause of the code while using response spectrum
method. For switch yard buildings seismic coeficient method shall be used.

The importance factor for all plant buildings and structures shall be taken as 1.5 and for other
minor structures as per IS:1893:2002.

Dynamic lateral soil / liquid pressure shall be considered in design wherever significant.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 13
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.4.0 Equipment Load

Static loads of major equipments shall be based on the manufacturer’s data of the specified
equipments and shall be considered in design in addition to the live load. However, where the
uniform floor live load adequately accounts for the equipment moving weight, the weight of
such equipment as a dead load is not to be considered

Weight of equipments, ducts, conduits, etc. supported by structure shall include maximum
possible loading conditions i.e. flooded conditions and associated impacts, test loading,
anchorages and constraint effects.

3.5.0 Wind Loads

Wind load shall be in accordance with IS : 802 (Part 1 / Sec 1) : 1995. For arriving at the
design wind speed as per the code, the following values shall be adopted for the different
factors,

Basic Wind Speed = 50 m/s

K1 factor = 1.0

K2 factor = Corresponding to Terrain


Category 2

Reliability level 1 shall be adopted. The wind pressure on the Towers, Conductor, Ground
wire and Insulator strings shall be in line with Clause 8 and Clause 9 and Sub Clauses thereof
of the same code.

3.5.1 Wind shall always be assumed to act perpendicular to the Conductor / Rigid bus for structural
analysis purposes.

3.5.2 Diagonal wind / inclined wind shall be considered for isolated self supporting structures like
lighting and lightning masts, poles only. Switchyard structures, which are interconnected
either by beams or rigid buses, need not be analysed for inclined wind loading.

3.6.0 Temperature and Temperature Variations

This shall be as per Clause 10 of IS : 802 (Part 1 / Sec 1) : 1995. However, the minimum
temperature of conductors shall be taken as 10°C and maximum temperatures of current
carrying conductors exposed to sun shall be taken as 75°C for ACSR conductor where static
ground wires are involved the maximum temperature shall be taken as 53°C.

3.7.0 Other Loads

3.7.1 Short Circuit Forces in combination with wind or seismic forces along with other normal
forces shall be considered for the structural analysis of tower / structures.

3.7.2 Other loads shall be as per IS : 802 (Part 1 / Sec 1) : 1995, broadly classified as,

1. Climatic Loads
2. Failure containment loads and
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 14
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3. Construction and maintenance loads

These loads shall be computed in line with Clause 12 and Sub - Clauses thereof of IS : 802
(Part 1 / Sec 1) : 1995.

3.7.3 Anti Cascading checks, Tension limits, Broken wire condition and Strength Factors related to
Quality shall be as per IS - 802 (Part 1 / Sec 1) : 1995.

3.8.0 Permissible stresses, slenderness ratios of members, minimum thickness of steel members, net
sectional area of tension members and bolting and framing shall be as per IS : 802 (Part 1 /
Sec 2) : 1992.

3.9.0 All switchyard structures shall be designed for the worst combination of dead loads, live
loads, wind loads and thermal loads as per IS : 802 (latest), Seismic forces as per IS : 1893
(latest), loads due to deviation of conductor, load due to unbalanced tension in conductor,
torsional load due to unbalanced vertical and horizontal forces, erection loads, short circuit
forces including `Snap’ in the case of bundled conductors etc.

3.10.0 Wind & Seismic forces shall not be considered simultaneously in any load combination.

3.11.0 The design of structure shall be based on the condition where stringing is done only on one
side i.e. all the three conductors broken on the other side. A factor of safety of 2.0 under
normal and broken wire condition and 1.5 under combine short circuit and broken wire
conditions shall be adopted for design.

3.12.0 Three-dimensional analysis shall be carried out for structures like towers and girders while
two dimensional analysis may be adopted for equipment support structures. Any non-standard
software used shall be validated with manual calculations.

3.13.0 Vertical load of half the span of conductors/ string and the earth wires on either side of the
beam shall be taken into account for the purpose of design. Weight of man the tools shall be
considered as 150 kgs for the design of structures.

3.14.0 Terminal/line take off gantries shall be designed for a minimum conductor tension. The
distance between terminal gantry and dead end tower shall be taken as 200 meters. The design
of these terminal gantries shall also be checked considering ± 30 deg. Deviation of conductor
in both vertical and horizontal planes. For other gantries the structural layout requirements
shall be adopted in design.

3.15.0 The girders shall be connected with lattice columns by bolted joints.

3.16.0 All pipe support used for supporting equipments shall be designed for the worst combination
of dead loads, erection loads, wind loads/seismic forces, short circuit forces and operating
forces acting on the equipment and associated bus bar as per IS:806. The material
specification shall be as per IS:1161 read in conjunction with IS:806.

3.17.0 If luminaries are proposed to be fixed on gantries/towers, then the proper loading for the same
shall be considered while designing. Also holes for fixing the brackets for luminaries should
be provided wherever required.

3.18.0 Foundation bolts shall be designed for the loads for which the structures are designed.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 15
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.19.0 Lightning mast shall be 50 m in height (47.5 m lattice structure plus 2.5 m pipe and designed
for diagonal wind condition. Lighting masts shall be provided with a structural steel ladder
within its base up to a height of 25 meter. The ladder shall be provided with protection rings.
Two platforms shall be provided one each at 12.5 m and 25.0 m height for mounting of
lighting fixture. The platforms shall also have protection railing. The details for lighting
fixtures would be as per the approved drawings.

3.20.0 For materials and permissible stresses IS:802, part–1, section –2 shall be followed in general.
However, additional requirements given in following paragraphs shall be also considered.

3.20.1 Minimum thickness of galvanized lower member shall be as follows:

Members Minimum thickness (mm)

Leg members, ground wire peak members


/ main members 5

Other members 4

Redundant members 4

3.20.2 Maximum slenderness ratio for leg members, other stressed members and redundant members
for compression force shall be as per IS:802.

3.20.3 Minimum distance form hole center to edge shall be 1.5 x bolt diameter. Minimum distance
between center to center of holes shall be 2.5 x bolt diameter.

3.20.4 The minimum bolt diameter shall be 16 mm.

3.20.5 Each tower shall be provided with step bolts not less than 16 mm diameter and 175 mm long
spaced not more that 450 mm apart, staggered on faces on one leg extending from about 0.5
meters above ground level to the tower. The step bolt shall conform to IS:10238. Ladders on
towers with lighting appliances shall be provided with safety guards.

3.21.0 The fabrication and erection works shall be carried out generally in accordance with IS:802.
A reference however may be made to IS:800 in case of non-stipulation of some particular
provision in IS:802. All materials shall be completely shop fabricated and finished with
proper connection, materials and erection marks for ready assembly in the field.

3.22.0 Foundation bolts for the towers and equipment supporting structures and elsewhere shall be
embedded in first stage concrete while the foundation is cast. The Contractor shall ensure the
proper alignment of these bolts to match the holes in the base plate.

4.0.0 DETAILS TO BE SUBMITTED

4.1.0 The Contractor shall submit the following along with the bid:

a. Design basis for civil and structural works including description of software to be used.

b. Structural loading diagram

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 16
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

c. Cable trench sectional details

d. Detailed lay out of the buildings indicating location of equipment, taking in to account of
clearances for cable trays, piping etc

4.2.0 The Contractor shall submit the following after award of Contract in line with the scope of
work:

a. Design report for design of civil & structural works in switchyard area including detailed
calculation

b. Structural loading diagram

c. Cable Trenches sectional details

d. Design and detailed drawings for towers, girders and all equipment supporting structure
including fastener and foundation bolts etc.

e. Design and detailed drawings for all civil works such as equipment foundations,
equipment support foundations etc.

f. Design and detailed drawings for preparation of the yard such as paving, granite stone fill,
roads, drainage, soak pits etc.

g. Design and detailed drawings for transformer foundations and other accessories to the
transformers such as rail support, jacking pad support etc.

h. Design and drawings for Switchyard Control Building.

f. In addition to the above requirements the Supplier / Contractor shall provide any other
drawing or document to enable the Owner or his representative to carry out his
responsibilities for the completion of the project.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 17
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION - C-3.2
TECHNICAL SPECIFICATION FOR DESIGN OF SWITCHYARD CIVIL WORKS

1.0.0 SCOPE

This specification covers design and constructional requirement for all civil works such as
foundation for towers, equipment and equipment support structures, cable trenches,
paving, drains, control room etc.

2.0.0 CODES AND STANDARDS

The following Codes and Standards (latest editions) shall be referred to :

IS : 456 - Codes of Practice for plain and reinforced concrete.

IS : 802 - Code of Practice for use of structural steel in overhead


(All Parts) Transmission Line Towers.

IS : 875 - Code of Practice for structural safety of building -


(All Parts) Loading standards.

IS : 1893 - Criteria for earthquake resistant design.

IS : 1080 - Code of practice for Design and Construction of simple spread


foundation.

IS : 190 1 - Code of practice for structural safety of building foundation.

IS : 4091 - Code of Practice for Design and Construction of Foundations for


transmission line towers and poles.

IRC-6 - Indian Road Congress – Standard Specification and Code of practice


for Road Bridges.

3.0.0 DESIGN , DETAILING AND CONSTRUCTION ASPECTS

3.1.0 The type of foundation system, i.e. isolated, strip, raft or pile to be adopted shall be
decided based on the structure, loading arrangement, load intensity and soil strata. Design
of foundations at various levels shall be dependent upon the soil bearing capacity at that
level.

3.2.0 All foundations shall be designed for the most critical load combination of dead loads,
live loads, inertia forces, wind and seismic loads, short circuit forces and secondary
effects such as shrinkage, rise and fall in temperature, swelling and shrinking pressure of
soil etc and other relevant loading from service condition arrived based on detailed
structural analysis of the switchyard gantry structures, equipment superstructures etc.

3.3.0 For switchyard foundations anchor bolt with mechanical anchorage shall be provided
along with foundation concrete. Bolts in pocket shall not be adopted.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 18
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.4.0 All tower / gantry structures and lightning mast foundations shall have stub angle
embedded in the foundation while equipment supporting structures shall have foundation
bolts and base plate type of connection for transferring load from the superstructure to the
foundations.

3.5.0 Foundation for all towers equipment support structure, equipments and poles shall be
designed as per the recommendations of IS : 4091. The structural design of the
foundation shall be done as per limit state method of design as given in IS:456 and
considering the following partial safety factors on working load:

• Normal and broken wire condition 1.5

• Broken wire condition with short circuit forces 1.2

3.6.0 The foundation design shall be done based on soil parameters obtained from the soil
investigation report.

3.7.0 Normally, all the four legs of tower / gantry structures column / equipment supporting
structures shall be supported on a common foundation until and unless the leg spacing of
structures at foundation level and soil conditions permit isolated foundation under each
leg of the structure. For checking the stability the following factor of safety shall be used:

• Normal and broken wire condition 2.2

• Broken wire condition with short circuit forces 1.65

The stability of the foundations shall be checked against overturning, bearing on soil,
uplifting, sliding etc.

3.8.0 The chimney provided for the towers shall be designed as a composite member for
combined action of axial forces viz. compression and tension and bending moments due
to both the horizontal shears in both the longitudinal and transverse directions. A
minimum of 4 numbers 12 mm diameter bars or 0.15% of cross section area of the
chimney, whichever is more shall be provided and spacing of the main bar shall not be
more than 300 mm.

3.9.0 The centroidal axis of the stub shall coincide with the axis of the chimney. The design of
the foundation shall take into consideration the additional forces resulting from
eccentricity introduced due to any reason.

3.10.0 The bottom slab / pad shall be designed both for bearing pressure as well as dead load of
foundation and over weight of earth. The actual soil pressure under the footing shall be
considered to calculate the maximum moments and shears at various sections.

3.11.0 The presence of surface / sub soil water shall be considered in the design of all
foundations and underground faculties.

3.12.0 All underground facilities like cable trenches, sump pits, oil collecting pit, soak pit, drains
etc shall be designed for earth pressure including swelling pressure and sub soil water
pressure under worst condition. The walls of the cable trenches shall withstand a
surcharge of 20 kN/m² in addition to the earth pressure. Walls and base slab shall be
designed as uncracked section as per IS-3370. All water retaining / storage structures
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 19
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

shall be designed assuming liquid upto the height of wall irrespective of provision of any
over flow arrangement. No pressure relieving devices shall be permitted in underground
structures.

3.13.0 RCC precast cover slabs of cable / pipe trenches shall be designed for a live load of
10 kN/sqm. Cable trenches crossing roads shall be designed for Class B loading as per
Indian Road Congress – Standard Specification and Code of practice for Road Bridges,
IRC-6, Section-II.

3.14.0 Cover slabs of sump pits , oil collection pits etc shall be designed for a live load of
5 kN/sqm in addition to equipment loads and maintenance loads ,if any.

3.15.0 Jacking platforms, rail track, anchor block etc shall be designed for the load of the
heaviest transformer.

3.16.0 Switchyard control building shall be designed for the most critical combinations as listed
below:

3.16.1 Dead Load

3.16.1.1Dead loads consist of the weights of the structure complete with finishes, fixtures,
partitions, wall panels and all equipment of semi-permanent nature including partitions,
roofing, piping, cable trays, bus ducts etc.

3.16.1.2The following unit weight of material shall be considered for computation of loads :

Materials Unit Weight

Plain Cement Concrete 24 kN/m³

Reinforced Cement Concrete 25 kN/m³

Structural Steel 78.5 kN/m³

Brick work 19 kN/m³

Floor finish 24 kN/m³

3.16.2 Equipment Load

The imposed load generally shall include the panel loads and as explained in clause 3.5.0
of section C3.1

3.16.3 Earth Pressure Loads

Earth pressure for all underground structures shall be calculated using coefficients of
earth pressure at rest.

In addition to earth pressure and ground water pressure, etc. a minimum surcharge load of
20 kN/sqm shall also be considered for the design of all underground structures including
channels, sumps, cable and pipe trenches, etc. to take into account the vehicular traffic in
the vicinity of the structure.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 20
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.16.4 Imposed Load

Imposed loads in different areas shall include live loads, minor equipment loads, cable
trays, erection loads, operation / maintenance loads etc. The loads considered shall not be
less than that specified in IS : 875 (Part II).

Switchgear room floor : 15 kN/m² (including hung loads)

Battery room floor : 20 kN/m²

Flat roof : 1.5 kN/m² + Equipment load

Chequered plate and grating : 5 kN/m²

Control room floor : 10kN/m2

3.16.5 Wind Load

Wind loads on structures shall be calculated as per provisions of IS : 875 (Part 3). The
wind shall be assumed to blow in any direction and most unfavourable condition shall be
considered.

Basic Wind Speed = 50 m/s

K1 factor = 1.0

K2 factor = Corresponding to Terrain Category 2

The external / internal pressure coefficients shall be as per respective clauses of


IS : 875.

3.16.6 Seismic Load

Seismic forces shall be as per IS : 1893-2002. As per IS : 1893, the site falls in
Zone-III.

Importance factor shall be taken as 1.5.

3.16.7 The individual members of the frame shall be designed for the worst combination of
forces such as bending moment, axial force, shear force and torsion. Permissible stresses
for different load combinations shall be taken as per IS:875 (Part-V) and other relevant IS
codes. Wind and seismic forces shall not be considered to act simultaneously. Load
factors shall be based on the factors given in the relevant codes of practice – in general all
loads which are variable (including earth and ground water pressure) shall be treated as
live loads for purpose of determining the load factor.

3.17.0 The chimney / pedestal of the foundations shall at least be 300 mm square providing a
minimum clear concrete cover of not less than 100 mm over any part of the stub angle in
case of dry locations and at least 450 mm square with minimum clear cover of not less
than 150 mm over any part of the stub angle in case of wet locations.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 21
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.18.0 The chimney / pedestal top shall extend 250 mm (minimum) above Finished Ground
Level and coping shall be up to 50 mm below the joint between the bottom bracing and
the leg members.

3.19.0 The embedded end of the stub angle shall have a 150 mm thick clear concrete cover upto
the top of the lean concrete sub-base in the case of dry foundations and a 200 mm thick
clear cover in the case of wet, partially submerged and fully submerged foundations.

3.20.0 The joints between the tower stubs and the superstructure bracing members shall be 300
mm above ground level.

3.21.0 Clear cover to reinforcement shall not be less than 75 mm at the bottom.

3.22.0 The minimum thickness of footing slab for foundations shall not be less than 250 mm in
dry locations and 300 mm in case of wet locations.

3.23.0 The footing slabs of all foundations shall be cast without construction joints. However,
construction joint shall be allowed between footing slab and pedestals / chimneys.

3.24.0 The bed of the cable and pipe trenches along the length shall be provided with a slope of
1:750 to 1:1000 by laying PCC (1:2:4) in second stage to drain out rain / seepage water
without comprising the clearance required between the bottom most tray of cable trench
and the bed of cable trench.

3.25.0 Suitable expansion joints shall be provided in cable / pipe trenches and liquid retaining
structures as per IS specification with PVC water stop, bitumen impregnated filler boards,
bitumen sealing compound as per specifications or as directed by the Engineer-in-Charge.
water proofing cement additive shall be used for the construction of cable trenches to
ensure water tightness.

3.26.0 Water from the cable trenches shall be collected in suitable sumps from where the water
shall be disposed off by pumping into the nearest storm water drain.

3.27.0 The weight of a single RCC cover shall not be more than 75 kg. Suitable lifting hooks
shall be provided for easy handling. The top of the trenches shall be kept 150 mm above
FGL. Suitable lugs of reinforcement steel shall be welded to edge protection angles for
ensuring fixity in the concrete. Necessary embedded steel plates shall be provided for
supporting the cable trays.

3.28.0 The size of the transformer soak pit shall be 1 m bigger all around than the plan size of
transformer including its cooling bank. The depth shall be adequate to accommodate the
full quantity of oil contained in the transformer plus 50% of emulsifier water in voids of
gravel filling inside the soak pit.

3.29.0 The gravel size to be filled in the soak pit shall be of 60 mm to 40 mm nominal size and it
shall be ensured that 40% of voids are available in the gravel filling after its packing in
soak pit. The top of the gravel filling inside the soak pit shall be 200 mm below the top of
the rail.

3.30.0 The soak pit of the transformers shall be connected to the central oil pit through
underground RCC pipes and manholes. The pit shall be closed type and waterproof
construction with necessary manholes and rungs etc for maintenance purpose.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 22
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.31.0 Fire barrier walls of 380mm thickness or as per statutory requirements shall be provided
where required from layout considerations and as per relevant regulations.

3.32.0 Transformer rails as per profile indicated by the transformer manufacturer shall be
provided for installing and removal of the transformer for maintenance from the
unloading / loading point to its final position on its foundation. Rail track foundation shall
incorporate jacking pads foundation at intersections of rail racks, if any. Pulling hooks
shall be provided at suitable locations for pulling the transformers over the rails.

3.33.0 The area around the transformer shall be paved with 100 thick RCC slab and galvanised
chain link fence . RCC fence posts shall be erected and a gate shall be provided. The
portion of the fence covering the rail track shall be made of removable type for movement
of transformer during erection / maintenance. The gate shall not be self- locking and shall
have a provision for locking.

3.34.0 A common RCC central oil collecting pit shall be provided for all the auto-transformers.
This pit shall be closed type and waterproof construction with necessary manholes and
rungs etc. for maintenance purposes.

3.35.0 The size of the oil collecting pit shall be adequate to accommodate the full quantity of oil
contained in the largest transformer including rain water and mulsifier water required for
the biggest transformer and to ensure that no oil/mulsifier water remains in the
transformer soak pit/drain pipes and the level of soak pit shall be accordingly decided.

3.36.0 The size of RCC pipes to be used for connecting the soak pit of the transformers to the
central oil collecting pit shall not be less than 300 mm diameter and shall be of class NP4
conforming to IS:458 (latest) as per recommendations of Tariff Advisory Committee.

3.37.0 The central oil collecting pit shall have provision for installing 2 nos. of 100% capacity
sump pumps with all accessories like suction and discharge pipes for transferring
discharge to oil water separator such that each pump can pump oil/rain water/emulsifier
discharge of the biggest transformer in the switchyard. A suitable size RCC oil water
separator shall be designed and provided by the Contractor in a manner that oil would be
separated from water and same shall be retained in oil water separator while water shall
be disposed off to the nearest storm water drain.

3.38.0 Suitable drainage arrangement shall be designed and provided by the Contractor to drain
off the rainwater quickly and efficiently from switchyard area. For this purpose, the yard
shall be sloped away from control building and also from cable trenches, so as to prevent
ingress of rainwater into them.

3.39.0 All surface drains shall be constructed with brick masonry in cement-sand mortar 1:5 (1
cement : 5 Coarse sand) and these shall be plastered inside with cement sand mortar 1:3
(1 cement : 3 fine sand). The thickness of plaster shall be not less than
12 mm. The bricks to be used for the construction of drains shall be of class 70
conforming to relevant IS Code. The longitudinal slope of drains shall be so decided that
there is no accumulation of silt in the drains and rainwater is disposed off as quickly as
possible without causing any flooding in the switchyard area. However, the slope of
drains shall not be lesser than 1:1000. Run-off co-efficient of 1 shall be considered for
concrete surface and 0.6 for unpaved gravel pitched surface.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 23
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.40.0 The minimum width of any drain shall not be less than 450 mm and depth of drain shall
not be less than 300 mm.

3.41.0 All internal roads shall be of 4 m wide and shall be designed and constructed to suit soil
parameters furnished in the soil investigation report and shall be terminated at the
boundary / fence.

3.42.0 Grading of concrete

Unless required otherwise, cement used shall be Ordinary Portland Cement 43 grade
conforming to IS 8112. Special cement, as appropriate, shall be used for structures, or
portions of structures, exposed to chemicals. All structural concrete shall be design mixes.
Ready mix concrete may be used where feasible, minimum cement content shall be 350
kg/m3 of concrete unless otherwise specified in the detailed soil investigation report.

The following grades of concrete as per IS : 456 shall be adopted for the type of structures
noted against each.

M 35 - RCC structures below ground (min).

M 30 - RCC structures above ground (min).

1:3:6 - Base slab of drains

1:4:8 - Mud mat

CM 1 : 1 - Grout for all structures

3.43.0 Clear Cover

Clear cover to reinforcement shall be as follows :

Top Bottom Sides


mm mm mm

Piles 75 75 75

Footings / Pile caps 50 75 50

Column / Pedestal 40 40 40

Slab 25 25 25

Grade Beam 40 40 40

Beam above (±)0.000 25 25 25

Lintel beams 20 20 20

Precast units 25 25 25

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 24
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.44.0 All reinforcement shall be of high yield strength deformed bars confirming to IS :
1786 (Minimum yield strength - 415 N/mm²).

3.45.0 Minimum thickness of structural elements

The following minimum thickness shall be followed :

a. Roof slab 125 mm

b. Ground floor slab (non - suspended) 150 mm

c. Water Retaining Slab / Walls 200 mm

d. Cable / Pipe Trenches / Underground pit / 125 mm


Launder walls and base slab

e. All footings (including raft foundations) 250 mm

f. Parapets / Chajjas 125 mm

h. Precast louvers / fins 50 mm

i. Precast trench cover slabs / floor slabs 100 mm

j Precast trench covers with vehicular load 200 mm

k. Paving 100 mm

l. Paving with vehicular load 200 mm

3.46.0 Pile foundation, if adopted, shall be of cast-in-situ bored piles as per IS:2911. The
minimum diameter of piles shall generally be 450 mm. The allowable load capacity of the
pile in vertical compression shall be limited to its structural capacity where capacity from
soil indicates higher capacity. The uplift and lateral capacities shall be restricted to 20%
and 5% respectively of the allowable load capacity in vertical compression. However, the
pile capacities to be adopted shall be the least of the estimated design values and that
obtained from the pile load test. Maximum permissible lateral deflection at pile head shall
be 5 mm. A minimum of two pile group shall be provided below every column /
foundation unless the pile caps are tied together to act as a unit. Only straight piles shall
be used. The actual length of pile shall in no case be less than the design length.

3.47.0 The switchyard control room shall be a single storeyed RCC framed brick clad structure.

3.48.0 The finishes of the control room shall be in accordance with C5 Annex 1

3.49.0 For movements of panels suitably sized double leaf aluminium glazed doors shall be
provided. Windows shall be of sliding type with powder coated aluminium glaze using
6mm thick sheet glass in all accessible areas and fixed windows with powder coated
aluminium glaze using 6mm thick sheet glass in all non-accessible areas.

3.50.0 The finished formation levels, layers of gravel, levels of foundation plinth, cable trench
tops, as applicable shall be such as to ensure the perfect matching of these items with

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 25
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

corresponding items of existing installations. The connection of the drains, trenches, etc.,
with the battery limits shall be properly coordinated with the power plant systems.

3.51.0 A minimum of 100 mm thick crushed stone shall be spread in the switchyard area
extending one meter beyond the fence. Before laying gravel fill, the top layer of soil shall
be treated suitably by injecting approved anti weed chemicals as per manufacturers’
recommendation. The bidder shall submit for approval the details of chemical proposed
to be used along with the bid and before application of the same.

A double swing gate of adequate width (minimum 3.5 m wide) and a wicket gate shall be
provided. Gates shall be of 2.5m height and should not be self- locking. Fencing of 2.5 m
height (chain link fencing) including 3 strands of barbed wire on top shall be provided.

3.52.0 The trench shall be covered with precast R.C.C. cover of suitable thickness and joints
shall be pointed with cement mortar 1:3 to prevent entry of rain water from top.

3.53.0 Sunshade of 600mm projection with a minimum thickness of 100mm has to be provided
for doors and windows exposed to sun.

3.54.0 Where ever provision for Air conditioner has been specified an A.C opening or frame has
to be provided in the wall.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 26
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION – C4
TECHNICAL SPECIFICATIONS

SECTION-C4.1
TECHNICAL SPECIFICATION FOR FABRICATION &
ERECTION OF SWITCHYARD STRUCTURE

1.0.0 SCOPE

This specification covers the requirements in respect of materials, workmanship and


quality for supply, fabrication, galvanising, inspection, testing, and erection of
structural steel work for switchyard structures.

2.0.0 CODES & STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in


their latest editions as published by the Bureau of Indian Standards and all other such
as may be published by them during the currency of the contract, shall govern in
respect of design, workmanship, quality and properties of materials and methods of
testing. Some of the relevant available codes are listed hereunder:

IS:800 Code of Practice for use of structural steel in general building construction.

IS:802 Code of practice for use of structural steel in overhead transmission line
towers

IS:806 Code of Practice for use of steel tubes in general building construction.

IS:808 Rolled steel beams, channels and angle sections

IS:813 Scheme of symbols for welding

IS:1161 Steel tubes for structural purposes.

IS:1367 Technical Supply Conditions for Threaded Steel Fasteners

IS : 209 Zinc Ingot

IS:1367 Technical supply conditions for threaded steel fasteners

IS:1573 Electroplated coatings for zinc on iron and steel

IS:1852 Rolling and cutting tolerances for hot-rolled steel products.

IS:2016 Plain washers

IS:2062 Steel for general structural purposes

IS:2633 Methods of testing uniformity of coating on zinc coated articles

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 27
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS:3063 Spring washers for bolts, nuts and screws

IS:4759 Hot dip zinc coatings on structural steel and other allied products

IS:6610 Heavy washers for steel structures

IS:6639 Hexagon bolts for steel structures

IS:7205 Safety code for erection of structural steel work

IS:7215 Tolerances for fabrication of steel structures

AISC American Institute of Steel Construction Specification for the Design,


Fabrication and Erection of Structural Steel for Buildings

3.0.0 DRAWINGS AND LISTS

3.1.0 Unless otherwise stated, the Contractor shall be responsible for all necessary lists
such as indents, rivet and bolt lists, material lists, Dispatch lists and lists for all
bought out items.

3.2.0 Fabrication work shall not be taken in hand until the relevant shop drawings have been
approved by the Engineer. The Contractor shall take into account any revisions in
drawings furnished by the Engineer at no extra cost.

4.0.0 MATERIALS

4.1.0 Structural steel

All structural steel shall be of tested quality. Rolled steel sections and plates shall
conform to IS:2062. Steel tubes where used for equipment support structure shall
conform to IS:1161.

4.2.0 Bolts and nuts

All bolts and nuts shall be galvanised of mild steel and shall confirm to IS : 6639. Unless
shown or specified all bolts and nuts shall be hexagonal. All nuts shall fit tight.
Mechanical properties shall conform to property class 4.6 and 4 of IS:1367 for bolts and
nuts respectively.

4.3.0 Washers

Plain washers shall be made of mild steel, unless otherwise specified and shall conform
to IS:2016. Spring washers shall be provided for those parts which carry dynamic loads
and where black bolts for connections are permitted. Heavy washers shall conform to
IS:6610 and spring washers to IS:3063.

4.4.0 Electrodes

Mild steel electrodes shall conform to IS:814 and high tensile steel electrodes to
IS:1442. The Contractor shall furnish to the Engineer a certificate issued by the
manufacturer to the effect that the electrodes supplied are in accordance with the

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 28
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

above specifications. For welding in any particular position, the electrodes used
shall be those recommended by the manufacturer for use in that position.

4.5.0 Galvanising

Galvanising of switchyard structures shall conform to IS:4759.

4.6.0 Other Materials

Other materials used in association with steel work shall comply with the appropriate
Indian Standard specifications.

4.7.0 General requirements regarding supply of materials by Contractor

4.7.1 Before ordering bought out items, special accessories, equipment etc. and
materials of any description, the Contractor and his sub Contractors shall submit, the
names of the proposed manufacturers or suppliers together with the specification of the
materials for the approval of the Engineer and shall, thereafter, send copies of the
orders to the Engineer.

4.7.2 In addition to the special provisions made hereafter as to the sampling and
testing of materials by particular methods, samples of materials and workmanship
proposed to be employed in the execution of the works comprised in this Contract may
be called for any time by the Engineer and when so called for by the Engineer, the same
shall be furnished by the Contractor free of cost without delay. The samples, when
approved, shall be kept by the Engineer who shall reject all materials or
workmanship not in conformity with the quality and character of the approved
samples. Suitable labeled boxes for the storage of the said samples shall be provided by
the Contractor free of cost.

4.7.3 The Contractor shall furnish to the Engineer the following certificates, if required,
before commencement of fabrication :

i) A certificate stating the process of manufacture and chemical


composition of the steel supplied.

ii) Test certificates by the manufacturer giving the results of each of the specified
mechanical tests applied to the structural steel, bolts, nuts and washers and the
chemical composition of the same.

5.0.0 FABRICATION

5.1.0 Workmanship

5.1.1 General

All workmanship shall be equal to the best practice in modern structural shops.
Greatest accuracy shall be observed in the manufacture of every part of the work and all
similar parts shall be strictly interchangeable.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 29
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.1.2 Templates

Templates used throughout the work shall be all steel, steel bushed in such cases as the
Engineer may consider necessary. In cases where actual materials have been used as
templates for drilling similar pieces the Engineer shall decide whether they are fit to be
used as parts of the finished structure.

5.1.3 Straightening

All materials shall be straight and if necessary before being worked shall be
straightened and/ or flattened by pressure unless required to be of curvilinear form and
shall be free from twists.

5.1.4 Clearance

The erection clearances for cleated ends of members connecting steel to steel should
preferably be not greater than 2.0 mm at each end. The erection clearance at ends of
beams without web cleats should be not more than 3 mm at each end, but where for
practical reasons greater clearance is necessary, suitably designed seatings should be
provided.

5.1.5 Shearing, flame cutting and planing

5.1.5.1 Shearing or flame cutting may be used at the Contractor's option provided that a
mechanically controlled cutting torch shall be used for the flame cutting and that the
resulting edge shall be reasonably clean and straight. Sheared members shall be free
from distortion at sheared edges.

5.1.5.2 The edges and ends of all flange plates and web plates of plate girders and built-up
columns of plates forming chords or web members of lattice girders and all cover
plates, the ends of all angles, tees, channels and other sections forming the flanges of
plate girders and columns and chords and web members of lattice girders shall be planed.

5.1.5.3 The ends of all stiffeners shall be planed or ground to fit tightly between the main
angles or flanges. Care shall be taken to ensure a full bearing of the stiffeners at the
supports and at other points where concentrated load is applied. The ends shall not be
drawn or caulked.

5.1.5.4 The butting surfaces at all joints of girders or columns shall be planed so as to butt in
close contact throughout the finished joint.

5.1.5.5 The ends of all built-up girders and of all columns shall be faced. The bearing surfaces of
all slabs and plates for caps and bases of columns and for seatings for heavy girders
shall be machined.

5.1.5.6 Unless clean, square and true to shape, all flame cut edges shall be planed.

5.1.5.7 Cold sawn ends if reasonably clean and flame cut ends of sections not inferior to
sawn ends in appearance need not be planed except for butting ends.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 30
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.1.6 Holing

5.1.6.1 Holes for black bolts shall be not more than 1.5 mm larger than the nominal diameter
of the bolt, unless specified otherwise. All holes, except as stated hereunder shall be
drilled to the required size or sub-punched 3 mm less in diameter and reamed
thereafter to the required size. All matching holes for black bolts shall register so that
a gauge 1.5 mm less diameter than the hole can pass freely through the members
assembled for bolting. All holes for turned and fitted bolts shall be drilled and
reamed, if necessary, to a tolerance of only plus 0.13 mm unless specified otherwise.
When the number of thicknesses to be riveted exceeds three or the total thickness is 90
mm or more, the holes shall be drilled or reamed in position after assembly, except when
steel-bushed jigs are used. The parts shall be firmly bolted together during such block
drilling and taken apart for removal of burrs after drilling.

5.1.6.2 Holes in purlins, side sheeting, runners, packing plates and lacing bars may be punched
full size.

5.1.6.3 All punching and sub-punching shall be clean and accurate and all drilling free from
burrs. No holes shall be made by gas cutting process.

5.1.7 Assembly

5.1.7.1 All parts assembled for bolting shall be in close contact over the whole surface and all
bearing stiffeners shall bear tightly at both top and bottom without being drawn or
caulked.

5.1.7.2 The component parts shall be so assembled that they are neither twisted nor otherwise
damaged and specified cambers, if any, shall be provided.

5.1.8 Bolting

Bolted construction shall be permitted only in the case of field connections. Unless
otherwise specified, faces of heads and nuts bearing on steel work shall be machined.
All such bolts shall be provided with washers having a hole of 1.6 mm larger in
diameter than the barrel of bolt and thickness not less than 6.5 mm so that the nut,
when tightened, shall not bear on the unthreaded body of the bolt. In all cases, where
the full bearing area of the bolt is to be developed, the threaded portion of the bolt
should not be within the thickness of the parts bolted together. The threaded portion of
each bolt shall project through the nut by at least one thread. Tapered washers shall be
provided for all heads and nuts bearing on levelled surface.

5.2.0 Welding

The welding and the welded work shall conform to IS:816 unless otherwise specified.
All welding shall be restricted to shop and shall involve base plates, gussets etc. only.

5.3.0 Galvanising

5.3.1 General

Structural steelwork for switchyard or other structures as may be specified in the


Contract shall be hot dip galvanised in accordance with IS : 4759.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 31
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.3.2 Surface Preparation

5.3.2.1 All members to be galvanised shall be cleaned, by the process of pickling of rust, loose
scale, dirt, oil, grease, slag and spatter of welded areas and other foreign substances
prior to galvanising. Pickling shall be carried out by immersing the steel in an acid
bath containing either sulphuric or hydrochloric acid at a suitable concentration and
temperature. The concentration of the acid and the temperature of the bath can be varied,
provided that the pickling time is adjusted accordingly.

5.3.2.2 The pickling process shall be completed by thoroughly rinsing with water, which should
preferably be warm, so as to remove the residual acid.

5.3.3 Procedure

5.3.3.1 Galvanising shall be carried out by hot dip process in a proper and uniformly heated bath.
It shall meet all the requirements when tested in accordance with IS:2633 - Methods of
Testing Weight, Thickness and Uniformity of coatings on hot dipped galvanised articles.
The zinc coating shall be uniform, clean and of a standard thickness on the entire surface
of the material galvanised. The acceptable values of the coating of zinc on the steel
materials shall be in accordance with Table No. I below :

Kind of material Coating


Average Value
Structural steel members Over 910 gm/m²
except bolts, nuts and
washers.

For Bolts, nuts and washers Over 750 gm/m²

5.3.3.2 The surface preparation for galvanising and the process of galvanising itself, shall not
adversely affect the mechanical properties of the materials to be galvanised. Where
members are of such lengths as to prevent complete dipping in one operation, great
care shall be taken to prevent warping.

5.3.3.3 Materials on which galvanising has been damaged shall be acid stripped and re-
galvanised unless otherwise directed, but if any member becomes damaged after
having been dipped twice the same shall be rejected. Special care shall be taken not to
injure the skin on galvanised surfaces during transport, handling and erection. Damages,
if any, shall be made good in accordance with the provisions of this specification or
as directed by the Engineer.

5.4.0 Marking, packing and dispatching

5.4.1 Each piece shall be distinctly marked before delivery, in accordance with an
approved marking diagram and shall bear such other marks as will facilitate erection.
For easy identification at site, a small distinguishing mark for each building shall be
painted on each end of every member before dispatch from fabrication shop. The
fabricated steel work shall be dispatched in such portions as may be found convenient for
erection or as ordered by the Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 32
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.4.2 All projecting plates or bars and all ends of members at joints shall be stiffened, all
straight bars and plates shall be bundled, all screwed ends and machined surfaces shall be
suitably packed and all rivets, bolts, nuts, washers and small loose parts shall be packed
separately in cases so as to prevent damage or distortion during transit.

6.0.0 INSPECTION AND TESTING

6.1.0 The Engineer shall have free access at all times to those parts of the manufacturer's
works which are concerned with fabrication of the steel work and shall be afforded all
reasonable facilities for satisfying himself that the fabrication is being undertaken in
accordance with the provisions of this specification.

6.2.0 Unless specified otherwise, inspection shall be made at the place of manufacture prior
to despatch Tolerance for fabricated structures shall be as per IS:7215.

6.3.0 Should any structure or part of a structure be found not to comply with any of the
provisions of this specifications, it shall be liable to rejection. No structure or part of
the structure, once rejected shall be resubmitted for test, except in cases where the
Engineer considers the defect as rectifiable.

6.4.0 Defects which may appear during fabrication shall be made good with the consent of
and according to the procedure laid down by the Engineer.

6.5.0 All gauges and templates necessary to satisfy the Engineer shall be supplied by the
manufacturer.

6.6.0 The Engineer may, at his discretion, check the test results obtained at the manufacturer's
works by independent tests at the Government Test House or elsewhere, the costs of
such tests shall be borne by the Contractor

6.7.0 Before dispatch from fabrication shop, proto type of each structure shall be shop
assembled and checked for fabrication tolerance. Also if ordered, by the Owner, the
same shall be presented for inspection.

7.0.0 ERECTION

7.1.0 General

7.1.1 The material shall be verified with marking on the marking plan or shipping lists
which shall be supplied by the Contractor.

7.1.2 Any material found damaged or defective shall be stacked separately and the damaged
or defective portions be painted in distinct colour. Such material is to be dealt with
under the orders of the Engineer without delay.

7.1.3 The field assembling of the component parts of a structure shall involve the use of
method and appliances not likely to produce injury by twisting, bending or otherwise
deforming the metal. No member slightly bent or twisted shall be put in place until the
defects are corrected and members seriously damaged in handling shall be rejected.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 33
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

7.1.4 All small bends or twists received by members shall be rectified before such members are
put in place; any serious bends or damage shall be reported at once to the Engineer
by the Contractor for instructions. The straightening of bent edges of plates, angles
and other shapes shall be done by methods not likely to produce fracture or other
injury.

7.1.5 Following the completion of the straightening of a bend or buckle, the surface of the
metal shall be carefully inspected for evidence of incipient or other fractures.

7.2.0 Setting Out

The Contractor shall assume full responsibility for the correct setting out of all steel
work and erecting it correctly as per alignment and levels shown on the drawings and
plumbing of vertical members. Datum points will be fixed by the Engineer near the
work site. Notwithstanding any assistance rendered to the Contractor by the
Engineer, if at any time during the progress of the work any error should appear to arise
therein, on being required to do so, the Contractor at his own cost shall remove and
amend the work to the satisfaction of the Engineer.

7.3.0 Field bolting

7.3.1 All relevant portions in respect of bolted construction of the Specification for
Fabrication of Structural Steel work shall also be applicable for field bolting in addition
to the following.

7.3.2 Bolts shall be inserted in such a way so that they may remain in position under gravity
even before fixing the nut. Bolted parts shall fit solidly together when assembled and
shall not be separated by gaskets or any other interposed compressible materials.
When assembled, all joint surfaces, including those adjacent to the washers, shall be
free of scales except tight mill scales. They shall be free of dirt, loose scales, burns,
and other defects that would prevent solid seating of the parts.

7.3.3 Tolerances applicable in the fit of the bolts shall be in accordance with relevant Indian
Standard Specifications. All other requirements regarding assembly and bolt tightening
shall be in accordance with this Sub-Clause.

7.4.0 Bedding, grouting and Dry pack

7.4.1 Bedding shall be carried out with cement grout or mortar having a compressive strength
of 250 kg per sq cm at 28 days for main column bases and 200 kg per sq cm at 28 days
for secondary column bases. For the main column the Contractor shall provide screed
bars of mild steel flats and fix them in mortar. The Engineer will be the sole authority
in deciding "main" and "secondary" columns and his decision in this matter will be
binding on the Contractor within the terms of this contract.

7.4.2 The bedding shall not be carried out until a sufficient number of columns has been
properly aligned, levelled and plumbed and sufficient girders, beams, trusses and
bracings are in position to the satisfaction of the Engineer.

7.4.3 Immediately before grouting, the space under the base plate and around bolts shall be
thoroughly cleaned and made free from excessive moisture.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 34
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

7.4.4 The grout or mortar shall be mixed as thick as possible consistent with fluidity and
shall be poured under pressure with pressure grouting machine, until the space has
been filled with mortar.

7.4.5 The space between bottom of base plate and top of concrete surface shall be filled with
dry pack cement mortar of 1:1.5. The dry pack mortar shall have water cement ratio such
that it can be rolled into a ball. The mortar is packed by means of wooden stick head from
one end to other of base plate.

7.5.0 Correction of misfits

7.5.1 Correction of minor misfits, a reasonable amount of reaming and cutting of excess-stock
from rivets will be considered a legitimate part of the erection.

7.5.2 Any error in shop work which prevents the proper assembling and fitting up of parts by
the moderate use of drift pins or a moderate use of reaming and slight chipping or
cutting shall immediately be reported to the Engineer and his approval of the method
of correction obtained.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 35
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.2
TECHNICAL SPECIFICATION FOR EARTHWORK
IN EXCAVATION & BACKFILLING

1.0.0 SCOPE

This specification covers the requirement of site clearing, excavation, conveyance,


disposal & backfilling in all types of soil for foundations, basements, trenches, drains,
culverts including necessary shoring, dewatering, protective fencing etc.

The work to be provided for by the Contractor unless otherwise specified shall include
furnishing all labour, supervision, services, materials, scaffolds, equipment, tools and
plants transportation etc.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards shall govern in respect of
design, workmanship, quality and properties of materials and method of testing. Some of
the relevant available codes are listed hereunder :

IS:1200 Part 1 - Method of Measurement of building and engineering works - Earth


work

IS:1498 Classification and identification of soils for general engineering purposes

IS:2720 Methods of test for soils (Relevant Part)

IS:3764 Excavation works - Code of safety

IS:4081 Safety code for blasting and related drilling operations

IS:9759 Guidelines for dewatering during construction

SP-27 Handbook of Method of Measurement of Building Works

3.0.0 SETTING OUT

Contractor shall prepare and submit for approval, design and working drawings showing
the approaches, slopes, berms, shoring, sheet piling, sumps for de-watering, space for
temporary stacking of spoils, disposal area, fencing etc. as may be requested by the
Engineer.

The work shall be set out to exact dimensions as shown on the drawings and shall be
checked and approved by the Engineer before commencement of excavation.

In firm soil, the sides of excavation in foundations shall be kept vertical up to a depth of
1.5 m from the bottom and for greater depths the sides shall be widened by forming steps
of 300 mm on either sides after every 1.5m from the bottom. Where soil is soft, loose or
slushy, the width of steps shall be suitably increased or the side sloped or shored up, as
directed by the Engineer. Working space shall be approved by the Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 36
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

In case of excavation for pipes, the authorized width of excavation shall be 600 mm plus
outer diameter of pipe or the width of bedding as shown in the drawing whichever is
higher, upto a depth of 1.5 m. For higher depths, the width shall be widened by forming
steps of 300 mm on either side after every 1.5 m from the bottom.

4.0.0 INITIAL LEVELS

Initial levels either in a definite grid pattern or as directed by the Engineer shall be taken
by the Contractor jointly with the Engineer over the original ground prior to starting
actual excavation work and after setting out. These initial levels will be used for
preparing cross-section for volume measurement or for cross-checking the depths
obtained from tape measurements.

5.0.0 CLEARING AND GRUBBING ETC.

The area to be excavated shall cleared out of trees, logs, stumps, bush, vegetation,
rubbish, slush etc. and leveled up. Trees upto 300 mm girth shall be uprooted. Trees
above 300 mm girth shall be cut upto 600 mm below ground level. Useful materials,
saleable timber shall be the property of the Owner and hence shall be handed over. All
the spoils and unserviceable materials and rubbish shall be burnt or removed from site to
approved disposal areas as may be specified.

6.0.0 EXCAVATION AND CUTTING

The Contractor shall excavate, remove materials of any nature or description which may
be encountered and excavate to depths, widths and inclinations as shown on the drawings
and/ or as directed. The bed of the excavation shall be made level and firm by watering
and ramming. The Contractor shall not remove any tree without permission.

Undercutting shall not be permitted, Sides of excavation shall be cut sharp true to line.

When machines are used for excavation, the last 300 mm before reaching the required
level shall be excavated manually or by such equipment that the soil at the required final
level will be left in its natural condition.

While carrying out excavation for drain work, the sides and bottom shall be cut to the
exact shape, slope and gradient as shown on the drawings. The surface shall be properly
dressed. Excavated material shall not be placed within 1.5 m from the edge of any
excavation or half of trench depth whichever is more.

7.0.0 EXCAVATION IN ROCK

Blasting where permitted shall be carried out as specified in IS:4081. Where blasting is
prohibited, rock excavation shall be by chiseling, wedging or any other approved method.

Contractor shall construct and maintain magazine of adequate capacity adhering standard
safety norms for storing of explosives required for blasting work.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 37
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

8.0.0 VARIATION IN EXCAVATION

8.1.0 Bad Soil

Should the bottom of any excavation at design depth appear to be soft, unsound or
unstable, the Contractor shall report the matter to the Engineer and if the Engineer so
directs, shall excavate the same to indicated depths. The extra depth shall be filled up
with concrete or such other materials as the Engineer shall direct. Such extra excavation
and filling shall be paid for at appropriate item rate.

8.2.0 Excavation Too Deep

If the Contractor excavates to levels deeper than those shown on drawings for any reason
other than those stated in Clause 8.1.0, he shall fill it up at his own expense to the proper
level with lean concrete 1:4:8 or compacted sand filling as directed. No payment will be
made for excavation taken down to depths more than those shown on the drawings or for
the filling carried out as directed.

8.3.0 Slips and Falls

Every precaution shall be taken against slips and falls of earth, clay, sand or other
materials in the excavations, but in the event of any such occurring, the Contractor shall at
his own expense make good the space affected by slips or falls even if the affected area is
outside the dimension of the work ordered.

The Engineer will determine in each case whether such affected area is to be filled up in
whole or in part with concrete, brickwork or masonry of the quality used in the adjoining
work or where only a part is to be so filled, the materials to be used for this remaining
part.

If in the opinion of the Engineer there is a possibility of the newly constructed work
having been damaged or disturbed by such collapse, the work shall be laid bare at the
expense of the Contractor for inspection. Any damage caused shall be made good by the
Contractor, at his own expense.

8.4.0 Soil/Sub-soil Water Condition

Boring and sub surface data regarding the nature of soil, sub-soil water furnished to the
Contractor shall be taken as guidance only and variation there from shall not affect the
terms of Contract. The Contractor must satisfy himself regarding the character and
volume of all work under this item and expected surface, and/or sub-soil water to be
encountered.

9.0.0 KEEPING WORKS SITE FREE FROM WATER

Pumping

The Contractor shall provide and operate pumps and all other equipment necessary to
drain the sub-soil water, rain water etc. to the nearest sewer or drain through properly laid
pipes or channels and keep excavation pits, trenches etc. free from water at all times
during excavation, backfilling and the continuance of the contract. Adequate care shall be
taken to prevent movement of water through freshly laid concrete or masonry work.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 38
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Sumps made for dewatering shall be kept clear of the foundation. Method of dewatering
shall be approved by the Engineer and no extra claim shall me made for dewatering the
foundations and subsoil, but in no case the pumping arrangement shall be such that there
is any movement of sub-soil or blowing-in due to differential head of water during
pumping.

10.0.0 PROTECTION OF WORK

The Contractor shall support and maintain adjoining and abutting property and structures
to render work safe to persons and property.

The Contractor shall provide necessary decking, guard, fencing, planking with red flags
and red lights at night to maintain safe pedestrian and vehicular traffic near all open
excavations.

The Contractor shall provide and maintain proper approaches for workmen and for
inspection. The roads and approaches around the excavated pits should be kept clear at
all times so that, there is no hindrance to the movement of men and materials and
equipment of other agencies connected with the project.

11.0.0 SHORING AND STRUTTING

Shoring and strutting shall be used as directed when excavation is to be carried out in soft
or slushy soil which is likely to collapse during the excavation of the work. The shoring
shall be either open or close boarded type depending on the nature of the soil and depth of
excavation and the type adopted shall be as directed by the Engineer. While excavating
in very unstable ground requiring support throughout the period of excavation, runners
shall be used and shall be driven always in advance of the excavation. The size and
spacing of different members to be used in shoring shall be as directed by the Engineer,
depending on the site conditions. If however slips do occur, the same shall be removed
by him and backfilled later by him at his own expense. The withdrawal of shoring &
shoring material shall be done very carefully to prevent the collapse of pit or trench. No
claim shall be entertained for any material which cannot be removed and is lost or buried.

12.0.0 DISPOSAL

The excavated earth shall be disposed off in the following manner or as directed by the
Engineer :

i) By keeping separately the materials suitable for backfilling/area filling and


material not suitable at areas to be designated by the Engineer but within the
stipulated lead.

ii) The excess material remaining after back-filling/area filling shall be spread
evenly so as to allow natural flow of water in the area.

13.0.0 BACKFILLING AND FILLING IN PLINTH

Earth used for filling shall be free from organic and other objectionable matter. As far as
possible, materials obtained from excavation in foundation shall be used. The earth shall
be basically CNS soil (Cohesive Non-Swelling Soil). All clods of earth shall be broken

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 39
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

or removed. Where excavated material is mostly rock, the boulders shall be broken into
pieces not bigger than 150 mm in size and mixed with fine materials consisting of
decomposed rock, moorum or earth and the mixture shall be used for filling. Highly
expansive soils like black cotton soil shall not be used for filling. Sand if used for filling
shall be free from dust, organic and other objectionable matter and shall not contain more
than 10% of clay.

Fill materials shall not be dropped directly upon or against any structure or facility where
there is danger of displacement or damage. Filling shall be started after the concrete /
masonry has fully set and shall be carried out in such a manner so as not to cause any
undue lateral thrust on any part of the structure.

All space between foundation (concrete or masonry) and the sides of excavation shall be
filled to the original surface after making allowance for settlement. Fill shall be placed in
horizontal layers not exceeding 200 mm loose thickness. Each layer shall be watered and
compacted with proper moisture content and with such equipment as may be required to
obtain a compaction / density not less than 95% of maximum density as obtained from
standard proctor compaction test. Trucks or heavy equipment for depositing or
compacting fill shall not be used within 1.5 metres of building walls, piers, or other
facilities which may be damaged by their weight or operation. The methods of
compaction shall be subject to the approval of the Engineer. Pushing of earth for filling
shall not be adopted under any circumstances.

Fill adjacent to pipes shall be free of stones, concrete etc. When filling has reached the
appropriate level, the area shall be flooded with water for a minimum period of 24 hours
to allow the fill to settle. The filling shall be allowed to dry and then compacted and
dressed to the required level.

All filling work shall be finished with a top earth cushion consisting of locally available
soil / excavated earth of specified thickness overlying the ash / earth fill.

Filling in trenches for pipes shall be commenced as soon as the joints of pipes have been
tested and passed. Filling of trenches shall be carried out simultaneously on both sides of
pipes to avoid unequal pressure on the pipe. The earth shall be spread on the sides and
top of the pipes in layers not exceeding 200 mm (uncompacted thickness), watered,
rammed and consolidated, taking care that no damage is caused to the pipe below.

14.0.0 TESTING AND ACCEPTANCE CRITERIA

14.1.0 Excavation

On completion of excavation, the dimensions of the pits will be checked as per drawings
after the pits are completely dewatered. The work will be accepted after all under-cuts
are set right all over excavations are filled with lean concrete or compacted earth as
directed and all necessary shoring strutting done, all temporary approaches to the bottom
of trenches provided, all to the satisfaction of the Engineer.

14.2.0 Backfilling /Plinth Filling

All filling shall be done to the compaction not less than 95% of maximum density as
obtained from standard proctor compaction test. The backfilling work will be accepted
only after the Engineer is satisfied with the degree of compaction.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 40
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.3
TECHNICAL SPECIFICATION FOR PILING

1.0.0 PILING

1.1.0 Codes and Standards

IS:456 Code of practice for plain and reinforced concrete.

IS:2911 Code of practice for design and construction of pile foundations

1.2.0 Materials

Cement shall conform to IS:269 or IS:455 or IS:6909. Steel shall conform to IS:432 (Part
I), IS:1139, IS:1786 or IS:226. Bentonite shall conform to Appendix-A of IS:2911 (Part
I/Section-2) 1979.

1.3.0 Workmanship

Piles shall be cast-in-situ reinforced concrete bored piles capable of being tested for
bearing capacity after 28 days of casting. Workmanship shall generally conform to
IS:2911 (Part I/Section-2) 1979 and the tests shall be conducted in accordance with part-
IV of IS:2911.

1.3.1 Boring

The piles shall be carefully and accurately positioned and formed by boring or grabbing
the earth out for subsequent filling of hole with concrete. In general, the hole shall be
kept cased with a lead-in tube to prevent ingress of soil. In soils, which are liable to flow
into the borehole, the bottom of the casing shall be kept sufficiently lower than the level
of the boring to prevent the boring to prevent the inflow of soil and the formation of
cavities in the surrounding ground. Alternatively, the inflow of ground water and soil
shall be controlled by the use of a head of water slurry shall be kept at least one meter
above the standing water level.

Boring shall be continued until an appropriate strata/ level of forming the piles as directed
by the Engineer is reached. On reaching the level, borehole shall be cleaned and concrete
operation shall be commenced.

1.3.2 Cast-in-situ Driven Piles

Cast-in-situ concrete driven piles shall be installed by driving a metal casing with a shoe
at the tip and displacing the material laterally. The metal casing shall be of sufficient
thickness and strength to hold its original form and show no harmful distortion after it and
adjacent casing have been driven and the driving core. The cast- in-situ concrete driven
piles shall be installed using a properly designed detachable shoe at the bottom of the
casing. During installation of the piles the final set of penetration of the pile per blow of
hammer shall be checked taking the average of last 10 blows. The concrete in piles shall
be cast upto minimum height of 600 mm above the designed top level, which shall be
stripped off at the time of construction of pile cap.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 41
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.3.3 Concreting

Materials and methods of manufacture of cement concrete shall in general be in


accordance with the method of concreting under the conditions of pile installation.
Consistency shall be suitably adjusted to the mode of placement, the slump of concrete
being between 100 and 180 mm in water free bores having widely spaced reinforcement
and between 150 and 180 mm for placing in drilling mud by tremmie.

1.3.3.1 Precautions in concreting

At all stages of work care shall b taken to prevent voids in concrete. Reinforcement shall
not be allowed to distort or displace. Volume of concrete shall be checked at frequent
intervals to maintain a sufficient head of concrete above the bottom of the withdrawing
casing tube. When concreting under water or drilling mud, an efficient tremmie
technique for placement of concrete shall be employed. If tremmie concreting is adopted,
the bottom of borehole shall be cleared of all accumulated sand, muck and loose materials
by controlled airlift flushing with fresh bentonite slurry. Concrete shall be done in one
continuous operation.

1.3.4 Withdrawal of casings

Extraction of casing shall be done in such a way that no necking or shearing of the
concrete in the shaft takes place.

1.3.5 Sequence of piling

Sequence of piling shall be such that there is no damage caused to the concrete recently
laid in the adjacent piles. Sequence of piling shall be as approved by the Engineer.

1.3.6 Finishing of pile heads

The top level of concrete in the piles shall be brought up sufficiently above the required
finished level or cut-off level to allow for slumping or withdrawal above the cut-off
level for removal of laitance and weak or unconsolidated concrete. Any defective
concrete and the head of the completed pile shall be cut out, made good with new
concrete and well bonded to the old concrete. The top shall be finished smooth and level.

1.3.7 Record of piling

Complete records of boring and concreting process for each pile shall be maintained by
the Contractor and the counter sign of the Engineer obtained. The record shall indicate
the following:

a. the sequence of installation of piles;

b. dimensions and mark of the pile and its reinforcement details;

c depth bored with details of bore long holes as shown in Appendix-D of IS:2911
(Part-I/ Section-2);

d. commencement and completion of concreting;

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 42
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

e. ground water level, cut-off level and working level;

f. when drilling mud is used, the specific gravity of the fresh supply and
contaminated mud in the hole before concreting is commenced;

g. cube strength results of samples taken from each pile; pile test start and
completion dates; any other important observations.

1.4.0 Tolerance in Workmanship

Tolerance limits for the completed piles at the cut-off level shall be given below:

Displacement : Shall not exceed 75 mm in any direction from its true


position shown in the drawings (both vertical & batter
piles)

Verticality : Shall not deviate more than 2 in 100 (vertical piles)

Batter : Shall not deviate more than 2% (about 1o) beyond the
batter prescribed for raker piles

Any pile deviating beyond these limits and/or in a manner that the resulting eccentricity
cannot be taken care of by redesign of the pile cap, then such piles shall either be replaced
or supplemented by one or more additional piles as required. The extra cost of redesigned
pile caps or the supplementary piles shall be borne by the contractor.

1.5.0 Testing of concrete

Concrete shall be tested to ascertain its cube strength at 7 days and 28 days. The number
of piles for which test cubes are to be taken would be as follows:

Pile group No. of piles

2 to 4 1

5 to 8 2

above 8 every 4th pile

1.5.1 Six cubes shall be taken in accordance with IS:1199 for testing a set of three cubes after 7
days and the second set of three cubes after 28 days.

1.5.2 The method of testing concrete cubes shall be as defined in IS:516 and the strength
requirements and acceptance criteria of concrete shall be as specified in IS:456.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 43
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.6.0 Load test on piles

Individual piles or a group of piles shall be tested to one and a half the safe load or to the
load at which the total settlement attains a value of 12 mm or 40 mm for single piles or
group respectively, whichever is earlier.

1.6.1 The loading shall be done by reaction form the kentledge of adequate capacity for the full
test load. Test pit shall be excavated by open excavation through all types of soils and
disintegrated rock to required depth. The base of the pit shall be minimum
3 m x 3 m size with adequate side slopes and provisions for shoring, dewatering etc.
The excavated material shall be dumped sufficiently away from the edge of the
excavation so as not to endanger the stability of pit.

1.6.2 The hydraulic jack for transferring the load to the pile shall be of capacity 25% in excess
of the test load and shall be provided with calibrated pressure gauge. The contractor shall
furnish to the Engineer necessary test certificates from approved authorities to certify that
the pressure gauges are calibrated before putting into operation

1.6.3 The deflection dial gauges to measure the settlement of pile shall have 0.02 mm sensitivity
and the reading shall be taken to an accuracy 0.01 mm. There shall preferably be three
dial gauges. The contractor shall furnish to the Engineer necessary test certificates for
each dial from approved authorities before putting the dial gauges into operation.7.6.4
Before any load test is performed the Contractor shall obtain approval of the set-up and
the load from the Engineer. Care shall be taken to ensure that the centre of gravity of
kentledge is on the axis of pile and lead applied by the jack is co-axial with the pile. The
test loads shall be applied in increments of 20% of the assumed safe load.

1.6.5 The pile cap for the selected pile group to be tested shall be cast of a mix capable of
sustaining the test load or preferably of same mix as prescribed for the pile and shall be
preferably level. The pile cap shall be provided such that the required conditions of
actual use are fulfilled. In case of single piles, one M.S. plate 50 mm thick shall be set on
the pile head such that its surface is perfectly horizontal. The hydraulic jack shall be
inserted between the M.S. plate and the kentledge frame. The jack shall be so placed that
the load is transferred centrally to the pile. The dial gauges shall rest at equal distance
around pile/pile cap and shall be fixed to a datum bar whose ends shall rest on immovable
supports. The supports for the datum bar with reference to which the settlement of the
pile will be measured shall be at least 5 d away clear from the piles, where d is the
diameter of the pile, subject to a minimum of 1.5 m.

1.6.6 Each of loading shall be maintained till the rate of movement of the pile top is not more
than 0.1 mm per hour in sandy soils and 0.02 mm per hour in case of clayey soils or a
maximum of 2 hours whichever is greater. For this purpose, the type of soil met at pile
tip shall be considered. The estimated safe load may be maintained for 24 hours and
settlements should be observed every hour during this period.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 44
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.6.7 For each increment, application of load shall be smooth as far as possible. Time and
settlement observations shall be made at the commencement and completion of each
increment load is kept constant at about 15 minute intervals.

1.6.8 The load on the pile may be removed in one stage by releasing the jack steadily after
completion of the test and rebound observations made for 2 hours.

1.6.9 The load settlement curve shall be drawn for the pile load test conducted. The safe load
on single pile shall be two-thirds of the final load at which the settlement attains the value
of 12 mm, unless it is specified that a total settlement different from 12 mm is permissible
in a given case on the basis of nature and type of structure. In the later case the safe load
shall correspond to actual total settlement permissible.

1.6.10 The safe load on group piles shall be two thirds of the final load at which the total
settlement attains a value of 40 mm.

1.6.11 Recording of Data

The contractor shall keep the following records of all the tests performed and shall obtain
counter signature of the Engineer or his representative.

i) Details of Piles

a. Pile designation/location etc.

b. Date of casting of pile

c. Concrete cube strength in the pile

d. Pile length from cut-off level

e. Description of strata at which the pile was found

f. Pile test commenced on

g. Pile test completed on

ii) Details of Instruments used

a. Make and specification of jack, pressure gauge and dial gauge

b. Capacity of jack

c. Calibration of pressure and dial gauges

d. Design load of pile, description of location and identification marks of


pile

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 45
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

e. Readings for settlement and rebound are to be entered in the following


format

Settle- Settle- Settle-


ment/ ment/ ment/

Time Load Dial-1 rebound Dial-2 rebound Dial-3 rebound Remarks


(1) (2) (3) (4) (5) (6) (7) (8) (9)

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 46
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION C4.4
INTENTIONALLY OMITTED

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 47
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.5
TECHNICAL SPECIFICATION FOR PLAIN AND REINFORCED CONCRETE WORK

1.0.0 SCOPE

This specification covers the requirement in respect of materials, workmanship and


quality for plain and reinforced concrete for all types of structures in foundation and
superstructure.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards and all other such as may be
published by them during the currency of the Contract, shall govern in respect of design,
workmanship, quality and properties of materials and methods of testing. Some of the
relevant available codes are listed hereunder:

Cement

IS:269 Ordinary and low heat Portland cement

IS:4032 Method of chemical analysis of hydraulic cement.

IS:6452 High alumina cement for structural use

IS:8041 Rapid hardening Portland cement

IS:8112 High strength ordinary Portland cement

IS:12330 Sulphate resisting Portland cement

Aggregate

IS:383 Coarse and fine aggregates from natural sources for concrete

IS:2386 Methods of test for aggregates for concrete

IS:2430 Methods of sampling of aggregates for concrete

Concrete Plain and Reinforced

IS:456 Code of practice for plain and reinforced concrete

IS:460 Test sieves

IS:516 Methods of test for strength of concrete

IS:1199 Methods of sampling and analysis of concrete

IS:1607 Methods for test sieving

IS:1834 Hot applied sealing compounds for joints in concrete

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 48
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS:2645 Integral cement water proofing compounds

IS:2750 Steel scaffolding

IS:2974 Code of practice for design and construction of machine foundations

IS:3370 Code of practice for concrete structures for the storage of liquids

IS:9013 Method of making, curing and determining compressive strength of


accelerated cured concrete test specimens.

IS:9103 Admixtures for concrete

IS:9893 Precast concrete lintels and sills

IS:10262 Recommended guidelines for concrete mix design.

IS:10297 Code of practice for design and construction of floors/roofs using pre-cast
reinforced/pre-stressed concrete ribbed or cored slab units.

IS:10566 Methods of tests for pre-formed fillers for expansion joints in concrete paving
and structural construction

IS:10790 Methods of sampling of steel for pre-stressed and reinforced concrete.

Steel

IS:432 Mild steel and medium tensile steel bars and hard-drawn steel wire for
concrete reinforcement

IS:1566 Hard-drawn steel wire fabric for concrete reinforcement

IS:1568 Wire cloth for general purposes

IS:1786 High strength deformed steel bars and wires for concrete reinforcement

IS:2502 Code of practice for bending and fixing of bars for concrete reinforcement

IS:2751 Code of practice for welding of mild steel plain and deformed bars used for
reinforced concrete construction.

3.0.0 MATERIALS

All materials that shall be used for works covered under this specification shall conform
to following standards / specification.

1. Aggregate - Machine crushed blue granite conforming to IS:383

2. Cement - Ordinary Portland Cement conforming to IS:269 of grade 43

- Rapid Hardening Portland Cement conforming to IS:8041

- High strength Ordinary Portland Cement conforming to


IS:8112
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 49
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

- Sulphate Resisting Portland Cement conforming to IS:12330

3. Reinforcement - Conforming to IS:432/IS:1786/IS:1566

4. Embedded plates - Conforming to IS:2062

5. Binding wire - 16 SWG annealed iron wire

6. Joint filler - Approved non extruding, resilient fillers

7. Sand - River or pit sand conforming to IS:2116

8. Water stops - PVC/Rubber/Metallic - GI, Aluminium, copper

9. Admixtures - Conforming to IS:9103

10. Water - Clean, potable conforming to IS:456.

Source of coarse & fine aggregate shall be approved by the Engineer.

The cement has to be tested and test certificates for each consignment of cement procured
have to be submitted by the Contractor to ensure conformity with the relevant standards.
The Engineer may reject such cements supplied in the event of unsatisfactory tests or in
the event of deterioration due to age or bad storage etc. Decision of the Engineer shall be
final in this regard.

Admixtures shall be used only after getting permission from the Engineer and as per the
instruction of the manufacturer.

4.0.0 GRADES AND PROPORTIONING

Any grades of concrete designated in IS:456 as shown on the drawings or as per the
Engineer's instructions shall be used. Design mix concrete shall be used on all concrete
work. That is, the concrete mix shall be designed with preliminary tests. The mix shall
be designed as per "Handbook on concrete mixers", SP:23, BSI while designing the mix,
the strength, durability, minimum cement content, maximum water ratio allowed and
work ability necessary for the job by most economical use of the various ingredients shall
be considered by the Contractor.

The water cement ratio, coarse aggregates and grading for each mix shall be
predetermined from the results of cube tests of trial mixes. The mix proportions
determined thus shall be followed at site and shall in no way relieve the Contractor of his
responsibility as regards the prescribed strength mix. The theoretical consumption of
cement will be calculated based on cement per cubic metre of concrete as per design mix.
In case, the Contractor has to use more than the minimum cement content specified, no
increase in rate is payable due to the extra cement consumed and the extra cement
consumed will be deducted at specified issue rates. The mix proportions, however, shall
be revised if the results of the cube tests during the construction show consistently lower
than the prescribed one. No claim to alter the rates of concrete work will be entertained
due to such changes in mix designs, as the Contractor will be responsible to produce the
concrete of required grade. The aggregates shall be measured by weigh batching only.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 50
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The maximum size of aggregates used shall be as indicated in IS:456 or in Schedule of


Items.

Nominal mix concrete in accordance with IS:456 for grade M20 or lower may the used if
shown on drawings or approved by the Engineer. In all cases the proportioning of
ingredients and works control shall be in accordance with IS:456 and shall be adopted for
use after the Engineer is satisfied regarding its adequacy and after obtaining his approval
in writing.

5.0.0 MIXING

Mixing should be carried out in mechanical mixers. Hand mixing can however be
permitted by Engineer in special cases subject to additional 10% extra cement without
extra cost. When hand mixing is permitted, it shall be carried out on a clean, hard and
water-tight platform. Water cement ratio shall be rigidly controlled during mixing.
Mixers shall be fitted with automatic devices to discharge measured quantity of water to
the mixing pan. The water shall not be admitted to the drum until all the cement and
aggregate constituting the batch are thoroughly mixed. Mixing shall continue until the
concrete is uniform in colour and not less than 2 minutes and forty (40) revolutions after
all the material and water are in the drum. Regular checks on mixer efficiency shall be
carried out as directed by the Engineer. Only those mixers whose efficiencies are within
the tolerances specified in IS:1791 will be allowed to be employed. Batching plant where
used shall conform to IS:4925.

The entire content of the drum shall be discharged before the ingredients for next batch
are fed into the drum. No partly set or remixed or excessively wet concrete shall be used.
Such concrete shall be immediately removed from site. Each time the work stops the
mixer shall be thoroughly cleaned and when the next mixing commences, the first batch
shall have 10% additional cement at no extra cost to the Owner to allow for loss in the
drum.

6.0.0 PLACING

Concrete shall be transported from the mixing plant to the forms as rapidly as possible by
means which will prevent segregation, consolidation or drying out in hot weather.
Concrete shall be placed within thirty (30) minutes after commencement of mixing. At
the time of placing concrete in very hot weather, care shall be taken to see that the
temperature of wet concrete does not exceed 38oC.

Before placing concrete, all formwork, embedments and reinforcement shall be checked
for completeness, location, dimension. It should also be square and plumb. All chips and
saw dust or other foul matter shall be removed from within the forms. The base surface
shall be well moistened and puddles wiped up. Earth foundation on which direct
placement of concrete is allowed will be rammed and consolidated as directed by the
Engineer such that it does not crumble and get mixed up with the concrete during or after
placement, before it has sufficiently set and hardened. concrete will always be placed
against moist surface but never on pools of water. In case the foundation cannot be
dewatered completely, special procedure and pre-caution, as directed by the Engineer
will have to be adopted. A layer of mortar of thickness between 12 mm to 25 mm as
directed, of the same or less W/C ratio and the same proportion as that of concrete being
placed and /or cement slurry will be spread thoroughly on the foundation or construction
joint just prior to placement of concrete. The cost of application of such cement slurry

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 51
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

and/or mortar will be deemed to be included in the unit rate of concrete. Placing
equipment and accessories shall be kept clean and free of partially set grout and concrete,
and maintained in proper working order. Walking on reinforcement layers is not
permissible. Walkways of wooden planks or similar can be placed with removal supports
and should be independent of reinforcement.

In general, placing shall be direct, by transporting buckets. Where it is necessary to


deposit the concrete at level differences of more than 1.5 m, short chutes shall be used.
Short chutes and hoppers shall be so designed and installed that segregation will not take
place. In cases where chutes are impracticable due to excessive drop to placing level,
hoppers and sectional tubes (elephant trunks) shall be used.

After the concrete has been placed, it shall be spread, if necessary and thoroughly worked
around reinforcement or other embedded fixtures into concrete form and shape. Vibrators
shall not be used for pushing the concrete into the adjoining areas. Care must be taken to
ensure that the inserts, fixtures, reinforcement and formwork are not displaced during or
immediately after the placement and bring the concrete surface out of the alignment
beyond tolerance limits, the Engineer may direct to remove the portion and reconstruct or
repair the same at the Contractor's expense.

The rate of placement of concrete shall be such that no cold joint is formed and fresh
concrete is placed always against green concrete which is still plastic and workable. No
concrete shall be placed in open, while it rains. During rainy season, no placement in
open is to be attempted unless sufficient tarpaulins or other similar protective
arrangement for complete covering the still green concrete from rain is kept at the site of
placement. If there has been any sign of washing of cement and sand, the entire affected
concrete shall be removed immediately.

7.0.0 COMPACTION

Concrete in general shall be consolidated by vibration using high frequency mechanically


driven vibrators. Concrete shall be placed in layers at least 300 mm deep in walls and
approximately 450 mm in mass pouring. Vibrators shall not penetrate more than 50 mm
into the surface of previously placed layers but shall completely vibrate the working
layer. Care shall be taken not to over-vibrate any concrete and especially those with
higher slumps. Under no circumstances vibrators shall be attached to or allowed to touch
reinforcement. Spare vibrators in good operating condition shall be on hand during
placing operations.

8.0.0 CONSTRUCTION JOINTS

In general, construction joints shall be limited to those indicated on the drawings. In mass
concrete, construction joints may not be indicated in the drawings but shall be made at
breaks, offsets or other convenient levels as controlled by volume, plant capacity and time
factors. Such construction joints shall be so located that they do not impair the strength of
the structure. In walls and columns, height of each lift shall not generally exceed 1.5 m
unless otherwise specified in the drawings or directed by the Engineer. Method of
forming all construction joints shall conform to the provisions of IS:456.

All construction joints shall be cleaned with wire brush and water to remove all laitance
and loose material to expose the aggregates. Immediately before placing fresh concrete,
the surface of previously placed concrete shall be coated with a thin coat of cement
mortar slurry of the same proportion as that of concrete. PVC water stops shall be
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 52
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

provided in construction joints below ground level and proper shear key is to be formed
for construction joint above ground level.

Where locations of the joints are not specified, it will be in accordance with the
following:

a. In a column, the joint shall be formed 75 mm below the soffit of the beam or the
edge of the anchored bar of the beam framing into it whichever is lower. The
Contractor shall refer to the beam reinforcement drawing before deciding on the
location of the joint at column-beam junction.

b. Concrete in a beam shall preferably be placed without a joint, but if provision of a


joint is unavoidable, the joint shall be vertical and at the middle one third of the
span, clearing the cross beam location, if any.

c. A joint in a suspended floor slabs shall be vertical and at the middle one third of
the span and at right angles to the principal reinforcement.

d. In general, construction joints shall be located preferably in a low shear stress


zone and at right angles to the direction of the principal stress.

Any deviation from the above shall be approved by the Engineer.

As soon as the concrete has hardened sufficiently, hardened it shall be covered either with
sand, Hessian, canvas or similar materials and kept continuously wet for at least seven (7)
days after final setting. Curing by continuous sprinkling of water will be allowed if the
Engineer is satisfied with the adequacy of arrangements made by the Contractor.

9.0.0 CURING AND PROTECTING

Curing of concrete with water shall comply with IS:456. Curing compound shall be used
subject to approval by the Engineer. Finished floors shall be protected carefully until
completely set. Protection of concrete against extreme weather conditions shall comply
with the code.

10.0.0 FINISHING

No touching-up will be permitted to the concrete after removal of formwork. Where


damages, honey-combing or other unsatisfactory finishes have occurred to the concrete
surfaces, they shall be rectified in a manner as directed by the Engineer, at no extra cost.
If in the opinion of the Engineer the concreting is unsatisfactory, demolition of the entire
concrete work and reconstruction of the same shall be carried out by the Contractor, as
directed by the Engineer at his own cost. All unformed surface shall be finished with
wooden float and formed surface shall be finished with cement mortar using fine sand and
by sack rubbing.

11.0.0 FORMWORK & CENTERING

Form work in general shall conform to IS:456.

For complicated work, the Contractor shall submit his proposal of formwork before
starting the work for approval of the Engineer. The number of props, their sizes and
dispositions shall be such as to be able to safely carry the full dead load and
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 53
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

constructional loads. However, approval of the Engineer to this effect shall not relieve
the Contractor of his responsibility for proper work and safety.

All forms of beams, slabs and members shall be so designed and erected that the sides
can be removed without disturbing the soffit shutter and supports there to.

Beam soffit shall be provided with an upward, camber of 6mm for each 3M of horizontal
span or as directed by the Engineer. Vertical props shall be supported on wedges or sole
plates or other measures where by the props can be gently lowered while commencing to
remove the shuttering. Columns shuttering shall not be over 1.5 M in height a piece.

Before removal of the shuttering the concrete shall be examined and its removal order
taken from the Engineer. In no circumstance shall forms be struck until the concrete
reaches a strength of atleast twice the stress to which the concrete may be subjected at the
time of striking.

Shuttering shall not be removed until the number of clear days specified in IS:456 have
elapsed since the last day of placing concrete in the member concerned. All formwork
shall be removed without such shock or vibration as would damage the reinforced
concrete. Before the soffits and struts are removed, the concrete surface shall be exposed,
where necessary, in order to ascertain that the concrete has sufficiently hardened. The
specified period may be extended if desired by the Engineer on account of delayed
hardening caused by low atmospheric temperature.

12.0.0 REINFORCEMENT

The reinforcement bending shall be carried out as per the approved bar bending schedule
prepared based on design drawing and availability of reinforcing bar in Owner's stores.

Workmanship shall conform to IS:2502. All reinforcement shall be free from loose mill
scale, rust, oil, grease and paint. Reinforcement shall not be bent or straightened in a
manner that will injure the materials and all bars shall preferably be bent cold. Hot
bending shall not be permitted for bars whose strength have been increased by cold
working.

Reinforcement bars shall be placed and maintained accurately in positions as shown in the
drawings. The correct cover to the reinforcement shall be maintained by use of precast
concrete blocks.

All intersections of longitudinal and transverse bars or stirrups and all laps shall be
securely tied together with approved binding wire. The binding wire shall be so placed
that it touches all the four corners of the intersection and the two ends shall be looped
with pliers and the ends shall be turned into the body of the concrete. The cost of the
binding wire and spacer/ cover blocks shall be included by the Contractor in his rate for
reinforcement work.

Welded joints may be used but in all cases of important connections, tests shall be made
to prove that the joints are of the full strength of bars connected. Welding shall be done
in accordance with IS:2751 and special precautions shall be adopted for cold worked bars.
Butt welding between the ends of a rod in line, whereby stress is transferred across the
section may be adopted only for mild steel bars. In case of tack welding for fixing
reinforcements in their position, no special precaution need be taken.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 54
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

13.0.0 STEEL EMBEDMENTS

All embedments shall be accurately set, rigidly fastened and suitably anchored by welding
lugs. Anchor bolts shall be set to template and firmly secured in vertical and horizontal
line and required positions.

Exposed surfaces of embedded materials are to be painted with one coat of red oxide zinc
chrome and/ or bituminous paint. Correct location and alignment as per
drawings/instruction of all anchor bolts, anchor sleeves, inserts, hangers, conduit pipes
and other embedded fixtures shall be entirely the responsibility of the Contractor.

14.0.0 EXPANSION & ISOLATION JOINTS

14.1.0 General

Expansion and isolation joints in concrete structures shall be provided at specified places,
as per details indicated on the drawings. The materials and types of joints shall be as
specified hereinafter. In case of liquid retaining structures, additional precautions shall be
taken to prevent leakage of liquids as may be specified on the drawings or as directed by
the Engineer. All materials are to be procured from reliable manufacturers and must have
the approval of the Engineer. Where it is the responsibility of the Contractor to supply
the material, the Engineer may demand test certificates for the materials and/or instruct
the Contractor to get them tested in an approved laboratory free of cost to the Owner.
Approved samples of the material to be incorporated in the works shall be with the
Engineer. Joints shall be formed true to line, level, shape, dimension and quality as per
drawings and specifications. Prior approval of the method of forming the joints should be
obtained from the Engineer before starting the work.

14.2.0 Bitumen Board/Expanded Polystyrene Board

Bitumen Board

Bitumen impregnated fibre board of approved manufacturer as per IS:1838 may be used
as fillers for expansion joints. It must be durable and water proof. It shall be
compressible and possess a high degree of rebound. The dimensions of the board should
be equal to that of the joint being formed. It should, preferably be manufactured in one
piece, matching the dimension of the joint and not prepared by cutting to size smaller
pieces from larger boards at site. At the exposed end, the joint shall be sealed with
approved sealing compound to a depth of at least 25 mm after application of an approved
primer. The sealing compound and the primer shall be applied as specified by the
manufacturer.

Fixing of Joint Filler

The concrete surface shall be made clean, smooth and free from dirt or loose particles.
When the surface is completely dry, a coat of hot blow bitumen conforming to IS:702 of
grade 85/25 shall be given with brush or spray. When the bitumen is still hot the pre-
moulded joint filler fibre board shall be pressed against the surface and held in position
till the time it takes to adhere. When more than one layer of filler are specified each layer
shall be made to adhere to the preceding layer with a few patches of bitumen between the
two layers. After placing the filler in position, the surface of the filler against which
further concreting is to be done is given a coat of bitumen.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 55
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Filling of joint sealing compound

Sealing compound shall be of Grade A conforming to IS: 1834. Bitumen shall conform
to IS:3384.

Before application of the sealing compound the sides of the joint are sprayed or brushed
with bitumen primer. The primer is then allowed to dry out thoroughly for at least 24
hours and then filled with a mix of 30 % fine sand and 70 % sealing compound by
weight.

Expanded Polystyrene Boards

If required, commercial quality of expanded polystyrene products commonly used for


thermal insulations may also be used as filler material in expansion joints. The thickness
may vary from 12 mm to 50 mm. The material will have to be procured from reliable
manufacturers as approved by the Engineer. The method of installations will be similar to
that recommended by the manufacturers for fixing on cold storage walls. A coat of
bitumen paint may have to be applied on the board against which concrete will be placed.

14.3.0 Joint Sealing Strips

Joint sealing strips shall be provided at the construction, expansion and isolation joints as
a continuous diaphragm to contain the filler material and/or to exclude passage of water
or any other material into or out of the structure. The sealing strips will be either metallic
like G.I., Aluminium or copper, of non-metallic like rubber or P.V.C.

Sealing strips will not have any longitudinal joint and will be procured and installed in
largest practicable lengths having a minimum number of transverse joints. The material
is to be procured from reputed manufacturers having proven records of satisfactory
supply of joint strips of similar make and shape for the jobs. The jointing procedure shall
be as per the manufacturer's recommendations, revised if necessary, by the Engineer.

The Contractor is to supply all labour and material for installation including the material
and tools required for jointing, testing, protection, etc. If desired by the Engineer, joints
in rubber seals may have to be vulcanised.

Metal Sealing Strips

Metal sealing strips shall be either G.I., Aluminium or Copper and formed straight, U
shaped, z shaped or any other shape and of thickness as indicated in the drawing and
Schedule of Items and/ or as instructed by the Engineer.

The transverse joints will be gas welded using brass rods and approved flux and will be
tested by an approved method to establish that it is leak proof. In case it is found that the
joints cannot be made leak proof, longer lap length and different method of brazing which
will render it leak proof, will be adopted by the Contractor without any additional cost to
the Owner. The edges shall be neatly crimped and bent to ensure proper bond with the
concrete.

a) G.I. Strips :

G.I Strips shall be minimum 1.5 mm thick and 150 mm in width unless specified
otherwise. The standard of Galvanising shall be as per relevant Indian Standards
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 56
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

for heavy duty work. The strips shall be strong, durable, without any rust or
crease. At the joints, the over-lapping should be for a minimum length of 50 mm.

b) Aluminium Strips :

Aluminium strips shall be minimum 18 swg. thick and 300 mm wide unless
specified other wise and shall conform to

IS:737 of 19000 grade or 31000 grade (Designation as per IS:6051). A minimum


lap of 50 mm length is required at the joints.

c) Copper Strips :

The Copper strips shall be minimum 18 swg. In thickness and 300 mm width
unless specified otherwise and shall conform to the relevant Indian Standards.

It should be cleaned thoroughly before use to expose fresh surface, without any
reduction in gauge. A minimum lap of 50 mm is length is required at the joints.

Non-metallic Sealing Strips

These will be normally in Rubber or P.V.C. Rubber or P.V.C. joint seals can be
of shape having any combination of the following features :

a. Plain
b. Central bulb
c. Dumb-bell or flattened ends
d. Ribbed and Corrugated Wings
e. V-shaped

As these types of seals can be easily handled in very large lengths unlike metal strips,
transverse joints will be allowed only under unavoidable circumstances and without the
specific approval of the Engineer. The method of forming these joints, laps etc. shall be
specified by the Manufacturer and/or as approved by the Engineer taking particular care
to match the central bulbs and the edges accurately.

a) Rubber Sealing Strips :

The minimum thickness of rubber sealing strips shall be 3 mm and the minimum
width 100 mm. The actual size and shape will be as shown in drawings/Schedule
of Items and/or as directed by the Engineer. The material will be natural rubber
and the resistant to corrosion, abrasion and tear and also to attacks from the acids,
alkalies and chemicals normally encountered in service. The physical properties
will be generally as follows. The actual requirements may be slightly
different as decided by the Engineer.

Sp. Gr. : 1.1 to 1.15


Shore Hardness : 65 A to 75 A
Tensile Strength : 25 - 30 N/mm²
Max. safe continuous
temperature : 75°C
Ultimate Elongation : Not less than 350%

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 57
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

b) P.V.C. Sealing Strips

The minimum thickness of P.V.C sealing strips will be 3 mm and the minimum
width 100 mm. The actual size and shape will be as shown in drawings/Schedule
of Items and/or as directed by the Engineer. The material should be of good
quality Polyvinyl Chloride highly resistant to tearing, abrasion and corrosion as
well as to chemicals likely to come in contact with during use. The physical
properties will generally be as follows. The actual requirements, which will be
directed by the Engineer, may vary slightly.

Sp. Gr. : 1.3 to 1.35


Shore Hardness : 60 A to 80 A
Tensile Strength : 10 - 15 N/mm2
Maximum Safe Continuous
Temperature : 70 deg C
Ultimate Elongation : Not less than 275%

14.4.0 Bitumen Compound

When directed, the gap in expansion joints shall be thoroughly cleaned and bitumen
compound laid as per manufacturer's specifications. The compound to be used shall be of
approved manufacturer and shall conform to the requirements of IS:1834.

14.5.0 Isolation Joints

Strong and tough alkathene sheet or equivalent, about 1 mm in thickness and as approved
by the Engineer shall be used in Isolation Joints. It shall be fixed by an approved
adhesive compound on the cleaned surface on the already set concrete, to cover it fully.
Fresh concrete shall be laid against the sheet, care being taken not to damage the sheet in
any way.

14.6.0 Rubber Pad

Hard foundation quality rubber pads of required thickness and shapes be put below
machine or other foundation as shown on the drawing or as directed by the Engineer. The
rubber shall have a unit weight of 930 Kg/m3, shore hardness - 65 A to 70 A and be of
best quality of approved manufacture, durable, capable of absorbing vibration and must
be chemically inert in contact with moist or dry earth or any other deleterious material
expected under normal conditions.

15.0.0 PRECAST CONCRETE

All precast work shall be carried out in a yard for the purpose. This yard shall be dry,
properly leveled and having a hard and even surface. If the ground is to be used as a
soffit former of the units, it shall be paved with concrete or masonry and provided with a
layer of cement plaster with smooth neat cement finish or a layer of M.S. sheeting. The
yard, lifting equipment, curing tank, finished material storage space etc. shall be designed
such that the units are not lifted from the mould before seven (7) days of curing and can
be removed for erection after twenty eight (28) days of curing. The moulds shall
preferably be of steel or of timber lined with G.I. sheet metal. The yard shall preferably
be fenced.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 58
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Lifting hooks, where necessary or as directed by the Engineer, shall be embedded in


correct position of the units to facilitate erection, even though they may not be shown on
the drawings, and shall be removed and the hooks finished after erection if directed by the
Engineer.

Precast concrete units, when ready, shall be transported to site by suitable means
approved by the Engineer. Care shall be taken to ensure that no damage occurs during
transportation. All adjustments, leveling and plumbing shall be done as per instructions
of the Engineer. The Contractor shall render all help with instruments, materials and men
to the Engineer for checking the proper erection of the precast units. Chipped or cracked
or otherwise damaged pre-cast elements will be rejected.

After erection and alignment, the joints shall be filled with grout or concrete as directed
by the Engineer. If centerings have to be used for supporting the precast units, they shall
not be removed until the joints have attained sufficient strength and in no case before
fourteen (14) days. The joint between precast roof planks shall be pointed with 1:2
cement : sand mortar where called for in the drawings.

16.0.0 WATERPROOFING OF CONCRETE TO STRUCTURES

16.1.0 General

Waterproofing of concrete structures shall be done by either suitable extraneous


treatments like applying paints, fixing bitumen felts etc. installing water bars at the joints.

The design, material and workmanship shall conform to the relevant I.S. codes where
applicable. The Engineer's approval of the materials shall be obtained by the Contractor
before procurement. If desired by the Engineer, test certificates for the materials and
samples shall be submitted by the Contractor free of charge. The materials shall be best
quality available indigenously, fresh clean and suitable for the duties called upon.

16.2.0 Water Bar/Seal

Water bearing structures and underground structures may have water bar/seals installed at
the joints. They may be either metallic, rubber or P.V.C. the material and installation will
be as described under clause 14.3.0.

16.3.0 Waterproofing Admixtures

a) In Concrete

The admixture shall be procured from reliable and reputed manufacturers and
approved by the Engineer. The method of application and other details shall
conform to the manufacturer's specification and/or as instructed by the Engineer.
The Contractor shall have the service of the manufacturer's supervisor at no extra
cost to the Owner to supervise the work, if desired by the Engineer. Cost of the
admixture used is not payable seperately to the Contractor if the addition of the
admixture is stated in the drawing/Schedule of Items.

b) In Plaster

The concrete surface, to be plastered, shall be hacked to Engineer's satisfaction,


cleaned thoroughly and kept wetted for 24 hours. The plaster shall be in cement
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 59
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

sand mortar mixed is proportion varying from 1:1 to 1:4 by volume along with
the approved waterproofing admixture and laid in appropriate thickness and in
layer not exceeding 15 mm or as per manufacturer's specification. The additive
shall be of quality and type approved by the Engineer. If desired by the Engineer,
the Contractor shall have the work supervised by the manufacturer's supervisor at
no extra cost to the Owner. On completion, the plastered surface shall be cured
continuously for a minimum period of fourteen (14) days like concrete.

16.4.0 Bituminous or Tar Coating

The surface to be waterproofed shall be rendered absolutely dry, clean and dust free. The
surface shall be sand papered, cleaned and completely coated with hot coal tar pitch of
approved manufacture and quality as per IS:216 (not heated above 375oF) using not less
than 2 kg. per Sq.m. or with hot asphalt i.e. bitumen according to IS:73 (not heated above
400oF) using not less than 1.5 kg per Sq.m. When the first coat has completely dried up
and approved by the Engineer, the second coat shall be applied in the same manner using
not less than 1.25 Kg. per Sq.m. in case of coal tar and 1 kg per Sq.m. in case of
asphalt. Immediately after application of the second coat and before it is dried up, sand
shall be spread on the surface to cover it completely. Sufficient time shall be allowed
after spreading of sand before backfilling is done in order to allow the final coat to dry up
completely.

17.0.0 TESTING

17.1.0 Cement

The Contractor shall submit to the Engineer the manufacturer's certificate for each
consignment of cement procured if cement is supplied by him. If required by the
Engineer, representative samples shall taken from each consignment and tests for fineness
(by hand sieving), setting time and compressive strengths as per IS:269 shall be carried
out, free of charge by the Contractor.

17.2.0 Aggregates

Coarse and fine aggregate and the grading shall be as per IS:383. It shall be free from
organic or clay coatings and other impurities, flaky particles, and any other material liable
to affect the strength, durability or appearance of concrete. Washing of aggregates by
approved means shall be carried out, if desired by the Engineer.

The Contractor shall carry out any or all the tests on aggregates as may be required by the
Engineer in accordance with IS:2386. The acceptance criteria of samples tested shall be
in accordance with the requirements of relevant Indian Standards.

17.3.0 Admixture

17.3.1 Air Entraining Agents

Initially, before starting to use Air Entraining Agents, relationship between percentage of
air entrained and the cylinder tube crushing strength vis-a-vis quantity of Air Entraining
Agents used for all types of concrete will be established by the Contractor free of charge
by carrying out sufficiently large number of tests. After that, at regular intervals and
whenever directed by the Engineer, the Contractor will check up free of charge, the actual

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 60
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

percentage of air entrained and corresponding curing strengths to correlate with the earlier
test results.

17.3.2 Other Admixture

Tests for establishing the various properties of any other admixtures which may be
required to be added shall be carried out by the Contractor free of charge to the Owner.

17.4.0 Concrete

Sampling, making up, curing and testing of specimen will comply with IS:456, IS:516
and IS:1199. Unless otherwise instructed by the Engineer, frequency of works tests shall
be as indicated below. The criteria for acceptance shall be in accordance with IS:456.

Sampling procedure, shall generally conform to IS:456. Sampling frequency for each
grade of concrete M15 and above shall be six (6) cubes for each 50 m3 or part thereof, or
per day concreting volume, whichever is less. Out of each set of six (6) cubes, three (3)
cubes shall be tested at seven (7) days and the remaining three (3) cubes at twenty eight
(28) days. If there is a change in batch of cement, a separate set of samples consisting of
six (6) cubes shall be taken for each batch.

In case, the stripping time for shuttering needs to be reduced or early age strength is
required to be known in specific cases, the Contractor shall carry out at short notice
testing of cubes at one (1) day and three (3) days after accelerated curing as per IS:9013.
The required number of additional samples for the same shall also be taken.

To control the consistency of concrete from every mixing plant/machine, slump tests
and/or compacting factor tests as per IS:1199 shall be carried out by the Contractor every
two hours or as directed by the Engineer in addition to the slump measured when making
test cubes.

18.0.0 ACCEPTANCE CRITERIA

18.1.0 Structural Criteria

Acceptance criteria of concrete shall be generally in accordance with Clause 15 of IS:456.


Immediately after stripping the formwork, all concrete shall be carefully inspected and
any defective work or small defects either removed or made good before the concrete has
thoroughly hardened.

The acceptance criteria of concrete shall be in accordance with IS:456. However, in


exceptional circumstances, the Engineer may, at his discretion, accept a concrete of lower
strength than specified and which is otherwise unacceptable according to IS:456.
Payment for such accepted concrete will be made only at reduced rate prorata to the
strength obtained.

Concrete work found unsuitable for acceptance shall have to be dismantled and
replacement is to be done as per specification by the Contractor. No payment for the
dismantled concrete, the relevant formwork and reinforcement, embedded fixtures, etc.
wasted in the dismantled portion shall be made. In the course of dismantling, if any
damage is done to the embedded items or adjacent structures, the same shall be made
good, free of charge by the Contractor, to the satisfaction of the Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 61
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

18.2.0 Dimensional Criteria

The permissible variation from dimension, lines given in the drawing shall be within
tolerances specified in the relevant IS codes/other applicable standards or as indicated by
the Engineer. Generally the following tolerances shall be considered.

Tolerances for R.C. Buildings :

i) Variation from the plumb

a. In the lines and surfaces of columns, piers, walls and in arises 5 mm per 2.5
m or 25 mm, whichever is less.

b. For exposed corner columns and other conspicuous lines

In any bay or 5 m max. - 5 mm


In 10 m or more - 10 mm

ii) Variation from the level or from the grades indicated on the drawings

a. In slab soffits, ceilings, beam soffit, and in arises

In 2.5 m - 5 mm
In any bay or 5 m max. - 8 mm
In 10 m or more - 15 mm

b. For exposed lintels, sills, parapets, horizontal grooves and other conspicuous
lines

In any bay or 5 m max. - 5 mm


In 10 m or more - 10 mm

iii) Variation of the linear building lines from established position in plan and related
position of columns, walls and partitions.

In any bay or 5 m max. - 10 mm


In 10 m or more - 20 mm

iv) Variation in the size and locations of sleeves, openings in walls and floors - 5
mm except in the case of and for anchor bolts

v) Variation in cross-sectional dimensions of columns and beams and in the


thickness of slabs and walls

Minus - 5 mm
Plus - 10 mm

vi) Footings

a. Variation in dimension in plan

Minus - 5 mm
Plus - 50 mm

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 62
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

b. Misplacement or eccentricity

2% of footing width in the direction of misplacement but not more than 50


mm

c. Reduction in thickness

Minus - 5% of specified
thickness subject
to a max. of 50mm
vii) Variation in steps

a. In a flight of stairs

Rise - 3 mm
Tread - 5 mm

b. In consecutive steps

Rise - 1.5 mm
Tread - 3.5 mm

Tolerances in other Concrete Structures

a. All structures

i. Variation of the constructed linear outline from established position in plan

In 5 m - 10 mm
In 10 m or more - 15 mm

ii. Variations of dimensions to individual structure features from established


positions

In 20 m or more - 25 mm
In buried construction - 50 mm

iii. Variation from plumb, from specified batter or from curved surfaces of all
structures

In 2.5 m - 10 mm
In 5 m - 15 mm
In 10 m or more - 25 mm
In buried-construction - Twice the above
amounts

iv. Variation from level or grade indicated on drawings in slab, beams, soffits,
horizontal grooves and visible arises

In 2.5 m - 5 mm
In 7.5 m or more - 10 mm
In buried construction - Twice the above
amounts
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 63
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

v. Variation in cross-sectional dimensions of columns beams, buttresses, piers


and similar members

Minus - 5 mm
Plus - 10 mm

vi. Variation in thickness of slabs, walls, arch sections and similar members

Minus - 5 mm
Plus - 10 mm

b. Footing for columns, piers, walls, buttresses and similar members

i. Variation of dimension in plan

Minus - 5 mm
Plus - 10 mm

ii. Misplacement or eccentricity

2% of footing width in the direction of misplacement but not more than


50 mm

iii. Reduction in thickness

5% of specified thickness subject to a max. of 50 mm

Tolerances in other types of structures shall generally conform to those given in 2.4 of
Recommended Practice for Concrete Formwork (ACI 347)

Tolerances in fixing anchor bolts shall be as follows :

i. Anchor bolts without sleeves ± 1.5 mm in plan

ii. Anchor bolts with sleeves ±5.0 mm in elevation

a. For bolts upto and including 28 mm dia ± 5 mm in all directions

b. For bolts 32 mm dia and above ± 3 mm in all directions

iii. Embedded parts - ± 5 mm in all directions

19.0.0 STORAGE AND HANDLING OF MATERIALS

19.1.0 Cement

Cement shall be stored in easily countable stacks with consignment identification mark
above ground level in perfectly dry and watertight sheds. Bulk cement shall be stored in
air tight containers. Cement shall be stored in a manner so as to facilitate removal of
first-in first-out basis. Any cement considered defective by the Engineer shall not be
used by the Contractor and shall be removed from the site immediately. Cement that has
been in store for six (6) months or more shall be tested for quality. Should at any time the

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 64
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Engineer have reasons to consider that any cement is defective, then irrespective of its
origin, date of manufacture and manufacturer's test certificate, such cement shall be tested
immediately at the Contractor's cost at an approved laboratory and until the test results are
found satisfactory the cement shall not be used on any work. The Contractor is not
entitled to any claim of any nature of this account.

19.2.0 Coarse and fine aggregate

Aggregates shall be stored in easily measurable stacks on brick soling or an equivalent


platform so that they do not come in contact with dirt, clay, grass or any other injurious
substances at any stage. Aggregate of different size shall be kept in different stacks. If so
desired by the Engineer, aggregate from different sources shall be stacked separately with
proper care to prevent intermixing.

Any aggregate delivered at site in a wet condition or becoming wet at site due to rain or
any other means shall be kept in storage for atleast twenty four (24) hours to obtain
adequate drainage before it is used for concreting or the water content of the mix must be
suitably adjusted as directed by the Engineer.

19.3.0 Reinforcement

Reinforcement bars shall be stored off the ground and under cover if so desired by the
Engineer. If necessary, a coat of cement wash shall be given to bars to guard against
rusting. Reinforcing steel shall be stored consignment wise and diameter wise.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 65
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.6
TECHNICAL SPECIFICATIONS FOR PRECAST RCC ROOFING UNITS

1.0.0 SCOPE

These specifications cover the furnishing of all labour, materials and equipment,
manufacture, curing, storage, handling and erection of precast concrete roofing units and
other structural members. The following clauses are in addition to and take precedence
over the general provisions under the head of precast concrete in the specification No.C2
"Technical Specifications for Plain and Reinforced Concrete Works".

2.0.0 CODES OF PRACTICE

The work shall be done in accordance with IS:456/IS:10297. If so directed by Engineer,


reference may also be made to British Standard Code of Practice CP:116:1965 "The
Structural Use of Precast Concrete". However, the provisions of this specification take
precedence over the provisions of the code of practices.

3.0.0 JOB PLANNING

The Contractor shall carefully plan his work in minute detail covering all stages of
construction. Before the erection work starts, the casting yard should have been
completed and should be in a smooth working order. It should be well laid out and so
planned that work on any unit may not affect the work on adjacent units. Adequate
weather protection should also be provided.

Working details of erection method, devices, attachments, etc., shall be worked out well
in advance and got approved by the Engineer. It shall be clearly understood that the
Contractor shall be entirely responsible for the planning and safety, timely and successful
completion of the work. His responsibility in this regard shall not be absolved by the
approval by the Engineer to any of the Contractor's planning methods, suggestions,
details, etc.

The Contractor shall submit to the Engineer a detailed drawing including a write-up
clearly specifying his layout plan and details of casting yard, curing pond, method of
casting, storing and handling the precast units. He shall further submit from time to time
such additional details as may be called for by the Engineer.

The precast units shall be cast at site unless the Contractor satisfies the Engineer that units
can be safely and promptly transported from the off site casting yards. In such a case,
cost of transporting, loading, unloading, damage in handling, etc shall be included in the
tendered unit rates and will not be paid for separately by the Owner.

4.0.0 MOULDS

The moulds should be carefully manufactured in tolerances acceptable to Engineer. They


must be sturdy in construction to withstand the required number of re-uses. They should
be sufficiently tight to prevent loss of grout or mortar during placing and compacting of
concrete. Higher pressure and greater strains in the side formwork during vibrating shall
also be considered in the design of the moulds.
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 66
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The Contractor shall have enough number of moulds for each type of units proposed.
This shall be carefully worked out to the satisfaction of the Engineer duly considering
deshuttering period, number of units to be cast, time schedule, etc. If at any stage the
Engineer considers that additional moulds are required, the same shall be immediately
provided by the Contractor at no extra cost.

The number of re-uses to be permitted for any type of mould shall be decided by the
Engineer and shall be binding on the Contractor. For steel moulds, more than 45 uses
will not be permitted.

Bond preventive which does not discolour the surfaces and which is approved by
Engineer may be used on the mould surface. Easy removal of the flat units may not still
be possible due to the "suction" created by the differential atmospheric pressure. Air or
water forced between the casting and the mould equalises the pressures and destroys the
"suction" and for this purpose, air chambers may be provided by the Contractor at the
centre of the mould, connected by means of suitable pipes to a compressed air source.

The moulds shall have provisions to hold firmly and maintain all projecting reinforcement
or other inter-connecting devices together with bolts, fixing blocks etc., so that they are
within the specified tolerances on completion. All inserts etc., shall be checked before
erecting the precast units.

The method of fixing and holding the inserts (required for lifting, joint connections, etc.)
in their correct location during concreting, shall be carefuly planned. Through ties will
not be permitted.

5.0.0 DIMENSIONAL TOLERANCES

The moulds shall be so constructed that each finished unit has the exact dimensions
shown on drawing within the tolerances as to the length, cross section, straightness or
bow, squareness, length of shorter sides, twist, flatness and the position of reinforcement
and inserts mentioned herein below:

5.1.0 Length

Upto 3 m : ± 6 mm

3 m to 4.5 m : ± 9 mm

4.5 m to 6 m : ± 12 mm

Additional for every


subsequent 6 m : ± 6 mm

5.2.0 Cross Section (Each direction)

Upto 50 cm : ± 6 mm

50 cm to 75 cm : ± 9 mm

Additional for every


subsequent 25 cm : ± 3 mm

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 67
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.3.0 Straightness or bow (Deviation from intended line)

Upto 3 m : 6 mm

3 m to 6 m : 9 mm

6 m to 12 m : 12 mm

Additional for every


subsequent 6 m : 6 mm

5.4.0 Squareness

When considering the squareness of a corner, the longer of the two adjacent sides being
checked should be taken as the base line. The shorter side should not vary in its distance
from a perpendicular so that the difference between the greatest and shortest dimensions
exceeds:

Length or shorter sides


upto and including
2m : 6 mm

Over 1.2 m but less than


2m : 9m

2 m and over : 12 m

For the purpose of this requirement, any effortdue to lack of straightness should be
ignored; squareness should be measured with respect to the straight lines which are most
nearly parallel with the features being checked.

5.5.0 Twist

Any corner should not be more than the tolerance stated from the plane containing the
other three corners.

Upto 60 cm wide and


upto 6 m in length : 6 mm

Over 60 cm wide and


for any length : 12 mm

5.6 0 Flatness

The maximum deviations from a 1.5 m straight edge placed in any position on nominally
plane surface should not exceed 6 mm.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 68
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.7.0 Position of Reinforcement

Tolerance for the position of reinforcement shall not exceed those specified in the
drawing, or those below, whichever are smaller:

(a) Cover the actual concrete cover to all steel at any point should not be smaller than
the required nominal cover by more than 3 mm.

(b) The effective depth of fully or nearly fully stressed tensile reinforcement should
not be less than that given on the drawings by an amount exceeding 5% of the
effective depth of the section being considered or 6 mm, whichever is greater.

5.8.0 Position of connecting bolts and other devices

If and where proposed, the position of individual connecting bolts, bolt holes, projecting
steel or other devices in any associate group (e.g. the joint of two precast units) should be
within 3 mm of its true position in the group in which they are cast. The longitudinal
location of any such group should be within 6 mm of its true position in the unit in which
it is cast, provided that such tolerances does not adversely affect the proper assembly of
the whole structure.

6.0.0 PLACING THE REINFORCEMENTS

Reinforcement shall be placed and maintained in position within the specified tolerance.
Where practicable, the reinforcement shall be preformed into rigid cages, spot welding
being permissible for this purpose. Where welded wire fabric is proposed, the mesh shall
be bent to shape before placing in the moulds. Care shall be taken in assembling the cage
because the tolerances for placing are quite small. Where tying wire or clips are used,
care shall be taken to ensure that the projecting ends do not encroach into the concrete
cover.

Provisions shall be made to ensure that the reinforcements are maintained in their correct
position during concreting. Spacer blocks made of mortar comparable in strength and
durability with main concrete shall be used to have uniform and required cover. Other
kinds of spacers shall be approved by the Engineer.

7.0.0 CONCRETE PLACEMENT

The moulds must be thoroughly cleaned of all rubbish before concrete is placed.

Any means which will mechanically distribute the concrete is satisfactory. The vibration
shall be done by internal vibrators or a surface vibrator approved by Engineer.

The method of placing concrete shall conform to specification C1.7 - "Technical


Specifications for Plain & Reinforced Concrete Works".

8.0.0 SURFACE FINISH

A perfect and smooth finish shall be achieved by the use of high quality concretes and by
using properly designed moulds having a hard, smooth surface. The concrete surfaces
shall be smooth and even. Only very minor surface blemishes shall occur and there
should be no staining or decolouration from the bond preventive. Minor surface defects

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 69
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

shall be made good, subject to the approval of the Engineer, provided the strength,
durability and appearance are not impaired by such defects. The unformed surface shall
be finished smooth using wooden float.

9.0.0 MARKING OF UNITS

Each unit shall be clearly marked. The code shall include a letter identifying the type of
casting, the mould number, the casting date and a directional work for orientation during
erection.

10.0.0 REMOVING MOULDS

The side shuttering may be removed 24 hours after casting. The casting can be lifted from
the mould after the concrete has attained sufficient strength to take lifting and handling
stresses depending on the self-weight and method of handling. Generally, the bottom
shutter may be removed 7 days after casting. However, the Engineer may permit earlier
removal if he is convinced that no damage will be caused to the casting by taking special
care during handling. However, the Engineer may also require the de-shuttering periods
to be extended if he is not satisfied with the product and considers such extension
desirable.

All moulds shall be removed without any shock, jolts or vibration that might damage the
concrete and cause cracking.

11.0.0 CURING

Curing of concrete shall start as soon as the concrete has sufficiently set, even if the
castings have not been removed from the moulds. The surfaces should not, however, be
ponded during the first 24 hours.

There should be two storage/curing areas, one under cover and one in the open air. The
covered area may be erected by tarpaulin supported on a light frame work and should be
large enough to contain the output of the casting yard for a period of six days.

The method of curing should be such that the precast unit will remain undistorted, be free
from cracks and will not cause, by its shrinkage, undue cracking in the structure into
which it is to be built and that the concrete will have satisfactory durability and strength.

The general method of curing in the covered shed will be to cover the entire surface of the
casting with damp hessain, canvas, gunny bags or similar absorbent material kept
constantly damp. Alternatively, a curing pond may be used. If the products are stacked
in tiers, it is necessary to ensure that as much as possible of surface of the concrete is
thoroughly wetted. The castings may preferably be covered, after dampening, by an
impermeable sheet like polythene, to retain the moisture escaping from the concrete.

Membrane curing compounds, if proposed, shall be approved by the Engineer before


being adopted.

After six days under cover the products shall be kept moist in the open for a further period
of 4 days.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 70
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The Engineer may require the curing period extended if the concrete is to be stored under
abnormal conditions or is likely to suffer distortion or cracking from differences in
temperature, moisture content or restrain within the concrete. The Engineer may,
however, approve a reduction in curing period, to a minimum of 16 hrs, under normal
conditions, provided that the mix of concrete is so designed as to give a works cube
strength which is in excess of the design strength by at least 52 kg/cm¨ for 25 days-
strength, or 55 Kg/cm¨ for 7 days strength.

Steam curing may be resorted to at the option of the Contractor.

If the concrete is cured at an elevated temperature, use of calcium chloride as an


admixture is prohibited.

12.0.0 STORAGE

The products shall be stored for at least three weeks before erection.

They may be stored in a vertical position supported by a "A" frame. If stored in


horizontal position, they should rest on proper packings both on the ground as well as
between castings. Particular attention is directed to the inherent dangers of breakage and
damage caused by supporting on other than two positions and also by careless placing of
packing (e.g. not vertically one above the other). Packing pieces should not discolour,
disfigure or otherwise permanently mark the units. Units should also be properly
protected against damage being caused by the crushing and chafing effects of lifting and
transport equipment.

Whatever the type of storing adopted, the casting should be placed on a level and rigid
bed, otherwise they are liable to distort or crack. The storage shall be so arranged as to
permit the removal of the oldest castings without disturbing others. During handling, care
shall be taken to avoid damage by shock loading, at all stages and from whatever cause.

13.0.0 PROTECTION

At all stages and until completion of the work, precast units and any other concrete
associated therewith should be properly protected. This is particularly important in the
case of thin units. The protection can be provided by timber strips, hessain, etc. but must
not be such as will damage, mark or otherwise disfigure the concrete.

The Contractor shall perform quality control tests covering the entire process of
manufacture and keep records certified by the Engineer.

14.0.0 LOAD TESTS

In addition to the quality concrete tests prescribed in the Specification No.C2


"Technical Specification for Plain and Reinforced Concrete Works", load tests shall be
carried out on precast elements as indicated below.

Atleast 1% of the number of precast units in each type shall be tested either to destruction
or for test loads to be specified later as the case may be.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 71
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

14.1.0 Non-destructive test

Precast members shall be loaded for one hour at its full span with a load equal to full dead
load (weight of screed and finished) plus 1.25 times the live load considered in the design.
Recovery, one hour after removal of test load, should not be less than 75% of the
maximum deflection recorded during the test or (if this cannot be achieved) of the
maximum deflection during a re-test.

14.2.0 Destructive test

Precast members shall be loaded at its full span with a total load of 95% of the design
ultimate load within 15 minutes of time when this test becomes operative. A deflection
exceeding 1/40 of the test span shall be regarded as failure.

14.3.0 Before starting of the test, the Contractor shall submit a detailed note on procedure of
testing, manner of application of the loads, position of instruments, supporting stands, etc.
and obtain Engineer 's approval in writing. Provision shall also be made for safety posts
between the bearing supports in the event of a sudden collapse of the structure under test.
The height of bearing supports shall be atleast 1.0 metre to ensure free access to the lower
surface of the structure to be tested.

Load tests shall be carried out in the presence of the Engineer or his authorised
representative. Engineer shall have right to select any unit for testing.

In the event of specimen not fulfilling the test conditions, Engineer shall select another
sample from the batch and order for testing. If the second specimen also does not fulfill
the test conditions, Engineer shall have right to reject the entire batch of the precast units
and in such a case the total cost of precast units in that batch including reinforcements and
steel embedments shall be recovered from Contractor.

Quoted rates in "Schedule of Quantities" for precast members shall be deemed to include
the cost of testing etc complete. No separate payment shall be made for tests.

The Engineer reserves the right to get any specimen tested independently through an
approved laboratory. The right of acceptance or otherwise of the precast element shall
rest with the Engineer.

The Contractor shall provide at his cost, all instruments, equipments, materials, loading
platforms, loads etc, that may be required to satisfactorily conduct the load test. The
instruments shall be recently calibrated and the calibration certificate shall be submitted
by the Contractor. The instruments shall be of an accuracy as shall be specified by the
Engineer.

If a unit is damaged, cracked, etc., the same may be rejected by the Engineer. Such
rejected unit shall not be paid for and shall be forthwith removed from the site of works
by the Contractor. Satisfactorily withstanding a load test shall not be considered a ground
for accepting any unit rejected by the Engineer.

15.0.0 ERECTION

Erection and jointing of individual units shall be done true to the alignment. The method
and sequence of erection shall be approved by Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 72
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Every care shall be taken to see that no damage results during any stage of erection. The
Contractor shall submit a detailed erection scheme well in advance of erection. His
methods and equipment will take into account all forces that may occur during erection.

The erection procedure should ensure that the units are laterally stable and would not
buckle, twist etc. All handling, erection etc shall be by mechanical means.

After erection of precast units at site, the hooks provided for lifting purposes shall be cut
flush to the surface of the slab, if so directed by the Engineer at no extra cost.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 73
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.7
TECHNICAL SPECIFICATION FOR MASONRY WORKS

1.0.0 SCOPE

This specification covers the requirements in respect of materials, workmanship and


quality for brickwork and plastering.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Indian Standards Institution and all other such as may be
published by them during the currency of the Contract, shall govern in respect of design,
workmanship, quality and properties of materials and method of testing. Some of the
relevant available codes are listed hereunder:

Brick work

IS:1077 Common burnt clay building bricks

IS:1542 Sand for plaster

IS:1597 Code of practice for construction of stone masonry

IS:1661 Code of practice for application of cement and cement-lime plaster finishes

IS:1905 Code of practice for structural use of un-reinforced masonry.

IS:2116 Sand for masonry mortars

IS:2185 Specification for Hollow Cement Concrete Blocks

IS:2212 Code of practice for brickwork

IS:2250 Code of practice for preparation and use of masonry mortars

IS:2572 Code of practice for construction of hollow concrete block masonry

IS:2691 Burnt clay facing bricks

IS:3414 Design and installation of joints in buildings

IS:3495 Methods of tests of burnt clay building bricks

IS:3696 Safety code for scaffolds and ladders

IS:5134 Bitumen impregnated paper

IS:5454 Methods of sampling of clay building bricks

SP:20 Explanatory handbook on masonry works

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 74
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.0.0 MATERIALS

3.1.0 Cement

Cement used shall conform to IS:269.

3.2.0 Sand

The sand shall be approved river or pit sand and it shall conform to IS:2116 for masonry
mortar and to IS:1542 for plaster mortar.

3.3.0 Bricks

The bricks used shall be at least chamber burnt second class (class B) bricks conforming
to IS:1077 having a minimum compressive strength of 50 Kg/cm2. Bricks are to be
whole, uniform texture, sound, well burnt, free from cracks, square and well shaped,
uniform in size, uniform red cherry or copper colour and shall emit a clear ringing sound
when struck. Slight distortion or rounded edges are permitted provided no difficulty
arises during laying of uniform course.

Water absorption after 24 hours immersion shall not exceed 20% by weight. Dimensional
tolerance shall not exceed 8%. Representative samples shall be submitted and approved
samples shall be retained by the Engineer for future comparison.

3.4.0 Intentionally omitted

3.5.0 Stone Masonry

Building stones shall be obtained from the quarries approved by the Engineer. These
shall be free from decay, sand holes, reins, flaws, cracks and other defects. Store not
suited for the particular class of work defined shall be rejected and shall be removed from
the site at once, by the Contractor.

4.0.0 STORAGE AND HANDLING

Bricks shall not be dumped at site. These shall be stacked in regular tiers on firm ground,
even as these are unloaded, to minimise breakage and defacement of bricks. Bricks
selected from different situation of use in the work shall be stacked separately.

5.0.0 WORKMANSHIP

5.1.0 Brick work

IS : 2212 shall be followed as general guidance for construction of brick work masonry.

The whole of the brickwork shall be carried out by the Contractor in a uniform manner.

All the bricks shall be kept under water till they are completely soaked and used on the
works on their becoming skin dry.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 75
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The Contractor shall set out and build all brickwork to the dimension, thickness and
heights shown on the drawings. The Contractor shall build all brickwork in English bond
and half brick walls and casing to pipe, chases etc. in stretcher bond. Brickbats shall not
be used except where required for bond.

The Contractor shall lay bricks in full mortar beds with shoved joints. The joints are not
to exceed 10 mm in thickness and are to be full of mortar, close, well finished and neatly
struck. The vertical joints in any course shall not be nearer than quarter of a brick length
from those in the course below. All joints shall be of same width except for small
variations to maintain bond. The brickwork shall be laid plumb and trim to line and level.
No portion of brickwork shall be raised more than 1 metre above another at one time. If
the mortar in any course has begun to set, the joints shall be raked out before another
course is laid. The top course of brickwork in reinforced concrete framed structure shall
be wedged against reinforced concrete surface and joint well filled with mortar.

The Contractor shall flush up thoroughly with mortar all joints as the work proceeds.
Where brickwork is to receive plaster, the joints shall be raked to a depth of 12 mm to
provide proper bond. Where the brick work shall abut a concrete surface, the concrete
surface laitance shall be hacked/chipped thoroughly to have a good bond with brick wall.

The brickwork as it progresses shall be thoroughly watered on its faces and top. New
work shall be properly bonded with the old work. The surface of unfinished work shall
be cleaned and thoroughly wetted before joining new work to it.

Any work in which the mortar perishes shall be dismantled and rebuilt by the Contractor
at his own expense.

The Contractor shall carry out work in as clean a manner as possible and shall remove
excess material and mortar droppings daily.

Where brick walls, are to receive plaster, excess materials and mortar droppings shall be
removed and the surface shall be brushed clean.

During cleaning operations, adjacent work shall be protected and any damage resulting
from improper protection shall be made good by the Contractor at his own cost.

Reinforcement if shown in the drawing shall be provided fully embedding in mortar after
thoroughly cleaned. These shall be lapped with dowels if left in RC columns or welded to
steel columns.

Encasing of structural steel shall be done by building masonry work round flanges, webs
etc., and filling the gap between steel and masonry by minimum 12 mm thick mortar.
Encased members shall be wrapped with chicken wire mesh when shown on drawings or
instructed by the Engineer. The minimum lap in chicken wire mesh shall be 50 mm.
Other steel embedments shall be generally embedded in mortar and masonry unit shall be
cut as required.

5.2.0 Block work

IS : 2572 shall be followed as general guidance for construction of hollow concrete block
masonry. Blocks shall be used only after shrinkage has taken place. The moisture
content must not exceed the limit specified in IS : 2185. Composite cement - lime - sand

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 76
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

mortar of proportion 1 : 1 : 8 shall be used. Mortar shall meet the requirements of IS :


2250. The blocks shall be laid with full mortar bedding. All voids shall be filled with full
mortar bedding. All voids shall be filled with PCC at plinth level and window sill level,
etc. Masonry work shall be cured by keeping it constantly moist on all faces for a
minimum period of seven days.

5.3.0 Stone Masonry

The Contractor shall furnish all labour, materials and equipment required for the
construction of all stone masonry work required as mentioned. IS : 1597 shall be
followed as general guidance for stone masonry construction.

5.3.1 Laying

The stones shall be laid on their broadest face.

Stratified stones shall be laid on their natural bed, i.e. with the strata perpendicular to
the pressure. The courses shall be built perpendicular to the pressure.

Where there is to be variation in the depth of courses, larger stones are to be placed in the
lower courses, the thickness of courses, decreasing gradually towards the top of the wall.

To give sufficient lateral bond, a stone in any course should overlap the stone in the
course below, i.e joints parallel to the pressure in two adjoining courses should not lie too
closely in the same vertical line.

To give sufficient transverse bond, the prescribed number of headers must extend from
front to back of thin walls or from outside wall to the interior of thick walls.

At all angle junctions of walls, the stones at each alternative course shall be so carried
into each of the respective walls as to unite the work thoroughly.

Where breaks are unavoidable in carrying up the work continuously in horizontal courses,
sufficient long steps shall be left to join the old and new work.

The practice of building two thin faces tied with occasional through stones and filling up
the middle with small stuff or even dry packing is strictly prohibited.

If it is necessary to move a stone after it has been placed on the mortar bed, it should be
lifted clear and rest and not made to slide it over stones already laid.

5.3.2 Watering

To prevent absorption of water from the mortar, the stones shall be sufficiently wetted
before laying.

All masonry shall be kept watered for three weeks from the date of building in place,
unless otherwise instructed by the Engineer.

At the close of the days work or for other periods of cessation of work, the top of all
unfinished masonry is to kept well flooded.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 77
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Should the mortar perish, i.e. become dry, white or powdery through neglect of
watering, the work shall be pulled down and rebuilt.

All masonry shall be washed down of all stains on completion of work.

5.3.3 Jambs for Door and Window Openings

Jambs for door and window openings shall be formed with quoins of the full height of the
course in the case of coursed masonry. The quoins shall be in breadth atleast one and half
times the depth of the course and in length atleast twice the depth. For each side of door
openings two of these quoins shall be stones of the full thickness of the walls. Unless
rebating of the whole frames into the masonry is specially specified. Chisel dressing to
the width of door and window frames shall be done to secure a close fit between the
frames and the masonry. A rebate shall be made in the frame where plastering is to join
with the frame as shown in the standard designs for doors and windows and the plaster
shall be keyed well into the rebate to form a neat joint. The lump sum contract rates is for
all classes of masonry and are inclusive of quoins, jambs, and chisel dressing as
demanded by the above and by the following masonry sub-specifications.

5.3.4 Mortar and Materials to Conform to Standard Specification

The mortar to be used for each class of masonry shall conform to the particular standard
specification for that class of mortar and the standard specifications for the materials used
therein.

5.3.5 Holes for Passages of Water etc.

Care shall be taken to see that holes for passage of water wherever necessary as from
terraces, bath rooms, recesses for downfall pipes, etc. are provided during construction
and neatly finished off by pointing or plastering as ordered. Well seasoned wooden plugs
of sizes and quality approved by the Engineer are to be built in as work proceeds for
fixing door and window shutter appliances, hangers, picture rails, and for any other
purpose decided necessary by the Engineer. Holes are also to be cut in the sill-stones to
receive the uprights of door - frames, in cases where there is no threshold plate to the
frame.

5.3.6 Iron, Stone, Concrete or other Fixtures and Buttresses etc.

All iron, stone, concrete or other fixtures, returns, buttresses, counterforts etc., shall be
built and bonded into the work as it proceeds and not inserted or joggled on after the
masonry is advanced.

5.3.7 Chisel Drafting Corners and Rounding Interior Corners of Rooms

The vertical exterior corners of buildings and pillars buildings in coursed rubble in
mortar, first and second sort and random rubble in mortar shall be chisel drafted 38 mm
width on either side, or such other width as may be specified. At the entrances of doors,
windows, archway and other openings, the corners against which doors or windows will
open shall be chamfered 25 mm width and chisel - drafted beyond the chamfer 38 mm as
above extent when parliamentary hinges are used, in which case chisel - drafting only is
necessary.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 78
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

All interior corners of rooms and projecting angles shall be rounded to 25 mm radius.
The projecting angles will in such cases be chamfered as necessary and the rounding for
both interior corners and projecting angles will then be done in the plaster. Similarly,
rounded, chamfered and chisel - drafted corners shall be done wherever they may be
shown on the drawings.

5.4.0 Plastering

Unless otherwise specified, all plaster work shall be carried out according to IS:1661.
The thickness and proportion of cement plaster shall be as specified in the drawing.

The surface to be plastered shall be cleaned of all extraneous matter and rubbish. In
brickwork the joints shall be raked and concrete surface roughened by chipping or
hacking. Any shuttering material adhering to the concrete shall be removed. The
Contractor shall make plaster pads of the required thickness of plaster for correctness of
plumb, line and level. The surface shall be thoroughly watered and soaked and aerated
and all holes shall be closed before starting plastering operation.

Plaster, when more than 15 mm thick shall be applied in two coats - a base coat followed
by the finishing coat. The under coat shall be of sufficient thickness to fill up all
unevenness in the surface, no single coat, however, shall exceed 15 mm in thickness.

For one coat plaster work, the plaster shall be laid slightly thicker than the specified
thickness and the surface then leveled with flat wooden rule to the required thickness.
The plaster shall be well pressed into the joints and the surface finished as specified.

For two coats of plaster work, the first coat shall be applied as described above except
that the surface shall be left rough and keys formed for the application of second coat.
The second coat shall be applied a day or two after the first coat has set, but the first coat
shall not be allowed to dry. The second coat shall consist of mortar ground very fine and
shall be laid on with a wooden rule to a specified thickness, rubbed smooth and leveled
and the surface plastered completely the same day. The leveling shall be continued till
the plaster is quite dry and all moisture which exudes from the plaster shall be wiped off
with a fine cloth. The surface shall be kept dry until exudation of moisture ceases, during
the process of rubbing.

5.5.0 Finish

5.5.1 Sand faced plaster

The plaster shall be applied in two coats. The first coat or the scratch coat should be
approximately 14 mm and shall be continuously carried out without breaks to the full
length of wall or naturing breaking points such as doors, windows etc. The scratch coat
shall be dashed on the prepared to true and even surface and then lightly roughened by
cross scratch lines to provide bond for finish coat. The scratch coat shall be cured for
atleast 7 days and then allowed to dry.

The second coat shall be 6 mm thick and it shall not be applied until atleast 10 days have
elapsed after the application at first coat. Before application of the second coat, the
scratch coat shall be evenly damped. This coat shall be applied from top to bottom in one
operation and without joints, finish shall be straight, true and even. Only approved river

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 79
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

sand shall be used for the second coat and for finishing work. Sand for finish shall be of
even coarse size and shall be dashed on the surface and sponged.

5.5.2 Intentionally omitted

5.6.0 Curing

The brick shall be cured for a period of fourteen (14) days after laying and the plaster
shall be cured for a period of seven (7) days.

5.7.0 Expansion & Separation Joints

Location and details of expansion joints shall be strictly as shown in the drawings and
specified in schedule of items. Expansion joint filler boards and sealing strips shall have
minimum transverse joints. Transverse joints shall be approved by the Engineer.

Separation joints shall be with standard water proof paper or with alkathene sheets about
1 mm in thickness. Length and sealing of taps shall be to the satisfaction of the Engineer.

5.8.0 Damp Proof Course

The proportion of cement to aggregates shall be 1:2:4 using 6 mm down stone chips with
a water proofing admixture. The percentage of waterproof admixture shall be as per
manufacturer's specification but not less than 2% by weight of cement. The brick masonry
surface shall be leveled, flushed up and prepared as directed to receive the damp-proof
course. The thickness of damp proof course shall be 40 mm. In masonry walls of
buildings it shall normally be placed above the external ground level. It shall be laid for
the full width of the wall. The top surface shall be kept rough or ribbed for mortar for
brickwork coming over it, for proper adhesion. All exposed surfaces of the damp-proof
course shall be finished fair and smooth. It shall be cured for at least 7 days. After the
surface has partially set, hot bitumen shall be applied in two coats at the rate of 1.7 kg per
sq.m per coat and dry sand spread over it.

5.9.0 Brick - on - edge coping and plinth protection

The top course of all plinths, parapets, steps and tops of walls below R.C.C slabs,
beams etc. shall be laid with brick - on - edge, unless shown otherwise. Care shall be
taken that bricks forming the top corners and ends of walls shall be properly radiated and
keyed into position as specified in IS : 2212.

Plinths of all buildings shall be protected by 12 mm thick cement plaster (CM 1 : 3) over
PCC paving of minimum 750 mm width. Proportion of PCC shall be 1 : 2 : 4 with min.
thickness of 100 mm. Paving shall be laid in upward slope of 1 in 50 over a 75 mm thick
dry graded aggregate grouted with sand. Storm water drain shall be provided by the side
of plinth protection.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 80
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.8
TECHNICAL SPECIFICATION FOR WATERPROOFING

1.0.0 SCOPE

This specification covers the requirements in respect of materials, workmanship and


quality for water proofing of roofs and other underground structures.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest editions
as published by the Bureau of Indian Standards and all other such as may be published by
them during the currency of the contract, shall govern in respect of design, workmanship,
quality and properties of materials and method of testing. Some of the relevant available
codes are listed hereunder:

IS : 73 Paving Bitumen

IS : 702 Industrial bitumen

IS : 3384 Specification for Bitumen primer for use in water proofing and damp
proofing

IS:1322 Bitumen felts for water proofing and damp proofing

IS:1346 Code of practice for waterproofing of roofs with bitumen felts

IS:1580 Bituminous compound for water proofing and caulking purposes.

IS:1609 Code of practice for laying damp-proof course using bitumen felts

IS:2645 Integrated cement water proofing compounds (1987)

IS:3067 Code of practice for general design details and preparatory work for damp-
proofing and waterproofing of building.

IS:7193 Specification for glass fiber base coal tar pitch and bitumen felts.

3.0.0 MATERIALS

3.1.1 Bituminous Polymeric membrane for roof waterproofing

Bituminous Polymeric membrane used for waterproofing roofs shall be 90 micron thick
HMHDPE Centre core (Tear index greater than 150) protected on both sides with
polymeric bitumen of softening point exceeding 115oC and penetration of 55 ± 8 and
further covered on both sides with protective thermofusible polyethylene film.
Elongation at break shall be 300% or higher, tensile strength of 220 N/5 cm or higher,
pliability of 5oC or lower and heat resistance 100°C or higher.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 81
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

For precast roofs, the top HMHDPE layer shall be substituted with embossed aluminium
foil 75 microns thick. Product to be used for cast-in-situ roof slab shall be MULTIPLAS
STANDARD and that for roof with precast slab panels shall be MULTIPLAS
ALUMINIUM or approved equivalent.

3.1.2 Bituminous polymeric membrane for underground damp proofing

The membrane used for water proofing underground structures shall be 7 layered
membrane similar to 5 layered roofing membrane, but reinforced with a non woven
polyester mat of minimum 140 g/m² for additional mechanical strength and covered with
additional layer of polymeric asphalt. Product to be used shall be MULTIPLAS HYPER
or approved equivalent.

3.1.3 Bitumen Felt

It shall conform to IS:1322 and the number of layers shall be as specified in the schedule
of items. Bitumen primer shall conform to IS 3384. The bonding materials shall consists
of blown type bitumen conforming to IS : 702 or residual bitumen to IS : 73 or a mixture
of the two to withstand local conditions of prevailing temperature or gradient of roof
surface.

3.1.4 Fiber Glass Tissue Reinforced Bitumen Felt

It shall conform to IS:7193, consisting of reinforced glass fibber base coated on both
sides with bitumen modified with thermo plastic polymers.

3.2.0 Bonding Materials

Bonding materials used for applying the polymeric bituminous membrane on surfaces
shall be fiber and solvent based, rubber modified bituminous primer of density 0.92 g/cm3
with viscosity 500 to 10,000 cps. Ordinary bitumen wherever used shall be of blown
type conforming to IS:702 or residual bitumen conforming to IS:73 or a mixture thereof.

3.3.0 Water proofing admixture

The water proofing admixture shall conform to IS: 2645 and shall be approved by the
Engineer.

3.4.0 Cement

Cement shall conform to IS:269.

3.5.0 Aggregates

The aggregates shall conform to IS:383. Fine aggregate shall be river sand or pit sand
from approved pits. Coarse aggregate shall be stone chips of size not exceeding 6 mm.

3.6.0 Metal Flashings

Wherever specified on drawings the metal flashings of 18 g or 20 g galvanised iron.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 82
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

4.0.0 GRADING UNDERBED

The surface to receive the underbed shall be roughened and thoroughly cleaned with wire
brush and water. Oil patches if any shall be removed with detergent. The surface shall be
soaked with water and all excess water removed just before laying of the underbed.

The underbed shall be laid to provide an ultimate run off gradient not less than 1 in 100 or
as directed by the Engineer. Upto a thickness of 25 mm the underbed shall usually be
composed of cement and sand plaster. For higher thickness the underbed shall be made
with cement concrete. The underbed shall be finished to receive the waterproofing
treatment direct or insulation as the case may be.

The underbed shall not be laid under direct hot sun and shall be kept in shade
immediately after laying so as to avoid quick loss of water from the mix and separation,
from the roof surface. The underbed shall be cured under water for at least 7 days.

The following are the brief details of the types of grading underbed :

4.1.0 Plaster

The grading plaster shall be maximum 25 mm thick. It shall consist of cement and sand
in ratio 1 : 4 (nominal) by volume. The sand and cement shall be thoroughly mixed dry
and then water added. Each batch of mix. Shall be consumed before the initial set starts.
The plaster shall be fully compacted to the desired grade in continuous operation. The
surface shall be even and reasonably smooth.

4.1.2 Concrete

Concrete shall be used where the underbed is more than 25 mm thick. It shall consist of
cement concrete 1 : 2 : 4 nominal mix by volume with 12.5 mm down stone chips and
sand. The aggregate shall be mixed dry and minimum quantity of waters shall be added
to make the mix workable. The mix shall be laid to proper grade, fully consolidated and
surface shall be smooth and even.

5.0.0 WATERPROOFING WITH PREFABRICATED POLYETHYLENE AND


POLYMERIC ASPHALT

5.1.0 Workmanship

5.1.1 Waterproofing for roof with polymeric bituminous membrane.

The roof slabs shall be cleaned of all dust, dirt, grit etc. and if rough it shall be made
reasonably smooth either by clipping of projections or by applying a thin coat of cement
slurry of cement sand and water. The roof surface shall be regraded prior to
waterproofing with cement mortar. At the places of drain outlets, projecting pipes,
parapet walls and expansion joints etc. the surface shall be prepared in indicated in
IS: 1346. Over the hardened and finished surface of the roof slab, fiber and solvent
based, rubber modified bituminous primer of density 0.92 g/cm3 and viscosity 500 to
10,000 cps is applied at the rate of 250 g/cm2. First membrane of multiplas standard (or
approved equivalent) shall be unrolled and extended starting at the fillet end parallel to
the largest part of the roof endeavoring to center the membrane over the drain at the
lowest point of the roof. One of the ends are bonded by fusing the lower asphalt layer and

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 83
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

ensuring that a transverse area, with a minimum width of 20 cm is completely adhered to


the substrata. Then one of the men on the application team stands on the area that is
bonded to the substrata while another stretches and flattens the membrane at the other
end. Once the membrane is stretched, opposite end is bonded to the substrata by fusing
the asphalt also on a transverse area with a minimum width of 20 cm ensuring that
transverse joints are staggered. While this is being done, the first applicator unrolls the
following roll of membrane placing it parallel to the first and extending 10 cm over the
same (overlap) fusing and stretching it as with the first membrane. The overlap is kept
open with help of a trowel and flame is directed uniformly inside and towards both
membrane, working the flame in opposite direction in advance of the applicator. When
asphalt starts to flow, applicator should press both membrane with his foot on the
opposite side holding the torch until a thin string of fluid asphalt appears, indicating
correct fusing and bonding. External fusing of the overlap is finished off by leveling and
homogenizing exterior asphalt with the trowel, having previously heated the area with
torch.

In case of roofs with parapets, a chase 75 mm deep shall be cut in the parapet masonry at
about 150 mm above the roof level and the membrane shall be laid as flashing in widths
with a minimum overlap of 100 mm. The lower edge of the flashing shall overlap the
membrane laid on the flat portion, and the upper edge of the flashing shall be tucked into
the groove made in the parapet. After the flashing has been properly bonded, the chase
shall be cleaned and shall be filled up with cement mortar 1 : 4 flush with the face of the
wall, and allowed to set by adequate curing.

For gutters, the membrane shall be laid over a primer coat, and finally painted with a coat
of hot bitumen at not less that 1.5 kg/sqm. The membrane treatment shall be carried
down into the outlet pipes to a minimum depth of 100 mm. After the treatment is over,
the surface shall be covered with 20 mm plaster of cement mortar 1:4 reinforced with
chicken wire mesh marked off into squares 600 mm wide with expansion joints provided
at a distance of 3 m.

5.1.2 Damp proofing for underground structures

Waterproofing for underground structures wherever indicated in the drawings shall be


done with polymeric bituminous membrane strengthened with high quality polyester for
resisting static water pressure. Half brick thick brick work in cm 1 : 4 shall be provided
as protection to waterproofing on external side faces. Membranes shall be fastened with
the vertical surfaces for height exceeding 4.5 m. Prior to application of the membrane,
the surface shall be coated with fibre and solvent based rubber modified bituminous
primer of density 0.92 g/cm³ and viscosity 500 to 10,000 cps applied at the rate of
250 g/m².

6.0.0 WATER PROOFING WITH HESSIAN BASED BITUMEN FELTS

6.1.0 Workmanship

6.1.1 Waterproofing for roof

The roof slab shall be cleaned of all dust, dirt, grit etc. and if rough it shall be made
reasonably smooth either by chipping of projections or by applying a thin coat of cement
slurry of cement, sand and water.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 84
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The roof surface shall be regraded prior to waterproofing either with cement mortar or
lime-surkhi mortar. At the places of drain outlets, projecting pipes, parapet walls and
expansion joints etc. the surface shall be prepared as indicated in IS:1346.

The workmanship in general shall conform to IS:1346 unless otherwise specified. Over
the hardened and finished surface of the roof slab, a thin layer of approved bitumen
primer shall be first brushed over the roof surface and allowed to dry.

The felt shall be first cut to the required lengths and laid out flat on the roof in position at
right angles to the direction of run-off gradient and shall be brushed clean of dusting
materials. Each length of felt thus laid in position shall be rolled up for a distance of half
of its length. Then the bonding material heated to correct temperature shall be poured on
to the roof across the full width of the rolled felt as the latter is steadily rolled out and
pressed down. Excess bonding material shall be squeezed out at the ends and removed as
the laying proceeds. When the first half of the strip of felt has been bonded to the roof,
the other half shall be rolled up and then unrolled on to the hot bonding material in the
same way.

Minimum overlaps of 100 mm shall be allowed at the end and the sides of strips of felt.
All overlaps shall be firmly bonded with hot bitumen. The laying of the second layer of
felt shall be so arranged that the joints are staggered with those of the layer beneath it.

In case of roofs with parapets, a chase 75 mm deep shall be cut in the parapet masonry at
about 150 mm above the roof level and the felt shall be laid as flashings in widths with a
minimum overlap of 100 mm. The lower edge of flashing shall overlap the felt laid on
flat portion of the roof and the upper edge of the flashing shall be tucked into the groove
made in the parapet. After the flashings have been properly bonded, the chase shall be
cleaned and shall be filled up with cement mortar (1:4) flush with the face of the wall and
allowed to set by adequate curing.

In case of drain mouths, waterproofing shall be done as specified for the roof excepting
that the treatment shall be carried inside the drainpipes overlapping at least 100 mm.

For gutters, a priming coat shall first be applied. Over this, a specified number of layers
of felt shall be laid and bonded together with hot bitumen and finally painted with a coat
of hot bitumen at not less than 1.5 kg /sqm. The felt layers laid separately in the gutters
shall be overlapped with the corresponding layers on the roof proper. The felt treatment
shall be carried down into the outlet pipes to a minimum depth of 100 mm. After the
treatment is over, the surface shall be covered by pea-sized gravel or grit at the rate of 0.6
cum per 100 sqm. On flashings and at drain mouths a finish of two coats of approved
bituminous primer shall be provided.

6.1.2 Damp Proofing For Under Ground Structures

Damp proofing for under ground structures wherever indicated shall be done as per
recommendations of IS:1609 - 1976 clause 5.2(b), for heavy treatment with three layers
of felt. The method of laying damp proofing treatment shall be as per clause 6 of
IS:1609.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 85
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

7.0.0 WATERPROOFING WITH FIBRE GLASS TISSUE REINFORCED BITUMEN


FELT

7.1.0 Workmanship

7.1.1 Waterproofing for roofs shall be according to the guidelines in IS:1346. Other aspects
shall be the same as in clause 5.1.1.

7.1.2 Damp Proofing of Under Grounding Structures

It shall be done as per guidelines laid in IS:1609 - 1976 clauses 5.2(b) & 6. The felt
layers shall be fastened to the wall surface wherever the height exceeds 4.5 m. Half brick
wall in C M 1.4 shall be erected as protection to the external face of the waterproofing.

8.0.0 WATER PROOFING OF ROOFS WITH BRICK LIME CONCRETE AND


PRESSED FLAT TILES

8.1.0 Lime Concrete Terracing

8.1.1 Materials

Brick aggregate shall be 25 mm nominal size unless otherwise specified in the description
of the item. Lime mortar shall be of 1:2 mix (1 lime putty : 2 surkhi), unless otherwise
specified in the description of the item.

The volume of wet mortar to be used will be 50% of stacked volume of brick aggregate,
unless otherwise specified in the description of the item. The brick aggregate shall be kept
moist for a period of not less than 6 hours before use in the concrete mix.

8.1.2 Laying

Lime concrete shall be laid in a single layer, spread and rammed, with wooden rammers
of weight not exceeding 2 Kg, to the specified average thickness, slopes and levels. The
concrete shall be used when it is quite fresh, concrete left over from the previous days
works shall in no circumstances be used.

During the preliminary ramming , the surface shall be tested and kept perfectly true and
even by means of a trowel, straight edge and sprit level. The concrete shall then be further
consolidated by two rows of labours sitting close and beating the concrete in uniform with
thappies (weight 1 to 2 kg) across the entire width of the roof and thus slowly traversing
the length of the roof. Special care shall be taken to consolidate the concrete property at
this junction with the parapet wall. This beating shall be continued for three to four days
or until the mortar is almost set and the wooden thappies rebound from the surface readily
when struck on it.

While the beating is in progress, the surface shall be liberally sprinkled with a mixture of
Gur and boiled solution of bael fruit, in the proportion of 1.75 kg of Gur to 1 kg bael fruit
boiled in 60 litres of water.

As soon as the beating is completed, the mortar that has come on top shall be softened by
the addition of the solution of Gur and bael and smoothened with a float or trowel to a
fine polish. No plaster shall be used on any account for finishing the roof.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 86
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

8.1.3 Curing

The concrete shall be kept wet after each day’s work, and for such a period of time as the
Engineer-in-Charge may direct. The wetting shall be done by spreading straw or gunny
bags and watering very frequently , so as to ensure through setting of the concrete.

8.1.4 Finish

The slope of the finished terrace shall not be less than 1 in 50, unless a fatter slope is
permitted by the Engineer-in-Charge in writing. The roof surfaces shall slope from all
sides towards the outlets.

The minimum thickness of the concrete at a junction with khurra shall be 5 cm. The lime
concrete shall overlap the cement concrete base of the khurra by 75 mm and shall be
rounded to the edges of the khurra. The lime concrete shall also be rounded at the junction
of roof slab and parapet. The finished lime concrete shall present a smooth surface with
correct slopes and uniform rounding wherever they occur. The concrete should be leak
proof and free from cracks.

8.1.5 Thickness

The average finished thickness of the laid concrete over the entire area shall be minimum
of 100mm.

8.2.0 Lime Concrete Terracing with Tile Bricks Paving

8.2.1 Lime Concrete Terracing

The specification shall be same as described in 7.1.1 to 7.1.5 except that the terrace
concrete shall be finished rough and not with fine polish and rounding the concrete at
junctions with parapet walls, chimney stacks, raised sky lights etc. shall not be done as,
this will interfere with the tile paving to come on its top.

8.2.2 Tile Bricks Paving

The tiles shall be of first quality machine pressed of size 200x200x20 mm of ISI make.
The laying of the tiles shall be done on a bed of cement mortar 1:3 (1 cement : 3 sand by
volume) mixed with approved water proofing compound confirming to IS: 2646.

9.0.0 ELASTOMERIC MEMBRANE WATERPROOFING

The roof slab shall be cleaned of all dust, dirt, grit etc. and if rough it shall be made
reasonably smooth either by chipping of projections or by applying a thin coat of cement
slurry of cement, sand and water.

The chemical used shall be high solid content liquid applied elastomeric waterproofing
membrane with separate wearing course as per ASTM C-898. Thickness of the membrane
shall be 1.5 mm. This treatment shall include application of polymerised mastic over the
roof to achieve smooth surface and primer coat. Wearing course of the top membrane
shall consist of 25 mm thick PCC (1:2:4) cast in panels of maximum 1.2 x 1.2 m size and
reinforced with 0.56 mm diameter galvanized chicken wire mesh and sealing of joints

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 87
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

using sealing compound / elastomeric water proofing membrane. Pathways for handling
of materials and movement of personnel shall be provided with 22 mm thick chequered
cement concrete tiles as per IS:13801 for a width of 1000 mm in place of PCC.

10.0.0 ACCEPTANCE CRITERIA

The surface level shall be such as to allow quick draining of water without leaving any
pool anywhere. The finishing course shall be fully secured and shall have an even
density. There shall not be any bubble formation or crushed or squeezed insulation or
underbed.

The Contractor shall give a guarantee in writing for all works executed under this
specification supplemented by a separate and unilateral guarantee from the specialised
agency for the roof waterproofing treatment work. The guarantee shall be for materials
and workmanship for five (5) years in case of normal treatment, ten (10) years for heavy
treatment and fifteen (15) years for extra heavy treatment. The mode of execution of the
guarantee shall be acceptable to the Owner.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 88
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.9
TECHNICAL SPECIFICATION FOR WATER SUPPLY,
DRAINAGE AND SANITARY WORKS

1.0.0 SCOPE

This specification covers the requirements in respect of materials, installation and quality
for water supply, drainage and sanitary works.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards and all other such as may be
published by them during the currency of the Contract, shall govern in respect of design,
workmanship, quality and properties of materials and methods of testing. Some of the
relevant available codes are listed thereunder:

Roof Drainage System

IS:1230 Cast iron rain water pipes and fittings

IS:1626 Asbestos cement building pipes, gutters and fittings (spigot and socket type)

IS:1729 Specification for sand cast iron spigot and socket soil, waste and ventilating
pipes, fittings and accessories.

IS:1742 Code of practice for building drainage.

IS:2527 Code of practice for fixing rainwater gutters and down pipes for roof
drainage.

Pipes and fittings for sanitary plumbing and drainage

IS:404 Lead pipes

IS:405 Lead sheet and strip

IS:458 Concrete pipes (with and without reinforcements)

IS:651 Salt glazed stoneware pipes and fittings

IS:771 Glazed fire clay sanitary appliances

IS:774 Flushing cistern for water-closets and urinals (other than plastic cisterns)

IS:775 Cast iron brackets and supports for wash basins and sinks

IS:778 Copper alloy gate, globe and check valves for water works purposes.

IS:781 Cast copper alloy screw down bib taps and stop valves for water services

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 89
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS:782 Caulking lead

IS:783 Code of practice for laying of concrete pipes

IS:804 Rectangular pressed steel tanks

IS:1172 Code of basic requirement for water supply drainage and sanitation

IS:1239 Mild steel tubes and l and other wrought steel fittings

IS:1536 Centrifugally cast(spun) iron pressure pipes for water, gas and sewage

IS:1537 Vertically cast iron pressure pipes for water, gas and sewage.

IS:1703 Ball valves (horizontal plunger type) including floats for water supply
purposes

IS:1711 Self closing taps for water supply purposes

IS:1726 Cast iron manhole covers and frames

IS:1742 Code of practice for building drainage

IS:1795 Pillar taps for water supply purposes

IS:2065 Code of practice for water supply in buildings

IS:2104 Water meter boxes (domestic type)

IS:2326 Automatic flushing cisterns for urinals (other than plastic cisterns)

IS:2470 Code of practice for installation of septic tanks

IS:2548 Plastic seats and covers for water-closet

IS:2556 Vitreous sanitary appliance (vitreous china)

IS:2963 Copper alloy waste-fittings for wash basins and sinks

IS:3004 Plug cocks for water supply purposes

IS:3006 Chemically resistant glazed stoneware pipes and fittings

IS:3076 Low density polyethylene pipes for potable water supplies

IS:3114 Codes and practice for laying of cast iron pipes

IS:3311 Waste plug and its accessories for sinks and wash basins

IS:3486 Cast iron spigot and socket drain pipes

IS:3597 Methods of test for concrete pipes

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 90
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS:4127 Code of practice for laying of glazed stoneware pipes

IS:4346 Washers for use with fittings for water services

IS:4984 Specification for high density poly-thelene pipes for potable water supplies,
sewage and industrial effluents

IS:4985 Unplasticized PVC pipes for potable water supplies

IS:5219 Cast copper alloy traps (`P' & `S' (Part-I) traps)

IS:5329 Code of practice for sanitary pipe work above ground for buildings

IS:5961 Cast iron gratings for drainage purposes

IS:7634 Code of practice for plastic pipe work for potable water supplies

IS:8008 Injection moulded high density polyethylene (HDPE) fittings for potable
water supplies

IS:10124 Fabricated PVC fittings for potable water supplies

3.0.0 MATERIALS

Sanitary Fittings

All sanitary fittings shall be procured from approved vendors and shall conform to the
requirements of the relevant IS Codes listed above. The sizes shall be as specified in the
General Technical Specification, where not specific, the same shall be as per Engineer’s
approval.

Glazed earthenware fittings shall be of Hindustan Sanitary ware or approved equivalent


make, while colour and one piece construction. All metallic fixtures like taps, stop cocks,
soap holders etc. shall be of Chromium Plated (CP) brass, GEM or approved equivalent
make PVC fixtures shall be CALIPLAST or approved equivalent make. All wall fittings
shall be fixed with wooden cleats and CP brass screws and washers.

Pipes and Fittings

Pipes and specials shall be of standard quality conforming to IS : 3486.

Stoneware pipes shall conform to IS : 651.

RCC pipes for underground sewer shall be P1 class conforming to IS : 450.

Cast iron rain water pipes shall conform to IS : 1230.

Water supply lines of GI, PVC, HDPE shall conform to IS : 239, IS : 4985 and IS :
4984 respectively, PVC fittings for water supply lines shall conform to IS : 10124.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 91
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The Contractor shall submit to the Engineer samples of all materials, fittings and
appliances for approval well in advance of starting the work. All materials, fittings and
appliances used in the work shall conform to the approved samples.

4.0.0 GENERAL

All water supply, drainage and sanitary works shall be executed by a licensed or
authorized plumbing supervisor or a license or authorized plumber and shall be in
accordance with the requirements of relevant codes.

For items such as earthworks, excavation, concrete, brick work, stonework, painting etc.
relevant specifications for these shall apply, unless other wise specified.

Unless otherwise specified, all exposed work such as cisterns, brackets etc. shall be
painted with one coat of red oxide paint and two coats of oil paint of approved colour.

The diameter of pipes and fittings wherever mentioned shall mean the internal diameter or
nominal bore, unless otherwise specified.

The job shall include the cost of making necessary chases, holes etc., in walls, floors and
in other places and also making good on completion of the works. Any damage caused to
floors, walls etc. during execution of the sanitary and plumbing works shall be made good
by the Contractor at his own cost to the satisfaction of the Engineer.

5.0.0 INSTALLATION

All execution will be done on the basis of drawings /instruction given by the Engineer.
Fittings meant for operation shall be located and oriented to allow easy reach and
operation, maintenance, repairs and replacements of pipes, fittings and fixtures must be
conveniently possible.

5.1.0 LAYING AND JOINTING OF PIPES

5.1.1 Cast iron soil and waste pipe line

5.1.1.1 Laying

Cast iron pipes, socket and spigot shall be of standard quality conforming to IS:3486
(heavy duty) when the pipe has to be laid underground for sewer and waste line.

The laying of cast iron pipelines shall commence only after the bottom of the trench at
various points have been leveled and aligned in accordance with the drawings. The sides
of the trenches shall be as vertical as possible, and the width at the bottom shall be 400
mm wider than the diameter of the pipe. Where joints are made, the trench shall be
widened suitably to provide room for caulking joints. Shoring and timbering shall not be
used without prior approval of the Engineer. For pipes buried in the ground, the
Contractor shall take care to maintain always a minimum cushion of earth over the pipes
as indicated in the drawings. All pipes, water mains, cables etc. met within the course of
excavation shall be carefully protected and supported. All pipes and fittings shall be
sounded with a light hammer and check properly to detect any crack or blow holes before
laying. The excavated material shall be thrown on one side of trench and the pipes
stacked on the other side. The inside of socket and the outside of spigot shall be

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 92
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

thoroughly cleaned of all foreign matter before laying. The pipes shall be laid with their
socket ends facing the direction of the flow. The pipes shall be lowered in the trenches by
a method as approved by the Engineer. The pipes shall then be jointed by caulking as
specified in Clause 5.1.1.2. After each section of the pipeline has been laid it shall be
tested for water - tightness before backfilling the trench. On successful completion of
testing, the trench shall be backfilled with the excavated earth in layers of 200 mm and
shall be watered and rammed. Any subsidence occurring in the line of trenches after
backfilling shall be repaired by the Contractor at his own cost. Where the pipelines cross
roads, the sides of the trenches shall be suitably shored.

When the pipe line has to be laid above ground vertically by the side of wall, it shall be
securely fixed to the wall with wooden plugs and nails.

5.1.1.2 Jointing

The type of jointing for C.I. pipes conforming to IS:3486 shall be socket and spigot either
with molten lead or lead wool and gasket conforming to IS:782.

If the joints used are spigot and socket type, the spigot shall be carefully centered in the
socket by one or more laps of clean white hemp spun yarn with about 25 mm overlap.
Sufficient yarn only shall be forced into the socket to leave a correct depth of lead for
caulking. The pipe shall then be examined again for line and level and the proper depth
of each joint shall be tested before running the molten lead. For pouring of molten lead a
ring of hemp rope shall be wrapped round the pipe at the end of the socket and the joint
shall be covered with stiff damp clay. The rope shall then be removed carefully leaving a
V-shaped large hole at the top of the joint to pour the molten lead. Lead shall be poured
in one operation only. After a section of convenient length of pipe has been laid, lead
shall be caulked sufficiently with caulking tools and hand hammered till the excess lead
removed and the joint shall be made neat and clean. Depth of lead in joints from the top
of socket shall be 37 mm for 150 mm dia pipes and 25 mm for 100 mm dia pipes.

The type of joint CI pipes conforming to IS:1729 shall be socket and spigot with cement
and sand mortar (1:1) and gasket yarn.

The spigot shall be carefully inserted and centered in the socket by one or more laps of
thin clean hemp spun yarn and shall be forced into the socket to leave a correct depth of
30 mm all-round and level and the proper depth of each joint shall be tested before
inserting the cement mortar. The joints shall then be carefully be leveled to the edge of
the socket. Each joint shall be adequately cured by covering with wet clothes and pouring
water at frequent intervals.

The packing ring or washer for the flanged joints shall be rubber for the full diameter of
the flange with proper pipe hole and bolt holes cut out suitably. The packing shall be
smeared with graphite paste or a mixture of red lead and white lead and shall be
introduced between the flanges of both the pipes and nuts tightened in opposite pairs
keeping the longitudinal axes of adjoining pipe lines in exactly the same straight line.
Lead washers shall be provided along with bolts to prevent any leakage through bolt
holes.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 93
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.1.2 Stoneware pipes

5.1.2.1 Laying

Stoneware pipes shall conform to IS:651.

The laying of stoneware pipelines shall commence only after the bottom of the trench at
various points have been leveled as shown in the drawings. The Centre line excavated to
correct depth, slope and width at all points. The pipes shall be carefully laid to the
alignment, levels and gradients as shown on the drawings. The trench shall be excavated
wide enough under the sockets to allow hands to pass for making joints. The pipes
between manholes shall be laid truly in straight lines and without any vertical or
horizontal deviations on a bed of concrete as shown on the drawings. While laying pipes,
portion of concrete under each socket shall be dug and taken off so that the barrel of the
pipe gets full support on the concrete bed. Pipes shall be haunched with concrete
tangential upto the crown of the diameter of the pipe. When it crosses under a road, the
pipe shall be fully encased in concrete. The Contractor shall take precautions to maintain
always a minimum cushion of earth over the pipes. All pipes shall be carefully examined
with a light hammer of soundness before laying. After each section of the pipelines has
been laid, the joints shall be allowed to set properly and shall be inspected and tested as
directed by the Engineer. Backfilling of the trench shall be carried out only after the
approval of the Engineer. After testing, the trench shall be backfilled with selected earth
in layers of 200 mm and shall be watered and thoroughly rammed. All pipes, water
mains, cables etc. met within the course of excavation shall be carefully protected and
supported.

When the pipelines cross roads, the trenches shall have vertical sides with suitable
shoring. Any subsidence in the line of trench after backfilling shall be repaired by the
Contractor at his own cost. The contractor shall prepare drawings showing all the details
required for the work mentioned above and other pipe laying works and got it approved
by the owner before commencement of work.

5.1.2.2 Jointing

The type of jointing for stoneware pipes shall be socket and spigot as indicated on the
drawings. The inside of the socket shall be first painted with a thin layer of cement
mortar (1:2) and a gasket of yarn dipped in cement slurry shall be inserted in the socket of
the pipe with the wooden caulking tool and wooden mallet in such a way that the gasket
shall fully encircle the spigot with a slight overlap. When the spigot end received the
gasket, it shall be wrapped round with two or three turns of treated spun yarn at its ends
before being inserted into the socket. The rest of the joint shall then be completely filled
with cement sand mortar (1:1) having very little water and the joint shall be leveled to
form a smooth splayed fillet at an angle of 45°. All excess of cement mortar left inside
the pipe joint shall be neatly cleaned off and the joint shall be adequately cured by
covering with wet gunny bags and pouring water at frequent intervals. In jointing
stoneware pipes, care shall be taken that the pipes are kept concentric and the socket,
specially on the underside shall be completely filled with cement mortar. Where
settlement of earth is envisaged, the joint shall be made with bitumastic filler or any
other materials as approved by the Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 94
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.1.3 Concrete pipes

5.1.3.1 Laying

R.C.C. pipes for underground sewers shall be of P1 class conforming to IS:458 unless
otherwise specified. The laying of pipes shall conform to IS:783. The pipes shall be laid
to line and grade.

5.1.3.2 Jointing

The type of jointing for concrete pipes shall be with loose concrete collars and the joints
shall be packed from either side with spun yarn dipped in cement slurry as specified for
jointing stoneware pipes. Stiff cement mortar (1:1) shall be filled from both sides and
splayed at an angle of 45o on both sides. The joint shall be adequately cured as specified
for joints in stoneware pipes.

5.1.4 Cast iron rainwater pipes

Deleted

5.1.5 Galvanized steel water supply pipes

Screwed galvanized steel pipes conforming to IS:1239 shall be jointed with screwed
joints and screwed fittings of the same materials as that of the pipes. Any burns
remaining on the pipe ends after the treads are out shall be removed. An approved
jointing compound together with a grummet of a few strands of fine yarn shall be used for
jointing pipes and fittings. Any pipe threads exposed after jointing shall be painted or in
the case of underground piping thickly coated with approved bituminous compound to
prevent corrosion.

The depth at which the underground water supply pipe is to be laid be as shown on the
drawings. The service pipe passing into or beneath the building shall be laid at least 200
mm below the ground floor level and accommodate in a previously laid sleeve in the
structure where it enters the building. The space between the sleeve and the pipe at its
entry into and exit from the building shall be filled with a bituminous material for a
minimum of 150 mm at both ends.

Piping shall not be buried in walls or floors as far as possible. However, when
unavoidable, piping shall be buried for the shortest distance necessary and adequate
protection shall be provided against damage.

Galvanized steel piping shall be secured by iron or steel clamps and hooks when fixed on
walls.

All pipe work shall be completely watertight and the joints shall be such that there are no
projections of jointing materials or the like in the interior of pipes. Before the pipe line is
commissioned, all piping and fittings shall be flushed clean.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 95
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.1.6 High Density Polyethylene water supply pipes

All high density polyethylene pipes shall have screwed ends and shall be jointed with
screwed fittings of the same materials of that of the pipes. Any burrs remaining on the
pipe ends after cutting threads shall be removed. If necessary, an approved jointing
compound with a few strands of fine yarn may be used for jointing pipes and fittings. All
exposed high density polyethylene pipes shall be installed with PVC saddles screwed on
25 mm thick wooden blocks securely fixed on walls at suitable intervals, not exceeding 1
m. Pipe wherever installed in wall chasing shall be fixed as in the case of galvanized
steel pipes.

5.1.7 PVC water supply pipes

PVC pipes for water supply lines shall be heavy duty PVC pipes of Class 4 conforming to
IS:4985 and all fitting shall conform to IS:10124. All exposed pipes shall be installed
with PVC saddles screwed on 25 mm thick wooden blocks securely fixed on walls at
suitable intervals, not exceeding 1 m. Pipe wherever installed in wall chasing shall be
fixed as in the case of galvanized steel pipes.

5.2.0 Testing and Acceptance Criteria

5.2.1 Cast iron soil and waste pipe line

On completion of laying, the cast iron, soil, waste and ventilation pipelines shall be tested
by the Contractor at his own cost to detect leakage’s and any other defects in the
pipelines.

Test shall be conducted using proper apparatus with attachment for smoke making
machine for applying smoke to the pipelines under pressure. Only cotton waste of brown
paper soaked in creosote oil shall be used and fired to obtain dense and pungent smoke.
While conducting smoke test, top of soil, waste and ventilation pipes shall be kept open
till smoke starts coming out of the openings. The openings shall then be securely plugged
with expanding rubber or any other approved plug. The floor traps and other openings for
connecting sanitary fixtures shall be sealed with water or other approved plug. The floor
traps and other openings for connecting sanitary fixtures shall be sealed with water or
other approved plug. The entire pipeline shall be tested in suitable sections as directed by
the Engineer. The entire length of the pipelines including all joints under tests shall be
closely observed for any sign of smoke leakage. All leakage’s and defects shall be
rectified by the Contractor to the satisfaction of the Engineer.

5.2.2 Underground Sewerlines

The drainage system shall be tested in accordance with the provision of IS:1742. All
defects and deficiencies detected during the test shall be promptly rectified by the
Contractor to the satisfaction of the Engineer.

5.2.3 Galvanized steel water supply pipes

After the laying and fixing of all galvanized steel water supply pipes and fittings are
completed, the line shall be slowly and carefully charged with water to a test pressure of 5
kg per sq cm or the specified working pressure plus 50% as may be prescribed by the
Engineer. Care shall be taken that air in pipelines is completely exhausted while filling

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 96
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

the pipelines with water. This pressure shall be maintained for at least one hour, unless
otherwise specified. The pipes and fittings shall then be inspected for any leakage of
water. Defects in pipes and fittings, if detected, shall be remedied by the Contractor at his
own cost.

5.3.0 Septic tank and effluent disposal

5.3.1 Septic Tank

Septic tank shall consist of the tank itself with inlet and outlets therefrom complete with
all necessary earthwork and backfilling. The details of septic tank shall be as per IS:2470.

This item shall also include ventilating pipe of at least 100 mm dia whose top shall be
provided with a suitable mosquito proof wire meshes and cowl. Ventilating pipe shall
extend to a height of about 2 meter when the septic tank is at least 15 meter away from
the nearest building and to a height of 2 meter above the top of building when it is located
closer than 15 meter. Ventilating pipes can be connected to the normal soil ventilating
system of the building where allowed.

Necessary inspection chambers, wherever required, shall be provided for pipeline from
the building to the septic tank.

5.3.2 Effluent Disposal

The effluent from the septic tank shall be disposed by allowing it into an open channel or
a body of water if the concerned authority approves or into a soak pit for absorption by
soil or shall be allowed to be absorbed by soil through open jointed S.W. pipes laid in a
trench filled with broken bricks.

Soak pit

It shall consist of a 900 mm dia pit 1000 mm in depth below the invert level of the inlet
pipe. The pit shall be lined with stone, brick or concrete blocks set in cement mortal (1:6)
and filled with brick bats. Inlet pipe shall be taken down to a depth of 900 mm from the
top as an anti-mosquito measure.

Open jointed S.W. pipe/Dispersion trenches

Minimum dia of S.W. pipe shall be 150 mm nominal. The trench for laying pipe shall be
minimum 600 mm depth. The joints of the pipes shall be left unsealed. The entire length
of the pipe within the trench shall be buried in a 250 mm layer gravel or crushed stone of
uniform size on top of the gravel/ crushed stone layer is a 150 mm bed of well graded
coarse aggregate. Ordinary soil is used for filling the top of the trench.

5.3.3 Commissioning Septic Tank

After the Septic tank has been proved water tight and the sewage system is checked, the
tank shall be filled with water to its outlet before the sewage is let into the tank. It shall
be seeded with well digested sludge obtained from septic tank or sludge digestion tank.
In the absence of digested sludge, small quantity of delaying organic matter such as
digested cowdung may be introduced.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 97
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.4.0 Inspection pits and trap pits

Construction of pits shall commence only after the pipes have been laid in position to true
line and levels as shown on the drawings and to the satisfaction of the Engineer.

5.4.1 Inspection pits

Inspection pit shall be constructed as per IS standards. Unless otherwise specified, all
inspection pits shall be constructed with rubble masonry in cement mortar (1:4). Half
round channels of size suitable for the inlet and outlet pipe diameters shall be formed on
the floor of the pit with PCC M10. The floor of the pit shall be haunched towards the
channel as shown on the drawings. Inside of pits shall be finished with cement-sand
plaster (1:4) and finished smooth with cement punning. Care shall be taken to avoid
unevenness on the surface and sharp bends in the channel. The invert level after finishing
shall be as indicated by the Engineer.

5.4.2 Intercepting/master trap pits

The pits for the glazed stoneware master trap shall be constructed as per IS standards.
The construction and finishing of the pit shall be haunched towards the
intercepting/master trap.

5.4.3 Gully trap pits

Gully trap pits shall be constructed as per IS standards. The construction and finishing of
the pit shall be as described above for inspection pits. The cast iron grating shall be set
flush with the finished ground/floor level.

5.5.0 Installation of sanitary appliances

All sanitary appliances shall be fixed in position rigidly on floor and walls as per IS
standards or as directed by the Engineer. All appliances shall be from the approved
manufacturer and approved colour. The contractor shall prepare drawings showing all
the details required for the inspction pits and trap pits mentioned above and got it
approved by the owner before commencement of work.

5.5.1 Indian Water Closet (IWC) - Squatting type

Squatting type water closet shall be fitted on trap and shall be jointed with gasket yarn
and cement mortar. Rim of the pan shall be leveled properly and set flush with the
finished floor. The pan shall be connected to cast iron high level pull and let go type
flushing cistern of 15 liters capacity as per IS standards. The flushing cistern shall be
supported on a pair of CI cantilever brackets firmly embedded in the wall in cement
mortar (1:4) or screwed to wall with suitable plugs. Height of the bracket from the top of
pan shall be as per IS standards. The flush pipe from the cistern shall be 32 mm dia tested
quality galvanized steel pipe (light quality) and connected to the pan inlet by means of
hemp and putty joint.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 98
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.5.2 European Water Closet (EWC) - Pedestal type

Pedestal type water closet shall be rigidly fixed on the finished floor by means of 75 mm
long brass screws with suitable plugs. The flushing cistern shall be of porcelain or cast
iron or cast iron low level push down cistern of capacity as indicated in the Schedule of
Items. The cistern shall be supported on a pair of cast iron or rolled steel cantilever
brackets firmly fixed on wall with brass screws and suitable plugs. The flush pipe from
the cistern shall be 40 mm dia chromium plated brass end and fitted to the closet by
means of rubber adopter. The closet shall be provided with double plastic seat cover
conforming to IS:2548 and chromium plated hinges.

5.5.3 Urinals

Standing type urinals shall be firmly fitted on finished wall by means of 50 mm long
brass screws and suitable plugs. Height of the lip from the standing point shall be as per
IS standards. Urinals shall be fitted with cast iron automatic flushing cistern of 5 liters
capacity. Flushing pipes shall be of galvanized steel pipes of required size and connected
to the urinal with 15 mm dia PVC connector fitted with brass cap and lining at one end.
The joint to the inlet of urinal shall be neatly finished with putty joints.

The arrangement of waste pipes and discharge to the floor trap shall be as shown on the
drawings or as directed by Engineer. For single urinal the discharge may be direct to the
floor trap through a 40 mm dia waste pipe. For a range of urinals, the discharge may be
collected in a common waste pipe of 50 mm dia leading to the floor trap. Each urinal
shall be connected to the common discharge pipe by 40 mm dia waste pipes.
Alternatively, the discharge from each urinal through 40 mm dia pipe shall be lead to the
100 mm W.G half round channel laid on the floor leading to the floor trap.

5.5.4 Wash hand basin

Wash hand basin shall be fitted in position to true level on a pair of cast iron brackets
plugs. The basin shall be fitted with 15 mm dia approved quality chromium plated pillar
tap and 32 mm dia waste fittings. The type of waste pipe and their connections shall be
as shown in the drawings or as directed by the Engineer.

5.5.5 Sink

Porcelain sink of size 60 cm x 30 cm shall be leveled properly and fitted in position on a


pair of cast iron cantilever brackets firmly embedded in the wall in cement mortar (1:4).
The sink shall be fitted with chromium plated brass waste fittings of standard size. The
type of waste pipes and their connections shall be as shown on the drawings or as directed
by the Engineer.

5.5.6 Other miscellaneous fittings (e.g. mirror, towel rails, soap cases etc.)

All such fittings shall be of type and sizes as per IS standards and as directed by the
owner and shall be fitted in position true to line, level and plane as directed by the
Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 99
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.6.0 Water tanks

All tanks for storage of water shall be as indicated in the drawings and shall be
completely watertight and properly covered with dust, light and mosquito proof cover
approved type as shown on drawings or as described in the bill of quantities. They shall
be fitted with a ball valve of the inlet pipe. A mosquito proof overflow pipe shall be fixed
to the tank with the pipe invert about 25 mm above the top of water line. Approved type
of stop valve shall be provided for every outlet pipe. All outlet and inlet pipes shall be
fixed as shown in the drawings. The tanks will be constructed of RCC, the inside surface
of shall be painted with anti-corrosive drinking water paints as indicated in the drawing.

All storage tanks, water supply fittings and pipes before being put into commission shall
be disinfected with liquid chlorine by the Contractor at his own cost.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 100
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.10
TECHNICAL SPECIFICATION FOR PAINTING COLOUR WASHING ETC.

1.0.0 SCOPE

This specification covers the requirements in respect of materials, workmanship and


quality for finishing works to masonry, concrete and steel such as white washing, colour
washing, distempering and painting.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Indian Standards Institution and all other such as may be
published by them during the currency of the Contract, shall govern in respect of design,
workmanship, quality, and properties of materials and method of testing. Some of the
relevant available codes are listed hereunder:

White washing, colour washing and distempering

IS:427 Distemper, dry colour as required

IS:428 Distemper, oil emulsion, colour as required

IS:6278 Code of practice for white washing and colour washing

Painting

IS:5 Colours for ready mixed paints and enamels

IS:102 Ready mixed paint, brushing, red lead, non-setting, priming

IS:123 Ready mixed paint, brushing, finishing, semi gloss, for general purposes

IS:1477 Code of practice for painting of ferrous metals in buildings

IS:2074 Ready mixed paint, air drying, red oxide-zinc chrome, priming

IS:2338 Code of practice for finishing of wood and wood based materials.

IS:2339 Aluminium paint for general purposes in dual container

IS:2395 Code of practice for painting concrete, masonry and plaster surface

IS:2932 Enamel, synthetic, exterior,

a. undercoating b. finishing

IS:2933 Enamel, exterior,

a. undercoating b. finishing

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 101
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS:5410 Specification for cement paint, colour as required

3.0.0 MATERIALS

3.1.0 Distemper

Dry Distemper shall be made from suitable pigments, extenders lime proof tinters, water
soluble binders confirming to IS:427. Oil bound washable distemper shall be of oil
emulsion type containing suitable preservatives confirming to IS:428.

3.2.0 Gum and blue pigment

Gum and blue pigment for white wash shall be of best quality and of approved make.

3.3.0 Water Proof Cement Paint

Waterproof cement paint shall be made from best quality white cement and lime resistant
colours with accelerators, water proofing agents and fungicides. The paint shall confirm
to IS:5410.

3.4.0 Paint

The painting and finishing materials for use in the work shall conform to relevant Indian
Standards specifications and shall be best brands of approved make produced for each
kind of work. Aluminium paint shall be in two back containers and shall resist
weathering.

The acrylic emulsion paint, after it is dried, shall be able to withstand washing with mild
soap and water without any deterioration in colour or without showing flaking, blistering,
or peeling.

3.5.0 Primer coat

Unless otherwise specified, the primer coat for concrete steel and ironwork shall be as
specified by the manufacturer.

3.6.0 Varnish

Varnish shall be best quality alkyd varnish suitable for brushing over the tint of paint or
light natural wood and shall not darken or yellow with age.

3.7.0 French Polish

The French polish shall be made from the best quality shellac, denatured spirit and other
suitable alcohol soluble ingredients made by a well known approved manufacturer and
shall conform to IS:348.

French polish shall not be used on bare wood. It shall only be used as finishing coat on
wood after the wood is pretreated with a liquid wood filler conforming to IS:345 is
applied and rubbed out.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 102
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

4.0.0 WHITE WASHING, COLOUR WASHING AND DISTEMPERING

4.1.0 Mixing

The slaked lime shall be screened to pass through a sieve of 49 meshes per sq.cm. and
dissolved in a tub with sufficient quantity of water and shall be well mixed to give a thin
creamy consistency. It shall then be strained through a clean coarse cloth and clean gum
dissolved in hot water added to it at the rate of 2 kg for each cubic meter of lime and
ultramarine blue added to the mixture in small proportion just sufficient to give a very
light bluish tint.

Colour wash shall be prepared in the same way as for white washing except that
necessary amount of colouring matter shall be added to lime wash to obtain the colour
specified. No blue shall be added in this case. The entire quantity shall be mixed strictly
in accordance with the manufacturer's instructions unless these are varied by the
Engineer.

Distemper shall not be mixed in a larger quantity than is actually required for a day's
work and hot water shall be used in preparing the mixture.

4.2.0 Preparation of Surface

Before white wash is laid on new wall, the surface of wall shall be well cleaned and
brushed and all patching must be scraped properly. After cleaning the surface, all holes,
cracks and patches shall be made good with approved materials.

Masonry cracks shall be cleaned out and patch filled with mortar similar to the original
surface and finished with cement wash. For all internal painting the surface shall be made
smooth by application of approved paste fillers before applying primer.

The distemper shall not be applied on damp walls and shall be applied in dry weather.
The surface to be distempered shall be thoroughly cleaned of dust, dirt, grease, oil marks,
cement marks, loose scales etc. and rubbed with sand paper to give a uniform smooth
surface.

4.3.0 Workmanship

White wash shall be applied with brush, each coat consisting of vertical stroke from top
downwards followed by opposite stroke upwards over the first stroke and horizontal
stroke from left to right followed by stroke right to left. Each coat must be allowed to dry
before the next coat is applied. On completion, the surface when it becomes dry, shall
present a uniform white appearance. When dry, no coat of white wash shall show any
patches, hair cracks or streaks nor shall it come off when rubbed with hands. White
washing shall be done in 3 coats unless otherwise specified. Doors, windows, floors etc.
must be protected from white wash splashes. Any splashes and droppings shall be
removed and cleaned.

Colour wash shall be applied in the same manner as specified for white wash. During
application, the solution shall be stirred continuously and wash shall be applied with care
to avoid any cut shade or brush marks on the walls when the work is complete. For all
new work, the surface to be colour washed shall first be treated with a priming coat of
lime wash. Unless otherwise specified, two coats of white wash shall first be applied

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 103
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

before colour wash is applied. Number of coats of colour wash shall be as specified in
the drawings or in the Schedule of Rates. The colour wash, whether applied inside or
outside of a building shall be of uniform tint and shade.

The workmanship for distempering shall conform to IS:427 and IS:428 unless specified
otherwise. Distempering shall be done with proper distemper brushes of approved
quality. The finished surface shall be of absolutely uniform shade throughout and free
from brush marks. On drying, the distemper shall not come off on touch and shall not
crack. Distemper shall be applied in two coats over one coat of priming. The priming
coat shall be as specified and the primer shall be in accordance with the recommendation
of the manufacturer. Before applying the primer, the plastered surface shall be washed
with a solution of 100 gm of zinc sulphate to one litre of water and then allowed to dry.
Succeeding coats shall not be applied until the previous coat has been approved by the
Engineer. The first coat shall always be of a lighter tint and shall be applied with care. In
case the finish is not up to the standards, the entire surface shall be sandpapered and a
fresh coat or coats of distemper shall be supplied without any extra cost.

All decorative mouldings, cornices, bands etc. shall be finished according to detailed
drawings. All splashes of distemper shall be removed by the Contractor at his own cost.

The surface to be coated with waterproof cement paint shall be washed and brushed
down. As soon as the moisture has disappeared, the surface shall be given one coat of
paint. Care shall be taken so that the paint does not dry out too rapidly. After four to six
hours, water shall be sprinkled over the surface to assist curing and prevent cracking.
After the first coat has dried (24 to 48 hours), the second coat shall be applied in a similar
manner. The finished surface shall be kept moist by occasional sprinkling with water for
seven days after painting.

5.0.0 PAINTING AND POLISHING

5.1.0 Preparation of surface

The surfaces of iron and steel work to be painted shall be cleaned free of dirt, oil, rust,
mill scale and be thoroughly dry before painting. The steel shall be cleaned by grit
blasting and provided with a shop coat of approved metal protection such as red oxide.
Cleaning, degreasing, derusting and descaling wherever necessary shall be carried out as
specified in IS:1477 (Part I). All galvanised iron surfaces shall be pre-treated with a
compatible primer according to the manufacturer's direction.

The surfaces of wood shall be rubbed down smooth. All nails and screws shall be sunk
below the surface and filled with mastic after applying an under coat. Small knots that do
not justify cutting and sap streaks shall be covered with minimum two coats of pure
shellac coating applied thinly and extended 25 mm beyond the area. All large, loose or
resinous knots shall be removed and filled with sound wood. All work shall be done as
per IS:2338.

5.2.0 Painting

Painting of iron and steel work shall generally be carried out as per IS:1477.

The paint manufacturer's specification/instructions shall be followed as far as possible at


all times. Particular attention shall be paid to the following:

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 104
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

a. Proper storage to avoid exposure, as well as extremes of temperature.

b. Surface preparation prior to painting including grit blasting.

c. Mixing and thinning

d. Application of paints and the recommended time limit on time intervals between
coats.

Painting operations shall not proceed until the Engineer has the opportunity to inspect the
condition of prepared surface to be painted. Paint shall be thoroughly mixed and not
more than 1/2 kg of recommended thinner per 4.5 kg litres of paint shall be added if
thinning is necessary. Exterior paint shall not be performed during the period of
inclement weather. Interior painting may proceed during such periods only with the
approval of the Engineer. Prior to application of subsequent coat, the Engineer shall be
given the opportunity to inspect the prior coat. Should the work be judged by the
Engineer be inferior, a supplementary coat shall be applied at no additional cost.

The number of coats including the primer coat shall be applied as specified. Each coat
shall be allowed to dry sufficiently before the succeeding coat is applied.

The type of intermediate and finish coat and the number of coats to be applied shall be as
specified. Intermediate and finish coats may be oil bound, bituminous, aluminium or other
types of paints. Aluminium paint shall conform to IS:2339. The intermediate and finish
coats for structural steel work, sheet metal work and cast iron work shall be applied as
specified in IS:1477 (Part II).

5.3.0 Clear Synthetic Varnish

The varnish shall be applied on wood surface after – a) filling, b) staining and c) sealing
operations are carried out in accordance with IS:2338. The application of a combination
of filler and stain shall not be permitted.

For the finishing coats of varnish. The surface shall be allowed to dry and be rubbed
down lightly, wiped off and allowed to dry. The varnish shall be applied liberally with a
brush and spread evenly over a portion of the surface with light strokes to avoid frothing.
It shall be allowed to flow on while the next section is being laid on. Excess varnish shall
be then scrapped of the brush and the first section be crossed, recrossed and then laid of
lightly. The varnish once it has began to set shall not be retouched. In case of any mistake
in application the varnish shall be removed and the work started afresh.

The varnish shall be minimum of two coats, with the first coat being a flatting varnish.
This shall be allowed to dry hard and be flatted down, before applying the next coat.
Sufficient time must be allowed between coats to get a hard dry surface before next coat
is applied. All work shall be as per IS:2338.

5.4.0 French polish

All unevenness of the surface shall be rubbed down to smoothness with sand paper and
well dusted. All pores shall be filled up with a whiting in water or methylated spirit with a
suitable pigment like burnt siemme or umber.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 105
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

After application of filter the French polish shall be applied with a polish moistened pad
of woolen cloth covered by a fine cloth and rubbed hard in a series of overlapping circles
for uniform application. A trace of linseed oil may be used on the pad for ease of
application. The surface shall be allowed to dry before further coats are applied in the
same manner. The finishing shall be done with a fresh piece of clean fine cloth damped
with methylated sprit and rubbing gently to get a uniform glossy surface

6.0.0 ACCEPTANCE CRITERIA

a) All the painted surface shall be uniform and pleasing in appearance.

b) The colour, texture etc. shall match exactly with those of approved samples.

c) All stains, splashes and splatters of paints shall be removed from surrounding
surface.

d) All varnished and polished surfaces shall be of uniform texture and high glossy
finish.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 106
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.11
TECHNICAL SPECIFICATION FOR FLOOR AND FLOOR FINISHING

1.0.0 SCOPE

This specification covers requirements in respect of material, workmanship and quality


for soling, concrete floor and floor finishes work.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
additions as published by Bureau of Indian Standards and all other such as may be
directed published by them during currency of the contract, shall govern in respect of
design, workmanship, quality and properties of materials and method of testing. Some of
the relevant available codes are listed here under :

IS : 777 Specification for glazed earthenware wall tiles.

IS : 2114 Code of practice for laying in-situ terrazo floor finish

IS : 2571 Codes of practice for laying in-situ concrete flooring

IS : 3461 Specification for PVC asbestos floor tiles.

IS : 3462 Specification for unbacked flexible PVC flooring

IS : 4457 Ceramic unglazed vitreous acid-resistant tiles

IS : 5318 Code of practice for laying PVC flooring

IS : 5491 Code of practice for laying in-situ granolithic concrete floor topping.

3.0.0 BOULDER SOLING

The boulders for soling shall be granite, basalt or similar hard stone approved by the
Engineer and generally shall be 200 mm thick. The sub grade shall be dressed to correct
level and shall be rammed or rolled to proper consolidation before laying the soling.
Stones shall be placed close to each other. The specified thickness shall be made up in
one layer only. The voids between the stones shall be hard packed first with smaller
pieces and hammered into place so as to completely fill up the void along with moorum
as binding material and the layer is watered and compacted well by roller / mechanical
compactor. No stone after packing shall move or tilt in any direction when walked over.
In case of building enclosing heavy machinery like gas turbine / steam turbine, the
compaction shall be by roller of 8/10 MT capacity.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 107
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

4.0.0 CEMENT CONCRETE FLOORING

4.1.0 Materials

4.1.1 Cement

Ordinary Portland cement shall conform to IS:269.

4.1.2 Aggregate

The aggregates shall conform to IS:383. The size of coarse aggregate shall be 40 mm
down graded.

Grading of coarse aggregates shall conform to Table 1 of IS:2571. The fine aggregates
shall be either of grading zone 1 or 2 of Table 2, IS:2571.

4.2.0 WORKMANSHIP

The workmanship shall generally conform to the specification for Plain & Reinforced
concrete (C:2) and also to IS:2571. For ground floor slab or paving in open area, where
the slab has to be laid over a consolidated ground, soling, a kraft paper shall be spread
over the area and kept moist before concreting.

The floor shall be laid in alternate panels, of size not exceeding 4 m to reduce risk of
cracking, intermediate panels being filled in after two or three days. Alternately flooring
may be laid using glass strips between panels . For paving in open area, contraction joint
and expansion joints shall be provided as per IS specification. The expansion joints shall
be filled with bitumen impregnated boards 25 mm thick of approved manufacturer and
top 25 mm shall be covered with approved mastic sealing compound.

5.0.0 FLOOR FINISHES

5.1.0 Indian Patent Stone (IPS) with ironite topping

It shall consist of a under bed and a topping laid on an already laid and matured concrete
base.

5.1.1 Thickness

The total thickness of finish shall be 40 mm of which the topping shall be 12 mm. While
the topping shall be uniform thickness the under bed may vary in thickness to provide
necessary slopes.

5.1.2 Mix

For underbed, it shall be 1:2:4 mix using 10 mm down graded stone chips.

For toppings of heavy duty, the proportion of metallic hardener shall be strictly as
specified by the manufacturer. In absence of such direction, one (1) part of metallic
hardener shall be mixed dry with 4 parts of cement by volume. To this mixture, 6 mm
nominal size stone chips shall be added in portion of 1:4 (mixture of hardener & cement :
stone chips) by volume. Minimum quantity of water to be added to make it workable.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 108
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.1.3 Laying

The topping including the underbed shall be laid in alternate bays or in chequered board
pattern. No panel shall be cast in contact with another already laid till the contraction of
latter has already been taken place.

The maximum area of each panel shall be 3 sq.m of which no side shall be more than 2 m
long.

A cement grout shall be applied and worked into the surface to receive the finish, the
under bed then laid, compacted and leveled to proper grade with a screed or float. The
topping shall be applied evenly on the underbed while it is not fully set, but firm enough
and rolled and pressed to get full bond. The topping shall be troweled to a dense finish to
the satisfaction of the Engineer-in-Charge. All trowel marks shall be mopped out with a
cloth to give a clean smooth surface.

5.1.4 Curing

After the surface is sufficiently set, the finished floor shall be kept moist for 7 days for
curing.

5.2.0 Indian Patent Stone (IPS) with Non-Metallic Surface Hardener Finish

It shall consist of an underbed and a topping on which the hardener shall be laid.

5.2.1 Thickness

The total thickness of finish shall be 40 mm of which the topping shall be 12 mm


including the hardener finish.

5.2.2 Mix

Mix for underbed and topping shall be same as for IPS flooring.

5.2.3 Hardener

Hardener shall be non-metallic abrasion resistant surface hardener NITOFLOR


HARDTOP or equivalent.

5.2.4 Laying

The topping and underbed shall be laid as for IPS flooring. While the topping is still
green, the hardener shall be applied by dry shake-on-system. Cleaning of surface, surface
preparation, curing and trowel finish shall be as per manufacturer’s specifications and
recommendation. The surface hardener application rate shall be as follows :
Heavy duty : 7 kg/m²
Medium duty : 5 kg/m²
Light duty : 3 kg/m²

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 109
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.3.0 Precast Terrazo Tile Finish

It shall consist of manufactured terrazo tiles and an underbed.

5.3.1 Thickness

The total thickness of finish including underbed shall be minimum 40 mm for floors and
30 mm for skirting. The skirting shall project 6 mm out from the adjacent wall finish.
The necessary cutting into the surface receiving tile finish shall also be done.

5.3.2 Tiles

The tiles shall be hydraulically pressed under strict quality control in a shop. The size of
tiles shall be 250 x 250 x 20 mm. The topping of tiles shall not be less than 10 mm.
Maximum tolerance allowance in length & breadth shall be ± 1 mm and the thickness ± 3
mm. All angles of tiles shall be right angles, all arises sharp and true, colour and texture
of wearing face uniform throughout, and face shall be plane, free from pin holes and
other blemishes.

The topping of tiles shall be composed of cement, (grey or white or mixture of two)
colour pigment, marble dust and marble chips (chips size 3 to 20 mm) in such a
proportion so as to produce the desired colour, texture & pattern approved by the
Engineer-in-charge.

The backings shall be composed of 1 part of ordinary grey cement, 1 1/2 part of sand and
3 parts of 6 mm down graded stone chips mixed with water. First grinding shall be given
to the tiles at the shop before delivery. Tiles shall be packed properly to prevent damage
during transit and storage. The tiles must be stored carefully to prevent staining of damp,
rust, oil and grease or other chemicals.

5.3.3 Underbed

The underbed for floor shall consist of a mix of 1 part cement, 1 1/2 parts coarse sand and
3 parts machine crushed 10 mm down stone chips by volume. For skirting, the mix shall
consist of 1 part cement and 3 parts coarse sand. Only sufficient water to be added to
give workable consistency.

5.3.4 Laying

The underbed mortar shall be evenly spread and brought to proper grade and
consolidated. The surface shall be roughened for better bond. Before the underbed has
time to set and while it is still fairly moist but firm, cement shall be hand dusted over it or
a cement slurry applied and tiles shall immediately be placed upon and firmly pressed by
wooden mallet onto the underbed until it achieves the desired level. The tiles shall be
kept soaked for about 10 minutes just before laying. The joints between tiles shall be also
as possible and not more than 1.5 mm wide.

When tiles are required to be cut to match the dimensions, these shall be sawn and edges
rubbed smooth. The location of cut tiles shall be planned in advance and approval of the
Engineer-in-charge taken.

The floor tiles shall atleast enter 12 mm under the skirting tiles.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 110
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

After fixing, the floor shall be kept moist and allowed to mature undisturbed for 14 days.

If desired, aluminium or glass dividing strips shall be used for forming the panels.

5.3.5 Grinding and Polishing

After sufficient curing, the surface shall be ground with fine grit blocks. It shall again be
cleared with water, the slurry (mixture of cement & pigment) applied again to fill up any
pinholes that might have appeared and allowed to be cured again for five days. The
surface is ground again with very fine grit blocks to get smooth surface without any
pinhole. The grinding shall be done by a suitable machine. Where grinding machine
cannot be used, hand grinding may be allowed. The choice of grit blocks at different
stages of polishing shall be as per manufacturer's recommendations.

The surface shall be cleaned with water, dried and covered with oil free clean saw dust if
directed by the Engineer-in-charge. The final polishing shall be postponed till before
handing over if so desired by the Engineer-in-charge.

Just before handing over, the surface shall be dusted with oxalic acid at the rate of 0.33
gm per sq.m, water sprinkled on to it and finished by buffing with felt or hessian bobs.
The floor shall be cleaned with soft moist rag and dried. If desired by the Engineer-in-
charge, wax polish shall be applied. However, all excess wax polish to be wiped off and
surface to be left glossy but not slippery.

5.4.0 Acid Resistant Tile Finish

This shall include all varieties of special tiles used for specific chemical/acid resistance
function and an underbed over already laid concrete or masonry.

5.4.1 Thickness

The total thickness of finish shall be 46 mm of which the tile shall be 25 mm, acid proof
mortar 6 mm, bitumen 3 mm and cement mortar underbed 12mm.

5.4.2 Tiles

The tiles shall be of best approved manufacture, conforming to IS:4457 and resistant to
the chemical likely to come in contact. The tiles shall have straight edges, uniform
thickness, plain surface, uniform non-fading colour and textures. The water absorption
after 24 hours of soaking shall not be more than 2% by weight. The compressive strength
of tiles shall not be less than 700 kg/cm2. The surface shall be abrasion resistant and
durable.

5.4.3 Underbed

The underbed shall be laid in three layers. The first layer shall be composed for 1 part
cement and 3 parts river sand with just enough water to make the mix workable. This
layer shall be trovelled level and cured with water for at least 3 days prior to application
of the second layer. The second layer consist of 3 mm thick hot blown bitumen
conforming to IS:702 of grade 85/25 and shall be applied in three coats with brush or

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 111
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

spray. The third layer acid proof mortar as specified by manufacturer shall be applied.
The acid proof mortar shall have equal chemical resistant properties desired.

5.4.4 Laying

The tiles shall be embedded in the acid proof mortar and the gap between the tiles shall
be grouted to the full depth of tile. The setting and fixing shall be strictly as per the
manufacturer's specification and shall be approved by the Engineer-in-charge.

5.4.5 Curing

The joints in the floor shall be cured with the solution of 25% proof hydrochloric acid or
as specified by the manufacturer.

5.5.0 In-situ Terrazzo Finish

It shall consist of an underbed and a topping laid over an already laid and matured
concrete base.

5.5.1 Thickness
Unless otherwise specified the total thickness of the finish shall be minimum 40 mm for
horizontal and 25 mm for vertical surface of which the topping shall be not less than 10
mm. While the topping shall be of uniform thickness the underbed may vary in thickness
to provide necessary slopes. The vertical surface shall project out 6 mm from the
adjacent plaster or other finish. Necessary cutting into the surface receiving the finish
shall be done to accommodate the specified thickness. All junctions of vertical with
horizontal shall be rounded neatly to uniform radius of 25 mm.

5.5.2 Underbed
The underbed for floors and similar horizontal surfaces shall consist of a mix of 1 part
cement, 1-1/2 parts sand and 3 parts stone chips by volume or cement sand mixture 1:3 .
For vertical surfaces the mix shall consist of 1 part cement to 3 parts sand by volume.
The sand shall be coarse. The stone chips shall be 10 mm down well graded. Only
sufficient water to be added to give a workable consistency. Stone chips are machine
crushed blue granite metal.

Topping :

The mix of the topping shall be composed of cement, colour pigment, marble dust and
marble chips. Proportions of the ingredients shall be such as to produce the terrazzo of
colour, texture and pattern approved by the Engineer. The cement shall be white or grey
or a mixture of the two to which pigment shall be added to achieve the desired colour.
To3 parts of this mixture 1 part marble powder by volume shall be added and thoroughly
mixed dry. To 1 part of this mix 1 to 1-1/2 parts of marble chips by volume shall be
added and thoroughly mixed dry again.

The pigment must be stable and nonfading. It must be very finely ground. The marble
powder shall be from white marble and shall be finer than I.S. Sieve No. 30. The size of
marble chips may be between 3 mm to 20 mm.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 112
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Sufficient quantity to cover all visible area shall be prepared in one lot to ensure uniform
colour. Water to make it just workable shall be added to a quantity that can be used up
immediately before it starts to set.

5.5.3 Laying

The underbed shall be laid in panels. The panels shall not be more than 5 sq.m in area of
which no side shall be more than 2.5 m long. For exposed locations the maximum area of
a panel shall be 2.0 sq.m.

The panel shall be laid in alternate bays or chequered board pattern. No panel shall be
cast in contact with another already laid until the latter has contracted to the full extent.

Dividing strips made of aluminium or glass shall be used for forming the panels. The
strips shall exactly match the total depth of underbed plus topping. These strips shall be
left in place and the rates shall be inclusive of these.

After laying, the underbed shall be levelled compacted and brought to proper grade with a
screed or float. The topping shall be laid after about 24 hours while the underbed is still
somewhat 'green' but firm enough to receive the topping. A slurry of the mixture of
cement and pigment already made shall be spread evenly and brushed in just before
laying the topping. The topping shall be rolled for horizontal areas and thrown and
pressed for vertical areas to extract all superfluous cement and water and to achieve a
compact dense mass fully bonded with the underbed. The surface of the topping shall be
troweled over, pressed and brought to a smooth dense surface showing a minimum 75%
area covered by marble chips in an even pattern of distribution.

5.5.4 Curing

The surface shall be left for curing for about 12 to 18 hours and then cured by allowing
water to stand on the surface or by covering with wet sack for four days.

5.5.5 Grinding and Polishing

When the surface has sufficiently hardened it shall be watered and ground evenly with
rapid cutting coarse grade (no.60) grit blocks, till the marble chips are exposed and the
surface is smooth. Then the surface shall be thoroughly washed and cleaned. A grout
with already prepared mixture of cement and pigment shall be applied to fill up all
pinholes. This surface shall be cured for seven (7) days by keeping it moist and then
ground with the fine grit blocks (no. 120). It shall again be cleared with water, the slurry
applied again to fill up any pinholes that might have appeared and allowed to be cured
again for five (5) days. Finally the surface is ground again third time with very fine grit
blocks (no. 320) to get smooth surface without any pin hole. The grinding shall be done
by a suitable machine. Where grinding machine cannot be used hand grinding may be
allowed when the first rubbing shall be with carborundum stone of coarse grade (no.60),
second rubbing with medium grade (no.120).

The surface shall be cleaned with water, dried and covered with oil free clean sawdust if
directed by the Engineer. The final polishing shall be postponed till before handing over
if desired by the Engineer.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 113
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Just before handing over the surface shall be dusted with oxalic acid at the rate of 0.33 gm
per sq.m., water sprinkled on to it and finished by buffing with felt or hessian bobs. The
floor shall be cleaned with soft moist rag and dried. If desired by the Engineer, wax
polish shall be applied. However, all excess wax polish to be wiped off and the surface to
be left glossy but not slippery. The choice of grit blocks at different stages of polishing
shall be as per manufacturer's recommendations.

5.6.0 Ceramic Floor Tile / Glazed Wall Tile Finish

This finish shall be composed of glazed earthen ware tiles with an underbed laid over a
concrete or masonry base.

5.6.1 Thickness

The total thickness shall be between 20 mm and 25 mm including the underbed.

The tile finish on vertical surface shall project out 6 mm uniformly from the adjacent
plaster or other wall finishes. The necessary cutting into the surface receiving the finish,
to accommodate the specified thickness shall be done.

5.6.2 Tiles

The glazed tiles shall be of earthenware, covered with glaze, white or coloured, plain or
with designs, of 150 mm x 150 mm nominal sizes and 6 mm thick unless otherwise
specified. The tolerance shall be ± 1.5 mm for length and breadth and ± 0.5 mm for
thickness. Specials like internal and external angles, beads, coves, cornices, corner pieces
etc. shall match. The top surface of the tiles shall be glazed with a gloss or matt unfading
stable finish as desired by the Engineer. The tiles shall be flat and true to shape. The
colour shall be uniform and fractured section shall be fine grained in textures, dense
homogenous. The tiles shall be strong and free from flaws like cracks, chips, craze,
specks, crawlings etc. and other imperfections. The edges and the underside of the tiles
shall be completely free from glaze and the underside shall have ribs or indentations for
better anchorage with the fixing mortar. The coloured tiles, when supplied, shall
preferably come from one batch to avoid difference in colour.

5.6.3 Underbed

The mix for the underbed shall consist of 1 part cement and 3 parts coarse sand by weight
mixed with sufficient water or any other mix if specified.

5.6.4 Laying

Same as cl. 5.2.4

5.6.5 Finishing

The joints shall be cleaned and flush pointed with white cement and cured for seven (7)
days by keeping it wet. The surface shall be cleaned with soap or suitable detergent,
washed fully and wiped with soft cloth to prevent scratching before handing over.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 114
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.7.0 Carborandum Tile Finish

It shall consist of manufactured carborandum tile and an underbed.

5.7.1 Thickness

The total average thickness including underbed shall be minimum 40 mm for floors and
30 mm for skirting unless otherwise specified.

5.7.2 Tiles

The tiles shall be heavy duty carborandum tile `STILAN or equivalent’, machine made
under quality control in a shop. The tiles shall be pressed hydraulically to a minimum of
140 kg/cm².

Each tile shall bear on its back, permanent and legible trade mark of the manufacturer.
All angles of the tiles shall be right angles, all edges sharp and true, colour and texture of
the wearing face uniform throughout. Maximum tolerance / allowance for length and
breadth shall be ± 1 mm and the thickness + 3 mm along the wearing surface of the tile
and the wearing surface shall be plane and free from pin-holes and other blemishes.

The tiles shall be composed of a backing and topping. The topping shall be of uniform
thickness not less than 6 mm. The total thickness including the topping shall be as
specified but not less than 20 mm in any case.

The backing shall be composed of 1 part ordinary grey cement, 2 parts and sand 4 parts of
stone chips by volume and mixed with water.

The topping shall be carborandum grit (passing 1.18 mm mesh but retained on 0.67 mm
mesh) and shall be sprinkled on the surface at the rate of 1.35 kg/m² and worked into the
surface, to achieve a smooth and uniform surface.

The tile shall be cured at the shop atleast 14 days before delivery to the site. Tiles shall
be packed property to prevent damage during transit and storage. The tiles must be stored
carefully to prevent staining by damp, rust, oil and grease, or other chemicals. Tiles made
in each batch shall be kept and used separately so that the colour of each area of the floor
may remain uniform.

The manufacturer shall supply along with the tiles the grout mix containing cement and
pigment in exact proportions as used in topping of the tiles. The containers of the grout
mix shall be suitably marked to relate it to the particular type and batch of tiles.

5.7.3 Underbed

The underbed for floors and similar horizontal surfaces shall be 1 part cement, 2 parts
coarse sand and 4 parts stone aggregate by volume mixed with sufficient water to form a
stiff workable mass. For skirting and dado and all vertical surfaces it shall be about 10
mm thick and composed of 1 part cement and 3 parts coarse sand by volume.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 115
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.7.4 Laying

The underbed mortar shall be evenly spread and brought to proper grade and consolidated
to a smooth surface. The face shall be roughened for better bond. Before the underbed
has time to set and while it is still fairly moist but firm, cement shall be hand-dusted over
it or a cement slurry applied and the tiles shall be immediately placed upon the firmly
pressed by wooden mallet onto the underbed until it achieves the desired level. The tiles
shall be kept soaked for about 10 minutes just before laying. The joints between tiles
shall be as close as possible and not more than 1.5 mm wide.

Special care shall be taken to check the level of the surface and the lines of the joints
frequently so that they are perfect.

When tiles are required to be cut to match dimension. These shall be sawn and the edges
rubbed smooth. The location of cut tiles shall be planned in advance and approval of the
Engineer taken.

At the junction of horizontal surface with vertical surface, the tiles on the former shall
enter at least 12 mm under the latter.

5.8.0 PVC or Vinyl Asbestos Tile / Sheet Finish

This shall include various types of tiles or sheets manufactured from PVC, set with a
sticker on concrete or masonry or practicle base. An underbed may be required to secure
desirable surface and grade.

5.8.1 Thickness

The thickness of the tiles / sheets shall be 2 mm for light duty and 3.2 mm for heavy
duty applications. The total average thickness including the underbed shall be 40 mm.

5.8.2 Tiles

Unless otherwise specified, the tiles/sheets shall conform to the requirements of IS:3461
and IS:3462 and shall be of approved dimensions. The tolerance in dimensions shall be ±
1.5 mm.

The face of the tiles shall be free from porosity, blisters, cracks, embedded foreign
matters or other physical defects which affect appearance or serviceability. All edges
shall be cut true and square.

The colour shall be non-fading and uniform in appearance insoluble in water and resistant
to alkalies, cleaning agents and usual floor polishes.

Each tile shall be marked on the back legibly and indelibly with manufacturer’s trade
mark, the thickness, sizes , batch number and date of manufacture.

Tiles / sheets shall be delivered securely packed and stored in a clean, dry, well ventilated
place at a temperature near about to that the tiles / sheets shall be called upon to stand
ultimately.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 116
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Adhesive to be used for sticking the tiles or sheets shall be neoprene based rubber
adhesive of approved make and approved by the manufacturer of the tile. The adhesive
shall have a short drying time and long life in addition to toughness.

5.8.3 Underbed

The underbed where required to make-up the specified thickness or to give the required
grade or to get the right type of surface shall be composed of 1 part cement : 2 parts of
coarse sand : 4 parts stone aggregate 10 mm down size, mixed with just sufficient water
to make it workable.

5.8.4 Laying

The tiles or sheets shall be kept in the room to be tiled for at least 24 hours to bring them
to the same temperature as the room. For air-conditioned space, the air-conditioning shall
be completed before tiling is taken-up.

The surface to receive this finish shall be firm, even textured, but not too smooth, without
undulations and other deficiencies. If an underbed is laid, the same shall be cured for at
least 7 days by keeping it moist and then fully dried.

The surface shall be thoroughly cleaned. All loose dust particles shall be removed. Oil
and grease, if any, shall be completely cleaned by use of detergent.

The adhesive shall be applied to fully dry surface in desired thickness uniformly. The
adhesive shall also be applied to the backs and edges of the tiles or sheets and allowed to
surface dry. The tiles and sheets shall be placed neatly on the surface exactly to the
approved pattern and set with a suitable tool. If the edges tend to curl up, weights shall be
used to keep the edges down. Special care shall be taken to avoid formation of air
pockets under the tiles or sheets. The joints shall be very fine. Any adhesive squeezed
out through the joints shall be removed immediately.

5.8.5 Finishing

If any adhesive mark is there on the surface, a soft cloth soaked in solvent shall be used to
wipe it off. The surface shall be cleaned with soft water and soap, dried and polished
with an approved type of polish just before handing over.

5.9.0 Epoxy Floor Coating

Epoxy floor coating shall consist of a solvent based, two pack system with epoxy resins
and amine curing agents, chosen to withstand high degrees of chemical and abrasive
action.

5.9.1 Thickness

Thickness of the epoxy coating including screeding shall be minimum 3 mm. Total
thickness of finish including underbed shall be 40 mm when applied on floors of
buildings. In pits and dyke areas, no underbed is required to be provided.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 117
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

5.9.2 Materials

The screed shall be solvent free combination of epoxy resin, modified amine hardeners
filled with specially graded and selected chemically inert aggregates of high strength.
The system shall include an epoxy resin primer and screed which are both supplied in pre-
weighed units ready for on-site mixing and application.

An epoxy resin sealing coat of specified thickness shall form the topping coat.

5.9.3 Underbed

Underbed shall be similar to that PVC floor finish.

5.9.4 Laying

The surface shall be sound, clean and dry in order to achieve maximum adhesion with the
primer coating.

The primer shall be applied by brush and shall be allowed to become tacky. The screed
shall be prepared as per manufacturers specification and laid in specified thickness evenly
over the base floor by trowel. The finished, cured screed shall have a slightly granular
texture of uniform brown.

The epoxy resin topping shall be applied atleast 24 hours after the laying of the screed.
This topping shall be applied by brush or sprayed to a specified thickness in two coats
with 3-5 hours interval between them. Care shall be taken to finish the topping perfectly
smooth and devoid of any bubbles and unevenness. The newly laid floor shall be
protected from dust or moisture and allowed to be used only after a minimum lapse of 48
hours.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 118
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.12
TECHNICAL SPECIFICATION FOR DOORS, WINDOWS, LOUVRES, ROLLING
SHUTTERS & GLAZING

1.0.0 SCOPE

This specification covers the requirements in respect of materials, workmanship and


quality for doors, windows louvres, Rolling Shutters and glazing work.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards and all other such as may be
published by them during the currency of the Contract, shall govern in respect of design,
workmanship, quality and properties of materials and method of testing. Some of the
relevant available codes are listed hereunder:

Metal Doors & Windows

IS:733 Wrought aluminium and aluminium alloy bars, rods and sections (for general
engineering purposes)

IS:1038 Steel doors, windows and ventilators

IS:1361 Steel windows for industrial buildings

IS:1948 Aluminium doors, windows and ventilators

IS:1949 Aluminium windows for industrial buildings.

IS:4351 Steel door frames

Timber Doors

IS:4021 Timber door, window and ventilator frames

IS:1003 Timber paneled and glazed shutters.

IS:2191 Wooden flush door shutter (cellular and hollow core type)

IS:2202 Wooden flush door shutters (solid core type)

Rolling Shutters

IS:6248 Metal rolling shutters and rolling grills


Glazing
IS:1081 Code of practice for fixing and glazing of metal (steel and aluminium) doors,
windows and ventilators
IS:2835 Flat transparent sheet glass for glazing and framing purposes
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 119
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS:3548 Code of practice for glazing in buildings

Builder's Hardware

IS:204 Tower bolts

IS:205 Non-ferrous metal butt hinges

IS:208 Door handles

IS:281 Mild steel sliding door bolts for use with padlocks

IS:363 Hasps and staples

IS:723 Steel counter sunk head wire nails

IS:1823 Floor door stoppers

IS:2209 Mortice locks (vertical type)

IS:2681 Non-ferrous metal sliding door bolts for use with padlocks

IS:3564 Door closers (hydraulically regulated)

IS:3847 Mortice night latches

IS:4992 Door handles for mortice locks (vertical types)

IS:6607 Rebated mortice locks (vertical type)

3.0.0 MATERIALS & WORKMANSHIP

3.1.0 STEEL DOORS, WINDOWS, VENTILATORS ETC.

3.1.1 Door Frames

Frames shall be rolled or pressed sections from 18 g sheet conforming to IS:4351. They
shall be mortised, reinforced, drilled and tapped for hinges and lock and bolt strikes.
Where necessary, frames shall be reinforced for door closures. Welded construction with
mitred corners shall be used. Rubber door silencers shall be furnished for the striking
jamb. Loose 'T' masonry anchors shall be provided. Frames shall finish flush with floor
and adjustable floor anchors shall be supplied. Frames shall be brought to site with floor
ties/ weather bars installed in place.

3.1.2 Double Plate Flush Door Shutters

Door shutters shall be 45 mm thick, completely flush design and shall comprise of two
outer sheets of 18 g steel sheets, rigidly connected and reinforced inside with continuous
vertical 20 g stiffeners, spot welded in position at no more than 150 mm on centres. Both
edges of doors shall be joined and reinforced full height by steel channels placed
immediately inside and welded to the door faces. Top and bottom of doors shall be
reinforced horizontally by steel channels running full width of door. Doors shall not have
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 120
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

more than 2.5 mm clearance at jambs and head, shall have proper bevel on lock stiles and
rails to operate without binding, and shall be reinforced at corners to prevent sagging or
twisting. Pairs or double doors shall have meeting-stile edges beveled or rebated.

Doors shall be mortised, reinforced, drilled and tapped in shop for hinges, locks and bolts.
They shall also be reinforced for closures, push-plates and other surface hardwares where
necessary. Any drilling and tapping required for surface hardware shall be done at site.
Where necessary, provision shall be made for fixing glazing, vision panels, louvres etc.
glazing mouldings shall be of 18 g steel and suitable for fixing 6 mm glass. Louver
blades shall be V or Z shaped and made out of 16 g sheets.

A sample door shall be fabricated and got approved from engineer in charge before
proceeding manufacturing of steel doors.

3.1.3 Sliding Doors

Sliding doors shall be double plate construction made out of 18 g steel sheets with
adequate stiffness. The Contractor shall specify the weight of the door in his shop
drawing and submit the manufacturer's catalogue of the sliding gear he proposes to use.
Where shown on drawings or call for in the Schedule of Items, the Contractor shall make
provisions for openings in the door for monorail beams. Doors shall close positively to
exclude rain water from seeping in. Sliding doors shall withstand specified wind loads
without buckling or jamming. The door shall slide freely under all ambient conditions.

3.1.4 Steel Windows, Sashes, Ventilators, etc.

These shall conform in all respects to IS:1038 and IS:1361. The details as called for in
the above codes shall be applicable for coupling mullions, transoms, weather bars, pivot
arrangements for ventilators, etc.

All welds shall be dressed flush on all exposed and contact surfaces.

Where composite unit openings are provided the individual window units shall be joined
together with requisite transoms and mullions. All windows shall be outside glazed, fixed
with putty or metal glazing beads.

All welds at the corner of casement shall be done by flash butt welding process and
dressed flush on all exposed and contact surfaces.

3.2.0 ALUMINIUM DOORS, WINDOWS AND FRAMES

Aluminium sections for fabricating doors, windows, partitions etc., shall be extruded
sections conforming to IS:1948 & IS:1949 or as manufactured by Indian Aluminium
Company Ltd. or approved equivalent. The alloy used shall conform to IS designation
HE 9-WP of IS:733.

Extruded sections shall have a minimum 2 mm wall thickness. All sections shall be
approved by the Engineer before fabrication is taken up. Doors, frames, mullions,
transoms etc. shall be anodized in a bath of sulphuric acid to provide a clear coating of
minimum 0.06 mm thickness. The anodised materials shall then be sealed by immersing
in boiling water for 15 minutes. A protective transparent coating shall be applied to the
sections before shipment from the factory.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 121
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

All work shall be fitted and shop assembled to a first class job, and ready for erection.
Shop joints shall be made to hair lines and then welded or braced by such method as will
produce a uniform colour throughout the work. Work on the above, other than described,
shall be neatly finished with concealed fasteners. Glazing beads shall be snap fit type,
without visible screws and shall be of sizes to accommodate 6 mm thick glazing.

3.3.0 TIMBER DOORS

3.3.1 Materials

All timber shall be best quality well seasoned specified species free from large or loose
knots cracks or other defects. Where specified, timber shall be treated with approved
wood preservative before starting the joinery work, the Contractor shall have the rough
timber approved by the Engineer.

Plywood shall be of waterproof exterior quality or with decorative surface veneer as


specified.

The core for solid core doors shall confirm to IS 2202 and be of waterproof exterior quality block
board or waterproof exterior quality wood particleboard. Manufacturer's literature and test
certificates shall be submitted for the approval of the Engineer. The Contractor shall give a
guarantee that the adhesive used is phenol-formaldehyde BWP type confirming to IS:848. The
thickness shall be as specified in the drawing.

Fixtures for doors, windows, furniture etc. shall be as shown on drawing or specified in
the "Schedule of Fixtures". These shall be of heavy type, best quality and from approved
manufacturer. The Contractor shall have to mention the name of the manufacturer for
different types of joinery hardwares, fittings and fixtures. Samples of each type of fittings
shall have to be submitted to the Engineer for obtaining approval before bulk supply.

3.3.2 Workmanship

The work shall be done by skilled carpenters as per details shown on drawing or
instructed by the Engineer.

Framing timber and other work shall be close-fitting with proper wood joinery,
accurately set to required lines or levels and rigidly secured in place. The surface of
frames etc. which will come in contact with masonry after fixing, shall be given two coats
of approved paint before fixing. Mastic caulking shall be done after fixing external door
and window frames. Special care shall be taken to match the grain of timber or plywood
which will be subsequently polished. Screwing or nailing will not be permitted to the
edge of plywood or chip-board sheets. All exposed plywood edges shall be finished with
teakwood timber lipping unless otherwise shown on drawings.

All carpentry work after finishing shall be sand papered smooth. A prime coat paint shall
be given after inspection of the Engineer to all surfaces other than those which shall be
subsequently polished or covered with laminated plastic sheet.

When shown on drawings, decorative ply or laminated plastic sheets shall be bonded
under pressure to the surface to be finished. The adhesive used shall be of approved
brand and bought to site in sealed containers. The rate of application and the length of
time for which the pressure is to be applied shall be as per the manufacturer's instruction.
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 122
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The edge of sheets shall be protected by teakwood timber lipping. However, where
available factory made ready for use material of reputed manufacturer shall be used.

All frames shall be square and flat at the time of delivery and shall be checked for
dimensions and corner angles. After fixing they shall be on a fine vertical plane. All
external door and window frames shall be caulked with mastic.

3.4.0 PVC DOORS & WINDOWS

PVC doors and windows shall be obtained from reputed manufacturers and shall be
SINTEX or approved equivalent quality. The material used shall be unplasticised PVC
having superior impact resistance. Density of the material shall be 1.4 grams/cm3 and
tensile stress and bending stress of 480 and 770 kilopascal/cm². The outer section wall
thickness shall be min. 2.8 mm.

The section shall be reinforced with steel sections concealed inside a cavity of PVC
sections. Corners shall be welded, transom / mullions welded or mechanically joined.
Weather sealing shall be by double sealing with elastomeric weather strip, the corners
being glued.

Opening for PVC doors / windows shall be 10 mm more than the window / door size.

The doors shall be fixed to the wall by expandable fasteners or by brackets.


Manufacturer’s recommendation shall be followed for installation.

3.5.0 ROLLING SHUTTER (HAND OPERATED, MECHANICAL GEAR OPERATED


AND ELECTRICALLY OPERATED)

Rolling shutters shall be fabricated from 18 gauge steel and machine rolled with 75 mm
rolling centres with effective bridge depth of 12 mm lath sections, interlocked with each
other and ends locked with malleable cast iron chips to IS:2108 and shall be designed to
withstand a wind load of 200 Kg/m2 without excessive deflection.

The guides shall be either rolled or pressed deep channel sections 75 mm and 25 mm
wide fitted with necessary fitting and fixtures.

The suspension shaft shall be formed from heavy duty tubes conforming to IS:1161 and
of sufficient diameter so as to resist deflection due to weight of the rolling shutter. The
deflection shall not exceed 5 mm/ metre width. The shaft shall be provided with CI
pulleys and helical springs for counter balancing the weight of the shutter adequately.

The springs shall be approved high tensile flat springs conforming to Grade 2 of IS:4454.
These shall be fitted inside the fabricated housing of either ends which counter-balance
the shutter curtain.

The ball bearings shall be double row self-aligning ball bearings fitted inside C.I. housing
fixed on side brackets holding the suspension shaft at either end. The roller assembly
shall be designed so as to be capable of producing sufficient torque to ensure easy
operation of the rolling shutter in any position. The spring tension shall be adjustable by
means of suitable adjustments holes drilled on the rims of the pulley.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 123
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The hood cover shall be made of 20 gauge galvanized sheets with necessary stiffeners and
framework to prevent sag. The bottom lock plate shall be made of 5 mm thick M.S. plate
and 95 mm wide reinforced with angle/T iron of suitable section with 6 mm dia M.S.
rivets interlocked with last stride of curtain.

The locking arrangement shall consist of sliding bolts at both ends of the bottom plate
fitted to engage with suitable receiving pockets at the bottom of guide channels.

Unless otherwise specified, for overall area of rolling, shutters up to 9 sq.m pull and push
type hand-operated shutters shall be used; for area between 9 and 12 sq.m pull and push
type shutters shall be provided with ball bearings; for area larger than 12 sq.m mechanical
gear type or electrically operated shutters shall be supplied.

3.6.0 GLAZING

Glass for glazing shall be of the following types :

- 4 mm thick transparent sheet glass conforming to IS : 2835 generally used for


openable shutters of windows.

- 5.5 mm thick wired glass conforming to IS : 5437 generally used for fixed
shutters of windows.

- 6.3 mm thick laminated safety glass conforming to IS : 2553 generally used for
fixed glazed partitions.

- 5.5 mm thick transparent sheet glass used for aluminium glazed doors.

All glass shall be cut according to the sizes required as per drawings. Glazing of metal
doors, windows and ventilations shall conform to IS : 1081 either with putty or metal
clips. The Contractor shall thoroughly clean all glass and replace all putty or glass
damaged during the work.

All glass shall be cut according to the sizes required as per drawings. Glazing of metal
doors, windows and ventilators shall conform to IS:1081 either with putty or metal clips.

The Contractor shall thoroughly clean all glass and replace all putty or glass damaged
during the work.

4.0.0 STORAGE AND HANDLING

All metal doors, windows etc. shall be packed and crated properly before despatch and
shall be stored under cover in a way to prevent damage or distortion. Special care shall
be taken to prevent staining of aluminium products by rust or mortar etc. Glass shall be
brought to site in manufacturer's original packing.

5.0.0 ASSEMBLY AND ERECTION

The Contractor shall assemble and install all doors, windows, lourves, etc. including
transoms mullions for composite units in respective places keeping proper lines and
levels, and in approved workman like manner, to give trouble free and leak proof
installations. The installations shall be done according to the instructions of the

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 124
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

manufacturer and/or as approved by the Engineer-in-charge. If required by the Engineer-


in-charge, the installation shall have to be carried out under the supervision of the
manufacturer's staff.

After installation of steel doors, windows etc. all abrasions to shop-coat of paint shall be
retouched and made good with the same quality of paint in shop coat. All coupling
mullions, transoms, frames etc. in contact with adjacent steel and other members shall be
well bedded in mastic. Door shutters, partitions, hardware fixtures shall be fixed only
after major equipments have been installed in rooms.

6.0.0 HARDWARE AND FIXTURES

Hardware and fixtures shall be best quality from the approved manufacturers and able to
withstand repeated use. The Contractor has to provide the required number / size of
fixture for trouble free operation and adequate strength. Door closers shall be suitable for
shutter weight and shall be guaranteed against manufacturing defect for one year and any
defect found within this period shall be rectified or the door closer replaced without extra
cost to the Owner.

The Contractor shall submit samples of each type of hardware to the Engineer-in-charge
and the approved samples shall be retained by the Engineer-in-charge for comparison of
bulk supply.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 125
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.13
TECHNICAL SPECIFICATION FOR FALSE CEILING AND FALSE FLOORING

1.0.0 SCOPE

This specification covers the requirements in respect of materials, workmanship and


quality for suspension system and ceiling panels required for false ceiling work and false
flooring work.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards and all other such as may be
published by them during the currency of the contract, shall govern in respect of design,
workmanship, quality, and properties of materials and methods of testing. Some of the
relevant available codes are listed here under :

IS : 848 Synthetic resin adhesives for plywood

IS : 1642 Code of practice for fire safety of buildings

IS : 2095 Gypsum plaster boards

IS : 2441 Code of practice for fixing ceiling coverings

IS : 3087 Wood particle for fixing ceiling coverings

IS : 3129 Law density particleboard

IS : 4671 Expanded polystrene for thermal insulation purposes

3.0.0 MATERIALS

3.1.0 Ceiling Panels and False Ceiling

Ceiling panels shall be of best quality material in thickness and properties called for in the
'Schedule of Items'. The Contractor shall submit test certificate to the Engineer for
approval before bulk supply.

The ceiling panels may be manufactured by reputed manufacturers and shall be as follows

Perforated aluminium panels

Aluminium panels shall be square edged plain panels, 84 mm wide × 15 mm deep with
25 mm recessed flanges, formed out of 0.5 mm thick aluminium alloy electrically
powder coated in standard colours. LUXALON 80C or approved equivalent shall be
used.

3.2.0 Floor Panels for False Flooring

Floor panels for false flooring shall be of 35 mm thick particleboard fire retardant type
(Novateak or approved equivalent) faced on top with 2 mm thick vinyl P.V.C. tiles having
P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 126
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

antistatic and antiskid quality. The underside of the floor panels shall be provided with
two coats of fire resistant paint over a coat of approved primer. The floor panels shall be
made of particleboard bonded with phenol formaldehyde and it shall be of fire/termite
resistant, moisture proof quality. Each panel shall have PVC clippings on all edges. The
floor panels shall be of completely removable type. The false floor should be suitable to
take a point load of 450 kg. The clearance under the floor shall be as per drawing, the
floor panels shall be cut wherever required for providing suitable outlets for cables etc.

4.0.0 INSTALLATION

The contractor shall prepare a layout for false ceiling showing the framing and the cut
outs for AC/Electrical fixtures and other services and get the same approved before
commencement of work.

4.1.0 Suspension System

4.1.1 Suspension system for false ceiling panels

Suspension system shall consist of the grid supporting the ceiling panels, intermediate
runner supports for the grid if any and hangers, wall angles etc. required to suspend the
grid of the runners from structural walls, slabs and beams or trusses. anodized aluminium
grid ceiling system from the approved supplier shall be used. All members of the
suspension system shall be of sufficient strength and rigidity to carry the ceiling boards or
sheets in a true and level plane without exceeding a deflection of 1/360th of their span.
Samples of suspension system shall be submitted to the Engineer and approval obtained.

Main runners shall be extruded anodized (25 microns) aluminium Tee section of
minimum 25 mm × 35 mm size. Secondary runners shall be aluminum Tee section of
minimum size 25 mm × 25 mm. Wall angles shall be of minimum size 38 mm
× 38 mm. Generally the grid dimensions of 610 mm × 610 mm shall be adopted.

Angle cleats or other suitable fixing device shall be fixed to the structural beam or slab
above for fixing of hangers. Main runners shall be hung by M.S. flats or galvanised tie
rod at maximum 1.2 m centres. Extra hangers shall be provided at light fixtures that are
supported from the ceiling system. The spacing of main and cross runners shall be to suit
the ceiling panel size and as recommended by the supplier. The cross runners shall
intersect the main runners at perfect right angles and positively locked together with
intersection clips. Cutouts for light fixtures, diffusers etc. shall be the exact dimensions
and in exact locations.

4.1.2 Suspension System for Aluminium Panels

The panels shall be supported on formed carriers, 15 mm wide at top and 43 mm deep,
made out of 0.91 min. thick aluminium alloy electrically powder coated in stain black
with protruding cars to hold panels in a module of 100 mm (16 mm gap between the
panels) at a maximum spacing of 1.3 metres. Carriers shall be suspended from the slab /
roof by 4 mm dia galvanised steelwire/rod hangers with height adjustment suspension
springs made out of galvanised spring steel hangers, fixed to slab by J hooks and
nylon inserts. Edges of the ceiling shall be trimmed with suitable matching edge profiles
to cover the gap between the false ceiling and the walls.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 127
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

4.1.3 Supporting arrangement for false flooring

The supporting arrangement for false flooring shall consist of pedestal made out of
aluminium zinc, alloy rod with check nut into 25 mm. dia O.D. and 17 mm thick base
plates. The pedestal shall be fixed on the floor @ 600 mm c/c with araldite (or other
approved method (including surface preparation. The pedestal heads will receive main
end cross M.S. cold roll formed 40 mm x 40 mm x 3.15 mm thick channels including
provision of additional angles 50 x 50 x 6 mm and ISMC 100 at cable entries and sides of
well as required. The pedestals will have level adjustments to ± 25 mm for levelling.
Each pedestal shall be able to support a load of 2500 kg without deformation. All steel
framework shall be hot dip galvanised.

4.2.0 Fixing of Ceiling and Floor Panels

The Contractor shall submit sample panels and get the approval of the Engineer.
Installation of ceiling and floor panels shall be strictly as per manufacturer's instruction.
The hold down clips for ceiling panels shall be used at the rate of minimum one per 1.2
metre length of perimeter or as per manufacturer's specification. These shall however be
omitted in access panels which shall be located as per the instruction of the Engineer.

Finished ceiling and floor shall be at the correct plane and present a pleasing and uniform
appearance, free from sags, wraps, disfigured or damaged boards. Joints, exposed grids
etc. shall be in true lines and symmetrically placed.

5.0.0 ACCEPTANCE CRITERIA

Finished ceiling and floor shall be at the correct plane and present a pleasing and uniform
appearance, free from sags, warps, disfigured or damaged boards. Joints, exposed grids
etc. shall be in true lines and symmetrically placed in manner shown on drawings.
Cutouts for light fixtures, diffusers, cable ducts etc. shall be to the exact dimensions and
in exact locations.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 128
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.14
TECHNICAL SPECIFICATION FOR ROAD WORK

1.0.0 SCOPE

This specification covers the requirement in respect of materials, workmanship and


quality for road work like sub-grade preparation, sub-base layer, water bound macadam,
bitumen macadam, premix carpet, concrete roads and pavements, drains, pipe culverts
etc. However, for general requirements testing etc. for concrete roads and pavements the
technical specification STD-ST-SPC-590-200 (Plain and Reinforced Concrete Works)
shall be referred.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by Indian Road Congress and Bureau of Indian Standards shall
govern in respect of design, workmanship, quality and properties of materials and
methods of testing.

Specification for road and bridge works of Ministry of Shipping & Transport (Roads
wing) Published by IRC

Some of relevant available codes are listed here under.

IRC - 19 : Standard specification and code of practice for Water Bound


Macadam.

IRC SP : 11 Hand Book of quality control for construction of roads


and runways.

IRC - 47 : Standard specification and code of practice for bitumen road.

IRC - 48 : Standard specification for bitumen road's surface dressing


using pre-coated aggregates.

IRC - SP - 11 : Handbook of quality control for construction for roads and


runways.

IRC - 15 & 58 : Specification for Concrete Road.

IS : 458 : Specification fro Concrete Pipes.

IS : 783 : Code of Practice for Laying of Concrete Pipes.

IS : 2720 : Methods of Test of Soil ( All parts).

IS : 73 : Specification for paving bitumen.

IS : 217 : Specification for cut back bitumen.

IS : 454 : Specification for digboi type cut back bitumen.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 129
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

IS : 1200 : Method of measurement for roadwork including air field


(Part-17) pavements.

IS : 456 : Code of Practice for Plain and Reinforced concrete.

IS : 1838 : Specification for Preformed fillers for expansion joints in


concrete pavements and structures.

IS : 1834 : Specification for hot applied sealing compounds for joints in


concrete.

IS : 6509 : Code of Practice for installation of joints in concrete


pavements.

3.0.0 EXECUTION

3.1.0 SUB GRADE PREPARATION

3.1.1 Excavation

After the earthwork in cutting, and the earthwork in embankments have been done
properly upto the final road level with gradients and camber as per drawings and proper
consolidation of the filling is completed, earthwork in box cutting shall be taken in hand.
Before starting of Box cutting, the Contractor shall obtain Engineer's approval of cutting
and embankment work.

The surface of the formation for a width equal to that of the sub-base course shall be
properly prepared before any further courses are laid. Surface shall be cut to a depth
below the ground level equal to depth of sub-base course due allowance being made for
compaction. Preparation of sub-grade also includes removal of any and all foreign
substance accumulation and removing undulations upto 150 mm by filling and cutting as
required. The sub-grade shall be dressed parallel to the finished profile.

The excavated spoils shall be transported and utilized in filling of low areas or as directed
by the Engineer. The filling shall be done in layers or as directed by the Engineer. The
filling shall be done in layers of 150 mm and clods and lumps shall be broken and
consolidation done to the satisfaction of the Engineer.

In case of presence of weak soil-pockets below the formation, the Contractor shall
excavate and remove such soil to an extent as instructed by the Engineer. extra depth shall
then be filled up with 38 mm down stone-metal and voids in metal shall be filled up with
moorum. Then, the filling shall be rammed and rolled uniformly with a road-roller of 8
tonnes minimum weight. These operations of removing week soil pockets and filling with
stone metal shall be done by the Contractor and paid at the earthwork rates plus the cost
of stone metal only.

If, by mistake the depth of box cutting is made more than required, the Contractor shall
make up the extra depth by metal consolidation, as specified above, at his own cost.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 130
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

After the top layer/WBM course is laid and compacted, the existing surface at the
shoulders of the road must be scarified. Fresh quantity of approved earth must be
extracted from the surplus earth obtained by box cutting spreading in layers for building
up the berms. The layer of earth must be compacted by at least three passes of 8 - 10
tonne rollers. The edges must be well compacted by suitable means to prevent edge slips
and the work properly trimmed and dressed.

3.1.2 Rolling

After the box cutting is completed, the sub grade shall be compacted with powered road
roller 8-12 tonnes. The roller shall run over the sub grade till the soil is evenly and
densely compacted, to achieve a dry density of not less than 95% of maximum density as
obtained from standard proctor compaction test. There shall be a minimum of five (5)
roller passes. All the undulations on the surface, which develop due to rolling, shall be
made good with earth and quarry spills as approved by Owner and the sub grade re-rolled.
The top of the sub grade shall be dressed evenly to the required camber and necessary
drainage arrangement at the time of rolling shall be provided. Care shall be taken to avoid
excessive rolling of the formation. If, after rolling, the formation is higher than required,
the excess earth shall be removed by carefully cutting and dressing and the formation
shall be rolled as specified above. In case after rolling the formation is depressed below
the required level, the Contractor shall continue the process of filling and rolling as above
till the correct level is attained upto a limit as decided by the Engineer at Contractor's
cost.

3.2.0 Soling (Sub-base)

3.2.1 Description

This work shall consist of laying and compacting rubbles or boulders on prepared sub
grade in accordance with the requirements of these specifications. The material shall be
laid in one or more layers as shown on the drawings and according to lines, grades and
cross sections shown on the drawings or as directed by the Engineer.

3.2.2 Materials

The materials to be used for the work shall be rubbles or boulders and gravel from
approved quarries. The maximum size of stone shall be 150 mm. The length and breath of
stone shall not be more than twice of its depth. The stones shall be hard, tough and
durable and free of earth, loam or vegetable matter. The flaky material shall not be used.

3.2.3 Spreading and Compacting

The soling shall be laid as per the cross section as shown on the drawing and the finished
thickness after consolidation shall be as directed by the Engineer. The boulders shall be
laid flat with their broad faces resting over the sub grade to have good seating. The stones
shall be hand packed as close as possible and bedded firmly. The voids in the soling shall
be filled with stone chips and small stones and hammered and wedged into position.
Gauge pegs shall be driven in to indicate the thickness of the stones to be laid. Any
hollows formed during rolling shall be filled in with spills during the process of
consolidation so as to conform with the gradient, camber and cross section of the road and
leave an even finished solid surface.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 131
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The soling shall be rolled by a 8 to 12 tons power roller after blinding with approved
quality moorum. The shoulder shall be rolled first to wedge the stones firmly at the edges
and then rolling shall proceed towards the centre. The rolling shall be done longitudinally
at the shoulder and worked towards the centre of the pavement overlapping on each
successive trip by at least one-half of the width of the roller while starting and 300 mm
width while finishing. In case of super elevated strips, the rolling shall commence from
the inner edge and proceed towards the outer edge.

The roller shall be operated at the lowest speed possible. The speed in any case shall not
be greater than 3 km per hour. Rolling shall be continued till a satisfactory surface is
obtained. Wherever use of power roller is not feasible, suitable hand roller may be used as
per instructions of the Engineer.

3.2.4 Bad Workmanship

The soling if not done as per the specification, if instructed by the Engineer, the whole
soling over the defective portion shall be taken out, re-laid and compacted with a road
roller as specified earlier, by the Contractor at his own cost.

3.3.0 Sand-Gravel Sub-base

3.3.1 Description

The work shall consist of laying and compacting of a mix of sand and gravel in specified
proportion over a prepared sub-grade to the required lines, grades and cross-section in
layers as per requirement of this specification.

3.3.2 Materials

Sand

Sand shall be medium hard, strong, free from organic and deleterious matter and shall be
from a source approved by the Engineer. Sea sand shall not be approved.

Gravel

Gravel shall be clean, well graded and free from any vegetation organic clay or other
materials and shall be from a source approved by the Engineer.
GRADING FOR GRANULAR SUB-BASE MATERIALS

Percent by Weight passing


Sieve Designation
Grading 1 Grading 2 Grading 3
80 mm 100 100 100
63 mm 90-100 90-100 90-100
4.75 mm 35-70 40-90 50-100
75 micron 0-20 0-25 0-30
CBR Value (Minimum) for fraction
30% 25% 20%
of material passing 20 mm sieve

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 132
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.3.3 Mixing, Spreading and Compacting

The sand and gravel shall be mixed thoroughly in specified proportions by approved
means. The moisture content shall be brought to within two (2) percent of the optimum
moisture content for the mixed materials as per IS : 2720 part viii.

The sand gravel mix shall be spread over the prepared sub-grade in layer not exceeding
200 mm thick (uncompacted thickness) and compacted by power rollers (8-10 tonnes) to
achieve a field dry density of 90 percent of maximum proctor laboratory dry density. The
layer shall be compacted to the required camber, slope and line. Further layer shall be
placed only after the layer already laid has been compacted to the required density and
approved by the Engineer based on the test results.

The finished surface shall be dressed to required camber and level and excess material
removed and disposed off by the Contractor at his own cost as instructed by the Engineer.

3.4.0 Water Bound Macadam (Sub-base/Base Course)

3.4.1 Description

Water bound macadam shall consist of clean, crushed aggregates mechanically


interlocked by rolling and bonded together with screenings, binding material, where
necessary and water, laid on a prepared sub grade or sub-base, as the case may be, and
finished in accordance with the requirements of these specifications and in conformity
with the lines, grades and cross-sections shown on the drawings or otherwise directed by
the Engineer.

3.4.2 Materials

Coarse Aggregate

Coarse aggregate and shall be of crushed blue granite. Aggregate shall be hard and
durable and shall be free from excess of flat, elongated, soft and disintegrated particles,
dirt and other objectionable matter and shall be from a source approved by the Engineer.

Crushed aggregate shall meet the following requirements :-

PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR


WATER BOUND MACADAM
Type of
Sl. No. Test Test Method Requirements
Construction
1. Sub-base Los Angeles Abrasion Value* IS:2386 (Part IV) 60% max
or
Aggregate Impact Value IS:2386 (Part IV) 50% max
Or
IS:5640 **
2 Base a) Los Angeles Abrasion IS:2386 (Part IV) 50% max
Value *
or IS:2386 (Part IV) 40% max
Aggregate Impact Value Or
IS:5640 **
b) Flakiness Index *** IS:2386 (Part I) 15% max

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 133
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

* Aggregate may satisfy requirements of either of the two tests.

** Aggregates like brick metal, kankar and laterite which get softened in presence of
water, shall be tested for impact value under wet conditions in accordance with
IS:5640.

*** The requirements of flakiness index shall be enforced only in case of crushed or
broken stone and crushed slag.

GRADING REQUIREMENTS OF COARSE AGGREGATES


Percent by weight
Grading No. Size Range Sieve Designation
passing the sieve
1. 90 mm to 40 mm 100 mm 100
80 mm 65-85
63 mm 25-60
40 mm 0-15
20 mm 0-5
2. 63 mm to 40 mm 80 mm 100
63 mm 90-100
50 mm 35-70
40 mm 0-15
20 mm 0-5
3. 50 mm to 20 mm 63 mm 100
50 mm 95-100
40 mm 35-70
20 mm 0-10
10 mm 0-5

Following test shall be conducted on samples of aggregate :

i) Sieve analysis
ii) Impact tests
iii) Water absorption test - Maximum water absorption shall be 1%
iv) Wetting and drying test - The samples shall be subjected to alternate
wetting and drying for 3 days and shall not
show signs of disintegration.
Screenings

Screenings shall generally be of same material as the coarse aggregate and meet the
following gradings :

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 134
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

GRADINGS FOR SCREENINGS

Grading Percent by weight


Size of Screenings Sieve Designation
Classification passing the sieve
A 12.5 mm 12.5 mm 100

10.0 mm 90-100

4.75 mm 10-30

150 micron 0-8

B 10 mm 10 mm 100

4.75 mm 85-100

150 micron 10-30

Where drawing/Schedule of items specify non-plastic material like moorum is specified,


the liquid limit and plastic limit of such material shall be below 20 and 6 respectively and
the fraction passing 75 microns sieve shall not exceed 10%.

Binding Materials

Gravel of suitable plasticity available from local quarries may be used as binding
materials and the same shall be approved by the Engineer.

When sample of the binding material is wetted and squeezed in hand the following
characteristics shall be noted :

i) The material shall be extremely gritty.


ii) It can be formed into definite shapes that retain their form even when dried.
iii) When the wetted sample is patted in the palm of the hand it will compact into a
dense cake that cannot be penetrated easily with a blunt stick.

3.4.3 Construction Operation

3.4.3.1 Preparation of Base

The sub grade /sub-base to receive the water bound macadam coarse shall be prepared to
the specified grade and camber and made free of dust and other extraneous material. Any
ruts or soft yielding places shall be corrected in an approved manner and rolled until firm.
Where water bound macadam is to be laid until firm.

3.4.3.2 Inverted Choke

Intentionally omitted.

3.4.3.3 Spreading Coarse Aggregate

The coarse aggregates shall be spread uniformly upon the prepared surface. The spreading
shall be done from stockpiles along the side of the roadway or directly from vehicles. In
no case shall the aggregate be dumped in heaps directly on the surface prepared to receive

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 135
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

the aggregate nor shall hauling over the uncompacted or partially compacted base be
permitted.

The surface of the aggregates spread shall be carefully checked with template and all high
or low spots remedied by removing or adding aggregate as may be required. No
segregation of large or fine particles shall be allowed and the coarse aggregate as spread
shall be of uniform gradation with the pockets of fine material.

The coarse aggregate shall not normally be spread more than three (3) days in advance of
the subsequent construction operations.

3.4.3.4 Rolling

Immediately following the spreading of the coarse aggregate, rolling shall be started with
three wheeled power rollers of 8 to 10 tonne capacity or tandem roller or vibratory rollers
of approved type. The weight of the roller depends upon the type of the aggregate and be
indicated by the Engineer.

Except on superelevated portions where the rolling shall proceed from inner edge to the
outer, rolling shall begin from the edges gradually progressing towards the centre. First
the edge/ edges shall be compacted with roller running forward and backward. The roller
shall then move inwards parallel to the centre line of the road, in successive passes
uniformly lapping preceding tracks by at least one half width.

Rolling shall continue until the aggregates are thoroughly keyed and the creepage of
aggregates ahead of the roller is no longer visible. During rolling slight sprinkling of
water may be done, if necessary.

Rolling shall not be done when the sub grade is soft or yielding or when it causes as
wave-like motion in the sub grade or sub-base course. Wherever use of power roller is not
feasible, suitable hand roller may be used as per the instructions of the Engineer.

The rolled surface shall be checked transversely and longitudinally with templates. If
irregularities noticed, which exceed 12.5 mm when tested with a 3m straight edge, the
surface shall be loosened and aggregates added or removed as required and re-rolled until
the entire surface conforms to desired camber and grade. In no case shall use of
screenings be permitted to make up depressions.

3.4.3.5 Applications of Screenings

After the coarse aggregate has been rolled, screenings to completely fill the interstices
shall be applied gradually over the surface. These shall not be damp or wet at the time of
application. Dry rolling shall be done while the screenings are being spread so that
vibrations of the roller cause them to settle into the voids of the coarse aggregate. The
screenings shall not be dumped in piles but be spread uniformly in successive thin layers
either by the spreading motion of hand shovels or by mechanical spreaders, or directly
from trucks. Trucks operating for spreading the screenings shall be so driven as not to
disturb the coarse aggregate.

The screenings shall be applied at a slow and uniform rate (in three or more application)
so as to ensure filling of all voids. This shall be accompanied by dry rolling and brooming
with mechanical brooms, handbrooms or both. In no case shall the screenings be applied

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 136
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

so fast and thick as to form cakes or ridges on the surface in such a manner as would
prevent filling of voids or prevent the direct bearing of the roller on the coarse aggregate.
These operations shall continue until no more screenings can be forced into the voids of
the coarse aggregate.

The spreading, rolling and brooming of screenings shall be carried out in only such
lengths of the road, which would be completed within one day's operation.

3.4.3.6 Sprinkling and Grouting

After the screenings have been applied, the surface shall be copiously sprinkled with
water, swept and rolled. Hand brooms shall be used to sweep the wet screenings into
voids and to distribute them evenly. The sprinkling, sweeping and rolling operations shall
be continued, with additional screening as necessary, until the coarse aggregate has been
thoroughly keyed, well-bonded and firmly set in its full depth and a grout has been
formed of screening. Care shall be taken to see that the base or sub grade does not get
damaged due to the additional of excessive quantities of water during construction.

3.4.3.7 Application of Binding Material

After the application of screenings, the binding material – gravel with plasticity index less
than six (6) -where it is required to be used shall be applied successively in two or more
thin layers at a slow and uniform rate. After each application, the surface shall be
copiously sprinkled with water, the resulting slurry swept in with hand brooms, or
mechanical brooms to fill the voids properly, and rolled during which water shall be
applied to the wheels of the rollers if necessary to wash down the binding material
sticking to them. These operations shall continue until the resulting slurry after filling of
voids, forms a wave ahead of the wheels of the moving roller.

3.4.3.8 Setting and Drying

After the final compaction of water bound macadam course, the road shall be allowed to
dry overnight. Next morning hungry spots shall be filled with screenings or binding
materials as directed, lightly sprinkled with water if necessary and rolled. No traffic shall
be allowed on the road until the macadam has set. The Engineer shall have the discretion
to stop hauling traffic from using the completed water bound macadam course if in his
opinion it would cause excessive damage to the surface.

3.4.3.9 Second Layer of WBM (where specified)

Before laying the second layer of WBM, the surface shall be scarified and reshaped to the
required camber and profiles and all ruts, depressions, potholes etc. made good. The
second layer shall be laid after the surface preparation is approved by the Engineer.
The specification for second layer of WBM shall be similar to the first.

3.5.0 Tack Coat ( for Bitumen Roads )

3.5.1 Description

The work shall consist of application of a single coat of low viscosity liquid bituminous
material to an existing road surface preparatory to another bituminous construction.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 137
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.5.2 Materials

Binder : The binder used for tack coat shall be bitumen of a suitable grade as directed by
the Engineer and conforming to IS : 73, 217 or 454, as applicable, or any other approved
cutback.

3.5.3 Construction Operations

3.5.3.1 Preparation of Base

The surface on which the tack coat is to be applied shall be thoroughly swept and scraped
clean of dust and any other extraneous material before the application of the binder.

3.5.3.2 Application of Binder

Binder shall be heated to the temperature appropriate to the grade of bitumen used and
approved by the Engineer and sprayed on the base at the rate specified below. The rate of
spread in terms of straight-run bitumen shall be 5 kg. per 10 sqm area for an existing
bitumen treated surface and 10 kg per 10 sqm area for an untreated water bound macadam
surface. The binder shall be supplied uniformly with the aid of sprayers.

The tack coat shall be applied just ahead of the oncoming bituminous construction.

3.6.0 Bituminous Macadam Binder Course

3.6.1 Description

This work shall consist of construction, in a single course, of 50 mm / 75 mm thickness of


compacted crushed aggregates premixed with a bituminous binder, laid immediately after
mixing, on a base prepared previously in accordance with the requirements of these
specifications and in conformity with the lines, grades and cross sections shown on the
drawings or directed by the Engineer.

3.6.2 Materials

3.6.2.1 Binder

The binder shall be straight run bitumen of a suitable grade as directed by the Engineer
complying with IS : 73.
3.6.2.2 The aggregates shall satisfy the physical requirements set forth in Table-I.

TABLE I
PHYSICAL REQUIREMENTS OF AGGREGATES FOR
BITUMINOUS MACADAM
Los Angeles Abrasion * IS : 2386 35% Maximum (Part IV)
Aggregate Impact Value * IS : 2386 30% Maximum (Part IV)
Flakiness Index IS : 2386 35% Maximum
Stripping Value IS : 6241 25% Maximum
Water Absorption value IS : 2386 2% Maximum

* Aggregates may satisfy requirements of either of the two tests


P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 138
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The aggregates for bituminous macadam for different thickness shall conform to the
grading A or B given in Tables II & III.

TABLE II

AGGREGATES GRADING FOR 75 MM COMPACTED THICKNESS


OF BITUMINOUS MACADAM

SIEVE PERCENT BY WEIGHT PASSING THE


SIEVE
DESIGNATION Grading A Grading B
63 mm 100 --
50 mm 90 - 100 --
40 mm 35 - 65 100
25 mm 20 - 40 70 - 100
20 mm -- 50 - 80
12.5 mm 5 - 20 --
4.75 mm -- 10 - 30
2.36 mm -- 5 - 20
75 micron 0-5 0-4

TABLE III

AGGREGATES GRADING FOR 50 MM COMPACTED THICKNESS


OF BITUMINOUS MACADAM

SIEVE PERCENT BY WEIGHT PASSING THE


SIEVE
DESIGNATION Grading A Grading B
50 mm 100 --
50 mm 90 - 100 --
40 mm 90 - 100 --
25 mm 50 - 80 100
20 mm -- 70 - 100
12.5 mm 10 - 30 --
4.75 mm -- 15 - 35
2.36 mm -- 5 - 20
75 micron 0-5 0-4

3.6.2.3 Proportioning of Materials

The binder content for premixing shall be 3.5 and 4.0 percent by weight of the total mix
for aggregate grading A and B respectively, except when otherwise directed by the
Engineer.

The quantities of aggregates to be used shall be sufficient to yield the specified thickness
after compaction.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 139
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.6.2.4 Variation in Proportioning of Materials

The Contractor shall have the responsibility for ensuring proper proportioning of
materials and producing a uniform mix. A variation in binder content of ± 0.3 percent by
weight of total mix shall, however, be permitted for individual specimens taken for
quality control tests.

3.6.3 Construction of Operation

3.6.3.1 Weather and Seasonal Limitations

Bituminous macadam shall not be laid during rainy weather or when the base course is
damp or wet.

3.6.3.2 Preparation of Base

The base on which bituminous macadam is to be laid shall be prepared, shaped and
conditioned to the specified lines, grade and cross sections as directed by the Engineer.
The surface shall be thoroughly swept and scraped clean and free from dust and foreign
matter.

3.6.3.3 Tack Coat

A tack coat shall be applied over the base.

3.6.3.4 Preparation and Transport of Mix.

Hot mix plant of adequate capacity shall be used for preparing the mix.

The temperature of binder at the time of mixing shall be in the range 150 Deg. - 165 Deg.
C and that of aggregates in the range 125 Deg. - 150 Deg C provided that the difference in
temperature between the binder and aggregate at no time exceed 25 Deg C.

Mixing shall be thorough to ensure that the homogenous mixture is obtained in which all
particles of the aggregates are coated uniformly.

The mixture shall be transported from the mixing plant to the point of use in suitable
vehicles. The vehicles employed for transport shall be clean and be covered over in transit
if so directed by the Engineer.

3.6.3.5 Spreading

The mix shall be spread immediately after mixing by means of a self propelled
mechanical paver with suitable screeds capable of spreading, tamping and finishing the
mix to the specified lines, grade and cross sections. However, in restricted locations and
in narrow widths, where the available plants cannot operate in the opinion of the
Engineer, he may permit manual laying of the mix.

The temperature of mix at the time of laying shall be in the range 110°- 135° C.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 140
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

In multi-layer construction, the longitudinal joint in one layer shall offset that in the layer
below by about 150 mm. However, the joint in the topmost layer shall be at the centerline
of the pavement.

Longitudinal joints and edges shall be constructed true to the delineating lines parallel to
the centerline of the road. All joints shall be cut vertical to the full thickness of the
previously laid mix and the surface painted with hot bitumen before placing fresh
material.

3.6.3.6 Rolling

After the spreading of mix, rolling shall be done by 8 to 10 tonne power rollers or other
approved plant. Rolling should start as soon as possible after the material has been spread.
Rolling shall be done with care to keep from unduly roughening the pavement surface.

Rolling of the longitudinal joint shall be done immediately behind the paving operations.
After this, the rolling shall commence at the edges and progress towards the center
longitudinally except that on super-elevated portions, it shall progress from the lower to
the upper edge parallel to the centerline of the pavement.

The initial or breakdown rolling shall be done as soon as it is possible to roll the mixture
without cracking the surface or having the mix pick up on the roller wheels. The second
or intermediate rolling shall follow the breakdown rolling as closely as possible and be
done while the paving mix is still at a temperature that will result in maximum density.
The final rolling shall be done while the material is still workable enough for removal of
roller marks.

When the roller has passed over the whole area once, any high spots or depressions,
which become apparent shall be corrected by removing or adding fresh material. The
rolling shall then be continued till the entire surface has been rolled to compaction, there
is no crushing of aggregate and all roller marks have been eliminated. Each pass of the
roller shall uniformly overlap not less than one third of the track made in the preceding
pass. The roller wheels shall be kept damp if necessary to avoid the bituminous material
from sticking to the wheels and being picked up. In no case shall fuel-lubricating oil be
used for this purpose.

Rolling operations shall be completed in every respect before the temperature of the mix
falls below 80°C.

Rollers shall not stand on newly laid material while there is a risk that it will be deformed
thereby. The edges along and transverse of the bituminous macadam laid and compacted
earlier shall be cut to their full depth so as to expose fresh surface which shall be painted
with a thin surface coat of appropriate binder before the new mix is placed against it.
Wherever use of power roller is not feasible, suitable hand roller may be used as per the
instructions of the Engineer.

The bituminous macadam shall be provided with final surfacing without any delay. If
there is to be any delay, the course shall be covered by a seal coat before allowing any
traffic over it.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 141
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.7.0 Open Graded Premix Carpet

3.7.1 Description

This work shall consist of laying and compacting an open-graded carpet of 2 cm thickness
in a single course composed of suitable small sized aggregates premixed with a
bituminous binder on a previously prepared base, to form a wearing course, in accordance
with the requirements of these specifications.

3.7.2 Materials

3.7.2.1 Binder

The binder shall be bitumen of a suitable grade, as directed by the Engineer and satisfying
the requirements of IS : 73, 217, 454 or other approved cutback as applicable.

3.7.2.2 Aggregate

The aggregate shall consist of angular fragments of clean, hard, tough and durable rock of
uniform quality throughout. They shall be obtained by crushing rock and be free of
elongated and flaky pieces, soft and disintegrated materials and vegetable or other
deleterious matter. They shall preferably be hydrophobic type.

The aggregates shall satisfy the quality requirements set forth in Table I except that the
Flakiness Index shall be limited to a maximum of 30%.

3.7.2.3 Proportioning of Materials

The materials shall be proportioned as per quantities given in Table IV.


TABLE IV
QUANTITIES OF MATERIALS REQUIRED FOR 10 SQM.
OF ROAD SURFACE FOR 2 CM THICK OPEN-GRADED
PREMIX CARPET

Aggregates of carpet

a) Stone chippings - 12 mm size; passing


20 cm sieve and retained on 10 mm sieve 0.18 cum

b) Stone chippings - 10 mm size; passing


12.5 mm sieve and retained on 6.3 mm sieve 0.09 cum

Binder for premixing (quantities in terms of straight run bitumen)

a) For 0.18 cum of 12 mm size stone


chippings at 52 kg per cum 9.5 kg

b) For 0.09 cum of 10 mm size stone


chippings at 56 kg per cum 5.1 kg
----------
Total 14.6 kg
----------

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 142
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.7.3 Construction Operation

3.7.3.1 Weather and Seasonal Limitations

Open graded premix carpet shall not be laid during rainy weather or when the base course
is damp wet or when the atmospheric temperature in shade is 16 deg C or below :

3.7.3.2 Preparation of Base

The underlying base on which the bituminous carpet is to be laid shall be prepared,
shaped and conditioned to the specified lines, grade and cross section in accordance with
Table V or as directed by the Engineer. The surface shall be well cleaned by removing
caked earth and other foreign matter with wire brushes, sweeping with brooms and finally
dusting with sacks as necessary.

3.7.3.3 Tack Coat

A tack coat complying with clause 3.5.0 shall be applied over the base preparatory to
laying of the carpet. Application of tack coat shall, however, not be necessary when the
laying of carpet follows soon after the provision of the bituminous course.

3.7.3.4 Preparation of Premix

Mixers of approved type shall be employed for mixing the aggregates with the bituminous
binder.

The binder shall be heated to the temperature appropriate to the grade of bitumen
approved by the Engineer, in boilers of suitable design avoiding local overheating and
ensuring a continuous supply.

The aggregates shall be dry and suitably heated to a temperature as directed by the
Engineer before these are placed in the mixer. After about 15 seconds of dry mixing, the
heated binder shall be distributed over the aggregates at the rate specified.

The mixture of binder with chipping shall be continued until the chippings are thoroughly
coated with the binder. The mix shall be immediately transported from the mixer to the
point of use in suitable vehicles or wheelbarrows. The vehicles employed for transport
shall be clean and be covered over in transit if so directed.

3.7.3.5 Spreading and Rolling

The premixed material shall be spread on the road surface with rakes to the required
thickness and camber or distributed evenly with the help of a drag spreader, without any
undue loss of time. The camber shall be checked by means of camber boards and
inequalities evened out. As soon as sufficient length of bituminous material has been laid
rolling shall commence with 8 to 10 tonne power rollers, preferably of smooth wheel
tandem type, or other approved plant. Rolling shall begin at the edges and progress
toward the centre longitudinally, except that on the superelevated portions it shall
progress from the lower to upper edge parallel to the centreline of the pavement.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 143
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

When the roller has passed over the whole are once, any high spots or depressions, which
become apparent shall be corrected by removing or adding premixed materials. Rolling
shall then be continued until the entire surface has been rolled to compaction and all the
roller marks eliminated. In each pass of the roller preceding track shall be overlapped
uniformly by at least 1/3 width. The roller wheels shall be kept damp to prevent the
premix from adhering to the wheels and being picked up. In no case shall fuel/lubricating
oil be used for this purpose. Wherever use of power roller is not feasible, suitable hand
roller may be used as per the instructions of the Engineer.

Rollers shall not stand on newly laid material while there is a risk that it will be deformed
thereby.

The edges along and transverse of the carpet laid and compacted earlier shall be cut to their
full length so as to expose fresh surface which shall be painted with a thin surface coat of
appropriate binder before the new mix is placed against it.

3.7.3.6 Seal Coat

A seal coat conforming to clause 3.8.0 shall be applied to the surface immediately after
laying the carpet. No traffic shall be allowed on the road till the seal coat has been placed.

3.8.0 Seal Coat

3.8.1 Description

This work shall consist of application of a seal coat for sealing the voids in a bituminous
surface laid to the specified levels, grade and camber.

Seal coat shall be either of the two types, as specified below :

Type A : Liquid seal coat comprising of an application of the bituminous binder followed
by a cover of stone chippings.

Type B : Premixed seal coat comprising of a thin application of fine aggregate premixed
with bituminous binder.

3.8.2 Materials

3.8.2.1 Binder

The Bidder shall be bitumen of a suitable grade as directed by the Engineer and
conforming to the requirements of IS : 73, 217, 454 as applicable or any other approved
cutback.

The quality of binder to be utilized, in terms of straight run bitumen shall be 9.8 kg and
6.8 kg per 10 sqm area for Type A and Type B seal coat respectively.

3.8.2.2 Stone Chippings for Type A Seal Coat

The stone chippings shall consist of angular fragments of clean, hard, tough and durable
rock of uniform quality throughout. They shall be free of elongated or flaky pieces, soft or
disintegrated stone, vegetable or other deleterious matter. Stone chippings shall be of 6

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 144
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

mm size defined as 100 percent passing through 10 mm sieve and retained on 2.36 mm
sieve. The quantity used for spreading shall be of 0.09 cum. per 10 sqm area. The
chippings shall satisfy the quality requirements spelled out in Table I except that the
upper limit for flakiness Index shall be 30%.

3.8.2.3 Fine Aggregate for Type B Seal Coat

The fine aggregate shall be sand or fine grit and shall consist of clean, hard, durable,
uncoated dry particles and shall be free from dust, soft or flaky material, organic matter or
other deleterious substances. The aggregate shall pass 1.7 mm sieve and be retained on
180 micron sieve. The quantity used for premixing shall be 0.06 cum. per 10 sqm. area.

3.8.3 Construction Operations

3.8.3.1 Preparation of Base

The seal coat shall be applied immediately after the laying of bituminous course, which is
required to be sealed. Before application of seal coat materials the surface shall be
cleaned free of any dust or other extraneous matter.

3.8.3.2 Construction of Type A Seal Coat

The binder shall be heated in boilers of suitable design, to the temperature appropriate to
the grade of bitumen approved by the Engineer and sprayed on the dry surface in a
uniform manner preferably with the help of mechanical sprayers. Excessive deposits of
binder caused by stopping or starting of the sprayer or through leakage of any other
reason shall be suitably corrected before the stone chippings are spread. Immediately after
the application of binder, stone chippings in a dry and clean state, shall be spread
uniformly on the surface, preferably by means of a mechanical gritter, otherwise
manually so as to cover the surface completely. If necessary, the surface shall be broomed
to ensure uniform spread of chippings. Immediately after the application of the cover
material, the entire surface shall be rolled with a 8 - 10 tonne smooth wheeled roller.
Rolling shall commence at the edges and progress towards the center except in super
elevated portions where it shall proceed from the inner edges to the outer. Each pass of
the roller shall uniformly overlap not less than one third of the track made in the
preceding pass. While rolling is in progress additional chippings shall be spread by hand
in whatever quantities required to make up irregularities. Rolling shall continue until all
aggregate particles are firmly bedded in the binder and present a uniform closed surface.

3.8.3.3 Construction of Type B Seal Coat

Mixers of approved type shall be employed for mixing the aggregates with the bituminous
binder.

The binder shall be heated in boilers of suitable design, to the temperature appropriate to
the grade of bitumen approved by the Engineer. Also the aggregates shall be dry and
suitably heated to a temperature directed by the Engineer before the same are placed in
the mixer. Mixing of binder with aggregates to the specified proportions shall be
continued till the later are thoroughly coated with the former.

The mix shall be immediately transported from the mixing plant to the point of use and
spread uniformly on the bituminous surface to be sealed.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 145
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

As soon as sufficient length has been covered with the premixed material, the surface
shall be rolled with 8 - 10 tonne smooth wheeled power rollers. Rolling shall be continued
till the premixed material completely seals the voids in the bituminous course and a
smooth uniform surface is obtained. Wherever use of power roller is not feasible suitable
hand roller may be used as per the instructions of the Engineer.

3.8.4 Opening to Traffic

In the case of Type B seal coat, traffic may be allowed soon after final rolling when the
premixed material has cooled down to the surrounding temperature. However, as regards
Type A seal coat traffic shall not be permitted until the following day.

3.9.0 CONCRETE ROADS AND PAVEMENTS

3.9.1 MATERIALS

3.9.1.1 Ordinary Portland cement

This should comply with the requirements of IS : 269, IS : 455 or IS : 1489.

3.9.1.2 Aggregates (General)

Aggregates should comply with the requirements of IS : 389 - Specification for coarse
and fine aggregates from natural sources for the concrete work. In order to make good the
concrete for roadwork it is important to avoid crushed aggregates of poor particle shape.
Weather rock, and very angular, flaky or splintery aggregates should not be used.

3.9.13 Coarse aggregates

This should be furnished in at least two separate sizes with separation at 20 mm when
combined material graded from 5 to 38 mm is specified and at 25 mm when combined
material graded from 20 to 50 mm is specified. Gap graded single sized coarse aggregate
as alternate to the continuously graded may be used particularly where grading of fine
aggregate is fine to very fine.

3.9.1.4 Fine aggregate

Fine aggregate shall be natural sand and should comply with IS : 383. Bulking due to
presence of moisture in the fine aggregate should be accounted for when the volumetric
batching is employed.

3.9.1.5 Water

Water used in mixing or curing of concrete shall be clean and of potable quality.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 146
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.9.1.6 Reinforcement

Bar mats

This shall conform to the requirements of IS : 432/IS : 1786/IS : 1139. The bars shall be
of the size and spacing shown on the plans. All junctions of longitudinal and transverse
bars shall be securely tied or welded together.

Load transfer devices

Dowel and tie bars shall be of plain round steel bars conforming to the requirements of
IS:432.

3.9.1.7 Expansion joint filler

The material for filling the expansion joints shall be of premoulded, non-extruding and
resilient type of approved quality. The premoulded joint filler shall be of thickness shown
on the drawings or as stated in the bill of quantities. It shall be 25 mm less in depth than
the thickness of the slab and of the full width between road forms. Holes to accommodate
dowel bars shall be bored or punched out accurately. The joint filler shall comply with the
requirements of IS:1838 - Specification for Preformed Fillers for Expansion Joints in
concrete, non-extruding and resilient type (bitumen impregnated fiber).

3.9.1.8 Joint sealing compound

The sealing compound shall comply with the requirements of IS:1834 - Specification for
Hot Applied Sealing Compound for joints in concrete.

3.9.1.9 Waterproofing under layer

Waterproofing paper used as under layer be of a brand of approved quality. The paper
shall be unrolled with an order lap of not less than 10 cm.

3.9.1.10 Forms

All side forms shall be of mild steel unless use of wooden sections is specifically
permitted. The steel forms shall be of M.S. channel sections and their depth equal to the
thickness of the pavements.

The sections shall have a length of at least 3 m except on curves where shorter sections
may be used. Side shuttering shall be provided at curves as per the drawings or as
directed. When set to grade and staked in place, the maximum deviation of the top surface
of any section from a straight line shall not exceed 3 mm in vertical plane and 5 mm in
horizontal plane. The method of connection between sections shall be such that the joint
formed shall be free from movement in any direction. The use of bent, twisted or worn
out forms shall not be permitted. At least 3 stake pockets for bracing pins or stakes shall
be provided for each 3 m of form and the bracing and support must be ample to prevent
the springing of the forms under pressure of the concrete, or the weight of machinery
operating on the forms. Contractor shall arrange for sufficient number of forms so that the
forms in position are not disturbed within 12 hours of concreting or longer if in the
opinion of the Engineer it would be necessary.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 147
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.10.0 Construction Operations

3.10.1 Form setting

Forms shall be jointed neatly and shall be set with exactness to the required grade and
alignment. After the forms are placed and aligned, the earth under the base of the form
shall be thoroughly damped in an approved manner. Sufficient rigidity shall be obtained
to support the forms in such a position during the entire operation of compaction and
finishing. All forms shall be cleaned and oiled each time before they are used.

3.10.2 Placing of reinforcements

The overall dimensions of the bar mats shall be such that when properly placed into the
work, the extreme longitudinal wires of the mat shall be located not less than 50 mm nor
more than 100 mm from the edges of the slab. Except for dummy joints, the length of the
bar mat shall be such that when properly placed into the work, the reinforcement shall be
clear of transverse joints by not less than 50 mm and not more than 100 mm when
measured from the centre of the joint to the ends of the longitudinal wire of the fabric.

While overlapping the bar mats in either direction, the overlap shall be at least equal to
the spacing between the bars in the respective direction.

The bar mats shall be placed in position as shown on the drawings. For placing the top
layer of the reinforcement, the first stage of concreting shall be brought upto the level of
the reinforcement and lightly compacted by a screed vibrator to obtain uniform level. The
reinforcement bar mats shall then be placed on the compacted layer of the concrete and
then the remaining depth shall be filled in with concrete. The time lag between laying of
the two courses shall not exceed the initial setting time of the cement used. Displacement
of the reinforcement during concreting operation shall be prevented.

3.10.3 Fixing dowel bars

The dowel bars in expansion joints and transverse construction joints shall be placed and
supported in such a manner that they shall be truly parallel with the gradient and the
centreline to the pavement, and they shall remain in position during the placement and
compaction of the concrete. They shall be placed at the mid depth of the slab and the
drawings. Half-length of the dowel bars shall be painted with one coat of hot bitumen of
approved make or equivalent as shown on the drawings or as directed by the Engineer.

3.10.4 Fixing tie bars

Tie bars in longitudinal joints shall be placed approximately the mid depth of the slab and
shall be securely held in the slabs on both sides of the joints.

3.10.5 Transporting and placing of concrete

The concrete shall be mixed in quantities required for immediate use and shall be
deposited in position to the required depth and width of the pavement, sections, in
successive batches and in continuous operation without the use of intermediate forms or
bulk continuous between joints. The spreading shall be as uniform as possible to avoid re-
handling of concrete.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 148
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

3.10.6 Compaction and finishing

The surface of the pavement shall be compacted either by means of power driven
finishing or by a vibration screed. For areas where the width of the slab is very small,
hand compaction and finishing may be adopted. Immediately after the tamping or
screeding has been completed and before the concrete has hardened the surface shall be
inspected for irregularities with a profile checking template and any needed corrections
made by adding or removing of concrete followed by further compaction and finishing.

3.10.7 Floating

As soon as practicable after the concrete has been struck off and a compacted it shall be
further smoothened and compacted by means of longitudinal float operation from a foot
bridge.

3.10.8 Straight edging

After the longitudinal float has been completed and excess water has disappeared but
while the concrete is still plastic, the slab surface shall be tested for trueness with a 3 m
straight edge swung from handles 1 m longer than one half width of the slab. Any
depressions found shall be filled immediately with freshly mixed concrete, struck,
compacted and refinished. High areas shall be cut down and refinished. The Contractor
shall include the removal of the rejected concrete and for laying of the fresh concrete in
his lump sum price. Unless otherwise specified, and for laying of the pavement surface
shall be obtained by belting or brooming or by a combination of both as directed by the
Engineer.

3.10.9 Edging

After belting and/or brooming has been completed, but before the concrete has taken its
initial set, the edges of the slab shall be carefully finished with a edger of 6 mm radius
and the pavement edge shall be left smooth and true to line.

3.11.0 JOINTS

3.11.1 Expansion Joints :

Expansion joints shall be formed at the intervals shown on the drawing at right angles of
the longitudinal axis of the pavement. The width of the joint shall be as shown on the
drawing and shall be straight, truly vertical and shall extend from the bottom of the slab.
The expansion joint shall be filled with an approved pre-moulded joint filler, which shall
extend from the bottom of the slab to 25 mm below the finished surface of the concrete. A
timber or metal cap shall be fitted temporarily on the top of the joint filler and the top of
this cap shall be flush with the finished surface. Care shall be taken that filler and the cap
are set accurately in position and are maintained in position during placing and
compaction of concrete. After the pavement has been struck off and finished the metal
cap shall be removed. Under no circumstances shall any concrete be left above the
expansion joint material or across the joint at any point. After about 15 days of concreting
the cavity on the top of the joint filler shall be carefully cleaned of all loose materials and
sealed with an approved joint sealing compound. The sealing shall not be done until the
concrete is quite dry. The sealer and any primer required shall be applied strictly in

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 149
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

accordance with manufacturer's instructions. The joints shall be sealed flush with the
surface of the concrete. The end of the sliding half of the dowel bar shall be provided with
a PVC or G.I. sheets cap at least 75 mm long and minimum 25 mm length of this cap
shall be filled with cotton waste dipped in hot bitumen as shown on the drawings.

3.11.2 Longitudinal and transverse construction joints

These shall be of top champhered and sealed type and shall be formed by placing the
concrete against the face of the slabs concreted earlier. The face of the old concrete slabs
shall be painted with bitumen before placing of fresh concrete.

Tie bars shall be used at construction joints and shall be of the dimensions and at spacing
as shown on the drawings.

3.11.3 Curing

Immediately after finishing operations have been completed the entire surface of the
newly laid concrete shall be covered against rapid drying and cured in accordance with
the following methods.

Failure to provide sufficient cover material of whatever kind required or inadequate


supplies of water to take care of both curing as well as other requirements shall be
adequate cause for immediate suspension of concreting.

3.11.4 Initial curing

Immediately after completion of finishing operations, the surface of the pavement shall be
entirely covered with wetting burlap, cotton or jute mats. The mats used shall be of such
length (or width) that as laid they shall extend at least 450 mm beyond the edges of the
slab. The mats shall be placed so that the entire surface and both the edges of the slab are
completely covered. The covering shall be placed as soon as the concrete has set
sufficiently to prevent marring of the surface. Prior to being placed, the mats shall be
thoroughly saturated with water and shall be placed with the wettest side down. The mats
shall be so placed and weighed down as to cause them to remain in intimate contact with
the surface covered, and the covering shall be maintained fully wetted and in position for
24 hours after the concrete has been placed or until the concrete is sufficiently hard to be
walked on without suffering damage. Water shall be gently sprayed so as to avoid damage
to the fresh concrete. If it becomes necessary to remove a mat for any reason, the concrete
slab shall not be exposed for a period of more than half an hour.

Worn burlap or burlap with holes shall not be permitted. Burlap reclaimed from previous
use other than curing concrete shall be thoroughly washed prior to use for curing
purposes. If burlap is furnished in strips, the strip shall be laid overlap at least 150 mm.
Burlap shall be placed from suitable bridges. Walking on freshly laid concrete to facilitate
placing burlap is not permitted.

3.11.5 Final curing

Upon removal of the burlap the slab shall be thoroughly wetted and then finally cured as
under:

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 150
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

"Exposed edges of the slab shall be banked with a substantial berm of earth. Upon the
slab shall then be laid a system of transverse and longitudinal dykes of clay about 50 mm
high immediately covered with a blanket or sandy soil free from stones to prevent the
drying up and cracking of clay. The rest of the slab shall then be covered with sufficient
sandy soil so as to produce a blanket of earth not less than 37 mm depth after wetting. The
earth covering shall be thoroughly wetted while it is being placed on the surface and
against the sides of the slab and kept thoroughly saturated with water for 14 days and
thoroughly wetted down during the morning of the 15th day and shall thereafter remain in
place until the concrete has attained the required strength and permission is given, the
covering shall be removed and the pavement cleaned and swept. If the earth covering
becomes displaced during the curing period, it shall be replaced to the original depth and
shall be re-saturated".

3.11.6 Removing of Forms

Forms shall not be removed from freshly placed concrete until it has set at least 12 hours.
They shall be carefully removed and in such a manner that no damage shall be done to the
edges of the pavement. After the forms have been removed, the ends of all joints shall be
cleaned and any honeycombed areas painted up with 1:2 mortar, after which the sides of
the slabs shall be covered with earth to the level of the top of the slab. All ditches and
drains shall be so placed as to provide effective drainage.

3.11.7 Opening to Traffic

Traffic shall be excluded from the newly constructed pavement for a period of 28 days
where ordinary portland cement is used. Before the pavement is opened to traffic it shall
be cleaned and the joints shall be filled and trimmed or topped out as required. The joint
or line of separation between adjacent strips or slabs of concrete, when the pavement is
constructed in lanes or strips shall be cleaned and filled with bituminous material as
directed.

3.11.8 Repair of Existing Roads

Pot holes or patches and ruts in existing bitumen road, concrete road and WBM road shall
be repaired by removal of all loose material by cutting in rectangular patches and
replacing with suitable materials. The repair shall be done as under :

Potholes, patches and ruts shall be drained of water and out to regular shape with vertical
sides, and then be filled either with

i) coarse aggregate and screenings conforming to the specification for water bound
macadam and compacted with rollers or other approved rammer
or
ii) premixed material conforming to the specification for open graded premix carpet
and compacted with rollers or other approved means after painting the sides and
bottom of the holes with a thin application of bitumen or a combination of both as
directed by the Engineer.

In case, however it is found that there has been damage to the granular sub-base as well,
the area of the damaged surface shall be repaired by removal of all loose materials, out to
regular shape with vertical sides and re-laid with graded material as per specification of

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 151
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

granular sub-base and then surfaced with water bound macadam as per specification for
the same.

Further any making up the level of existing soling shall also be done as per procedure
given above for repair of granular sub-base and as directed by the Engineer.

3.12.0 PIPE CULVERTS

3.12.1 Materials

The drainage pipes unless otherwise shown on drawings or instructed by the Engineer,
shall be made of RCC (Hume pipe) and shall be Class NP2.

Pipe culverts shall be made of reinforced concrete pipe (Hume Pipe) and shall be of class
NP2 as decided by the Engineer or shown in the drawing. All pipes shall meet the
requirements of IS:458 and shall be procured from approved manufacturers with collars
as per manufacturers standard specifications. The Bidder shall specifically mention the
particular manufacturer's product he proposes to use.

Cement shall be Ordinary Portland Cement as per IS:269.

Aggregate shall be as per IS:383 - Maximum size shall not exceed one-third the thickness
of the pipe or 20 mm whichever is smaller. For bedding concrete for laying the pipes, the
maximum size of aggregate shall be 38 mm.

Fine aggregate for concrete shall be as per IS:383.

3.12.2 Laying of Pipes

Laying of Hume pipes and collars shall be done as per IS:783. Pipes shall be laid either in
trenches or on supports as per drawing and/or Engineer's instructions. All pipe sections
and collars shall be inspected carefully for defects before laying in the trenches. Broken
or defective pipe shall not be used and shall be properly marked and removed from site as
soon as the defects are detected. Pipes shall be laid true to line and grade as specified in
the drawings and/or Engineer's instruction. The bedding of the pipes shall be 'First class
bedding' or ordinary bedding as per IS:783. The profile of cutting of trenches, free
working space provided on each side of the pipe, etc. shall be decided at site by the
Engineer as per site condition. Side slope, shoring, bailing out water etc. as required shall
be done by the Contractor without any extra cost to the Owner. Side slips, if there be any,
shall be removed by the Contractor without any extra cost to the Owner. After laying of
the pipes are completed, backfilling of the trenches shall be done in layers of 150 mm,
clods and lumps broken, watered and compacted with iron rammers to the satisfaction of
the Engineer. The surplus spoils shall be transported and filled in low areas within the
plant area, as instructed by the Engineer. The filling shall be done as per specification.

All pipes and fittings shall be gradually lowered into the trench or placed on the supports
by approved means taking due care not to damage them.

Under no circumstances the pipes shall be dropped into the trench or on supports from a
height. The joints of pipes shall be grouted with 1:2 cement - sand mortar and the
procedure of jointing shall be as per IS:783.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 152
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Pipes laid in trenches in earth shall be bedded evenly and firmly and as far up the
haunches of the pipes as consistent with the load expected to be transmitted from the
backfill through the pipe to the bed. This shall be done either by excavating the bottom of
the trench to fit the curve of the pipe or by compacting the earth under and around the
curve of the pipe to form an even bed.

Where the pipe is laid in trench in rock, hard clay, shale or other hard materials, the space
below the pipe shall be excavated and replaced with an equalising bed of concrete (1:4:8
mix), sand or compacted earth as approved by the Engineer. In no place shall the pipe be
laid directly on such hard material.

If end protection wall is shown in drawing, the wall shall be constructed with first class
quality locally available bricks from approved source. All civil works connected with the
protection work, like concrete, brick masonry, plastering etc. shall be done as per relevant
Indian Standards and in accordance with approved construction drawings. All materials
used shall also conform to Indian Standards.

3.12.3 Road Side Drains

The roadside drains shall be with P.C.C 1:3:6 bed concrete, R.R masonry work in cement
mortar 1:5 with adequate thickness for side walls as shown in the drawing and/or as
instructed by the Engineer. The sides and bottom shall be neatly dressed after excavation.
Proper connection shall be made to the culverts as per instruction of the Engineer. The
excavation spoils shall be transported and filled in the areas outside the plant area as
instructed by the Engineer.

4.0.0 QUALITY CONTROL & TOLERANCE

The Contractor shall establish and maintain quality control for the various aspects of the
work, method, materials and equipment used.

All works performed shall conform to the lines, grades, cross sections and dimensions
shown on the drawings or as directed by the Engineer. Permitted tolerances for road
works are described hereinafter.

i) Horizontal Alignment :

Horizontal alignments shall be reckoned with respect to the centre line of the carriageway
as shown on the drawings. The edges of the carriageway as constructed shall be correct
within a tolerance of ± 25mm there from. The corresponding tolerance for edges of the
roadway and lower layers of pavement shall be ± 40mm.

ii) Longitudinal Profile :

The levels of the sub grade and different pavement courses as constructed, shall not vary
from those calculated with reference to the longitudinal and cross-profile of the road
shown on the drawings or as directed by the Engineer. beyond tolerances mentioned
below :
Sub-grade ± 25mm
Sub-base ± 20mm
Base course ± 15mm
Wearing course ± 10mm

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 153
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Tolerance in wearing course shall not be permitted in conjunction with the positive
tolerance for base course if the thickness of the former is thereby reduced by more than
6mm.

iii) Surface Regularity of Sub grade and Pavement courses :

The surface regularity of completed sub-bases, base courses and wearing surfaces in the
longitudinal and transverse directions shall be within the tolerances indicated in Table V.

The longitudinal profile shall be checked with a 3 m long straight edge, at the middle of
each traffic lane along a line parallel to the centre of the road. The transverse profile shall
be checked with a set of three chamber boards at intervals of 10 m.

TABLE - V
PERMITTED TOLERANCES OF SURFACE REGULARITY FOR
PAVEMENT COURSES

Longitudinal profile with 3 metre straight edge

Maximum Maximum Cross


number of permissible variation Profile
Sl. Type of Construction Ma Permissible in from specified
No. x. any length profile undulations
exceeding permitted 300
meters
mm mm
1. Earthen sub grade 25 30 -- -- -- 15
2. Granular sub base 15 -- 30 -- -- 12
3. Water bound macadam with 15 -- -- 30 -- 12
over size metal (40-90 mm
size)
4. Water bound macadam with 12 -- -- 30 -- 8
normal size metal (20-50 mm
and 40-63 mm size),
Bituminous penetration
Macadam
5. Surface dressing** (two coat 12 -- -- 30 -- 8
over WBM (20-50 mm or 40-
63 mm size metal),
bituminous penetration
macadam or built-up spray
grout
6. Open graded premix carpet, 10 -- -- -- 30 6
mix seal surfacing
7. Bituminous macadam 10 -- -- -- 20*** 6
8. Semi-dense carpet 10 -- -- -- 20*** 6
9. Asphaltic Concrete 8 -- -- -- 10*** 4
10. Concrete Pavements 8 -- -- -- 10*** 4

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 154
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Notes

1. **For surface dressing in all other cases, the standards of surface evenness shall be
the same as those for the surface receiving the surface dressing.

2. *** These are for machine laid surfaces. If laid manually due to unavoidable reasons,
tolerance upto 50% above these values in this column may be permitted at the
discretion of the Engineer. However, this relaxation does not apply to he values of
maximum undulation for longitudinal and cross profiles mentioned in columns 3 and
8 on the table.

3. Surface evenness requirements in respect of both the longitudinal and cross profile
should be simultaneously satisfied.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 155
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C1.4.15
TECHNICAL SPECIFICATION FOR GATE & FENCING

1.0.0 SCOPE

This specification covers the requirement in respect of materials, workmanship and


quality for M.S. gates, barbed wire fencing and chain link fencing.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards and all other such as may be
published by them during the currency of the Contract, shall govern in respect of design,
workmanship, quality and properties of materials and method of testing. Some of the
relevant available codes are listed hereunder:

IS:1161 Steel tubes for structural purposes.

IS:2721 Galvanised steel chain link fabric.

3.0.0 MATERIAL & INSTALLATION

Angle Iron Post

Angle Iron Post shall be rolled angle section conforming to IS : 2062 and shall be double
dip galvanised.

Precast Concrete Posts

Concrete mix shall be cast in smooth steel forms made to correct dimensions as per
drawing and concrete shall be compacted by table vibrators or needle vibrator to give
smooth finish. Curing of concrete shall be done by submerging the posts in water tank
for minimum 15 days.

Precast posts shall be installed in PCC 1:3:6 foundation of size 450 x 450 mm, with a
minimum embedment depth of at least 600 mm. Damage to the post shall be avoided
during installation of the posts in position, aligning and leveling.

Diagonal post bolted to the vertical posts shall be provided at every eighth bay and on
either side of the corner posts. Spacing of the posts shall be not greater than 3 m or as per
drawing whichever is less.

All hardware used shall be of hot-dip galvanized steel.

Chain link fence

Chain link shall conform to IS : 2761. It shall be procured in rolls of appropriate length
and width and shall consist of 10 G hot dip galvanized steel wires woven in the form of
zigzag mesh giving an opening size of 50 mm square.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 156
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Chain link shall be secured to the posts with 6 mm dia GI hooks / rings.

Tension wire shall be provided through the mesh at top, center and bottom of the erected
chain link mesh and shall be of 3 mm dia hot dip galvanized wire and shall be stretched to
keep the chain link in taut position. 25 mm × 6 mm GI flat stretcher bar shall be provided
at the end posts to tie the tension wires.

Barbed Wire Fence

Barbed wire shall conform to IS : 278

Barbed wire shall be made from hot dipped galvanized wire of 12 G, 2 ply with barbs of
18 G spaced at 100 mm.

Barbed wire shall be procured in bundles of standard weights and shall be fully stretched
across the posts and secured with G.I. hook bolts and washers.

Spacing of horizontal wires shall not be greater than 225 mm or as specified in the
drawing. Diagonal wires shall be provided in each bay between two adjacent posts. No
wire shall be left loose or sagging.

Gate

Gate shall be fabricated out of tubular sections conforming to IS : 1161 and shall be hot
dipped galvanized. Outer frame shall be 65 NB (medium) tube and diagonal 50 NB
(medium) tube 50 mm sq. welded mesh with 4 mm dia GI wire fabric shall be welded to
25 mm × 6 mm thick GI flat which in turn shall be welded to the outer tubular frame. The
gate shall be provided with 20 mm wide × 80 mm dia flat M.S. roller at the bottom. The
gate frame shall be fixed to GI tubular post or RCC post.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 157
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.16
INTENTIONALLY OMITTED

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 158
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION-C4.17
TECHNICAL SPECIFICATION FOR SOIL INVESTIGATION

1.0.0 SCOPE

This specification describes the methods and procedures for soil boring, field and
laboratory testing of soil samples. It also outlines the contents of the soil report.

2.0.0 CODES AND STANDARDS

Unless specifically mentioned otherwise, all applicable codes and standards in their latest
editions as published by the Bureau of Indian Standards and all other such as may be
published by them during the currency of the contract, shall govern in respect of design,
workmanship and methods & procedures of testing. Some of the relevant available codes
are listed hereunder.

IS: 1498 Classification and identification of soils for general engineering purposes

IS: 1888 Method of load tests on soils

IS: 1892 Code of practice for sub-surface investigation for foundations

IS: 2131 Method of standard penetration test for soils

IS: 2132 Code of practice for thin-walled tube sampling of soils

IS: 2720 Methods of test for soils(ALL PARTS)

IS: 2809 Glossary of terms and symbols relating to soil engineering

IS: 2810 Glossary of terms and symbols relating to soil dynamics

IS: 2911 Load test on piles(PART 4)

IS: 4078 Indexing and storing of drill cores.

IS: 4434 Code of practice for in-situ vane shear test for soils

IS: 4968 Method of sub-surface sounding for (ALL PARTS) soils

IS: 5249 Method of test for determination of in-situ dynamic properties of soils

IS: 5529 Code of practice for in-situ permeability tests

IS: 6926 Diamond core drilling for site investigation for river valley project
(Optional).
IS: 9214 Method of determination of modulus of sub grade reaction (k-value) of soils
in field

IS: 10060 Code of practice for subsurface investigation for powerhouse sites

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 159
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

In the event of any conflict between the requirements in the specification and the above-
referred codes, the former shall govern.

3.0.0 EQUIPMENT AND PERSONNEL

The Contractor shall ensure that all machinery, equipment, instruments, etc., mobilised by
him at site are in proper working order and accurately calibrated. If necessary, the
Contractor shall obtain from independent and approved testing laboratories such reports/
certification as the Engineer may require to satisfy himself about the reliability of the
Contractor's machinery, equipment, instruments, etc. The Contractor shall ensure that the
field investigation and laboratory work are performed by competent technical personnel
and labour who are specifically qualified and experienced in soil investigation work.

Interpretation and recommendation shall be the direct responsibility of the top technical
personnel in the Contractor's organisation.

4.0.0 SETTING OUT

The Contractor shall be responsible to perform the necessary survey work to locate the
bore holes/ test locations on ground and obtain the ground levels at these locations with
respect to the grids and benchmark provided by the Owner/ the Engineer.

All the investigations shall be carried out at locations shown in drawing. Contractor shall
arrange to mark these locations on site and get the same approved. If there is any site
obstruction at given location, the location may be shifted by maximum 3 to 5 m, to a
convenient location. If it is necessary to shift more than 3 to 5 m, the same may be done
in consultation with the Engineer. The contractor shall prepare a sketch showing all the
points of investigation and submit along with the results.

5.0.0 EQUIPMENTS

Before starting the investigations, all the equipments shall be carefully, inspected to make
sure that they are as per the relevant IS Specifications and in good working conditions.
Following points may be particularly observed.

i. The drilling equipments shall be rotary drill and heavy-duty shell and auger
capable of making a borehole of minimum 150 mm diameter. The drilling
threaded ends.

ii. The drilling rods shall not have any bends, the inside should be clear without any
blockage and should maintain verticality when connected together or with any
test equipment.

iii. The cutting edge of the standard penetration spoon and disturbed sampling tube
should be free from any bends / damage and shall have dimensions as per
specifications. The undisturbed sampling tube shall have minimum 100 mm
diameter and area ratio within 10% for soft clay and 15% for others. The
undisturbed tube connector shall have a non-return ball valve and slush tube.

iv. The hosepipe and swivel shall be in good condition with proper joints to ensure
no leakage and effective circulation of bentonite slurry.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 160
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

6.0.0 BORING THROUGH SOIL

The method and diameter of boring shall be approved by Engineer. Minimum diameter of
borehole shall be 150 mm. Uncased holes are permitted only up to a depth where the side
can stand unsupported. In case of side fall is noticed, the holes shall be stabilised
immediately by using bentonite slurry or providing casing pipes as directed by the
Engineer.

Water shall not be added while boring above water table level. Mud circulation/ bentonite
slurry shall not be used in three of the boreholes in which water sample is to be collected
for analysis.

Casing pipes, where used, shall be stopped 150 mm short of the bottom of the bore at any
stage of boring, particularly before collection of undisturbed samples or before
conducting Standard Penetration Tests.

Bore holes shall generally be sunk up to the hard stratum or to a depth of 25 m below the
ground level whichever is earlier, unless otherwise specified in the Schedule of
Items/drawing or instructed by the Engineer. Drilling must be continued into rock or hard
stratum having SPT value more than 75 for at least two bore holes. If rock/hard stratum
having SPT value more than 75 is met with at a shallower depth, it shall be ensured that it
is really the rock /hard stratum by continuing the boring into the stratum by 3m. Boring
in rock shall be carried out by rotary core drilling, as per Clause 7.0.0.

The Contractor shall send copies of daily boring records to Owner and the Engineer at the
end of each day. These records shall include the field observations with regard to visual
description of soil strata, level of ground water table, drilling fluid consumption, presence
of lime, mica, etc. Bore holes shall be backfilled with bentonite/ mud cement grout after
all samples and other information are obtained from the boreholes.

7.0.0 ROCK DRILLING

During boring operation, once the rock strata is encountered, the normal method of boring
operation as described under Clause 6.0.0 earlier shall have to be stopped and drilling
operation will be resorted to for determining depth and nature of rock strata, in a manner
as described below.

Rotary core drilling technique with continuous core recovery should be adopted for
drilling through rock. The tenderer shall indicate in his tender the type of coring bit he
proposes to use. The behavior of rock mass is governed more significantly by the nature
of fractures in the rock than by the type and hardness of the material composing the rock
itself. Hence, good drilling technique should be adopted to obtain an intact sample truly
representative of the in-situ material and for achieving highest percentage of recovery
possible.

Variations in the speed of rotation, the downward pressure on the core barrel, the pressure
at which the drilling fluid is introduced into the hole and the length of hole drilled (run
length) prior to removal of the core are major items which must be controlled by the
driller. In general, coring should be initiated with short runs both because the upper
portions of rock masses are commonly highly fractured and also because the elevations of
any core losses can be more accurately determined. If conditions indicate that it is
possible, the length of the runs may be determined by the length of the core barrel.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 161
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

In zones which are highly fractured or where the barrel continuously becomes blocked, it
is essential that short runs be used even though this means removal of the entire string of
drilling tools every 300 mm. or less. Reduced bit pressure should be resorted to when rod
vibration or chatter occurs. The pressure under which the drilling fluid should be
introduced into the hole will be the minimum to be consistent with adequate removal of
cuttings from the hole and proper cooling of the bit. To minimise the erosive action of
the drilling fluid on the core and thereby to improve core recovery, double tube core
barrels should be used. The casing and core barrel to be used shall be of designation BX
or NX.

During the drilling operation for each bore hole the Contractor shall record the rate of
sinking of drill rods, ground water table elevations, if any, nature, type and sequence of
rock drilled. From the recovered cores, the Contractor shall determine nature of fractures
and degree of weathering of the rock for each borehole. The Contractor shall also note
and record any appreciable loss of drilling fluid throughout the entire drilling operations
for each borehole. The Contractor shall also determine the percentage recovery ratio and
rock quality designation from the recovered cores for each stage of core advance and for
all the boreholes.

The Contractor shall furnish all the informations mentioned above fully verified and
signed by the Engineer at site and submit them in triplicate to the Engineer.

The drilling operation shall be terminated either 3 meters in hard rock or 95% of core
recovery whichever is later.

In addition to the above-mentioned points, the Contractor shall also take into
consideration the provisions of the latest revisions of the relevant BIS Codes of Practice
along with Amendments, if any.

8.0.0 COLLECTION OF SAMPLES

8.1.0 Sampling Depths

Soil samples shall be taken generally at intervals of 1.5m and each change of strata in
bore holes. Disturbed and undisturbed samples, wherever possible shall be collected. All
samples collected shall be suitably and uniquely labeled.

8.2.0 Undisturbed Soil Samples

Soil samplers shall conform to relevant Indian standards. Undisturbed samples shall be
90 mm in diameter and 450 mm long. The type of sampler shall be appropriate for the soil
to be collected. The undisturbed samples need not be collected when the SPT value is
greater than 50.

All care shall be exercised by the Contractor not to disturb the soil during sampling
operation. The sampler shall be forced in one continuous motion, not driven, into the
ground below the casing. The sample shall be shipped to the laboratory in such a manner
as not to cause any disturbances to or loss of moisture from the sample. The soil sample
shall not be removed from the sampler tube and the ends shall be filled with paraffin and
sealed with metal/ plastic caps. The Contractor shall have, at site, adequate number of
samplers at all times.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 162
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

8.3.0 Disturbed Soil Samples

Disturbed soil samples shall be collected from thin walled samplers or split spoon
samplers of SPT. The samples shall be collected in airtight jars.

8.4.0 Ground Water Sample

Ground water sample shall be collected from any three of the boreholes. Care shall be
taken to ensure that no other extraneous water, slurry or storm water, etc., gets mixed with
natural ground water in the borehole before collection. One litre of ground water shall be
collected in clean and airtight container to be sent to the laboratory for immediate testing.

9.0.0 TRIAL PITS

Trial pits shall be of minimum 3 m. x 3 m. size at base so as to permit easy access for a
visual examination of the walls of the pit and to facilitate sampling and insitu testing
operations. Precautions shall be taken to ensure the stability of pit wall, if necessary even
by the provision of shoring. Arrangements shall be made for dewatering if the pit is
extended below water table. In-situ tests shall be conducted and undisturbed samples
obtained immediately on reaching the specified depths, so as to avoid substantial moisture
changes in the subsoil.

After completion of tests and examination, the pits shall be suitably backfilled as directed
by the Engineer. Unless specified otherwise, the excavated soil shall be used for this
purpose.

10.0.0 STANDARD PENETRATION TEST (SPT)

The equipment and procedure for Standard Penetration Test shall conform to IS:2131.
The bottom of borehole shall be cleaned of mud slurry before conducting the Standard
Penetration Test (SPT). The SPT shall be conducted generally at 1.5 m intervals and at
changes of soil strata, as per IS:2131. The blow count shall be recorded. If the blow
count exceeds 75 or if the penetration is less than 25 mm per 50 blows, the test shall be
stopped.

11.0.0 STATIC CONE PENETRATION TEST

The test equipment and procedure shall meet the requirements of IS:4968 (Part III). This
test shall not be carried out on gravelly soils and for soils having SPT value greater than
50. The capacity of the equipment to be used for test shall not be less than 3.0 tonnes but
preferably 10.0 tonnes. The cone resistance and cone & friction resistance shall be
measured at pre-determined intervals. The rate of pushing shall be 1 cm per second.
Unless otherwise specified it shall be conducted up to a depth of 25 m. If the penetration
is found to be difficult at a shallower depth due to occurrence of fragment of rock or
boulder the test shall be terminated and be executed at adjacent location as directed by the
Engineer.

The results shall be prescribed in graphical form as well as in tabular form as given in
Appendix-A of IS:4968 (Part III).

The Contractor shall carefully interpret the results of boring and sounding.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 163
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

12.0.0 DYNAMIC CONE PENETRATION TEST

The test equipment and procedure shall meet the requirement of IS:4968 (Part II). The
driving shall not be done for more than 30 cm at a time after which it shall be stopped for
a minute or two. Pumping shall, however, be continued. The tests shall be terminated
when the blow counts exceed 35 for 100 mm penetration when the cone is dry and 20 for
100 mm penetration when the cone is penetrated by circulating slurry.

The results shall be reported in a suitable tabular form giving below counts for every
30-cm. penetration supplemented by a graphical plot of blow count versus depth.

13.0.0 PLATE LOAD TEST

Plate load tests shall be conducted at the specified founding depth by making test pit of
sufficient size as per IS: 1888. Side protection, if required, shall also be provided by the
Contractor at no extra cost. The Contractor shall provide suitable access to the bottom of
the pit. The load shall be applied to the plate by hydraulic jack of suitable capacity
jacking against a fixed platform loaded with sand bags or heavy truss anchored in the
ground. The increment of each loading shall be such that the ultimate load is reached in
not less than ten increments. The water table level shall be noted in the nearest borehole
at the time of testing. If water table is within test zone to a depth of 3 times the width of
plate, it is advisable to conduct the test at higher level. The pit shall be backfilled with
excavated earth in layers not exceeding 300 mm and well compacted.

14.0.0 CYCLIC PLATE LOAD TESTS

The equipment and set up for cyclic plate test shall be similar to plate load test described
above. The testing procedure shall be as per IS: 5249. The duration of each loading and
unloading cycle shall be decided based on the type of soil under investigation. The initial
loading and unloading cycles up to the safe bearing capacity of soil should be with
smaller increments in load. The magnitude of load increment should be such that the
ultimate load is reached in five to six increments. Based on the above test, the Contractor
shall recommend the co-efficient of sub- grade reaction, co-efficient of elastic uniform
compression.

15.0.0 VANE SHEAR TEST

The test shall be conducted in soft to firm clays and sensitive clays. The test shall also be
conducted in case of stiff fissured clays where samples cannot be taken. Tests may also
be conducted by direct penetration from ground surface. The equipment used for vane
shear tests shall be as per IS : 4434.

Straightness of vane shall be checked while the entire assembly of vane connected with
the rod is being lowered to the bottom of boreholes. Samples shall be collected from the
levels at which the tests have been conducted.

The results shall be reported in a suitable tabular form.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 164
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

16.0.0 IN-SITU PERMEABILITY TEST

In-situ permeability test shall be performed in the boreholes specified or as directed by


the Engineer for the determination of the permeability coefficient of the soil. The tests
shall be conducted as per IS : 5529 (Part I) using pumping in/out method with piezometer
installations.

17.0.0 MENARD PRESSUREMETER TEST

This test shall be carried out as per IS : 1892 to the full depth of boreholes, to assess the
coefficient of earth pressure at rest and the stress-strain modulus of soil. The tests shall
be carried out at every 3.0 m. intervals.

The Contractor shall submit, for approval of the Engineer, detailed arrangement drawings
for the tests including the detail of the equipment proposed.

18.0.0 BLOCK VIBRATION TEST

In-situ dynamic properties of the soil shall be determined by performing Block vibration
tests in accordance with IS:5249 at the location and depth indicated. A plain concrete
block in concrete grade M 15 and of size 1500 x 750 x 700 mm shall be cast, at the
specified founding depth for machine foundations. The test pit should be of suitable size
having sufficient clearance for conducting the test. Forced vibration and free vibration
tests shall be conducted. The wave propagation test for determination of shear modulus
shall also be conducted by exciting the block to the steady state vibrations in the vertical
direction. The block shall have suitable provisions to fix the oscillator in different modes
and at different frequencies. By suitable and adequate instrumentation, the soil responses
to the excitation are measured and various dynamic properties are computed. Based on
these tests, the Contractor shall recommend design values to be adopted in design. Before
backfilling the pit, the concrete block shall be dismantled and disintegrated and all
rubbish shall be disposed off as directed by the Engineer.

19.0.0 WAVE PROPAGATION TEST

The wave propagation tests for determination of Elastic and shear modulus may be
conducted by making seismic waves to pass through the ground by impact of a hammer
and determining the time of travel of these waves between two points at known distance
apart by measuring the phase difference between vibration at two pointer under steady
vibrations.

19.1.0 Steady state vibration test

In case of uniform soil extending up to infinite depth. When the test is conducted using a
phase meter the phase angle corresponding to different distances between the geophones
should be recorded and a curve plotted between the phase angle and the distance. From
the curve the distance `S’ between the geophones for a phase difference of 90 should be
determined.

19.2.0 Hammer tests

The equipments used for the hammer test shall be as per IS : 5249.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 165
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

A suitable location in the area where this test is to be conducted is selected and radial
lines arranged out from this point for a distance of 30 m to 40 m. points are marked on
these lines at 2 m intervals. A velocity pick - up or a geophone is fixed at the origin of
the radial lines and waves are generated near this point by impact of a 10 kg hammer
falling through a height of 2 m on a steel plate of 150 mm x 150 mm resting on the
surface of the ground. An acceleration pick - up is placed at a known distance along one
of the radial lines, the pick - ups is amplified through universal amplifies and fed to two
channels of the same pen recorder. The time taken by the waves to travel the distance the
two pick - ups can be obtained from these recorder. The test is repeated for different
known distance between the pick - ups along all the marked lines one by one.

The test may be repeated at different locations to obtain a representative value of wave
velocities in the area under investigation.

Alternatively, the time taken by the waves to travel a known distance may be obtained
directly by feeding the output of the pick - ups to a timer.

The in-situ density of the soil should be determined by the method specified in IS:
2720.

Determination of value of average Velocity, Elastic modulus and shear modulus of soil is
as per the IS: 5249.

20.0.0 MEASUREMENT OF EARTH RESISTIVITY

Resistivity measurement at the site will reveal whether the soil is homogeneous or non –
uniform. Resistivity of earth is depending on its moisture content. It is advisable to
conduct earth resistivity tests, during the dry season in order to get conservative results.

The measurement of the earth electrode resistance is to be done as per IS:3043 in


order to get the closet true value of earth resistance.

20.1.0 Test Locations

In the elevation of earth resistivity for substations and generating stations, at least eight
test locations shall be chosen from the centre of the station to cover the whole site. This
number shall be increased for very large station sites.

20.2.0 Test Procedure

WENNER’S four electrode method is recommended for these types of field


investigations.

At the selected test site, in the chosen direction, four electrodes are driven in to the earth
along a straight line at equal intervals, “s”. The depth of the electrodes in the ground shall
be of the order 10 to 15 cm.

The Megger is placed on a steady and approximately level base, the link between
terminals and the four electrodes are connected to the instrument terminals as per
IS:3043. An appropriate range on the instrument is thus selected to obtain clear readings
avoiding the two ends of the scale as far as possible .The readings are taken while turning

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 166
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

the crank at about 135 rev/min resistivity. The resistivity calculations shall be done and
necessary corrections are to be effected as per IS : 3043.

20.3.0 Testing of Soil Uniformity

During the course of above tests, it would be desirable to get information about the
horizontal and vertical variations in earth resistivity over the site under consideration for
the correct computation of the resistivity to be used in the design calculations.

The vertical variations may be detected by repeating the tests at a given location in a
chosen direction with a number of different electrode spacings, increasing from 2 to 250
metres or more, preferably in the steps 2, 5, 10, 15, 25, and 50 metres or more.

When the earth resistivity readings for different electrode spacings in a direction is with
in 20 to 30 percent, the soil is considered to be uniform. When the spacing is increased
gradually from low values, at a stage, it may be found that the resistivity readings is more
or less constant irrespective of the increase in the electrode spacing. The resistivity for
this spacing is noted and taken as the resistivity for that direction. In a similar manner,
resistivities for at least eight equally spaced directions from the center of the site are
measured. These resistivities are plotted on a graph sheet in the appropriate directions
choosing a scale. A closed curve is plotted on the graph sheets jointing all the resistivity
points plotted to get the polar resistivity curve and the average resistivity of the site is
found out in accordance with IS : 3043.

21.0.0 LABORATORY TESTS

It is not the intent nor is it practical to specify all technical details and requirements of soil
testing in the laboratory that would enable the proper evaluation of the soil parameters
used in the detailed engineering stage. The Engineer reserves the right to direct the
Contractor to perform any particular test during the course of the investigation. The
Contractor shall keep furnishing preliminary copies of all test results to the Owner and the
Engineer for their review.

22.0.0 SOIL REPORT

The soil report shall include but not limited to the following.

a. Detailed write up on the procedures adopted in all phases of the work.

b. Plan of borehole and field test locations.

c. Individual bore logs indicating various soil strata encountered, their thicknesses
and classifications, sampling locations, ground level, laboratory test results, SPT
blow counts, ground water level and pertinent data.

d. Cross section of soil profile in two perpendicular and diagonal directions and all
load test curves & consolidation curves.

e. Detailed test results, laboratory observations both in tabular and graphical form
and necessary extracts from technical literature used in calculation, evaluation, &
recommendations.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 167
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

f. Recommendation for type, depth, ultimate, and safe bearing pressure and
settlement of foundations for various structures.

g. A summary of all design parameters.

The Contractor's recommendations shall include specific and definitive information on


the following, supported by detailed calculations.

a. Founding depths for various foundations and corresponding safe soil bearing
capacities evaluated from both strength and settlement considerations. Values
obtained from field tests and laboratory tests shall be compared and suitable
interpretation shall be furnished.

b. Consolidation and settlement characteristics.

c. Coefficient of subgrade reaction.

d. Dynamic properties of soil.

e. Type and capacity (vertical and lateral) of piles and data/ information on related
aspects.

f. Anticipated problems during foundation construction and recommended


solutions.

g. Harmful chemical contents in soil and ground water, if any, and


recommendations to protect underground structures from their harmful effects.

h. Specification for soil to be used for backfilling.

i. Swelling characteristic of soil clearly indicating all swelling pressure etc.

j. Grade preparation for roads

k. Coefficient of earth pressure to be adopted for design of retaining structure.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 168
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

SECTION C-5
DATA DRAWINGS AND MAPS

ANNEX –1
SCHEDULE OF BUILDING FINISHES

BUILDING/ FLOOR WALL CEILING


ROOM
Switchgear Room Granolithic Flooring Oil bound distemper. Lime Wash
(Cement Concrete in of 3 or more
1:1:2) coats.
Administration Precast Terrazo tiles / Oil bound distemper. Lime Wash
room PVC tiles. of 3 or more
coats.
Control Room PVC Acrylic Emulsion. LUXALON
false ceiling.
Battery Room Acid / Alkali resistant Acid / Alkali resistant brick Lime Wash
tiles. lining upto 2100mm height of 3 or more
from floor. Chemical resistant coats.
chlorinated rubber paint
above 2100mm.
Toilets Heavy duty Ceramic Tiles. Glazed tiles for 2100mm Lime Wash
height. Waterproof cement of 3 or more
paint above 2100 mm. coats.
Staircases Precast Terazzo Tiles with Glazed tiles for 2100mm Lime Wash
nosing. height. Waterproof cement of 3 or more
paint above 2100 mm.. coats.
• All external walls shall be cement based water proof paint.

SCHEDULE OF ROOF FINISHES

BUILDING ROOF FINISH


All RC Roof buildings Brick jelly lime concrete and Pressed flat tiles.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 169
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

ANNEX –2
TOPOGRAPHIC DATA

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 170
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

ANNEX –3
GEO-TECHNICAL DATA

Refer Soil Investigation Report attached with this tender document.

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 171
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

ANNEX –4
LOCATION MAP

P2Sec C-Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : C : 172
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

ANNEX C3
TO
SECTION C3

Specific Requirements

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.0.0 SPECIFIC REQUIREMENTS

1.1.0 General

This section covers the specific requirements common to all facilities. The design and
construction of buildings, structures etc. will take into account requirements for operation and
maintenance of all equipment, durability of the structure and the construction and the needs of
its users. The life of the plant shall be taken as 50 years and this shall be taken into account in
the specifications. The buildings will have good architectural features. The surrounding areas
will be properly micro levelled and graded.

1.1.1 Architectural Concept for Buildings

The architectural design concept of buildings will be evolved considering the functional,
technical and other requirements for efficient operation, ensuring comfortable working
environment for personnel, satisfying the aesthetic requirements. Special care will be taken to
provide elegance and aesthetics, with effective use of appropriate treatment, materials, fittings
and finishes. Windows of adequate size and numbers - located appropriately - shall be
provided to suit natural day lighting and ventilation even for areas, which are ventilated by
other means.

1.2.0 Materials Of Construction

1.2.1 Cement & Concrete

The cement used for the concrete in the substructure and superstructure for the buildings and
structures shall be suitable for the highly corrosive coastal environment and the chemical
content of the soil and the internal contents of structure with which they will be in contact
with. Concrete shall be dense and non-porous and shall be approved design mixes except for
very minor applications.

1.2.2 Masonry & Plastering

Masonry used for cladding walls for buildings shall be first quality bricks or concrete blocks.
Plaster rendering on masonry walls shall be dense and non-porous with additives if necessary
to impart these qualities.

1.2.3 Joinery

Rolling shutters, doors and windows with appropriate fittings and hardware all of which, shall
be of corrosion resistant material. Teak wood joineries will be used. Glazing shall be with
6mm thick plate glass.

1.2.4 Painting & Protection of Concrete, Masonry & Reinforcement

Concrete elements in contact with soil shall be protected with bituminous membrane / coating
protection system. Minor foundations in contact with soil may be given coats of bitumen
paint. Reinforcement shall be corrosion resistant steel such as TISCON CRS / SAIL TMT-
HCR, if in contact with saline conditions and account of this will be taken while determining
the development length for rebars. Additional measures to increase the durability of concrete
structures are listed in Cl. 2.7.0 of this annex.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.2.5 Floor Finishes

Floor finishes shall be selected to suit the function of the area. The suggested floor finishes
for the various areas of the plant are furnished in Annex 1 of Section C, Part-II. The floor
shall be finished non-slip wherever water or liquids are being stored, transported or processed.

1.2.6 Protection to Steel Work

Steel structural members, inserts, floor gratings etc shall be either galvanized or given an
approved epoxy based painting system as per specifications. In Cl. 2.12.0 of this annex,
specific types of paint / protection systems are listed as a minimum requirement for general-
purpose steel structures.

1.3.0 Roof Access

All roofs will be provided with access through a staircase/ cage ladder. Roof weather proofing
where they are not suitable for general for foot traffic shall have access paths, minimum 1000
mm wide, with tiles to approach any equipment located on the roof.

1.4.0 Platforms and Walkways

Platforms will be provided for all major equipment, which are not directly accessible from the
floors, for operation / maintenance. Platforms and connecting walkways will have a minimum
width of 750 mm. Platforms in front of the entry will be at least 900 mm wide. Platforms
located close to each other will be connected with walkways.

All steel platforms above grade level will be constructed with kick plates at edge of the
platform to prevent tools or materials from falling off. It will consist of 8 mm thick steel plate
projecting 100 mm above the platform surface. Kick plate will be painted with the same type
of coating as the material to which it is attached.

1.5.0 Stairs and Ladders

1.5.1 Steel Stairs

All steel staircases will normally have minimum clear width (back to back of stringer) of
1000 mm and maximum inclination with horizontal of 35.750. However, in case of space
restriction, minimum clear width up to 750 mm and slope up to 450 may be provided. The
vertical height between successive landings will not exceed 5 m. Channels (minimum
MC200) will be provided as stair stringers. Treads will be minimum 250 mm wide of
chequered plate/grating, with suitable nosing, and spaced equally so as to restrict the rise to
maximum 180 mm (200 mm in exceptional cases).

1.5.2 Steel Ladders

Ladders will be provided to platforms, walkways, instruments and equipments, which do not
require frequent access. Ladders will preferably be vertical and its angle with vertical will not
exceed 50. Ladders will be of minimum 450 mm clear width with 20 mm diameter MS
galvanised rungs spaced at 300 mm (maximum). Ladders will be provided with a safety cage
of minimum 750 diameter clear when the top of ladder is more than 4.5 m above the landing
level. However safety cages will start at 2.5 m above the lower landing level.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.5.3 RCC Stairs

All stairs will have maximum riser of 180 mm and a minimum tread of 250 mm. Minimum
width of stairs will be 1200 mm generally. All stairs normally will have not more than 15
risers in one flight. Aluminium angle nosing with minimum 50 x 25 x 3 angle or PVC nosing
will be provided for edge protection of RCC stairs.

1.6.0 Handrails

Handrails will be provided at appropriate places to ensure safety e.g. around all floors/roof
openings, projections / balconies, walkways, platforms, steel stairs etc.

Generally, all handrails will be of 32 mm nominal bore MS pipes (medium class) as per
IS:1161 galvanised using 910 gm/sq. m of zinc. Handrails for platforms, walkways and
projections will be a three-rail system with the top rail 1000 mm above the walkway surface,
the intermediate rail 450 mm below the top rail and toe plates at the bottom. Handrail post
spacing will be limited to 1500 mm as far as possible but can be proportioned to the length of
the protected horizontal opening. In such a case spacing will not exceed 1850 mm center to
center of posts. Handrails will be shop fabricated for specific locations and field welded or
bolted to the erected structural steel.

For RCC stairs, handrails with aluminium balustrade & aluminium rail will be provided,
unless specifically mentioned otherwise.

1.7.0 Edge Protection

Wherever possible around floor openings an RCC kerb of 100 mm width and 150 mm high
shall be provided. All concrete edges, where breakage of concrete corner is expected, will be
provided with angles at least L 50x50x6 with lugs for edge protection e.g. all round edges of
drains supporting grating covers, edges of RCC cable/pipe trenches supporting covers, edges
of manholes supporting covers and supporting edges of pre-cast covers etc.

1.8.0 Anchor Bolts and Insert Plates

Anchor bolts will be designed for working stress, in tension and shear, for embedded length
of the anchor bolts and pipe sleeves. Shear and crushing strength of concrete will also be
checked. Increase in allowable stress for loading including seismic and wind loads will not be
permitted in design of anchor bolts.

Insert plates will be designed/checked for shear and bending moment. All lugs will be
checked for tension. Bond strength of concrete will also be checked. Lugs using steel bars
will preferably be fillet welded to the plate to transfer full strength of the lug.

1.9.0 Vertical Headroom

All accessible areas will be provided with a minimum clear headroom as follows, unless
otherwise specified:

Finished floors to ceiling (buildings) : 3500 mm

Doors, Walkways, Platforms, Stairs etc. : 2100 mm

False ceiling of office areas : 2400 mm


P2Sec C-annex-C3.1 to Sec C3 Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Safety cage for ladders : 2500 mm

Other plant roads and truck access : As per relevant standards


(Min. 5000)

1.10.0 Expansion / Construction / Contraction Joints

Expansion and construction joints will be provided wherever required. All expansion and
construction joints of underground structures in RCC will be made watertight using PVC
ribbed water stops with central bulb. However, kicker type (externally placed) PVC water
stops may be used for the base slabs and in other areas where it is required to facilitate
concreting. The minimum thickness of PVC water stops will be 6 mm and minimum width
225 mm. At other joints these will be 150 mm wide.

Two part polysulphide sealant conforming to IS:12118 will be used for sealing of joints in
contact with water. For other cases, bitumen sealing compound conforming to IS:1834 will be
used. Preformed bitumen impregnated fibreboard conforming to IS:1838 will be used as joint
filler.

PVC water bar will be specified as per relevant IS specifications.

1.11.0 Brick Masonry and Parapet Wall

All walls in RCC framed structure will be non-load bearing infill panel walls. External walls
of all buildings will be at least 230mm thick. All internal walls will be at least 230mm thick
except for internal partition walls, which may be of 115mm thick.

50 mm thick DPC (1:1.5:3) with water proofing admixture will be provided at plinth level
before starting masonry work.

Minimum density of brickwork to be used will be as per IS: 2185. Cement sand mortar of 1:6
for 230mm thick wall and 1:4 for 115 mm thick wall will be used. Two nos. of 6 mm
diameter bars will be provided at every third layer.

All upstands and parapet walls on roof will be of RCC construction, minimum height of
parapet walls will be 750 mm and thickness 125 mm.

1.12.0 Drainage

1.12.1 Floor drainage

For all buildings and areas, suitable arrangement for draining out water collected from
leakage, floor washing, fire fighting, etc. will be provided. Gully traps, inspection pits,
collecting pits etc. will be located suitably and designed considering flow volume, easy
access, maintenance and safety.

All drains inside the building will have minimum 40 mm thick galvanised grating covers. In
areas where heavy equipment loads would be coming, pre-cast RCC covers will be provided
in place of grating. These drains will lead the water to drain sump.

Garland drains will be provided around all buildings to receive the drainage water from roof
and floor and lead them to the plant storm water drainage system.
P2Sec C-annex-C3.1 to Sec C3 Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.12.2 Roof drainage

Roof drainage system will be provided for quick and efficient draining of rainwater from roof
to avoid seepage and damage to roof. The runoff gradient for the roof will not be less than 1
in 100. Roof drainage system will consist of roof drain heads, rainwater down take pipes and
fixtures. System will be designed to handle design requirements for the specific site and will
be in accordance to stipulations of IS:1742 and IS:2527. Roof drains will conduct water to
storm drains through down take pipes.

Rain water down take pipes will be of UPVC pipe of Class – 3 conforming to
IS : 4985.

1.12.3 Trenches

The invert of trenches shall be provided with a slope of 1: 500 minimum for cable trenches
and 1:250 for pipe trenches towards sumps, which shall be connected to the storm water
drainage network.

1.12.4 Sumps

In case of underground structures, sumps with pumping arrangement will be provided at


suitable location to collect and pump out any incidental water collection to nearest storm
water drains.

1.13.0 Waterproofing of Underground Structures

All underground structures like the trenches shall be designed for inherent leak tightness with
plasticiser cum waterproofing cement additives conforming to IS:9103. In addition, limits on
permeability as given in IS:2545 will also be met with.

The concrete surface of these structures in contact with soil will be provided with minimum
bituminous membrane based protection in the case of major structures and with two coats of
bituminous painting of grade 85/25 conforming to IS:702 @ 1.7 kg/sq.m (minimum) for
minor structures to serve as protection and water / damp proofing.

In case the leak-tightness test does not meet the acceptance criteria as per codes, provision
shall be made on the inner surface of walls and base slab so that waterproofing grout can be
injected to stop leakages.

1.14.0 Anti Termite Treatment

Pre-constructional anti termite treatment will be given to all vulnerable areas susceptible to
termite attack and will include column pits, wall trenches, foundations, filling bellow the
floors etc. as per IS: 6313 and other relevant Indian Standards.

1.15.0 Plinth Level

Finished floor level (plinth level) of all buildings will be EL (+) 2.70 m.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

1.16.0 Statutory Requirements

Provisions of safety, health and welfare according to Factories Act will be complied with at
design stage. Comfortable approach to railings, fire escape, locker room for workmen, pantry,
toilets, rest room etc. as applicable shall be adhered to

Adequate number of exits will be provided in a building. For fire safety requirements of
buildings IS:1641 and IS:1642 will be followed in addition to other statutory requirements.
All masonry firewalls will be minimum 350 mm thick.

2.0.0 Structural Design & Detailing Requirements

2.1.0 General

This section covers the minimum requirements for the design and detailing for structures.
Other accepted International codes (BS, ACI etc) may be used wherever relevant Indian
standard codes have not been published.

All structures, building foundations, equipment foundation, underground structures, trenches,


pits, etc. will be designed as per latest relevant IS / IRC codes in general. Construction, in
general, will follow provisions of IS: 456 / IS 800, IS:3370 for water retaining structures.

All structures will be designed for the most critical combinations of dead loads, imposed
loads, equipment loads, piping loads, wind loads, seismic loads, forces developed due to
differential settlement and any other loading conditions which can occur during the design life
of the facility.

2.2.0 Design Methodology for RCC Structures

2.2.1 General

All designs of RCC structures will be carried out by limit state method as per IS / IRC unless
use of working stress method is specifically mentioned. Design strength of materials and
design loads will be calculated using appropriate partial safety factors over characteristic
strength and characteristic loads as per IS / IRC.

For reinforcement detailing IS:5525 and SP:34 will be followed.

The walls will be provided with reinforcement on both faces for sections 150 mm or more,
even if not required from design consideration.

Refer Section C3.2, Part - II also.

2.3.0 Minimum Heights for Pedestals of Steel Columns

Pedestals for steel columns for building structures

Top of RCC foundations (pedestals) will normally be kept at a lower level so that the column
base plates together with gussets and stiffeners remain below finished floor level (FFL) unless
specified otherwise. Foundation levels for columns will be decided to accommodate
underground services, pits, trenches, etc.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Stair and ladder pedestal will be kept 150 mm above the Finished Floor Level.

Pedestals for steel columns for equipment structures

a) Equipment in open area : as required (300mm min)


b) Equipment in covered area : as required (150mm min)
c) Structures and equipment : as per Vendor data subject to Vendor data
minimum as specified above.
2.4.0 Grouting

Non-shrink flowable grout will be used for under pinning work below base plate of columns.
Non-shrink cum plasticiser admixture will be added in the grout. For grouting of base of
foundation high strength ready mixed non-shrink flowable grout will be used.

Crushing strength of the grout will generally be one grade higher than the base concrete.
Minimum grade of grout will be M 25.

Nominal thickness of grouting will be at least 50mm for columns and pedestals of major
equipment. For secondary posts, stair and ladder base, etc. grouting will not be less than
25mm thick.

2.5.0 Minimum Cover to Foundation Bolts

Minimum distance from the centre line of foundation / anchor bolt to edge of pedestal will be
the maximum of the following:

a) Clear distance from the edge of base plate / base frames to the outer edge of the pedestal
will be minimum 50mm.
b) Clear distance from the face of pocket to the outer edge of pedestal will be 75mm.
c) Clear distance from the edge of sleeve or anchor plate to the edge of pedestal will be
75mm.

2.6.0 Miscellaneous Requirement

Fillets at the junction of roof and vertical walls will be provided with cast- in- situ cement
concrete 1:2:4 (nominal mix) followed by 12mm thick 1:4 cement mortar.

A screed layer not less than 100 mm thick of cast- in- situ concrete of nominal mix 1:3:6 will
be provided below all water retaining structures. A sliding layer of craft paper or bitumen
paper will be provided over the screed layer to destroy the bond between screed and base slab.

In case of leakage in the underground structures injection-grouting method will be applied to


repair the structure according to the requirement of IS: 6494.

For switchyard foundations anchor bolt with mechanical anchorage will be provided along
with foundation concrete. Bolts in pocket will not be adopted. However, pockets upto 500
mm can be allowed. Foundation for all switchyard towers will be designed per IS: 4091.
Contact between foundation and the soil strata will be ensured for all conditions and
combinations of loading.

Plywood formwork will be used for all water retaining / conveying structures and for all over
ground concrete works. For other areas steel / plywood formwork will be used.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Unless specified 20 mm and down graded aggregates will be used for all structural concrete
works. However 40 mm and down graded aggregates may also be used under special
conditions for foundation.

Tolerance for formed and concrete dimension will be as per IS:456.

All edges of outdoor concrete elements shall be chamfered.

2.7.0 Corrosion Protection Measures for Concrete Structures

2.7.1 Indoor

Dense and durable concrete will be used. Concrete below ground shall be M35 and above
ground shall be M30 as a minimum. The reinforcement will be as specified earlier with
protection where exposed to saline conditions, such as use of CRS / TMT bars.

Water / cement ratio will generally be restricted to 0.55. Plasticizer, if required, may be used.

2.7.2 Outdoor or exposed

Dense and durable concrete will be used. Regarding concrete grade, cement and
reinforcement, the stipulations as stated above will be applicable.

Water / cement ratio will generally be restricted to 0.50. Plasticizer, if required, may be used.

Clear cover to reinforcement will be increased by minimum 10 mm, over the values as
specified for normal condition as mentioned in Cl. 3.43.0 of section C3.2.

A coat of water repellent siliconate based (transparent) paint will be applied over the final
finished surface.

2.7.3 RCC members (Underground sub-soil condition)

Water / cement ratio will generally be restricted to 0.45.

Clear cover to reinforcement will be 50 mm for thin sections like trenches.

Reinforcement of piles will not be bundled and lapping of bars will be staggered.

2.8.0 Structural Steel Work

Design of structural steel work will include generally, but not be limited to the steel
constructions listed below:

i) Galvanised latticed / tubular structures for switchyard


ii) Platforms and walkways
iii) Ladders, staircases, handrails etc.

2.8.1 Materials

Chequered plates will conform to IS: 3502. All gratings will be pressure locked type
(preferably electro-forged) manufactured in accordance with applicable Indian Standard

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Codes. All chequered plates and gratings will be galvanised. Pipes for handrail will be as per
medium grade of IS: 1161 and will be galvanised.

Refer clause Cl.4.4, Section C4.1 of Part - II.

2.9.0 Minimum Thickness and Sizes Of Steel Elements

2.9.1 Minimum Thickness

The minimum thickness of various components of a structure and hot rolled sections will be
as follows. The minimum thickness of rolled shapes will mean flange thickness regardless of
web thickness. Structural steel members exposed to significantly corrosive environment will
be increased suitably in thickness or suitably protected otherwise as per good practice and
sound engineering judgement in each instance.

a) Trusses, purlins, girts and bracing : 6 mm


b) Gussets : 8 mm
c) Stiffeners : 8 mm
d) Base plates / Insert plates : 10 mm & above
e) Chequered plates : 6mm o/p & above
f) Grating flats : 5 mm
h) Minimum thickness of structural members other than gratings and chequered plate
directly exposed to weather and inaccessible for painting and maintenance will be 8 mm.

For tower members refer clause 3.20 of Section C3.1, Part - II.

2.9.2 Minimum Sizes

The flange width of purlins supporting roof sheeting will not be less than 50 mm. Width of
steel rolled section connected to other member will be at least 50 mm. The depth of beams for
platform of all structures will not be less than 125 mm.

2.10.0 Slenderness And Depth Ratio

The slenderness ratio of main members in tension, compression or bending will be in


accordance with IS:800.

The following limiting ratios of depth to span will be considered as a general guide.

a) Truss 1 / 10
b) Rolled beams and girders for rafters 1 / 24
c) Roof purlins and girts 1 / 45

2.11.0 Painting

Painting surface preparation for structural steel works will have grit blasting. All steel
structures will receive two coats of epoxy primer and two finish coats of epoxy paint. The
total dry film thickness of epoxy painting will be limited to
250 microns including primer coat. First coat of primer will be given in shop after fabrication
but before dispatch to erect at site after surface preparation as described below. The second
coat of primer will be applied after erection and final alignment of the erected structures.
Two finish coats will also be applied after erection.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

2.12.0 Corrosion Protection for Steel Structures

2.12.1 Indoor

Primer coat will consist of one coat of chlorinated rubber based zinc phosphate primer having
minimum DFT of 50 microns.

Intermediate coat (or under coat) will consist of one coat of chlorinated rubber based paint
pigmented with titanium dioxide or equivalent with minimum DFT of 50 microns.

Topcoat will consist of one coat chlorinated rubber paint of approved shade and colour with
glossy finish and DFT of 50 microns.

Total DFT will not be less than 150 microns.

2.12.2 Outdoor

Primer coat will consist of one coat of epoxy resin based zinc phosphate primer having
minimum DFT of 100 microns.

Intermediate coat (or under coat) will consist of epoxy resin based paint pigmented with
titanium dioxide or equivalent with minimum DFT of 100 microns.

Topcoat will consist of one coat of epoxy paint suitably pigmented of approved shade and
colour with glossy finish and DFT of 75 microns. Additionally, finishing coat of polyurethane
of minimum DFT of 25 microns will be provided.

Total DFT will not be less than 300 microns.

All other steel members like shutters, doors, pipe supports etc will be painted as per details
given above. For galvanised structures, rate of zinc coating will not be less than 910 g/sqm,
unless otherwise specified.

2.13.0 Drainage and Sewerage

All drainage lines for storm water, sewage and waste drainage etc will preferably be laid in
service aisles close to the road. Separate network will be provided for lines of storm water,
sewage, and waste drainage.

2.13.1 Surface Drainage

All the paved and unpaved areas will be adequately drained. The surface drainage system will
be designed for surface washings and / or rain / fire water as the case may be. Unpaved open
areas will be drained through RCC drains and connected to main storm drains.

The paved area will be sloped towards the drains with a minimum slope of 1 in 100. The
maximum drainage travel extent will be limited to 10 metres.

The surface drainage from uncontaminated area will be connected to the nearest open storm
water drains through rectangular drains. Contaminated area surface drainage will be collected
through separate network.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 11
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The interconnecting pipes and rectangular drains will be sized for carrying the design
discharge when running full.

The maximum velocity for pipe drains and open drains will be limited to 2.4 m/sec and
1.8 m/sec respectively. However minimum velocity for self-cleaning of 0.6 m/sec will be
ensured. Slope of drain will not be milder than 1 in 1000.

Minimum cover of 450 mm will be provided over drainage pipes in paved areas.

Garland drains, minimum 300 mm wide will be provided all round the building to lead away
roof drainage to plant drainage system. Garland drains will be of RCC construction. Plinth
protection in PCC grade M15 will be provided between building wall and drain with
appropriate slope.

Refer clause 3.39.0 of Section C3.2 for additional details.

2.13.2 Storm Water Drainage System

The plant storm water drainage system will take into account the topography of the plant area,
area drainage patterns and intensity of rainfall etc. The drainage system will be designed for
precipitation intensity equal to hourly rainfall for a return period of 50 years.

All storm water drainage will preferably be conveyed through open storm water drains
provided on both sides of the roads, where required, and will be designed to drain the
appropriate catchment area including road surface, open and covered area etc. The drains will
be minimum 450 mm wide at the base.

In the main plant area all open drains rectangular in cross section will be in RCC of grade
M20. The thickness of side and bottom will be minimum 125 mm or as per design
considerations, whichever is higher.

The pipes for water drainage system will be of concrete of class NP2 conforming to IS:458.
However for road crossings etc. higher strength pipe of class NP3 will be provided. Diameter
of pipes used for drainage / culverts will be between 600 mm to 1200 mm. Beyond 1200
mm box drains / culverts will be provided.

Surface drains will normally have a bed slope not milder than 1 in 1000 along longitudinal
direction and RCC pipes will have such slopes so as to have effective discharge. The
maximum velocity for pipe drains and open drains will be limited to 2.4 m/sec and 1.8 m/sec
respectively. However, minimum velocity for self-cleaning of 0.6 m/sec will be ensured at
peak flow condition (i.e. 3 times average flow) for pipes flowing at half full.

Suitable manholes will be provided to pipe drainage lines at every 30 m intervals, at junctions
and at change of gradient, alignment and diameter of pipe and will be of RCC construction.
Minimum size of manholes will be 1.0 m x 1.0 m. All manholes will be designed considering
maintenance, inspection and cleaning of pipes. Easy accessibility and safety will also be given
due consideration.

The cushion over the pipes for storm culverts will be minimum 600 mm. Where less cushion
is available, pipe will be encased in RCC M20. Suitable RCC structures will be provided at
drops / falls to prevent scouring or damage to surface.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 12
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

Invert of drainage pipe / drain will be decided in such a way that the water can easily be
discharged above the high water level in water course outside the plant boundary to which the
storm water is to be led.

2.13.3 Plant Effluent Drainage (Oily Waste Drainage)

The oily waste will be drained / collected through a separate sewer system consisting of
underground (over ground if required) RCC NP2 pipes of minimum 300 mm diameter or
more as per design requirement. Catch pits will be provided at the source location and they
will be interconnected by buried pipes. No bends and branches will be provided in the
pipeline. Manholes will be provided at all junctions of pipes. Catch pits will have a minimum
internal dimension of 600 mm x 600 mm. They will be of RCC construction and provided
with covering of MS galvanized gratings.

The main and branch connection pipes will be sized for the expected maximum discharge
subject to a minimum of 250 mm NB and 100 mm NB respectively. The pipes will be
adequately sloped for drainage and will carry flow to neutralisation pit / ETP / Oil water
separator as required.

2.13.4 Sewage System

Cast Iron Pipes of Class – LA conforming to IS : 1536 will be used below ground level for
sewage disposal. Pipes connecting toilet facilities to manholes will be minimum 100 mm
diameter NB. Pipes connecting various manholes will be minimum 150 mm diameter NB.

Sewers will have such slopes so as to have effective discharge. Sewers will be designed for a
minimum self-cleaning velocity of 0.75 m/sec for peak flow condition (assumed as 3 times
the average flow) and pipes flowing half full. The maximum velocity will not exceed
2.4 m/sec.

Suitable manholes will be provided to pipe sewage lines at every 30 m intervals, at junctions
and at change of gradient, alignment and diameter of pipe and will be of RCC construction.
Details of manholes will be as per IS:4111 ( Part-I ). Minimum size of manholes will be 1.0 m
x 1.0 m. All manholes will be designed considering maintenance, inspection and cleaning of
pipes. Easy accessibility and safety will also be given due consideration.

Separate septic tanks will be provided at suitable locations for each building block. Overflow
from the septic tank will be led to the soak pit.

2.14.0 Inter Plant Trenches

All cable and pipe trenches will be of RCC with minimum M20 grade. Trenches located
outside the buildings will project at least 150 mm above finished formation level to avoid
entry of storm water into the trenches. The bottom of trench will be provided with suitable
slope for draining out collected water into a sump pit.

Trenches will be covered using precast RCC cover of minimum M20 grade, each not
weighing more than 75 kg and will be provided with a lifting hooks.

2.15.0 Roads

Roads will be of water bound macadam type and will be designed in accordance with the
provision of the relevant IRC Codes of Practices.
P2Sec C-annex-C3.1 to Sec C3 Swyd
FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 13
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 KV Switchyard

The sub-base will be of 300 mm thick sand gravel mix of 1:1 layer. Wearing course will be
provided in accordance with the provision of the relevant IRC codes of practices. Kerbs of
PCC or stone will be provided to distinguish carriageway.

The geometric design of roads will be done in accordance with IRC-73. Road widths and
curves will have adequate space for maneuvering of vehicles. Transverse camber of 1 in 60
will be provided for the roads and a slope of 1 in 40 will be provided on shoulders. Finished
top (crest) of roads will be 200 mm above the surrounding grade level.

Minimum radius of curvature along the inner side of the carriageway will be generally 15 m.
However, for minor roads this will be reduced suitably as per layout requirements and site
conditions. Road width and turning radii will also be checked for to take largest foreseeable
vehicles and equipment, which can reasonably be expected.

All service and utility lines crossing under roads will be taken through concrete pipes / ducts
and designed for imposed loading. Number of such crossings will however be kept to a
minimum.

2.16.0 Paving

2.16.1 R C C Paving

RCC paving of grade M20, minimum 125 mm thick laid to a slope of 1 in 100 towards the
nearest drain, with reinforcement placed 50 mm from the top surface, will be provided in the
areas specified. The minimum thickness of paving carrying vehicular loads will be 200 mm

The underbed will consist of well-compacted ground supporting the sub base and base course
which will be similar to the roads.

2.16.2 PCC Paving

PCC paving of nominal mix of grade M15, 100 mm thick laid over 150 mm thick compacted
rubble soling will be provided around all building as plinth protection to a width of 750 mm
or the distance between the brick wall to the garland drain.

2.16.3 Stone Aggregate Paving

Entire switchyard area and main transformer yard area will be provided with
150 mm thick paving of 40 mm size stone aggregate. Before laying the paving, the ground
surface will be treated with anti-weed chemicals as per manufacturer recommendations.

For auxiliary transformer yard, paving of stone aggregate of 75 mm thick using


20 / 40 mm size aggregate will be provided after compacting the under bed and treating with
anti-weed chemicals.

P2Sec C-annex-C3.1 to Sec C3 Swyd


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : ANX-C3 : 14
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SECTION D

Price Schedule

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 1
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

Table of Contents

SCHEDULE - D1.0 SCHEDULE OF LUMPSUM PRICE ........................................................... 4

SCHEDULE - D2.0 SCHEDULE FOR BREAK-UP OF LUMPSUM PRICE.............................. 5

SCHEDULE – D3.0 NET CENVATABLE EXCISE DUTY ......................................................... 9

SCHEDULE – D4.0 PRICE SCHEDULE OF RECOMMENDED SPARES REQUIRED FOR


TWO YEARS OF TROUBLE FREE NORMAL OPERATION ................ 10

SCHEDULE – D5.0 UNIT RATES .............................................................................................. 11

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 2
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

NAME OF TENDERER :

NAME OF WORK : 110 kV SWITCHYARD FOR THE PROPOSED 5.8 MGD DESALINATION PLANT AT NORTH CHENNAI

1. This is a LUMPSUM contract. The price shall remain firm for the quantum of work as specified in this document.
2. Details of the items in this schedule shall be read in conjunction with the corresponding specification, drawings and other tender documents.
3. Rates / Prices shall be quoted both in figures and in words in clear legible writing. No overwriting is allowed. All scoring and cancellations
should be countersigned by the Tenderer. In case of illegibility, the interpretation of the Engineer shall be final. All entries shall be in
English language. THE BIDDER SHALL VISIT SITE AND MAKE HIS OWN ASSESSMENT / ESTIMATE AND FURNISH THE
SPECIFICATIONS & QUANTITIES BASED ON WHICH HIS LUMPSUM PRICE IS BASED.
4. Every page of this schedule shall be signed by the Tenderer.
5. Unless specifically mentioned otherwise, in the specification the tenderers shall quote for the complete work. The quoted LUMPSUM price
shall include for provision of all necessary equipment, consumables, power, temporary works, levies, taxes, insurance, royalties,
establishment, temporary roads, contingencies, overheads and profits as well as qualified and experienced personnel for completion of work
in all respects and all incidental items not specifically mentioned but reasonably implied and necessary to complete the work according to the
contract.
6. In the interpretations of the various specifications, the Owner’s / Consultant’s decision is final and binding.

COMPANY SEAL SIGNATURE OF TENDERER


DATE :

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 3
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SCHEDULE - D1.0
SCHEDULE OF LUMPSUM PRICE

Sl Description Total Price


No. (Inclusive of all
taxes, duties etc)
1. Design, Engineering, testing, inspection, supply,
transportation of materials to site, storing at site,
installation, pre-commissioning test and finally
commissioning the 110 kV switchyard with all
accessories as per scope of supply, terms & conditions,
specifications etc. The lumpsum price shall include all
structural works viz. Supply, fabrication and erection of
equipment support structures, tower structures and other
structures etc. compelte as per drawings, specifications
and instructions of the Engineer-in-Charge. The
lumpsum price shall also include civil works such as
excavaton and backfilling equipment and equipment
support foundatios, tower foundations, transformer
foundations, trenches, soak pits, baffle walls, switchyard
control building, internal roads within the switchyard
area, fence , gates, laying granite stones in the switchyard
area, paving around the transformer, rail track and jacking
pad foundation, false ceiling, false flooring, drainage,
water proofing, finishes, painting etc. complete as per
drawings, specifications and the instructions of the
Engineer-in-Charge, including other related works and
incidental items not mentioned, but reasonably implied
and necessary for the completion of the job as a whole,
including supply of all labour, mandatory spares,
materials, equipment machinery, tools & tackles as per
tender document are as desired and as directed by the
Engineer-in-Charge.

Total contract price quoted

(In figure) Rs _________________________________

(In words) Rs _________________________________

Notes : 1. Price not to be filled in technical part of tender document

SIGNATURE
OF TENDERER ________________

NAME ________________

DESIGNATION ________________

COMPANY SEAL DATE ________________

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 4
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SCHEDULE - D2.0
SCHEDULE FOR BREAK-UP OF LUMPSUM PRICE

1. The prices to be entered in this schedule shall be the scope of supply fully in accordance with requirements of this specification.
2. All pages of the schedule of prices shall be signed by the bidder.
3. Over writing and corrections shall be avoided.
4. All the price schedules shall be submitted in a separate sealed envelope duly marked.
Sl.NO. DESCRIPTION QTY./ UNIT PRICE (IN RUPEES)
UNIT
PRICE EXCISE DUTY CST TRANSPORTATION TRANSIT UNIT SUPPLY TOTAL SUPPLY PRICE
CHARGES INSURANCE PRICE COL (3) x COL (9)
(4+5+6+7+8)

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1.0 SUPPLIES

1.1 Design, Engineering,


manufacture, shop testing,
inspection, supply, 1 Lot
transportation to site complete
with all accessories of 110 kV
Switchyard as per scope of
supply and terms & conditions,
specifications etc.

1.2 Design, Engineering and


Construction of complete civil
and structural works viz.
fabrication and erection of
structural steel towers,

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 5
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

equipment support structures,


excavation and backfilling
related to equipment and tower
foundations, transformer
foundations, trenches, soak pits,
baffle walls, switchyard control
building, internal roads within
the switchyard area, fence ,
gates, laying granite stones in
the switchyard area, paving
around the transformer, rail track
and jacking pad foundation etc.
complete as per drawings,
specifications and the
instructions of the Engineer-in-
Charge, including other related
works and incidental items not
mentioned, but reasonably
implied and necessary for the
completion of the job as a
whole, all as desired and as
directed by the Engineer-in-
Charge.
1.3 Installation of all electrical
equipment required for the
110 kV switchyard (identified
in cl. 1.1)

1.4 Carrying out pre commissioning


checks and finally
commissioning the 110 kV
switchyard equipment identified
in cl. 1.1.

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 6
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

1.5 Lumpsum price on firm price


basis for recommended spares
including packing and
forwarding FOR of all the
spares.

1.6 Lumpsum price on firm price


basis for special maintenance
tools including packing and
forwarding FOR of all the above
tools

1.7 Sub Total (1.1+1.2+1.3+1.4+1.5+1.6)


Total Contract price quoted (in figures) ___________________________________
(in words) Rupees ___________________________________________________

2.0 PRICE ADJUSTMENT


DATA

2.1 Whether the supply prices are


firm (Yes/No)

2.2 If the answer for the above is


NO, indicate the price
adjustment formula

2.3 Maximum ceiling on price


variation as percentage of the
quoted lumpsum price

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 7
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

3.0 Installation and commissioning


charges of all items identified
in the specification including
storage, site services, insurance
etc.

4.0 Validity of prices upto

SIGNATURE
OF TENDERER ________________________

NAME ________________________

DESIGNATION ________________________

COMPANY SEAL DATE ________________________

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 8
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SCHEDULE – D3.0
NET CENVATABLE EXCISE DUTY

Sl.No Description Amount(Rs)

1.0 Cenvatable excise duty for which CENVAT benefit can


be availed by the owner

SIGNATURE
OF TENDERER ________________________

NAME _________________________

DESIGNATION _________________________

COMPANY SEAL DATE _________________________

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 9
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SCHEDULE – D4.0
PRICE SCHEDULE OF RECOMMENDED SPARES REQUIRED FOR TWO YEARS OF
TROUBLE FREE NORMAL OPERATION

Sl. Item Description Qty. Unit Total


No. No. recommended Price Price

Note : 1. Prices not to be filled in the tender document.

2. The unit rates indicated above shall include all taxes, duties and transportation charges
(on F.O.R. Site basis).

3. The price of these spares shall not be included in total lumpsump price

4. The above prices shall not be considered for evaluation.

SIGNATURE
OF TENDERER ________________________

NAME _________________________

DESIGNATION _________________________

COMPANY SEAL DATE _________________________

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 10
5.8 MGD Seawater Desalination Project
Tender Enquiry Document for 110 kV Switchyard

SCHEDULE – D5.0
UNIT RATES

The unit rate for the following equipment shall be provided for addition / deletion of the equipment as
per the final agreed configuration of the switchyard. The unit rates indicated shall include supply &
installation (including the civil works) and commissioning of the equipment.

Sl. No. Equipment Description Unit Rates


1. 110 kV, 1250 A, 40 kA for 3 sec. circuit breaker (3 ph)

2. 110 kV, 1250 A, 40 kA for 3 sec. isolator without earth


switch (3 ph)

3. 110 kV, 1250 A, 40 kA for 3 sec. isolator with single


earth switch (3 ph)

4. 110 kV, 1250 A, 40 kA for 3 sec. isolator with double


earth switch (3 ph)

5. 110 kV, 40 kA for 3 sec. line feeder main tariff meter


current transformer (As per SLD) – single phase

6. 110 kV, 40 kA for 3 sec. line feeder current transformer


(As per SLD) – single phase

7. 110 kV, 40 kA for 3 sec. transformer feeder current


transformer (As per SLD) – single phase

8. 110 kV, 40 kA for 3 sec. bus tie current transformer


(As per SLD) – single phase

9. 96 kV, 10 kA, lightning arrester (single phase)

10. 110 kV main tariff meter line PT (as per SLD) –


single phase

11. 110 kV Bus PT (as per SLD) – single phase

SIGNATURE
OF TENDERER ________________________

NAME ________________________

DESIGNATION ________________________

COMPANY SEAL DATE ________________________

P2Sec D-Swyd-with note


FICHTNER India Doc. No.6104-EL-SPC-610-001
Rev. : R0 Page : D : 11

You might also like