0% found this document useful (0 votes)
37 views570 pages

VMCBTPL 2023 EPC PKG3 Civil & Structural Works

The document is a Request for Proposal (RFP) for Package 3 of the Mechanization of WQ–7 & 8 Berths at Visakhapatnam Port, focusing on civil and structural works, utilities, and other infrastructure. It outlines the project background, eligibility criteria for bidders, and important deadlines for the tender process. The RFP is issued by Visakhapatnam Multi Cargo Bulk Terminal Private Limited and prepared by AECOM India Private Limited.

Uploaded by

25lispenardbonu
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
37 views570 pages

VMCBTPL 2023 EPC PKG3 Civil & Structural Works

The document is a Request for Proposal (RFP) for Package 3 of the Mechanization of WQ–7 & 8 Berths at Visakhapatnam Port, focusing on civil and structural works, utilities, and other infrastructure. It outlines the project background, eligibility criteria for bidders, and important deadlines for the tender process. The RFP is issued by Visakhapatnam Multi Cargo Bulk Terminal Private Limited and prepared by AECOM India Private Limited.

Uploaded by

25lispenardbonu
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 570

PACKAGE 3: CIVIL & STRUCTURAL WORKS INCLUDING

UTILITIES & OTHER INFRASTRUCTURE ENGINEERING,


PROCUREMENT AND CONSTRUCTION TENDER FOR
CONVEYOR & ITS ASSOCIATED WORKS

PROJECT : MECHANIZATION OF WQ–7&8 BERTHS AT


VISAKHAPATNAM PORT

TENDER NUMBER : VMCBTPL/2023/EPC/PKG3


REQUEST FOR PROPOSAL
SEPTEMBER 2023 `

Prepared for:

VMCBTPL
Visakhapatnam Multi Cargo Bulk Terminal Private Limited
28-2-47, Daspalla Centre,
1st Floor, Suryabagh,
Visakhapatnam,
Andhra Pradesh 530020

Prepared by:

AECOM India Private Limited


3rd Floor, Building No. 8A, DLF Cyber City,
DLF Phase II, Gurgaon 122002, Haryana, India
T: +91 124 483 0100
F: +91 124 483 0108

1 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

REQUEST FOR PROPOSAL (RFP)


FOR
MECHANIZATION OF WQ–7&8 BERTHS AT
VISAKHAPATNAM PORT

PACKAGE 3: CIVIL & STRUCTURAL WORKS


INCLUDING
UTILITIES & OTHER INFRASTRUCTURE

ENGINEERING, PROCUREMENT AND


CONSTRUCTION TENDER FOR CONVEYOR & ITS
ASSOCIATED WORKS

DEAD LINES

1. LAST DATE FOR RECEIVING QUERIES 03-10-2023

2. PRE-BID CONFERENCE TIME AND VENUE 09-10-2023 & 10-10-2023 (11:00 hrs)

3. EMPLOYER’S RESPONSE 13-10-2023

4. TENDER DUE DATE AND TIME 30-10-2023 (18:00 hrs.)

Visakhapatnam Multi Cargo Bulk Issued to:


Terminal Private Limited ________________________________________
28-2-47, Daspalla Centre,
1st Floor, Suryabagh,
Visakhapatnam, India.
Andhra Pradesh 530020 ________________________________________

DATE: September 2023

Technical Verification Record


VMCBTPL

2 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Revision RecordTABLE OF CONTENTS

TENDERING PROCEDURE 4-60

Section-1 Instructions To Tenderers (ITT) 4-20


Volume - I
Section-2 Tender Forms 21-50

Section-3 Schedule of Prices 51-60

EMPLOYER'S REQUIREMENTS 61-462

4A - General Specifications 60-130


Section-4
4B - Specifications for Civil Works 131-368
Volume - II
5A - Scope of Work 369-392

Section-5 5B - Design Criteria 393-426

5C - Drawings 427-462

CONDITIONS OF CONTRACT AND CONTRACT FORMS 463-508

Section-6 General Conditions (GC) 463-464


Volume - III
Section-7 Particular Conditions (PC) 465-500

Section-8 Contract Forms 501-508

SURVEY AND INVESTIGATION REPORT 509-570

Volume - IV Section-9 Topographical Survey Report 509-543

Section-10 Geo Technical Report 544-570

VMCBTPL

3 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME – I
SECTION – 1
INSTRUCTIONS TO TENDERERS (ITT)

Page 1 of 17 VMCBTPL
Volume I, Section-1

4 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

A. GENERAL

1.1 PROJECT BACKGROUND

1.1.1 Visakhapatnam Multi Cargo Bulk Terminal Private Limited (hereinafter referred as VMCBTPL) invites
prequalified reputed Contractors, herein after referred as “Contractors”, to participate in RFP as
bidders in Competitive Bidding Process (“CB”) for the Project “Mechanization of WQ–7 & 8 Berths
at Visakhapatnam Port”.

1.1.2 The Project involves development of onshore facilities such as stockpile yard, roads, storm water
drainage including dump pond, utility buildings, complete material handling system including civil,
structural, mechanical and electrical works, ship unloaders, stacker reclaimers etc. at Visakhapatnam
Port.

1.1.3 The entire Scope of Work of the Project is divided into following three EPC packages:
 Package 1 – Conveyor System (TENDER NO. – VMCBTPL/2023/EPC/PKG1)
 Package 2 –Electrical Works (TENDER NO. – VMCBTPL/2023/EPC/PKG2)
 Package 3 –Civil & Structural Works including Utilities and Other Infrastructure (TENDER
NO. – VMCBTPL/2023/EPC/PKG3)
Some of the equipment shall be Directly Procured by Employer.

1.1.4 This RFP (tender) is for Engineering, Design, Procurement of Materials, Construction/Installation,
Testing, Commissioning and Performance Testing of Package 3- Civil & Structural works including
utilities & other infrastructures which shall include all the items with the scope of work/ services,
design criteria, construction methodology and technical specifications as described in the
subsequent sections including the approvals from Project management consultant (PMC),
Independent Engineer (IE), Visakhapatnam Port Trust, Regulator authorities etc. and any other
incidental/ancillary works that may be required to complete the Works including rectification of any
defects therein during the Defect Notification Period.

1.1.5 There will be separate RFPs and separate bids shall be invited for each package. It is the employer’s
prerogative to award any individual package or combination of packages to a single bidder as per
the suitability during bid negotiation stage.

1.1.6 Throughout these tender documents, the terms bid and tender and their derivatives (bidder/tenderer,
bid/tendered, bidding/tendering,) etc., are synonymous, and day means calendar day.

1.1.7 The successful Bidder will be expected to complete the Project by the Intended Completion Date
specified in the Appendix to Tender.

1.2 LOCATION OF THE WORKS

1.2.1 Visakhapatnam Port is located on the Indian East Coast at 170 41’ N and 830 18’ E. The proposed
project is for mechanization of Berths WQ 7&8. The location of the port and the WQ 7&8 below.

Page 2 of 17 VMCBTPL
Volume I, Section-1

5 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Figure 1.1: Location of WQ 7 & 8

1.3 FRAUD AND CORRUPT PRACTICES

1.3.1 The Bidder and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained
in this Document, the Employer shall reject the Tender without being liable in any manner whatsoever
to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged
in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
(collectively the “Prohibited Practices”) in the Selection Process. In such an event, the Employer
shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Bond or
Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation
and damages payable to the Employer for, inter alia, time, cost and effort of the, in regard to the
Tender, including consideration and evaluation of such Bidder‘s Tender. Such Bidder shall not be
eligible to participate in any tender or RFP issued by the Employer during a period of 2 (two) years
from the date such Bidder is found by the Employer to have directly or through an agent, engaged
or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as the case may be.

Page 3 of 17 VMCBTPL
Volume I, Section-1

6 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3.2 For the purposes of this Clause, the following terms shall have the meaning hereinafter respectively
assigned to them:
(a) “corrupt practice” means
(i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence
the action of any person connected with the Selection Process (for avoidance of doubt, offering
of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any
official of the who is or has been associated in any manner, directly or indirectly with the Selection
Process or the LOA or has dealt with matters concerning the Agreement or arising there from,
before or after the execution thereof, at any time prior to the expiry of one year from the date
such official resigns or retires from or otherwise ceases to be in the service of the Employer, shall
be deemed to constitute influencing the actions of a person connected with the Selection
Process; or
(ii) engaging in any manner whatsoever, whether during the Selection Process or after the issue
of the LOA or after the execution of the Agreement, as the case may be, any person in respect
of any matter relating to the Project or the LOA or the Agreement, who at any time has been or
is a legal, financial or technical consultant/ adviser of the Employer in relation to any matter
concerning the Project;
(b) “fraudulent practice” means
A misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence
the Selection Process
(c) “coercive practice” means
Impairing or harming or threatening to impair or harm, directly or indirectly, any persons or
property to influence any person’s participation or action in the Selection Process
(d) “undesirable practice” means
(i) establishing contact with any person connected with or employed or engaged by the with the
objective of canvassing, lobbying or in any manner influencing or attempting to influence the
Selection Process; or
(ii) having a Conflict of Interest; and
(e) “restrictive practice” means
forming a cartel or arriving at any understanding or arrangement among Tenderers with the
objective of restricting or manipulating a full and fair competition in the Selection Process.

1.4 CONFIDENTIALITY

1.4.1 With a view to safeguard the secrets and confidential information relating to the Project, the Tenderer
binds himself, his successors, assignees, officials, managers, technical and all other staff directly or
indirectly concerned with the Project who may have acquired Project related information to secrecy.
The Tenderer shall ensure, so far as lies in his power, that no third party has access to any such
information. In this regard, the Contractor shall execute a Non-Disclosure Agreement with the
Employer in a prescribed format.

1.4.2 The Tenderers are permitted to share information from the Tender Document with their possible
specialized subcontractor/ suppliers under intimation to the Employer, subject to that the Tenderer
shall take an undertaking from such subcontractor/suppliers that such subcontractor/ suppliers shall
not share the Tender Document information with any persons.

Page 4 of 17 VMCBTPL
Volume I, Section-1

7 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.5 ELIGIBILITY OF APPLICANTS

1.5.1 For determining the eligibility of Applicant for their qualification hereunder, the following shall apply:
a. The Applicant shall be a single entity or a group of entities in the form of a consortium/joint
venture (the “Consortium/JV”), coming together to construct the Works. However, no
applicant applying individually or as a member of a Consortium/JV, as the case may be, can
be member of another Applicant. The term Applicant used herein would apply to both a
single entity and a Consortium/JV.
b. An Applicant may be a private entity or government-owned entity.
c. An Applicant shall not have a conflict of interest (the “Conflict of Interest”) that affects the
Tendering Process. Any Applicant found to have a Conflict of Interest shall be disqualified.
An Applicant shall be deemed to have a Conflict of Interest affecting the Tendering Process,
if:
(i) Applicants in two different Applications have controlling shareholders in common
(however this provision is not applicable for government owned entity¥); or
(ii) submits more than one Application for pre-qualification; or
(iii) the Applicant has participated as a consultant in the preparation of the design or
technical specifications of the Works that are subject of this RFP;

OR
such Applicant, or any associate thereof receives or has received any direct or
indirect subsidy, grant, concessional loan or subordinated debt from any other
Applicant, or any associate thereof or has provided any such subsidy, grant,
concessional loan or subordinated debt to any other Applicant, or any associate
thereof (however this provision is not applicable for government owned entity); or
(iv) such Applicant has the same Authorised Representative for purposes of this
Application as any other Applicant.
d. Any Applicant who has been barred by the Government and the bar subsist as on the
Application Due Date , would not be eligible to submit an Application.
e. An Applicant shall provide such evidence of eligibility satisfactory to the Employer, as the
Employer shall reasonably request.

1.6 TENDER FORMS

1.6.1 The Applicant is required, as a minimum, to submit the following documents and details.
a) Form-01: Form of Letter of Tender – Technical Proposal;
b) Form-02: Power of Attorney for Authorised Signatory of the firm;
c) Form-03: Particulars of the Tenderer;
d) Form-04: Financial Turnover
e) Form-5A: Similar Works Executed During Last Seven (7) Years
f) Form-5B: Details of Past Experience of Contractors for Similar Works

¥
“Government owned entity” means an entity controlled by Central/State Government in India or any
entity controlled by these Government(s)

Page 5 of 17 VMCBTPL
Volume I, Section-1

8 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

g) Form-6A: Financial Situation


h) Form-6B: Current Contract Commitments
i) Form-07: The proposed methodology and program of construction
j) Form-08: Plant and Equipment Proposed for the Work/Project
k) Form-09: Personnel(s) / Staff proposed for the Project.
l) Form-10: Proposed site organisation chart;
m) Form-11: Declaration for no Exceptions and Deviations from Tender Document;
n) Form-12: Details of Tenderer for refund of Tender security/ EMD through E-Payment, if
applicable (Not Applicable)
o) Form-13: Format for furnishing Bank Information of Tenderer for E-Payment;
p) Form-14: Health, Safety, Security and HSSE Plan;
q) Form-15: Quality Management/Assurance Plan;
r) Form-16: Details of Proposed Subcontractors;
s) Form-17: Form of Letter of Tender – Financial Proposal
t) Form-18: Non – Disclosure Agreement;
u) Form-19: Checklist for Submission of Bids;
v) Scanned copy of Company’s Registration Certificate as per Companies Act 1956;
w) Scanned Copy of EPF Code & ESI Registration Certificate;
x) Scanned Copy of Permanent Account Number (PAN) Card, GST Registration Certificate;
y) Scanned copy of RFP Document & Corrigendum’s (if any) (Not Applicable)
z) Scanned copy of Tender security/ EMD (Not Applicable)

B. CONTENTS OF TENDER DOCUMENTS

1.7 SECTIONS OF TENDER DOCUMENTS

1.7.1 These Tender Documents consist of all the Sections indicated below, and should be read in
conjunction with any Addenda issued in accordance with ITT 1.9.
Volume-I – TENDERING PROCEDURE
Section-1: Instructions to Tenderers (ITT)
Section-2: Tender Forms
Section-3: Schedule of Prices

Volume-II – EMPLOYER’S REQUIREMENTS


Section-4A: General Specifications
Section-4B: Technical Specifications for Civil Works
Section-4C: Technical Specifications for Mechanical Works
Section-4D: Technical Specifications for Electrical Works
Section-5A: Scope of Work

Page 6 of 17 VMCBTPL
Volume I, Section-1

9 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Section-5B: Design Criteria


Section-5C: Drawings

Volume-III – CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section-6: General Conditions (GC)
Section-7: Particular Conditions (PC) and Appendix to Tender
Section-8: Contract Forms

1.7.2 The Employer is not responsible for the completeness of the Tender Documents and their Addenda
and/or Corrigenda, if they were not obtained directly from the Employer.

1.7.3 The Tenderer is expected to examine all instructions, forms, terms, and Employer’s Requirements in
the Tender Documents. Each Tenderer is solely responsible for conducting its own due diligence and
investigation in support of the preparation of Tenders, negotiation of agreements, and the
subsequent delivery of all services to be provided by the Successful Tenderer. Failure to furnish all
information or documentation required by the Tender Documents may result in the rejection of the
Tender.

1.8 CLARIFICATION OF TENDER DOCUMENTS AND SITE VISIT

1.8.1 A prospective Tenderer requiring any clarification on the Tender Documents shall submit his ‘Query
and Request for clarification’ to the Employer, via not later than 03/10/2023 18:00 Hrs IST
The Tenderers are advised to use the following format for submitting their Queries or Request
for Clarifications:
Project:
Location:
Query Set 1

Question
Item Bidders Question Employers Answer
reference
1
2
3
4

1.8.2 No ‘Query and Request for Clarification’ will be considered afterwards. The clarifications and
responses to Pre-Tender Queries will be issued within 14 days from the date of Pre-Tender Meeting.
Responses to Pre-bid Queries and Addenda to Bid Documents, if any, shall be communicated in
writing to all who have obtained the Tender document from the Employer and the same shall form
part of the Bid Document. Should the Employer deem it necessary to amend the Tender Documents
as a result of a request for clarification, it shall do so following the procedure under ITT 1.9 and ITT
1.23.

Page 7 of 17 VMCBTPL
Volume I, Section-1

10 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.8.3 The Tenderer is advised to examine the Site of proposed site, its surroundings and obtain for itself
on its own responsibility all information that may be necessary for preparing the Tender and entering
into a Contract for the Works/Project. The costs of visiting the Site shall be at the Tenderer’s own
expense. The tenderers have satisfied themselves of local conditions and facilities, and availability
of material. The Employer will not be liable for any claim on the grounds of insufficient information
having been given. In order to visit the site, tenderers are required to inform the details and get the
approval of the Employer a minimum of 48 hours in advance of the proposed site visit timing. Any
discussion, instruction or agreements arising out of the site inspection and meeting will be binding
on the employer only when issued in writing by the Employer. The Tenderer shall be deemed to have
fully informed himself as to the site of the work, security, uncertainties of climate condition, facilities
for transportation, handling and storage of material, availability of labours, material and all other
matters and conditions whatsoever affecting the carry out the works. No claim for extra compensation
in excess of the tendered price will be considered on any ground relating to the tenderer not being
conversant with local conditions prevailing at the site, unexpected difficulty of the work or otherwise
whatsoever, except as may be expressly provided in the contract.

1.8.4 The Tenderer, its personnel, and agents will release and indemnify the Employer and its personnel
and agents from and against all liability in respect thereof, and will be responsible for death or injury
to their personnel, loss of or damage to property, and any other loss, damage, costs, and expenses
incurred as a result of the Site Visit.

1.8.5 All clarifications to Tender queries and modifications to the Tender Documents that may become
necessary will be made by the Employer exclusively through Clarifications/Corrigendum to the
Tender documents which shall be provided in pursuant to ITT 1.9.

1.8.6 Non-attendance at the Pre-Tender Meeting will not be a cause for disqualification of a Tenderer.

1.9 AMENDMENT OF TENDER DOCUMENTS

1.9.1 At any time prior to the deadline for submission of Tenders, the Employer may amend the Tender
Documents by issuing Addenda and/or Corrigenda.

1.9.2 Any Addendum and/or corrigendum issued shall become part of the Tender Documents.

1.9.3 To give prospective Tenderers reasonable time in which to take an Addendum and/or Corrigendum
into account in preparing their Tenders, the Employer may, at its discretion, extend the deadline for
the submission of Tenders, pursuant to ITT 1.21.

C. PREPARATION OF TENDERS

1.10 COST OF TENDERING

1.10.1 The Tenderer shall bear all costs associated with the preparation and submission of its Tender, and
the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome
of the Tendering process.

Page 8 of 17 VMCBTPL
Volume I, Section-1

11 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.11 LANGUAGE OF TENDER

1.11.1 The Tender, as well as all correspondence and documents relating to the Tender exchanged by the
Tenderer and the Employer, shall be written in English including all supporting documents and printed
literature that are part of the Tender.

1.12 DOCUMENTS COMPRISING THE TENDER

1.12.1 The Tender submitted by the Tenderer shall comprise two envelope submitted simultaneously, one
containing only the Technical Proposal and the other the Financial Proposal.

1.12.2 The Technical Proposal to be prepared by the Tenderer shall comprise the following:

a) Letter of Tender (Technical);

b) DELETED

c) Confirmation authorizing the signatory of the Tender to commit the Tenderer, in accordance
with ITT 1.19.2

d) Tender Forms (Forms 2 to 19) duly filled and enclosed supporting documents, as given in
Section-2;

e) DELETED.

f) Additional information as required in section 1.6.1. (Point no. (u), (v) & (w)).

1.12.3 The Financial Proposal prepared by the Tenderer shall comprise of the following:

a) Letter of Tender (Financial);

b) Pricing Document with Rates and backup as required

1.13 LETTER OF TENDER AND FORMS

1.13.1 The Tenderer shall complete the Letter of Tender (both Technical and Financial), including the other
documents as listed under ITT 1.6.1, using the relevant forms furnished in Section-2 Tender Forms.
The forms must be completed without any alterations to the text, and no substitutes shall be accepted
except as provided under ITT 1.19.2. All blank spaces shall be filled in with the information requested.

1.14 ALTERNATIVE TENDERS

1.14.1 Alternative Tenders (offering something different to what is asked for, in the invitation to tender) shall
not be considered.

Page 9 of 17 VMCBTPL
Volume I, Section-1

12 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.15 TENDER PRICES

1.15.1 Tenderers shall quote for the whole of the Works/Package on a single responsibility basis such that
the total Tender Price covers all the Contractor’s obligations mentioned in the Tender Documents in
respect of the design, manufacture, including procurement and subcontracting (if any),
transportation, packing, forwarding, delivery, construction, installation and completion of the
Works/Project. This includes all requirements under the Contractor’s Responsibilities for design,
testing, test on completion, pre-commissioning, commissioning, test after completion, submission of
warranty & guarantee certificates and defects rectification and, where so required by the Tender
Documents, the acquisition of all permits, approvals and licenses, etc.; the operation, maintenance
and training services and such other items and services as may be specified in the Tender
Documents, all in accordance with the requirements of the Conditions of Contract.

1.15.2 The Bidder shall fill in the rates and prices for all items of the works. Items against which no rate or
price is entered by the Bidder shall be deemed covered by the rates for all other items in the Bill of
Quantities and will not be paid separately by the Employer.

1.15.3 Tenderers shall provide price in the manner and detail called for Bid (Financial Proposal).

1.16 CURRENCIES OF TENDER AND PAYMENT

1.16.1 The Tenderer shall express the Price of their Works in INR.

1.17 PERIOD OF VALIDITY OF TENDERS

1.17.1 Tenders shall remain valid for a period of 120 Days, after the Tender submission deadline date
specified in the ITT. A Tender valid for a shorter period shall be rejected by the Employer as non-
responsive.

1.17.2 In exceptional circumstances, prior to the expiration of the Tender validity period, the Employer may
request Tenderers to extend the period of validity of their Tenders. The request and the Tenderer’s
responses shall be made in writing. The Tender Security shall also be extended accordingly beyond
the deadline of the extended Tender validity period. A Tenderer may refuse the request without
forfeiting its Tender Security and, subsequently, his Tender will be considered as a “WITHDRAWAL”.
A Tenderer accepting the request shall not be required or permitted to modify its Tender.

1.18 TENDER SECURITY/EMD (BID BOND)


DELETED

1.19 FORMAT AND SIGNING OF TENDER

1.19.1 The Tenderer shall prepare one set of original documents comprising the tender as described in ITT
1.12, and clearly marked “ORIGINAL.” In addition, the Tenderer shall submit three sets of the
document clearly marked “COPY.” In the event of discrepancy between them, the original shall
prevail.

Page 10 of 17 VMCBTPL
Volume I, Section-1

13 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.19.2 The original of the Tender shall be typed and shall be signed by a person duly authorized to sign on
behalf of the Tenderer. This authorization shall consist of a legally authorized Power of Attorney in
favour of the person (herein after called the Authorized Representative). The executor of the Power
of Attorney should be authorized through an appropriate Company Board Resolution or equivalent
document, copy of such company Board Resolution or equivalent document should also be attached
and shall be duly notarized. The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages where entries or amendments have been
made shall be stamped and signed or initialed by the person signing the Tender.

1.19.3 Any inter-lineation, erasures, or rewriting shall be valid, only if they are signed or initialed by the
person(s) signing the Tender; however overwriting shall not be valid.

D. SUBMISSION AND OPENING OF TENDERS

1.20 SUBMISSION, SEALING AND MARKING OF TENDERS

1.20.1 Tenderers shall submit their Tenders by post, courier or by hand. The Tenderers shall submit their
Technical Proposal and Financial Proposal sealed in separate envelopes which should be sealed in
an outer envelope. The outer envelope containing the Original Tender will be marked as “Original”
and the outer envelopes containing the copies will be marked as “Copy”. The Tenderer will submit 3
copies of its Tender as specified in TDS. These envelopes containing the original and the copies
shall then be enclosed in one single envelope.

1.20.2 The inner and outer envelopes shall:


a) bear the name and address of the Tenderer;
b) be addressed to the Employer in accordance with ITT 1.21.1
c) bear the specific identification of this Tendering number; and
d) bear a warning not to open before the time and date for Tender opening.

1.20.3 If all envelopes are not sealed and marked as required, the Employer will assume no responsibility
for the misplacement or premature opening of the Tender.

1.20.4 The Employer will not be responsible for any delay in delivering of Tender during transit.

1.21 DEADLINE FOR SUBMISSION OF TENDERS

1.21.1 Tenders must be received by the Employer at the address and no later than the date & time indicated
in the ITT.

1.21.2 The Employer may, at its discretion, extend the deadline for the submission of Tenders by amending
the Tender Documents in accordance with ITT 1.9, in which case, all rights and obligations of the
Employer and Tenderers previously subject to the original deadline shall thereafter be subject to the
deadline as extended.

Page 11 of 17 VMCBTPL
Volume I, Section-1

14 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.22 LATE TENDERS

1.22.1 The Employer will not consider any Tender that is submitted after the deadline for submission of
Tender, in accordance with ITT 1.21. Any Tender received by the Employer after the deadline for
submission of Tenders shall be declared late, rejected, and returned unopened to the Tenderer.

1.23 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF TENDERS

1.23.1 A Tenderer may withdraw, substitute, or modify its Tender after it has been submitted but before the
deadline for submission of Tenders by sending a written notice, duly signed by an authorized
representative, and shall include a copy of the authorization in accordance with ITT 1.19.2. The
corresponding substitution or modification of the Tender must accompany the respective written
notice. All notices, substitutions and modifications must be:
a) prepared and submitted in accordance with ITT 1.19 and ITT 1.1 (except that withdrawal
notices do not require copies), and in addition, the respective envelopes shall be clearly
marked “WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICATION;” and
b) received by the Employer prior to the deadline prescribed for submission of Tenders, in
accordance with ITT 1.21.

1.23.2 Tenders requested to be withdrawn in accordance with ITT 1.23.1 shall be returned unopened to the
Tenderer.

1.23.3 No Tender may be withdrawn, substituted, or modified in the interval between the deadline for
submission of Tenders and the expiration of the period of Tender validity specified by the Tenderer
in the Letter of Tender or any extension thereof.

1.24 TENDER OPENING

1.24.1 The Employer shall open the Technical Proposal in the presence of Tenderers’ designated
representatives who choose to attend, and at the address, date and time specified in the ITT. The
designated representative attending the Tender Opening must carry an authority Letter from the
Authorized Signatory of the Tenderer of this effect.

1.24.2 The Financial Proposal will remain unopened and will be held in the custody of the Employer until
the time of opening of Financial Proposal after evaluation of Technical Proposals. Time, date and
location of the Financial Proposal opening will be communicated in writing or by email by the
Employer.

1.24.3 First, envelopes marked WITHDRAWAL shall be read out and the envelope with the corresponding
Tender shall not be opened but returned to the Tenderer. No Tender withdrawal shall be permitted
unless the corresponding withdrawal notice contains a authorization to request the withdrawal and is
read out at Tender opening. Next, envelopes marked SUBSTITUTION shall be opened and read out
and exchanged with the corresponding Tender being substituted, and the substituted Tender shall
not be opened, but returned to the Tenderer. No Tender substitution shall be permitted unless the
corresponding substitution notice contains a valid authorization to request the substitution and is read
out at Tender opening. Envelopes marked MODIFICATION shall be opened and read out with the
corresponding Tender. No Tender modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request the modification and is read out at Tender
opening. Only Tenders that are opened and read out at Tender opening shall be considered further.

Page 12 of 17 VMCBTPL
Volume I, Section-1

15 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.24.4 All other envelopes shall be opened one at a time, other than Financial proposal. First, the Technical
Proposal will be opened. The official shall read out aloud: the name of the Tenderer and whether
there is a modification; the presence of the Tender security and any other details as the Employer
may consider appropriate.

1.24.5 The Employer shall prepare a record of the Tender opening that shall include, at a minimum: the
name of the Tenderer and whether there is a withdrawal, substitution, or modification, and the
presence or absence of a Tender Security. The Tenderers’ representatives who are present shall be
requested to sign the record. The omission of a Tenderer’s signature on the record shall not invalidate
the contents and effect of the record.

1.24.6 At the end of the evaluation of Technical Proposals, the Employer will invite Tenderers who have
submitted substantially responsive Technical Proposals and who have been determined as being
technically qualified to attend the opening of the Financial Proposals. The date, time and location of
the opening of Financial Proposals will be advised in writing by the Employer.

1.24.7 The Employer shall conduct the opening of Financial Proposal of all Tenderers who submitted
substantially responsive and Technically qualified tenders, in the presence of Tenderers’
representatives who choose to attend at the address, date and time specified by the Employer. The
Tenderer’s designated representative must carry an authority letter from the Authorized Signatory of
the Tenderer and who are present shall be requested to sign a register evidencing their attendance.

1.24.8 All envelopes containing Financial Proposal shall be opened one at a time, reading out:
a) The name of the Tenderer;
b) The Tender Price(s), with discounts if any; and
c) Any other details as the Employer may consider appropriate.
No Tender shall be rejected at the opening of Financial Proposal.

1.24.9 The Employer shall prepare a record of the opening of Financial Proposals that shall include, as a
minimum: the name of the Tenderer, the Tender Price with discounts if any. The Tenderers’
representatives who are present shall be requested to sign the record. The omission of a Tenderer’s
signature on the record shall not invalidate the contents and effect of the record.

1.25 IMPORTANT DTAES FOR TENDER SUMISSION

Invitation for Tender: 18.09.2023


Last Date for Receiving Queries: 03.10.2023
Pre-Tender Meeting: 09.10.2023 & 10.10.2023 @ 11.00 hrs.
Response to Pre-Tender Queries: 13.10.2023
Tender Submission Date: 30.10.2023 @ 18.00 hrs.

Page 13 of 17 VMCBTPL
Volume I, Section-1

16 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

E. EVALUATION AND COMPARISON OF TENDERS

1.26 CONFIDENTIALITY

1.26.1 Information relating to the evaluation of Tenders and recommendations of Contract Award shall not
be disclosed to Tenderers or any other persons not officially concerned with such process until
information on Contract Award is announced pursuant to ITT 1.34. The undue use by any Tenderer
of confidential information related to the process may result in the rejection of its Tender.

1.26.2 From the time of Tender Opening to the time of Contract Award, if any Tenderer wishes to contact
the Employer on any matter related to the Tendering process, it may do so in writing/ e-mail at the
address specified below.
Mr. Neeraj Kumar / Manoj Panda (Project Coordinator), Mob: 89783 11166 / 70777 69985
Email: [email protected]
M/s Visakhapatnam Multi Cargo Bulk Terminal Private Limited,
28-2-47, Daspalla Centre, 1ST floor, Suryabagh,
Visakhapatnam - 530020, A.P, India

1.27 CLARIFICATION OF TENDERS

1.27.1 To assist in the examination, evaluation, and comparison of the Tenders, and qualification of the
Tenderers, the Employer may, at its discretion, ask any Tenderer for a clarification of its Tender. Any
clarification submitted by a Tenderer that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and the response shall be in writing/e-mail.

1.27.2 If a Tenderer does not provide clarifications of its Tender by the date and time set in the Employer’s
request for clarification, its Tender shall be rejected.

1.27.3 The Employer, solely at its discretion, may ask the Tenderer for an amendment/ alteration or
additional information in Tender after the due date of submission of the Tender.

1.28 DEVIATIONS, RESERVATIONS, AND OMISSIONS

1.28.1 During the evaluation of Tenders, the following definitions apply:


a. “deviation” is a departure from the requirements specified in the Tender Documents;
b. “reservation” is the setting of limiting conditions or withholding from complete acceptance of
the requirements specified in the Tender Documents; and
c. “Omission” is the failure to submit part or all of the information or documentation required in
the Tender Documents.

1.29 EVALUATION OF TECHNICAL PROPOSAL

1.29.1 Preliminary Examination


The Employer shall examine Technical Proposals to confirm that all documents requested in ITT
1.6.1 have been provided, and to determine the completeness of each document submitted.

Page 14 of 17 VMCBTPL
Volume I, Section-1

17 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.29.2 A responsive Tender is the one that meets the requirement of the Tender Documents without material
deviation, reservation or omission.

1.29.3 The Employer shall examine the technical aspects of the Technical Proposal submitted, in particular,
to confirm that all requirements of Volume-II Works Requirements along with relevant Sections have
been met without any material deviation, reservation, or omission.

1.30 NONMATERIAL NONCONFORMITIES

1.30.1 If a Tender is not responsive to the requirements of the Tender Documents, it shall be rejected by
the Employer and may not subsequently be made responsive by correction of the material deviation,
reservation, or omission.

1.30.2 Provided that a Tender is responsive, the Employer may waive any non-conformities in the Tender
that do not constitute a material deviation, reservation or omission.

1.30.3 Provided that a Tender is responsive, the Employer may request that the Tenderer submit the
necessary information or documentation, within a reasonable period of time, to rectify nonmaterial
nonconformities in the Tender related to documentation requirements. Failure of the Tenderer to
comply with the request may result in the rejection of its Tender.

1.31 ACKNOWLEDGEMENT BY THE BIDDER

1.31.1 It shall be deemed that by submitting the Bid Proposal, the Bidder has:
a) made a complete and careful examination of the RFP;
b) received all relevant information requested from the Employer;
c) inspected the site of Works and its surroundings and discussed with connected agencies and
collected all necessary information for the purpose of quoting for the Works. Tenderer shall
rely on his own judgment, skill and expertise in all matters connected with the Tender and
submission thereof;
d) accepted the risk of inadequacy, error or mistake in the information provided in the RFP or
furnished by or on behalf of the Employer relating to any of the matters referred to
hereinabove; and
e) agreed to be bound by the undertakings provided by it under and in terms hereof.

1.31.2 The Employer shall not be liable for any omission, mistake or error in respect of any of the above or
on account of any matter or thing arising out of or concerning or relating to the RFP or the Bidding
Process, including any error or mistake therein or in any information or data given by the Employer.

1.32 EMPLOYER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL TENDERS

1.32.1 Notwithstanding anything contained in this RFP, the Employer reserves the right to accept or reject
any Bid and to annul the Bidding Process and reject all Bids, at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning any reasons therefor.
In the event that the Employer rejects or annuls all the Bids, it may, in its discretion, invite all eligible
Bidders to submit fresh Bids hereunder.

Page 15 of 17 VMCBTPL
Volume I, Section-1

18 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.32.2 The Employer reserves the right to reject any Bid if:
a) at any time, a material misrepresentation is made or uncovered, or
b) the Bidder does not provide, within the time specified by the Employer, the supplemental
information sought by the Employer for proper evaluation of the Bid.

1.32.3 In case it is found during the evaluation, or at any time before signing of the EPC Contract, or after
its execution and during the period of subsistence thereof that conditions have not been fulfilled by
the Bidder, or the Bidder has made material misrepresentation or has given any materially incorrect
or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Contractor
either by issue of the “Letter of Award (LoA)” or entering into the Contract, and if the Bidder has
already been issued the LoA or has entered into the Contract, as the case may be, the same shall,
notwithstanding anything to the contrary contained therein or anywhere else in this RFP, be liable to
be terminated, by a communication in writing by the Employer to the Bidder, without the Employer
being liable in any manner whatsoever to the Bidder and without prejudice to any other right or
remedy which the Employer may have under this RFP, other Bidding Documents, the Contract or
under the applicable law.

1.32.4 The Employer reserves the right to verify all statements, information and documents submitted by
the Bidder in response to the RFP. Any such verification or lack of such verification by the Employer
shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the
Employer hereunder or under the Contract Conditions, as the case may be.

F. AWARD OF CONTRACT

1.33 AWARD CRITERIA

1.33.1 Employer shall award the Contract for the Project to the Bidder whose Tender has been determined
to be substantially responsive to the Tender Document and who has been selected by the Employer
to be competitive based on its Technical capabilties and Price Bid. The Employer reserves the
right, at its sole discretion, to award Contract for the Works for Project as a whole to one successful
Bidder; or divide the Works for the Project in such identifiable Parts as is feasible and award separate
Contracts for such Parts of the works to more than one Bidder.

1.34 LETTER OF AWARD (“LOA”)

1.34.1 Prior to expiry of the validity or extended validity period of the Tender, the Employer will notify the
Successful Bidder that its Tender has been accepted and issue the Letter of award (LoA). The LoA
shall be deemed to constitute a binding Contract between the Employer and the Bidder-cum-
Contractor for execution and completion of the Works for the Project and remedying defects therein
in terms of the Contract Conditions.

1.35 SIGNING OF CONTRACT

1.35.1 Subsequent to the issuance of the LoA to the Successful Bidder, the Employer and such Bidder shall,
within 28 days from the date of LoA or such extended period as may be agreed to by the Employer,
execute a Contract Agreement to formally give effect to the Contract.

1.35.2 The Successful Tenderer shall bear all the costs towards Stamp paper required for the preparation
of Agreement.

Page 16 of 17 VMCBTPL
Volume I, Section-1

19 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.36 PERFORMANCE SECURITY

1.36.1 Within 14 days from the date of LoA from the Employer, the Successful Bidder shall furnish to the
Employer, a Performance Security in the form of an unconditional, irrevocable Bank Guarantee as
per the format given in Form-C of Section 8 Volume-III [Format for Performance Bank Guarantee]
from a Nationalized Bank or a Scheduled Commercial Bank having its Branch at Visakhapatnam for
a sum equivalent to three (3) percent of the Contract Price.

1.36.2 Failure of the Successful Tenderer, to submit the above-mentioned Performance Security pursuant
to ITT 1.36.1 and/or to sign the Contract as per ITT shall constitute sufficient grounds for the
annulment of the Award.

1.37 ASSIGNMENT OF THE CONTRACT


DELETED

Page 17 of 17 VMCBTPL
Volume I, Section-1

20 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME – I
SECTION – 2
TENDER FORMS

Page 1 of 30 VMCBTPL
Volume -I, Section-2
21 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-01:

FORM OF LETTER OF TENDER – TECHNICAL PROPOSAL


(On letter head of the bidding firm)

Name of Contract: ______________________________________________

To: ______________________________________________

We have examined the Conditions of Contract, Employer's Requirements, Instructions to Tenderers,


Schedules, the attached Appendix and Addenda Nos _____________________ or the other-named
Works mentioned in the Tender documents. We have examined, understood and checked these
documents and have ascertained that they contain no errors or other defects. We accordingly offer to
execute and complete the Works and remedy any defects therein, therein in conformity with this Tender
which includes all these documents and the enclosed Proposal.

We agree to abide by this Tender until _______________________and it shall remain binding upon us
and may be accepted at any time before that date. We acknowledge that the Appendix to Tender forms
part of this letter of Tender.

We undertake, if our Bid is accepted, to:

i) furnish Performance Security within 14 (Fourteen) days of receipt of the Letter of Award/Work
Order.

ii) enter into Contract Agreement within 28 (Twenty-Eight) days of receipt of the Letter of
Award/Work Order. Form of Contract Agreement is in Section 8 (Form-A) Volume-III.

iii) Commence the works as soon as is reasonably practicable after the commencement date and
complete the works in accordance with the conditions of contract within the Time of Completion.
We guarantee that the works will then conform with the schedule of guarantees.

I / We certify that we have not been suspended by the Government of India or any State Government in
India or by the Government of any other countries, as a result of the execution of a Tender-Securing
Declaration.

I / We certify that we are not barred by the Government of India or any State Government in India or by
the Government of any other countries and no bar subsists as on the Bid Due Date.

I / We undertake that, in competing for (and, if the award is made to us, in executing) the above Contract,
we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of
Corruption Act 1988”.

I / We certify that in preparation and submission of Technical and Financial information, we have not
taken any action which is or which will constitute a corrupt or fraudulent practice as defined in the Tender
Documents.

I / We, including our respective personnel (including subcontractors, suppliers, manufacturers,) and
affiliates, for any part of the Contract, do not have any Conflict of Interest pursuant to Clause 1.3.1
section 1 of the Tender Document;

Our Bid is valid for the period of hundred twenty (120) days from the date of submission deadline fixed
for the Tender and will be binding on us.

Page 2 of 30 VMCBTPL
Volume -I, Section-2
22 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

We have not made any tampering or changes in the Bid Documents on which the Bid is being submitted
and if any tampering or changes are detected at any stage, we understand the Bid will invite summary
rejection and forfeiture of Bid Security/ the Contract will be liable to be terminated along with forfeiture of
Contract Performance Security, even if LOA has been issued.

Unless and until a formal Agreement is prepared and executed this Letter of Tender, together with your
Letter of award (LOA) thereof, shall constitute a binding contract between us.

I / We shall make available to the Authority any additional information it may find necessary or require to
supplement or authenticate the Bid.

I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever
otherwise arising to challenge or question any decision taken by the Authority in connection with the
selection of the Bidder, or in connection with the Bidding Process itself, in respect of the above
mentioned Project and the terms and implementation thereof.

I/ We have studied all the Bidding Documents carefully and also visited the project site. We understand
that except to the extent as expressly set forth in the tender documents, we shall have no claim, right or
title arising out of any documents or information provided to us by the Authority or in respect of any
matter arising out of or relating to the Bidding Process including the award of contract.

We understand that you are not bound to accept the lowest or any tender you may receive.

Signature _______________ in the capacity of ___________________________________

duly authorised to sign tenders for and on behalf of ________________________________

Address: _______________________________________________________________

Date: __________________________

Page 3 of 30 VMCBTPL
Volume -I, Section-2
23 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-02:

FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED


SIGNATORY OF THE FIRM
(To be executed on non-judicial stamp paper of appropriate value in accordance with relevant Stamp Act.
The stamp paper to be in the name of the company who is issuing the power of Attorney)

POWER OF ATTORNEY*

Know all men by these presents, we ………………………… (name of firm with address of the registered
office) …………………....do hereby constitute, appoint and authorize Mr./Ms. …………………………….
(name and residential address …………………….. who is presently employed with us and holding the
position of ……………………………………….. as our attorney, to do in our name and on our behalf, all
such acts, deeds and things necessary in connection with or incidental to
“Mechanization of Berths WQ – 7&8 (Package 3) at Visakhapatnam Port, on EPC Basis (Tender No.
VMCBTPL/2023/EPC/PKG3)” including signing and submission of all documents and providing
information/responses to the Project Manager’s office, VMCBTPL, representing us in all matters, dealing
with in all matters in connection with our Bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us.

Dated this the ……… day of …………. 2023

(Signature of authorised Signatory)

………………………………………
(Signature and Name in Block letters of Signatory)

Seal of Company

Witness

Witness 1 Witness 2
Name: Name:
Address: Address:
Occupation: Occupation:

*Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant (s) and when it is so
required, the same should be under common seal affixed in accordance with the required procedure.

Page 4 of 30 VMCBTPL
Volume -I, Section-2
24 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-3:

PARTICULARS OF THE TENDERER

SUBJECT: Submission of Tender for the contract works of the “Mechanization of Berths WQ–7 & 8 at
Visakhapatnam Port - Package 3 (Civil & Structural Works including Utilities & other infrastructure )”.

1. (a) Tenderer’s Legal Name:

(b) Tenderer’s Country of Incorporation/Registration:

(c) Tenderer’s Year of Incorporation/Registration:

(d) Tenderer’s Legal Address in Country of Incorporation/Registration:

(e) Tenderer’s Legal Address in India, if any:

2. Tenderer’s Authorised Representative’s Information who shall also serve as the single point of
contact/ communication for the Tenderer:

(a) Name:

(b) Designation:

(c) Company:

(d) Address:

(e) Telephone Number:

(f) E-Mail Address:

(g) Fax:

DATE: TENDERER'S SIGNATURE WITH STAMP

Attached are copies of original documents of-

a) Scanned copy of Company’s Registration Certificate as per Companies Act 1956.

b) Scanned Copy of EPF Code & ESI Registration Certificate

c) Scanned Copy of Permanent Account Number (PAN) Card, GST Registration Certificate.

Page 5 of 30 VMCBTPL
Volume -I, Section-2
25 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-4:

FINANCIAL TURNOVER

Tenderers shall furnish their Annual Turnover during the last three financial years.

Financial Year Turnover (Rs. in Crores)

FY 2022-2023

FY 2021-2022

FY 2020-2021

NB:- Turnover should be reflected in the audited balance sheet for the said year, Tenderer shall submit
the copy of the Audited Balance Sheets/Profit & Loss Accounts of their firm/s for the last three- years.
Annual Turnover of the Bidder shall be submitted duly certified by Charted Accountant or Competent
Authority.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 6 of 30 VMCBTPL
Volume -I, Section-2
26 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-5A:

SIMILAR WORKS EXECUTED DURING LAST SEVEN (7) YEARS


(FOR CONSIDERING TECHNICAL CAPACITY)

Please provide information only for project relating to the construction of Business, office, Educational,
Industrial Buildings, residential, Storage Buildings or Assembly Buildings as described in IS: 875 (Part 2)
- 1987 (reaffirmed 2003) including associate infrastructure works. , for which the Employer as a corporate
entity legally contracted your firm, or where your firm participated as one of the major companies within a
consortium/JV
ASSIGNMENT DETAILS
Assignment Number :

Description Bidder to fill up the details here

Name and Address of the Client

Title of the Assignment

Date of Completion of the Assignment

Project Completion Cost

Reference No. of the enclosed Client Completion


Certificate/ Documentary Evidence for having successfully
completed the Assignment

Name, telephone no, telefax no and email address of the


client’s representative

Description and Scope of Work

Instructions:
i) Bidders are expected to provide information in respect of Assignments in this Section.
ii) A separate sheet should be filled for each of the Assignments.
iii) The details are to be supplemented by documentary proof from the respective client /owner for
having carried out such Assignment, duly certified by clients/ owners.
iv) The works indicated in this Form-5A will be only being considered for evaluation. Mere submission
of work completion certificate will not be considered towards technical capacity.
v) Copy of completion certificates of each work issued by the owner/ the responsible officers of the
owner under whom he has executed such contracts shall be attached. The certificate shall
invariably contain the following among other things:

Page 7 of 30 VMCBTPL
Volume -I, Section-2
27 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

a) Details of work involved specifying the nature of work


b) The completion cost of the work and
c) Date of commencement; and
d) Date of completion of the work.
vi) If the experience in Similar Works is as a member of joint venture, copy of Joint Venture
Agreement in this respect shall be attached.
vii) If the experience in Similar Works is as a Sub-contractor, copy(s) of approval issued by the
Employer(s) authorizing as a Sub-contractor; in proof of the claim of the Tenderer as a Sub-
contractor shall be attached.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 8 of 30 VMCBTPL
Volume -I, Section-2
28 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-5B:
DETAILS OF PAST EXPERIENCE OF CONTRACTORS FOR
SIMILAR WORKS

Owner’s Duration of Contract


Details of
Complete Reference No. &
work
address Date of Letter of
Name & including
S. including Value of Intent &
Location Commen- Scheduled Actual major
No. Telephone and Contract Completion
of Project cement Completion Completion items of
Fax No. with Certificate
Date Date Date works
Contact enclosed
involved
Person

1 2 3 4 5 6 7 8 9

Note: Bidder to enclose Completion Certificate issued by owner.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 9 of 30 VMCBTPL
Volume -I, Section-2
29 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-6A:

FINANCIAL SITUATION

1. Financial Data

Historic information for previous 3 (Three)


Years
Type of Financial information in
(currency) (INR in Crores)

FY 20-21 FY 21-22 FY 22-23

A. Total Assets (TA) (Excluding Deferred


Expenditure and Losses)

B. Total Outside Liabilities (TL)


(Long Term Liabilities and Current Liabilities and
Provisions)

C. Revaluation Reserve

D. Net Worth = A - B – C

E. Current Assets (CA)

F. Current Liabilities and Provisions (CL)

G. Working Capital = E – F

H. Proposed specific line of credit agreed by


commercial Bank and/or any other source of
finance for the subject contract

I. Total Available Working Capital (G+H) for the


subject contract

J. Working Capital requirements for current


contract commitments [Total of column 12 of
Form-6B: CCC]

K. Sources of Finance for current contract


commitments (Total of column 13 of Form-6B:
CCC)

L. Working Capital available after meeting the


Working Capital requirements for current
contract commitments (I-J+K)

M. Net worth

N. Profit Before Taxes

O. Profit After Taxes

Page 10 of 30 VMCBTPL
Volume -I, Section-2
30 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2. Financial Documents

(a) The Tenderer shall attach copies of the Audited Balance Sheets for 3 (three) years preceding the
Application Due Date, which shall:
(i) reflect the financial situation of the Tenderer;
(ii) be statutorily audited or in case the accounts of the Tenderer are not required to be
statutorily audited, certified in accordance with local legislation;
(iii) be complete, including all notes attached thereto;
(iv) correspond to accounting periods already completed and audited.
Note:
1. Year 1 will be the latest completed Financial Year, preceding the Application Due Date,. Year 2
shall be the year immediately preceding Year 1 and so on. For the avoidance of doubt, Financial
year shall, for the purposes of the Application/Tender hereunder, mean the accounting year
followed by the Tenderer in the normal course of its business.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 11 of 30 VMCBTPL
Volume -I, Section-2
31 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-6B:

CURRENT CONTRACT COMMITMENTS (CCC)


Percentage Share (%)

outstanding as on 30th

outstanding as on 30th
Commencement Date
Name of the Contract

Work done up to 30th


Total Contract Value

credit sanctioned for


Completion Date as

Converted Contract

Fund based line of


Share of Tenderer

Share of Tenderer

Share of Tenderer
requirement for 3
Working Capital
as per Contract

these contracts
Value of works

Value of works
Joint Venture

per Contract

June 2023

June 2023

June 2023

months*
S. No.

Value
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12)

Total (A)

(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12)

Total (B)

Total (A+B)

Note:
(A) List all current contracts in progress which have started before the closing of the latest submitted
Audited Balance Sheet.
(B) List all current contracts in progress which have started or to be started after the closing of the
latest submitted Audited Balance Sheet.

Page 12 of 30 VMCBTPL
Volume -I, Section-2
32 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Note:
1. Tenderers should provide information on their current commitments on all contracts that have
been awarded, or for which a letter of intent or acceptance has been received, or for contracts
approaching completion, but for which an unqualified, full completion certificate has yet to be
issued even if completion of such works spills over beyond completion period of this Contract.
2. The working capital requirements for 3 months shall be calculated on the basis of period of
completion of work (i.e. dividing the value of work by period (in months) of completion to
execute the work and multiplying by three).
3. The Documentary evidence of the amount and source of funds indicated in Column 13 shall be
submitted by the Tenderer. In the absence of the supporting documentary evidence, the
amount of funds indicated in Column 13 against respective works shall not be considered.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 13 of 30 VMCBTPL
Volume -I, Section-2
33 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-07:

DETAILS OF PROPOSED APPROACH & METHODOLOGY

The Tenderer shall furnish a detailed method statement (Technical Note) for carrying out of the
Works/Project, along with a construction programme [Preferably in MS project] showing sequence of
operation and the time frame for various segments of temporary and permanent works.

DATE: TENDERER'S SIGNATURE


WITH STAMP

Page 14 of 30 VMCBTPL
Volume -I, Section-2
34 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-8:

PLANT AND EQUIPMENT PROPOSED FOR THE WORK/PROJECT

The Tenderer must provide list of main plant and equipment to be deployed for completion of the project
and shall give an undertaking to provide those equipment in case of Award of Contract to him.

S. Owned/ Minimum
Equipment Characteristics Capacity Year Make
No. Leased Number

1.

2.

3.

4.

5.

6.

7.

8.

9.
Note:
1. Acceptance of these details shall not relieve the Tenderer of any of his obligations under the
Contract.
2. The Plants and Equipment will be either owned by the Contractor or would be taken on lease for the
Contract. In its Tender, the Contractor will demonstrate the details as such.
3. The Contractor will mobilize additional and requisite Plants and Equipment to complete the Scope of
Work. The proposed equipment shall be in good working condition for its intended purposes.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 15 of 30 VMCBTPL
Volume -I, Section-2
35 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-9:

PERSONNEL / STAFF PROPOSED FOR THE PROJECT


[The following table shall be filled in by the Tenderer]

Subject: Submission of Tender for the contract works of the “Mechanization of Berths
WQ–7 & 8 at Visakhapatnam Port (Package 3)”.

[The Tenderer shall provide the names of suitably qualified personnel]

Proposed

Key In Similar
S. No. No. In Similar
Position Total Works Works Educational
Names Position
Experience (years) Experience Qualification
(years)
(years)

1.

2.

3.

4.

5.

6.

7.

Notes:
The CV’s of the Key Personnel should be enclosed.

DATE: TENDERER'S SIGNATURE


WITH STAMP

Page 16 of 30 VMCBTPL
Volume -I, Section-2
36 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-10:

PROPOSED SITE ORGANISATION CHART

The Tenderer shall indicate below his Site Organization to be employed in execution and supervision
aspects for this project. This shall include but not be limited to the setup and size of the site organisation
together with the name, position, qualification, experience and authority of such personnel required for
the execution of the project as per form attached along with their period of deployment for this project in a
Bar Chart to suit the construction schedule.

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 17 of 30 VMCBTPL
Volume -I, Section-2
37 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-11:

DECLARATION

We, M/s (Name & address of the bidder) hereby declare that:

1. All details regarding personnel for site organisation considered necessary and sufficient for the
Work/Project have been furnished in the Form 9 and 10 and that such personnel for site
organisation will be available at the site till the completion of the respective works.

2. No conditions are incorporated in the Financial Bid. In case any conditions are specified in the
Financial Bid, the Tender will be rejected summarily without making any further reference to the
Bidder.

3. We have not made any payment or illegal gratification to any persons/ authority connected with
the Bid Process so as to influence the Bid Process and have not committed any offence under
PC Act in connection with the Bid.

4. We are not barred by the Government of India or any State Government in India and no bar
subsists as on the Tender submission date.

5. We undertake that in case due to any change in facts or circumstances during the Tendering
Process, we are attracted by the provisions of disqualification in terms of the provisions of this
Tender Documents; we shall intimate the Employer of the same immediately.

6. We disclose with that we have not made payments to any intermediaries (agents) etc in
connection with the Bid.

7. We do hereby confirm that no changes have been made in the Tender Document downloaded
and submitted by us for the above Bid. The VMCBTPL Tender Document will be treated as
authentic Tender and if any discrepancy is noticed at any stage between the VMCBTPL Tender
Document and the one submitted by the Tenderer, the VMCBTPL Document shall prevail.

8. I/We agree to the forfeiture of Contract Performance Security and termination of contract in case
the data submitted during the tender process is found to be incorrect.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 18 of 30 VMCBTPL
Volume -I, Section-2
38 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-12:

DETAILS OF THE PARTY OPTING FOR REFUND OF EMD THROUGH


E-PAYMENT SYSTEM – NOT APPLICABLE

Page 19 of 30 VMCBTPL
Volume -I, Section-2
39 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-13:

FORMAT FOR FURNISHING BANK INFORMATION FOR E-PAYMENT

1 Name and full address of the beneficiary

2 Credit Account No.


(Should be full 14 digit)

3 Account Type
(SB or CA or OD)

4 Name of the Bank

5 Branch
(Full address with telephone No.)

6 MICR code
(Should be 9 digit)

7 Telephone/Mobile/Fax No. of the beneficiary Telephone :

Mobile :

Fax :

8 Cancelled Cheque

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 20 of 30 VMCBTPL
Volume -I, Section-2
40 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-14:

HEALTH, SAFETY, SECURITY AND HSSE PLAN

The Tenderer shall furnish his detailed health, safety, security and HSSE plan.

Page 21 of 30 VMCBTPL
Volume -I, Section-2
41 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-15:

QUALITY MANAGEMENT/ASSURANCE PLAN

The Tenderer shall furnish quality management/assurance plan.

Page 22 of 30 VMCBTPL
Volume -I, Section-2
42 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-16:

DECLARATION OF SUBCONTRACTORS

It is our intention to employ the following subcontractors who we believe, after investigation, to be reliable
and competent for the performance of that part of the work indicated. All other work will be done by us.

Name and Address of Principal Subcontractors: Principal Division of the work to be done by Sub-
Contractor:

It is agreed that we shall not subcontract any principal division of the work with any other individual or
organization without the consent of the Employer in writing.

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 23 of 30 VMCBTPL
Volume -I, Section-2
43 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM 17:
FORM OF LETTER OF TENDER – FINANCIAL PROPOSAL
(On letter head of the bidding firm)

Name of Contract: ______________________________________________

To: ______________________________________________

Dear Sir / Madam,

1. Having examined the Tender Document comprising of Conditions of Contract, Employer’s


Requirements, Scope of Work, Specifications, Drawings, Schedule of Prices and Addenda /
Clarifications for execution of the above named works, we offer to design, procure materials,
construction and commissioning of “Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port -
Package 3 (Civil & Structural Works including Utilities & other infrastructure )” and complete the
whole of the said Works and remedy any defects therein in conformity with the Tender
Documents for the sum of INR ……………………(Indian Rupees
…………………………………………..).

2. We acknowledge that the Addenda / clarifications shall form part of our Tender.
3. We undertake if our Tender is accepted that we will provide the specified Performance
Guarantee, commence the Works within 14 days of receipt of Letter of Intent and deliver the
whole of the Works comprised in the Contract within 20 (Twenty) months from the
Commencement Date.
4. We agree to abide by this Tender for a period upto 120 (one hundred twenty) days from the
submission deadline fixed for the tender and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.
5. Unless and until a formal Agreement is prepared and executed, this tender together with your
Letter of Intent, shall constitute a binding Contract between us.
6. We have satisfied ourselves with all the aspects of the Tender document including but not limited
to the site conditions and the documents provided by the Employer.
7. We acknowledge that you are not bound to accept the lowest or any Tender that you may
receive.

Signature _______________ in the capacity of ___________________________________

duly authorised to sign tenders for and on behalf of ________________________________

Address: _______________________________________________________________

Date: __________________________

Page 24 of 30 VMCBTPL
Volume -I, Section-2
44 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM -18:

NON – DISCLOSURE AGREEMENT

This Non-Disclosure Agreement executed this XX Day of XXX XXXX

BETWEEN

VISAKHAPATNAM MULTI CARGO BULK TERMINAL PRIVATE LIMITED (VMCBTPL) & XXXXX, a
company incorporated under the provisions of the Companies Act, 1956, having its Registered Office at
28-2-47, Daspalla Centre,1st Floor, Suryabagh, Visakhapatnam, Andhra Pradesh-530020 , hereinafter
referred to as “VMCBTPL” (which expression shall unless excluded by or repugnant to the subject or
context be deemed to mean and include its successors-in-interest, administrators and assigns) of the
FIRST PART"

AND

M/s XXXXX having its registered office at having its registered office at XXXXXXXXXXXXXXXXXXX
hereinafter referred to as “XXX” (which expression shall unless excluded by or repugnant to the subject
or context be deemed to mean and include its successors-in –interest, administrators and assigns) of the
SECOND PART.

WHEREAS For purpose of this Agreement, VMCBTPL that discloses confidential information is herein
after referred to as the “Disclosing Party” and XXXX, that receives and or accesses confidential
information here under is herein after referred to as ‘Recipient”.

Page 25 of 30 VMCBTPL
Volume -I, Section-2
45 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

WHEREAS XXX being considered inter alia for the purpose of Construction work work and as such some
of the drawings/documents in connection with XXXX are required to be disclosed which shall be treated
as confidential and the said Recipient, shall not be disclose or part with such drawings/documents to any
other third party, without prior written consent from VMCBTPL.

AND WHEREAS the said M/s XXXX, is obliged to execute an undertaking in the form of “Non-Disclosure
Agreement” on handing over of VMCBTPL and/or Designated Buyer owned data drawings/documents
and also confidential/proprietary drawings or technical information of any other party, as the case may
be, to them by VMCBTPL, duly promising and/or undertaking to keep and treat such data,
drawings/documents as strictly ‘confidential’.

NOW THEREFORE both VMCBTPL and M/s XXXX, do hereby agree as follows in the premises
aforesaid:-

1. In the Premises aforesaid it is agreed as follows:

a) During the pre-bid discussion and subsequent agreement between the parties herein, if any,
for execution of the job and also for a period of 10 years from the date of Expiry and/or
foreclosure and/or termination of the said agreement, M/s XXX, the recipient, undertakes that
the data, drawings/ documents so received in any form whatsoever shall be:

i) Protected and kept as strictly confidential by them.

ii) Disclosed to and used only by the persons within the organization of M/s XXX, who
have a need to know solely for the purpose of pre-bid meeting and for execution of the
work if awarded by VMCBTPL subsequently subject to their taking due care and
protection of the system and data.

iii) Used in whole or in part solely for the purpose of pre-bid meeting and for execution of
the work if awarded by VMCBTPL subsequently in the manner as ordered by
VMCBTPL or to be ordered from time to time exclusively and shall not be exploited for
any other purpose or customers.

iv) Neither disclosed nor cause to be disclosed directly or indirectly to any third party.

v) Neither be copied nor otherwise be reproduced, in whole or in part without prior


express consent from VMCBTPL.

vi) Returned to VMCBTPL forthwith on demand at any point of time and upon immediate
foreclosure /expiry of the contract if subsequently entered.

2. Nothing in this agreement or the disclosure of the information or data or systems, to be intended to
be granted or shall be construed as granting to M/s XXXX, any rights, title, interest or license other
than the right to use such data, drawings/documents etc for the purpose of pre-bid meeting and for
the execution of the contract/job if subsequently awarded by VMCBTPL and shall not be exploited
for any other purpose or customers and the property in all the information/data/drawings or
documents disclosed by VMCBTPL to M/s XXXX. In this regard for the purpose of pre-bid meeting
or for execution of job if any, to be subsequently awarded by VMCBTPL shall, subject to the rights
of the owner, rest with VMCBTPL.

3. Neither party shall resort to any publicity or advertising in respect of this agreement or the subject
matter thereof and the subject matter of PO and/ or any Agreement, if any, to be entered into
subsequently.

Page 26 of 30 VMCBTPL
Volume -I, Section-2
46 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4. M/s XXXX shall not make any copies or duplicate in anyway in whole or part any information
without the prior written consent of VMCBTPL and where such copies or reproductions are
permitted in accordance with this clause, M/s XXXX shall treat them strictly confidential in
accordance with the provisions of this agreement and comply with the instructions of VMCBTPL
with regard to the protection and disposal of them.

5. Expiry, foreclosure or termination of the PO or any or all of the subsequent agreements entered
into by VMCBTPL and the said M/s XXXX, if any, in pursuance of the pre-bid discussion, shall not
relieve M/s XXXX of their obligations under these presents which shall be effective and remain
effective and in full force, for a period of 10 years from the date of such
expiry/foreclosure/termination.

6. In the event of expiry, foreclosure or termination, M/s XXXX shall forthwith return to VMCBTPL, all
data and drawings/documents as received by them during tenure of the PO and/or subsequent
agreements.

7. Neither party shall assign any PO and / or any Agreement, if any, to be subsequently entered into,
without the written consent of the other and should there be any re-organization, merger, take over
or the like, its successor-in-interest shall be bound by the conditions of this Agreement.

8. Failure to enforce any provision of this agreement and/or failure to initiate timely action, will not
construe to be waiver and VMCBTPL shall be freely entitled to enforce the provisions of this
agreement at any appropriate time thereafter.

9. M/s XXXX shall indemnify and hold harmless VMCBTPL from and against any action, claim or
proceeding and any loss, damage, costs, expenses or liabilities arising out of such action, claim or
proceedings, brought by any third party pursuant to any unauthorized disclosure or use of any
data/document/drawings/ information by M/s XXXX, or by any person for whom M/s XXXX is
responsible under this agreement, or pursuant to any breach of any undertaking, warranty or
representation contained in this Agreement.

10. This agreement shall be governed under the Indian Laws and the Courts in the city of
Visakhapatnam shall have exclusive jurisdiction to try, determine and adjudicate any disputes
arising between the parties in relation to this agreement.

11. VMCBTPL’ standard arbitration clause as contained in General & Special conditions of the
Contract provided in section 6 & 7 of Tender document Annexure – I shall apply to this agreement
for resolution of disputes between the parties.

IN WITHNESS WHEREOF the parties have hereunto set and subscribed their respective hands and
seals on the day, month and year first above written.

Page 27 of 30 VMCBTPL
Volume -I, Section-2
47 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

For VISAKHAPATNAM MULTI CARGO BULK For XXXXX


TERMINAL PRIVATE LIMITED

Signature: Signature:

Name: Name:

Address: 28-2-47, Daspalla Centre,1st Floor, Address:


Suryabagh, Visakhapatnam, Andhra Pradesh-530020

WITNESS - 1 WITNESS - 2

Signature: Signature:

Name:
Name:

Address: Address:

Page 28 of 30 VMCBTPL
Volume -I, Section-2
48 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

FORM-19:

CHECKIST FOR SUBMISSION OF BIDS

Whether
submitted Ref
S. No. Description of Documents by the Page Remarks
Tenderer No.
(Yes/No)
1. All pages are machine numbered and
signed by Authorised Representative on
each page
2. Scanned copy of Demand Draft/ Pay Shall be submitted
Order/ Banker’s Cheque or irrevocable before opening date and
Bank Guarantee (BG) towards Bid Bond time of the Tender
(EMD)
3. Copy of Company’s Registration
Certificate as per Companies Act 1956
4. Copy of EPF code & ESI Registration
Certificate
5. Copy of PAN Card & GST Registration
Certificate
6. Format of Bid Submission Letter –
(FORM-1)
7. Format for Power of Attorney for
Authorised Signatory of the Firm –
(FORM-2)
8. Particulars of Tenderer – (FORM-3)
9. Financial Turnover - (Form-4)
10. Similar Works Executed During Last
Seven (7) Years – (FORM-5A)
11. Details of Past Experience of
Contractors for Similar Works – (FORM-
5B)
12. Financial Situation – (FORM-6A)
13. Current Contract Commitments –
(FORM-6B)
14. Details of Proposed Approach &
Methodology – (FORM-7)
15. Plant and Equipment Proposed for the
Work/Project – (FORM-8)
16. Personnel(s) / Staff proposed for the
Project – (FORM-9)
17. Proposed site organisation chart –
(FORM-10)
18. Declaration – (FORM-11)

Page 29 of 30 VMCBTPL
Volume -I, Section-2
49 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Whether
submitted Ref
S. No. Description of Documents by the Page Remarks
Tenderer No.
(Yes/No)
19. Format for furnishing Bank Information
for E-Payment (FORM-13)
20. Health, Safety, Security and HSSE Plan
(FORM-14)
21. Quality Management/Assurance Plan
(FORM-15)
22. Details of Proposed Subcontractors
(FORM-16)
23. Format of Bid Submission Letter –
(FORM-17)
24. Non – Disclosure Agreement
(FORM -18)
25. Any other document(s) submitted as per
the requirement of Tender Document

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 30 of 30 VMCBTPL
Volume -I, Section-2
50 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME – I
SECTION – 3
SCHEDULE OF PRICES

Page 1 of 10 VMCBTPL
Volume- I, Section-3
51 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1. GENERAL

The following shall be read in conjunction with the Conditions of Contract, Employer’s
Requirements, Scope of Work, Specifications and drawings for the Project “Mechanization of
Berth WQ-7 & 8 at Vishakhapatnam Port” - Package 3 (Civil & Structural Works including
Utilities & other infrastructure ) (Tender No. – VMCBTPL/2023/EPC/PKG3). All Lump Sum
prices and units quoted in the Schedule of Prices shall include the following instructions
where applicable.

a. This is an EPC Fixed Price Lumpsum Contract.

b. For items of work to be executed based on the design of the Tenderer, no separate
fee is payable and the same is deemed to be included in the price quoted by the
Tenderer for the execution of the Works.

c. The Schedule of Prices as quoted in Bills shall be the fixed contract price. However
the Tenderer is required to furnish Schedule A - Items of Work also containing the
components of work, their quantities and the unit rate. This schedule will be used only
for the purpose of making interim payments. Interim measurements of the work will
be made and the Contractor will be paid monthly based on the actual quantities of
work executed. The total of such interim payments will be limited to the lumpsum
price quoted under Bills.

d. It shall be clearly understood that there shall not be any claim whatsoever by the
Tenderer on the ground that there are inadequate items of work (work based on
quantity and work based on specified items) provided in the Schedule of Prices for
pricing by the Tenderer.

e. The whole cost of complying with the provisions of the Tender document shall be
included in the items provided in the priced Schedule of Prices and where no items
are provided, the cost shall be deemed to be distributed among the rates and prices
entered for the available items of work. The price quoted shall include all costs upto
successful completion of Defects Liability Obligations by the Contractor.

f. The Employer may decide to take out any item of a bill or entire bill(s) out from the
scope of work of the Contractor. This shall be informed to the Contractor before
award of the Contract. In that event the amount quoted for that item(s) in the
respective bill(s) or the amount quoted for bill(s) as applicable, shall be deducted from
the Contract price.

g. The rates and prices tendered by the Tenderer in the Schedule of Prices shall, except
insofar as it is otherwise provided under the Contract, including but not limited to all
Tenderer’s equipment, labour, supervision, materials, plant, wastage, fuel, erection,
maintenance, insurance, profit, overheads, together with all general risks, liabilities
and obligations set out or implied in the Tender document including all taxes, duties,
fees, royalty and other statutory deductions except GST, which shall be paid at
actuals.

h. General requirements, directions and descriptions of work and materials, given in the
Specifications or Drawings or Conditions of Tender / Contract are not necessarily
repeated nor summarised in the Schedule of Prices. Tenderer is specifically advised
to check and include any other item required for completeness of the total work as
per the scope of work and specification and satisfactory performance of the total
system.

Page 2 of 10 VMCBTPL
Volume- I, Section-3
52 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

i. The payment break up for different categories of item shall be as under:

1. For Supply, installation & commissioning items:

a. Advance : 10%

b. Receipt of supplies at site : 40%

c. Commissioning and Handing over : 50%

2. For all other (steel & civil) works:

a. Advance : 10%

b. All other payments : as per RA Bills

Retention shall be done as per the condition of contract.

2. BILLS
Bill No. 1 - on-Shore Civil Works
Bill No. 2 - Utilities & other Infrastructure Works
Bill No. 3 - Rail works for Berth
Grand Summary

Page 3 of 10 VMCBTPL
Volume- I, Section-3
53 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

BILL NO.1
ENGINEERING, PROCUREMENT OF MATERIALS AND CONSTRUCTION OF
ONSHORE CIVIL WORKS

S.
Description Qty. Unit Amount
No.

1.1 Area grading and filling LS LS


Area grading and filling including mobilisation &
demobilisation complete in all respects and ready to
use as per approved designs, drawings and
specifications including testing, inspection,
commissioning, and defect rectifications.
1.2 Civil Works for Stacker cum reclaimer & Twin LS LS
boom Stacker
Civil works (pile foundation) & laying rails along
with accessories related to Stacker cum reclaimer
& Twin boom Stacker, including mobilisation and
demobilization complete in all respects and ready
to use as per approved designs, drawings and
specifications including testing, inspection,
commissioning and defect rectifications. This item
also includes all works required for integration with
the other Package works. This item also includes
all works required for integration with the other
Package works.
1.3 Civil Works for Concrete Stackyard LS LS
Civil works related to Concrete Stack yard,
including mobilisation and demobilization complete
in all respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications. This item also includes all works
required for integration with the other Package
works.
1.4 Civil Works for Electrical Components LS LS
Civil works related to High mast foundation, Area
lighting poles, Junction box and other civil works
related to electrical components, including
mobilisation and demobilization complete in all
respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications. This item also includes all works
required for integration with the other Package
works. This item also includes all works required
for integration with the other Package works.
1.5 Buildings

Page 4 of 10 VMCBTPL
Volume- I, Section-3
54 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S.
Description Qty. Unit Amount
No.

Buildings such as utility buildings like Admin building


cum Substation 1, Jetty control room cum
Substation 2, Bulk Sheds (Fertilizers) , Canteen &
Public utility centre, and workshop with associated
works including sewerage system including
mobilisation and demobilization complete in all
respects and ready to use as per approved designs,
drawings and specifications including testing,
inspection, commissioning and defect rectifications.
This item also includes all works required for
integration with the other Package works.
1.6 Underground sump with pump house
Underground water sump with pump house works
including mobilisation and demobilization complete
in all respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications.
TOTAL OF BILL NO. 1: ONSHORE CIVIL WORKS
CARRIED OVER TO GRAND SUMMARY

Total Amount in Words………………………………………………………………………

Dated ………..day of ………2023 Signature of Tenderer

Page 5 of 10 VMCBTPL
Volume- I, Section-3
55 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

BILL No. 2
ENGINEERING, PROCUREMENT OF MATERIALS AND CONSTRUCTION OF
UTILITIES AND OTHER INFRASTRUCTURE
S.
Description Qty. Unit Amount
No.

2.1 Compound wall, Wind Shield and Entry/Exit gate LS LS


Compound wall, Wind Shield and entry/exit gate
including mobilisation & demobilisation complete in
all respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications.

2.2 Roads including culverts LS LS


Roads including culverts including mobilisation and
demobilization complete in all respects and ready to
use as per approved designs, drawings and
specifications including testing, inspection,
commissioning and defect rectifications.

2.3 Storm water drainage, ETP and dump pond LS LS


Storm water drainage including ETP & dump pond
including mobilisation & demobilisation complete in
all respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications.

2.4 Sewerage system including STP LS LS

Sewerage system including STP including


mobilisation & demobilisation complete in all
respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications.

2.5 Firefighting system LS LS

Firefighting system works including mobilisation &


demobilisation complete in all respects and ready
to use as per approved designs, drawings and
specifications including testing, inspection,
commissioning and defect rectifications. This item
also includes all works required for integration with
the other Package works.

Page 6 of 10 VMCBTPL
Volume- I, Section-3
56 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S.
Description Qty. Unit Amount
No.

2.6 Dust Suppression system LS LS

Dust suppression system works including


mobilisation & demobilisation complete in all
respects and ready to use as per approved
designs, drawings and specifications including
testing, inspection, commissioning and defect
rectifications. This item also includes all works
required for integration with the other Package
works.

2.7 Water supply system LS LS

Water supply system works including mobilisation


& demobilisation complete in all respects and
ready to use as per approved designs, drawings
and specifications including testing, inspection,
commissioning and defect rectifications.

TOTAL OF BILL NO. 2: UTILITIES AND OTHER


INFRASTRUCTURE CARRIED OVER TO GRAND
SUMMARY

Total Amount in Words………………………………………………………………………


Dated ………..day of ………2022 Signature of Tenderer

Page 7 of 10 VMCBTPL
Volume- I, Section-3
57 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

BILL No. 3
ENGINEERING, PROCUREMENT OF MATERIALS AND CONSTRUCTION OF
RAIL WORKS FOR BERTH

S.
Description Qty. Unit Amount
No.

3.1 Rail Works for Berth LS LS

Civil works related to replacement of Existing rails


and laying of new rails along with accessories like
plates, nuts, bolts etc. including mobilization and
demobilization complete in all respects and ready to
use as per approved designs, drawings and
specifications including testing, inspection,
commissioning and defect rectifications.

TOTAL OF BILL NO. 3 CARRIED OVER TO


GRAND SUMMARY

Total Amount in Words………………………………………………………………………

Dated ………..day of ………2023 Signature of Tenderer

Page 8 of 10 VMCBTPL
Volume- I, Section-3
58 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

GRAND SUMMARY

BILL AMOUNT AMOUNT


DESCRIPTION
NO. (in figures) (in words)

1. ON-SHORE CIVIL WORKS

2. UTILITIES & OTHER INFRASTRUCTURE WORKS

3. RAIL WORKS FOR BERTH

TOTAL CONTRACT PRICE

GST

TOTAL CONTRACT PRICE CARRIED OVER TO


FORM OF TENDER

Total Amount in Words………………………………………………………………………

Dated ………..day of ………2023 Signature of Tenderer

Page 9 of 10 VMCBTPL
Volume- I, Section-3
59 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

SCHEDULE A

ITEMS OF WORK*

S. No. Description Qty. Unit Rate Amount

TOTAL OF SCHEDULE A

*
To be filled by the Tenderer as per Clause 1 of Section-3, Volume I of Tender Document.

Total Amount in Words…………………………………………………………………………

Dated ………..day of ………2023 Signature of Tenderer

Page 10 of 10 VMCBTPL
Volume- I, Section-3
60 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME-II
SECTION - 4A
GENERAL SPECIFICATIONS

Page 1 of 70
Volume II, Section-4A VMCBTPL

61 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

TABLE OF CONTENTS

SECTION 4 – SPECIFICATIONS
SECTIONS 4A: GENERAL SPECIFICATIONS
1.0 SUMMARY .............................................................................................................................. 6
1.1 General.......................................................................................................................... 6
1.2 Application ..................................................................................................................... 6
1.3 Abbreviations and Acronyms .......................................................................................... 6
1.4 Definitions ...................................................................................................................... 7
1.5 Reference Standards ..................................................................................................... 7
1.6 Contract Drawings, Design Calculation report ................................................................ 7
1.7 Work Covered under Contract ........................................................................................ 8
2.0 GENERAL REQUIREMENTS .................................................................................................. 9
2.1 Site Acceptance and Mobilisation/ Demobilisation .......................................................... 9
2.1.1 Acceptance of Site ....................................................................................................... 9
2.1.2 Mobilisation ................................................................................................................. 9
2.1.3 Demobilisation ............................................................................................................. 9
2.1.4 Contract Interface and Rights of Access....................................................................... 9
2.2 Site Location ................................................................................................................ 10
2.3 Rights of Access – Access Roads and Site Establishment ............................................ 10
2.4 Site and Work Restrictions ........................................................................................... 10
2.4.1 Sea-state and Weather Forecasting ........................................................................... 10
2.4.2 Ground Conditions ..................................................................................................... 10
2.4.3 Permissions and Permits ............................................................................................11
2.4.4 Anchors, Buoys and Wires ..........................................................................................11
2.4.5 IPR (Intellectual Property Rights) ............................................................................... 12
2.5 Subcontractor for Civil Works ....................................................................................... 15
3.0 ADMINISTRATIVE REQUIREMENTS.................................................................................... 16
3.1 Project Management and Coordination ........................................................................ 16
3.1.1 Weekly Site Meetings ................................................................................................ 16
3.1.2 Contractor’s Project Management Plan ...................................................................... 16
3.1.3 Contractor’s Project Management Plan ...................................................................... 17
3.1.4 Contractor’s Project Organization and Staffing ........................................................... 17
3.1.5 Contractors Emergency Contact Details ..................................................................... 18
3.2 Construction Progress Documentation ......................................................................... 18
3.2.1 Detailed Construction Sequence and Methodology .................................................... 18
3.2.2 Contract Programme ................................................................................................. 19

Page 2 of 70
Volume II, Section-4A VMCBTPL

62 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.3 Construction Progress Reporting ............................................................................... 24


3.2.4 Contractor’s Design Work .......................................................................................... 26
3.2.5 Notice to the Engineer ............................................................................................... 32
3.2.6 Photographic Documentation ..................................................................................... 33
3.3 Submittal Procedures................................................................................................... 33
3.3.1 General ..................................................................................................................... 33
3.3.2 Requests for Information............................................................................................ 33
4.0 REGULATORY REQUIREMENTS ......................................................................................... 34
4.1 Permits, Permissions and Statutory Approvals ............................................................. 34
4.2 Health and Safety Requirements.................................................................................. 34
4.2.1 General ..................................................................................................................... 34
4.2.2 Health and Safety Manager ....................................................................................... 34
4.2.3 Health and Safety Management Plan ......................................................................... 35
4.2.4 Cyclone Safety .......................................................................................................... 36
4.2.5 Training ..................................................................................................................... 36
4.2.6 Substances Hazardous to Health ............................................................................... 37
4.2.7 Safety Audits ............................................................................................................. 37
4.2.8 Incidents and Accidents ............................................................................................. 38
4.3 Environmental Requirements ....................................................................................... 39
4.3.1 General ..................................................................................................................... 39
4.3.2 Construction Environmental Management Plan (CEMP)............................................. 39
4.3.3 Air Emission Management ......................................................................................... 40
4.3.4 Water and Waste Water Management ........................................................................ 41
4.3.5 Noise Management .................................................................................................... 42
4.3.6 Waste Management (including hazardous waste)....................................................... 43
4.3.7 Marine Environmental Management ........................................................................... 44
4.3.8 Socio-economic and Other Aspects Management ...................................................... 44
4.3.9 Monitoring ................................................................................................................. 45
4.3.10Organisation Structure ............................................................................................... 45
5.0 QUALITY MANAGEMENT .................................................................................................... 47
5.1 Quality Management Program Requirements ............................................................... 47
5.2 Project Quality Plan ..................................................................................................... 47
5.3 System Element Procedures ........................................................................................ 47
5.3.1 Hold Points & Witness Points ..................................................................................... 48
5.3.2 Documentation .......................................................................................................... 48
5.3.3 Inspection and Test Plans .......................................................................................... 48
5.3.4 Sampling and Testing................................................................................................. 49
5.3.5 Storage of Samples ................................................................................................... 50
5.3.6 Inspection .................................................................................................................. 50

Page 3 of 70
Volume II, Section-4A VMCBTPL

63 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.3.7 Identification and Traceability ..................................................................................... 50


5.3.8 Records ..................................................................................................................... 51
5.3.9 Non-Conformance ..................................................................................................... 51
5.3.10Surveillance and Audit ............................................................................................... 51
5.3.11 SubContractors.......................................................................................................... 51
6.0 TEMPORARY FACILITIES AND CONTROLS ....................................................................... 52
6.1 Contractor’s Site Establishment Plan ........................................................................... 52
6.2 Temporary Utilities ....................................................................................................... 52
6.3 Construction Facilities .................................................................................................. 53
6.3.1 Contractor’s Site Compound ...................................................................................... 53
6.3.2 Sanitary Facilities....................................................................................................... 53
6.3.3 Provision of Field Laboratory...................................................................................... 53
6.3.4 Provision for Engineer’s Office ................................................................................... 54
6.3.5 Provision for Security Operation................................................................................. 54
6.4 Contractor’s Site Access Management Plan ................................................................. 54
6.5 Temporary Barriers and Enclosures ............................................................................. 56
6.6 Project Information Sign Board..................................................................................... 56
7.0 PRODUCT/ MATERIALS REQUIREMENTS.......................................................................... 57
7.1 Common Requirements ............................................................................................... 57
7.1.1 General ..................................................................................................................... 57
7.1.2 Approval of Manufacturers and Suppliers ................................................................... 57
7.1.3 Samples .................................................................................................................... 58
7.1.4 Alternatives or Equivalents......................................................................................... 58
7.1.5 Delivery, Storage and Handling Requirements ........................................................... 58
7.2 Tests and Standard of Acceptance ............................................................................... 59
7.2.1 General ..................................................................................................................... 59
7.2.2 Testing and Approval of Material ................................................................................ 59
7.2.3 Rejection of Materials not conforming to the Specifications ........................................ 59
7.2.4 Testing and Approval of Plant and Equipment ............................................................ 59
8.0 PROJECT EXECUTION ........................................................................................................ 60
8.1 Examination and Preparation ....................................................................................... 60
8.1.1 Construction Work Method Statements ...................................................................... 60
8.1.2 Survey and Layout Data ............................................................................................ 61
8.1.3 Structures’ Condition Survey ...................................................................................... 61
8.1.4 Damage to Existing Structures ................................................................................... 61
8.1.5 Existing Utilities and Services .................................................................................... 62
8.2 Execution..................................................................................................................... 62
8.2.1 General ..................................................................................................................... 62
8.2.2 Radio Communication................................................................................................ 63

Page 4 of 70
Volume II, Section-4A VMCBTPL

64 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.2.3 Construction Plant and Equipment ............................................................................. 63


8.3 Marine / Floating Equipment Marine Crafts................................................................... 63
8.4 Cranes and Lifting Equipment ...................................................................................... 64
8.5 Repair Methods ........................................................................................................... 64
8.6 Cleaning and Waste Management................................................................................ 65
8.6.1 Site Maintenance ....................................................................................................... 65
8.6.2 Construction Waste Management and Disposal ......................................................... 65
8.7 Protecting Installed Construction .................................................................................. 66
8.8 Completion Procedures................................................................................................ 66
8.8.1 General ..................................................................................................................... 66
8.8.2 Preliminary Inspection of the Works at Completion ..................................................... 67
8.8.3 Inspection of the Works at Completion ....................................................................... 67
8.9 Submittals at Completion ............................................................................................. 67
8.9.1 Operation and Maintenance Data............................................................................... 67
8.9.2 Training ..................................................................................................................... 68
8.9.3 As-Built Drawings ...................................................................................................... 69
8.10 Warranties ................................................................................................................... 70
8.11 Project Record Documents .......................................................................................... 70

Page 5 of 70
Volume II, Section-4A VMCBTPL

65 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

SECTION 4A: GENERAL SPECIFICATIONS

1.0 SUMMARY

1.1 General

1.2 Application

The Specifications shall apply to all Works as are required to be executed under the Contract
or otherwise directed by the Employer.

The Specifications must be read in conjunction with the Conditions of Contract, scope of
works, Bills of Quantities, Drawings and other documents forming the Contract documents.
Notwithstanding the subdivision of the Specification under different headings, every part of
it shall be deemed supplementary to and complementary of every other part. The heading
in these Specifications shall not be deemed to be part thereof or be taken into consideration
in the interpretation or construction thereof, or of the Contract.

1.3 Abbreviations and Acronyms

The following abbreviations shall have the meaning as set forth below:

Table 1.1: Abbreviations and Acronyms


ASTM American Society for Testing and Materials
BS British Standard published by British Standards Institution
CD Chart Datum
SHE Safety, Health and Environment
IS Indian Standard published by the Bureau of Indian Standards
ISO International Standards Organization
IRC Indian Roads Congress
PQP Project Quality Plan
PMP Project Management Plan
CEMP Construction Environmental Management Plan
CWMS Construction Work Method Statement
EMP Environmental Management Plan
HAT Highest Astronomical Tide
ITP Inspection and Test Plan
LAT Lowest Astronomical Tide
NCR Non-Conformance Report
QA Quality Assurance
QC Quality Control
RL Reduced Level
PIMT Project Implementation and Monitoring Team

The Contractor shall use the above abbreviations and nomenclature on its documentation.

Page 6 of 70
Volume II, Section-4A VMCBTPL

66 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.4 Definitions

Words including Contract, Contractor, Employer, Drawings, Employer, Government, Works


and Site used in this Specification shall be considered to have the meaning as understood
from the definitions of these terms given in the Conditions of Contract.

The following definitions and abbreviations shall be in addition to definitions and


abbreviations that appear elsewhere in the Contract.

“Approved” Means accepted by the Engineer in writing, but such


acceptance shall not relieve Contractor of its obligations
under the Contract.

“Independent Engineer" means a technical consultancy firm appointed jointly by


VMVBTPL & VPA who will review the design, Drawings,
supervise & monitor the Construction activities.

“Engineer " means the person appointed by the Employer to act as the
Engineer for the purposes of the Contract.

“Intellectual Property Rights” (IPR) means the rights of the intellectual property owner
concerning a tangible or intangible possession/ exploitation
of such property by others. It includes rights to Patents,
Copyrights, Trademarks, Industrial Designs, Geographical
indications (GI).

1.5 Reference Standards

The Work covered by this Specification shall comply with the latest editions and revision
notes of Indian, British and other recognized International Standards as may be specified
elsewhere in the Contract Documents.

The latest edition of all Standards till 30 (thirty) days before the final date of submission of
the tender, shall be adopted. The Contractor shall maintain a copy of the latest editions of
the Standards, Laws and Codes applicable to the work to be undertaken on site.

The Contract Documents reference to a number of codes, standards and guidelines. In


some cases, these documents may be in disagreement or conflict. Where conflicts or
omissions are identified, the Contractor shall notify the Employer who shall make a
determination and advise the Contractor accordingly. The Employer’s determination will
generally adopt the most conservative or stringent requirement.

1.6 Contract Drawings, Design Calculation report

Two hard copies of the Working Drawings (Good for Construction) & Design calculation
report, on the basis of which actual execution of the Works is to proceed along with soft
copy in PDF & dwg format, shall be furnished free of cost by the Contractor according to the
work programme submitted by the Contractor and accepted by the Engineer where the
responsibility of preparation of design and drawings is with the Contractor as per this
document.

All the Design calculation report will be submitted to Employer representative along with all
required backup to review the report i.e. Analysis model, Design excel sheets etc.

Page 7 of 70
Volume II, Section-4A VMCBTPL

67 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The contractor shall provide the employer a list of drawings & calculations that would be
submitted prior to start of the work. The employer along with Independent engineer shall
mark & distinguish the documents required for approval & information.

It is contractor's responsibility to submit documents to Independent engineer. The contractor


shall coordinate with the Independent engineer to incorporate their queries and obtain
approval prior to start of the work. Delay in Approval by Independent engineer or Engineer
due to delayed response to queries is not a valid reason for claiming delay due to employer.

The Tender Drawings provided for tendering purposes in the Tender Documents shall be
used as a reference only.

1.7 Work Covered under Contract

The Works under this Contract are design, supply, installation and commissioning of Area
Grading and Filling, Civil works for Materials Handling System, Mechanical and Electrical &
Control works related material handling system, Buildings, Utilities and other Infrastructure
etc. The details are covered in Section-5A (Scope of Works) of the Contract Documents.

Page 8 of 70
Volume II, Section-4A VMCBTPL

68 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.0 GENERAL REQUIREMENTS

2.1 Site Acceptance and Mobilisation/ Demobilisation

2.1.1 Acceptance of Site

In accordance with these specifications, the Contractor shall have examined the site and
familiarised himself with all existing conditions. He shall accept the site on “as is where is”
basis at the time of award of the Contract.

2.1.2 Mobilisation

Upon award of the Contract and within a reasonable time but not exceeding 1 month the
Contractor shall mobilise all such labour, equipment and materials that are necessary to
complete the project in due time.

2.1.3 Demobilisation

Upon due performance of the Contract and before the Taking Over Certificate is issued to
the Contractor, he (the Contractor) shall demobilise all such labour, equipment and materials
that are necessary to clear the site within one (1) month to the Employer’s satisfaction.

2.1.4 Contract Interface and Rights of Access

The locations and layouts of the defined and assigned Contract Site areas are shown on
the Drawings. Rights of access to the various Site areas shall be granted by the Engineer
to support progress on Site.

Rights of access are defined as either ‘Exclusive Right of Access’ or ‘Non-exclusive Right
of Access’.

Where an Exclusive Right of Access is granted for a particular Site area, the Contractor shall
have the exclusive use of that Site area for the purpose of executing the Works and shall be
responsible for the fencing and securing of the Site and all other responsibilities in
accordance with the requirements of the Contract. Notwithstanding, the Contractor shall
provide reasonable access to these exclusive Site(s) for any further minor works
commissioned by the Employer. Such access would be subject to the Contractors site
access requirements.

Where a Non-exclusive Right of Access is granted for a particular Site area, the Contractor
shall have shared access to that Site. The Contractor shall be responsible for the direct
coordination of his activities including the construction of any permanent works (where
applicable) with the other parties sharing the use of the Site at any given time. In Site with
Non-exclusive rights of Access, the Contractor shall remain responsible for the provision
and maintenance of his own temporary works as may be required for access or drainage,
as well as any environmental, traffic management and safety controls. The Contractor shall
also cooperate with other parties using the Site to allow them to do likewise. Cargo operation
will continue at the berth area during execution, it is Contractor(s) responsibility to ensure
no damage to cargo in any situation. In case of any damage(s) to the Cargo, The Contractor
shall be penalised at the discretion of Employer.

Page 9 of 70
Volume II, Section-4A VMCBTPL

69 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Where the Contractor is responsible for fencing and gating a Non-exclusive Right of Access,
the Contractor shall arrange for access through these shared Sites to all relevant parties by
way of linked padlocks or other means as may be agreed with Engineer. The Contractor
shall be responsible for the direct coordination of such works with the other parties sharing
the use of these Sites.

The Contractor shall remain responsible for the overall sequencing and programming of his
works and shall make due allowance for these requirements and shall clearly state all
assumptions made in this regard in his Tender submission. Any damage to the property of
the Employer/Ports during the execution shall be notified to the employer and corrective
measures shall be taken immediately.

In general, the overall sequencing of the rights of access to the site are summarised as
described below.

2.2 Site Location

The site location for the Works are as shown on the drawing provided in Section 5C of
Volume 2. The Contractor shall submit details of any temporary works associated with the
Works.

The Contractor’s local office, his own working area and all of the Contractors Works shall
be subject to compliance with VPA/VMCBTPL established guidelines, applicable local
authorities, EC guidelines and other rules and regulations.

All interference with Traffic and Adjoining properties shall be Contractors responsibility. The
Contractor will be fully responsible for arrangement of port passes, VMCBTPL will only assist
to streamline the process and co-ordination with VPA.

2.3 Rights of Access – Access Roads and Site Establishment

Following the Commencement Date, and in accordance with the required timing in the
Contract Programme, the Contractor shall be granted Exclusive Right of Access to Site
areas for the purpose of site establishment and the commencement of work.

The Contractor shall construct and maintain temporary access road for his works, which
shall be shared with the Employer and other parties. The Contractor shall construct
temporary barriers either both or one side of these access roads.

2.4 Site and Work Restrictions

Information given in this Section relating to the Site shall be read in conjunction with the
relevant provisions of the Conditions of Contract

2.4.1 Sea-state and Weather Forecasting

Indicative general information relating to the meteorological and coastal conditions at the
site is provided in Volume II.

2.4.2 Ground Conditions

Relevant site geotechnical investigation data obtained is provided in Volume II.

Page 10 of 70
Volume II, Section-4A VMCBTPL

70 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Borehole data indicated are only represented as accurate for the exact location where the
borings were made. No warranty expressed or implied is given for data contained in the
Technical Information made available to the Contractor with the Tender Documents.

The Contractor shall satisfy himself as to the character of the materials to be penetrated and
shall assume all responsibility and risk involved therein.

2.4.3 Permissions and Permits

The Contractor shall at all times comply with the latest requirements of:

(a) Navigation, Shipping and Pilotage Acts;

(b) Port Authority Acts;

(c) Marine Oil Pollution Management Plan;

(d) Marine Oil Pollution Contingency Plan;

(e) Emergency Response Plan;

(f) Cyclone Contingency Plan;

(g) Port Operations Procedures;

(h) State and National Environment regulations.

(i) Customs & ISPS rules & guidelines

(j) Environment & CRZ clearances

The Contractor shall ensure that all plans and procedures developed in accordance with the
requirements of the Contract are integrated with those of the port operations at
VPA/VMCBTPL.

The Contractor shall obtain advance approval from VPA/VMCBTPL prior to vessel
movements.

The Contractor shall make all arrangements with and obtain the necessary approvals from
the Relevant Authorities as directed by the Engineer for temporary marine traffic
arrangements and control.

2.4.4 Anchors, Buoys and Wires

DELETED

Page 11 of 70
Volume II, Section-4A VMCBTPL

71 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.4.5 IPR (Intellectual Property Rights)

2.4.5.1 Right to Intellectual Property and confidentiality:

1. The Tender Document and associated correspondence are subject to copyright laws
and shall always remain the property of the Procuring Entity and must not be shared
with third parties or reproduced, whether in whole or part, without the Procuring Entity’s
prior written consent.

2. However, Bidders may share these to prepare and submit its bidwith its employees,
subcontractor(s), or holding Company. Bidders shall obtain from them an undertaking of
confidentiality similar to that imposed on Bidder under this clause.

3. This condition shall also apply to bidders who do not submit a bid after downloading it
or who are not awarded a contract in the process.

4. The obligation of the Bidders under sub-clauses above, however, shall not apply to
information that:

a) now or hereafter is or enters the public domain through no fault of Bidder;

b) is legally possessed by Bidder at the relevant time and was not previously obtained,
directly or indirectly, from the Procuring Entity; or

c) otherwise lawfully becomes available to Bidder from a third party that has no
obligation of confidentiality.

5. The provisions of this clause shall survive completion or termination for whatever reason
of the Tender Process or the contract.

2.4.5.2 Obligation to Indemnify Procuring Entity

2.4.5.2.1 For breach of IPR Rights

1. the contractor shall indemnify and hold harmless, free of costs, VMCBTPL Directors and
its employees and officers from and against all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which may arise in respect of the Services
provided by the contractor under this Contract, as a result of any infringement or alleged
infringement of any patent, utility model, registered design, copyright, or other
Intellectual Proprietary Rights (IPR) or trademarks, registered or otherwise existing on
the date of the contract arising out of or in connection with:
a) any design, data, drawing, specification, or other documents or Services provided
or designed by the contractor for or on behalf of the Procuring Entity.
b) The sale by the Procuring Entity in any country of the services/ products produced
by the Services delivered by the contractor, and
c) The delivery of the Services by the contractor or the use of the Services at the
Procuring Entity’s Site
2. Such indemnity shall not cover any use of the Services or any part thereof other than
for the purpose indicated by or to be reasonably inferred from the contract, neither any
infringement resulting from the use of the Services or any part thereof, or any service/
products produced thereby in association or combination with any other service,
equipment, plant, or materials not delivered by the contractor.

Page 12 of 70
Volume II, Section-4A VMCBTPL

72 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3. If any proceedings are brought, or any claim is made against the Procuring Entity arising
out of the matters referred above, the Procuring Entity shall promptly give the contractor
a notice thereof. At its own expense and in the Procuring Entity’s name, the contractor
may conduct such proceedings and negotiations to settle any such proceedings or
claim, keeping the Procuring Entity informed.

4. If the contractor fails to notify the Procuring Entity within twenty-eight (28) days after
receiving such notice that it intends to conduct any such proceedings or claim, then the
Procuring Entity shall be free to conduct the same on its behalf at the risk and cost to
the contractor.

5. At the contractor’s request, the Procuring Entity shall afford all available assistance to
the contractor in conducting such proceedings or claim and shall be reimbursed by the
contractor for all reasonable expenses incurred in so doing.

2.4.5.2.2 For Losses and Damages Caused by Contractor

1. the contractor shall indemnify and keep harmless the Procuring Entity, from and against,
all actions, suit proceedings, losses, costs, damages, charges, claims, and demands of
every nature and description brought or recovered against the Procuring Entity because
of any act or omission or default or negligence or trespass of the contractor, his agents,
or employees despite all reasonable and proper precautions may have been taken,
during the execution of the Services. The contractor shall make good at his own
expense all resulting losses and/ or damages to:

a) the Services themselves or

b) any other property of the Procuring Entity or

c) the lives, persons, or property of others

2. In case the Procuring Entity is called upon to make good such costs, loss, or damages,
or to pay any compensation, including that payable under the provisions of the
Workmen's Compensation Act or any statutory amendments thereof; the amount of any
costs or charges including costs and charges in connection with legal proceedings,
which the Procuring Entity may incur about it, shall be charged to the contractor. All
sums payable by way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the actual loss or damage
sustained and whether or not any damage shall have been sustained.

3. The Procuring Entity shall have the power and right to pay or to defend or compromise
any claim of threatened legal proceedings, or in anticipation of legal proceedings being
instituted consequent on the action or default of the contractor, to take such steps as
may be considered necessary or desirable to ward off or mitigate the effect of such
proceedings, charging to Contractor, as aforesaid, any sum or sums of money which
may be paid and any expenses whether for reinstatement or otherwise which may be
incurred and the propriety of any such payment, defence or compromise, and the
incurring of any such expenses shall not be called in question by the contractor.

Page 13 of 70
Volume II, Section-4A VMCBTPL

73 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.4.5.3 Confidentiality, Secrecy and IPR Rights

2.4.5.3.1 IPR Rights

All deliverables, outputs, plans, drawings, specifications, designs, reports, and other
documents and software submitted by the contractor under this Contract shall become and
remain the property of the Procuring Entity and subject to laws of copyright and must not be
shared with third parties or reproduced, whether in whole or part, without the Procuring
Entity’s prior written consent. The contractor shall, not later than upon termination or
expiration of this Contract, deliver all such documents and software to the Procuring Entity,
together with a detailed inventory thereof. The contractor may retain a copy of such
documents and software but shall not use it for any commercial purpose.

2.4.5.3.2 Confidentiality

All documents, drawings, samples, data, associated correspondence or other information


furnished by or on behalf of the Procuring Entity to the contractor, in connection with the
contract, whether such information has been furnished before, during or following
completion or termination of the contract, are confidential and shall remain the property of
the Procuring Entity and shall not, without the prior written consent of Procuring Entity
neither be divulged by the contractor to any third party, nor be used by him for any purpose
other than the design, procurement, or other services and work required for the performance
of this Contract. If advised by the Procuring Entity, all copies of all such information in original
shall be returned on completion of the contractor’s performance and obligations under this
contract.

2.4.5.3.3 Obligations of the contractor

1. Without the Procuring Entity’s prior written consent, the contractor shall not use the
information mentioned above except for the sole purpose of performing this contract.

2. The contractor shall treat and mark all information as confidential (or Secret – as the
case may) and shall not, without the written consent of the Procuring Entity, divulge to
any person other than the person(s) employed by the contractor in the performance of
the contract. Further, any such disclosure to any such employed person shall be made
in confidence and only so far as necessary for such performance for this contract.

3. Notwithstanding the above, the contractor may furnish to its holding company or its
Subcontractor(s) such documents, data, and other information it receives from the
Procuring Entity to the extent required for performing the contract. In this event, the
contractor shall obtain from such holding company/ Subcontractor(s) an undertaking of
confidentiality (or secrecy – as the case may be) similar to that imposed on the contractor
under the above clauses.

4. The obligation of the contractor under sub-clauses above, however, shall not apply to
information that:

a) the contractor needs to share with the institution(s) participating in the financing of
the contract;

b) now or hereafter is or enters the public domain through no fault of Contractor;

c) can be proven to have been possessed by the contractor at the time of disclosure
and which was not previously obtained, directly or indirectly, from the Procuring
Entity; or

Page 14 of 70
Volume II, Section-4A VMCBTPL

74 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

d) otherwise lawfully becomes available to the contractor from a third party that has
no obligation of confidentiality.

5. The above provisions shall not in any way modify any undertaking of confidentiality
(or Secrecy – as the case may be) given by the contractor before the date of the contract
in respect of the contract or the Tender Document or any part thereof.

6. The provisions of this clause shall survive completion or termination for whatever reason
of the contract.

2.5 Subcontractor for Civil Works

Upon award of the contract, the contractor is required to propose name of any three
subcontractors with suitable experience in pile foundation works and who meet the following
conditions of eligibility:

 satisfactorily completed at least one contract having minimum 300 (three hundred)
no. of piles of minimum 600 mm diameter, over the past 7 (seven) years and

 Has a minimum average turnover of 25 Crores in last 3 years from the civil
construction works

The Employer/ Engineer may at his discretion choose any of the proposed subcontractor
through which the contractor shall get the foundations works executed.

However in case the contractor could demonstrate that he himself meet the above
conditions of eligibility then he is free to undertake the foundation works himself without the
need to appoint the subcontractor as mentioned above.

Page 15 of 70
Volume II, Section-4A VMCBTPL

75 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.0 ADMINISTRATIVE REQUIREMENTS

3.1 Project Management and Coordination

3.1.1 Weekly Site Meetings

The Contractor’s Representative shall attend Weekly Site Meetings to be chaired by the
Engineer to discuss the progress of the Works and other relevant matters. The Weekly Site
Meeting Agenda will typically include, but not be limited to:

(a) Adoption of Previous Minutes.


(b) Outstanding Matters.
(c) Health and Safety.
(d) Quality Assurance.
(e) Progress of the Works.
(f) Programme Milestones, Achievements and Slips.
(g) Resources (i.e. Plant and Equipment, etc.)
(h) Survey and Clearance of the Works.
(i) Contractual Matters.
(j) Progress Payment Claims and Payments.
(k) Environment Compliance Issues.
(l) Other business, as necessary.
When required by the Engineer, separate meetings covering occupational health and safety;
environmental management, quality etc. shall be held independently of the weekly meetings
with the Contractor’s specialist personnel in attendance and other Contractor’s Safety
Representatives also in attendance when, and if, deemed necessary, by the Engineer or the
Engineer’s Safety representative. Any unresolved issues arising from these supplementary
meetings can be included and form part of the weekly site meetings. Joint (Contractor and
Engineer) site quality walks and safety walks shall be carried out at the discretion of
Engineer.

Daily and informal routine discussions shall also be held each day, as/when necessary,
between the Engineer’s and the Contractor’s representatives.

3.1.2 Contractor’s Project Management Plan

The Contractor shall submit, within forty five (45) days from the issue of Letter of Award, for
the Engineer’s review and acceptance, a detailed Contractor’s Project Management Plan
(PMP) that provides specific details as to the execution process, methods and procedures
which the Contractor will adopt for the Project.

Page 16 of 70
Volume II, Section-4A VMCBTPL

76 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The PMP shall include methodology, policies, organization and resources to manage scope,
change, schedule/programme, security, interface, budget and cost, quality, human
resources, communication, risk, procurement, environment, labour management plan,
taking over plan, workmen’s accommodation/villages, etc. Detailed requirements for some
of these plans are included in this specification. The PMP should also highlight the interface
related data / works requirement deadlines.

The PMP should reflect the holistic thinking process of the Contractor for the successful
completion of Works from the commencement until completion including all interface with
other Package Contractor.

3.1.3 Contractor’s Project Management Plan

The Contractor shall employ on this Project, a competent team of managers, engineers,
designers, technical staff, etc. so as to complete the Works satisfactorily as per the various
requirements of the Contract. The Contractor shall submit his proposed staffing plan and
organization to the Employer for review and approval within forty-five (45) days from the
issue of Letter of Award, which shall include:

(a) The Contractor’s proposed Staff Organization in chart form showing the names of his
proposed staff for each position;
(b) CVs of the Contractor’s proposed Key Staff with adequate details and copies of
documentary proof for the individual’s qualifications and experience (with contract titles,
position(s) held) and dates to substantiate that he/she is competent for undertaking the
proposed position;
(c) The scope of responsibilities of each staff member and the reporting lines between
individual staff;
(d) The documents that each Key Personnel staff is authorized to sign on behalf of the
Contractor.

The Staff Organization shall cover the Contractor’s Key Staff, as well as other working-level
staff, with a narrative of the authorities and responsibilities of each staff member in execution
of the Works, whether on site or in office locations, or in deciding technical details of the
Contractor’s submittals.

Each member in the Contractor’s Staffing Proposal, including the Key Staff, shall be
allocated to this Contract on a full-time basis on site until the activities that he is responsible
for, have already been completed. Should it be necessary to replace Key Staff, before the
activities he is responsible for have been completed, the Contractor shall submit the CV of
the proposed substitute to obtain the Notice of No Objection from the Employer, at least 30
days before the proposed change. The substitute shall not be less qualified or experienced
than the person he is replacing.

All the Key Staff should have minimum overall experience (in terms of years), minimum
similar work experience (in terms of years).

3.1.4 Contractor’s Project Organization and Staffing

The Contractor shall employ the appropriate level of suitably qualified and experienced
personnel, having competencies in preparing integrated project programme, cost, resource
allocation, and establishment of a baseline plan for monitoring and performance
measurement.

Page 17 of 70
Volume II, Section-4A VMCBTPL

77 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Contractor’s Project Controls will be executed on the Employer’s programmes through
integration of the following:
(a) Time Management;
(b) Cost Management;
(c) Resource Management;
(d) Change Management;
(e) Performance Measurement;
(f) Reporting.

The Contractor’s Project Controls must include work breakdown structures, organizational
breakdown structures, milestones, cost and programme information, risk, scope and
deliverables in sufficient detail to allow a schedule baseline to be set at a level that facilitates
visibility of performance and ease of reporting.

The Contractor shall develop the Contract Price into the budget baseline and define the
resources (labour, plant/equipment, material, subcontract and overhead) required to deliver
the Contract Scope at the lowest level of Work Breakdown Structure (WBS). Individual WBS
elements are broken down to align with the integrated schedule activities and each activity
is broken down and coded by cost elements.

The Contractor is required to ensure that schedule and execution risks are supported with
mitigation measures. The Contractor shall establish and use quantifiable performance
measurement tools and Key Performance Indicators (KPI) for each stage of the Contractor’s
Project Management process. KPIs are to be reported on a weekly and monthly basis in
accordance with the Employer’s requirement and must address all foreseeable contract
risks and give early warning of Project performance.

3.1.5 Contractors Emergency Contact Details

Prior to commencement of construction Works, the Contractor shall provide to the Engineer,
and all other relevant government agencies, the 24 hour contact telephone number of two
(02) persons with authority over the Works during the construction period. The persons shall
have authority to take immediate action to shut down any activity, or to affect any emergency
measures as directed by the Employer or any other relevant government agencies.

3.2 Construction Progress Documentation

3.2.1 Detailed Construction Sequence and Methodology

The Contractor shall be responsible for scheduling, actions, personnel, materials and all
other aspects of the works (for design and construction) necessary to achieve completion
of the whole of the Works within the Time for Completion and subject to the restrictions
contained in this contract, including granting of Right of Access to the site areas and use.
Along with the submission of the detailed programme, the Contractor shall submit to the
Engineer for approval, the detailed design and construction work sequence and
Methodology (including mechanical equipment proposed to be used), sequence of various
activities, key milestones (including priority works) and the overall schedule from Contract
start to completion of all works.

Page 18 of 70
Volume II, Section-4A VMCBTPL

78 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Detailed Construction Programme and Methodology shall be consistent with the overall
sequencing of the Construction Methodology submitted in the Contractor’s Tender and shall
provide additional details of the Contractor’s proposed method of construction and
sequence of work. The Works shall be planned such that proper site safety, drainage and
free flow of traffic are maintained at all times. The Contractor’s works sequence and
scheduling shall conform with any additional construction sequence or phasing
requirements and shall include due allowance for all inspection, testing and document
review requirements nominated on the drawings and/or elsewhere in this specification.

3.2.2 Contract Programme

(a) The required time for completion of the works is stated in the Appendix to Tender.

(b) The Contractor shall submit a Detailed Time Programme (DTP) to the Employer for
acceptance as required under this Contract.

(c) All programmes submitted to the Employer (including: the 120 days Preliminary
Programme; the DTP and including any subsequent updates or revisions to the
aforementioned documents), must be prepared and maintained using Primavera P6
version 7.0 or Microsoft Projects (latest version). Evidence of the Contractor’s
Planner’s ability in the use of P6 or MS Project shall be required to be submitted prior
to submittal of the programme.

(d) The DTP prepared by the Contractor is to have a WBS based on information provided
by the Employer. The logic and activity sequence of the DTP should also follow the
Critical Path Method (CPM) standard. The WBS shall be used for design
submissions, shop drawings, procurement, subcontractors, and construction,
inspection, commissioning and Taking-Over operations.

(e) The DTP shall identify submission dates of Work Method Statements (WMS), various
interfaces and other key deliverables as identified in the specifications.

(f) The Contractor shall allow for twenty one (21) days review time by the Employer of
all submittals within the DTP.

(g) The DTP shall at all times accurately reflect the Contractor’s current plan for the work
and shall be the primary tool utilized by the Contractor to document the progress of
the works and to communicate the timely completion of the Works.

(h) The Contractor’s monthly progress reports (Monthly Reports) and applications for
Interim Payment Certificates must incorporate an updated DTP indicating work
activities and status in accordance with the requirements of this specification.

3.2.2.1 120-day Preliminary Programme

The Contractor shall submit a 120-day Preliminary Programme within 20 calendar days from
the issue of Letter of Award. The Preliminary Programme shall show in adequate detail, to
the satisfaction of the Employer, all the activities that the Contractor will undertake during
the first 120 days from the Commencement Date. The Contractor shall update and maintain
the Preliminary Programme on a weekly basis. The Contractor shall extend the duration of
the Preliminary Programme and maintain the weekly updates until the Contractor’s DTP
(Baseline) is accepted by the Employer.

Page 19 of 70
Volume II, Section-4A VMCBTPL

79 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.2.2 Contractor’s Detailed Time Programme (DTP)

The Contractor shall submit the detailed time programme to the Employer in accordance
with the requirements of the Contract and subject to the additional requirements of this
Specification.

The work programme shall be submitted in both A1 hard copy (two copies) and MS Project
electronic format or other form approved by the Employer. Electronic copy shall be provided
via Email or as instructed by the Employer.

The work programme shall be consistent with the overall sequencing of the programme
submitted in the Contractor’s Tender and shall provide additional details of the Contractor’s
proposed design timelines and method of construction and sequence of work including but
not limited to the following:

(a) All design phases with review time and re-submissions.

(b) All physical work to be undertaken in the performance of the Contract obligations,
including Temporary Works.

(c) All major activities including design.

(d) The requested date for issue of any information by the Employer.

(e) Incorporation of principal aspects of design programme and design submission


programme.

(f) Due time allowance for review by the Employer of the Contractor’s submissions, as
well as the subsequent amendment and re-submission by the Contractor in the design
review and comment process.

(g) Time required for gaining any permits, permissions or approvals from government or
statutory authorities as may be required under the Contract.

(h) Time required for the submission and approval of materials, procurement of critical
materials and equipment, fabrication of special products/equipment etc.

(i) All activities of the Employer that are likely to affect the progress of the Works etc.

(j) Completion of priority works

(k) The Contractor shall provide a manpower histogram, which shall be extracted or
based on the cost/resource loaded programme.

(l) Off-site procurement and delivery activity durations shall not exceed 60 calendar
days.

(m) Manufacturing, inspection and shipping activities shall be broken down into sufficient
detail to allow adequate progress reporting.

(n) Sufficient allowance shall be made for preparation, submission and review of
submittals. Allowance shall be made for reworking and resubmitting major submittals
that may not receive an “Accepted” status at the first submission.

Page 20 of 70
Volume II, Section-4A VMCBTPL

80 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(o) All logical dependencies between the major activities.

(p) The time and sequence required for executing the Works broken down into activities
not exceeding one month.

(q) Dependencies between items of work as normally identified in Critical Path Analysis
methods in precedence GANTT form.

(r) The minimum duration of each item of work.

(s) All relevant time, site or other restraints including those imposed by the Tender
Documents.

(t) Milestones, including priority milestones, with their dates.

(u) The sequence of activities that form the critical path for the completion of the Project.

(v) The proposed human resources and plant for each item of work on the Critical Path.

(w) Interface requirements and/or dependencies with Works to be accomplished by other


adjacent contractors.

(x) Any work to be subcontracted with the name of the subcontractor identified.

(y) Points of interface between the Contractor and the Employer.

(z) All contract milestones, including inspections, Taking-Over, and testing.

(aa) Each separable portion of the Works if applicable.

(bb) Total float on all activities and the Critical Path.

(cc) Projected impacts due to severe weather including annual monsoon season.

The Contractor shall submit a narrative report with the DTP (Baseline). The Contractor shall
submit a proposed narrative format to the Employer for acceptance which shall include, as
a minimum, the following:

(a) Description of the Scope of the Works, including design and construction phases.

(b) Detailed description of the Contractor’s approach to design and construction,


including the sequencing and the execution of the Works (including any Phasing or
Staging as required by Contract).

(c) Description of the Critical Path.

(d) Any adjustments made to the Baseline since the issue of any previous issue of a DTP
report, and the date of the associated Employer’s confirmation of acceptance.

(e) Potential or anticipated issues that may affect progress.

Page 21 of 70
Volume II, Section-4A VMCBTPL

81 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(f) Lists of :

(i) Calendars used.

(ii) Lags used (only lags previously confirmed by the Employer can be included).

(iii) Constraints used (only constraints previously confirmed by the Employer can
be included).

(g) Graphs, histograms or lists indicating anticipated use of the following resources and
work shifts:

(i) Labour resources (design and construction (by site)) break up by major
competencies and/or trades.

(ii) Equipment resources (by site).

(iii) Principal Quantities (by site), (i.e. volume of excavation, volume of concrete,
tonnage of steelwork/reinforcement, area of formwork, length of pipe work,
etc.).

(h) Work shifts (e.g. single, double, or triple shifts).

(i) Work weeks (5, 6, or 7 day work week).

(j) Production rates.

(k) Holidays and special non-working days.

(l) Other details as appropriate or required by Employer.

The overall programme duration shall take into account all statutory holidays and any other
applicable construction industry or corporate holidays. It shall also show the impact of
seasonal monsoon periods.

The base unit of measurement of activity duration will be one calendar day. The Contractor
shall specify the normal weekly hours to be worked for all labour and major items of plant.

The Contractor shall indicate on the Activity/Time Chart, the critical path, and shall indicate
which activities (related to design and construction as appropriate) shall be undertaken on
a twenty-four (24) hour per day basis (if approved by the Employer) and show the time for
each activity in sufficient detail to enable an assessment to be made of the progress of the
activities toward completion of the Works.

If the Employer is of the opinion that the detailed time programme (DTP) submitted by the
Contractor does not enable the Employer to readily evaluate the Contractor's progress, the
Contractor shall, upon being so notified by the Employer, continue to submit amendments
(within seven days) of the DTP until the said programme is approved by the Employer. If so
required by the Employer, the Contractor shall amplify or further breakdown any part of the
design and/or construction phases of the programme.

Page 22 of 70
Volume II, Section-4A VMCBTPL

82 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Employer shall review the programme for its adherence to Contract and scope of works
but shall not be responsible to ensure that the programme will result in the required timely
completion of the Works.

At such time that the DTP is approved in writing by the Employer, it shall become and,
thereafter, be referred to as the approved Contract Programme. The Contractor shall adhere
to and perform the Works in accordance with the approved Contract Programme unless
otherwise agreed in writing by the Employer.

The Contractor acknowledges that the Employer will rely upon the approved Contract
Programme in co-ordinating other works within site.

3.2.2.3 Updates of Contract Programme

The Employer may, from time to time, direct the Contractor to supply to the Employer with
an updated contract programme. The Contractor shall within seven (07) days after the
receipt of such a direction supply to the Employer an updated contract programme and shall
continue to submit amendments of the contract programme until it is approved by the
Employer. The Contractor shall comply with the approved updated contract programme
when so approved by the Employer.

Once the first Contract Programme (Baseline) has been accepted by the Employer, the
Baseline version as included within this document (the ‘Original Accepted Baseline’,) must
be incorporated (un-amended), within all of the Contractor’s future Contract Programme
(DTP) updates and revisions.

If it is considered necessary to prepare, at a later date, any DTP revised baseline(s) each
revision must be submitted together with any substantiating information, to the Employer for
review and comment. The Contractor must not incorporate a revised baseline into any DTP
updates or any DTP revisions unless the Employer has provided written acceptance for the
revised baseline’s incorporation. All DTP updates and DTP revisions must incorporate the
original accepted baseline, in addition to any subsequently accepted revised baselines.

In the event of the Employer notifying his acceptance for the incorporation of a revised
baseline, then the Contractor must, as part of his next submitted DTP revision or DTP
update, identify each amended activity as part of the accompanying DTP narrative report.

3.2.2.4 Revision of Contract Programme

The Contractor may from time to time submit a revised Contract Programme with the
purpose of re-organisation of the execution of the works so as to enable the Contractor to
complete the works in the shortest practicable time. The revised Contract Programme must
first be approved by the Employer and, if and when, such approval in writing is given, the
Contractor shall comply with the revised Contract Programme.

3.2.2.5 Effect of Acceptance or Approval of Contract Programme

The acceptance or approval by the Employer of a Contract Programme, or revision thereof,


shall not relieve the Contractor of its obligation to complete the works within the contracted
time for completion and will not give rise to a variation under the contract.

Page 23 of 70
Volume II, Section-4A VMCBTPL

83 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.3 Construction Progress Reporting

During the performance of the design and construction Works, the Contractor shall submit
to the Engineer, progress reports as defined in this specification and in the format required
by the Engineer in both hard copy and in a digital format. These submissions will continue
until the Contractor has completed all work known to be outstanding at the completion date
stated in the Taking-Over Certificate for the works.

3.2.3.1 Daily Site Records

The Contractor shall maintain daily records of the number of each class of the Contractor’s
Personnel and of each type of Contractors Equipment on the site along with brief description
of the actual construction activities undertaken each day.

These records shall be kept in the form of separate pro-forma Daily Site Record Forms
corresponding to each day throughout the Works. The Contractor shall finalize the format of
the Daily Site Record Form with the Employer prior to the commencement of the design
works and construction works on site.

The Contractor shall present the Daily Site Record Form to the Engineer (or delegated
representative) each day for acceptance. The Contractor and the Engineer shall both sign
the Daily Site Record Form and each shall retain hardcopy of the signed form for record
purposes. Joint signature of the Daily Site Record Form shall be the responsibility of the
Contractor and if this is not signed for seven consecutive working days, the Engineer or his
authorised representative shall have the right to suspend the work of the Contractor.

3.2.3.2 Weekly Progress Reports

The Contractor shall submit at the end of each week to the Engineer a Weekly Progress
Report summarizing significant progress or problems encountered during the preceding
week in respect to all parts/phases of the works under the contract.

The Contractor shall finalize the format and content of the Weekly Progress Reports with
the Engineer prior to the commencement of works on site.

The Weekly Progress Report shall include a copy of the current approved contract
programme outlining progress to date for the major items of the Works, including a statement
of the Contractor’s programme for the following week and without restricting the generality
of the foregoing, shall include reasoned and detailed comments in respect to:

(a) Activities or items completed during the week, including dates of completion;
(b) Activities or items scheduled for completion during the week but not completed
(showing details of intended remedial action and comments as to likely effects on the
works programme);
(c) Changes to the critical path;
(d) Activities or items re-scheduled or re-estimated by the Contractor;
(e) Additional or deleted activities or items;
(f) Anticipated slippage or problems and proposed mitigation measures;
(g) Future up-to-date target dates for the finalisation of the items;
(h) Changes to the work programme duration;

Page 24 of 70
Volume II, Section-4A VMCBTPL

84 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(i) Planned percent complete;


(j) Actual percent complete;
(k) Date variance and percent variance.
The Weekly Progress Report shall also include but not be limited to:
(a) Progress for that week in terms of quantities and production rates.
(b) Key decisions required from the Employer in the next week.
(c) Major events for the upcoming week.
(d) Records of manpower and equipment compared to programmed requirements.
(e) Approved Daily Site Record Forms applicable to that week as a separate appendix.

3.2.3.3 Monthly Progress Reports

In addition to the Weekly Progress Reports, the Contractor shall submit each month within
seven (7) days of the last day of the period or the agreed cut-off date with the Engineer, an
overall Monthly Progress Report summarizing the contents of the submitted Weekly
Progress Reports for that month in respect to all parts of the Works under the contract. The
Report shall indicate the progress and financial status of the works of the previous month.
The Report shall accurately estimate the work completed on each activity, including design,
procurement, engineering and construction activities.

The Contractor shall finalize the format and content of the Monthly Progress Reports with
the Engineer prior to the commencement of the works on site. In addition to information from
the Weekly Progress Reports, the Monthly Progress Report shall also include, but not be
limited to:

(a) Executive Summary of previous month’s events including a clear summary statement
of the current progress position.
(b) Describe current Critical Path.
(c) Total work progress at the end of the previous month with progress chart showing
progress achieved as a percentage against planned progress.
(d) State existing status, rate of progress, estimated time of completion and cause of
delays (if any).
(e) Description of work accomplished since submission of previous progress
Programme.
(f) S-curves for physical progress against planned.
(g) Details of work for the next month.
(h) Safety and health performance reporting.
(i) Information regarding any design changes.
(j) Information regarding any variations.
(k) Details of inspections and approvals required to proceed with Work.
(l) Records of manpower, equipment etc. compared to programmed requirements.
(m) Information required from the Employer.
(n) Environmental Monitoring reporting, including separate Waste Management
reporting.
(o) Weather records.

Page 25 of 70
Volume II, Section-4A VMCBTPL

85 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(p) Records of delays and stoppages with supporting reasons.


(q) Value of work done.
(r) Actual and anticipated cash flow.
(s) Changes or additions to Contractors supervisory personnel since the preceding
progress report.
(t) Causes of any delays.
(u) Proposed actions by the Contractor to restore the programme, including what is being
done or what is planned to be done in each problem area.
(v) Identify anticipated problems or changes and present plan to deal with them so as to
minimize or prevent delays.
(w) Status of equipment and material deliveries.
(x) Submittals summary and status.
(i) Instructions summary and status.
(ii) Defects summary and status.
(iii) Schedule of warranties and guarantees.
(iv) Schedule of insurances and insurance claims.
(v) Subcontracts awarded in the previous month.
(vi) Cash Flow Estimate

Updates and revisions to required programmes and reports shall not modify or limit in any
way, the Contractor’s obligations to meet the Time for Completion.

Copies of the site progress photos for the month shall be provided in a separate appendix.

3.2.4 Contractor’s Design Work

It is the Employer’s intent that the Contractor will analyse the Employer’s Requirements
thoroughly and use their full creativity to complete the design. The Employer intends to allow
the Contractor maximum flexibility to design and produce a set of full, thorough and state-
of-the-art, sustainable facilities and infrastructure.

The Employer has provided the Employer’s Requirements in Section 4 & 5 of these
documents. These documents are intended to provide the Contractor with sufficient
information so as to clearly understand the Employer’s intent, goals and objectives in
execution of the works. The Contractor will be required to adopt the general concepts, as
provided, and expand and develop the same to produce complete, thorough,
comprehensive and high quality designs, working drawings, and specifications for review
and approval by the Employer. While developing the complete and final designs and
specifications, the Contractor shall review the concepts design and planning for betterments
or improvements which may be incorporated to better achieve the Employer’s goals and
objectives and which may result in overall improved functionality. These betterments, if any,
shall be submitted by the Contractor to the Employer/Engineer for review and for the
approval by the before the final design is completed.

3.2.4.1 General Design Obligations

The Contractor shall prepare the full and complete design and drawings for the Works as
per the Contract.

Page 26 of 70
Volume II, Section-4A VMCBTPL

86 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.4.2 Design Method Statement

Prior to the commencement of any design works, the Contractor shall submit to the
Employer for approval, as part of the 120-day Preliminary Program, a Design Method
Statement as outlined below describing how he intends to manage, control, programme and
carry out the necessary design work in accordance with his obligations under the Contract.
It will include:

(a) The proposed design organisation.

(b) Programme of the design work.

(c) A Design QA/QC plan, certification and procedures.

(d) An integrated schedule of staged/segmented, sequential design, construction and


supporting activities that results in the earliest possible completion and Employer’s
Taking-Over of the complete Works.

For each stage, the Contractor will submit a design package that has all of the
elements/components required for 100% design of the stage. All planning documents,
calculations, applicable codes and specifications, design guidance and ready-for-
construction drawings with complete construction details, must be included.

3.2.4.3 Design Requirements

Design requirements are contained in multiple parts of the Contract Documents. The
Contractor shall scrutinise all of the documents to ascertain all of the design, design process,
design quality and design management requirements for inclusion in the Design Method
Statement.

The Contractor shall be deemed to have scrutinised, prior to the Commencement Date, the
Design Criteria, Specifications and Drawings and all subordinate and supporting
documents. The Tender Documents contain concept design drawings and specifications
provided by the Employer. The Contractor shall use these concept drawings and
specifications provided and develop them further in parts and in the whole to full and final
design, ready for construction purposes. The Contractor shall be responsible for the design
and specifications of the whole of the Works. They are also responsible for the redesign and
re-specification of all parts of the Works described in the Tender issued by the Employer that
are affected in any way by the designs of the Contractor, and for the accuracy of that part of
the Specifications and the Drawings relating to such design (including design criteria and
calculations).

The Employer shall not be responsible for any error, inaccuracy or omission of any kind in
the Design Criteria, Concept, Specifications or the Drawings as originally included in the
Contract and shall not be deemed to have given any representation of accuracy or
completeness of any data or information, except as stated specifically. In the event of, if
finding a discrepancy, difference or conflict between documents, then the resolution, thereof,
shall be interpreted and applied to the benefit and in favour of the Employer. Any data or
information received by the Contractor, from the Employer or otherwise, shall not relieve the
Contractor from his responsibility for the full, thorough and complete design of that part of
the Works to be designed by the Contractor as required under the Contract and for the
execution of the Works.

Page 27 of 70
Volume II, Section-4A VMCBTPL

87 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.4.4 Contractor’s Designer(s)

The Contractor shall carry out, and be responsible for, the full and complete design of the
Works. Design shall be prepared by a qualified design firm or a consortium of design firms
jointly complying with the following criteria:

(a) Successfully completed detailed design pertaining to conveyor system/building &


utility works of similar magnitude over the past 7 (seven) years ending last day of
month previous to the Tender Due Date.

Unless otherwise stated in the Contract, the Contractor shall submit to the Employer for
review and approval the name and particulars of the design firm and the key personnel
proposed to be involved in design along with his technical proposal.

Within 15 days of Commencement Date, the Contractor shall re-submit the credentials of
design firm, who shall carry out the design works for this contract. The following shall be
submitted for the approval of the Employer;

(a) Profile, details and experience of the design organisation.

(b) Completion certificates confirming that the design firm meets the qualification criteria
as mentioned in 3.2.6.4

(c) Full and detailed CVs of persons proposed to be deployed.

Approval of the design firm shall be subject to the specific written approval of the Employer.

The Contractor warrants that he, his design firm, designers and design Subcontractors, if
any, have the experience and capability necessary for producing a complete, thorough and
quality design that meets or exceeds all Employers Requirements and complies with all
applicable codes. The Contractor is required to ensure that the key personnel of the design
firm shall be available to attend meetings and/or discussions with the Employer, as may be
required by the Employer, until the expiry of date of the relevant Defects Notification Period.

3.2.4.5 Contractor’s Documents

All Contractors’ Documents shall be submitted to the Employer for review in accordance
with the procedures outlined herein and in accordance with the requirements of the
Conditions of Contract.

The Contractor shall prepare all and any Contractor's Documents and shall also prepare
any other documents necessary for successful completion of the Works with required quality
and within established and approved schedules. Such preparation shall include review,
verification and warranting of the Contractor's Documents by Designer(s), approved by the
Employer as specified above. The Employer shall have the right to inspect the preparation
of these documents, wherever they are being prepared.

Contractor’s Documents shall comprise the following items and any other documents that
may be requested by the Employer:

Page 28 of 70
Volume II, Section-4A VMCBTPL

88 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(a) Design Basis

(i) This document shall provide all information which the Contractor intends to use
as the basis for preparation of approvals, construction drawings, monitoring and
construction specifications.

(ii) This document shall also detail the design parameters for each Material to be
used in the work, and shall include preliminary testing results which verify that
the available Material is in accordance with the proposed design parameters.

(b) Detailed Design, Construction Drawings and Specifications

(i) The design shall include full design calculations and drawings and shall provide
the full and detailed design of the Works showing the Contractor’s application of
the Employer’s Requirements and any other data the Contractor reviewed or
obtained, including details of any proprietary products to be used.

(ii) The design documents shall include structural analysis/design calculations and
Autocad drawings. Following is the list of all the deliverables for the components
mentioned in the Scope of Work Document.

a. Submit the deliverable schedule and get it approved from


Employer/Employer representatives i.e. Independent Engineer &
Engineer before ethe start of the Construction activities.

b. Prepare and submit design basis document (1 set editable soft copy)

c. Prepare and submit design calculations for all the components


/structures (Analysis Model, pdf copy, editable soft copy & Design
Excel Sheets)

d. All the calculations performed and prototype developed in excel shall


be the property of Employer and shall be submitted along with each
submission for approval of Engineer/Employer.

e. Submission of all drawings in (pdf & Autocad format).

f. Submission of Good For Construction drawings in (4 sets of Hard


copies, pdf & Autocad format.)

(iii) The drawings shall be the drawings which the Contractor intends to use for the
construction of the Works.

(iv) The specifications shall be the specifications which, when read in conjunction
with the drawings, shall describe the materials and workmanship to be used for
the construction of the Works.

(c) Testing and Monitoring Regime

(i) The Contractor shall submit with each part of his design, details of the testing
regimes that he will implement to demonstrate that the As-Built Works comply
with his design.

Page 29 of 70
Volume II, Section-4A VMCBTPL

89 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All Contractors’ Documents shall include revision numbering and issue dates.

As part of the Contractor’s 120-day Preliminary Programme, and the subsequently detailed
and maintained DTP, the Contractor shall submit all Contractor’s documents required as per
Employer’s Requirements, the DMP and other documents as required or directed by the
Employer. All design submissions will have been identified and contained in the Design
Method Statement.

3.2.4.6 Design Review

The Employer through Independent Engineer & Engineer will provide a high level review of
the design works and will also perform a structural review of the design of critical structures
performed by contractor’s designer(s), If on structural review by the Employer the design is
found to be acceptable, then the Employer will issue a notice of no objection.

The Employer’s high level review is for general compliance with the criteria, scope of work
and intent of the Contract in accordance with the Specifications and the Drawings. The
Employer’s high level review may not cover the technical or engineering part of the
Contractor’s Documents. The Contractor remains solely and totally responsible for the
thoroughness and quality of the Contractor’s Documents.

The Contractor shall depute their design engineers to the offices of respective approval
authority i.e. Independent Engineer & Engineer from time to time to provide clarifications
and obtain approvals as and when required.

3.2.4.7 Classification of Contractor’s Documents

Following review of the Contractor’s Documents, the Employer shall reply to the Contractor
with a classification of the Contractor’s documents as follows:

Classification
Definition Action by Contractor
Category
The Contractor’s Document is Contractor may proceed with
1
acceptable without comment. construction.

The Contractor’s Document is The Contractor shall make the


acceptable subject to changes changes requested prior to
2
or clarification requested by commencement of construction.
the Employer.

The Contractor’s Document is The Contractor shall revise the


unacceptable for the reasons document and re-submit to the
3 given by the Employer. Employer for further review.
Construction work shall not
commence.

Page 30 of 70
Volume II, Section-4A VMCBTPL

90 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.4.8 Design Review Process

The Contractor shall submit to the Employer all elements of the Contractor’s Documents
prior to commencing any work on Site.

Submissions shall be made in stages to the Employer appropriate to the Contractor’s design
development and in accordance with the agreed programme.

Unless otherwise stated in the Employer's Requirements, each review period shall not
exceed 21 days, calculated from the date on which the Employer receives a Contractor's
Document and the Contractor’s notice. This notice shall state that the Contractor's
Document is considered ready, both for review (and approval, if so specified) in accordance
with this sub-clause and for use. The notice shall also state that the Contractor's Document
complies with the Contract, or the extent to which it does not comply. No extension of time
shall be considered for any delay related to this review. No work shall start on site until the
Employer’s reviews achieve category “2” status.

If at any time, the Contractor makes a change to any Contractor’s Documents, the
Contractor shall re-submit the Contractor’s Document for further review and the above
procedure shall again be adhered to.

The Contractor shall acknowledge and accept any designs which were not prepared by the
Contractor and which form part of the Contractor's Documents and takes responsibility for
such designs as if they were prepared by the Contractor.

All submissions shall be in electronic format (AutoCAD + working calculation files plus record
copy in PDF format) and hardcopy. The design submission shall include detailed design
calculations, results / recordings of all investigation work, and detailed drawings.

The Employer may, within the review period, give notice to the Contractor that a Contractor's
Document fails (to the extent stated) to comply with the Contract. If a Contractor's Document
so fails to comply, it shall be rectified, resubmitted and reviewed again (and, if specified,
approved), at the Contractor's cost and time.

3.2.4.9 Quality Review

The Contractor is required to implement a highly effective and thorough QA/QC program as
stated in subsequent paragraph. The Contractor will ensure that the final design is complete
and thorough and meets all quality standards as contained in the Contractors Quality
Management Plan and meets the Employer’s Requirements.

Examination and/or approval by the Employer of any drawings or other documents


submitted by the Contractor shall not relieve the Contractor of his obligations,
responsibilities or liabilities under the Contract.

If the Employer instructs that further Contractor's Documents are required, the Contractor
shall prepare them promptly.

Nothing done or omitted by the Employer shall relieve the Contractor of his duty or
responsibilities or liabilities under the Contract.

Page 31 of 70
Volume II, Section-4A VMCBTPL

91 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.4.10 Contractor’s Undertaking

The contractor shall undertake that the design of that part of the Works to be designed by
the contractor will be in accordance with:

(a) The Laws, Regulations and Codes of the Country;

(b) All documents forming the Contract ; and

(c) All MoEF&CC requirements and obligations.

3.2.4.11 Technical Standards and Regulations

The design of the Works to be designed by the Contractor shall comply with the country’s
technical standards, building, construction and environmental laws, laws applicable to the
product being produced from the Works and other standards specified in the Employer’s
Requirements, applicable to the works, or defined by the applicable laws.

If changed or new applicable standards come into force in the Country after the prescribed
dates mentioned in Employer’s Requirements, the Contractor shall give notice to the
Employer and (if appropriate) submit proposals for compliance. In the event that:

(a) The Employer determines that compliance is required,

(b) The proposals for compliance constitute a Variation, and

(c) Then the Employer shall initiate a Variation in accordance with relevant Clause.

3.2.4.12 Design Error

If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects are found


in the Contractor's Documents, they and that part of the Works to be designed by the
Contractor shall, subject to the approval of the Employer, be corrected at the Contractor's
cost and time, notwithstanding any consent or approval under this Clause.

3.2.5 Notice to the Engineer

Unless specified otherwise or elsewhere in this Specification, the Contractor shall give the
Engineer not less than 24 hours’ notice in writing of the intended time for commencement
of any construction activities at site to enable the Engineer to make his arrangements for
the inspection of operations on the site.

The Contractor shall also give the Employer not less than seven (07) days’ notice in writing
of the commencement of any preparation, construction or manufacturing activity occurring
at the manufacturer’s or supplier’s site, or at a location not within the manufacturer’s or
supplier’s site, of any article or material to be used in the works, whether by the Contractor
or any Subcontractor, stating the time and place of the works such that the Employer may
make his arrangements for the supervision or inspection of such works at the manufacturer’s
or supplier’s site.

Page 32 of 70
Volume II, Section-4A VMCBTPL

92 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.6 Photographic Documentation

The Contractor shall arrange to take colour photographs throughout the works for the
purposes of recording the overall progress of the works and recording details of each aspect
of the Works or as otherwise directed by the Employer. The photographs shall be of
acceptable quality and shall be taken by a professionally competent person with a digital
camera having resolution in excess of 10 Megapixels and able to record the date of
photographs taken in the prints.

The Contractor shall submit to the Employer weekly via cloud drives each containing the
electronic files of each photograph taken as both, a) uncompressed, full resolution files and,
b) compressed, reduced resolution files suitable for attachment to email (i.e. <1MB per file).
The albums shall be kept by the Contractor and produced to the Engineer upon request and
shall be handed over to the Engineer at the completion of the Works.

3.3 Submittal Procedures

3.3.1 General

All Written Communications submitted by the Contractor as defined in the Conditions of


Contract shall have a unique sequential reference number to facilitate tracking of the
Contractors submissions and correspondence by the Engineer.

In addition to copies of Contractor’s submission to the Engineer, additional copies in both


hard and native soft copy format shall be made to the Engineer, as specified or requested
by the Engineer. The cost of submissions to the Engineer in all formats shall be deemed to
have been included in the Contract Price.

A Communication Matrix from each side shall be provided to setup a project communication
protocol. A Document nomenclature standards and list of submissions shall be prepared by
contractor and submit it to Employer/Engineer.

3.3.2 Requests for Information

Where the Contractor requires additional information or clarification in order to carry out the
Works, or where he identifies any ambiguity or inconsistency in the Contract Documents, he
shall immediately submit to the Employer a Request for Information (RFI). The response for
RFI shall normally be given within seven (7) days after receiving the same.

The Request for Information forms shall be provided with a sequential number or reference
to facilitate tracking by the Employer.

Page 33 of 70
Volume II, Section-4A VMCBTPL

93 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.0 REGULATORY REQUIREMENTS

4.1 Permits, Permissions and Statutory Approvals

The Contractor shall comply with all statutory obligations and regulations of relevant
Authorities including VPA/VMCBTPL and Departments of the Indian/State Government or
their representatives, statutory authorities or services or utility providers, or any other
relevant body or organisation with authority or jurisdiction in India relating to the execution
of the Works.

Where any conflict arises between the requirements of the various relevant authorities, the
more stringent provision shall apply subject to the agreement of the relevant authorities.

The Contractor shall allow sufficient time in his programme for the issue of any statutory
notices including those to the Port by the relevant Authorities which may be required prior
to the commencement of the relevant Works. The Contractor shall provide the Engineer with
evidence that the relevant Authorities have been notified of the proposed Works in
accordance with relevant regulations and ordinances.

4.2 Health and Safety Requirements

4.2.1 General

The Contractor shall comply with all health and safety requirements of the Contract including
statutory requirements, and any reasonable direction issued by the Employer’s safety
department or authorized personnel of the Employer from time to time. The Contractor shall
document, implement and maintain a safety system complying with international standards
acceptable to Employer.

All works shall be carried out in a safe manner and free from any danger and shall comply
with the relevant Laws regarding safety of the Works.

The Contractor shall take all precautions necessary to protect the health and safety of
persons where works may expose workmen and other persons on, or within the vicinity of
the site, to conditions which are dangerous or potentially dangerous to health, including the
noxious effects of dust, fumes, liquids, infection, fire, explosion, or other hazards. Any
identified hazard posing risk of bodily harm to personnel or property damage shall be
rectified immediately.

4.2.2 Health and Safety Manager

The Contractor shall have in place a qualified experienced and proactive Health and Safety
Manager approved by the Employer prior to commencing the Works. The Contractor’s
Health and Safety Manager shall have good communication skills (written and spoken). The
officer so designated shall be made known to all employees by the posting of his name,
designation and photograph in prominent positions on Site. Provision shall be made to
provide adequate communication with all members of the work force.

Page 34 of 70
Volume II, Section-4A VMCBTPL

94 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Health and safety Manager in addition to Employer, or any Employer’s representative,
shall have full written authority from the Contractor to stop work in the event that he deems
necessary or any condition which may pose ‘Imminent Danger to Life and Health’ (IDLH) to
any person or safety. He/she shall be fully familiar with pertinent safety requirements and
policy as contained in statutory requirements, the Employer HSE Plan, the Contractor’s HSE
Plan, and any other regulatory document pertaining to safety in the workplace in India.

4.2.3 Health and Safety Management Plan

The Contractor shall prepare and submit for approval a Health and Safety Management
Plan (HSMP) complying with the requirements of the Contract, the Employer’s HSE Plan,
and international best practice and with Indian and local laws and regulations and which
shall be implemented throughout the Works. The plan shall describe the responsibilities and
procedures for all aspects of the safety management on the Works and shall be capable of
regular audit throughout the course of the Works.

The Contractor shall submit the HSMP to the Employer within 28 days of the Contract
Commencement Date or at least 14 days prior to the intended commencement of any
permanent Works under the Contract, whichever is the earlier. The Employer will take
maximum 14 days for issuing comments (if any) to be incorporated by the Contractor.

The resolution of such comments on the HSMP submission to the satisfaction of the
Employer and the subsequent acceptance of the HSMP by the Employer shall constitute a
Hold Point on the commencement of any permanent Works under the Contract.

The Contractor shall ensure its HSMP include:

(a) Safety Policy Statement of Senior Management and a project responsibility matrix;

(b) Normal protocols for personnel requiring access into and out of working areas;

(c) Emergency plans (in line with existing Emergency and Disaster Management Plans
for the project) for all identifiable potential incidents such as fires, foundering, oil spills
and the like;

(d) Requirements for routine internal safety audits;

(e) Drills frequency and type. Drills shall be separated into those required for statutory
or insurance purposes and additional drills proposed for the Works. Vessels and crew
training shall meet the safety requirements of the Contract and all applicable
regulatory requirements or as indicated by Central, State or Local Government
statutory authorities and bodies;

(f) Emergency evacuation procedures, lifeboat and evacuation drills and other
emergency response equipment;

(g) Certification of crane drivers/vessel operators, in full compliance with Indian


requirements;

(h) Implementation of a procedure for random drug and alcohol testing of all of its
employees and staff throughout the execution of the Works to the satisfaction of the
Employer. The Contractor shall initiate a Drug and Alcohol Clearance Certificate
procedure. Such a certificate must be issued by an appropriate medical authority

Page 35 of 70
Volume II, Section-4A VMCBTPL

95 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

appointed by the Contractor for each employee before he or she commences work
on the site, and the certificate shall be re-validated following any leave period;

(i) Job Hazard Analysis. The Contractor shall provide written working procedures,
directions including Job Hazard Analysis or Job Safety Analysis (JHA/JSA) and
undertake drills on all equipment in order to ensure the safe and timely execution of
the Works. JHA/JSA, procedure revisions and drills shall be ongoing during the
course of the Works according to a programme approved by the Employer and set
out in the Health and Safety Management Plan; Based on JSA and anticipated risks,
mitigation measures for activities planned, based on hierarchy of control will be
developed and submitted to Employer for approval;

(j) Work over and on water specific risks and mitigations;

(k) Firefighting and emergency breathing apparatus;

(l) Hazardous and explosive materials register and storage;

(m) Project specific Contractor’s site safety instructions for Contractor’s Personnel,
Employer’s Personnel Visitors;

(n) Any onshore or offshore activities which cannot be undertaken 24 hours per day due
to safety or other constraints;

(o) Accident / Near Miss investigation procedures;

(p) Competency testing;

(q) Employee training;

(r) Tool Box Meetings, Work Area Inspections; Signage, First Aid facilities and trained
personnel;

(s) Equipment lock out procedures;

(t) Confined space access procedures;

(u) Auditing frequency;

(v) Reporting;

(w) Contractors Anti-Child Labour Policy or statement.

4.2.4 Cyclone Safety

Within fourteen (14) days of the Date of Commencement of Contract the Contractor shall
submit to the Engineer a Project Cyclone Plan for approval.

4.2.5 Training

All personnel shall be suitably qualified, experienced and trained by the Contractor for the
equipment or duty that they are engaged on.

Page 36 of 70
Volume II, Section-4A VMCBTPL

96 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Prior to their employment, all labour and staff shall be given a health check as per the
regulatory requirements and the Contractor shall keep health certificates of all employees.
Workers shall be screened for drug abuse and persons addicted to drugs shall not be
employed.

A sufficient number of the Contractor's employees who speak the language of the
State/region shall be fully qualified in first-aid so that first- aid will be immediately available
in case of accident at any time and at any place throughout the Site and any off-site camps,
housing or other facility. The persons so designated shall be made known to all employees
by the posting of their name, designation and photograph in prominent positions on Site.
Such first-aiders or medical service providers shall be trained.

4.2.6 Substances Hazardous to Health

The Contractor shall not use or generate any material in the Works which are hazardous to
the health of persons, animals or vegetation. Where it is necessary to use some substances,
which can cause injury to the health of workers/environment, the Contractor shall provide
protective clothing or other appliances for security of his workers or requisite control
measures to prevent effect on environment, as approved by the Engineer.

4.2.7 Safety Audits

The Contractor’s Head Office personnel qualified and experienced to do so, shall undertake
audits of the site management performance and project operations during the Works in order
to evaluate the degree of compliance of the Contractor’s site operations to the Contract
requirements for Health and Safety.

Audits shall be undertaken by an audit team. The audit team shall consist of the Contractor’s
Head Office Representative (team leader), a Representative of the Employer and Employer.
An audit agenda based on the Contractor’s commitments will be prepared and agreed prior
to the audit.

Any audit shall follow the normal procedure for this type of activity with an Entry Meeting,
the Audit and a Close-out Meeting where preliminary findings will be discussed direct with
the Contractor’s project staff. An audit report shall be prepared and agreed by the audit
team. Non-compliances shall be actioned by the Contractor.

Based on the audit, the audit team will issue an audit report, indicating the site Health and
Safety Performance based on performance indicators as internationally acceptable in the
industry. The Audit report will also have corrective and preventive action plan based on risk
grading. The contractor is to develop the findings closure plan and issue a compliance report
fortnightly based on findings and severity.

Contractor shall routinely audit the use of training aids and drills and provide training and
direction to the project management staff and to all supervisors and crews.

The Contractor’s head office personnel shall arrange regular audits of all project
management personnel against documented company procedures and Indian Occupational
Health and Safety Law and Regulations.

Page 37 of 70
Volume II, Section-4A VMCBTPL

97 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Employer shall be entitled to hold a Health and Safety audit of the Contractors safety
procedures and the practices on site at any time with no notice. The contractor shall provide
all required assistance to the Employer in this respect including access to appropriate
information, site areas and personnel. The costs of this assistance shall be borne by the
Contractor and no delays shall be attributable to such audit activities. Such audits will be
undertaken quarterly or six monthly as per Employers discretion.

4.2.8 Incidents and Accidents

Incident and Accident reporting and statistics shall be undertaken to the relevant Indian
Standard, Employer’s and Contractor’s requirements.

The Contractor shall send, to the Employer, details of any accident on or about the Site or
in connection with the execution of the Works, as soon as practicable and, in any event
within 24 hours after its occurrence. The Contractor shall also report such accident to the
appropriate Authority whenever such report is required by the Laws. In the case of any
fatality or serious accident, the Contractor shall in addition notify the Employer immediately
by the quickest available means. Investigation techniques of Root Cause Analysis (such as
Five Why, Causal tree Analysis or Fish bone Analysis, etc.) shall be used by the Contractor.

If an accident results in an injury to an employee or damage to equipment or release of


hydrocarbons from the vessel or requires evacuation of personnel from floating equipment,
oil spill clean-up, subsequent hospitalization of any individual or major repairs to equipment
the Contractor shall arrange for a qualified independent third party investigation and report.
The third party investigator shall be approved by the Employer.

A preliminary report shall be prepared and submitted to the Employer within 24 hours and a
detailed report shall be submitted within seven (7) calendar days of the occurrence of the
accident or incident. Should any construction activity need to stop work for:

(a) The duration of the investigation, attendance of witnesses etc.;

(b) Modifications to safety plan, Job Safety/Hazard Analysis;

(c) Modification and validation of work procedures;

(d) Government Agency inspections and procedures;

(e) Any other reason;

All costs associated with the delay shall be at the cost of Contractor.

The Contractor’s attention is drawn to the likelihood that any downtime resulting through
loss of life, limb or other serious accident or incident may be considered as prima facie
evidence that the Contractor’s Works and Safety Management Plan and or Environmental
Management Plan procedures and recruitment and training system are inadequate and/ or
deficient. The Employer and other Agencies may require a complete reworking and
independent audit of the Contractor’s safety system and job safety analysis sub elements
and environmental protection procedures. The cost of such delays and reworking of
procedures caused by such activities will be at the cost of Contractor.

Page 38 of 70
Volume II, Section-4A VMCBTPL

98 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.3 Environmental Requirements

4.3.1 General

The Contractor shall take all precautions for safeguarding the environment during the course
of the execution of the Works. He shall abide by all laws, rules and regulations in force
governing pollution prevention/abatement and environmental protection that are applicable
in the area where the Works are situated/ carried out.

The Contractor shall observe and comply with all environmental requirements (including all
applicable laws, regulations and any requirement of any relevant Authority (central/state or
regional regulatory authority) and any directions of the Engineer), the requirements of the
Environmental Clearance and other Permits for the permanent Works as held by the
Employer and any other requirements that apply to the Site.

The Contractor shall implement technically and financially feasible and cost effective
measures (cost-effectiveness is determined according to the capital and operational cost
and financial benefits of the measure considered over the life of the measure) for improving
efficiency in its consumption of energy, water, as well as other resources and material inputs
during the execution, with a focus on areas that are considered for Work activities.

The Contractor will avoid the release of pollutants or, when avoidance is not feasible,
minimize and/or control the intensity and mass flow of their release in compliance with
regulatory requirements. This applies to the release of pollutants to air, water, and land due
to routine, non-routine, and accidental circumstances with the potential for local, regional,
and trans boundary impacts (if any). In case of any contamination (soil/groundwater/marine),
Contractor shall be responsible for adequate clean-up (remediation) in consultation with
Engineer.

The Contractor shall be responsible for any environmental impact(s) due to its operations
and shall be liable to undertake remedial measures in consultation with the
Employer//regulatory authorities as the case may be.

4.3.2 Construction Environmental Management Plan (CEMP)

The contractor shall submit a Construction Environmental Management Plan within 28 days
of the Contract Commencement Date or at least 14 days prior to the intended
commencement of any permanent Works under the Contract, whichever is the earlier. The
Employer will take maximum 14 days for issuing comments (if any) to be incorporated by
the Contractor.

Permits: Contractor, in consultation with Employer, shall ensure that all applicable
Permits/Licenses/Certificates/No Objection Certificate required for construction works shall
be obtained prior to commencement of works.

The Contractor shall ensure that applicable Permits (as and when applicable) are obtained
well on time and provide copy of application submitted along/or with license obtained to
Employer. The Contractor shall ensure that the permits are valid at any given point of time.

CEMP shall include the following:

i. Adequate precautions shall be taken during transportation of the construction


material so that it does not affect the environment adversely.

Page 39 of 70
Volume II, Section-4A VMCBTPL

99 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

ii. All the recommendations mentioned in the EIA/EMP shall be implemented.

iii. The Contractor shall undertake monitoring of various aspects through an agency
approved by MoEF&CC / CPCB /VSPCB or as defined in the permits obtained by the
Contractor and furnish reports to the Employer.

iv. Notification of Accident/Incident: State Pollution Control Board, Visakhapatnam


(VSPCB) shall be kept informed of any accident of unforeseen act or event as a result
of such water or air is being polluted.

v. If noise and gaseous pollutants exceeds permissible limits, the Contractor shall
propose and implement mitigation plan as per approval of the Employer.

vi. The Contractor must take all reasonable steps to minimize dust nuisance during the
construction of the Works.

vii. Any structural damage caused to the existing roads by the Contractor’s construction
equipment shall be made good by the Contractor without any extra cost to the
Employer. The wheels of the vehicles which are carrying construction material /
demolished material are to be cleaned before entering the main road of the Naval
Base.

viii. Dumping of debris in or nearby water bodies shall be strictly avoided. Waste products
shall be collected, stored and taken to approved disposal sites as per norms.

ix. Noise, Vibration, pollution measuring instruments to be calibrated properly and


certificates to be produced while conducting test

4.3.3 Air Emission Management

The Contractor must take all reasonable steps to minimize dust nuisance during the
construction of the Works.

All existing roads used by vehicle of the Contractor or any of his sub-contractors or suppliers
of materials or plant, which are being used by traffic, shall be kept clean of all dust/mud or
other extraneous materials dropped by the said vehicles or their tyres. Similarly, all dust/mud
or other extraneous materials from the Works spreading on these roads shall be immediately
cleared by the Contractor.

Clearance shall be affected immediately by manual sweeping and removal of debris, or, if
so directed by the Employer, by mechanical sweeping and cleaning equipment, and all dust,
mud and other debris shall be removed entirely from the road surface. Additionally, if so
directed by the Employer, the road surface shall be hosed or watered using suitable
equipment and adequate records of same shall be maintained.

Compliance with the foregoing will not relieve the Contractor of any responsibility for
complying with the requirements of all relevant authorities in respect of the roads used by
him.

Monitoring plan developed as part of CEMP shall include the following elements on air
emissions management.

Page 40 of 70
Volume II, Section-4A VMCBTPL

100 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(i) Monitoring to be for PM2.5, PM10, SO2, Pb and NOX, Ambient air quality, shall be
carried out at one station (by Employer/ Employer representative) in the project site
and the corrective measures to maintain the standard limit shall be in the scope of
Contractor.

(ii) Procedure for regular monitoring should be installed to ensure that emissions from
DG sets are well below the prescribed emission standards for DG sets.

(iii) The Contractor shall maintain log books to reflect working condition of Pollution
Control Devices (PCDs) and also self-monitoring results and keep it open for
inspection.

The Contractor shall ensure sprinkling of water on roads or Project area where general dust
emission is high, especially if the construction area is near the residential areas.

Procedure for selection of construction vehicles/ machinery and maintenance shall be


developed by the Contractor and shall include the following:

(i) Vehicles are to be attached with latest pollution control measures and shall comply
with relevant IS. Pollution Under Check (PUC) certificate of all vehicles to be
maintained and kept.

(ii) Ensure vigorous maintenance and stringent overhauling to minimize gaseous


exhaust fumes of dumpers, shovel and other heavy machineries. Develop preventive
maintenance schedule of vehicles and submit compliance status at six monthly
intervals.

4.3.3.1 Air Quality Monitoring

Air Quality monitoring in Construction areas shall be undertaken by the Employer/Employer


representative and the corrective measures & compliance with EIA guidelines shall be in the
scope of the Contractor.

Respirable dust sampler with gaseous sampling attachment to be used for sampling of air
for PM2.5, PM10, SO2, NOx for a period of 24 hours duration. Sampling analysis will be
carried out as per IS-5182:1999, Indian Standards for measurement of air pollution.

4.3.4 Water and Waste Water Management

4.3.4.1 Water usage

Contractor shall ensure the following for water usage in general for domestic and works:

There shall not be any groundwater drawl within CRZ area. Provision for water from other
sources other than groundwater shall be ensured. No ground water is to be utilised for any
construction activity.

4.3.4.2 Industrial Effluent Management

Workshop effluents: Effluents generated by servicing of the vehicles contain pollutants such
as suspended solids, oil & grease. Oil and grease trap shall be provided to such effluents.

Settling tanks shall be provided for cleaning the waste water from the site workshop.

Page 41 of 70
Volume II, Section-4A VMCBTPL

101 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Effluent shall be discharged only to the place mentioned in the CEMP or else effluent to be
discharged only on land after treatment for sprinkling or horticulture within the site. No
discharge in the sea or any other receptor shall be undertaken until or unless permitted by
the CPCB/VSPCB.

Water Quality Monitoring: The Employer shall engage VSPCB / CPCB/MoEF & CC
approved laboratory to undertake monitoring and the corrective action will be taken by
Contractor.

4.3.5 Noise Management

4.3.5.1 General Requirements

Installation and operation of Diesel Generator (DG) set shall comply with the guidelines of
CPCB. DG Installation Certificate from Electrical Inspectorate shall be obtained.

Acoustic enclosures shall be provided to control noise levels. Necessary Acoustic


enclosures or measures to control noise levels generated from the DG sets shall be installed
by the Contractor as per Environment Protection Rules, 1986. In case DG set is
manufactured before 2005, the Contractor shall ensure acoustic enclosure conforming to
CPCB requirements.

Ambient noise levels should be strictly maintained within the standards by adopting
appropriate techniques.

Exposure time of the workers to the higher noise level shall be reduced.

Steps shall be taken to control noise levels so as to maintain ambient air quality standard in
respect of noise as laid down in Air (Prevention and Control of Pollution) Act, 1981. Regularly
monitoring and maintaining DG sets (six monthly) shall be done and it shall be ensured that
the noise level does not reach outside the site premises.

Regular preventive maintenance shall be undertaken and records maintained.

4.3.5.2 Noise Monitoring

Adequate measures shall be taken for control of noise levels below 85 dB(A) in the work
environment.

Noise generated in the premises shall be within the prescribed limit 75 dB(A) during day and
70dB required during night time.

Ambient noise quality monitoring shall be carried out.

While installing any new DG set (manufactured after January 2005), the maximum
permissible sound pressure shall be 75dB(A) at 1m from the enclosure surface.

Compliance with standards stipulated shall be followed for ambient noise.

Noise levels to be monitored between 06:00 a.m. and 10:00 p.m. for daytime and between
10:00 p.m. and 06:00 a.m. for night-time.

Page 42 of 70
Volume II, Section-4A VMCBTPL

102 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Contractor shall ensure use of vehicles/ equipment with lessor noise pollution potential
which shall include the following (but not be limited to) the following:

(i) Construction techniques and machinery shall be selected to minimize noise.

(ii) The Contractor shall use equipment and vehicle that are in good working order, well
maintained and have noise suppression equipment (e.g. Mufflers, noise baffles) in
tact and in working order.

(iii) The noise level during pilling activity shall be kept minimum through proper
lubrication, muffling, and modernization of equipment.

(iv) Construction vehicles to be used shall not emit noise greater than 90 dB (A) for eight
hour operation shift.

The Contractor shall ensure that the siting of construction machinery/equipment shall
comply with the following:

(i) At construction sites within 150 m of human settlements, if any, noisy construction
shall be stopped between 10:00 pm and 6:00 am.

(ii) Noise producing sources such as the concrete mixers, generators, etc. shall be
provided with noise shields around them. The noise shields can be any physical
barriers, which provide adequate attenuation of noise levels.

4.3.6 Waste Management (including hazardous waste)

The Contractor shall implement procedures and processing to pursue a goal of “zero” waste
discharge from his construction activities. This will require that the Contractor employ
sustainable concepts and practices including recycling, re-use, segregation, and others to
minimize, if not eliminate, material and substances into the waste stream. General Measures
to include but not be limited to the following:

(i) There shall not be any disposal of effluent/solid waste etc. into the sea.

(ii) Solid waste shall be segregated from hazardous waste/municipal solid waste and
stored separately till treatment/recycling, re-use.

(iii) All solid waste generated from the construction and domestic activities shall be
collected, treated and disposed in such a manner so as not to cause environment
pollution.

(iv) If no other use is identified for construction waste, it shall be dumped in selected pits,
developed on infertile land, if approved by the Employer.

(v) Solid Waste generated at sites are to be collected and processed for recycling/re-
use wherever possible. Disposing it off landfill site should only be a last resort.

(vi) Selection of disposal sites shall be carried out in consultation with VSPCB, revenue
department and forest department in order to ensure that no natural drainage,
productive lands or natural habitat is adversely impacted due to disposal of waste.

(vii) Segregation of biodegradable and plastic wastes shall be done.

Page 43 of 70
Volume II, Section-4A VMCBTPL

103 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.3.7 Marine Environmental Management

Under no circumstances shall, materials including construction debris from the Works under
the Contract, be allowed to pollute, or fall into any river, creek. All such material shall be
promptly recovered and removed by the Contractor at no cost to the Employer. Floating
debris within the site arising from any source shall be collected and disposed appropriately
by the Contractor at regular intervals as agreed by the Employer. Floating debris shall be
prevented from dispersing outside the Project Site limit.

The Contractor shall keep the Employer indemnified against the cost of any clean-up due to
pollution of the marine environment or any Socio-economic and other aspects management.

No explosives shall be used in construction works. The Contractor shall develop


management system as part of CEMP, which shall include:

(i) Implementation and communication procedures.

(ii) procedure for submission of monthly report on number of complaints received,


number of days of resolution, pending complaints and associated reasons for
pendency.

During the construction phase, the proposed construction activity shall be notified by the
Contractor, as per the direction of the Employer. Prior to commencement of construction
activity, local residents and fishermen shall be advised about the installation, period of
installation and associated activities.

4.3.8 Socio-economic and Other Aspects Management

The Contractor shall take into consideration the following socio-economic aspects:

(i) Use of local labour to the maximum extent

(ii) Use of district hospital for medical facilities.

(iii) Complaints received by locals or other evidence of illegal harvesting. Illegal


wood/vegetation harvesting to be recorded.

(iv) Providing drinking water to workers,

(v) Providing personal hygiene and first aid facilities,

(vi) Preference to local villagers for non-skilled jobs subject to their willingness.

The Contractor shall at all times during the continuance of the Contract comply fully with all
existing Acts, regulations and bye-laws including all statutory amendments and re-
enactment of State or Central Government and other local authorities and any other
enactments and act that may be passed in future either by the State or the Central
Government or local authority, including Indian Workmen's Compensation Act, Contract
Labour (Regulation And Abolition) Act 1970 and Equal Remuneration Act 1976, Employees'
State Insurance Act, 1948, Factories Act, Minimum Wages Act, Provident Fund Regulations.
Employees' Provident Fund Act and schemes made under same Act, Health and Sanitary
Arrangements for Workmen, Insurance and other benefits and shall keep the Employer
indemnified in case any action is commenced for contravention by the Contractor. If the

Page 44 of 70
Volume II, Section-4A VMCBTPL

104 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Employer is caused to pay or reimburse any amounts as may be necessary to cause or


observe, or for non-observance of the provisions stipulated here-forth on the part of the
Contractor, the Engineer-in-charge shall have the right to recover from the Contractor any
sum required or estimated to be required for making good the loss or damage suffered by
the Employer. Any clearances required from the labour department or ALC shall be arranged
by the Contractor.

The Contractor shall ensure strict compliance of all applicable labour laws of centre/ state
government by developing procedures (covering subcontractors also):

(i) Provision of minimum wages for construction workers as per the Visakhapatnam
State Government norms.

(ii) Ensure that the movement of fishing boats or fishermen communities shall not be
disturbed during operation of the project.

4.3.9 Monitoring

Monitoring of aspects as detailed in this Document shall be undertaken.

The Contractor shall develop a detailed monitoring plan as part of CEMP and the guidelines
of MoEF&CC.

All the equipment utilized for monitoring shall be duly calibrated as per approved QA Plan
of the Contractor.

Monitoring standards to be followed are detailed under detailed Standards and Formats of
Reporting. The Contractor shall ensure that for monitoring parameters, where national/
regional/ local regulatory requirements are silent, and compliance with the baseline values
as detailed in the EIA undertaken for the Project are compared. Compliance shall be
determined for such aspects based on baseline changes.

4.3.10 Organisation Structure

The Contractor shall ensure appointment of competent Environmental Officer(s), who shall
work in coordination with Employer, and his staff, for effective environment management
and implementation of CEMP.

The Environmental Officer(s) shall be responsible for:

(i) Preparing CEMP specific to work type and submit to the Employer for review prior to
commencement of work;

(ii) Ensuring compliance with regulatory framework and best practices as identified in
the CEMP;

(iii) Obtaining all pertinent environmental permits and approvals prior to commencement
of work onsite after due approvals from Employer;

(iv) Conduct continual checks for validity of environmental permits and approvals and
obtain necessary extension(s) in advance so as to ensure smooth flow of work;

Page 45 of 70
Volume II, Section-4A VMCBTPL

105 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(v) Ensure compliance with environmental monitoring as prescribed in Annexure-Check


off list, assess data, maintain records and generate timely reports for further
submission to the Employer;

(vi) Conduct regular checks for compliance against management measures and address
environmental concerns onsite. Additionally, report any noncompliance to the
Employer;

(vii) Provide training to working staff and initiate sensitization sessions on environment
practices to be followed onsite for effective environment management; and

(viii) Inscribe corrective action measures into existing environment management structure
and ensure compliance to the same with approval from the Employer.

(ix) Actively participate in Environment Management Cell meetings and provide status of
implementation of Construction Environment Management Plan, associated
monitoring activities, difficulties/ issues in implementation, other aspects of
importance, etc.

(x) Working with and through the Employer, liaise with Visakhapatnam State Pollution
Control Board, District Collector and other agencies on all matters concerning
pollution affecting establishments and units.

(xi) Coordinate activities towards award of environment protection incentives.

(xii) Meet regularly with the Employer, and/or his staff, and Employer as requested. The
Employer shall organize regular coordination meetings for passing of information,
reporting of issues, review of current and upcoming events, status of open issues,
coordination and reporting of environmental concerns, reports, notices, etc. and other
matters relating to the Project and environmental aspects of the same.

(xiii) Adequate funds shall be earmarked for implementing Environment Management


Plan in a time-bound manner. The budget allocated shall not be diverted for any other
purpose. Capex earmarked for implementation of CEMP shall be submitted as part
of six monthly reports for review to Employer.

He/she shall be fully familiar with pertinent safety requirements and policy as contained in
statutory requirements, the Employer HSE Plan, the Contractor’s HSE Plan, and any other
regulatory document pertaining to safety in the workplace in India.

Page 46 of 70
Volume II, Section-4A VMCBTPL

106 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.0 QUALITY MANAGEMENT

5.1 Quality Management Program Requirements

The Contractor shall be responsible for all quality management in the planning and
execution of the Works. The quality management shall cover all stages of work such as
setting out, selection of materials, selection of construction methods, selection of equipment
and plant, deployment of personnel and supervisory staff, quality control testing, etc.

The Contractor shall be responsible for the following work under the quality provisions of
this Contract:
 Implementing their corporate Quality Management System in accordance with ISO
9001: 2015 and providing evidence of third party assessment and endorsement;
 Developing and implementing an effective and comprehensive Project Quality Plan
(PQP) to cover all Works under the Contract, whether permanent or temporary both
on-site and off-site;
 This PQP shall be submitted to “The Engineer” for his/her review and approval prior to
using in the contracted Works. The Contractor shall make changes and adjustments to
the PQP as recommended by the Engineer.
 Operating, maintaining and reviewing the Project Quality Plan and associated quality
management system procedures; and
 Keeping Quality Records in accordance with ISO 9001:2015.

The quality system shall incorporate quality system elements as follows:


 The quality system elements for all prepared designs for all permanent (where required
under the Contract) and temporary work incorporated in the Works shall be to ISO
9001:2008 Clause 7.3 ‘Design and Development’.

5.2 Project Quality Plan

The Contractor shall prepare a project specific Project Quality Plan in line with his ISO 9001
Quality System. The PQP shall be Contract-specific and shall include specific quality
practices, resources, activities and responsibilities relevant to the Contract Works.
Contractor shall refer to the Quality Management Plan prepared by Engineer.

The Contractor shall submit the PQP to the Employer within 21 days of the Contract
Commencement Date or at least 14 days prior to the intended commencement of any
permanent Works under the Contract, whichever is earlier. The Engineer will take maximum
7 days for issuing comments (if any) to be incorporated by the Contractor.

The resolution of such comments on the PQP submission to the satisfaction of the Employer
and the subsequent acceptance of the PQP by the Employer shall constitute a Hold Point
on the commencement of any permanent Works under the Contract.

5.3 System Element Procedures

Quality System Procedures shall be prepared to meet the requirements of ISO 9001:2008.
These Procedures and Instructions shall be submitted to the Engineer for approval 14 days
prior to the commencement of the relevant activity.

Page 47 of 70
Volume II, Section-4A VMCBTPL

107 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.3.1 Hold Points & Witness Points

Hold Points are those points beyond which the work may not proceed without review and
comment by the Employer.

Witness Points are those points beyond which the work may not proceed without approval
of the Employer.

As a minimum requirement, the specified Hold Points shall be included in the Inspection and
Test Plans where identified in the technical Clauses of the Specification by the words “to the
approval of the Employer”, “Employer for Approval”, “and “agreement of the Employer” or
similar.

The Employer may nominate additional Witness and Hold Points in the Contractor's
Inspection and Test Plans.

Where Hold Points are nominated, no work shall proceed unless agreed by the Employer.

For avoidance of doubt, the review by the Employer of any Hold Point or Witness Point will
not relieve the Contractor of any responsibility for the satisfactory execution or performance
of the work that is the subject of the review.

5.3.2 Documentation

In addition to the documentation required by ISO 9001:2008, copies of all relevant Codes of
Practice, Test Methods and Standards referred in the Specification including a copy of ISO
9001:2008 shall be kept on Site.

5.3.3 Inspection and Test Plans

Inspection and Test Plans (ITP’s) shall be prepared for each of all on- site and off-site
construction activities/processes for which the Contract requires inspections of test to be
performed. ITPs shall describe all inspections and tests required, the criteria for acceptance
and the person in charge and responsible for each inspection or test. ITPs shall note any
Hold Points or Witness Points that require the Employer’s approval or presence.

Proforma ITPs shall be submitted to the Employer for review and approval within 14 days
(unless specified otherwise) before the subject operation/activity is first undertaken.
Operations which are subject to inspection or test shall not commence until the relevant ITP
is accepted by the Employer.

The ITPs shall cover all inspection and testing required by the Contract and shall include
surveying and measuring verification processes, as well as sampling procedures. All quality
control laboratory tests shall be performed in accordance with the relevant Indian or other
standards approved in writing by the Employer for the relevant test. Test reports shall be
certified by an approved signatory.

The ITPs shall clearly state the times within which each activity will be completed. All test
reports shall be made available immediately on its receipt. Failure to produce satisfactory
test reports within the specified time may be considered to demonstrate that the work to
which the test report relates is unsatisfactory, and remedial work may be ordered to be
undertaken forthwith.

Page 48 of 70
Volume II, Section-4A VMCBTPL

108 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.3.4 Sampling and Testing

All sampling and testing required by the Contract or instructed by the Employer shall be
carried out only by such independent commercial testing facilities as may be approved by
the Employer.

The Contractor shall submit to the Employer the name(s) of the independent commercial
testing facilities that are proposed. The submission shall contain such data as is necessary
to fully demonstrate to the Employer that (each) such testing facility is adequately equipped,
supervised and staffed and has relevant previous experience. The testing facility shall obtain
the accreditation from the National Accreditation Board for Testing and Calibration
Laboratories (NABL) for the relevant tests unless otherwise approved by the Employer, and
where appropriate, shall be on a list approved by the relevant Authorities. The Contractor's
submission shall also include the lists of sampling and tests proposed to be undertaken by
the testing facility (or facilities) together with a statement for each test regarding whether it
is to be executed at the testing facility or elsewhere (including on Site). In the latter case,
and for all sampling, attendance of personnel from the testing facility shall be provided
during the sampling and/or execution of the test. Once any testing facility has been approved
in writing by the Employer, it shall be appointed by the Contractor and then will be termed
an Approved Laboratory for the tests listed within such approval.

The Contractor may propose to undertake testing at the Field Laboratory on Site, provided
these meet all the above requirements, and in particular that the testing facility is operated,
managed and staffed by independent commercial testing company. Should the Employer at
any time be dissatisfied with the quality of testing carried out at the testing facilities
established on Site, he may require such tests to be performed at a permanent independent
commercial testing facility away from the Site until such time as the Contractor can
demonstrate to the Employer‘s satisfaction that the necessary improvements have been
made at the testing facilities on Site.

Should the Contractor have reasonable cause to change testing facilities, he may propose
an acceptable alternative to the Employer. Should the Employer at any time have
reasonable cause to be dissatisfied with the performance of any Approved Laboratory, he
will so inform the Contractor who shall propose an acceptable alternative independent
testing facility. In either case, after receiving written approval of the new testing facility (and
upon completion of any test or series of tests already committed) the Contractor shall make
the necessary change in appointment. Costs, if any, of or associated with any such change
shall be borne by the Contractor.

The management of each Approved Laboratory shall nominate in writing the person or
persons who are authorised by them to sign test reports, and a copy of this authorisation
shall be sent to the Employer. No test report shall be accepted by the Employer as valid
without the signature of a person whom the Employer has been informed in writing, is so
authorised to sign test reports from that Approved Laboratory.

Where tests or other samples are required to be made, prepared or selected, such work as
is necessary to cut or otherwise make or prepare the selected specimen(s) shall be
executed by the Contractor under the supervision of the Approved Laboratory unless
specifically agreed otherwise by the Employer. If any test or sample preparation, making or
selection proceeds without such supervision they shall not be accepted and the work re-
executed. The Employer shall be notified prior to the carrying out of such work so that he
can be present. The Employer may also instruct that the Contractor carry out additional
sampling or testing in order to verify that the requirements of the Contract are being met.

Page 49 of 70
Volume II, Section-4A VMCBTPL

109 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Employer shall reserve the right to carry out his own independent sampling and testing
for the purposes of cross–checking and verification of the Contractor’s sampling and testing.
The Contractor shall provide all reasonable access to the Works for the Employer to carry
out such independent sampling and testing. Where the findings of the Employer’s
independent sampling and testing indicate a non-conformance with the Contract
Requirements, the Contractor shall immediately raise a Non-Conformance Report covering
the work represented by the non-conforming results.

Any additional sampling or testing related to replacement of damaged or lost samples, to


the methods of working or construction, to previously failed tests or any other cause
whatsoever, shall be executed by an Approved Laboratory.

The Contractor shall clearly identify methods of sampling and testing and the party or parties
responsible in the ITPs for the relevant construction activity.

5.3.5 Storage of Samples

Where samples are required by the Contract, the Contractor shall provide and maintain a
suitable facility or facilities to temporarily store such samples on Site. The samples shall be
kept as long as the Employer requires, and then taken to an Approved Laboratory (NABL
Accredited) for testing and/or disposed of, by the Contractor.

5.3.6 Inspection

The Contractor shall provide the Employer with access to all laboratories and other facilities
used for quality control tests such that it can be verified that the specified requirements are
being met.

5.3.7 Identification and Traceability

Unless otherwise specified, the acceptance of work shall be based on testing of the Works
in lots. All required samples and test results shall be identified with the precise field locations
and lots to which they relate.

The results of all tests shall be reported to the Engineer in a format agreed with the Engineer
within 7 days of the execution of the test or within the time required elsewhere in the
Contract, whichever is the sooner. All reports of tests carried out by Approved Laboratories
submitted to the Engineer shall be originals prepared by the Approved Laboratory and be
signed by a person authorised by the management of the Approved Laboratory.

All test samples shall be marked with a unique reference and in a manner such that the
reference will not be erased or otherwise lost prior to testing. Should it not be appropriate
for the samples to be immediately collected by the Approved Laboratory, the Contractor shall
deliver them to an approved sample store(s) on Site. Such sample store(s) shall be provided
and maintained by the Contractor. The Contractor shall provide and maintain within the
sample store(s), all necessary racks and/or equipment and keep them in good repair.

All quality records shall be traceable from the Inspection and Test Procedures to the
deliverable set.

Page 50 of 70
Volume II, Section-4A VMCBTPL

110 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.3.8 Records

The Contractor shall generate quality records covering all construction / execution activities,
field surveys, survey data reduction, data editing, data plotting and chart presentation.

Conformance records shall be stored and maintained such that they are readily retrievable
in facilities that provide a suitable environment to minimize deterioration or damage, and to
prevent loss. Records shall be retained progressively and handed over completely, within
four weeks of the issue of the Taking-over Certificate for the completed Works.

Conformance records shall be available at all reasonable times, and copies provided within
24 hours of receipt of the test results.

5.3.9 Non-Conformance

The Contractor shall notify the Employer of any product or service non-conformance.
Notification shall be submitted as Non-Conformance Reports (NCR) and shall indicate the
proposed method of rectification and shall be subject to acceptance by the Employer.
Additionally, the Employer may require the Contractor to raise an NCR for any work that is
in the opinion of the Employer not in conformance to the requirements of the Contract. The
Contractor shall prepare Standard forms for use as Non-Conformance Reports; the format
of these forms shall be agreed with the Employer prior to the Works.

Work which is the subject of a Non-conformance Report shall not be covered prior to
inspection and agreement with the Employer.

5.3.10 Surveillance and Audit

The Engineer, or his representative, shall carry out Quality Surveillance and Audits
(scheduled and unscheduled) to ensure conformance to the requirements of the Contract.
These will involve system element audits, product and service audits, and process and
technical procedure audits.

The audits to be undertaken will be in addition to the Contractor's audits and will not relieve
the Contractor of its responsibilities under the Contract. The Engineer will carry out audits
in accordance with ISO 19011:2011 at times to be determined by the Employer. The
Contractor will be given at least five (05) days’ notice that a quality audit is to be carried out.
The Contractor shall provide or arrange to be available all necessary facilities, documents
etc. including Subcontractors etc. for audits.

The Engineer may delegate all or part of its responsibilities to a Quality Assurance Officer.
The Contractor will be advised in writing of the name of this person, its organisational
position and authority, and of the delegations, which will apply.

5.3.11 SubContractors

The Contractor shall be fully responsible for integrating all Subcontractors’ Quality Systems
into its own Quality System or alternatively for arranging for the Subcontractor to work within
a Quality system developed and provided by the Contractor.

The Contractor shall be the single point of responsibility for the production, implementation
and auditing of the Quality System required under the Contract.

Page 51 of 70
Volume II, Section-4A VMCBTPL

111 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

6.0 TEMPORARY FACILITIES AND CONTROLS

6.1 Contractor’s Site Establishment Plan

The Contractor shall submit his own Site Establishment Plan to the Engineer for approval at
least seven (07) days prior to the commencement of any site establishment, temporary or
any other Works under the Contract.

This submission shall include confirmation of the Contractor’s intended date for the
commencement of site establishment and any other site work.

The Contractors Site Establishment Plan shall include figures or drawings and
accompanying notes detailing the proposed site establishment work (subject to the further
requirements of this section of the Specification) including but not limited to the following
items:
 Proposed temporary service/utility alignments, tapping points and evidence of
arrangements made for the use of such service with the relevant authorities;
 General layout of site fencing, site access points, stacking and storage of construction
material, other security arrangements;
 General layout of construction facilities including the Contractor’s field offices, sheds,
sanitary and first aid facilities, Field Laboratory and Engineers Office;
 Details of arrangements for emergency access/egress and evacuation points;
 General layout of work areas, batching plant, casting yards, fabrication or coating
workshops,
 General layout of any load out wharves or temporary marine Works and associated
navigation arrangements;
 Dust protection measures from adjacent bulk stockpiles of materials; and ;
 All other details relating to the site establishment as required under the Contract or by
any relevant authority.
6.2 Temporary Utilities

It is the responsibility of the Contractor to arrange and obtain permission from the relevant
Authorities for the installation, connection and disconnection of temporary services and
utilities such as power, water, and any other services the Contractor deems necessary to
execute the Works. The Contractor shall be responsible for all costs associated with the
supply of these services.
The Contractor shall make their own arrangement for Power & Water and lay
cables/pipelines from nearest connection points up to the Site at his own cost.
The Contractor shall submit details of the temporary service/utility alignments, tapping points
and evidence of arrangements made for the use of such service with the relevant authorities
to the Engineer for approval as part of his Site Establishment Plan.
The installation and operation of all temporary services and utilities shall comply with all
statutory and local authority standards and requirements.
The Contractor shall install and maintain CCTV arrangements at the Project Site including
the Construction Site, Storage areas, casting yard, fabrication yard etc.
No groundwater shall be tapped for any purpose.

Page 52 of 70
Volume II, Section-4A VMCBTPL

112 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All temporary services shall be removed and made good at the completion of the Works.
Any conduits, pipes and the like that are permitted to remain by the Engineer due to
construction constraints shall be clearly indicated on the “as-built” drawings.
6.3 Construction Facilities

6.3.1 Contractor’s Site Compound

The entire Contractor’s Site Compound (with 5 m high fencing) including Contractor’s site
offices, sanitary and first aid facilities, car parking, field laboratory, security facilities,
Engineer’s Field Offices and the like shall be confined within the area designated for the
Contractor’s site establishment.

The Contractor shall take all necessary measures to reduce dust from adjacent areas,
including from bulk stockpiles and batching plant by means of barriers or other suitable
systems. Special precautions are to be taken during the monsoon period taking into account
the prevailing wind directions.

The Contractor shall submit the proposed location and layout of the Contractor’s Site
Compound to the Engineer for approval as part of his Site Establishment Plan. No labour
camp is allowed at Site location.

The Contractor shall, make his own arrangements for the engagement of all staff and labour,
local or other, and for their payment, housing, feeding and transport.

6.3.2 Sanitary Facilities

The Contractor shall provide and maintain to the satisfaction of the Employer, sufficient
sanitary facilities and ablutions for all personnel engaged on the Works who shall use these
provided facilities exclusively. The Contractor shall be responsible for arranging for the
proposed handling and disposal of sewage from the site and for obtaining all required
permissions from the relevant authorities.

No sewage or effluent shall be discharged into any river, creek, backwaters or the waters of
the port. Sewage should be treated so as to achieve the required standards prescribed by
the applicable regulatory agencies and reused/recycled within the Works to the extent
feasible.

6.3.3 Provision of Field Laboratory

The Contractor shall submit the details of the Site Laboratory to be set up by him for the
successful completion of the Work. The Contractor shall obtain the approval of Employer
prior to commencement of such laboratory set up.

The Contractor shall establish and maintain a field laboratory sufficiently equipped to carry
out all field and laboratory testing required under the Contract as required for site control on
the quality of materials and the Works.

The Contractor shall provide the specified Field Laboratory (fully furnished and operational)
within 28 days of the Contract Commencement Date or at least 7 days prior to the
commencement of construction of any permanent Works under the Contract, whichever is
the earlier.

Page 53 of 70
Volume II, Section-4A VMCBTPL

113 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The field laboratory equipment shall be provided by the Contractor for the use of the
Employer and/or Engineer. They shall remain the property of the Contractor and shall be
returned to the Contractor within 28 days after issuing the Taking-over Certificate.

The Contractor shall be responsible for all aspects of maintenance and operation of the
Laboratories, including all associated costs with purchase, delivery, erection, calibration of
equipment, operation, including sampling, storage, curing and testing of materials, periodic
re-calibration of equipment, supply of consumables, recording and submitting test results to
the Engineer and removal on completion of the Works.

6.3.4 Provision for Engineer’s Office

DELETED

6.3.5 Provision for Security Operation

The Contractor shall be responsible for physical security of the assets and persons at his
Work Site. The security personnel deployment shall be carried out based on the
requirement. The security posture shall consist of security processes, guarding manpower
and technology control which shall be decided in consultation with the Employer.

All compliances need for manpower deployment shall be followed by the Contractor. All
supervisory control shall remain with the Employer.

6.4 Contractor’s Site Access Management Plan

The Contractor shall submit his Site Access Management Plan to the Employer for approval
at least 07 days prior to the commencement of any site establishment, temporary or any
other Works under the Contract. The Contractor shall follow the overall Project Site
Management Plan. Contractor’s Site Access Management Plan will be reviewed and
approved by the Employer.

The Contractor’s Site Access Management Plan shall include figures or drawings and
accompanying notes detailing the proposed site traffic management Works (subject to the
further requirements of this section of the Specification) including but not limited to the
following items:

(a) General methodology and route for accessing Site;

(b) Arrangement and approximate timing for the delivery of materials and equipment
throughout the course of the Works as well as any special arrangements or controls
for mobilisation of oversize plant or delivery of oversize equipment;

(c) Labour timing;

(d) Proposed internal construction traffic controls (signage, line-marking, signals etc.)
both for internal site roads and at interfaces with existing external roads;

(e) Any proposed temporary traffic controls for existing external roads that may be
necessary from time to time to facilitate delivery of materials or equipment to site or
any other Works on such roads; and

Page 54 of 70
Volume II, Section-4A VMCBTPL

114 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(f) Arrangement for marine access to marine construction work and Site Portions
including navigational arrangement, temporary aids to navigation, anchoring and
mooring arrangement.

The Contractor shall prepare the Site Access Management Plan with a view to minimizing
interference with existing traffic (both landside road traffic and marine traffic and shipping)
to and from the existing facilities in the vicinity of the site. All vehicles or marine craft using
the existing public roads/ waters external to the site shall comply with the prevailing local
and port rules and regulations as well as the requirements of any other relevant authorities.

The Site Access Management Plan shall identify such facilities as are necessary to ensure
that construction dust and debris is not carried onto the existing port/Naval roads,
thoroughfares or adjoining properties by vehicles leaving the site. Any damage or
disturbance caused by vehicles leaving the site shall be rectified immediately by the
Contractor to the satisfaction of the Employer.

The approval of the Site Access Management Plan by the Employer shall constitute a Hold
Point on the commencement of site establishment, temporary or any other Site Works under
the Contract as well as mobilization of plant and delivery of any materials or equipment to
the site.

Any request by the Contractor to change the agreed proposals shall be subject to the
agreement of the Employer.

Following shall be considered regarding the access to Project Site:

(a) Security clearances: Security clearances for personnel, vehicles, equipment for entry
shall be provided on best effort basis. Details of manpower to be employed shall be
atleast six working days in advance. Application shall include complete details of
personnel, photographs, UID No., permanent address, contact numbers and shall
mandatorily contain police verification certificates. VMCBTPL shall have the right to
undertake photography of personnel employed and undertake physical/electronic
search / frisking of body and equipment / materials / cargo.

(b) Security against Items or Damage: The Contractor shall be responsible for safety of
his stores / items / works. The Employer will not be responsible for the Contractor’s
stores / items / works.

(c) Entry / Exit: The entry / exit shall be as per the existing provisions in force and as
amended from time to time. The gates for entry / exit will be specified by the Station
Commander. A separate register shall be implemented / maintained by the Contractor
for movement of personnel and materials at the security gates. The data should be
made available to the Employer on a regular basis. The Project Site including
Contractor’s Work Area shall be fenced with 5 m dust proof protection with gates for
access.

(d) Identity Cards or Passes: The issuance of passes for personnel would be as per the
existing provisions, as amended from time to time.

Page 55 of 70
Volume II, Section-4A VMCBTPL

115 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

6.5 Temporary Barriers and Enclosures

The Contractor shall maintain fencing, employ watchmen and any other measures
necessary so as to maintain the security of the Field Office, Work Site, and all other facilities
related with this Contract, at all times pursuant to the requirements of Clause 4.22 of the
Conditions of Contract.

Temporary fencing shall be installed and maintained by the Contractor for the security of
plant, equipment and materials used in connection with the Works.

The temporary fence shall be completed as soon as practical following initial Possession of
the Site and removed immediately prior to issue of the Taking-Over Certificate for the Works
(or part thereof).

It remains the responsibility of the Contractor to establish the type of fencing that the
Contractor requires to separate the construction area from public areas, other sites and port
and to provide the level of site security/safety the Contractor deems necessary for the site
and work areas. A view cutter of 5 m height is required to be installed on the periphery of
the work areas.

Construction work shall be confined to areas within the fenced construction site area except
with the written approval of the Employer

6.6 Project Information Sign Board

The Contractor shall erect two signboards at prominent locations on the Site to identify the
site to occasional visitors. The size, layout and location of the signboards shall be agreed
with the Employer.

The Contractor shall not erect within or near the site or elsewhere on the Employer’s land
any sign or notice board without prior approval, except safety signs.

The Contractor shall dismantle, remove and dispose of all such signs off site upon issue of
the Taking-Over Certificate for the Works.

Page 56 of 70
Volume II, Section-4A VMCBTPL

116 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

7.0 PRODUCT/ MATERIALS REQUIREMENTS

7.1 Common Requirements

7.1.1 General

Materials to be used in the Work shall conform to the specifications mentioned on the
drawings, the requirements laid down in this section and specifications for relevant items of
work covered under these Specifications.

Only new products, materials or equipment shall be supplied for use in the permanent
Works. Pre-owned or pre-used products, materials or equipment shall not be supplied
unless specifically accepted in writing by the Engineer.

Products, materials and equipment to be incorporated in the permanent Works shall not be
used in any temporary Works prior to their incorporation into the permanent Works unless
specifically accepted in writing by the Engineer.

If any material, not covered in these Specifications, is required to be used in the Work, it
shall conform to relevant Indian Standards, if there are any, or to the requirements specified
by the Engineer.

7.1.2 Approval of Manufacturers and Suppliers

The Contractor shall submit details of the proposed source, manufacturer or supplier of all
products, materials or equipment to be used in the permanent Works to the Engineer for
approval. The details to be submitted by the Contractor shall include but not be limited to
the following:
 Name of the product, material or equipment to which the submission relates including
reference to relevant sections of the Contract Documents;
 Name of the proposed source, manufacturer or supplier;
 Certificates, test results or any other information or evidence demonstrating that the
proposed product, material or equipment confirms to the requirements of the Contract;
 Declaration that the product, material or equipment shall be supplied in accordance
with the requirements of the Contract including all specified markings and certificates;
 Instructions or directions for the handling, storage or usage of the product, material or
equipment from the source, manufacturer or supplier;
 Any other relevant technical details as may be required under the Contract or by the
Employer.
 Supply of hired/leased products, materials or equipment to be incorporated in the
Permanent Works is not allowed and the Contractor shall give an undertaking for the
same in the format to be provided by the Employer during execution stage.
The Contractor shall submit such details to the Engineer for approval at least 14 days prior
to placing orders for the subject product, materials or equipment. Irrespective of any such
approval, the Contractor shall remain responsible for the quality and conformance of the
subject product, material or equipment to the requirements of the Contract.

Page 57 of 70
Volume II, Section-4A VMCBTPL

117 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Once approved, sources shall not be changed without the written approval of the Engineer.
If it is found after trial that sources of supply previously approved do not produce uniform
and satisfactory products, or if the product from any other source proves unacceptable at
any time, the Contractor shall furnish acceptable material from other sources at his own
expense.

7.1.3 Samples

Where required by the Employer, the Contractor shall at his own expense, submit to the
Employer for approval, samples of any of the materials and components to be used in the
Contract Works. The quality of materials and components to be used in the Works shall not
be inferior to the approved samples.

Aggregates from the quarries shall be submitted by the Contractor to the Employer at no
extra cost.

Samples provided to the Employer or his representative for their retention are to be in
labelled boxes suitable for storage.

Samples required for approval and testing must be supplied well in advance at least 48
hours or minimum period required for carrying out relevant tests to allow for testing and
approval. Delay to Works arising from the late submission of samples will not be acceptable
as a reason for delay in the completion of the Works.

If materials are brought from abroad, the cost of sampling/testing whether in India or abroad
shall have to be borne by the Contractor.

7.1.4 Alternatives or Equivalents

In all cases where the name of a particular type or make of material, product, equipment or
item is referred to in the Contract, this indicates the minimum acceptable standard. The
Contractor may offer equipment or materials other than those specified and in all such
cases, the Contractor’s offer shall be of at least equal quality.

In these instances, the Contractor shall submit to the Employer for approval, a statement
detailing the alternative material or equipment and shall include full technical descriptions,
drawings and specifications and shall provide such further information as is required to
demonstrate to the Employer that the alternatives are equivalent in every way to those
specified.

Acceptance of the Contractor’s offered alternatives shall be subject to the acceptance and
approval of the Engineer and the Employer who shall not be bound to accept any such offer.

7.1.5 Delivery, Storage and Handling Requirements

No products, materials or equipment shall be delivered to site until the Contractor has
established all traffic and environmental controls on site and has adequate facilities on site
for unloading and storage of the products, material and equipment prior to their incorporation
into the Works.

Page 58 of 70
Volume II, Section-4A VMCBTPL

118 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All products, materials and equipment delivered to site shall be handled and stored so as to
prevent damage or deterioration prior to their incorporation into the permanent Works. All
stockpiles and storage stacks shall be maintained by the Contractor in a safe state with
sufficient working space provided to permit safe access by the Engineer for inspection and
checking of the delivered products, materials and equipment.

All proprietary products, materials and equipment used on the Works shall be handled,
stored, used, fixed or applied strictly in accordance with the manufacturer’s instructions and
to the satisfaction of the Engineer. The Contractor shall obtain the manufacturer’s
instructions in this regard at the time of ordering and shall submit to the Engineer along with
his submission of the proposed source.

7.2 Tests and Standard of Acceptance

7.2.1 General

All materials, even though stored in an approved manner, shall be subjected to an


acceptance test prior to their immediate use.

Independent testing of cement for every consignment shall be done by the Contractor at site
in the laboratory approved by the Engineer before use. Any cement with lower quality than
those shown in manufacturer’s certificate shall be debarred from use. In case of imported
cement, the same series of tests shall be carried out before acceptance.

7.2.2 Testing and Approval of Material

The Contractor shall furnish test certificates from the manufacturer/supplier of materials
along with each batch of material(s) delivered to site.

The Contractor shall set up a field laboratory with necessary equipment for testing of all
materials, finished products used in the construction as per requirements of conditions of
contract and the relevant specifications. The testing of all the materials shall be carried out
by the Engineer or his representative for which the Contractor shall make all the necessary
arrangements and bear the entire cost.

Tests which cannot be carried out in the field laboratory have to be got done at the
Contractor’s expense at any recognized laboratory/testing establishments in India or
abroad, as approved by the Employer. All necessary cost for witnessing the test by
Employer’s representative shall have to be borne by the Contractor.

7.2.3 Rejection of Materials not conforming to the Specifications

Any stack or batch of material(s) of which sample(s) does not conform to the prescribed
tests and quality, shall be rejected by the Engineer, or his representative, and such materials
shall be removed from site by the Contractor at his own cost. Such rejected materials shall
not be made acceptable by any modifications.

7.2.4 Testing and Approval of Plant and Equipment

All plant and equipment used for preparing, testing and production of materials for
incorporation into the permanent Works shall be in accordance with manufacturer’s
specifications and shall be got approved by the Engineer before use.

Page 59 of 70
Volume II, Section-4A VMCBTPL

119 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.0 PROJECT EXECUTION

8.1 Examination and Preparation

8.1.1 Construction Work Method Statements

In addition to the submission of the Detailed Construction Sequence and Methodology as


defined in this Section, the Contractor shall submit separate individual Construction Work
Method Statements (CWMS) detailing the sequence and method of working he intends to
adopt for various items of works. The CWMS shall be consistent with the overall Detailed
Construction Sequence and Methodology and shall comply with any additional construction
sequence or phasing requirements nominated on the Drawings and/or elsewhere in this
Specification. The purpose of the CWMS is to aid the planning and integration of activities
and correct technical execution of the Works within the requirements of the Contract. In this
regard, it shall be written such that it can be understood completely by the labour and
supervisory personnel responsible for the Works.

The CWMS shall provide detailed information regarding materials, equipment and plant to
be utilised, labour requirements, time frame and schedule of the Works including
Subcontractors, prerequisite conditions, details and order of activities for each operation,
safety measures, environmental controls and any other relevant technical aspects including
those detailed elsewhere in the Specification or Drawings.

The CWMS shall be consistent with the requirements of the approved Project Quality Plan
and shall include a description of testing and inspection records, reporting channels
(including names of responsible supervisory personnel) and frequency and actions where
records indicate non-conformance with the Specification. The relevant agreed ITPs for the
subject Works shall be appended to the CWMS for easy reference.

Proposed repair methods for the rectification of any anticipated minor defects or damage
shall also be appended to the CWMS.

Where any construction activity includes an interface with either the existing operations, or
with an associated contract, the CWMS shall also include the procedures to be followed by
his staff and equipment for the management of such interfaces.

Unless specifically noted otherwise in the relevant sections of this Specification, the
Contractor shall submit the proposed CWMS to the Employer for approval at least 21 days
prior to the intended date for first commencement of the construction Works to which the
CWMS relates. The Employer will take maximum 14 days for issuing comments (if any) to
be incorporated by the Contractor and resubmit/approval.

The resolution of such comments on the CWMS submission will be to the satisfaction of the
Employer and the Employers subsequent approval of the CWMS shall constitute a Hold
Point on the commencement of the Works to which the CWMS relates.

Examination and/or approval by the Employer of the CWMS submitted by the Contractor
shall not relieve the Contractor of his responsibilities or liabilities under the Contract. The
sole responsibility for the safety and adequacy of the methods adopted by the Contractor
will remain with the Contractor, irrespective of any approval given by the Employer.

The Contractor shall be responsible for issuing copies of the approved CWMS to the
relevant Works personnel and supervisory staff to ensure that they are fully familiar with the
CWMS.

Page 60 of 70
Volume II, Section-4A VMCBTPL

120 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Notwithstanding any approval of the CWMS, the Employer shall reserve the right to require
further amendment or modification of the CWMS in the event that additional issues are
observed on site following commencement of the construction Works to which the CWMS
relates. Similarly, the Contractor is free to propose further amendment or modification to the
CMWS subject to the approval of the Employer.

8.1.2 Survey and Layout Data

Levels shall be set out to Port’s Chart Datum (CD). Coordinates shown in the tender
drawings are based on the Indian Geodetic Datum survey grid system as adopted from the
Survey of India.

The Reference Bench Mark for the area shall be obtained by the Contractor from the
Employer. The Contractor shall establish working Bench Marks tied with the Reference
Bench Mark in the area soon after taking possession of the site.

Throughout the duration of the Works, the Contractor shall be responsible for the
establishment, maintenance and protection of suitable permanent and temporary
benchmarks and control points for the setting out of the Works and for the correctness of all
such setting out.

The Contractor shall provide sufficient permanent survey marks to properly set out the
Works and shall take all necessary precautions to prevent these marks from being disturbed.
The working Bench Marks/levels shall be as approved by the Employer. Checks must be
made on these Bench Marks at least once every month and adjustments, if any, agreed with
the Employer and recorded. An up-to-date record of all Bench Marks including approved
adjustments, if any, shall be maintained by the Contractor and also a copy supplied to the
Employer for his record.

8.1.3 Structures’ Condition Survey

Prior to commencement of any construction Works in the vicinity of any structure owned or
operated by the Employer/Government property or privately owned property, the Contractor
shall undertake a Condition Survey of the in-situ position and condition of all area likely to
be impacted by the Contractor’s Works. The Condition Survey shall be carried out by
suitably qualified persons approved by the Employer and it shall be capable of audit by third
parties.

The Condition Surveys shall include all parts of the structure and surrounds likely to be
impacted by the Contractor’s operations and shall be subject to agreement with the
Employer.

8.1.4 Damage to Existing Structures

If, in the sole opinion of the Employer, the Contractor has caused damage to any part of an
existing structure by unloading or loading or any other operations, the Contractor shall be
responsible for carrying out repairs to the structure to the satisfaction of the
Employer/relevant authority.

All costs and expenses associated with the repairs to such damage, or the replacement of
damaged parts shall be at the cost of Contractor.

Page 61 of 70
Volume II, Section-4A VMCBTPL

121 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.1.5 Existing Utilities and Services

All information regarding the existing or future utilities and services shown on the Drawings
has been obtained and/or reproduced from various sources and is for indication only. The
Contractor shall be responsible for making his own assessment of the exact details, lines,
levels, nature, type, size, location and all other matters of relevance to the existing utilities
and services at the site prior to commencement of any site Works.

Any unidentified services uncovered by the Contractor shall be immediately brought to the
attention of the Employer.

The information on affected services and utilities may not be exhaustive and the final
position of these services within the Works shall have to be drawn up based on the
information furnished by different authorities linked with the utilities as directed by the
Employer. The Contractor’s programme must take into account the period of notice and
duration of diversion work concerning each authority as given on the Drawings and the
Contractor must also allow for any effect of these services and alterations upon the Works
and for arranging regular meetings with the various authorities on commencement of the
Contract and throughout the period of the Works in order to maintain the required co-
ordination. During the period of the Works, the Contractor shall have no objection if the
public utility bodies / authorities vary their decisions in the execution of their proposals in
terms of programme and construction, provided that, in the opinion of the Employer, the
Contractor has received reasonable notice thereof before the relevant alterations are put
into operation.

The Contractor shall take every precaution to avoid damage to existing utilities and services
at the site. No clearance or alterations of utilities or services shall be carried out unless
specifically ordered by the Employer.

Any services affected by the Works must be temporarily supported by the Contractor who
must also take all measures reasonably required by the various bodies to protect their
services and property during the progress of the Works. The work of temporarily supporting
and protecting the public utility services during execution of the Works shall be deemed to
be part of the Contract and no extra payment shall be made for the same.

The Contractor may be required to carry out the removal or shifting of certain service/utilities
on specific orders from the Employer. Such work shall be taken up by the Contractor only
after obtaining clearance from the Employer and ensuring adequate safety measures.

8.2 Execution

8.2.1 General

In every case, the Works shall be carried out to the satisfaction of the Employer and conform
to the location, lines, dimensions, grades and cross-sections shown on the drawings or as
indicated by the Employer. The quality of materials, processing of materials as may be
needed at the site, salient features of the construction work and quality of finished work shall
comply with the requirements set forth in succeeding sections of this Specification.

Page 62 of 70
Volume II, Section-4A VMCBTPL

122 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.2.2 Radio Communication

Any radio frequencies proposed for use by the Contractor for site communications shall be
subject to the approval of the Employer or relevant Authority. The Contractor shall be
responsible for arranging all permits and licences required for the operation of radio
equipment throughout the Works.

As the Site is close to Naval Dockyard, All the relevant precautions shall be taken by
Contractor including all the permits from the relevant authorities as well.

8.2.3 Construction Plant and Equipment

In addition to the general conditions indicated in the Contract Documents, the following
conditions regarding use of equipment in executing the works shall be satisfied:

(a) The Contractor shall be required to give a trial run of the equipment for establishing
their capability to achieve the laid down Specifications and tolerances to the satisfaction
of the Engineer before commencement of the Works;
(b) All equipment provided shall be of proven efficiency and shall be operated and
maintained at all times in a manner acceptable to the Engineer;
(c) All the plant/equipment to be deployed on the Works shall be approved by the Engineer
for ensuring their fitness and efficiency before commencement of work;
(d) Any material or equipment not meeting the approval of the Employer shall be removed
from the site forthwith;
(e) No equipment shall be removed from site without permission of the Engineer; and the
Contractor shall also make available the equipment for site quality control work as
directed by the Engineer;
(f) All equipment shall comply with the environmental requirements set out in this
Document; and.
8.3 Marine / Floating Equipment Marine Crafts

All crafts used for the Contract shall be registered in accordance with applicable
laws/regulations and the masters/operators may themselves require local licences and
certificates as required by the Engineer/nodal officer and any other applicable regulations.
All vessels, working craft and other floating equipment shall display appropriate international
and local signals to indicate the nature of their work. All work over water must comply with
all relevant regulations of VPA/VMCBTPL.

Floating equipment shall be maintained in a satisfactory and seaworthy condition and shall
have adequate attendance by competent seamen at all times, shall be fully provided with
sound and satisfactory ropes, lines and moorings and shall be fully equipped with lights. At
all times, the Contractor shall be wholly responsible for the protection and safety of all
floating craft engaged by him.

Where work is carried out from dumb lighters, pontoon or other non-self-propelled floating
equipment, a suitably powered craft shall be in attendance at all times.

Page 63 of 70
Volume II, Section-4A VMCBTPL

123 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All marine craft, pontoons or platforms shall be adequately braced, secured and anchored
and of such size and construction as to ensure a satisfactory performance of the Work. The
marine craft shall also be fitted out to allow the types of investigation, sampling and in-situ
testing required to be carried out to the satisfaction of the Engineer. The Contractor shall
provide the Engineer with adequate assistance for gaining access to the marine crafts,
pontoons or platforms.

Areas of temporary anchorage of Contractor's marine craft shall be agreed with the
Employer, shall be outside any permanent or temporary navigation channel and shall be
clearly marked with marker buoys or other system to the satisfaction of the Employer.

All lifesaving, fire equipment, medical facilities shall be maintained as required by relevant
code or comparable requirements.

The originals of all statutory certification including but not limited to the following
documentation shall be kept on-board all vessels deployed on the Works:
 Certificate of Registry;
 Load Line Certificate;
 Tonnage Certificate;
 Certificate of Class (Hull and Machinery);
 Cargo Ship Safety Certificate;
 Life Saving Apparatus Certificate;
 De-rating Certificate;
 Quarantine Certificates for Ballast Water and Hull Cleanliness prior to entering Indian
Waters;
 Radio Certificate; and
 Stability Booklet for loading conditions, as may be foreseen for the Works
Vessels shall be operated at all times during the Works within the limits of its current Vessel
Marine Documentation and Certification.

8.4 Cranes and Lifting Equipment

All cranes, lifting equipment and winches shall comply with Indian and Local Government
requirements and third-party surveyor requirements, for example Lloyds, B.V., DNV, ABS,
and Indian Safety Authority or similar approved.

Test certificates, maintenance records and the like for all cranes, wires, slings and winches
shall be available for inspection by the Engineer and for third party audit. Slings for which
test certificates are not available shall not be used and shall be removed from site prior to
the commencement of the Works.

8.5 Repair Methods

The Contractor shall submit to the Engineer for approval, details of all proposed repair
methods to be employed as may be necessary to rectify any minor defects or incidental
damage in elements of the permanent Works.

Page 64 of 70
Volume II, Section-4A VMCBTPL

124 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Details shall include but not be limited to information on the type and manufacturer of any
proprietary products to be used and any specific directions from the manufacturer regarding
their use, detailed work methods for affecting the repairs and any other relevant technical
information as may be required by the Engineer.

The Contractor shall generally submit these details pre-emptively as part of his CWMS for
the relevant construction activity. Where additional or unforeseen repairs are required, the
Contractor shall make additional submission as directed by the Employer.

No repair work is to be carried out until the damaged, defective or non-conforming section
of the Works has been inspected by the Engineer and the Contractor has submitted his Non-
conformance Report for the Engineers review.

Irrespective of any agreed repair methods, the Engineer shall not be bound to accept any
proposed repairs and shall reserve the right to reject any damaged, defective or otherwise
non-conforming Works.

8.6 Cleaning and Waste Management

8.6.1 Site Maintenance

The Works includes the housekeeping of the Site including but not limited to:
(a) Daily cleaning of the Site including all amenities and facilities supplied by the
Contractor to the Engineer;
(b) Daily cleaning of all amenities and facilities supplied by the Employer to the Contractor.
(c) Collection and disposal of all domestic, toxic and hazardous waste, oils, empty drums
and other containers, waste timber, asbestos impregnated products all in accordance
with all applicable Laws and regulations governing the disposal of these items or
materials;
(d) Retrieval of any waste materials deposited on the seabed by the Contractor;
(e) Collection and storage of all surplus construction material;
(f) Special clean-ups required throughout the monsoon season and tie down Works
required for cyclone alerts including any damage preventative measures to both
temporary facilities and amenities and to partly or wholly constructed installations and
enclosures;
(g) Final clean-up and re-instatement of the Site;
(h) Compliance with all environmental protection requirements.
8.6.2 Construction Waste Management and Disposal

The Contractor is required to implement procedures for waste minimization to reduce, reuse,
recycle and recover as much waste material or reuse as is practical. Waste minimization
and segregation shall be exercised during mobilization, installation, execution and
demobilization phases of the Works.

The Contractor shall endeavour to minimize waste materials such as equipment


consumables, packaging and the like. All scrap generated during construction shall be
segregated into components such as glass, paper products, aluminium, steel, rubber,
insulation materials, plastics, steel, wood and the like.

Page 65 of 70
Volume II, Section-4A VMCBTPL

125 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All demolished and excavated material, excess building materials and waste, other than
material designated to be stockpiled on the site, shall be removed from the Site and
disposed off, in a legal manner. No waste shall be disposed in the Coastal Regulation Zone
(CRZ) area. All permits and approvals necessary for the removal and disposal of demolition
materials shall be obtained in advance. The municipal wastes generated by labour during
construction, shall be handled, transported and disposed as per the relevant municipal
handling rules.

All unused material shall be removed from site in a progressive manner either by use of a
weekly emptied dump hopper or similar removal arrangement. The sellable wastes shall be
sold only to the authorized vendors. The Site and surrounds shall be kept tidy at all times.

Plastics and rubber shall not be disposed off by burning and is to be handled and disposed
as per the draft plastic rules. Materials infested by vermin, pests or rot shall be destroyed in
a way that will minimize the risk of infecting other materials. Hazardous wastes shall be
handled, stored, managed and disposed off, in compliance with the relevant regulations.

The Contractor shall take all precautions to ensure that with the exception of materials that
will form part of the Works, no materials of any kind being used or transported to or from the
Site fall on adjoining property or public thoroughfares or into the water. Any material or item
that does so fall shall be removed as early as practical, to the satisfaction of the Engineer.

Construction and demolition (C&D) wastes from this Contract shall remain the property of
the Contractor and shall be removed by the Contractor from the Site or adjoining area as
applicable to the satisfaction of the Employer. All such work shall be carried out at the
Contractor’s own expense for which payment shall be deemed to have been included in the
Contract Price.

If there is any change in the existing rules and the new rules become effective for the
construction, transportation, treatment and disposal for municipal, hazardous, C&D,
electrical and electronic and plastic wastes, the new rules have to be followed. All such work
shall be carried out at the Contractor’s own expense for which payment shall be deemed to
have been included in the Contract Price.

8.7 Protecting Installed Construction

The Contractor shall follow procedures and assignments as contained in the Project Site
Management Plan and will minimize impact to the ongoing operations wherever possible,
or as directed by the Employer.

8.8 Completion Procedures

8.8.1 General

Requirements for Tests on Completion, Employer’s Taking Over of the Works and Defects
Liability shall be as per the requirements of the Conditions of Contract and subject to the
additional requirements outlined in this Specification. The additional requirements specified
in the following sections shall not be interpreted as limiting the Contractor’s responsibilities
under Contract in this regard in any way.

Page 66 of 70
Volume II, Section-4A VMCBTPL

126 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.8.2 Preliminary Inspection of the Works at Completion

In addition to the requirements of the Contract regarding Tests on Completion, the


Contractor shall undertake joint general inspection of the completed Section with the
Engineer and the Employer, at least 14 days prior to the Contractor’s intended submission
of application for a Taking-over Certificate for the Works.

The Contractor shall record any and all defects or omissions identified during the joint
inspection including any, that in the sole opinion of the Engineer and/or Employer, are
required to be rectified prior to the issue of a Taking-Over Certificate and those that may be
rectified after issue of the Taking-Over Certificate under Defects Liability.

Following the joint inspection, the Contractor shall submit the agreed Draft List of Defects
and Minor Omissions including the agreed disposition with respect to the timing and method
of rectification of each to the Engineer for approval. The Contractor shall also include on the
List any outstanding documentation or administrative requirements under the Contract. The
Contractor shall advise the date for rectification of each individual item on the Draft List of
Defects and Minor Omissions.

The acceptance of this Draft List of Defects and Minor Omissions by the Employer shall
constitute a Hold Point on the submission of application for a Taking-Over Certificate for the
Section by the Contractor.

8.8.3 Inspection of the Works at Completion

Within 7 days following receipt of the Contractor’s application for a Taking-Over Certificate
for the Works (subject to the requirements above), the Contractor shall undertake a further
joint general inspection of the Section with the Engineer and Employer

This final inspection shall be to confirm that all items previously identified on the Draft List
of Defects and Minor Omissions as being required to be rectified prior to issue of the Taking-
Over Certificate, have been rectified and to re-confirm the status of the items permitted to
be rectified after issue of the Taking-Over Certification for the Works under Defects Liability.

Following the joint inspection, the Contractor shall submit the agreed Final List of Defects
and Minor Omissions including the agreed disposition with respect to the timing and method
of rectification of each to the Engineer for approval.

The acceptance of this Final List of Defects and Minor Omissions by the Employer as well
as completion of all Tests on Completion and submission of all other required documentation
and submittals per the requirements of the Contract shall constitute a Hold Point on the
issuing of the Taking-over Certificate for the Section.

8.9 Submittals at Completion

8.9.1 Operation and Maintenance Data

The Contractor shall provide a full set of all operations and maintenance manuals as may
be required under the Contract in hard copy (03 No. copies) and electronic PDF format to
the Engineer prior to submittal of the Contractor’s application for a Taking-Over Certificate
for the completed Section but not limited to below mentioned items:

Page 67 of 70
Volume II, Section-4A VMCBTPL

127 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

a) Operational Manual

b) Part List Including Oem Contact Details

c) Maintenance Manuals

d) Spares List & Consumables Used (First Fill)

e) Plc Back Ups

f) Passwords

g) Keys

These manuals shall provide sufficient detail for the Employer to operate, maintain,
dismantle, reassemble, adjust and repair the Structure. The wording of all such manuals
shall be agreed with the Engineer and the Employer in advance.

A Section shall not be considered to be completed for the purposes of Taking Over as
defined in the Conditions of Contract until the Engineer has received in the form required by
the Contract, final operation and maintenance manuals in such detail, and any other
manuals specified in the Specifications and the Drawings for these purposes.

8.9.2 Training

The Contractor shall carry out the training of Employer's Personnel (including any proposed
operator of the Project) in the Project premises for minimum 45 days or as agreed by the
Employer. If the Contract specifies training which is to be carried out before taking over, a
Section shall not be considered to be completed for the purposes of taking over as defined
in the Conditions of Contract until this training has been completed.

The Contractor(s) shall train the Employer’s staff (Operators, Technicians, etc.) in operation
and maintenance of the equipment.

8.9.2.1 Training in Different Disciplines

The scheme shall cover the disciplines of mechanical. electrical, electronics and
communication engineering encountered in the various equipment to be installed under this
contract.

The Contractor(s) shall make available experienced and competent instructor for the formal
training of operating and maintenance personnel, who can communicate with the trainees
in English language.

The training shall be sufficiently comprehensive to enable the nominated person to operate
and maintain the equipment in a safe, efficient and workmanlike manner. Training in the
maintenance of equipment shall include routine maintenance level, breakdown maintenance
level and other levels as required.

The instructors shall be fully qualified and conversant with the installations and with the
details contained within the approved Operating and Maintenance Instructions.

Page 68 of 70
Volume II, Section-4A VMCBTPL

128 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All training methods shall have content consistent with the Operating and Maintenance
Instructions provided by the Contractor(s).

All necessary training aids, such as videos, models, etc., shall be provided and retained by
the Employer for future training.

The Contractor(s) shall involve the Employer’s operations and maintenance staff to become
familiar with the machine and the installed equipment during their erection and commission
time.

The Contractor(s) shall allow for a minimum training period of 6 weeks/45 days for operating
and maintenance personnel for the equipment during the erection and commissioning at no
extra cost to employer. The Tenderer may suggest increase or decrease in the duration in
his offer. Date of commencement of training under the contractor’s scheme shall be decided
in consultation with Employer.

The training programme shall include but not be limited to

 Class-room training,
 Familiarization during erection,
 Hands-on training with the help of similar equipment operating elsewhere (preferably
supplied by the same Contractor),
 During Field Tests identified in Conditions of Contract.

During the Contractor(s)’ training scheme to the Employer documentation, but not be
limited to the following, shall be made available as part of the training scheme:

 Course material for class room / site instructions to trainees – all disciplines.
 Charts, formats, reporting system, paper work models for maintenance, data
logging, management information, etc.
 Audio-visual aids used for illustrations.
 Write-ups, notes on equipment / components of critical nature.
 Typical case histories / studies of the equipment in other installations exemplified
during training.
 Safety emphasis.

All these documentation shall be distributed to the trainees as applicable and three (3)
copies of all the paper documentation shall be supplied to the Employer for use and
library record.

8.9.3 As-Built Drawings

The Contractor shall prepare, and keep up-to-date, a complete set of “As-Built” records of
the execution of the Works, showing the exact as-built locations, sizes and details of the
Work as executed. These records shall be kept on the Site and shall not be used by the
Contractor for any purpose other than for the purposes of the preparation of the As-Built
Drawings in accordance with the requirements of the Contract.

The Contractor shall prepare a full set of As-Built drawings for the whole of the Works based
on the Contract Drawings with amendments made to reflect any major changes in set out,
design or construction method.

Page 69 of 70
Volume II, Section-4A VMCBTPL

129 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All dimensions, levels and set-out coordinates shall be updated based on the in-survey,
progress and As-built surveys undertaken throughout the Works. Additional information on
the As-Built pile founding depths and set-out shall be added to the drawings based on the
Contract piling records.

The Contractor shall submit the draft As-Built drawings in hard copy (03 No. A1) and
electronic CAD and PDF format to the Engineer for approval prior to the submittal of the
Contractor’s application for a Taking-Over Certificate for the completed Works.

The Contractor shall incorporate all comments and amendments required by the Engineer
and once agreed, shall submit the final As-Built Drawings in hard copy (03 No. A1 and
electronic CAD and PDF format to the Engineer. The hard copies of the submitted drawings
shall be provided in Permanent boxes duly labelled as desired by the Employer.

The Works shall not be considered to be completed for the purposes of Taking Over as
defined in the Conditions of Contract until the Engineer has received these documents in
the form required by the Contract.

8.10 Warranties

The Contractor shall provide a full set of all warranties to the extent specified in
specifications for products of workmanship as may be required under the Contract in hard
copy (03 No. copies) and electronic original format and PDF format to the Engineer prior to
submittal of the Contractor’s application for a Taking-over Certificate for the completed
Section.

The wording of all such warranties shall be agreed with the Engineer and the Employer in
advance.

8.11 Project Record Documents

The Contractor shall provide a full set of the Project Quality Records in hard copy (03 No.
copies) and electronic original format and PDF format to the Employer within 28 days of
issue of the Taking-Over Certificate for the completed Section.

The Contractor shall maintain separate volume covering Quality Documentation for any
outstanding minor Works carried out under Defects Liability Period. This separate volume
shall be submitted to the Employer at least 14 days prior to the expiration of the Contract
Defects Liability Period.

Page 70 of 70
Volume II, Section-4A VMCBTPL

130 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME-II
SECTION – 4B

TECHNICAL SPECIFICATIONS FOR CIVIL


WORKS

Page 1 of 238 VMCBTPL


Volume- II, Section-4B
131 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

TABLE OF CONTENTS

1.0 GENERAL ............................................................................................................................... 6


1.1 Application ..................................................................................................................... 6
2.0 LIST OF GENERAL CODES AND REFERENCES .................................................................. 7
3.0 MATERIALS.......................................................................................................................... 18
3.1 General........................................................................................................................ 18
3.2 Materials for Concrete.................................................................................................. 19
3.3 Steel ............................................................................................................................ 23
3.4 Structural Steel Works ................................................................................................. 25
3.5 Bricks .......................................................................................................................... 30
3.6 Autoclave Aerated Concrete (AAC) Block Masonry ...................................................... 31
3.7 PVC Pipes ................................................................................................................... 32
3.8 Building Works ............................................................................................................. 32
3.9 Painting ....................................................................................................................... 38
3.10 Waterproofing Treatment.............................................................................................. 42
3.11 Anti-Termite Treatment ................................................................................................. 43
3.12 Flooring and Dadoing Works ........................................................................................ 44
3.13 Steel / Aluminium Doors, Windows and Ventilators ....................................................... 45
3.14 Rolling Shutter ............................................................................................................. 47
3.15 Handrail Posts and Handrails ....................................................................................... 48
3.16 False Ceiling ................................................................................................................ 49
3.17 Materials not Specified ................................................................................................. 49
4.0 WORKMANSHIP................................................................................................................... 50
4.1 General........................................................................................................................ 50
4.2 Contractor’s Equipment................................................................................................ 50
4.3 Facilities for Materials Testing Laboratory ..................................................................... 50
4.4 EARTH WORK ............................................................................................................ 51
4.5 Brick Masonry Works ................................................................................................... 54
4.6 AAC Blocks.................................................................................................................. 60
4.7 Concrete ...................................................................................................................... 61
4.8 Form Work ................................................................................................................... 75
4.9 Exposed Concrete Work .............................................................................................. 78
4.10 Reinforcement ............................................................................................................. 79
4.11 Precast Concrete ......................................................................................................... 81
4.12 Bored Piles .................................................................................................................. 82
4.13 Plastering .................................................................................................................... 93
4.14 Painting ....................................................................................................................... 97
4.15 Waterproofing Treatment............................................................................................ 103
4.16 Antitermite Treatment ................................................................................................. 105

Page 2 of 238 VMCBTPL


Volume- II, Section-4B
132 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.17 uPVC Doors and Windows ......................................................................................... 106


4.18 Floor Finishing ........................................................................................................... 109
4.19 Landscaping ............................................................................................................... 115
4.20 Fencing....................................................................................................................... 118
4.21 Structural Steel Work .................................................................................................. 119
5.0 SANITARY & PLUMBING WORKS ..................................................................................... 133
5.1 General...................................................................................................................... 133
5.2 Material...................................................................................................................... 134
5.3 By-Laws and Regulations........................................................................................... 135
5.4 Fees and Permits....................................................................................................... 135
5.5 Completion Certificate ................................................................................................ 135
5.6 Maintenance During Defects Liability Period............................................................... 135
5.7 Water Supply ............................................................................................................. 135
5.8 Soil, Waste, Vent and Rain Water Pipes and Fittings .................................................. 138
5.9 Sub-Surface Drains.................................................................................................... 142
6.0 WATER SUPPLY & DISTRIBUTION SYSTEM..................................................................... 144
6.1 General...................................................................................................................... 144
6.2 Material...................................................................................................................... 144
6.3 Execution................................................................................................................... 144
7.0 SEWERAGE COLLECTION & TRANSFER SYSTEM ......................................................... 148
7.1 General...................................................................................................................... 148
7.2 Scope ........................................................................................................................ 148
7.3 Material...................................................................................................................... 148
7.4 Sewage Treatment Plant ............................................................................................ 149
8.0 FIRE FIGHTING WORKS .................................................................................................... 154
8.1 Brief Description of Proposed System ........................................................................ 154
8.2 Workmanship ............................................................................................................. 157
8.3 Testing ....................................................................................................................... 157
9.0 ROAD & PAVEMENT WORKS ............................................................................................ 158
9.1 General...................................................................................................................... 158
9.2 Earthwork in Filling..................................................................................................... 158
9.3 Rigid Pavement ......................................................................................................... 159
9.4 Traffic Signs, Markings on Jetty and Other Road Appurtenances ................................ 167
9.5 Thermoplastic Material ............................................................................................... 167
9.6 Interlocking Paver Blocks ........................................................................................... 173
10.0 STORM WATER DRAINAGE............................................................................................... 174
10.2 Execution................................................................................................................... 175
10.3 Construction of Catch Basins and Trench Drains ........................................................ 176
11.0 HIGH MAST LIGHTING SYSTEM ....................................................................................... 178
11.1 Scope ........................................................................................................................ 178

Page 3 of 238 VMCBTPL


Volume- II, Section-4B
133 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

11.2 Fittings....................................................................................................................... 178


11.3 Light Switching Philosophy......................................................................................... 179
11.4 Location of High Masts............................................................................................... 179
11.5 High Mast Switch Boards ........................................................................................... 182
12.0 RAILWAY SIDINGS ............................................................................................................. 185
12.1 Category of line.......................................................................................................... 185
12.2 Ruling gradient........................................................................................................... 185
12.3 Track geometry .......................................................................................................... 185
12.4 Earthwork .................................................................................................................. 185
12.5 Culverts & Bridges ..................................................................................................... 185
12.6 Ballast ....................................................................................................................... 185
12.7 Pre-stressed Concrete Sleepers ................................................................................ 186
12.8 Rails .......................................................................................................................... 186
12.9 Points & Crossings..................................................................................................... 186
13.0 INTERNAL ELECTRIFICATION WORKS ............................................................................ 187
13.1 General...................................................................................................................... 187
13.2 Scope ........................................................................................................................ 187
14.0 HVAC WORKS .................................................................................................................... 203
14.1 Scope of work ............................................................................................................ 203
14.2 Basis of Design .......................................................................................................... 203
14.3 Terms and Definition .................................................................................................. 203
14.4 Safety Codes ............................................................................................................. 204
14.5 Basis of Design .......................................................................................................... 204
15.0 AIR COOLED SPLIT AIR CONDITIONING UNIT................................................................. 205
15.1 Hi-Wall Split Indoor Unit ............................................................................................. 205
15.2 Compressor ............................................................................................................... 205
15.3 Condenser (Air cooled) .............................................................................................. 205
15.4 Evaporator coil ........................................................................................................... 205
15.5 Condenser motor ....................................................................................................... 205
15.6 Refrigeration piping and accessories .......................................................................... 206
15.7 Drain Piping ............................................................................................................... 207
15.8 Fan ............................................................................................................................ 207
15.9 Filters ........................................................................................................................ 207
15.10 Control Panel ............................................................................................................. 207
15.11 Thermostat ................................................................................................................ 208
15.12 Installation ................................................................................................................. 208
15.13 Testing ....................................................................................................................... 208
15.14 Electric motor............................................................................................................. 208
16.0 AIR DISTRIBUTION SYSTEM ............................................................................................. 209
16.1 Ducting system .......................................................................................................... 209

Page 4 of 238 VMCBTPL


Volume- II, Section-4B
134 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

16.2 Supply and return air diffusers.................................................................................... 210


16.3 Fresh air intake and extract louvers. ........................................................................... 210
16.4 Testing and balance ................................................................................................... 210
16.5 Ventilation fans .......................................................................................................... 210
16.6 Centrifugal fans........................................................................................................... 211
16.7 Inline centrifugal fans .................................................................................................. 211
16.8 Toilet exhaust fan method .......................................................................................... 212
16.9 Electrical motors ........................................................................................................ 212
16.10 Vibration Isolation ...................................................................................................... 212
16.11 Accessories ............................................................................................................... 212
16.12 Painting work ............................................................................................................. 212
16.13 Mode of measurement ............................................................................................... 213
16.14 Mechanical Items ....................................................................................................... 213
16.15 Electrical items........................................................................................................... 213
16.16 Sheet metal work ....................................................................................................... 213
16.17 Grills /diffusers/dampers............................................................................................. 214
16.18 Testing of air conditioning ........................................................................................... 214
16.19 Test procedure: .......................................................................................................... 214
16.20 Data to be furnished by the Bidde .............................................................................. 216
16.21 Table A: Outdoor split unit .......................................................................................... 216
16.22 Inside units ................................................................................................................ 218
16.23 Cooling Coil ............................................................................................................... 219
16.24 Filter .......................................................................................................................... 219
17.0 COMMUNICATION SYSTEM .............................................................................................. 221
17.1 Telephone System ..................................................................................................... 221
17.2 Public Address System .............................................................................................. 230
18.0 LIST OF APPROVED MANUFACTURERS / VENDORS ..................................................... 233
19.0 LIST OF APPROVED MAKES OF HVAC ............................................................................ 237
20.0 SPECIFICATIONS NOT COVERED .................................................................................... 238

Page 5 of 238 VMCBTPL


Volume- II, Section-4B
135 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

SECTION 4B: TECHNICAL SPECIFICATIONS

1.0 GENERAL
1.1 Application

The Specifications shall apply to all Works as are required to be executed under the Contract
or otherwise directed by the Employer.

The Specifications must be read in conjunction with the Conditions of Contract, scope of
works, design criteria, Drawings and other documents forming the Contract documents.
Notwithstanding the subdivision of the Specification under different headings, every part of
it shall be deemed supplementary to and complementary of every other part. The heading
in these Specifications shall not be deemed to be part thereof or be taken into consideration
in the interpretation or construction thereof, or of the Contract.

Page 6 of 238 VMCBTPL


Volume- II, Section-4B
136 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.0 LIST OF GENERAL CODES AND REFERENCES


The list of general codes and references to be referred for materials, workmanship & design
for various elements have been listed below. Though the codes have been categorised into
specific elements, If a particular code specific to the element is not included under that
section then the code listed under sections of other elements shall be referred as applicable.

Table 2.1: List of General Codes and References

S. No. Description

A Civil and Marine Works

Plain and Reinforced Concrete – Code of Practice, Fourth IS:456


Revision

General Construction in Steel – Code of Practice, Third IS:800


Revision

Code of Practice for Design Loads (Other than IS:875 (Part 1)


Earthquake) for Building and Structures - Part 1, Dead
Loads – Unit Weight of Building Materials and Stored
Materials, Second Revision Incorporating Amendment
No.1, Reaffirmed 1997

Code of Practice for Design Loads (Other than IS:875 (Part 2)


Earthquake) for Building and Structures - Part 2, Imposed
Loads, Second Revision, Reaffirmed 1997

Code of Practice for Design Loads (Other than IS:875 (Part 3)


Earthquake) for Building and Structures - Part 3, Wind
Loads, Second Revision, Reaffirmed 1997

Criteria for Earthquake Resistant Design of Structures IS:1893

Criteria for Earthquake Resistant Design of Structures - IS:1893 (Part 1)


Part 1: General Provisions and Buildings, Fifth Revision

Criteria for Earthquake Resistant Design of Structures - IS:1893 (Part 4)


Part 4: Industrial Structures Including Stack-Like
Structures

Code of Practice for Design and Installation of Joints in IS:3414


Buildings, Reaffirmed 2000

Code of Practice for Planning and Design of Ports and IS:4651 (Part II)
Harbours, Part II Earth Pressures

Code of Practice for Planning and Design of Ports and IS:4651 (Part III)
Harbours, Part III Loading, First Revision, Reaffirmed
2012

Code of Practice for Planning and Design of Ports and IS:4651 (Part IV)
Harbours, Part IV, General Design Considerations,
Second Revision, Reaffirmed 2005

Code for Planning and Design of Ports and Harbours Part IS:4651 (Part V)
V, Layout and Functional Requirements, Reaffirmed 2012

Code of Practice for Design and Construction of Bored IS:2911(Part1/Sec2)


Cast In situ Piles

Page 7 of 238 VMCBTPL


Volume- II, Section-4B
137 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Load Test On Piles IS: 2911 (Part 4)

Code of Practice for Determination of Bearing Capacity of IS:6403


Shallow Foundations

Code of Practice for Concrete Structures for the storage IS:3370


of liquids

British Standard for Maritime Structures, Part 4: Code of BS 6349; Part 4


Practice for Design of Fendering and Mooring Systems

Code of Practice for Protection of Slope for Reservoir IS:8237


Protection

Planning and Design of Revetments – Guidelines IS:14262

PIANC Guidelines for the Design of Fender System, 2002 PIANC

PIANC Guidelines for Seismic Design of Marine PIANC


Structures

Coastal Engineering Manual, US Army Corps of EM 1110-2-1100


Engineers, 30 April 2002

Guidelines for planning and design of river embankment IS:12094


(levees)

Code of practice for stability analysis of earthen dam IS:7894

Coastal Engineering Manual 2006 (CEM 2006)

Ductile Detailing of Reinforced Concrete Structures IS:13920


subjected to Seismic Forces – Code of Practice

Earthquake Resistant Design & Construction of Buildings IS:4326


– Code of Practice, National Building Code (2005)

The use of Structural Steel in Building (Permissible Stress) BS 449

Schedule of Weights and Building Materials BS 648

Protective Coating of Iron and Steel Structures against


BS 5493
Corrosion

Structural Use of Steel work in Building (Limit State) BS 5950

Earthworks BS 6031

Code of Practice for Drainage of Roads and Paved Areas BS 6367

Loading for Buildings BS 6399

Earth Retaining Structures BS 8002

Foundations BS 8004

Structural use of Concrete BS 8110

Site Investigation BS 5930

RDSO Guidelines for earthwork in Railway projects

Page 8 of 238 VMCBTPL


Volume- II, Section-4B
138 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

RDSO Guidelines for Design and Specifications of


Formation for Heavy Axle Load

B Cast Steel Bollards

Specifications for carbon steel casting for general IS:1030


engineering purposes

General requirements for supply of metallurgical materials IS:1387

Code of practice for ultrasonic Pulse Echo Testing by IS:3664


contact and Immersion methods

Method for bend test for steel products other than sheet, IS:1599
strip, wire and tube

Method of tensile testing of steel products IS:1608

C Roads & Pavements

Methods of Test of Soil IS:2720

Standard Specifications and Code of Practice for Road IRC:6


Bridges, Section II: Loads and Stresses, Fifth Revision

Standard Specification and Code of Practice for Water


IRC:19
Bound Macadam

Guideline for the Design of Flexible Pavements IRC:37

Guidelines for the Design of Plain Jointed Rigid IRC:58


Pavements for Highways

Geometric Design Standards for Rural Highways IRC:73

Standard Specifications and Code of practice for Roads IRC:78


Bridges. Section VII- Foundations and Substructure.

Specification of Paving Bitumen IS:73

Specification for bitumen mastic for flooring IS:1195

Specification for bitumen felts for water proofing and damp IS:1322
proofing

Specification for Bituminous compounds for water proofing IS:1834


and caulking purposes

Specification for preformed fillers for expansion joint in IS:1838


concrete pavements and structures

Specification for bitumen mastic for use in water proofing IS:3037


of roofs

Specification for bitumen primer for use in water proofing IS:3384


and damp proofing

Specification for Bitumen Mastic for Tanking and Damp IS:5871


proofing

Page 9 of 238 VMCBTPL


Volume- II, Section-4B
139 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Specification for Glass fibre base coal tar pitch & bitumen IS:7193
felts

Code of practice for damp proofing using bitumen mastic IS:7198

Specification for bitumen Mastic, Anti-Static and IS:8374


electrically conducting grade

D Cement

Specification for Portland slag cement IS:45

Specification for Portland pozzolana cement IS:1489

Specification for Masonry Cement IS:3466

Specification for high alumina cement for structural use IS:6452

Specification for super sulphated cement IS:6909

Specification for rapid hardening Portland cement IS:8041

Specification for 43 grade ordinary Portland cement IS:8112

Specification for 53 grade ordinary Portland cement IS:12269

Specification for Sulphate Resisting Portland cement IS:12330

E Steel Reinforcement

Specification for mild steel and medium tensile steel bars


and hard drawn steel wire for concrete reinforcement IS:432
(grade I)

Specification for hard drawn steel wire fabric for concrete


IS:1566
reinforcement

Specification for plain hand drawn steel wire for pre-


IS:1785
stressed concrete

Specification for high strength deformed steel bars and


IS:1786
wires for concrete reinforcement

Steel for general structural purpose (Grade A) IS:2062

Specification for high tensile steel bars used in pre-


IS:2090
stressed concrete

Specification for indented wire for pre-stressed concrete IS:6003

F Structural Steel

Steel tubes for structural purposes IS:1161

Mild Steel Tubes, tubulars and other wrought steel fittings IS:1239

Hollow steel sections for structural use IS:4923

G Miscellaneous Steel Materials

Expanded Metal Steel Sheets for General purposes IS:412

Page 10 of 238 VMCBTPL


Volume- II, Section-4B
140 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Hexagonal head bolts, screws & nets of product grade C IS:1363

Cold formed light gauge structural steel sections IS:811

Technical supply conditions for threaded steel fasteners IS:1367

Plain washers IS:2016

Steel wire ropes for general engineering purposes IS:2266

Thimbles for wire ropes IS:2315

Bulldog grips IS:2361

Drop forged sockets for wire ropes for general engineering IS:2485
purposes

Steel chequered plates IS:3502

Hexagonal bolts and nuts (M42 to M150) IS:3138

H Admixtures

Specification for integral cement water proofing


IS:2645
compounds

Specification for other admixtures for concrete IS:9103

I Painting

Specification for building limes. IS:712

Specification for Ultramarine blue for paints. IS:55

Specification for whiting for paint and putty. IS:63

Distemper (dry), colour as required. IS:427

Distemper (Oil Bound), colour as required. IS:428

Cement paint, colour as required. IS:5410

Brushes, paints and varnishes, flat IS:384

Brushes, sash, tool, for paints and varnishes. IS:486

Ready mixed paint, brushing, grey filler enamels for use


IS:110
over primers.

Paste filter for colour coats. IS:426

Wood filler, transparent liquid. IS:345

Ready mixed paint, aluminium brushing priming water


IS:3585
resistant for woodwork

Chemical resistant paint IS : 157

Oil resistant paint IS : 161

Ready mixed paint, brushing, fire existing, silicate type


IS : 162
for use on wood, colour as required

Page 11 of 238 VMCBTPL


Volume- II, Section-4B
141 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

French Polish IS : 348

Plastic wood for joiners filter IS : 423

Method of measurement of building and civil Engineering


IS : 1200
works

Code of practice for painting of ferrous metals and


IS : 1477
buildings

Ready mixed paint, air drying, red oxide – zinc chrome


IS : 2074
priming

Specification for wooden tent mallet IS : 2922

Enamel, synthetic, exterior (a) undercoating, (b) finishing IS : 2932

Enamel exterior (a) undercoating, (b) finishing IS : 2933

J Stones

Method of identification of natural building stones IS:1123

Recommendations for dimensions and workmanship of


IS:1127
natural building stones for masonry work

Recommendations for dressing of natural building stones IS:1129

K Woodwork / Timber

Classification of commercial timbers and their zonal


IS:399
distribution

Specification for ballies for general purposes IS:3337

Specification for ply wood for concrete shuttering work IS:4990

Specification for wooden flush door shutters (solid core IS:2202-Part I


type) plywood face panels

Specification for wooden flush door shutters (Solid core IS:2202-Part II


type) practice board and hard board face panels.

Specification for Timber panelled and glazed shutters - IS:1003 Part - I


Door shutters

Specification for wood particle boards (medium density) IS:3087


for general purposes

Specification for Veneered particles board IS:3097

Specification for synthetic Resin Adhesives for plywood IS:848


(phenolic and Amino plastic)

Specification for nonferrous metal butt hinges IS:205

Code of Practice for finishing of wood and woodbased IS:2338


materials (Part-1& Part-11)

Specification for steel butt hinges IS:1341

Specification for timber door, window and ventilator frames IS:4021

Page 12 of 238 VMCBTPL


Volume- II, Section-4B
142 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Specification for plywood for general purpose IS:303

L Steel/Aluminium Doors, Windows and Ventilators

Specification for metal rolling shutters and rolling grill IS:6248

Code of practice for fixing and glazing of metal (steel and IS:1081
Aluminium) doors, windows and ventilators.

Specifications for steel door frames. IS:4351

Specifications for Aluminium doors, windows and IS:1948


ventilators.

Specifications for steel windows for Industrial buildings. IS:1361

Specifications for steel doors/windows and ventilators. IS:1038

Method of measurement of glazing. IS:1200 (Part XIV)

Specifications for fire check doors. IS:3614

Specification for hot rolled steel sections for doors, IS:7452


windows and ventilators.

Flat transparent sheet glass. IS:2835

Wired and Figured glass. IS:5437

Safety glass. IS:25583

M Steel Sheet Roofing and Siding

Specification for sheet metal rainwater pipes upto 100 mm


IS:1728
nominal size gutters, fittings and accessories.

Cast iron rainwater pipes & fittings. IS:1230

Specification for unreinforced corrugated and semi


IS:459
corrugated asbestos cement sheets.

Hook bolts for corrugated sheet rooting. IS:730

Galvanised steel sheet (plain & corrugated) IS:277

N Floor Finishing

Recommendations for selection of Industrial floor finishes IS:4971

Code of practice for laying insitu terrazzo floor finish. IS:2114

Specification for Cement concrete flooring tiles IS:1237

Specification for glazed earthenware wall tiles IS:777

Code of practice for laying in situ cement concrete flooring IS:2571

Code of practice for laying of epoxy resin floor toppings. IS:4631

Code of practice for unbaked flexible PVC flooring. IS:3462

Page 13 of 238 VMCBTPL


Volume- II, Section-4B
143 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Code of practice for laying of flexible PVC sheet and tile


IS:5318
flooring

Specifications for PVC asbestos floor tiles. IS:3461

Code of practice for laying in situ granolithic concrete floor


IS:1443
topping.

Code of practice for laying in situ granolithic concrete floor


IS:5491
topping.

Code of practice for use of silicate type Chemical resistant


IS:4441
mortars.

Code of practice for use of resin type chemical resistant


IS:4443
mortar.

Code of practice for laying Bitumen Mastic flooring IS:1196

O Electrical Distribution System

Colours for Ready Mix Paints IS:5

Three phase Induction Motors (3 Amendments) IS:325

Insulating oil for transformer IS:335

Marking and arrangement of switchgear, bus bar, main IS:375


connections and auxiliary wiring.

Aluminium conductors for overhead transmission IS:398


purposes

PVC Insulated Unsheathed and Sheathed Cables/Cords IS:694


with rigid and Flexible Conductor for rated voltages upto
and including 450/750 V

AC electricity meters IS:722

Porcelain insulators for overhead power lines with a IS:731


nominal voltage greater than 1000 V.

Code of practice for Electrical wiring installation IS:732

Code of practice for installation and maintenance of IS:900


induction motors

Dimensions of three phase foot mounted induction motors IS:1231


(4 Amendments)

Direct Acting Indicating Analogue Electrical Measuring IS:1248


Instruments and Their Accessories - Part 9 : Test Methods

PVC insulated (heavy duty) electric cables (Part I & II) IS:1554

Power Transformers IS:2026

Method of high voltage testing IS:2071

Bushings for alternating voltages above 1000 Volts IS:2099

Page 14 of 238 VMCBTPL


Volume- II, Section-4B
144 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Conductors and earth wire accessories for overhead IS:2121


power lines

Degree of protection provided by enclosure for low voltage IS:2147


switch gear and control

Flameproof enclosure of electrical apparatus IS:2148

Insulation co-ordination for equipments of 110KV and IS:2165


above

HRC cartridge fuse links for voltage upto 650 V. IS:2208

Code of practice for protection and allied structures IS:2309


against lightning. (1 Amendment)

Porcelain post insulators for systems with nominal voltage IS:2544


greater than 1000 V

Recommended practice for hot-dip galvanizing on iron and IS:2629


steel

Methods for testing uniformity of coating of zinc coated IS:2633


articles

Current Transformer IS:2705

Tubular Steel Poles IS:2713

Code of practice for Earthing (2 Amendments) IS:3043

Voltage Transformers IS:3156

Code of practice for climate proofing of electrical IS:3202


equipment

Electrical Relays for Power System Protection IS:3231

Dimensions of porcelain for transformer IS:3347

AC Metal Enclosed Switchgear and Control gear for Rated IS:3427


Voltages Above 1 kV and Up to and Including 52 kV

Toggle Switches (3 Amendments) IS:3452

Waterproof electric lighting fittings IS:3528

Gas operated relay (1 Amendment) IS:3637

Fitting and Accessories for power transformers IS:3639

Code of Practice for Interior Illumination IS:3646

Resistance wire, tapes and strips for heating elements (3 IS:3725


Amendments).

Application guide for electrical relays for ac systems IS:3842

Recommended current ratings for cables: Part 2 PVC IS:3961


insulated and PVC sheathed heavy duty cables (Part II-2
Amendments)

Page 15 of 238 VMCBTPL


Volume- II, Section-4B
145 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Mild steel wires, strips and tapes for armouring cables IS:3975

Guide for testing three phase induction motors IS:4029

Push Button Switches (Part 2) IS:4794

Hot-dipped galvanised coatings on round steel wires IS:4826

Methods of determination of efficiency of rotating electrical IS:4889


machines (2 Amendments)

Wrought aluminium and aluminium alloy bars, rod, tubes IS:5082


and sections for electrical purposes (2 Amendments)

Guide for safety procedure to practices in Electrical work IS:5216

Electrical power connectors IS:5561

Guide for marking of Insulated Conductors IS:5578

PVC insulation and sheath of electric cables (2 IS:5831


Amendments)

Designation of methods of cooling for rotating electrical IS:6362


machines

Guide for loading of oil immersed transformers IS:6600

Cross linked polyethylene insulated PVC Sheathed cables IS:7098

Guide for improvement of power factor in consumer IS:7752


installation: Low and medium supply voltages

Guide for testing insulation resistance of rotating IS:7816


machines

Conductors for insulated electric cables and flexible cords IS:8130

Low-Voltage Switchgear and Control gear Assemblies IS:8623

Values of performance characteristics for three phase IS:8789


induction motors

High Voltage Fuse IS:9385

Conduits for electrical installations (2 Amendments) IS:9537

AC Electricity Meters IS:9792

Alternating current dis-connectors (isolators) and earthing IS:9921


switches for voltages above 1000 V.

High pressure Sodium Vapour Lamps (2 Amendments) IS:9974

Code of practice for selection, installation and IS:10028


maintenance of Transformers

Code of practice for selection, installation and IS:10118


maintenance of switchgear and control gear

Luminaries (with Amendments) IS:10322

Page 16 of 238 VMCBTPL


Volume- II, Section-4B
146 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description

Dry type Power Transformers IS:11171

Guide for Uniform System of Marking and Identification of IS:11353


Conductors and Apparatus Terminals

Control Transformers for Switchgear and Controlgear for IS:12021


Voltages not Exceeding 1000 V ac

Permissible limits of noise level for rotating electrical IS:12065


machines (1 Amendment)

Mechanical Vibration of Rotating Electrical Machines with IS:12075


Shaft Heights 56 mm and Higher - Measurement,
Evaluation and Limits of Vibration Severity

High Voltage alternating current circuit breakers IS:13118

Low-voltage fuses for voltages not exceeding 1000V AC IS:13703


or 1500 V DC (Part 2)

Low voltage switchgear and control gear IS:13947

Rotating electrical machines : Part 5 Degrees of protection IS:60034-5


provided by the integral design of rotating electrical
machines (IP CODE) - Classification

High-Voltage Switchgear Alternating Current Contactors IS:60470


and Contactor-Based Motor Starters

HVAC circuit breakers IEC 62271

Bushings for Alternating Voltages above 1000 V IEC 137

Specification and acceptance of new sulphur hexafluoride IEC 376

High Voltage testing techniques IEC 60

Instrument Transformer IEC 44

Alternating current dis-connectors (isolators) and earthing IEC 129


switches

Insulation co-ordination IEC 171

Current Transformer IEC 185

Potential Transformer IEC 186

Electrical Relays IEC 255

Partial discharge measurement IEC 270

Static Meters IEC 1036

Method for RIV test on high voltage insulators. IEC 8263

Current Transformer IEC 60044-1

Guide for safety in alternative current substation ANSI/IEEE 80


grounding Indian Electricity Rules

Page 17 of 238 VMCBTPL


Volume- II, Section-4B
147 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.0 MATERIALS

3.1 General

3.1.1 Scope

This part deals with the requirements of materials for use in construction with regards to
quality, testing, approval and storage, before they are incorporated in the work. This part is
supplementary to the specification – Workmanship and other requirements of the Technical
specifications for civil works.

3.1.2 Standard of Quality

All materials used in the construction work shall be of good quality of their respective kinds
obtainable indigenously in each case and shall be procured from manufactures of repute in
order to ensure uniformity of quality and assurance of timely supply. Any materials not fully
specified herein and for which there is no relevant Indian standard shall be the best of their
kind and to the approval of the Engineer-in-charge.

3.1.3 Approval and Tests

All materials to be used in construction shall be subject to approval of Engineer-in-charge.


The Contractor shall apply sufficiently in advance with samples of the materials including
the supporting test results from the approved laboratory and other documentary evidence
from the manufacturer wherever applicable indicating the type of materials and their
respective sources. The Engineer-in-charge also reserves the right to conduct additional
tests in the same at the other reputed laboratories at his discretion. The cost of all such test
shall be borne by the contractor. The delivery of materials at site shall commence only after
the approval of the quality, grading and sources of the materials by the Engineer-in-charge.

The quality of all materials once approved shall be maintained throughout the period of
construction and periodical tests shall be carried out to ensure that it is maintained. Such
routine tests shall be listed under the different materials and/or as the Engineer-in-charge
may order time to time.

Where a particular “Brand” or “Make” of material is specified in the schedule of the items or
Technical Specifications, such “Brand or Make” of material alone shall be used on the work.
Should it become necessary for any reason (such as non-availability/ceased to be
produced), to use of any materials other than the specified” Brand or Make”, the Contractor
shall submit sample of the same to the Engineer-in-charge for approval together with test
certificates and other documents necessary for examining and giving approval thereof.

3.1.4 Codes

Unless otherwise specified in the contract the relevant provisions of the appropriate Bureau
of Indian Standards shall apply for the all materials and workmanship.

The years of publication against various standard, referred in this specification,


corresponding to the latest standards as on date of preparation of this specification. Hence
during use of this specification, the latest publications as on date shall be referred to. Where
standards are not yet published by the BIS/IRC, relevant British Standards /ASTM or other
International standards shall apply.

In case any conflicts in meaning between these specifications and those


BIS/IRC/British/International standards, the provision of these specifications shall prevail.

Page 18 of 238 VMCBTPL


Volume- II, Section-4B
148 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.1.5 Use of Permanents Materials for Temporary Works

Materials to be incorporated in permanents works shall not be used for temporary works
unless otherwise approved by the Engineer-in-charge. Granting of such permission shall not
prejudice the right of the Employer to reject materials so used, which have become unfit to
use in permanent work.

3.1.6 Rejection of Materials

Any materials brought to the site which in the opinion of the Engineer-in-charge which is not
complying with IS standard, contaminated, deteriorated or does not comply with the
requirement of this specifications shall be rejected.

If the routine test or random site test show that any of the materials brought to site do not
comply in any way with the requirement of the specification or B.I.S codes as applicable
then the material shall be rejected.

The Contractor at his own cost shall remove from the site any and all such rejected materials
within the time specified by the Engineer-in-charge

3.2 Materials for Concrete

3.2.1 Aggregate

Aggregate shall comply with the requirements of IS:383-1970 “Specification for Coarse and
Fine Aggregate for Concrete”.

They shall be hard, strong, dense, durable, clean and free veins and adherent coating,
vegetable matters and other deleterious substances and shall be obtained from approved
sources. Aggregates shall not contain any harmful materials such as pyrites, coal, lignite,
shale or similar laminated materials, clay, alkali, soft fragment, seashells and organic
impurities in such quantity as to affects the strength or quality or durability of concrete.
Aggregates that are chemically reactive with alkalis of cement or might cause correction of
reinforcement shall not be used. Aggregates that are not sufficiently clean shall be washed
in clean fresh water to the satisfaction of the Engineer-in-charge.

3.2.2 Testing

All Aggregates shall be subject to inspection and testing. The contractor shall submit
samples of various aggregates from each source of supply for test and approval. While
submitting the samples, he may indicate the source of supply, type of aggregate availability
and all relevant information. Only the aggregates from the source of supply which pass QC
test shall be used in the work.

Sampling and testing shall be carried out in accordance with IS:2386-1963 (Part I to VIII).

Page 19 of 238 VMCBTPL


Volume- II, Section-4B
149 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.3 Grading

The Contractor shall ensure that the full range of aggregate used for making concrete is
graded in such a way as to ensure a dense workable mix. Grading shall be as per the
approved Design mix. The delivery of aggregates will commence only when the Engineer-
In-charge has approved the samples and the quality and grade shall be maintained
consistent and equal to the approved sample. Grading as per the approved design mix shall
be adopted for the construction works and periodic tests shall be carried out to ensure that
it is maintained.

3.2.4 Size and Grading of Fine Aggregates

The grading of the fine aggregates shall conform to IS: 383 and shall be within the limits of
Grading Zone-1 and II.

3.2.5 Size and Grading of Coarse Aggregates

The nominal maximum size of the aggregates for each mark of concrete or for each type of
work shall depend upon the description of the particular item in the Schedule of Items and/or
according to relevant clauses of IS: 456-2000 and as specified in design mix. The
aggregates shall be well graded and the grading shall conform to relevant requirement of
IS: 383 depending upon the maximum nominal size as specified or as required.

3.2.6 Fine Aggregate for Mortar and Grout

The grading of fine aggregate for mortar and grout shall be within the limits of grading zone
Ill and IV as defined in IS: 383.

3.2.7 Storage & Stacking

Aggregates shall be stored at the site on clean, well-drained areas, which are not liable for
flooding. Care shall be taken in the storage to avoid intrusion of any foreign materials into
the aggregates. Where various types of aggregates are stored close to each other, they shall
be separated by a wall or plate. In case of stockpiling, care shall be taken to avoid forming
pyramids resulting in segregation of different sized materials.

3.2.8 Coarse Aggregates Types

The type of coarse aggregate shall preferably be natural aggregates, stone metal and shall
be approved by Engineer-In-charge. Unless otherwise specified, stone metal shall be used
as coarse aggregate.

3.2.9 Stone MetaI

It shall be crushed or broken from hard stone obtained from approved quarries of igneous
or metamorphic origin. The stone metals shall be hard, strong, dense, durable and angular
in shape. It shall be free from soft, friable, thin, flat, elongated or laminated and flaky pieces
and free from dirt, clay lumps, and other deleterious materials like coal, lignite's, silt, soft
fragments, and other foreign materials which may affect adversely the strength & durability
of concrete. The total amount of deleterious/ foreign materials shall not exceed 5% by weight
according to relevant clause of IS 383. If the contamination is found to be exceeding the
limit, the stone metal shall be screened and washed before use.

Page 20 of 238 VMCBTPL


Volume- II, Section-4B
150 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.10 Gravel

It can be either riverbed shingle or pit gravel. It shall be sound, hard, clean and irregular in
shape and suitably graded size with or without some broken fragments. It shall be free from
flat particles powdered clay, silt, loam and other impuririties. Before using gravel shall be
screened and washed to the satis faction of the Engineer-in-charge. However,
foreign/deleterious materials shall not exceed 5%.by weight.

3.2.11 Fine Aggregates

Natural river sand or Manufactured Sand shall only be used for Fine Aggregates. It shall not
contain harmful organic impurities in such form or quantities as to affect adversely the
strength and durability of concrete. Sand for reinforced concrete shall not contain any acidic
or other impurities which are likely to attack steel reinforcement. The percentage of all
deleterious materials including silt, clay etc., shall not exceed 5% by weight and if exceeded
sand shall be screened or washed before use to the satisfaction of Engineer-In-charge. Any
Manufactured sand proposed shall be used only after its approval by the Engineer-In-
charge.

3.2.12 Cement

The Contractor shall submit the list of proposed manufacturers/sources along with brand
names and type of cement which he propose to use for the approval of Engineer-in-charge.
Cement shall be procured from reputed approved manufacturers.

3.2.12.1 Type of Cement

The cement used shall be any of the following with prior approval of the Employer.

a. High strength ordinary Portland cement (Grade 43) conforming to IS: 8112.

b. Portland Pozzolana cements conforming IS: 1489.

c. Portland slag cements conforming to IS: 455.

Unless otherwise specified ordinary Portland cement of 43 grade conforming to latest IS -


8112 shall be used for all concrete works.

Ordinary Portland cement (53 Grade) conforming to IS : 12269 shall be used for important
concrete works and wherever higher grade of concrete is specified.

White or coloured Portland cement shall comply with physical requirements of IS 8112 and
pigments shall be inorganic oxide pigments, either natural or synthetic in origin complying
with the requirements of BS : 1014 Pigments whether added just before mixing or by the
cement manufacturer shall only be incorporated in the proportions approved.

Super sulphate and high alumina cement shall not be used in any part of the works unless
specified.

Page 21 of 238 VMCBTPL


Volume- II, Section-4B
151 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.2.13 Testing of Samples

The contractor shall supply a copy of the manufacturer's test certificate for each
consignment of cement, brought by him to the Engineer-In-charge /Engineer-In-charge's
Representative. The Contractor shall conduct necessary tests as per relevant BIS Codes as
soon as each consignment is received at site to ensure the strength of cement and the
results shall be furnished to the Engineer-ln-charge/Engineer’s Representative. In case the
required strength is not obtained, the Engineer-in-charge may reject any cement
notwithstanding the manufacturers certificates or any suitable action as deemed fit. The
sampling of cement for testing shall be according to IS: 3535. All tests shall be in accordance
with the relevant clauses of IS 4031 (Part-1 to Part-15) & IS: 4032.

3.2.14 Contractor's Responsibility

From the time a consignment of cement is delivered at site and tested and approved by the
Engineer-In-charge until such time as the cement is used on the works, the Contractor shall
be responsible for keeping the same in sound and acceptable condition and at his expense
and risk. Any cement which deteriorates while in the Contractor's custody is liable for
rejection as unsuitable and it shall be removed from the site at the cost of contractor within
two days of ordering such removal. No cement shall be stored for more than 3 months.

3.2.15 Stock of Cement

In order to ensure due progress, the Contractor shall maintain stock of cement on the site
at least for a period of 15 days, which he considers necessary and prudent. Any delay in
completing the project for want of cement shall be the responsibility of the contractor.

3.2.16 Storage of Cement

The storage of Cement shall meet the requirement of IS 4082.

The cement shall be stored in such a manner as to permit easy access for proper inspection
and in a suitable watertight, well-ventilated building to protect it from dampness caused by
ingress of moisture from any source. Different Grades I types of cement shall be stored
separately. Cement bags shall be stacked at least 15 to 20 cm clear of the floor leaving a
space of 60 cm around the exterior walls. The cement shall not be stacked more than 10
bags high.

Each consignment of cement shall be stacked separately to permit easy access for
inspection. Cement shall be issued from stores in the order in which it was received on site,
commencing with the consignments, which has been in the store for the longest period of
time. The age of cement at the time of delivery shall not be more than 2 months and shall
be used within 3 months, thereafter.

3.2.17 Water

Water used for mixing concrete and mortar and for curing shall be clean and free from
injurious amounts of oil, acid, alkali, salts, sugar, organic materials or other substances that
may be deleterious to concrete or steel. The pH value of water shall be not less than 6. Tests
on water samples shall be carried out in accordance with IS: 3025 and shall meet the
requirements mentioned in clause 5.4 of I S: 456-2000. Water shall be obtained from an
approved source.

Page 22 of 238 VMCBTPL


Volume- II, Section-4B
152 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Where it is obtained from a source other than a supply main, it shall be tested to establish
its suitability. Water for construction purpose shall be stored in proper storage tanks to
prevent any organic impurities getting mixed up with it. The Contractor shall make adequate
arrangements to have sufficient water at the site at all times.

Seawater shall not be used for concrete or any related works including curing.

3.2.18 Sand for filling

Sand for filling shall meet the requirements of IS: 383 and shall be natural sand or
Manufactured Sand and shall be hard, strong and free from any organic and deleterious
materials. Any sand proposed shall be used only after its approval by the Engineer-In-
charge. Sand obtained from seashores, creeks or river bank affected by tides shall not be
used for filling. The grading shall be not below Gr. Zone Ill as per IS 383.

3.2.19 Admixture for Concrete

Admixtures if approved by the Engineer-In-charge/ Engineer-In-charge's Representative


shall be used in required quantities as per manufacturer's specification to get the desired
workability and strength. The approved admixture to be incorporated in the work shall
conform to relevant BS/BIS code and shall be of sulphonate naphthalene formaldehyde
condensate and shall be compatible with the cement to be used in the work and shall
produce workable concrete without loss of slump until placed in position thus helping in
placing and compaction of concrete. The proportion of admixture to be used in concrete
shall be determined by tests. Such tests shall be conducted as per IS 9103 or IS 2645, in
any approved laboratory at Contractor's cost and test results submitted to the Engineer-In-
charge at any stage of the work. Other types of admixtures shall not be used without prior
approval.

3.2.20 Interval of Routine Test

The routine tests of materials, delivered at site, shall be at the following intervals:

Aggregates - Fortnightly or for every 200 m3 for each aggregate whichever is earlier and in
other respects generally as per IS: 2386 (Part 1 to 8) -1963.

Cement - Weekly or for each consignment, within 4 days of delivery and in other respects
generally as per IS: 4031-1988.

Water - Monthly for each source of supplies and in other respects generally as per IS: 456-
2000.

Reinforcement - For each consignment within 4 days of delivery in accordance with IS: 1786-
1985, IS: 1599-1985 and IS: 1608-1972.

3.3 Steel

3.3.1 Reinforcement

Reinforcement bars for concrete shall be round steel bars of the following types:

a) High strength deformed steel TMT bars (Fe500/500D) conforming to IS: 1786 for
Concrete Reinforcement.

Page 23 of 238 VMCBTPL


Volume- II, Section-4B
153 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

b) Reinforcement fabrics conforming to IS: 1566 "Hard Drawn Steel Wire Fabric for
Concrete Reinforcement"

All reinforcement bars shall be of uniform cross sectional area and be free from loose mill
scales, dust, loose rust, coats of paint, oil or other coatings which may destroy or reduce the
bond. The reinforcement bars shall be product of reputed companies. Steel shall be
procured only from primary steel producers/ Integrated Steel Plants using iron ore as the
basic raw material and having in-house iron making facilities followed by production of liquid
steel and crude steel with in-house rolling, adopting, BF-BOF or DRI-EAF technology as per
Ministry of Steel Guidelines.

No Re-rolled material/secondary steel will be accepted or allowed for any structural works.
Every lot of supply shall require to be accompanied by manufacture's test certificate for
establishing correlation with TMT bars supplied. Every lot shall be tested in the independent
laboratory to assess whether the properties are conforming to IS: 1786-2008 as directed by
the Engineer-in-charge.

3.3.2 Testing

The Contractor shall furnish a copy of the manufacturer's test certificate for each
consignment of reinforcement bars brought to site and conduct necessary tests as per IS
Codes and the results furnished to the Engineer-In-charge/ Engineer-In-charge's
Representative. In case the strength requirements are not met with, the Engineer-In-charge
shall take appropriate action.

All tests shall be done as per relevant clauses of IS: 1786, IS: 1566, IS: 280, IS: 2062, IS:
1161, IS: 2614, IS: 3063, IS: 1239 (Part 1 and 2) and IS: 1367.

3.3.3 Tests after Delivery

The Engineer-In-charge may order any additional tests on the structural/ reinforcement steel
brought by the contractor. The cost of such tests shall be included in the rates and prices.
The Engineer-In-charge may accept/reject the same based on such test results.

3.3.4 Binding Wire

Tying wire shall be of 18 Gauge GI binding wire to tie the reinforcements Light Structural
Work and Inserts.

Steel for preparation of inserts and embedment into concrete shall conform to IS: 2062-
Steel for general structural purposes- Specification.

3.3.5 Foundation Bolts

Bolts to be embedded in concrete shall, conform to IS: 5624 "Specification for Foundation
Bolts". Material for bolts, shall, be of steel conforming to IS: 2062.

Nuts and locknuts shall conform to IS: 1363 (Part 1 to 3) "Specification for Black Hexagon
Bolts, Nuts and Lock Nuts (Diameter 6-39 mm) and Black Hexagon Screws "Specification
for Hexagon Bolts and Nuts (M-42 to M-150)".

Plain washers shall conform to IS: 2016 "Specification for Plain Washers and spring washers
shall conform to IS: 3063 "Spring Washers for Bolts, Nuts & Screws".

Page 24 of 238 VMCBTPL


Volume- II, Section-4B
154 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.3.6 Threaded Fasteners

Bolts and nuts for fastening shall confirm to IS: 1367(Part 1) “Technical Supply conditions
for Threaded Fasteners”.

3.4 Structural Steel Works

3.4.1 General

a) Quality

All materials used in the Works shall be of the best quality of their respective kinds as
specified herein, obtained from sources and suppliers approved by the Employer /
Engineer and shall comply strictly with the tests prescribed hereinafter, or where tests are
not laid down in the Specification, with the requirements of the latest issues of the relevant
Indian Standards. Any material not fully specified herein and for which there is no relevant
Indian Standard, shall be the best of their kind and to the approval of the Employer /
Engineer.

b) Samples

All materials used in the Works shall be subjected to inspection and test. Samples of all
materials proposed to be employed in the Permanent Works shall be submitted to the
Employer / Engineer for approval, before they are brought to the Site.

Costs of all samples and tests, whether at the manufacturer's premises, at source, at Site
or at any testing laboratory or institution as directed by the Employer / Engineer shall be
deemed to be included in the rates quoted and no extra payment whatsoever shall be made
on this account.

c) Test Certificates

All manufacturer's certificates of tests, proof sheets, mill sheets, etc. showing that the
materials have been tested in accordance with the requirements of this specification, the
appropriate Indian Standard or other relevant standard specifications are to be supplied free
of charge, on request to the Employer / Engineer or his representative.

d) Names of Manufacturers and Copies of Orders

Before ordering materials of any description for the Works the Contractor shall submit for
the approval of the Employer / Engineer, the names of the makers and suppliers proposed
and any other details required by the Employer / Engineer and shall afterwards send to the
Employer / Engineer copies in quadruplicate of the order given by the Contractor for the
materials.

e) Approvals

No material shall be used in the Works unless it has first been approved by the Employer /
Engineer.

Page 25 of 238 VMCBTPL


Volume- II, Section-4B
155 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

f) Storage of Materials on Site

All materials brought on the Site shall be stored and protected in such a manner that they
remain in perfect condition (In any weather condition) until such time as they are
incorporated in the Works. Methods of storage, protection and handling of materials shall
conform to relevant Indian Standards and where such standards are not available it shall be
stored to the Employer / Engineer's approval.

g) Records and Usage of Materials

The Contractor shall maintain a detailed record of all materials received on the Site or in his
stores or storage and working areas in the vicinity of the Site and shall make such records
available to the Employer / Engineer at interval of every 07 days as the latter may reasonably
require.

h) Use of Permanent Materials for Temporary Works

Materials for the Permanent Works shall not be used for Temporary Works unless otherwise
approved in writing by the Employer / Engineer. Granting of such permission shall not
prejudice the right of the Employer / Engineer to reject materials so used which have become
unfit for use in the Permanent Works.

i) Rejected Materials

If any materials brought to Site are rejected by the Employer / Engineer, the Contractor shall
forthwith remove the same and replace them, at his own cost, to the entire satisfaction of
the Employer / Engineer.

3.4.1.1 Structure Steel

a) Mild Steel

All structural steel used in the works shall comply with IS:2062 "Structural Steel" (Fusion
Welding Quality).

b) Storage

The structural steel shall be stored on Site on timber or concrete supports suitably spaced
and of sufficient height to keep steel clear of the ground. The steel shall be stored separately
section wise and with fenced boundary. Security of structural steel and other materials is
responsibility of contractor.

3.4.1.2 Threaded Fasteners

a) General

All bolts and nuts shall comply with IS:1367 "Technical Supply Conditions for Threaded
Fasteners".

b) Black Bolts and Nuts

Black bolts, nuts and screws shall be in accordance with IS:1363 "Black Hexagonal Bolts (6
to 39 mm) with nuts and Black Hexagonal Screws (6 to 24 mm)".

Page 26 of 238 VMCBTPL


Volume- II, Section-4B
156 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

c) Precision Bolts and Nuts

Precision bolts, nuts and screws shall be in accordance with IS:1364 "Precision and Semi-
precision and Turned Hexagonal Bolts (6 to 39 mm) with nuts and Hexagonal screws,
nuts and lock nuts".

d) Countersunk Screws

Countersunk screws, wherever specified, shall be precision grade, slotted, countersunk


head, machine screws conforming to Type `R' of IS:1365 "Slotted Countersunk Head and
slotted raised Countersunk head screws".

e) High Tensile Special Quality Bolts and Nuts

High tensile steel special quality bolts and nuts, wherever specified, shall comply with the
provisions of IS:800 "Code of Practice for use of Structural Steel in General Building
Construction".

f) High Strength Friction Grip Bolts

High strength friction grip bolts, wherever specified, shall comply with IS:3757 "High Tensile
Friction Grip Bolts Fasteners for Structural Engineering Purposes".

g) Washers

All plain washers shall conform to the requirements of IS:2016 "Plain Washers".

Spring washers for bolts, nuts and screws, wherever specified, shall be in accordance with
the provisions of IS:3063 "Spring Washers for Bolts, Nuts and Screws".

h) Rawl Plug and Expansion Bolts

Rawl plug and expansion bolts of the best quality, as specified or approved by the Employer
/ Engineer, shall be used.

3.4.1.3 Cast Steel

Cast steel shall comply with the requirements of IS:1030 "Carbon Steel Casting for General
Employer / Engineer Purposes". The steel shall, unless otherwise specified, conform to
Grade 2 and shall cater for all tests as specified in the said standard.

3.4.1.4 Stainless Steel

Stainless steel, where applicable, shall conform to AISI 304/316 or equivalent IS Standard.

3.4.1.5 Miscellaneous Steel Works

a) Gratings

Gratings shall be of the best quality and make as approved by the Employer / Engineer.
Gratings shall have carrying capacity to withstand loading of 500 kg/sq. m for simply
supported span of 2 M. All Gratings shall be electro-galvanized with a minimum of 100 micron
thickness or GRP/FRP gratings of required thicknesses.

Page 27 of 238 VMCBTPL


Volume- II, Section-4B
157 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

b) Chequered Plates

7 mm thick chequered plate manufactured by SAIL or equivalent approved by the Employer


/ Engineer and conforming to IS:3502 shall be used.

c) Steel Tubes for Handrails and Handrail Posts

Steel tubes used for handrails and handrail posts shall be galvanised and of the specified
nominal bore, medium class conforming to IS:1161.

3.4.1.6 Electrodes

Electrodes for metal arc welding shall be AWS:E6013 for all thickness below 12 mm and for
thickness 12 mm and above low hydrogen type AWS:E7018 electrode shall be used.
Manufacturer’s instructions for use of electrodes shall be fully complied with. Make of the
welding electrode shall be approved by client/ engineer.

3.4.1.7 Galvalume Steel Sheets

a) Standard

All galvalume steel sheets shall conform to ASTM 798M-02 / AS1397.

b) Inspection and Testing

Each consignment of Galvalume steel sheets shall be subject to inspection and testing. Cost
of all tests required by the Employer / Engineer shall be borne by the Contractor.

c) Storage

All sheets shall be carefully handled, stacked and stored in accordance with the
manufacturer's recommendations and to the entire satisfaction of the Engineer/Employer.
All sheets shall be stacked on firm ground and suitably covered to prevent exposure to
weather.

d) Fixing Accessories

Fixing accessories shall be of best quality self-drilling and self-trapping screws/bolts and
nuts, neoprene and limpet washers, with 150 mm end laps wherever required.

e) Roof & Wall Cladding System

Sheeting shall be single Skin System in 0.80 mm side cladding & 1 mm for roofing
TCT comprising of following:

 Ultimate Strength Min 410 MPa

 Yield Strength Min 340 MPa

 Elongation in 50 mm 12%

Page 28 of 238 VMCBTPL


Volume- II, Section-4B
158 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 Material: 0.80 mm side cladding & 1.0 mm for roofing TCT trapezoidal profile, high
tensile strength (350Mpa yield strength minimum) anti-corrosive steel sheets coated
with hot dip alloy of 55% aluminium, 43.5% zinc and 1.5% silicon. Total Mass of coating
150 grams per Sqm (both sides) as per ASTM 792M-02/AS1397 having special
polyster colour coating of 20 micron (DFT) on exposed surface and 5 micron (DFT) on
unexposed surface over 5 micron(DFT) inhibitive flexible PU Primer on both surface.
Pre treatment shall be entirely on continuous tank dip process, comprising of pre-
cleaning, alkali wash, hot and cold rinse, chemical conversion, rinse and final activation
with entire process under real-time monitoring system. The above system shall be fixed
with necessary self drilling and self trapping screws/bolts and nuts, neoprene and
limpet washers, with 150mm end laps wherever required. Sheets shall be supported
with coil manufacturer’s test certificate for strength and coating thickness.

 Warranty: The above material should stand Warranty for 15 years for any colour
deterioration and any marks of corrosion.

3.4.1.8 Translucent Sheets (Polycarbonate Sheets)

a) General

Corrugated translucent Polycarbonate sheets (Minimum 02 mm Thick) shall be of best


quality available and shall be procured from an approved manufacturer only. The area
covered by translucent sheets shall not be less that 10% of the roof / wall cladding area.

b) Inspection and Testing

Each consignment of translucent sheets shall be subject to inspection and testing. Material
shall be procured with certification conforming to applicable IS Codes.

c) Storage

All sheets shall be carefully handled, stacked and stored in accordance with the
manufacturer's recommendations and to the entire satisfaction of the Employer / Engineer.
All sheets shall be stacked on firm ground and suitably covered to prevent exposure to
weather.

d) Fixing Accessories

Fixing accessories shall be of best quality galvanised mild steel from approved
manufacturers.

3.4.1.9 Cement Fibre Roofing / walling sheet

a) Standard

All corrugated cement roofing sheet (Natural or color coated) sheets shall conform to IS:
14871:2000

b) Inspection and Testing

Each consignment of Galvalume Cement fibre sheets shall be subject to inspection and
testing. Cost of all tests required by the Employer / Engineer shall be borne by the
Contractor.

Page 29 of 238 VMCBTPL


Volume- II, Section-4B
159 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

c) Storage

All sheets shall be carefully handled, stacked and stored in accordance with the
manufacturer's recommendations and to the entire satisfaction of the Engineer/Employer.
All sheets shall be stacked on firm ground and suitably covered to prevent exposure to
weather.

d) Fixing Accessories

Fixing accessories shall be of best quality self-drillng and self-trapping screws/bolts and
nuts, neoprene and limpet washers, with 150 mm end laps wherever required. All fixing
Accessories shall be properly galvanized as per IS 730.

e) Roof & Wall Cladding System

 Supplying and fixing reinforced by organic fibers and/or inorganic synthetic fibers
cement 6/8 mm thick, 1050 width corrugated sheets (as per IS: 14871:2000 having
profile matching to roof sheets conforming to IS:459) roofing up to any pitch and fixing
with polymer coated J, or L hooks, bolts and nuts 8 mm dia. G.I. plain and bitumen
washers or with self drilling fastener and EPDM washers etc., including cutting sheets
to size and shape wherever required.

 Make: Charminar Fortune or equivalent Warranty: The above material should stand
Warranty for 15 years for any colour deterioration and any marks of corrosion.

3.4.1.10 Steel Doors

Steel doors unless specified otherwise shall conform to the requirement of IS:1038 "Steel
Doors, Windows and Ventilators" in full regarding all materials, fabrication and dimensions
including all fittings or to any other design and standard as approved by the Employer /
Engineer.

3.5 Bricks

3.5.1 General

Bricks for masonry works shall conform to IS:1077–Specification for common burnt clay
building bricks and shall be of class 5.0 (with minimum compressive strength of 5.0N/mm2).
Specific requirement for any other class of bricks shall be as shown in drawings or as
described in the Contract for a particular site or type of work. Physical requirement, quality,
dimensions, tolerances etc. of common burnt clay building bricks shall conform to the
requirements of IS:1077.

Bricks shall be hand-moulded or machine moulded and shall be made from suitable soils.
The bricks shall have smooth rectangular faces with sharp corners and shall be well burnt,
sound, hard, tough and uniform in colour. These shall be free from cracks, chips, flaws,
stone or humps of any kind.

Page 30 of 238 VMCBTPL


Volume- II, Section-4B
160 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.5.2 Tests After Delivery

The Contractor shall make samples of each type of brick as directed by the Employer as per
the requirements of IS: 5454 and tests shall be carried out as per IS: 3495. The cost for
carrying out any or all the tests shall be borne by the Contractor. The bricks, when tested,
as per IS: 3495 shall have a minimum average compressive strength, as given in the Code,
for a particular class of brick. Water absorption shall not be more than 20% by its dry weight,
when soaked in cold water for 24 hours.

Brick samples so approved shall be deposited with the Employer. All subsequent deliveries
shall be upto the standards of the approved samples.

3.5.3 Stacking of Bricks

Bricks shall be stored at site as per the requirements given in IS:4082 and shall not be
dumped at site. They shall be unloaded from trucks to a place on a levelled surface near to
the work site. They shall be stacked in regular tiers even as they are unloaded, to minimise
breakages and defacement of bricks. The supply of bricks shall be so arranged that as far
as possible, at least two days’ requirements of bricks are available at site at any time. Bricks,
of different class, shall be stacked separately.

3.5.4 Local Bricks

Where shown on drawings, locally available bricks of non-modular size (230 mm x 115 mm
x 75 mm) in place of bricks of modular size (190 mm x 90 mm x 90 mm) can be used in case
the bricks satisfy the other requirements of IS: 1077.

3.6 Autoclave Aerated Concrete (AAC) Block Masonry

3.6.1 Scope

This Specifications covers the construction of load bearing and non-load bearing walls with
autoclaved cellular (aerated) concrete blocks conforming to IS : 2185 (Part 3).

3.6.2 Materials

Masonry Units - The masonry units shall be autoclaved cellular (aerated) concrete blocks
conforming to IS : 2185 (Part 3).

Cement - Cement shall conform to IS : 455 or IS : 1489.

Lime - Lime shall conform to IS: 712 - 1984. The lime shall be of class C, unless otherwise
specified. All lime other than dry hydrated lime shall be fully slaked in accordance with IS :
1635.

Water - Water shall satisfy the requirements specified in IS: 456.

Sand for mortar shall generally conform to the requirements of IS : 2116 or to the
requirements of IS : 383 (except for particle size grading which shall conform to IS : 2116).

Fly Ash - Fly ash shall conform to IS : 3812.

Calcined Clay Pozzolana - Calcined clay pozzolana shall conform to IS: 1344.

Page 31 of 238 VMCBTPL


Volume- II, Section-4B
161 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Mortar

The blocks shall be embedded with a mortar, the strength of which is relatively lower than
that of the mix used for making blocks in order to avoid the formation of cracks. A 1:6 cement-
sand mortar may be used for 200 mm thick wall and 1:3 cement-sand mortar for 100 mm
thick walls.

All mortar shall be prepared in accordance with IS : 2250. All mortars when mixed shall have
a consistency value of 90 to 130 mm when determined in accordance with Appendix B of
IS : 2250.

3.6.3 Storage of Materials

The blocks shall be stored in such a way as to avoid any contact with moisture on the site.
They shall be stock piled on planks or other supports free from contact with the ground and
covered to protect against wetting. The blocks shall be handled with care and damaged units
shall be rejected.

Cement, aggregates and other masonry materials shall be stored and hauled as laid down
in the relevant Indian Standard specifications for these materials.\

3.7 PVC Pipes

PVC Pipes shall conform to the requirements of IS: 4985.

3.8 Building Works

3.8.1 Concrete Block Masonry

Concrete block of M15 grade, hollow (open or closed cavity) or solid shall be referred to by
its nominal dimensions. The IS 2185 (Part 1) :2005 term nominal means that the dimension
includes the thickness of the mortar joint. Actual dimensions (length and depth only) shall
be 10 mm short of the nominal dimensions.

The nominal dimensions of concrete block shall be as follows:

Length: 300,400, 500 or 600 mm

Height: 200 or 100 mm

Width: 50,75, 100, 150,200, 250 or 300 mm.

In addition, block shall be manufactured in half lengths of 200, 250 or 300 mm to correspond
to the full lengths. Full length and half length U-blocks may also be manufactured for the
purposes of band and lintels. The nominal dimensions of the units are so designed that
taking account of the thickness or mortar joints, they will produce wall lengths and heights
which will conform to the principles of modular co-ordination. Blocks of sizes other than
those specified herein above may also be used by mutual agreement between the Employer
and the Contractor. In the case of special concrete masonry units such as jallie wall blocks
and ornamental blocks, the specified sizes may not necessarily apply.

The variation in the length of the units shall not be more than* 5 mm and variation in height
and width of units, not more than + 3 mm.

Page 32 of 238 VMCBTPL


Volume- II, Section-4B
162 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.8.1.1 Materials

Cement: Cement complying with any of the following Indian Standards may be used: 53
grade ordinary Portland cement, conforming to 1S 12269.

Aggregates: The aggregates used in the manufacture of blocks at the mixer or the mixing
platform shall be clean and free from deleterious matter and shall conform to the
requirements of IS 383.The grading of the combined aggregates shall conform as near as
possible to the requirements indicated in IS 383. Fly ash conforming to IS 3812 (Part 2) may
be used for part replacement of fine aggregate upto a limit of 20 percent.

Water: The water used in the manufacture of concrete masonry units shall be free from
matter harmful to concrete or reinforcement or matter likely to cause efflorescence in the
units and shall conform to the requirements of IS 456.

Additives or Admixtures: Additives or admixtures may be added either as additives to the


cement during manufacture, or as admixtures to the concrete mix. Additives or admixtures
used in the manufacture of concrete masonry units may be: Where accelerating, water
reducing, air-entraining and super plasticizer conforming to IS 9103, waterproofing agents
conforming to IS 2645, and colouring pigments. no Indian Standards apply; the additives or
admixtures shall be shown by test or experience, to be not detrimental to the durability of
the concrete.

3.8.1.2 Manufacture

Mix: The concrete mix used for blocks shall not be richer than one part by volume of cement
to 6 parts by volume of combined aggregates before mixing. In machine-moulded blocks,
the web markings on the units as they come from the machine give a good indication as to
whether the proper consistency of concrete has been used. In addition to the grading of the
aggregate and the quantity of the cement, the amount of water required for mix will depend
to an extent on the type of machine on which blocks are produced. The amount of water
required for mix should be electronically measured and controlled in the mixing drum.

Mixing: Batching of the ingredients should be done accurately and concrete mixing shall be
done in a mixer to achieve homogeneous mix. Mixing shall be continued until there is a
uniform distribution of the materials, and the mass is uniform in colour and consistency.

Placing and Compaction: The block should be compacted by compaction and finished to
proper size -without broken edges. After ejection demoulding, the “blocks shall be handled
carefully to avoid damage. The blocks shall be protected until they are sufficiently hardened
before starting curing.

Curing: The blocks hardened as above shall then be cured as per 13.5 of IS 456 or by mist
curing so as to deliver the specified strength of block. The blocks may alternatively be cured
by steam.

Drying: After curing the blocks as above, they shall be dried for a period of 4 weeks before
being used on the work. In case of curing by steam, once low-pressure steam curing has
been done, the blocks shall be dried at ambient temperature for a period of seven days. The
blocks shall then be stacked with voids horizontal to facilitate through passage of air. It shall
be ensured that the blocks have been thoroughly dried and allowed to complete their initial
drying shrinkage before supply to the work-site.

Page 33 of 238 VMCBTPL


Volume- II, Section-4B
163 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.8.1.3 Surface Texture and Finish

Concrete masonry units can be given a variety of surface textures ranging from a very fine
close texture to a coarse open texture by the proper selection grading and proportioning of
aggregates at the time. 1S 2185 (Part 1): 2005 of manufacture. Textures may also be
developed by treating the face of the units while still-green by wire brushing or combing,
slightly eroding the surface by playing a fine spray of water upon it, and by splitting (split
block). Colour maybe introduced by incorporating non-fading mineral pigments in the facing
concrete, or by applying a coloured cement grout or paint to the face of the units soon after
they are removed from the moulds. Selected coloured aggregates may also be used in the
facing and exposed by washing with water or dilute hydrochloric acid followed by thorough
washing with water to ensure no traces of acid are left on the surface. Well made concrete
masonry may not require plaster in case of unimportant buildings in low rainfall areas; two
or three coats of a cement paint being sufficient to render it resistant to rain water. If,
however, it is intended to plaster concrete masonry, the block shall have a sufficiently rough
surface to afford a good key to the plaster. Water proofing admixtures may be used for
preparing the plaster.

3.8.1.4 Physical Requirements

All units shall be sound and free of cracks or other defects which interfere with the proper
pIacing of the unit or impair the strength or performance of the construction. Minor chipping
resulting from the customary methods of handling during delivery, shall not be deemed
grounds for rejection. Where units are to be used in exposed wall construction, the face or
faces that are to be exposed shall be free of chips, cracks, or other imperfections, except
that if not more than 5 percent of a consignment contains slight cracks or small chippings
not larger than 25 mm, this shall not be deemed grounds for rejection Dimensions: The
overall dimensions of the units when measured as given above shall in accordance with the
tolerances mentioned therein.

Blocks Density: The block density when determined as per code shall conform to the
requirement.

Compressive Strength: The minimum compressive strength at 28 days being the average
of eight units, and the minimum compressive strength at 28 days of individual units, when
tested in the manner described in code.

Water Absorption: The water absorption, being the average of three units, when determined
in the manner prescribed in code shall not be more than 10 percent by mass.

Drying Shrinkage: The drying shrinkage of the units when unrestrained being the average
of three units, shall be determined in the manner described in code and shall not exceed
0.06 percent.

Moisture Movement: The moisture movement of the dried blocks on immersion in water,
being the average of three units, when determined in the manner described in code, shall
not exceed 0.09 percent.

Tests

Tests shall be conducted on samples of units selected according to the sampling procedure
to ensure conformity with the physical requirements.

Page 34 of 238 VMCBTPL


Volume- II, Section-4B
164 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.8.1.5 Sampling

The blocks required for carrying out the tests laid down in this standard shall be taken by
one of the methods given code. In either case, a sample of 20 blocks shall be taken from
every lot/consignment of 5000 blocks or part thereof from the same grade, size and same
batch of manufacture.

The required number of blocks shall be taken at regular intervals during the loading of the
vehicle or the unloading of the vehicle depending on whether sample is to be taken before
delivery or after delivery. When this is not practicable, the sample shall be taken from the
stack in which case the required number of blocks shall be taken at random from across the
top of the stacks, the sides accessible and from the interior of the stacks by opening trenches
from the top. The sample of blocks shall be marked for future identification of the
consignment it represents. The blocks shall be kept under cover and protected from extreme
conditions of temperature, relative humidity and wind until they are required for test. The
tests shall be undertaken as soon as practicable after the sample has been taken.

Number of Tests All the 20 blocks shall be checked for dimensions and inspected for visual
defects Out of the 20 blocks, 3 blocks shall be subjected to the test for block density, 8 blocks
to the test for compressive strength, 3 blocks to the test for water absorption, and 3 blocks
to the test for drying shrinkage and later to the test for moisture movement. The remaining
3 blocks shall be reserved for retest for drying shrinkage and moisture movement, if a need
arises.

3.8.1.6 Criteria for Conformity

The lot shall be considered as conforming to the requirements of the specification if the
conditions mentioned in code are satisfied. The number of blocks with dimensions outside
the tolerance limit and/or with visual defects, among 1S 2185 (Part 1) : 2005 those inspected
shall be not more than two, for block density, the mean value determined shall be greater
than or equal to the minimum limit specified in code. For compressive strength, the average
value and minimum individual value determined shall be greater than or equal to the value
specified in code. For drying shrinkage and moisture movement, all the test specimens shall
satisfy the requirements of the test. If one or more specimens fail to satisfy the requirements,
the remaining 3 blocks shall be subjected to these tests. All these blocks shall satisfy the
requirements. For water absorption, the mean value determined shall be equal or less than
maximum limit specified in code.

3.8.1.7 Manufacturer’s Certificate

The manufacturer shall satisfy himself that the masonry units conform to the requirements
of this standard and, if requested, shall supply a certificate to this effect to the Employer or
his representative.

3.8.1.8 Marking

Concrete masonry units manufactured in accordance with this specification shall be marked
permanently with the following information:

Identification of the manufacturer; Grade of the unit; and Year of manufacture, if required by
the Employer.

Page 35 of 238 VMCBTPL


Volume- II, Section-4B
165 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.8.2 Plastering and Pointing

3.8.2.1 Scope

This section shall cover all plastering (internal/external) and allied works on all types of
masonry and concrete surfaces and pointing works. Before commencing the work sample
of works shall be made in accordance with the specification and got approved by the
Employer.

3.8.2.2 General

The Contractor shall furnish all skilled and unskilled labour, plant, equipment, scaffolding,
materials, etc. required for complete execution of the work in accordance with the drawings
and as described herein and/or as directed by the Employer.

IS: 1661 shall be followed as a general guidance for plastering work. All plaster work and
other wall finishes shall be executed by skilled workmen in a workmanlike manner and shall
be of the best workmanship and in strict accordance with the dimensions on drawings
subject to the approval of the Employer.

The primary requirement of plaster work shall be to provide absolutely water tight enclosure,
dense, smooth and hard and devoid of any cracks on the interior and/or exterior. The
contractor shall do all that is necessary to ensure that this objective is achieved. All
plastering shall be finished to true plane, without any imperfections and shall be square with
adjoining work and form proper foundation for finishing materials such as paint etc.

Masonry and concrete surfaces which call for applications of plaster shall be clean, free from
efflorescence, damp and sufficiently rough and keyed to ensure proper bond, subject to the
approval of the Employer.

Wherever directed by the Employer, all joints between concrete frames and masonry in filling
shall be expressed by a groove cut in the plaster. The said groove shall coincide with the
joints beneath as directed. Where grooves are not called for, the joints between concrete
members and masonry in filling shall be covered by 24 gauge galvanised chicken mesh
strips 400 mm wide or as called for on drawings / documents which shall be in position
before plastering.

The Contractor shall strictly follow, at all stages of work, the stipulations contained in the
Indian Standard Safety Code and the provisions of the Safety Rules as specified in the
General Conditions of the Contract for ensuring safety of men and materials.

Any approval, instructions, permission, checking, review etc. whatsoever by the Employer
shall not relieve the Contractor of his responsibility and obligation regarding adequacy,
correctness, completeness, safety, strength, workmanship etc.

3.8.2.3 Codes and Standards

All applicable standards, acts and codes of practice referred to shall be the latest editions
including all applicable official amendments and revisions. A complete set of all these
documents shall generally be available at site with the Contractor.

List of certain important Indian Standards, Acts and Codes applicable to this work is given
below. However, the applicable standards and codes shall be as per but not limited to the
list given below:

Page 36 of 238 VMCBTPL


Volume- II, Section-4B
166 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

IS: 383 Coarse and fine aggregates from natural sources for concrete.

IS: 712 Building limes.

IS: 1542 Sand for plaster.

IS: 1635 Code of practice for field slaking of building lime and preparation of putty.

IS: 1661 Code of practice for application of cement and cement-lime plaster finishes

IS: 2250 Code of practice for preparation and use of masonry mortars.

IS: 2547 Gypsum building plaster.

IS: 3150 Hexagonal wire netting for general purposes.

3.8.2.4 Materials

Cement

The cement used shall be Ordinary Portland cement conforming to IS:269 or IS : 8112.
Unless otherwise specified Ordinary Portland cement of 43 grade conforming to latest IS -
8112 shall be used for all plastering works.

The Contractor shall make his own arrangements for the storage of adequate quantity of
cement.

Cement shall be a stored in closed weather proof shed on raised wooden plank flooring
away from wall to prevent deterioration by dampness or intrusion of foreign matter etc.

Sand

Sand shall conform to IS : 1542, IS : 383 and IS : 2116. It shall be from a natural source or
crushed stone sand. The sand shall be hard, durable, clean and free from adherent coatings
and organic matter, and shall not contain any appreciable amount of clay balls or pellets.
The sand shall not contain any harmful impurities. The sand shall be properly graded and of
medium size with a fineness modules of 2.0 to 2.2. Sand containing any trace of salt shall
be rejected. Sand shall be washed if required by the Employer.

Coarse aggregate shall conform to IS: 383. Coarse aggregate of size 6 to 12 mm shall be
used for rough cast plaster in finishing coat.

Water

Water used for mortar and curing shall be clean and free from injurious amounts of oils,
acids, alkalis, sugar, organic materials etc. Potable water is generally considered
satisfactory for mixing mortar and curing.

Page 37 of 238 VMCBTPL


Volume- II, Section-4B
167 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Cement Mortar

Unless otherwise specified cement-sand mortar shall be used. Cement mortar shall be of
proportion specified for each type of work. Cement mortar shall be prepared by mixing
cement and sand in specified proportions by volume. Sand shall be measured on the basis
of its dry volume using gauge boxes. Suitable allowance in quantity shall be made to cater
for the bulkage. Cement shall preferably be measured by weight. For the purpose of
determining the corresponding volume, one cubic metre of cement shall be taken to weigh
1440 Kg. Cement Mortar with Waterproofing Compound

Cement mortar mix is specified as 1:2, 1:3, 1:4, 1:5 etc. The first figure will mean one part
of Portland cement by volume, the second figure will mean so many parts of sand by volume.
For example, cement mortar 1:4 would mean one part of cement and four parts of sand.

The mixing of mortars shall be done in mechanical mixer. However. depending on nature,
magnitude and location of the work, the Engineer may relax the condition of use of
mechanical mixer and allow hand mixing.

Cement and sand in the specified proportions shall be fed into the mixer and mixed dry
thoroughly in the mixer. Water shall then be added gradually and the wet mixing continued
for atleast 3 minutes. If hand mixing is allowed it shall be carried out on a clean, water tight
platform. The accurately gauged materials shall be put on platform, and thoroughly mixed
dry. Water shall then be added and the whole mixed thoroughly until the mix is homogeneous
and of uniform colour. Only that quantity of mortar, which can be used within 30 minutes of
its mixing shall generally be prepared at a time. Care shall be taken, not to add more water
than required. IS:2250 and IS:1661 shall be referred for ascertaining the quantity of water.

Cement mortar shall be used as soon as possible after mixing and before it begins to set,
preferably within half an hour from the time water is added to cement during mixing. Any
mortar for plaster partially set shall be rejected and removed from the site. Sweep mortar
shall not be used.

3.8.2.5 Chasing and Cutting

All chasings, installations of conduits, inserts, boxes, etc. shall be completed and finished
with cement mortar with galvanised chicken mesh before any plastering or other wall finish
is commenced on a surface. No chasing or cutting of plaster or other finish on a surface
shall be permitted. Broken corners shall be cut back not less than 150 mm on both sides
and patched with plaster of paris as directed.

3.9 Painting

3.9.1 Scope

This specification covers the general requirements for painting, white washing, etc. of both
interior and exterior surfaces of masonry, concrete, plaster and all carpentry works,
structural and miscellaneous steel works. This also includes furnishing of all materials,
labour, scaffolding, tools and appliances etc.

3.9.2 General

Before commencing painting, the Contractor shall obtain the approval of the Engineer in
writing regarding the scheduling of work to minimise damage, disfiguration or staining by
other trades. He shall also undertake necessary precautions to prevent damage,
disfiguration or staining of other trades or other installations.

Page 38 of 238 VMCBTPL


Volume- II, Section-4B
168 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Contractor shall protect not only his own work at all times but also all the adjacent work and
materials by suitable covering, protection or other methods acceptable to the Engineer
during progress of painting. It is the responsibility of the contractor upon completion of
painting work to remove all paint and varnish spots from floors, walls, glass panes and other
surfaces and restore them to the original conditions. The work generally to be touched up
shall be attended to after all other workmen have left. All accumulated material, rubbish etc.
have to be cleared and the premises left in clean, orderly and acceptable conditions.

Contractor shall provide scaffolding wherever necessary erected on double supports tied
together by horizontals, no ballies, bamboos or planks shall rest on or touch the surface
which is being painted. Contractor is deemed to have considered the following while
tendering and no extra claim on account of these will be entertained.

a) Supplying the paint and other materials required of approved colour and brand.

b) Preparing the surface to be painted

c) Providing and erecting scaffolding and removing the same after completion of the work.

d) Lifting of materials to any height and painting at all levels.

e) Application of paint as per the specification and to Manufacturer’s instructions.

f) Curing, protecting the painted surface, adjacent work and thoroughly cleaning of the
premises.

The Contractor shall furnish all skilled and unskilled labour, plant, equipment, scaffolding, all
materials etc. required for complete execution of the work in accordance with the drawings
and as described herein and / or as directed by the Engineer.

The Contractor shall strictly follow, at all stages of work, the stipulations contained in the
Indian Standard Safety Code and the provisions of the Safety Rules as specified in the
General Conditions of the Contract for ensuring safety of men and materials.

Any approval, instructions, permission, checking, review etc. whatsoever by the Engineer
shall not relieve the Contractor of his responsibility and obligation regarding adequacy,
correctness, completeness, safety, strength, workmanship etc.

3.9.3 Materials

3.9.3.1 General

Paint shall be ready mixed and of first quality of the approved brand and manufacturer. The
paint shall generally conform to the chemical composition and other characteristics laid
down in the relevant Indian standard specification. Mixing of paint by the Contractor at site
will not be allowed. However, in the case of selection of special shades and colours (not
available standard shades) the Contractor shall mix different shades of ready mixed paints
as per Manufacturer’s instructions and as directed by the Engineer.

Page 39 of 238 VMCBTPL


Volume- II, Section-4B
169 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Materials shall be the highest grade products of well known approved manufacturers and
shall be delivered to the site in original sealed containers, bearing brand name,
manufacturer’s name and colour shade, with labels intact and seals unbroken. All materials
shall be subject to inspection and approval by the Engineer. It is desired that materials of
one manufacturer only shall be used as far as possible and paint of one shade be obtained
from the same manufacturing batch. All paints shall be subjected to analysis from random
samples taken at site from the painter’s bucket, if so desired by the Engineer.

All unspecified materials shall be of the highest quality available and shall conform to the
latest IS standards. All such materials shall be made by reputable recognized manufacturers
and shall be approved by the Engineer.

Any materials found not conforming to the relevant specification shall have to be removed
by the Contractor from the site at his own expenses.

All colours shall be as per the painting schedule and tinting and matching shall be done to
the satisfaction of the Engineer. In such cases, where samples are required, they shall be
executed in advance with the specified materials for the approval of the Engineer.

All primer coats shall be compatible to the material of the surface to be finished as well as
to the finishing coats to be applied.

3.9.3.2 Painting on Steel Structure

The recommended painting system for general service requirement of steel structures
covering surface preparation, application of primer coat, intermediate coat and final coat to
develop the required minimum dry film thickness on steel surface to satisfy the C5 category
as per ISO 12944:2018.

Surface Preparation: Sa2½ according to (ISO Apply Interzinc 52 or equivalent to dry film
8501-1:1988) or SSPC-SP10.First Coat thickness of 60µm.

Second Coat Apply Intergard 475HS or equivalent to


dry film thickness of 200µm.

Third Coat Apply Interthane 990 or equivalent to dry


film thickness of 60µm

Total Thickness Total dry film thickness shall be 320µm.

Colour As advised by the Employer / Engineer.

3.9.3.3 Synthetic Enamel Paint

Shall be made from synthetic resins and drying oil with rutile titanium dioxide and other
selected pigments to give a smooth, hard, durable and glossy finish to all exterior and interior
surfaces. White and pastel shades shall resist yellowing and darkening with ageing, The
paint shall conform to IS:2932 and IS:2933.

Page 40 of 238 VMCBTPL


Volume- II, Section-4B
170 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.9.3.4 Waterproof Cement Paint

Shall be made from best quality white cement and lime resistant colours with accelerators,
waterproofing agents and fungicides. The paint shall conform to IS:5410.

3.9.3.5 Dry Distemper

Dry distemper of required colour conforming to IS:427 and of approved brand and
manufacturer shall be used. The primer where used shall be cement primer or distemper
primer. These shall be of same manufacturer as that of distemper.

3.9.3.6 Lime for White Washing

Lime for white washing shall be pure shell lime or fat lime, or a mixture of both and shall
conform to IS:712 (latest edition) Samples of lime shall be submitted to the Engineer for
approval and lime as per the approved samples shall be brought to site in an unslaked
condition.

3.9.3.7 Lime and Mineral for Colour Wash

Shall be done with mineral colours not affected by lime added to white wash. No colour wash
shall be done until a sample of the colour wash to the required tint or shade has been
approved by the Engineer. The colour shall be of even tint or shade over the whole surface.
If it is blotchy or otherwise badly applied, it shall be redone by the Contractor at his own cost.

3.9.3.8 Acrylic Emulsion Paint

Shall be water based acrylic copolymer emulsion with rutile titanium dioxide and other
selected pigment and fungicide. It shall exhibit excellent adhesion to plaster and cement
surface and shall resist deterioration by alkali salts. The paint film shall allow the moisture
in wall to escape without pelling or blistering the paint. After it is dried, the paint should be
able to withstand washing with mild soap and water without any deterioration in colour or
without showing flaking, blistering or peeling.

3.9.3.9 Oil Bound Distemper

Oil bound distemper (IS:428-1969) of approved brand and manufacture shall be used. The
primer where used be cement primer or distemper primer. These Shall be of same
manufacturer as that of distemper. The distemper shall be diluted with prescribed thinner in
a manner recommended by the manufacturer. Only sufficient quality of distemper required
for a day’s work shall be prepared.

3.9.3.10 Chemical Resistant Paint

Chemical resistant paint as per IS:157 of approved brand and manufacture shall be used.
Primer coat to be used shall be as per manufacturer’s specifications.

3.9.3.11 Fire Resistant Paint

Fire resisting paint (silicate type) shall be as per IS:162 and of approved brand and
manufacture. Primer to be used shall be as per manufacturer’s specifications.

Page 41 of 238 VMCBTPL


Volume- II, Section-4B
171 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.9.3.12 Oil Resistant Paint

Oil resistant paint shall be as per IS:161 and of approved brand and manufacturer. Primer
coat shall be as per manufacturer’s specifications.

3.9.4 Storage

The Contractor shall arrange for safe and proper storage of all materials and tools. Paints
shall be kept covered at all times and mixing shall be done in suitable containers. All
necessary precautions shall be taken by the Contractor to prevent fire.

3.10 Waterproofing Treatment

3.10.1 Scope

This specification covers the general requirements for water proofing to the underground
structure, machinery foundation, pits, trenches, lift pits, pile and pile cap, roof slab, toilet
sunken slab etc.

3.10.2 General

Waterproofing treatment shall be done with waterproofing materials of approved reputed


manufacturers and applied by specialist firms with long experience in the particular trade
and proven track record.

The Contractor shall furnish all skilled and unskilled labour, plant, tools, tackle, equipment,
men, materials required for complete execution of the work in accordance with the drawings
and as described herein and/or as directed by the Engineer.

The Contractor shall strictly follow, at all stages of work, the stipulations contained in the
Indian Standard Safety Code and the provisions of the Safety Rules as specified in the
General Conditions of the Contract for ensuring safety of men and materials.

Any approval, instructions, permission, checking, review etc. whatsoever by the Engineer
shall not relieve the Contractor of his responsibility and obligation regarding adequacy,
correctness, completeness, safety, strength, workmanship etc.

The treatment shall include both external and internal type at different stages of execution
involving various operations of preparation, application and induction of chemicals as water
proof barrier in order of sequence.

The treatment shall be done as per the specifications and instructions of manufacturers
including cost of all materials all leads and lifts, cleaning, scaffolding, curing, conducting,
leakage test etc.

3.10.3 Codes and Standards

The applicable Indian Standard and Code is given below:

IS : 2645 : Integral cement water proofing compounds.

IS : 9103 : Admixtures for Concrete

Page 42 of 238 VMCBTPL


Volume- II, Section-4B
172 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.10.4 Materials

Cement: Ordinary Portland cement of 43 Grade conforming to IS : 8112 shall be used.

Coarse Aggregate: Coarse aggregate shall conform to IS:383

Sand: Sand shall conform to IS : 383, IS 1542 and IS : 2116

Water: Water shall conform to IS : 456.

Water Proofing Compound: Water proofing compound shall conform to IS 2645.

3.11 Anti-Termite Treatment

The chemicals used shall conform to IS:8944.

3.11.1 Treatment to Soil Under Slabs at Plinth Level & Ground Floor

After earth filling and before the dry rubble or core packing, the centre surface of the filled
earth will be treated with a chemical emulsion recommended by the specialist sub-contractor
at the rate specified by the manufacturer. Light rodding shall be done to facilitate spraying
and absorption.

3.11.2 Treatment to Junction of Wall & Floors

Rodding to be carried out along the junction of plinth beams and earth filling at 15 cm
intervals and recommended chemical emulsion sprayed at the rate of 2 litres per linear meter
so as to mix intimately with the soil.

Above process shall be carried out simultaneously to establish the chemical barrier.

3.11.3 Treatment to Soil along the External Wall Perimeter

After levelling and before flagging or plinth protection is laid, soil along the external wall
perimeter of the building upto a depth of 30 cm shall be treated at the rate of 4.5 litres
emulsion per linear meter of plinth walls. If necessary, rodding at 30 cm intervals shall be
carried out to facilitate spraying and absorption.

3.11.4 Treatment of Critical Areas

Soils under piers, utility pipe openings, floor drains, electrical conduit entry joints shall be
thoroughly flooded with the chemical emulsion at an approximate rate of 25 to 30 litres per
square meter. If drainage pipes are laid along the walls and the chemical barrier laid as per
paragraph 7.17.2 is disturbed/broken, additional treatment to such areas will be necessary.

3.11.5 Guarantee for 5 Years

The specialist agency shall provide a guarantee that buildings shall be free from termite
infestation for a period of 5 years from the expiry of defects liability period.

Page 43 of 238 VMCBTPL


Volume- II, Section-4B
173 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.11.6 Precautions

Precautions shall be taken not to disturb the treated areas by levelling, digging or earth
filling, as this will break the chemical barrier. In case such situation arises, the area is to be
treated again to restore the chemical barrier.

3.12 Flooring and Dadoing Works

3.12.1 General

This specification covers the general requirements for flooring and dadoing of various types
of finishes including supplying, installation, finishing, curing, testing, protecting, maintaining
until handing over.

The Contractor shall furnish all skilled and unskilled labour, plant, equipment, scaffolding,
materials etc., required for complete execution of the work in accordance with the drawings
and as described herein and / or as directed by the Engineer. The Contractor shall follow all
safety requirements / rules during execution of the work. The Contractor should have
adequate experience in execution of such works. Alternatively, he should engage
specialized agency for executing the work after obtaining approval from the Engineer.

All works shall be carried out as per relevant Indian Standard Specifications, as per the
instructions of manufacturer and as directed by Engineer. The Contractor shall carryout all
works including preparation of base, chipping extra concrete, roughening of surface and skin
removing, cleaning, screeding, levelling, curing, protecting the slab / tile by using pop over
plastic sheet etc.

The commencement, scheduling and sequence of the finishing works shall be planned in
details and must be specifically approved by the Engineer, keeping in view the activities of
other agencies working in the area. However, the Contractor shall remain fully responsible
for all normal precautions and vigilance to prevent and damage whatsoever till handing over
to the Owner.

Contractor shall ensure the tile procured should be true to the line and equal diagonal.
Lot not meeting the specification shall be liable for rejection.

Only approved make, colour, size of tiles / slabs to form any pattern in combination of any
specified colour shall be used.

3.12.2 Codes and Standards

Some of the important applicable Indian Codes for this section are listed below. Latest
editions of these codes shall be followed:

IS : 1237 - Cement concrete flooring tiles

IS : 4457 - Ceramic unglazed vitreous acid resisting tiles

IS : 5491 - Code of practice for laying of in-situ Granolithic concrete flooring topping

IS : 13753 - Dust pressed ceramic tiles with water absorption of E 10%.

IS : 13755 - Dust pressed ceramic tiles with water absorption 3% of E6% (Group B II.a)

Page 44 of 238 VMCBTPL


Volume- II, Section-4B
174 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.12.3 Materials

Cement: Ordinary Portland cement of 43 Grade conforming to IS : 8112 and as specified


under concrete work of Technical Specification.

Coarse Aggregate: As specified under concrete works and conforming to IS: 383.

Fine Aggregates: As specified under concrete works and conforming to IS: 383.

Water: As specified under concrete works generally potable water

Special Materials: Materials required for individual finishing items are specified under
respective items. In general, all such materials shall be in accordance with the relevant IS
Codes where applicable. In all cases these materials shall be of the best indigenous quality
unless specified otherwise.

The materials for finishing items must be procured from well-reputed approved specialized
manufactures and on the basis of approval of samples by the Engineer. The materials shall
be ordered, procured and stored well in advance to avoid possible delays to the construction
programme.

3.12.4 Storage of Materials

Storage of cement aggregates and water shall be as specified under concrete works.

3.12.5 Base Concrete

The base concrete may be deposited as per specification and as directed. Before placing
the concrete the sub-base shall be properly wetted and well rammed. The concrete shall
then be deposited between the forms where necessary, thoroughly compacted and the
surface finished level with the top edges of the forms. The surface of base concrete shall be
left rough to provide adequate bond for the topping. Two or three hours after the concrete
has been laid in position, the surface shall be brushed with a hard brush to remove any scum
or laitance and swept clean so that coarse aggregate is exposed.

3.13 Steel / Aluminium Doors, Windows and Ventilators

3.13.1 Scope

This section of the specification includes the requirements necessary to provide in place all
steel / Aluminium doors, windows and ventilators

3.13.2 Materials

3.13.2.1 Pressed Steel Door/Window/Ventilator Frame

Pressed steel door/window/ventilator frame shall confirm to IS:4351.

No rolling type mechanism shall be allowed for any kind of doors, windows / ventilators.

Page 45 of 238 VMCBTPL


Volume- II, Section-4B
175 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The frames shall be made of 16 gauge pressed steel bent to shape using bending machine,
and mitred with square edges. The frames shall be provided with spacers by welding 50 mm
x 5 mm flats to the portion of the frame in contact with the wall jambs @ 600 mm vertical
spacing.

The frame shall be fixed to the masonry by means of 300 mm x 25mm x 6mm hold fast
welded to the spacers and grouted with M-20 grade concrete in minimum 350 mm x 100
mm x 100 mm sized hole in the masonry.

In case of concrete, the frames shall be fixed by 96 mm long, 12 mm dia metallic counter
sunk type dash fasteners through the frame and spacers.

Provisions for hinges, locking arrangement and other hard wares shall be provided in the
frames by machine cutting required size cut out on the frame body and welded / screwed to
3 mm thick M.S. pad plates-already welded over the cut out from behind. All hinges shall be
of SS316L.

The frame surface shall be thoroughly cleaned of rust, mill scale, dirt, oil etc. and then
finished with painting (by priming with red oxide zinc chromate primer conforming to 1S:2074
and painting on forming to 1S:1477 Part (II) or by approved shade electrostatic powder
coating (25 micron).

3.13.2.2 Pressed Steel Door shutter

Pressed steel shutters shall be hollow type with 18gauge pressed steel welded at meeting
of the sheets with pad plate of M.S flat 3 mm thick all along perimeter. The cavity shall be
packed with rigid phenolic foam board adequately cut into shape to fully fit into the box cavity
without gaps.

The shutter shall be formed by machine bending of 18 gauge (as specified in item) pressed
steel sheet in form of hollow box making an overall thickness of 40mm forming truly square
edge in accordance with the shutter profile. It shall further be braced with channel shaped
horizontal stiffeners formed by folding 16 gauge MS sheets (35mm wide) @ 500 mm max.
And fixed by flush riveting. 3mm thick M.S. pad plates shall be welded inside at required
locations for fixing of hard wares such as tower bolt, aldrop etc.

For double shutter doors, an M.S. angle 25mm x 45mm x 3 mm thick shall be welded to one
of the shutters providing a minimum 25mm wide rebate for the other shutter at the meeting
point during closed condition.

The shutter surfaces shall be painted with electrostatically powder coating/two coats of
synthetic enamel paint over a priming coat of red oxide zinc chromate conforming to IS
2074/IS 1477 (Part-11). The shutters shall be fixed to the door frame by means of heavy
duty MS butt hinges of 150mm size conforming to table 6 of IS 1341 @ 600mm max.

In case of air tight door shutters, approved quality continuous neoprene rubber beading shall
be provided continuously along the door frame rebate fixed with neoprene rubber adhesive
of approved make.

In case of partly glazed door shutter. Glassas specified shall be fixed with glazing clips and
solid drawn 10 mm x 10 mm, MS beading backed with putty and fixed by countersunk
screws. Necessary rebate for fixing the glass shall be provided by arranging the shutter
bracing accordingly.

The shutters shall be provided with locking device, handles and other hard wares as
specified.

Page 46 of 238 VMCBTPL


Volume- II, Section-4B
176 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.13.2.3 Steel Windows & Ventilator

Steel windows, ventilators shall in general conform to IS 1081, IS 1038, IS 7452.

Rolled steel sections for the fabrication of steel windows, ventilators shall conform to IS
7452.

Glass Panes

Glass panes for glazing purpose shall be as specified in item description. All glass panes
shall have property squared corners and straight edges. Glass panes shall be of following
types in accordance with item description:

i) 4 mm thick transparent sheet glass conforming to IS 2835 (wt. 7.2 kg/m)

ii) 5.5 mm thick wired glass conforming to IS 5437.

iii) 6.3 mm thick laminated safety glass conforming to IS 2553.

3.14 Rolling Shutter

3.14.1 Scope

Rolling shutters shall be of best quality conforming to IS 6248 - 1979 and obtained from
approved make. These shall include necessary locking arrangement and handles, fixing
bolts, safety devices, anchoring rods etc. These shall be suitable for fixing in position as
specified i.e. outside or below lintel or between jambs of the opening. The door shall be push
and pull type and also operated with chain crank as required. Electrically operated rolling
shutters shall be used wherever specified.

3.14.2 Galvanising

All M.S. materials including lath sections, clips, guides, lock plate, guide channel, bracket
plate, suspension shaft hood cover& other components shall be hot dip galvanised with a
zinc coating containing not less than 97.5percent pure zinc. The weight of the zinc coating
shall be not less than 750 mm/m2 both sides and the coating shall be free from flaking or
peeling conforming to IS: 1477 - 1977 (Part I& II).

3.14.3 Shutters

The shutters shall consist of M.S. lath sections conforming to IS 513-1986, 1.25 mm thick
and 75 mm wide unless otherwise specified. The laths shall be machine rolled and
straightened with an effective bridge depth of not less than 16 mm and shall be interlocked
together throughout their entire length and joined together at the end with end locks by
means of cast iron or galvanised mild steel clips conforming to IS 2108-1977 riveted at either
end which shall prevent lateral movement of the individual lath sections. These shall be
mounted on specifically designed pipe shaft. Each lath section shall be a continuous single
strip piece without any joint.

Page 47 of 238 VMCBTPL


Volume- II, Section-4B
177 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.14.4 Springs

The springs shall be, preferably of coiled type. The spring shall be manufactured from high
tensile spring steel wire conforming to grade 2 of IS 4454-1981 or strip of adequate strength
to balance the shutters in all positions. The spring pipe shaft etc. shall be supported on
strong mild steel brackets.

3.14.5 Guide Channels

The guide channels shall be of mild steel deep channel section and of rolled, pressed or
built-up construction. The thickness of the sheet used shall not be less than 3.15 mm. The
minimum depth of guide channels shall be 60 mm for clear width of shutters upto 3.5 m and
75 mm for 3.5 m and above guide.

The gap between the two legs of the guide channel shall be sufficient to allow free movement
of the curtain and at the same time close enough to prevent rattling of the curtain due to
wind.

Each guide channel shall be provided with a minimum of three fixing cleats or supports for
attachment to the walls or columns by means of heavy duty bolts or screws.

The guide channels shall be attached to jambs, in plumb either in the overlapping or
projecting torsion or embedded in grooves, depending on method of fixing to the approval
of the Engineer.

3.14.6 Fixing

Brackets shall be fixed on the lintel or under the lintel as shown with metal fasteners, screws,
bolts, etc. The shaft along with the spring shall then be fixed to the brackets.

The shutters shall be laid on the ground and the side guide channels shall be bound with it
with ropes etc. The shutter shall then be placed in position and top fixed with pipe shaft with
bolts and nuts. The side guide channels and the cover frame shall then be fixed to the walls
through the plate welded to the guides.

Fixing shall be done accurately in workman-like manner so that the operation of the shutter
is easy and smooth.

3.14.7 Grilled Curtain

Wherever specified rolling shutter shall be provided with grilled curtain partly or fully, as
required.

3.14.8 Electrical Devices

Suitable electrical devices, push buttons, etc. shall be provided at suitable location to control
the opening and closing the rolling shutter. Suitable limit switches shall be provided to
automatically stop motor when shutter reach the fully open and closed positions. The control
switchgear, cabling, etc. should be of reputed make, conforming to relevant IS codes.

3.15 Handrail Posts and Handrails

Handrail posts and handrailing shall be fabricated from medium class stainless Steel Tubes
conforming to ASTM A312, ASME SA312 (SS 316 grade).

Page 48 of 238 VMCBTPL


Volume- II, Section-4B
178 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3.16 False Ceiling

3.16.1 Calcium Silicate False Ceiling

Providing and fixing false ceiling at all height including providing and fixing of frame work
made of special sections, power pressed from M.S. sheets and galvanized with zinc coating
of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size
25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre,
one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia
bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length
with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I.
channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the
ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each
having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular
to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long
G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high
having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with
the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mminterval,
including fixing of calcium silicate board to ceiling section and perimeter channel with the
help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to
a flush finish of tapered and square edges of the board with recommended jointing
compound, jointing tapes, finishing with jointing compound in 3 layers covering upto 150 mm
on both sides of joint and two coats of primer suitable for board, all as per manufacturer’s
specification and also including the cost of making openings for light fittings, grills, diffusers,
cutouts made with frame of perimeter channels suitably fixed.

3.16.2 Grid Ceiling

Grid Ceiling (With Mineral fiber tiles/ Moisture resistant mineral fiber tiles)

Providing and fixing tiled false ceiling of approved materials of size 595x595 mm in true
horizontal level, suspended on inter locking metal grid of hot dipped galvanized steel
sections ( galvanized @ 120 grams/ sqm, both side inclusive) consisting of main “T” runner
with suitably spaced joints to get required length and of size 24x38 mm made from 0.30 mm
thick (minimum) sheet, spaced at 1200 mm center to center and cross “T” of size 24x25 mm
made of 0.30 mm thick (minimum) sheet, 1200 mm long spaced between main “T” at 600
mm center to center to form a grid of 1200x600 mm and secondary cross “T” of length 600
mm and size 24x25 mm made of 0.30 mm thick (minimum) sheet to be interlocked at middle
of the 1200x600 mm panel to form grids of 600x600 mm and wall angle of size 24x24x0.3
mm and laying false ceiling tiles of approved texture in the grid including, required
cutting/making, opening for services like diffusers, grills, light fittings, fixtures, smoke
detectors etc.

Main “T” runners to be suspended from ceiling using GI slotted cleats of size 27 x 37 x 25
x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm GI
adjustable rods with galvanized butterfly level clips of size 85 x 30 x 0.8 mm spaced at 1200
mm center to center along main T, bottom exposed width of 24 mm of all T-sections shall be
pre-painted with polyester paint as per specifications, drawings and as directed by Employer.

3.17 Materials not Specified

Any materials not fully specified in these specifications and which may be offered for use in
the works shall be subject to approval of Engineer-In-charge without which it shall not be
used anywhere in the construction works.

Page 49 of 238 VMCBTPL


Volume- II, Section-4B
179 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.0 WORKMANSHIP
4.1 General

A high standard of workmanship in all trades will be required. The Contractor shall ensure
that only skilled and experienced tradesmen are employed. Where required, the Contractor
shall furnish such details of his Temporary Works to the Employer and the Contractor shall
satisfy the Employer as to their safety and efficiency. The Employer may direct that
Temporary Works, which he considers unsafe or inefficient, shall be removed and replaced
in a satisfactory manner.

The Contractor shall provide and maintain survey stations which he may require to carry out
the Works. The Contractor shall carry out all the necessary surveys, measurements and
setting out of the Works and shall for this purpose engage qualified and competent
engineering surveyors.

The Contractor shall furnish all necessary supervision, labour, materials, equipment and
tools for Site preparation clearing and all other works. Clearing shall mean to completely
demolish remove and dispose with all leads, lifts and descents from the area, bushes,
deadfalls, embedded logs, dislodged roots, stumps, snogs, boulders, existing structures and
other objectionable materials.

All materials shall be stored at proper places so as to prevent their deterioration or intrusion
by foreign matter and to ensure their satisfactory quality and fitness for the work. The storage
space must also permit easy inspection, removal and re-storage of the materials. All such
materials even though stored in approved godowns/places, must be subjected to
acceptance test prior to their immediate use.

The contractor shall plan his construction activities duly considering the weather conditions
round the year and available working window in open sea environment.

4.2 Contractor’s Equipment

The contractor shall be responsible for the supply, use and maintenance of all construction
plant and equipment and shall ensure that it is suitable for the work and is maintained in
such a manner as to ensure its efficient working. The Employer/Employer’s reperesentative
may direct that the plant and equipment, which is not efficient and is prejudicial to the quality
of the work, be removed from site and replaced by plant and equipment to his satisfaction.

4.3 Facilities for Materials Testing Laboratory

The contractor shall provide a laboratory for testing of concrete, concrete material, and any
other materials as directed by the Employer/Employer’s Representatives.

Sufficient area shall be earmarked within the working area allotted by the
Employer/Employer’s representative for field materials testing laboratory and sample room.
The room shall be provided with adequate number of racks for storage of samples. The
laboratory and the area for the samples room shall be connected to the main water and
electricity services. The contractor shall suitably staff the laboratory particularly the Technical
Personal.

Page 50 of 238 VMCBTPL


Volume- II, Section-4B
180 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

At the end of Maintenance period, the laboratory and samples room shall be dismantled and
removed from the site. The dismantled materials and equipment shall be the property of the
Contractor. The cost of constructing and equipping the laboratory and the area of the sample
room maintaining during the currency of the contract and the dismantling the same at the
end of maintenance period shall not be paid for separately and shall be deemed to be
included in the rates and lump sum price.

4.4 EARTH WORK

4.4.1 Excavation and Backfilling/Filling

4.4.1.1 General

The contractor shall provide all necessary supervision, labour, materials, equipment and
tools to perform excavation, grading, filling, embankments, roadways, ditches and all other
items in both wet and dry conditions with all lifts and descents. Before beginning excavation
or filling, the Engineer-in-charge shall be kept informed and approval if required shall be
obtained.

4.4.1.2 Excavation

The whole of the excavation of the works shall be carried out to the required widths, lengths
and depths and within approved lines and levels. Any excavation beyond such limits or
instructions shall be made good by filling with other approved materials to the required
compaction, by the Contractor, at his own expense to the satisfaction of the Engineer-In-
charge/ Engineer-In-charge's Representative.

The Contractor shall provide all shoring, strutting, shuttering or other approved support to
the sides of the excavations as may be necessary to prevent any ground movement/sliding.
The Contractor shall bear all responsibility connected with such shoring including dewatering
notwithstanding the Engineer-In-charge's I Engineer-In-charge's Representative's approval.
Cost of all such constructional requirements shall be deemed to have been included in the
prices.

All debris and loose material on the slopes of cuttings shall be removed. No backfilling shall
be allowed to obtain required slopes excepting that when boulders or soft materials are
encountered in cut slopes, these shall be excavated to approved depth on instructions of
the Employer and the resulting cavities filled with suitable material and thoroughly
compacted in an approved manner.

After excavation, the sides of excavated area shall be trimmed and the area contoured to
minimise erosion and ponding, allowing for natural drainage to take place. If trees were
removed, new trees shall be planted, as directed by the Employer. The cost of planting new
trees shall be deemed to be incidental to the work.

Methods, tools and equipment: Only such methods, tools and equipment as approved by
the Employer shall be adopted/used in the work. If so desired by the Employer, the
Contractor shall demonstrate the efficacy of the type of equipment to be used before the
commencement of work. Mode of Measurement shall be referred to IS Standards.

Page 51 of 238 VMCBTPL


Volume- II, Section-4B
181 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.4.1.3 Excavation for Structures

Excavation for structures shall consist of the removal of material for the construction of
foundations for buildings and other similar works, in accordance with the requirements of
these Specifications and the lines and dimensions shown on the drawings or as indicated
by the Employer. The work shall include construction of the necessary cribs and their
subsequent removal; all necessary sheeting, shoring, bracing, draining and pumping; the
removal of all grubs and other deleterious matter and obstructions, necessary for placing
the foundations; trimming bottoms of excavations; backfilling and clearing up the site and
the disposal of all surplus material.

4.4.1.4 Backfilling

Backfilling of masonry/concrete/hume pipe drain excavation shall be done with approved


material after concrete/masonry/hume pipe is fully set and carried out in such a way as not
to cause undue thrust on any part of the structure and/or not to cause differential settlement.
All space between the drain walls and the side of the excavation shall be refilled to the
original surface making due allowance for settlement, in layers generally not exceeding 150
mm compacted thickness to the required density, using suitable compaction equipment such
as mechanical tamper, rammer or plate compactor as directed by the Employer.

The Contractor shall undertake all reasonable precautions for the protection and
preservation of any or all existing roadside trees, drains, sewers or other sub-surface drains,
pipes, conduits and any other structures under or above ground, which may be affected by
construction operations and which, in the opinion of the Employer, shall be continued in use
without any change. Safety measures taken by the Contractor in this respect shall be got
approved from the Employer. However, if any of these objects is damaged by reason of the
Contractor's negligence, it shall be replaced or restored to the original condition at his
expense. If the Contractor fails to do so, within the required time as directed by the Employer
or if, in the opinion of the Employer, the actions initiated by 'the Contractor to replace/restore
the damaged objects are not satisfactory, the Employer shall arrange the replacement/
restoration directly through any other agency at the risk and cost of the Contractor after
issuing a prior notice to the effect.

4.4.1.5 Disposal

Excavation materials deemed suitable by the Engineer-in-charge for filling in other places
shall be stockpiled in the vicinity of excavation sites with the approval of the Engineer-in-
charge.

All the excavated materials shall be the property of the Employer. The material obtained
from the excavation of roadway, shoulders, verges, drains, cross-drainage works etc., shall
be used for filling up of (i) roadway embankment, (ii) the existing pits in the right-of-way and
(iii) for landscaping of the road as directed by the Employer, including levelling and spreading
with all lifts no extra payment shall be made for the same.

4.4.1.6 Supervision

The contractor” s supervising staff shall fully qualified and experienced in the types of work
being carried out under their supervision and shall be capable of ensuring that the work is
executed efficiently and as per the specification.

Page 52 of 238 VMCBTPL


Volume- II, Section-4B
182 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.4.1.7 Temporary Works

Wherever required the contractor shall furnish such details of his temporary works as may
be called by the Engineer-in-charge and the contractor shall satisfy the Engineer-in-charge
as to their safety and efficiency. The Engineer -in-charge may direct that temporary works
which he considers unsafe or insufficient shall be removed and replaced in a satisfactory
manner. The Contractor shall submit the drawings of temporary works such as gantry,
foundation for batching plant and any other structures to the engineer for information before
commencement of work. The contractor will be solely responsible for any construction,
fabrication such as piling Gantry including all the labour, materials, equipments etc and the
Engineer shall be indemnified.

4.4.1.8 Codes

The years of publication against various standard, referred in this specification,


corresponding to the latest standards as on date of preparation of this specification. Hence
during use of this specification, the latest publications as on date shall be referred to. Where
standards are not yet published by the BIS/IRC, relevant British Standards /ASTM or other
International standards shall apply. In case any conflicts in meaning between these
specifications and those BIS/IRC/British/International standards, the provision of these
specifications shall prevail.

4.4.1.9 Base lines and Bench Marks

The contractor shall establish and maintain, to the satisfaction of Engineer-in-charge, the
base lines and benchmarks based on which the works are set out. Where the Engineer-in-
charge provides such base lines are benchmark, the contractor shall maintain these
throughout the period of construction without causing any disturbance to them.

4.4.1.10 Setting out/survey

The setting out of the work shall be done with the Engineer-in-charge /or his representative
in attendance. The levels shown in the drawings are referred to the Chart Datum unless
otherwise stated in the drawing. The Contractor shall set out all the works to be executed by
him, in line with the standard base lines levels, position and bench marks and truly as per
the drawings within the accepted tolerance limits at no extra cost to Engineer-in-charge. The
contractor shall be solely responsible for the setting out of all works, to be executed by him
and the approval of such setting out of all the works, to be executed by him and the approval
of such setting out by the Engineer-in-charge shall in no way absolve the contractor of his
responsibility for carrying out the work to the true lines, levels and positions as per the
drawings.

4.4.1.11 Dewatering

The Contractor shall carry out all the works, in dry and workable condition and maintain the
same in dry condition till the final handing over of works at no extra cost to the Engineer-in-
charge. For this the Contractor shall make all the necessary provisions of dewatering,
wherever necessary, to the entire satisfaction of the Engineer-in-charge.

Page 53 of 238 VMCBTPL


Volume- II, Section-4B
183 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

If water is met with in the excavations due to springs, seepage, rain or other causes, it shall
be removed by suitable diversions, pumping or bailing out and the excavation kept dry
whenever so required or directed by the Employer. Care shall be taken to discharge the
drained water into suitable outlets as not to cause damage to the works, crops or any other
property. Due to any negligence on the part of the Contractor, if any such damage is caused,
it shall be the sole responsibility of the Contractor to repair/restore to the original condition
at his own cost or compensate for the damage. Dewatering will not be paid extra. It will be
included in the contract price.

Preparation of Cut Formation

Where the material in the subgrade (that is within 500 mm from the lowest level of the
pavement) has a density less than specified the same shall be removed to a depth of 500
mm and compacted in layers in accordance with the requirements of subgrade.

Any unsuitable material encountered in the subgrade level shall be removed as directed by
the Employer and replaced with suitable material compacted in accordance with the
specifications of subgrade.

In rocky formations, the surface irregularities shall be corrected and the levels brought up to
the specified elevation with granular base material as directed by the Employer, laid and
compacted in accordance with the respective Specifications for these materials. The
unsuitable material shall be disposed of in accordance with the specifications. After
satisfying the density requirements, the cut formation shall be prepared to receive the
subbase/base course in accordance with the specifications to receive the sub-base/base
course.

4.4.1.12 Safety of Existing Work

Before taking up any construction adjoining other property or existing work, the Contractor
shall all steps necessary for the safety and protection of such property or work at no extra
to the owner. The contractor shall indemnify the Engineer-in-charge from any such damage
to the property of others.

4.4.1.13 Protection of Existing Services

The contractor shall take all precautions necessary to prevent damage to or interference
with underground or over ground services such as cables, drains, piping or piles, whether
shown on drawings or not. Equipment etc, mounted in position shall be protected against
falling debris etc, by means of tarpaulin or such other material at no extra cost to the
Employer.

4.4.1.14 Handing over of Work Site

On completion of work, the Contractor shall remove all rubbish, debris, surplus materials,
temporary work etc, from the site. The site shall be handed over in a tidy and workmanlike
manner at no extra cost to the Employer.

4.5 Brick Masonry Works

4.5.1 General

This specification establishes the materials, dressing, laying, joining, curing, workmanship
etc. for brick masonry works. Brick masonry shall also comply with all the requirements of
IS:2212.

Page 54 of 238 VMCBTPL


Volume- II, Section-4B
184 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.5.2 Materials

Refer specifications under ‘Materials’.

4.5.2.1 Cement Mortar

Cement mortar shall meet the requirements of IS:2250 and shall be prepared by mixing
cement and sand by volume. Proportion of cement and sand shall be 1:6 (1 part of cement
and 6 parts of sand), or as directed by the Employer for brick masonry of one brick thickness
or more, while 1:4 cement mortar (1 part of cement and 4 parts of sand) shall be used for
brick masonry of half brick thickness. The sand being used for mortar shall be sieved. The
mortar shall be used as soon as possible after mixing and before it has begun to set and in
any case within initial setting time of cement after water is added to the dry mixture. Mortar
unused for more than initial setting time of cement, shall be rejected and removed from the
site of work.

4.5.2.2 Proportioning

The unit of measurement for cement shall be a bag of cement weighing 50 kg and this shall
be taken as 0.035 cubic metre. Sand shall be measured in boxes of suitable size on the
basis of its dry volume. In case of damp sand, its quantity shall be increased suitably to allow
for bulkage.

4.5.2.3 Mixing

The mixing of mortar shall be done in a mechanical mixer operated manually or by power.
The Employer may, however, permit hand-mixing as a special case, taking into account the
magnitude, nature and location of work. The Contractor shall take the prior permission of
Employer, in writing, for using hand-mixing before the commencement of work.

Mixing in Mechanical Mixer

Cement and sand in specified proportions, by volume, shall be thoroughly mixed dry in a
mixer. Water shall then be added gradually and wet mixing continued for at least one minute.
Care shall be taken not to add more water than that which shall bring the mortar to the
consistency of stiff paste. Wet mix from the mixer shall be unloaded on water-tight masonry
platform, made adjacent to the mixer. Platform shall be at least 150 mm above the levelled
ground to avoid contact of surrounding earth with the mix. Size of the platform shall be such
that it shall extend at least 300mm all-round the loaded wet mix area. Wet mix, so prepared,
shall be utilised within initial setting time (thirty (30) minutes for ordinary Portland cement
conforming to IS:269 after addition of water. Mixer shall be cleaned with water each time
before suspending the work.

Hand Mixing

The measured quantity of sand shall be levelled on a clean water-tight masonry platform
and cement bags emptied on top. The cement and sand shall be thoroughly mixed dry by
being turned over and over, backward and forward, several times till the mixture is of uniform
colour. The quantity of dry mix, which can be consumed within initial setting time of cement
shall then be mixed with just sufficient quantity of water to bring the mortar to the consistency
of stiff paste.

Page 55 of 238 VMCBTPL


Volume- II, Section-4B
185 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.5.3 Construction Procedure

4.5.3.1 Soaking of Bricks

Bricks shall be soaked in water before use for a period that is sufficient for the water to just
penetrate the whole depth of bricks as well as to remove dirt, dust and sand. Proper soaking
of bricks shall prevent the suction of water from the wet mortar, as otherwise mortar will dry
out soon and crumble before attaining any strength. The bricks shall not be too wet at the
time of use as they are likely to slip on mortar bed and there will be difficulty in achieving the
plumbness of wall as well as proper adhesion of bricks to mortar. The period of soaking shall
be determined at site by a field test by immersing the bricks in water for different periods
and then breaking the bricks to find the extent of water penetration. The least period that
corresponds to complete soaking, will be the one, to be allowed for in the construction work.

The soaked bricks shall be removed from the tank, sufficient early, so that at the time of
laying, they are skin dry. The soaked bricks shall be stacked over a clean place, wooden
planks or masonry platforms to avoid earth, dirt being smeared on them.

4.5.3.2 Laying

Brick Work (one or more brick thickness)

Brick work (one or more brick thickness) shall be laid in English Bond unless otherwise
specified. Half or cut bricks shall not be used except when needed to complete the bond. In
no case the defective bricks shall be used.

A layer of average thickness of 10mm of cement mortar shall be spread on full width over a
suitable length of lower course or the concrete surface. In order to check and achieve
uniformity in masonry, the thickness of bed joints shall be such that four courses and three
joints taken consecutively shall measure equal to four times the actual thickness of the brick
plus 30mm. Each brick with frog upward, shall be properly bedded and set in position by
gently tapping will) handle of trowel or wooden mallet. Its inside faces shall be buttered with
mortar before the next brick is laid and pressed against it. After completion of the course, all
vertical joint shall be filled from top with mortar.

All brick courses shall be taken up truly plumb; if battered, the batter is to be truly maintained.
All courses shall be laid truly horizontal and vertical joints shall be truly vertical. The level
and verticality of work in walls shall be checked up at every 1 m interval.

The masonry walls of structures shall be carried up progressively, the brick work shall be
raked back according to bond (and not left toothed) at an angle not more than 45 degrees
but raking back shall not start within 60 cm of a corner. In all cases returns, buttresses,
counter forts, pillars etc. shall be built up carefully course by course, and properly bonded
with the main walls. The brick work shall not be raised more than fourteen (14) courses per
day.

At the junction of any two walls, the bricks shall at each alternate course, be carried into
each of the respective walls so as to thoroughly unite the work.

The courses at the top of plinth and sills, at the top of the wall just below the soffit of the roof
slab or roof beam and at the top of the parapet, shall be laid with bricks on edge. Brick on
edge course shall be so arranged as to tightly fit under the soffit of the roof beam or roof
slab, restricting the mortar layer thickness upto 12mm, however, any gap between the
finished brick work and soffit of roof slab /beam shall be suitably sealed with the mortar.

Page 56 of 238 VMCBTPL


Volume- II, Section-4B
186 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Brick Work (half brick thickness)

For brick walls of half brick thickness, all courses shall be laid with stretchers. Wall shall be
reinforced with 2 nos. - 6mm diameter mild steel reinforcement bars, placed at every fourth
course. The reinforcement bars, shall be straightened and thoroughly cleaned. Half the
mortar thickness for the bedding joint shall be laid first and mild steel reinforcement, one on
each face of the wall, shall be embedded, keeping a side cover of 12mm mortar.
Subsequently, the other half of the mortar thickness shall be laid over the reinforcement
covering it fully.

The reinforcement bars shall be carried at least 150mm into the adjoining walls or RCC
columns. In case the adjoining wall being of half brick thickness, the length of bars shall be
achieved by bending the bars in plan. During casting of reinforced concrete columns, 6mm
dia. M.S. reinforcing bar shall be placed at every fourth course of brick masonry. At the
junction of two walls, the brick shall, at each alternate course, be carried into each of the
respective walls so as to thoroughly unite the work. The brick masonry work shall not be
raised more than 14 courses per day.

Brick course under the soffit of beam or slab, shall be laid by restricting the mortar thickness
to 12mm. However, any gap between the finished brickwork and soffit of slab/beam, shall
be suitably sealed with the mortar.

Cavity Walls

Brick work in cavity walls shall be included with general brickwork. It shall consist of one wall
of one or more brick thickness while the other wall shall be of half brick thickness at a clear
gap of 50mm. The brick work on either side of cavity shall conform to the specifications
already stated above. At the base of the cavity wall, the walls shall be solidly constructed
upto 300mm above the ground level. The cavity wall shall be terminated 300mm below the
soffit of roof slab/beam and the courses over this shall be continued in solid brickwork.

Cavity should be continuous and free from obstructions. Mortar droppings shall be prevented
from falling down the cavity by the use of laths or by hayhands which shall be drawn up the
cavity as the work proceeds. Any mortar which may unavoidably fall on the wall-ties, shall
be removed daily and temporary openings shall be provided to permit the daily removal of
mortar droppings from the bottom of the cavity.

The outer and inner leaves shall be tied by means of wall ties. Ties shall be of mild steel
round bars of 8mm dia. 200 long with hooks at both the ends. These shall be placed not
more than 750mm c/c horizontally and not more than 300mm vertically, and staggered.
Additional ties shall be provided near the openings. There shall at least, be 5 ties per square
metre of surface area of the wall. Ties shall be given a bituminous coat before placement,
to protect them from corrosion.

In order to keep the cavity dry, air slots shall be provided in the cavity walls at bottom as well
as top to the extent of 50 sq.cm area of vents to every 2.0 sq. metre area of the wall.

Circular Brick Work

The detailed specification for brick work covered in above subclause shall apply, in so far as
these are applicable. Bricks forming skew backs, shall be dressed or cut so as to give proper
radial bearing. Defects in dressing of bricks shall not be covered up by extravagant use of
mortar, nor shall the use of chips etc, be permitted.

Page 57 of 238 VMCBTPL


Volume- II, Section-4B
187 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The circular brick work shall be carried up from both ends simultaneously and keyed in the
centre. The bricks shall be flushed with mortar and well pressed into their positions so as to
squeeze out a part of their mortar and leave the joints thin and compact. All joints shall be
full of mortar and thickness of joints shall be between 5mm and 15mm.

4.5.4 Jointing

Joints shall be restricted to a width of 10mm with brickwork of any classification. All bed
joints shall be normal to the pressure upon them i.e. horizontal in vertical walls, radial in
circular brick masonry and at right angles to the face in the battered retaining walls. The
vertical joints in alternate courses shall come directly one over the other and shall be truly
vertical. Care shall be taken that all the joints are full of mortar, well flushed up. In case no
pointing is to be done, cement mortar shall be neatly struck as the work proceeds. The joints
in faces which are to be plastered or pointed shall be squarely raked out to a depth of 12mm
while the mortar is still green. The rake joints shall be brushed to remove loose particles.
After the day's work, the faces of the brick work shall be cleaned on the same day with wire
brush and all mortar droppings removed.

4.5.5 Curing

Green work shall be protected from rain or any other running water or accumulated water
from any source, by suitable means. Masonry work, as it progresses, shall be kept
thoroughly wet by sprinkling water at regular intervals, on all faces. Curing shall be done
after 24 hours of completion of day's work and shall be done for atleast 10 days after
completion. Proper watering cans with spray nozzles, rubber or PVC pipes shall be used for
this purpose.

4.5.6 Staging / Scaffolding

Staging/scaffolding shall be properly planned and designed by the Contractor. Use of only
steel tubes is permitted for staging/scaffolding. Design of staging/scaffolding shall be
submitted for approval of the Employer, before commencement of work.

Single scaffolding having one set of vertical support, shall be used and other end of the
horizontal scaffolding member shall rest in a hole provided in the header course. The support
shall be sound and strongly clamped with the horizontal pieces over which the scaffolding
planks shall be fixed. The holes left in the masonry work for supporting the scaffolding shall
be filled and made good with plain cement concreteof grade 1:3:6 during plastering. Suitable
access shall be provided to the working platform area. The scaffolding shall be strong
enough to withstand all loads likely to come upon it and shall also meet the requirements
specified in IS:2750.

Double scaffolding shall be provided for pillars less than one metre in width or for the first
class masonry or for a building having more than two storeys.

The following measures shall also be considered during erection of the scaffolding/staging.

a) Sufficient sills or underpinnings, in addition to base plates, shall be provided,


particularly, where scaffoldings are erected on soft grounds.

b) Adjustable bases to compensate for uneven ground shall be used.

c) Proper anchoring of the scaffolding/staging at reasonable intervals shall be provided


in each direction with the main structure wherever available.

Page 58 of 238 VMCBTPL


Volume- II, Section-4B
188 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

d) Horizontal braces shall be provided to prevent the scaffolding from rocking.

e) Diagonal braces shall be provided continuously from bottom to top between two
adjacent rows of uprights.

f) The scaffolding/staging shall be checked at every stage for plumb line.

g) Wherever the scaffolding/staging is found to be out of plumb line, it shall be


dismantled and re-erected afresh. Efforts shall not be made to bring it in line with a
physical force.

h) All nuts and bolts shall be the clamps/couplings are firmly tightened to avoid slippage.

i) Erection work of a scaffolding/staging, under no circumstance shall be left totally to


semiskilled or skilled workmen and shall be carried out under the supervision of
Contractor's technically qualified civil Employer.

For smaller works or works in remote areas wooden ballies may be permitted for
scaffolding/staging by the Employer at his sole discretion.

4.5.7 Embedment of Fixtures

All fixtures, pipes, conduits, holdfasts of doors and windows etc. required to be built in walls,
shall be embedded in plain cement concrete block of grade 1:3:6, at the required positions,
as the work proceeds.

4.5.8 Compressible Joint Fillers

Soft board shall be used where specified at joints requested by the Employer. Filler shall be
cut to exact widths and shall have all edges neatly trimmed. Fixing of filer shall be strictly in
accordance with the manufacturer’s printed instructions.

4.5.9 Polysulphide Sealant for Joints

Polysulphide joint sealer or other equal and approved shall be used. Application shall be
strictly in accordance with the manufacturer’s instructions.

4.5.10 Galvanised Mild Steel Butterfly Wall Ties

For all vertical joints between brick work and concrete galvanised mild steel butterfly pattern
wall ties are to be cast in concrete at 400 mm vertical spacing and then built into the mortar
bed joints of the wall.

Where specified, both skins of cavity walls are to be built in brickwall, the skins shall be tied
together with galvanised mild steel butterfly pattern wall ties and spaced at the rate of one
every 600 mm horizontally and 400 mm vertically, staggered every 400 mm verticaly at ends
jambs and quoins.

Page 59 of 238 VMCBTPL


Volume- II, Section-4B
189 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.6 AAC Blocks

4.6.1 Preparatory Work

Wetting of Blocks - These blocks need not be wetted before or during the laying in the
walls; in case the climatic condition so required, the top and the sides of the blocks may be
slightly moistened so as to prevent absorption of water from the mortar and ensure the
development of the required bond with the mortar.

4.6.2 Laying of Autoclaved Cellular Concrete Block Masonry in Superstructure

Use of Mortar in Masonry - Mortar shall not be spread so much ahead of the actual laying
of the units that it tends to stiffen and loose its plasticity, thereby resulting in poor bond. For
most of the work the joints, both horizontal and vertical, shall be 10 mm thick. Except in the
case of extruded joint construction, the mortar joints shall be struck off flush with wall surface
and when the mortar has started stiffening, it shall be compressed with a rounded or U-
shaped tool. This compaction is important, since mortar, while hardening, has a tendency to
shrink slightly and thus pull away from the edges of the block. The mortar shall be pressed
against the units with a jointing tool after the mortar has stiffened to effect intimate contact
between the mortar and the masonry unit and obtain a water-tight joint.

Operations for Laying Block Masonry

First Course - The first course of cellular concrete block masonry shall be laid with greater
care, making sure that it is properly aligned, levelled and plumbed, as this may assist the
mason in laying succeeding courses to obtain a straight and truly vertical wall. The first layer
of cellular concrete block masonry on plinth should preferably have groove/offset outside so
that rain water coming down the wall falls out.

Before laying the first course, the alignment of the wall shall be marked on the damp-proof
course. The blocks for this course shall first be laid dry, that is, without mortar along a string
stretched between properly located corners of the wall in order to determine the correct
position of the blocks including those of the cross walls jointing it and also adjust their
spacing. When the blocks are set in proper position, the two corner blocks shall be removed,
a mortar bed spread and these blocks laid back in place truly level and plumb. The string
shall then be stretched tightly along the faces of two corner blocks and the faces of the
intermediate ones adjusted to coincide with the line. Thereafter, each block shall be removed
and relaid over a bed of mortar. After every three or four blocks have been laid, their correct
alignment, level and verticality shall be carefully checked.

The construction of walls may be started either at the corners first or started from one end
proceeding in the other direction. If the corners of the wall are built first, they shall be built
four or five courses higher than the centre of the wall. As each course is laid at the corner, it
shall be checked for alignment and level and for being plumb. Each block shall be carefully
checked with a level or straight-edge to make certain that the faces of the blocks are all in
the same plane. This precaution is necessary to ensure truly straight and vertical walls.

The use of a storey rod or course pole which is simply a board with markings 200 mm apart,
provides an accurate method of finding the top of the masonry for each course. Each course,
in building the corners, shall be stepped back by a half-block and the horizontal spacing of
the block shall be checked by placing a mason’s level diagonally across the corners of the
blocks.

Page 60 of 238 VMCBTPL


Volume- II, Section-4B
190 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

When filling in the wall between the corners, a mason’s line shall be stretched from corner
to corner for each course and the top outside edge of each block shall be laid to this line.
The manner of handling or gripping the block shall be such as to position the block properly
with minimum adjustment.

To assure satisfactory bond, mortar shall not be spread too far ahead of actual laying of the
block or it will stiffen and loose its plasticity. As each block is laid, excess mortar extruding
from the joints shall be cut off with the trowel and thrown back on the mortar board to be
reworked into the fresh mortar. If the work is progressing rapidly, the extruded mortar cut
from the joints may be applied to the vertical face shells of the blocks just laid. If there be
any delay long enough for the mortar to stiffen on the block, the mortar shall be removed to
the mortar board and reworked. Dead mortar that has been picked up from the scaffold or
from the floor shall not be used.

Closure Block - When installing the closure block, all edges of the opening and all four
edges of the closure block shall be buttered with mortar. The closure block shall be carefully
lowered into place. If any mortar falls leaving an open joint, the closure block shall be
removed, fresh mortar applied and the operation repeated.

4.7 Concrete

4.7.1 Qualified Personnel, Labour & Equipment

A fully qualified and experienced concrete quality control Engineer shall be employed by the
Contractor and shall be available on Site at all times when concreting is taking place.
Operators for mechanical vibrators and mixers and foreman in charge of placing of concrete
shall be fully trained and experienced for their class of work.

The Contractor shall also provide all necessary supervision, labour, materials, equipment
and tools to carry out the concreting work as described below.

4.7.2 Type of Concrete Mix

Unless otherwise noted on drawings all lean and reinforced concrete shall be nominal mix
and design mix types respectively. All concrete mix is required to designed in compliance
with IS standards.

Nominal Mix Concrete

This concrete shall be made (without preliminary tests) by adopting nominal concrete mix
with proportions of materials as specified in Table 4.1.

Page 61 of 238 VMCBTPL


Volume- II, Section-4B
191 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table 4.1: Proportions for Nominal Mix Concrete

Nominal Mix of Concrete (by mass) Quantity of Water per 50 Kg of cement


(max)

1:5:10 60 litres

1:4:8 45 litres

1:3:6 34 litres
Note:

1. The proportions of the fine to coarse aggregates should be adjusted from upper limit to
lower limit progressively as the grading of the fine aggregates becomes finer and the
maximum size of coarse aggregates becomes larger. Graded coarse aggregates shall
be used.
2. The cement content of the mix shall be proportionately increased if the quantity of water
in a mix has to be increased to overcome the difficulties of placement and compaction,
so that the water-cement ratio, as specified, is not exceeded.

4.7.3 Design Mix Concrete

The mix shall be designed to produce the grade of concrete having the required
characteristic strength and workability not less than appropriate values given in Table 4.2
and Table 4.3.

Unless otherwise noted, the minimum cement content shall be as per Table 4.2.

Table 4.2: Grades of Concrete

Grade Minimum Cement Content Characteristic Compressive


Designation (Kg/m3) Strength of 15 cm cube at 28
days (N/mm2)

M15 275 15

M20 350 20

M25 380 25

M30 400 30

M35 420 35

M40 430 40

The characteristic strength is defined as the strength of material, below which not more than
five (5) percent of the test results are expected to fall.

As long as the quality of materials does not change, a mix design done earlier, shall be
considered adequate for later work. However, in case the quality of materials changes, the
Employer may ask for a new design mix.

Page 62 of 238 VMCBTPL


Volume- II, Section-4B
192 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

While designing the mix, the durability requirements as given in IS:456 shall also be taken
into account.

4.7.4 Concrete Mix Proportioning

Proportioning, as used in this specification, shall mean the process of determining the
proportions of the various ingredients to be used to produce concrete of the required
strength, workability, durability and other properties.

The Employer shall verify the strength of the concrete mix, before giving his sanction of its
use. However, this does not absolve the Contractor of his responsibility as regards achieving
the prescribed strength of the mix. If during the execution of the work, cube tests show lower
strengths than required, the Employer shall order fresh trial mixes to be made by the
Contractor. No claim to alter the rates of concrete work shall be entertained due to such
changes in mix variations. Any variation in cement consumption shall be taken into
consideration for material reconciliation. Preliminary mix designs shall be established well
ahead of start of work. The design mix shall conform to the guidelines of IS:10262.

 Maximum Density
Suitable proportions of sand and the different sizes of coarse aggregates for grade of
concrete shall be selected to give as nearly as practicable the maximum density. This shall
be determined by mathematical means, laboratory tests, field trials and suitable changes in
aggregate gradation. The Contractor shall submit to the Employer at least three sets of mix
design and corresponding test results after varying the mix proportions and / or grading of
aggregate so as to establish the maximum density of any particular grade of concrete.

 Water-Cement Ratio
Once a mix, including its water-cement ratio, has been determined and approved for use by
the Employer, that water-cement ratio shall be maintained. The Contractor shall determine
the water content of the aggregates frequently as the work progresses, and the amount of
mixing water shall be adjusted so as to maintain the approved water-cement ratio. Maximum
water-cement ratio shall never exceed the values given in IS:456 and IS:4651 for various
exposures and sulphate attack conditions from durability considerations.

 Consistency
The concrete shall have a consistency such that it shall be workable in the required position
and when properly vibrated it flows around reinforcing steel, all embedded fixtures etc.

 Workability
The concrete mix proportion shall be such that the concrete is adequate workability for the
placing condition and can be properly compacted with the means available. Use of
plasticizer / super-plasticiser of approved make shall be taken recourse to where required
for attaining proper workability as specified in Table 4.3 below. However, prior written
approval of the Employer shall be obtained for any such use of plasticiser/super-plasticiser
before submitting the proposed design-mix for approval. Where adequate workability is
difficult to obtain at maximum permissible water-cement ratio, an increased cement content
shall also be alternatively considered while designing the mix proportions.

The suggested ranges of values of workability of concrete measured in accordance with IS:
1199 are indicated in Table 4.3 below. However, the actual values to be followed shall be
established depending on aggregate sizing, mix proportions, placing conditions, etc and
shall be got approved by the Employer.

Page 63 of 238 VMCBTPL


Volume- II, Section-4B
193 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table 4.3: Values of Workability

Placing Conditions Degree of Workability Values of Workability


20-10 seconds vee-bee
Concreting of shallow sections
Very low time or 0.75-0.80
with vibration
compacting factor
10-5 seconds vee-bee time
Concreting of lightly reinforced
Low or 0.80-0.85 compacting
sections with vibration
factor
5-2 seconds vee-bee time
Heavily reinforced sections with or 0.89-0.92 compacting
Medium
vibration factor or 25-75mm slump
for 20mm aggregate

 Durability
For achieving sufficiently durable concrete, strong, dense aggregates, low water-cement
ratio and adequate cement content shall always be used. Workability of concrete shall be
such that concrete can be completely compacted with the means available. Leak-proof
formwork shall be used so as to ensure no loss of cement-slurry during pouring and
compaction. Cover to reinforcement shall be uniform and as shown in drawings. Concrete
mix design shall always take into account the type of cement, minimum cement content
irrespective of the type of cement and maximum water-cement ratio conforming to the
exposure conditions as given in Table 4.4.

Table 4.4: Minimum Cement Content and Maximum Water Cement


Ratio for Durability

Plain Concrete Reinforced Concrete

Type of Minimum Maximum Minimum


Exposure Maximum
Cement Cement Water- Cement
Water-Cement
Content Cement Content
Ratio
(Kg./m3) Ratio (Kg./m3)

Normal OPC* PPC* Nominal mix as 0.6 300 0.55


PSC* shown in Table
4.1.

Moderate OPC* PPC* 250 0.6 350 0.50


PSC'

Severe SSC* PSC* 310 0.45 430/400 0.45


SRC'
Note 1: Severe exposure shall include structures exposed to sea or saline water (e.g. tidal
rivers, brackish water, estuaries etc.), alternate wetting and drying, freezing whilst
wet and subject to heavy condensation or corrosive environment. This shall also
include structures exposed to sulphate and/or chloride attack due to presence of
these chemicals in Soil and ground water. Total SO3 content of 0.2% and above in
Soil and 300 ppm in ground water shall be considered to constitute severe
exposure. Similarly, chloride (as CI) content exceeding 1500 ppm in ground water
or soil shall be considered as severe exposure condition.

Page 64 of 238 VMCBTPL


Volume- II, Section-4B
194 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Note 2: Structures subjected to aggressive environment below the minimum limits


expressed in Note-1 above and/or those in industrial/chemical plants atmosphere
shall be considered under moderate exposure. Also, any concrete structure in
contact with water or retaining water or any other liquid not usually harmful to
concrete shall be considered under moderate exposure.

Note 3: All other environmental conditions not covered under Notes-1 & 2 shall be
categorised under Normal exposure.

* OPC - Ordinary low heat Portland Cement

* PPC - Portland Pozzolana Cement

* PSC - Portland Slag Cement

* SRC - Sulphate Resistant Cement

* SSC - Super Sulphated Cement

4.7.5 Batching

In proportioning concrete, the quantity of both cement and aggregate shall be determined
by mass. Where the mass of cement is determined on the basis of mass of cement per bag,
a reasonable number of bags shall be weighed periodically to check the net mass. Where
the cement is weighed at site and not in bags, it shall be weighed separately from the
aggregates. Water shall be either measured by volume in calibrated tanks or weighed. Any
solid admixtures that are to be added, shall be measured by mass; liquid and paste
admixtures shall be measured by volume or mass. Batching plant, where used, shall
conform to IS: 4925. All measuring equipment shall be maintained in a clean serviceable
condition, and their accuracy periodically checked.

Except where it can be shown to the satisfaction of the employer that supply of properly
graded aggregate of uniform quality can be maintained over the period of work, the grading
of aggregate shall be controlled by obtaining the coarse aggregate in different sizes and
blending them in the right proportions when required, different sizes being stacked in
separate stock piles. The grading of course and fine aggregates shall be checked frequently,
the frequency for a given job being determined by the Employer to ensure that the approved
grading is maintained.

Under special circumstances, change from weigh batching to appropriate volume batching
may be permitted by the employer on specific request from the Contractor. However, in such
cases all conversions from mass of ingredients to volume shall be based on actual and
appropriate bulk densities physically measured at site and approved by the Employer.

The amount of added water shall be adjusted to compensate for any observed variations in
the moisture contents in both fine and coarse aggregates. For the determination of moisture
content in the aggregates, IS:2386 (Part- III) may be referred to. To allow for the variation in
mass of aggregates due to variation in their moisture content, suitable adjustments in the
mass of aggregate shall also be made. In the absence of exact data, only in the case of
nominal mixes, the amount of surface water may be estimated from the values given
in Table 4.5.

Page 65 of 238 VMCBTPL


Volume- II, Section-4B
195 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table 4.5: Surface Water Carried by Aggregate

Approximate Quantity of Surface Water


Aggregate
Percent by mass Litre / m3

Very wet sand 7.5 120

Moderately wet sand 5.0 80

Moist sand 2.5 40

Moist Gravel or Crushed Rock 1.25-2.5 20-40

No substitutions in materials used on the work or alterations in the established proportions,


except as permitted shall be made without additional tests to show that the quality and
strength of concrete are satisfactory. In case the Contractor proposes any change in the
already approved mix design, fresh mix design with supportive laboratory tests shall be
submitted to the employer and his approval has to be obtained prior to using the Employer
revised mix proportion in the works. However, such proposals for revision shall only be
entertained in case of successive failure of test cubes to achieve the required strength.

4.7.6 Concrete Mixing

The mixing of concrete shall be strictly carried out in an approved type of mechanical
concrete mixer. The mixing shall be continued until there is a uniform distribution of the
material and the mass is uniform in colour and consistency. If there is segregation, after
unloading from the mixer, the concrete shall be remixed.

 Mixer
Mixers shall comply with IS: 1791 and shall be maintained in satisfactory operating condition.
Mixer drum shall be kept free of hardened concrete and blades shall be replaced when worn
down more than ten percent (10%) of their depth. Should any mixer at any time produce
unsatisfactory results, leak mortar or cause waste of materials, its use shall be promptly
discontinued until it is repaired.

 Mixing Time
Mixing time shall be as indicated in the following Table 4.6. Excessive mixing requiring
additions of water shall not be permitted. Time shall start when all solid materials are poured
in the revolving mixer drum, provided that all of the mixing water shall be introduced before
one-fourth of the mixing time has elapsed. The Employer may, however, direct a change in
the mixing time, if he considers such a change necessary.

Table 4.6: Mixing Time

Capacity Minimum

2 m3 or less 2 minutes

3m3 2 minutes

5m3 3 minutes

All records and charts for the batching and mixing operations shall be prepared and
maintained by the Contractor as per the instructions of the Employer.

Page 66 of 238 VMCBTPL


Volume- II, Section-4B
196 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 Hand Mixing
Hand mixing of concrete shall not be permitted. However, for non-critical structures located
at far away isolated places, this may be permitted by the Employer as a special case. Ten
percent (10%) extra cement shall have to be added to the normal mix when mixed by hand.
It shall be carried out on a watertight platform and care shall be taken to ensure that mixing
is continued until the mass is uniform in colour and consistency. No extra payment shall be
made to the Contractor for mixing by hand or for using extra cement due to hand mixing.
However, extra cement consumed shall be considered for reconciliation purposes where
such concreting is allowed by the Employer.

 Admixtures
Admixtures in concrete shall be used only with the prior approval of the Employer. Any
admixture used for obtaining proper workability or leak-proofness of concrete or
repair/rendering works of concrete due to non-conformance to the specifications, shall not
be measured and paid for. All costs relating to such usage shall be borne by the Contractor.

 Waterproofing Compound
Waterproofing compound to be used in concrete, where specified shall be from approved
standard manufacturers and shall be approved by the Engineer. It shall comply with the
requirement of IS:2645. It should be mixed as per specifications supplied by manufacturer
but not exceeding 3% by weight and as approved and directed by the Engineer.

4.7.7 Grouting

All loose materials, grease, oil, dirt, etc. shall be removed from the concrete surface which
is to receive grout. The surface shall be left rough, but not so rough as to interfere with the
proper placing of the grout.

The grout for pressure grouting shall be mixed as quickly as possible, consistent with the
fluidity requirement using a cement to sand ratio not less than 1:2. Pressure grouting shall
be done at a pressure of 2 kg/sq.cm.

Polymer modified non-shrink grout as approved by the Employer shall be used.

4.7.8 Test Cubes

Test cubes shall be made in accordance with IS:516 "Methods of Test for Strength of
Concrete".

4.7.9 Concrete Testing

All sampling and testing of concrete shall be carried out in accordance with IS:1199 "Method
of sampling and analysis of concrete".

4.7.10 Transportation of Concrete

The concrete shall be transported from the mixer to its place in the works as rapidly as
possible and in such a manner that there shall be no separation or loss of its ingredients.
For such purpose, as far as possible, transit mixers shall be used. In no circumstances shall
more than half an hour elapse between the time water is added to the mix and the time when
the concrete is finally compacted in position. No concrete shall be permitted to be used in
the works after initial set has taken place.

Page 67 of 238 VMCBTPL


Volume- II, Section-4B
197 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.7.11 Deposition of Concrete

The arrangements for depositing concrete shall be subject to the approval of the Engineer.
In no case shall concrete be dropped or thrown from a height of more than 2 metres.
Concreting beams, slabs and similar members shall be carried out in continuous operation
to the full depth of the member and the sequence of placing shall be arranged as to avoid
disturbance of partially set concrete. The concrete shall be deposited as close to its final
position as practicable in order to prevent segregation.

Freshly laid concrete shall not be wheeled over or otherwise disturbed. When depositing
concrete adjacent to a construction joint special care shall be taken not to disturb the dowels
or other reinforcing bars projecting from the existing concrete.

In foundations, walls, and columns where the full height is not being poured in one
continuous operation the surface of each lift shall be finished horizontal and any laitance
removed between the period of initial and final set.

For slip formed wall, concrete shall be placed in horizontal layers approximately 150 to 250
mm in thickness. Not more than one hour should elapse between the placing of successive
layers of concrete in any portion of the slipform. This is to ensure that each pour is thoroughly
worked into and made homogeneous with the preceding pour.

4.7.12 Compaction of Concrete

The Contractor shall agitate the placed concrete thoroughly into place by means of a
sufficient number of approved mechanical vibrators of adequate power and having a
frequency of not less than 6000 impulses per minute. The vibrator shall be allowed to sink
freely of its own weight until it enters the previous lift. It shall be withdrawn immediately at
the same rate and used at a new location. Concrete once vibrated shall not be vibrated
again. The Contractor shall ensure that the concrete is thoroughly worked around the
reinforcement and against external shutters so that all entrained air is expelled and the
concrete surface when exposed, is found good and free from air pockets, honeycombing or
other defects. Retamping of concrete or mortar, which has partially hardened, shall not be
permitted.

4.7.13 Concreting in Inclement Weather

In the event of rainstorm or any other severe conditions arising, concreting shall be stopped,
and appropriate temporary stop ends, vee grooves, etc. placed as may be necessary. During
wet weather, the concrete shall be adequately protected as soon as put into position. The
contractor shall take all necessary precautions during concrete work incase of high and low
temperature since the location of the site has high humidity.

The Contractor shall always have in readiness approved framed sheeting, tarpaulin, etc. for
the protection of newly placed concrete during inclement weather. Should any concrete be
damaged due to rainstorms or other weather conditions, the Employer may order the cutting
out and replacement of the damaged concrete, all at the expense of the Contractor.

4.7.14 Concreting Under Water

Where concrete is to be deposited underwater, the greatest care shall be taken to prevent
the cement being washed out. The concrete shall be placed through a tremie pipe with
suitable hopper and plunger arrangements. Great care shall be taken to ensure that no
segregation of concrete takes place and the method of placing shall be approved by the
Employer.

Page 68 of 238 VMCBTPL


Volume- II, Section-4B
198 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.7.15 Items Embedded in Concrete

Concreting shall not be started unless the electrical conduits, pipes, fixtures etc., wherever
required, are laid by the Contractor. The Contractor shall afford all the facilities and maintain
co-ordination of work with other Package Contractors engaged in electrical, mechanical and
such other works.

Before concreting, the Contractor shall provide, fabricate and lay in proper position all metal
inserts, anchor bolts, pipes etc., which are required to be embedded in concrete members.

All embedment, inserts including the inserts supplied by equipment contractor shall be fully
held and secured in their respective positions to the entire satisfaction of Employer so as to
avoid any dislocation or displacement during the concreting operations. The Contractor shall
take all possible care during concreting to maintain these embedment/inserts in their exact
locations.

4.7.16 Construction Joints

The Contractor shall remove shutters as per the design requirements. Any skin of laitance
should be removed and the tops of the larger stones exposed by means of brushing and
washing.

At horizontal constructions joints, removal of laitance and exposure of the tops of the larger
stones shall be accomplished, wherever practicable, by means of washing and brushing
shortly after pouring, care being taken to obviate undue erosion of the mortar. After cleaning,
excess water shall be removed immediately to limit absorption by the concrete. In cases
where the concrete has set but not set hard, the removal of laitance and roughening shall
be accomplished by wire brushing and washing, great care being taken not to damage the
underlying mass.

Where, either at vertical or horizontal joints, the concrete has set hard any skin or laitance
shall be removed and the surface roughened by hammering with an approved power
operated "bush hammer" followed by wire brushing to remove all loose particles. When
using this procedure, great care shall be taken to avoid breaking off the arises of the joint
face and stunning the stones.

Whichever of the above treatments has been given to the exposed surface, foreign matter
shall be cleaned off that surface by further wire brushing, if necessary. It shall then be
thoroughly washed with clean fresh water and the surplus blown off before depositing fresh
concrete. The surface while still moist shall be covered evenly with a layer not less than 4
mm thick of 1:1 cement mortar of medium consistency which shall be vigorously stippled
into the surface by means of a suitable stiff brush, the depositing of the fresh concrete
following on closely.

It is of the utmost importance that the fresh concrete shall be forced hard on the mortar layer
and the set faces. To this end the compacting tools and vibrators, where appropriate shall
be worked right upto the old faces and into angles and corners formed between them and
the shutters and the damping effect on vibration in such position shall be allowed for.

4.7.17 Expansion Joints

The Contractor shall provide all labour, supervision, materials, equipment and tools to carry
out the work to the entire satisfaction of the Engineer.

Page 69 of 238 VMCBTPL


Volume- II, Section-4B
199 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The expansion joints shall be formed at the locations and levels as shown in the drawings
and as approved by the Employer.

Instruction of manufacturer of the approved material shall be followed while preparing


expansion joints.

4.7.18 Screeding

All the surfaces of slabs or other members not required to be shuttered are to be screeded
in an approved manner and within a tolerance of plus minus 3 mm of true level and grade.
In making such finish care shall be exercised not to work in excess fines to the top. Surface
shall be scabbed / cleaned and all laitance removed before screed is placed. Care is to be
taken to ensure that the concrete is properly compacted and for this purpose vibrator screed
boards or plates will normally be required.

4.7.19 Curing

All concrete shall be protected during hardening from the harmful effects of sunshine,
moisture and drying winds. All exposed faces of concrete shall be kept continuously moist
for a period of 14 days.

In the case of slabs or other pours of large surface area, timber frames covered with two
thicknesses of damp hessian shall be placed over the concrete, immediately after pouring.
When the concrete has set, the frames shall be removed, and the covering laid directly on
the concrete. For 10 days thereafter concrete shall be kept continuously damp by spraying
the cover with clean fresh water or by covering it with not less than 25 mm thickness of sand
and kept continuously damp or by ponding where practicable.

4.7.20 Field Tests

4.7.20.1 Grading Test

Grading test on fine and coarse aggregates shall be carried out as per IS:2386 at intervals
specified by the Employer.

The mandatory tests and their frequencies shall be done on sand and stone aggregates as
given in Table 4.7.

Table 4.7: Mandatory Tests on Sand & Stone Aggregates

Minimum Qty.
of Material/
S. Frequency of
Material Test Field/Lab Test Work for
No. Testing
Carring out
the Test
Every 20 m3 or part
thereof or more
(a) Bulking of
1 Sand Field 20m3 frequently as
Sand
decided by the
Employer
(b) Silt content Field 20m3 -DO-

Page 70 of 238 VMCBTPL


Volume- II, Section-4B
200 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Minimum Qty.
of Material/
S. Frequency of
Material Test Field/Lab Test Work for
No. Testing
Carring out
the Test
1) Every 40 m3 of
fine aggregate/
Field or Lab as sand
(c) Particle size
decided by the 40 m3
distribution 2) Evcry 80 m3 of
Employer
fine
aggregate/sand
General visual
a) Percentage of inspection,
Stone soft or laboratory test
2 As required For all quantities
aggregate deleterious where required
materials by the Employer
or as specified
For every 45 m3 or
Field or lab as
b) Particle size part thereof as
required by 45 m3
distribution decided by
Employer
Employer
Initial test and
Ten precent Fine subsequent test as
Laboratory 45m3
value & when required by
Employer.
4.7.20.2 Vee-Bee Test/Slump Test of Concrete

At least one Vee-Bee Test/Slump Test shall be made for every compressive strength test
carried out. More frequent tests shall be made if there is a distinct change in working
conditions or if required by the Employer.

4.7.20.3 Strength Test of Concrete

Samples from fresh concrete shall be taken as per IS: 1199 and cubes shall be made, cured
and tested at 28 days in accordance with IS:516.

In order to get a relatively quicker idea of the quality of concrete, tests on beams for modulus
of rupture at 72+2 hours or at 7 days, or compressive strength tests at 7 days may be carried
out in addition to 28 days compressive strength tests. For this purpose, the values given in
Table 4.8 may be taken for general guidance. In all cases, the 28 days compressive strength
specified in Table 4.2 shall alone be the criterion for acceptance or rejection of the concrete
from strength consideration. If, however, from tests carried out in a particular work over a
reasonably long period, it has been established to the satisfaction of Employer that a suitable
ratio between 28 days compressive strength and the modulus of rupture at 72+2 hours or
compressive strength at 7 days may be accepted, the Employer may suitably relax the
frequency of 28 days compressive strength specified in Table 4.8 and Table 4.9, provided
the expected strength values at the specified early age are consistently met. However, set
of test cubes for 28 days strength test shall always be taken and maintained to cater to any
contingencies in the event of failure of 7 days strength.

Page 71 of 238 VMCBTPL


Volume- II, Section-4B
201 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table 4.8: Test Requirement of Concrete

Compressive strength Modulus of Rupture by Beam Test, at


on 15 cm cubes minimum
Grade of Concrete
minimum at 7 days
(N/mm2) 72±2 hours (N/mm2) 7 days (N/mm2)

M40 27.0 2.5 3.4

M30 20 2.1 3.0

4.7.20.4 Procedure

A random sampling procedure shall be adopted to ensure that each concrete batch shall
have a reasonable chance of being tested, that is the sampling should be spread over the
entire period of concreting and cover all mixing units.

4.7.20.5 Frequency of Sampling

The minimum frequency of sampling of concrete shall be in accordance with the following:

Table 4.9: Sampling Frequency

Quantity of concrete in the work in m3 Number of samples

1-5 1
6-15 2
16-30 3
31-50 4
4 plus one additional sample for each
51 & above
additional 50m3 or part thereof

Note: At least one sample shall be taken from each shift.

4.7.20.6 Test Specimen

Three test specimens shall be made from each sample for testing at 28 days. Additional
cubes may be required for various purposes such as to determine the strength of concrete
at 7 days or at the time of striking the formwork, or to determine the duration of curing, or to
check the testing error. Additional cubes may also be required for testing cubes cured by
accelerated methods as described in IS:9013. The specimen shall be tested as described
in IS:516.

4.7.20.7 Test Strength of Sample

The test strength of the sample shall be the average of the strength of three specimens. The
individual variation should not be more than 15 percent of the average.

Page 72 of 238 VMCBTPL


Volume- II, Section-4B
202 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.7.21 Inspection and testing of Structures

4.7.21.1 Inspection

Immediately after stripping the formwork, all concrete shall be carefully inspected and
defective work or small defects, if any, shall either be removed or made good before concrete
has thoroughly hardened.

4.7.21.2 Testing of Structures or Parts of Structures

In case the results of work test cubes do not comply with the specified strength requirements
or there is reasonable doubt regarding the strength of concrete used, either due to poor
workmanship or materials, the Employer may instruct the Contractor to perform additional
tests as Employer feel necessary and/or load test as specified in Section 4.7.21.3 to
ascertain the quality of concrete. These tests shall also be required to be carried out in the
event the Employer is doubtful regarding the adequacy of strength of the structure due to
suspected overloading during construction, premature removal and nonconformance to
specification of formwork, improper curing or any other reason. The number and type of
tests to be carried out shall be determined by the Employer whose decision shall be final
and binding on the Contractor. All such costs will be to the account of Contractor.

4.7.21.3 Load Test

Load test, where directed by the Employer, shall be carried out as soon as possible after
expiry of 28 days from the time of placing of concrete. The structure shall be subjected to a
load equal to full dead load of the structure (which shall include Self Weight of Structural
members plus weight of finishes) plus 1.25 times the imposed load (for which the structure
has been designed) for a period of 24 hours and then the imposed load shall be removed.
The deflection due to imposed load only shall be recorded. If within 24 hours of removal of
the imposed load the structure does not recover at least 75 percent of the deflection under
imposed load, the test shall be repeated after a lapse of 72 hours. If the recovery is less
than 80 percent, the structure shall be deemed to be unacceptable.

If the maximum deflection in mm, shown during 24 hours under load is less than 40 L2/D,
where L is the effective span in meters and D the overall depth of the section in mm, it is not
necessary for the recovery to be measured and the recovery provision as given above shall
not apply.

The Employer shall be the final authority for interpreting the results of all tests and shall
decide upon the acceptance or otherwise. The decision of the Employer shall be final and
binding on the Contractor. In case the results of the tests are unsatisfactory, the Employer
may instruct the Contractor to demolish and reconstruct the structure.

4.7.22 Finishing of Concrete

On striking the form work, all surface defects such as bulges, ridges and honey-combing
etc. observed shall be brought to the notice of the Employer. The Employer may at his
discretion allow rectification by necessary chipping and packing or grouting with concrete or
cement mortar. However,if honey-combing or sagging are of such extent as being
undesirable, the Employer may reject the work totally and his decision shall be binding. All
burrs and uneven faces shall be rubbed smooth with the help of carborundum stone.

The surface of non-shuttered faces shall be smoothened with a wooden float to give a finish
similar to that of the rubbed down shuttered faces. Concealed concrete faces shall be left
as from the formwork except that honey-combed surface shall be made good as specified
above.

Page 73 of 238 VMCBTPL


Volume- II, Section-4B
203 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.7.23 Repair and Replacement of Unsatisfactory Concrete

Repair shall be made as soon as possible after the forms are removed and before the
concrete becomes too hard with prior permission from the Employer. Stone pockets,
segregation patches and damaged areas shall be chipped out and the edges undercut
slightly to form a key. All loose material shall be washed out before patching. No excess
water shall be left in the cavity, but the concrete shall be damp. A good bond between the
patch and parent concrete shall be obtained by sprinkling dry cement on the wet surface or
by throwing mortar with force on to the wetted concrete, or by brush in a coat of thick cement
grout of about 1:1 (1 cement : 1 Sand) just before applying the patching material. Before this
has dried, the remainder of the patch shall be filled with mortar or concrete, depending on
the extent of the repair.

Cement concrete/mortar used in repair of exposed surfaces shall be made with cement from
the same source as that used in concrete and blended with sufficient amount of white
Portland cement to produce the same colour as in the adjoining concrete. The proportions
of ingredients shall be same as those used in parent concrete. The mortar shall be as dry
as possible and well compacted into the cavity. All filling shall be tightly bonded to the
concrete and shall be sound, free from shrinkage cracks after the filling has been cured and
dried.

For larger repairs to hardened concrete, necessary formwork bearing tightly at the edges of
the cavity shall be provided. Concrete shall be chipped out to a depth of at least 100mm and
preferably 150mm. Mortar shall be scrubbed into all surfaces with a wire brush before
placing the concrete. Damaged reinforcement shall be adequately spliced with new steel so
as to maintain the original strength. Additional reinforcement, if required in the patch, shall
be provided as per the instructions of Employer.

In case in the opinion of the Employer defects in the concrete is excessive or beyond repair,
the Contractor shall either redo the structure or take other remedial measures as instructed
by the Employer. The decision of the Employer shall be final and binding to all in this respect.

Approved epoxy formulation for bonding fresh concrete used for repairs with already
hardened concrete shall be used by the Contractor. Epoxy shall be applied in strict
accordance with manufacturer’s specification and instructions.

All repair works due to non-conformance or non-adherence to specification, shall be carried


out.

4.7.24 Curing of Patched Work

Immediately after patching is completed, the patched area shall be covered with an
approved non-staining water saturated material, which shall be kept wet and protected
against sun and wind for a period of 12 hours. Thereafter, the patched area shall be kept
continuously wet by a fine spray or sprinkling for not less than 10 days.

4.7.25 Faulty Work

Concrete defective from any cause whatsoever, shall, if so directed by the Employer, be
rectified or be cut out and the work reconstructed all at the Contractor's cost including cost
of plant, material, labour, etc. all complete. Concrete thus cut out shall not be used again.
No reconstruction or repairs to faulty work shall be done without the permission of the
Employer, and in such a manner as he shall direct.

Page 74 of 238 VMCBTPL


Volume- II, Section-4B
204 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.8 Form Work

4.8.1 General

Forms for concrete shall be of steel as directed by the Employer and shall give smooth and
even surface after removal thereof.

If it is desired by the Employer, the Contractor shall prepare, before commencement of actual
work, design and drawings for formwork and get them approved by the Employer.

Form work and its supports shall maintain their correct position and be to correct shape and
profile so that the final concrete structure is within the limits of dimensional tolerances
specified below, unless required otherwise, for functional/aesthetic reasons. The decision of
the Employer shall be final and binding in this regard.

(a) Deviation from specified dimensions – 6 mm to + 12 mm of cross section of beams.

(b) Deviation in length (major dimension of single unit)

upto 3 m  6 mm

3 m to 4.5 m  9 mm

4.5 m to 6 m  12 mm

additional deviation for every subsequent 6m  6 mm

(c) Deviation in straightness or bow (deviation from specified line) for a single or continuous
member) e.g. beam or slab edge.

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

(d) Deviation in squareness shall be measured taking the longer of two adjacent sides as the
base line.

The shorter side shall not vary in its distance from a perpendicular so that the difference
between the greatest and shortest dimensions exceeds 6mm. For this purpose, any error
due to lack of straightness shall be ignored. Squareness shall be checked with respect to
the straight lines that are most nearly parallel with the features being checked. When the
nominal angle is other than 90 degree, the included angle between check lines shall be
varied accordingly.

(e) Deviation in twist shall be within a limit such that any corner shall not be more than the
limit given below from the plane containing other three corners:

upto 600 mm wide and upto 6 m in length - 6 mm

over 600 mm wide and for any length - 12 mm

(f) Maximum deviation in flatness from a 1.5m straight edge placed in any position on a
nominally plain surface shall not exceed 6mm.

Page 75 of 238 VMCBTPL


Volume- II, Section-4B
205 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.8.2 Form Requirement

The formwork shall be true, rigid and adequately braced both horizontally as well as
diagonally. The forms shall have smooth and even surface and be sufficiently strong to carry,
without deformation, the dead weight of the green concrete working load, wind load and also
the side pressure exerted by the green concrete. As far as practicable, clamps shall be used
to hold the forms together. Where use of nails is unavoidable minimum number of nails shall
be used. Projected part of nail shall not be bent or twisted for easy withdrawal.

Where through tie rods are required to be put to hold the formwork and maintain accurate
dimension, they shall always be inserted through a precast concrete block (of same mix
proportion as is to be used for concreting) with a through hole of bigger diameter. The
precast block shall tightly fit against in inner faces of formwork. The holes left after the
withdrawal of tie rods shall be fully grouted with cement-sand mortar of same proportion as
that used for concrete. However, use of such precast block shall in no case impair the
desired appearance or durability of the structure.

Tie wires shall be permitted only upon approval of the Employer and shall be cut off flush
with the face of the concrete or counter sunk, filled and finished in the manner specified in
Section 4.7.22. The Contractor shall ensure any tie wire will not protrude from the face of
the concrete

Form joints shall not permit any leakage. The formwork shall be strong enough to withstand
the effect of vibrations practically without any deflection, bulging, distortion or loosening of
its components.

All vertical forms may be designed and constructed for the following minimum pressure. The
pressures listed in Table 4.10 are intended as guide only and the Contractor shall ensure
that the formwork is adequately strong and sturdy.

Table 4.10: Minimum Design Pressure for Vertical Formwork

Rate of pour in Pressure in kN/m2


meter/hour
at 10° (in Celsius) at 24° (in Celsius)

0.6 36.0 29.0

0.9 40.0 32.0

1.2 44.0 35.0

All horizontal forms shall be designed and constructed to withstand the dead load of the
green concrete, reinforcement, equipment, material, embedment and a minimum live load
of 2.0 kN/sqm.

4.8.3 Inspection of Forms

Before concrete is placed, all forms shall be carefully inspected to ensure that they are
properly placed, sufficiently rigid and tight, thoroughly cleaned, properly treated and free
from foreign material. The complete form work shall be inspected and approved by the
Employer before the reinforcement bars are placed in position. When forms appear to be
unsatisfactory in any way, either before or during the placing of concrete, the work shall be
stopped until the defects have been corrected as per the instructions of the Employer.

Page 76 of 238 VMCBTPL


Volume- II, Section-4B
206 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.8.4 Treatment of Forms

The surfaces of forms that would come in contact with concrete shall be well treated with
approved non- staining release agents such as soft soap, oil, emulsions etc. Retarding agent
is to be applied on those surfaces of precast units, which are going to receive the in-situ
concrete. No hacking of the surface shall be allowed. Care shall be taken that such releasing
agents are kept out of contact with the reinforcement.

4.8.5 Chamfers and Fillets

All corners and angles shall be formed with 45 degree mouldings to form chamfers or fillets
on the finished concrete. The standard dimensions of chamfer and fillets, unless otherwise
detailed or specified shall be 25x25mm.For heavier work chamfers or fillets shall be
50x50mm. Care shall be exercised to ensure accurate mouldings. The diagonal face of the
moulding shall be planed or surfaced to the same texture as the forms to which it is attached.

4.8.6 Reuse of Forms

Before reuse, all forms shall be thoroughly scrapped, cleaned, examined and when
necessary, repaired and retreated, before resetting. Formwork shall not be reused, if
declared unfit or un-serviceable by the Employer.

4.8.7 Removal of Forms / Stripping Time

In the determination of time for removal of forms, consideration shall be given to the location
and character of the structures, the weather and other conditions including the setting and
curing of the concrete and material used in the mix.

Forms and their supports shall not be removed without the approval of the Employer. The
formwork shall be removed without shock and methods of form removal likely to cause over
stressing or damage to the concrete shall not be adopted. Supports shall be removed in
such a manner as to permit the concrete to uniformly and gradually take the stresses due to
its own weight.

In normal circumstances when average air temperature exceeds 16 degree Celsius during
the period under consideration after pouring of concrete, forms may generally be removed
after expiry of following periods, subject to the approval by the employer:

(a) Vertical : 24 to 48 hours for faces of all structural


Members

(b) Slabs. : 3 days.

(c) Beam Soffits. : 7 days.

(d) Cantilever Construction : Formwork shall remain till structures

for counteracting or bearing down have been


erected & have attained sufficient strength
(minimum 14 days).

Page 77 of 238 VMCBTPL


Volume- II, Section-4B
207 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Notes:

Where the shape of the element is such that the formwork has re-entrant angles, the formwork
shall be removed as soon as possible after the concrete has set, to avoid shrinkage cracking
occurring due to the restraint imposed.

4.8.8 Staging / Scaffolding

Staging / Scaffolding shall be properly planned and designed by the Contractor. Use of only
steel tubes is permitted for staging/scaffolding. The Contractor shall get it reviewed by
Employer before commencement of work. While designing and during erection of
scaffolding/staging, the following measures shall be considered:

(a) Sufficient sills or under pinnings in addition to base plates shall be provided particularly
where scaffolding is erected on soft grounds.
(b) Adjustable bases to compensate for uneven ground shall be used.
(c) Proper anchoring of the scaffolding/staging at reasonable intervals shall be provided
in each direction with the main structure wherever available.
(d) Horizontal braces shall be provided to prevent the scaffolding / staging from rocking.
(e) Diagonal braces shall be provided continuously from bottom to top between two
adjacent rows of uprights.
(f) The scaffolding / staging shall be checked at every stage for plumb line.
(g) Wherever the scaffolding / staging is found to be out of plumb line it shall be
dismantled and re-erected afresh and effort shall not be made to bring it in line with a
physical force.
(h) All nuts and bolts shall be properly tightened and care shall be taken that all
clamps/couplings are firmly tightened to avoid slippage.
(i) Erection work of a scaffolding/staging under no circumstances shall be left totally to
semi-skilled or skilled workmen and shall be carried out under the supervision of a
technically qualified civil Engineer of the Contractor.
For smaller works or works in remote areas, wooden ballies may be permitted for scaffolding
/ staging by the Employer at his sole discretion. The Contractor must ensure the safety and
suitability of such works as described above.

4.9 Exposed Concrete Work

4.9.1 Form Work

Other things remaining same as per clause 4.8, formwork shall be of high quality. The forms
shall be butting with each other in straight lines, the corners of the boards being truly at right
angles. The joints between the forms shall cross in the two directions at right angles. The
size of forms shall be so selected as to exactly match with the pattern of forms impression
on the concrete face. Maximum care shall be taken to make the formwork watertight. Burnt
oil shall not be used for treatment of forms. The Contractor may be permitted reuse of forms
brought new on the work for exposed concrete work as specified below.

Such reuses shall be permitted only if forms are properly cared for, stored, repaired and
treated after each use.

Page 78 of 238 VMCBTPL


Volume- II, Section-4B
208 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

a) Steel Forms 10 Reuses (Max.)

The Employer may, at his absolute discretion, order removal of any forms considered unfit
for use in the work irrespective of the number of uses specified above.

4.9.2 Finishing

Repairing to exposed concrete work shall be avoided. Rendering and plastering shall not be
done. Minor repairing, if unavoidable shall be done with prior approval of the Employer.

4.10 Reinforcement

4.10.1 General

Reinforcement bars, to be used for civil and structural works shall be Thermo-mechanically
treated corrosion resistant steel of grade equivalent to Fe-500D, conforming to IS:1786.
Reinforcement steel shall be purchased only from primary suppliers and that purchased
from secondary suppliers shall not be accepted. Reinforcement shall be cut, bent to shape
and dimensions as shown in the bar bending schedules/drawings.

All steel reinforcement shall be free from deformities, cleaned, free from dust, loose scales,
oil, rust grease or any other deleterious material and mould oil. Engineer may reject
reinforcement not meeting the above requirements

4.10.2 Straightening, Cutting and Bending

Procedure for cutting and bending shall be as given in IS:2502. In case bars are supplied in
coils,they shall be smoothly straightened without any kinks.

Cold twisted deformed bars shall be bent cold. Bars larger than 25mm in size (except cold
twisted deformed bars) may be bent hot at cherry red heat to a temperature not exceeding
850° Celsius as per the instructions of the Employer. The bars shall be allowed to cool
gradually without quenching.

Bars shall be bent in a slow and regular movement to avoid fractures. Bars which develop
cracks or splits after bending shall be rejected. A second bending of reinforcement bars shall
be avoided but when reinforcement bars are bent aside at construction joints and afterwards
bent back into their original position, care should be taken to ensure that at no time is radius
of the bend less than 4 times bar diameter for plain mild steel or 6 times bar diameter for
high strength deformed bars. Care shall also be taken when bending back bars to ensure
that concrete around the bars is not damaged. All bars shall be properly tagged for easy
identification.

4.10.3 Placing and Fixing

All reinforcement shall be cleaned to ensure freedom from loose mill scale, loose rust, oil,
grease or any other harmful material before placing them in position. Reinforcement shall
not be surrounded by concrete unless it is free from all such harmful materials.

All reinforcement shall be fixed in the correct position and shall be properly supported to
ensure that displacement will not occur when the concrete is placed and compacted.

Page 79 of 238 VMCBTPL


Volume- II, Section-4B
209 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The reinforcement bars shall be tied at every intersection by two strands of 16 SWG black
soft annealed binding wire. Crossing bars shall not be tack welded for assembly of
reinforcement. The reinforcement bars shall be kept in position by using the following
methods:

a) In case of beam and slab construction, precast cover blocks (having the same cement
sand contents as the concrete which shall be placed) of size 40 x 40 mm and thickness
equal to the specified covers shall be placed firmly in between the bars and forms so
as to secure and maintain the specified covers over the reinforcement.

When reinforcement bars are placed in two or more layers in beams, the vertical
distance between the horizontal bars shall be maintained by introducing spacer bars at
1 to 1.2m centre to centre.

b) In case of pile caps having two or multi layers of reinforcement, the vertical distance
between the horizontal bars shall be maintained by introducing suitable chairs, spacers,
etc.

c) Exposed portions of reinforcement bars shall not be subjected to impact or rough


handling and workmen will not be permitted to climb on extending bars until the
concrete has attained sufficient strength so that no movement of the bars in the
concrete is possible.

4.10.4 Splicing / Overlapping

Only bars of full length shall be used. But where this cannot be done, overlapping of bars
shall be done as directed by the Employer. Where practicable, the overlapping bars shall
not touch each other, but these shall be kept apart by 25mm or 1.25 times the maximum
size of the coarse aggregate whichever is greater. But where this is not possible, the
overlapping bars shall be tied with two strands of 16 SWG black soft annealed binding wire.
The overlaps shall be staggered for different bars and located at points along the span where
neither shear nor bending moment is maximum.

4.10.5 Welded Joints

Welding of reinforcing bars shall not be permitted without the written permission of the
Employer. Where welding is permitted, it shall be in accordance with the recommendations
of IS:2751 and IS:9417. Welded joints shall be located at suitable staggered positions. Tests
shall be made as directed by the Employer to prove that the joints are of the full strength of
the bars. Maximum one welded joint shall be allowed per bar.

4.10.6 Mechanical Connections

The mechanical splices in reinforcement by means of couplers, clamps etc. shall be used
{as per manufacturer's specifications) with the written approval of the Employer. However,
tests shall be made as directed by Employer to prove that such connections are of the full
strength of the bars on trial joints.

4.10.7 Tolerances

Unless otherwise directed by the Employer, reinforcement shall be placed within the
following tolerances:

a) For effective depth 200mm or less ± 10mm


b) For effective depth more than 200mm ±15mm

Page 80 of 238 VMCBTPL


Volume- II, Section-4B
210 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The cover shall in no case be reduced by more than one third of specified cover or 5mm,
whichever is less.

4.10.8 Substitution

When indicated diameter of reinforcement bar is not available, the Contractor shall use other
diameter of reinforcement bars on written approval of the Employer.

4.10.9 Cover

Cover to reinforcement shall be as per standard codes or as directed by the Employer.

4.10.10 Depositing Concrete

No concrete shall be deposited until all concrete and reinforcement have been inspected
and approved by the Engineer. There shall be in attendance on each concreting gang a
competent steel fixer who shall ensure that the reinforcement and other embedded fittings
are kept in position before placing and compacting of the concrete.

4.10.11 Mill Certificate

Mill certificates shall be furnished for the reinforcing steel.

4.10.12 Tests after Delivery

The Engineer may order any additional tests on the reinforcing steel that he may consider
necessary.

The costs of all such tests are deemed to be included in the Bill of Quantities for related
items of the work.

The Engineer may reject any consignment of reinforcing steel, if the results of such tests are
not satisfactory, notwithstanding the mill certificate. All rejected steel shall be immediately
removed from the Site at the Contractor's own expense.

4.10.13 Storage

Reinforcing bars shall be stored on Site on timber or concrete supports suitably spaced and
of sufficient height to keep steel clear of the ground. The reinforcing steel shall be stored
separately section-wise

4.11 Precast Concrete

4.11.1 General

The requirement of the clauses relating to concrete and reinforcement shall be observed in
the case of precast concrete work so far as they are applicable, as well as the following
requirements relating to the precast concrete work, in particular.

4.11.2 Precasting Yard

The precast units shall be cast on, or their shutters supported from a suitably prepared level
unyielding paved area.

Page 81 of 238 VMCBTPL


Volume- II, Section-4B
211 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.11.3 Shutters

A shutter shall be strongly constructed, closely jointed, smooth and shall be such as to
ensure true sharp arris and a perfect surface. Shutters are to be so designed that they can
be taken apart and reassembled readily.

4.11.4 Casting Tolerance

The casting tolerances, unless otherwise ordered or directed, shall be within 3 mm of true
dimensions.

4.11.5 Striking Shutters

The method and time after casting of units of striking side shutters shall be subject to
approval of the Engineer. In the event of any damage resulting from premature removal of
shutters or from any other cause, the unit or units concerned shall be liable to rejection and
to replacement by the Contractor at his own cost.

4.11.6 Lifting and Stacking

Lifting and stacking of precast units shall be undertaken without causing shock, vibration or
undue stress to or in the units. Precast units shall not be lifted, transported or used in the
works until they are sufficiently matured; the crushing test on the test cubes which are to be
kept with the precast units shall be used to assess the maturity of the units. Lifting methods
shall be defined as per the requirements of the design and the Contractor shall satisfy the
Engineer that the methods he proposes for lifting, transporting and setting precast units shall
not overstress or damage the units in any way. In the event of overstress or damage due to
whatever cause, the unit or units concerned shall be liable to rejection and if so rejected
shall be immediately broken up and removed from the Site. The Contractor shall replace
such rejected units at his own cost.

4.11.7 Marking

The Contractor shall ensure that all precast units are properly marked in clean and legible
manner with the reference number and the date of casting, which information shall be clearly
visible where the units are stacked. Reinforced precast members shall be clearly marked to
indicate the top face.

4.11.8 Precasting Records

Full and accurate records are to be maintained of all precast work. Every unit shall have a
reference number. Date of casting, date of removal from bed and date and position of placing
shall be recorded together with corresponding test cube reference number.

4.12 Bored Piles

4.12.1 General

The Contractor shall furnish materials, labour and equipment necessary to drill or bore and
install bored piles in accordance with the following sections.

Page 82 of 238 VMCBTPL


Volume- II, Section-4B
212 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.12.2 Standard

Construction and testing of bored piles shall be carried out in accordance with the relevant
sections of IS:2911 (Part I) "Code of Practice for Design and Construction of Pile
Foundations".

4.12.3 Method of Construction

The Contractor must furnish to the Employer, before commencing work, a detailed method
of construction he intends to adopt for piling work together with the programme of
construction.

4.12.4 Boring

Boring shall generally be carried out by recommended procedure as set out in IS:2911 by
either rotary or percussion equipment, grabbing equipment or by reverse or direct mud
circulation method. If the soil is found to be unstable, the boring tools should be such that
suction effects are minimised. Walls of boreholes shall be stabilised by using casing/liners
with or without drilling fluid depending upon the soil conditions. In soils liable to flow the
bottom of the casing/liners should be kept ahead of the boring in all cases to prevent the
entry of soil into the bore, so preventing the formation of cavities and settlements in the
adjoining ground. Continuous pumping shall not be used for excavating inside the boreholes.
While below sub-soil water level, precaution shall be taken so that no boiling of the bottom
of the hole occurs due to the difference in hydrostatic head.

Where stabilisation of the sides of the borehole is effected by the use of drilling fluids, the
fluid level shall be maintained at a level not less than 1.5 M above the level of the sub-soil
water or high water level as the case may be and the hole shall then always be kept almost
full with it till the concreting is completed.

The specific gravity and composition of the fluid shall be such as to suit the requirements of
the ground conditions and to maintain the fine materials from the boring in suspension.

Boring of any pile must be completed in one continuous operation without interruption. In
case such interruptions are unavoidable, steps shall be taken to prevent the collapse of
sides of the borehole.

Boring in rock shall be carried out either by chiselling or by any other approved method. The
bottom of the borehole shall be cleaned off by air lifting all the spills and sediments so that
the bases of piles shall be free from loose materials. The piles shall be anchored into hard
rock with minimum 1.0 m socketing. Rock in which the rate of penetration of the chisel of
weight 3 tonnes is less than 20 cms per hour of continuous chiseling will only be deemed to
be hard rock. The drop of the chisel for this purpose shall not be less than 60 cm. In case of
lesser weight of chisel the drop of the chisel shall be correspondingly increased
proportionately to obtain the equal energy of fall and the number of blows on an average not
less than 20 per minute.

Bailer samples shall be collected invariably at rock touch level and founding level and at any
other intermediate level as directed by the Engineer. Notwithstanding the confirmation of
hard strata to the rate of penetration specification above, the final decision about the
founding strata shall however be subject to verification of physical samples of rock as judged
of the Engineer about the acceptance of the founding strata shall be final and binding.

The Contractor shall be responsible for the prompt removal from the Site of all spoil due to
the boring upto a distance of 1 km and at places specified by the Employer. The cost of such
disposal shall be deemed to have been included in the price.

Page 83 of 238 VMCBTPL


Volume- II, Section-4B
213 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Foundation elevation of each pile will be individually approved by the Employer on the basis
of the Employer satisfying himself, from observations and all data.

4.12.5 Drilling Fluid

Bentonite used in the Works shall be of the best quality. Sodium based bentonite shall be
used in preparing bentonite slurry. The bentonite used in the work shall satisfy the following
requirements.

 The liquid limit of bentonite shall be more than 300% and less than 450%.

 Sand content of the bentonite powder shall not be greater than 450%.

 The swelling index shall be at least 2 times its dry volume.

 The PH value of the bentonite suspension shall be less than 11.5.

 Bentonite solution should be made by mixing it with fresh water using pump for
circulation. The density of the bentonite solutions should be about 1.12.

 The marsh viscosity when tested by marsh cone should be about 37 seconds.

 Bentonite shall be mixed thoroughly with clean fresh water to make a suspension,
which will maintain the stability of the pile excavation for the period, necessary to
place concrete and complete construction. The fluid used shall be such as to form a
suspension, which remains stable under the saline conditions likely to be encountered
at the Site.

 Control tests shall be carried out on the bentonite suspension using suitable
apparatus. The frequency of testing the drilling fluid and the method and procedure
of sampling shall be as directed by the Engineer. The density of freshly mixed
bentonite suspension shall be measured daily as a check on the quality of the
suspension being formed.

 The measuring device shall be calibrated to read to within 0.005 g/ml. Tests to
determine density, viscosity, shear strength and pH value shall be applied to bentonite
supplied to the pile boring.

4.12.6 Formation of Pile

The concrete to be placed under water or drilling fluid shall be placed by tremie unless
otherwise approved and shall not be discharged freely into the water or drilling fluid. Before
placing concrete, measures shall be taken to ensure that there is no accumulation of silt or
other material at the base of the boring and the Contractor shall ensure that heavily
contaminated bentonite suspension, which could impair the free flow of concrete from the
pipe of the tremie, has not accumulated in the bottom of the hole.

A sample of the bentonite suspension shall be taken from the base of the boring using an
approved sampling device. If the specific gravity of the suspension exceeds 1.25, the placing
of concrete shall not proceed. In this event, the Contractor shall modify or replace the
bentonite as directed by the Engineer.

Page 84 of 238 VMCBTPL


Volume- II, Section-4B
214 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All equipment, material and operations employed in the formation of the piles shall be such
as to ensure that the piles are and remain of full cross-section and shall be capable of
carrying the specified test load 28 days after concreting.

The concrete shall be properly graded and well compacted without excess water, admixture
of soil or other extraneous matter. The concrete shall be placed through a tremie pipe of 20
to 25 cm in dia with a suitable hopper. The tremie pipes joints shall be air-tight and hopper
capacity shall be such that it produces a build up of at least 2 M concrete in the pile. Great
care shall be taken in the placement of the first pour using a suitable pig in the pour or a
PVC plunger so that the concrete does not come in contact with water. The first pour is
eventually brought up through successive pour of concrete and overflow at the end of
concreting. The tremie pipe must extend down to the bottom of the borehole at the start and
may be withdrawn in sections as the level of the concrete rises in the boreholes, but its
discharge end shall at all times be immersed in the concrete to a minimum depth of one
metre. Placing of concrete shall be continuous and the tremie pipe shall be held concentric
in the hole. Special care shall be taken regarding compaction of concrete in the top section
of the pile.

At all stages of work every precaution shall be taken to prevent the formation of voids in the
concrete caused by the faulty consolidation or pockets of air trapped within it. The volume
of concrete placed shall be checked against calculated volume of pile at the time of placing.
Any shortfall in actual consumption of concrete in pile shall not be more than 5% of the
theoretical volume.

Any excess consumption of concrete above the theoretical volume shall be borne by the
Contractor at his cost.

All piles shall be adequately braced by temporary bracings by the Contractor at his own cost
to the satisfaction of the Engineer till the deck is completed. No dredging or excavation of
soil shall be carried out near the piles until the deck is completed. The responsibility of the
safety of the permanent works, however, shall rest with the Contractor.

4.12.6.1 Pile Tolerances

All concrete piles shall be installed in the positions defined on the Drawings and within a
tolerance of 75mm in any direction at the head of the pile. All piles shall be installed vertical
within a tolerance of one (1) degree. On completion of driving the casing shall be braced in
position. The centre of the pile head of the braced pile shall be measured by a surveyor and
the actual position of the casing recorded and advised to the Employer’s Engineer prior to
concreting of the pile. If the pile is outside the tolerances specified, the Employer’s Engineer
may instruct the Contractor to remove the casing and reinstall it as specified in the Drawings.
Pulling or pushing concrete piles into position shall not be allowed.
4.12.7 Reinforcement for Piling Works

Reinforcement bars shall be Thermo-mechanically treated corrosion resistant steel of grade


equivalent to Fe-500D, conforming to IS:1786. Reinforcement steel shall be purchased only
from primary suppliers and that purchased from secondary suppliers shall not be accepted.
Reinforcement shall be cut, bent to shape and dimensions as shown in the bar bending
schedules/drawings.

All steel reinforcement shall be free from deformities, cleaned, free from dust, loose scales,
oil, rust grease or any other deleterious material and mould oil. Engineer may reject
reinforcement not meeting the above requirements.

Page 85 of 238 VMCBTPL


Volume- II, Section-4B
215 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Any reinforcement used shall be made up into stiff cages sufficiently well wired or welded to
withstand handling without any distortion or damage. The bars shall be so placed as not to
impede the placing of the concrete. They shall be placed correctly in position and be
supported away from the sides of the pile shaft by means of spacer blocks to assume
concentric alignment in the shaft. Steps shall be taken to ensure correct positioning during
concreting of reinforcement in the piles without any distortion or displacement. Care shall be
taken to preserve the correct cover and alignment of the reinforcement throughout the whole
operation of placing the concrete.

Normal lap between reinforcement cages shall be as per I. S. Specifications. The main
reinforcing steel shall project for a length sufficient to develop bond above the cut-off level
of the pile. The clear concrete cover to main reinforcement shall be 75 mm and suitable
spacer blocks shall be provided at intervals not exceeding 2 metres and wired to the main
reinforcement.

4.12.8 MS Liner / Casing

Permanent mild steel liner shall be provided for all piles (except land piles) from cut off level
upto the required level depends on the soil conditions and/or as approved by the Employer.
The minimum length should be provided 10m below the bed level.

4.12.9 Control of Alignment

The pile shall be cast as accurately as possible to the vertical. Any pile deviating from its
proper alignment to such an extent that the resulting eccentricity cannot be taken care of by
strengthening the pile cap or pile ties shall, at the discretion of the Employer, be replaced or
supplemented by additional piles at no extra cost.

4.12.10 Volume Check

The volume of concrete placed shall be observed in the initially cast piles and the average
figure obtained shall be used to check whether there is undue deviation in concrete
consumption for the subsequent piles. If actual quantity is found to be considerably less,
special investigation shall be conducted and appropriate measures taken.

4.12.11 Defective Piles

Piles, which have been declared defective by the Employer, shall either be removed or left
in position as per decision of the Employer. If left in place, the cost of any modifications
required in the pile/pile caps shall be borne by the Contractor in addition to the cost of
construction of any replacement piles. If removed, all costs related to this shall be borne by
the Contractor.

4.12.12 Finishing Pile Heads

The top of the piles shall be brought up above the finished level to permit all laitance and
weak concrete to be removed and to ensure that it can be properly keyed into the cap. Any
defective concrete in the head of the completed pile shall be cut away and made good with
new concrete and bonded into the old. Pile chipping shall be carried out only with the help
of handheld hammer. Breaker shall not be used for chipping.

Page 86 of 238 VMCBTPL


Volume- II, Section-4B
216 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.12.13 Load Tests

4.12.13.1 Vertical Load Test

a) The test shall be carried out by applying a series of loads on the test pile. The load
shall be preferably applied by means of hydraulic jacks reacting against a
symmetrically erected loaded platform which shall be preloaded to not less than 2½
times the design load carrying capacity of the pile. The hydraulic jack shall be of
adequate capacity and shall have a pressure gauge and remote-control pump.

The Contractor shall arrange all the necessary equipment and kentledge with platform
at his own expense well in advance of the load test. Detailed proposal together with
a sketch for the load test arrangement shall be furnished by the Contractor to the
Engineer for the latter's checking and approval.

b) The pile to be tested shall be chipped and dressed to a well-levelled surface. It is


important that reinforcing bars of the pile do not project beyond the top surface of the
level pile top.

c) A round plate of suitable thickness and always greater than the diameter of the pile
that is to be tested, shall be placed over a fine layer of sand spread over the top of
the pile.

d) A jack or two jacks, depending on the capacity of the jacks and the ultimate test load
shall be inserted between the gap formed by the top of the plate resting on the pile
and the lower flange of the main R.S.Js of the loaded platform. The jacks should
preferably be connected and operated by one pump.

The Contractor shall submit certificates showing the correctness of the calibration of
the pressure gauges and the jacks before use. All jacks shall be fitted with locking
devices.

e) Another plate of suitable thickness shall be placed over the ram of the jack, which is
later raised by operating the hydraulic pump so that the plate on the top of the ram
butts against the bottom flange of the main R. S. Js of the platform.

f) Readings of settlement and rebound shall be recorded with the help of four dial
gauges of 0.02 mm sensitivity and resting on diametrically opposite ends of the pile
cap.

The dial gauges shall be fixed to a datum bar whose ends rest upon non-movable
supports. The supports should be at least 5 x d away clear from the pile where "d" is
the diameter of the pile. Readings on the dial gauges are to be observed immediately
before and after application of loads and immediately before and after release of
loads.

g) The test load shall be applied in equal increments of about 1/5 of the design load until
the test load is reached.

h) Each stage of loading and unloading shall be maintained until the rate of movement
of the pile top is not more than 0.02 mm per hour. Unloading shall be done as under:

1. Test load to design load

2. Design load to 50% of the design load

Page 87 of 238 VMCBTPL


Volume- II, Section-4B
217 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3. 50% to 25% of the design load

4. 25% to complete unloading.

The rebound reading for each decrement shall be noted. The final rebounding shall be
recorded 24 hours after the entire load is released. The safe carrying capacity of the
pile shall be estimated in accordance with IS:2911.

4.12.13.2 Lateral Load Test on Piles

a) Two test piles shall be installed to the required depth and spacing as specified by the
Engineer. A hydraulic jack of adequate capacity shall be inserted in between them to
apply the lateral load at the approximate cut-off level of the pile. Thrust pieces shall
be inserted on either end of the jack to make up the gap. Lateral deflections shall be
measured at the thrust level by means of dial gauges fixed to immovable supports.

b) The loading shall be applied in one half tonne increments till the rate of deflection
reduces to 0.02 mm/hour and a load deflection curve shall be plotted.

c) The loading shall be continued till the deflection of the pile top reaches the estimated
value or the estimated safe load whichever is earlier.

d) When the full test load is applied it shall be kept on for 24 hours with observations
made every hour and then released in 3 stages.

4.12.13.3 Routine Load Test on Piles

Routine Load Tests shall be carried out on not less than 2 in number but not more than 2
percent depending upon the number of piles of all working piles to a maximum of 1.5 times
the working load of the working pile.

Routine Load Tests shall be distributed evenly throughout the works so as to provide
adequate data in support of the proposed pile founding levels for all piles. The Contractor
shall propose the distribution and scheduling of routine pile load tests to the Employer for
acceptance as part of his CWMS for the piling works.

Load tests shall be carried out by the Contractor in the presence of the Employer under the
direction of a qualified and experienced Contractor's Engineer who shall record the results.

All equipment’s to be used for load test shall be calibrated to the design test load and a
recent calibration test certificates of all equipment’s shall be certified from IIT / any
government Institutions and shall be submitted to Employer for approval.

The Contractor shall submit for the approval of the Employer details of the test procedure
that he proposes to adopt, together with full details of the reaction/ anchor, supports,
measurement devices etc. as part of his CWMS for the piling works. The method and
procedures for static load tests to determine the settlement of the pile under load shall
generally conform with the requirements of IS: 2911 (Part-4) and IS 14593 except as
modified in these specifications.

4.12.13.4 Dynamic Load Test

Conducting High strain dynamic pile load test on working piles as per IS 2911 or ASTM
ASTM D4945-17 for the load as directed by the Engineer. High strain dynamic load testing
and reporting is required on 5% of all marine piles.

Page 88 of 238 VMCBTPL


Volume- II, Section-4B
218 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

High strain dynamic load testing, analysis and reporting shall only be carried out by qualified
and experienced personnel. The Contractor shall submit to the Employer for his approval,
full details of the method and system he proposes to use.

4.12.14 Plant and Equipment

All temporary work, plant, equipment, kentledge for supplying the load and all necessary
instruments for measurement of loads, deflection, etc. shall be provided by the Contractor.
The equipment provided shall be capable of slowly applying and maintaining the required
test loads to within an accuracy of 0.02 mm. The Contractor shall submit for approval of the
Engineer his detailed proposal for carrying out the load test.

4.12.15 Test Piles

Vertical load tests shall be carried out on the specially constructed test piles.

In addition to vertical load tests, the Contractor shall carry out horizontal load test on bored
piles specially constructed for the purpose. Maximum test loads shall be as determined by
the Engineer according to I. S. Specifications considering the design horizontal loads.

4.12.16 Cost of Delay

The Contractor shall be deemed to have allowed in the construction programme the time
required for testing of piles. No claim shall be entertained for any delay due to the testing
programme.

4.12.17 Records

Records of load tests on piles shall be kept by the Contractor on the Site and a report shall
be submitted to the Employer within 48 hours after the test has been completed. The records
shall be kept on standard forms as submitted with the Contractors CWMS and agreed with
the Employer. The records shall include graphs showing load and settlement versus time,
plotted in the format shown in BS 8004, Figure 15(a) or equivalent IS.

The Contractor shall assist the Engineer in keeping the following records of the tests:

a) Make and specification of jack pressure gauge and dial gauges;

b) Calibration of pressure and dial gauges;

c) Design load of pile, description of location and identification marks of pile.

The readings for settlement and rebound shall be entered in the following form:

Time Load Dial Settlement Dial Settlement Mean set Remarks


1 2 3 4 5 6 7 8

4.12.18 Interpretation of Test Results

The pile shall be deemed to be acceptable under the following conditions:

a) Total settlement under the test load does not exceed 12 mm, plus allowance for normal
elastic deformation;

Page 89 of 238 VMCBTPL


Volume- II, Section-4B
219 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

b) The increase in settlement between two consecutive increments of loading does not
exceed 6 mm plus allowance for elastic deformation.

The elastic deformation is defined as shortening of the pile within the elastic limit of the
materials forming the ingredients.

4.12.19 Integrity Testing

Non-destructive integrity testing of bored piles, as decided by the Employer, shall be


conducted using the low strain sonic diagnostic system consisting of hammer, low `g'
accelerometer with amplifier, pile integrity tester, portable computer system, graphics printer,
etc. all complete. The test shall be conducted by qualified and experienced specialists in this
field. Employer’s decision shall be final regarding acceptance of piles passing integrity test
but of questionable workmanship.

Non-destructive integrity test shall comply with IS 14893. The Contractor shall submit the
proposed procedures and details of proposed testing equipment for Integrity testing to the
Employer for approval at least 7 days before concreting.

The Contractor shall submit the following information to the Employer at least two weeks
before testing:

(a) The name and address of the proposed independent testing organisation.

(b) Qualifications and experience of the organisation ‘s staff to be employed in carrying


out and interpreting the testing.

(c) Written evidence of the organisation’s recent experience of undertaking the specified
type of testing on similar projects.

(d) One copy of the proposed test report form.

(e) A method statement for each type of test proposed.

The Contractor shall provide attendance and other preparatory works as required. The
Contractor shall provide the Testing Firm with a copy of the ground investigation report, a
Site plan showing bore hole locations and pile layout and a list of the piles to be tested with
the date of concreting, total length, length of casing (if any), diameter and volume of concrete
used plus any other relevant information required for the testing of the pile.

The methodology for Integrity testing should be in accordance with relevant Indian Standard
else specified in this specification. The interpretation of test shall be carried out by competent
persons and the full test results and findings shall be given to the Employer within 10 days
of the completion of each phase of testing.

The Contractor shall submit the initial test results, which shall include a copy of the field data
obtained during the testing but exclude detailed analysis, to the Employer within 24 hours of
the completion of the test.

All tests shall be carried out under the direction of an experienced and competent supervisor
conversant with the test procedure and acceptable to the Employer. All personnel operating
the test equipment shall have been trained in its use.

The Contractor shall not carry out any testing of a concrete pile until at least 14 days after it
has been cast and shall ensure that damage does not occur to complete piles.

Page 90 of 238 VMCBTPL


Volume- II, Section-4B
220 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Integrity testing shall be carried out progressively as piling is completed and in sufficient time
before the relevant piling works obstructs access to carry out the test. The results of integrity
tests shall be used to enable the Employer to select piles for further testing.

The testing organization shall examine and interpret the results in detail and prepare a report
on the tests. The report shall be submitted to the Employer within 10 days of completion of
the testing, and shall contain information in accordance with the following schedule where
applicable:

(i) Contract name and number

(ii) Contract location

(iii) Pile reference number

(iv) Pile type and size

(v) Pile toe level

(vi) Total length of pile

(vii) Length of pile from instrumentation location to Toe

(viii) Working load

(ix) Date of pile installation

(x) Date of test

(xi) Cube strength of pile concrete

(xii) Penetration of pile below commencing surface

(xiii) Identification of supervisor

(xiv) Identification of person carrying out the analysis

(xv) An interpretation of each record

(xvi) A review of any anomalies in terms of influence of poor materials or workmanship


during pile construction.

Any deviation in the record from that which would be expected from a sound pile without
defect shall be reported. The report shall indicate the nature, location and severity of the
defect and recommendations shall be made for further testing. Where possible, the
implication of the existence of the defect on the performance of the pile shall be evaluated.

If the result of any integrity test on a pile does not comply with the specified requirements,
additional tests shall be carried out. The number of additional tests shall be as instructed by
the Employer.

Page 91 of 238 VMCBTPL


Volume- II, Section-4B
221 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

In the event that any anomaly is found in the results of such testing, the Employer may call
for further testing to be carried out or for the relevant part of the pile to be exposed where
practicable for inspection, in order to investigate the cause, nature and extent of the anomaly
and whether the pile is satisfactory for its intended use.

4.12.20 Piling Records

The Contractor shall keep a record of the following data (as applicable) and keep daily record
sheets signed by the Contractor's representative and submit these to the Employer each
week, or on completion of each pile, whichever is more frequent. The format of the records
shall be as submitted with the Contractors CWMS and agreed with the Employer.

(i) Date and time of installation.

(ii) Weather condition including significant wave height and direction of approach;

(iii) Pile serial reference number and size;

(iv) Type of work carried out;

(v) Length of pile/tube or casing used;

(vi) Seabed/ground CD level at pile position;

(vii) Actual position of pile as constructed;

(viii) Pile vertical and horizontal deviations, if any;

(ix) Gross and net lengths or depth of casing driven and pile bored;

(x) CD level of top or bottom of pile after completion of piling;

(xi) Depth concreted and mix and volume of concrete placed and time of start and
completion of concreting;

(xii) Details of reinforcement;

(xiii) Details of sub-soil strata and ground water encountered in boring;

(xiv) Detail of obstructions and delays or interruptions and actions taken;

(xv) Accurate records of any tests; and

(xvi) Any other relevant data requested by the Employer.

(xvii) Time taken for penetration of every 15cm during last 1 metre depth before founding
level.

The Contractor shall prepare and maintain a piling record plan throughout the works. The
piling record plan shall be updated progressively based on the pile completed and shall be
submitted to the Employer weekly throughout the piling works. The piling record plan(s)
shall include:-

Page 92 of 238 VMCBTPL


Volume- II, Section-4B
222 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(i) Location of each pile and its size,

(ii) C.D. levels of the top and bottom of each pile;

(iii) C.D. cut-off level of each pile;

(iv) Ground level at the pile position;

4.13 Plastering

4.13.1 Construction Procedure

4.13.1.1 Preparation of Surface

The surface shall be cleaned off all dust, loose mortar droppings, traces of algae,
efflorescence and other foreign matter by water or by brushing. Smooth surfaces shall be
roughened by wire brushing or hacking for non-hard and hard surfaces respectively.
Projections on surfaces shall be trimmed wherever necessary to get even surfaces. In case
of brick/stone masonry, raking of joints shall be carried out wherever necessary. The
masonry shall be allowed to dry out for sufficient period before carrying out the plasterwork.
The masonry shall not be soaked but only damped evenly thereafter before applying the
plaster.

In case of concrete work, projecting burrs of mortar formed due to the gaps of joints in
shuttering shall be removed. Such surface shall be scrubbed clean with wire brushes. The
surface shall be pock marked with a pointed tool at spacing of not more than 50 mm centers,
the pocks being made not less than 3 mm deep to ensure a proper key for the plaster. The
surface shall be washed off and cleaned of all oil, grease etc. and well wetted before the
plaster is applied.

Galvanised chicken mesh (24 gauge, 12 mm size) shall be provided at junctions of brick
masonry and concrete members, to be plastered and other locations 150 mm on either sides
of the junction in double fold or as called for, properly stretched and nailed, ensuring equal
thickness of plaster on both sides of the mesh. The rate includes in the plaster works.

Trimming of projections, wherever necessary shall be done to achieve an even surface. The
joints in all walls shall be raked out to a depth of at least 10 mm, brush cleaned with wire
brushes, dusted and thoroughly wetted before plastering work.

For ceiling plaster, the concrete surface shall be pock marked with a pointed tool to ensure
a proper key for the plaster.

The wall shall be dampened evenly and not soaked before application of plaster. If the
surface becomes dry in spots, such areas shall be moistened again.

4.13.1.2 Application of Plaster

Plaster application shall be commenced only after the preparatory work is approved by the
Engineer. To ensure even thickness and a true surface, plaster about 10 cm to 15 cm square
shall be first applied horizontally and vertically, at not more than 2m intervals over the entire
surface to serve as gauges. The surfaces of those gauged areas shall be truly in the plane
of the finished plastered surface and finished as approved by the Engineer to give a smooth,
true and even surface.

Page 93 of 238 VMCBTPL


Volume- II, Section-4B
223 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Plastering of cornices, decorative features etc. shall be completed before the finishing coat
is applied.

In all plaster work, mortar shall be firmly applied with some what more than the required
thickness and spread evenly well pressed in to the joint and on the surface and rubbed,
levelled and smoothened with straight edge, wooden float and trowel to the required
thickness and finished as approved by the Engineer to give a smooth true and even surface.
Plaster when more than 15 mm thick, shall be applied in two coats a base coat followed by
the finishing coat. Thickness of the base coat shall be just sufficient to fill up all unevenness
in the surface, no single coat, however shall exceed 12 mm in thickness. The lower coat
shall be thicker than the upper coat. The overall thickness of the coats shall not be less than
the minimum thickness shown on the drawings. The undercoat shall be allowed to dry and
shrink before applying the second coat of plaster. After a suitable time interval (Preferably
not more than 5 days) the second coat may be applied. The under coat shall be scratched
or roughened before it is fully hardened to form a mechanical key.

The finished wall surface shall be true to plumb, and the Contractor shall, without any extra
cost, make up any irregularity in the masonry and concrete work with plaster. All vertical
edges of brick pillars door jambs etc. shall be chamfered or rounded off as directed by the
Engineer. All corners must be finished to their true angles or rounded. Any plastering that is
damaged shall be repaired and left in good condition at the completion of the job.

4.13.1.2.1 Grooves in Plaster

Where specified in drawings, rectangular grooves 12 to 20 mm wide and 8 to 10 mm deep


at the quoted rate shall be provided in external plaster by means of timber battens or metal
strips, fixed on plaster when plaster is still green. Battens or strips shall be carefully removed
after initial set of plaster and broken edges and corners made good. All grooves shall be
uniform in width and depth and shall be truly plumb and correctly aligned.

4.13.1.2.2 Drip Course

Drip course wherever indicated in the drawings shall be provided at the time of plastering to
prevent travelling of water drops from the projections. Unless otherwise, specified, projected
strip form drip course shall be provided with the quoted rate.

Thickness of plaster shall be as specified. Any extra thickness of plaster required to be


plastered in the case of brick masonry or extra thickness required due to raking of the joints
or filling up depressions formed in concrete surface during the course of roughening or due
to bad casting or centering shall not be paid separately, but shall be covered by the general
rate for plastering.

The rate for plastering shall include the cost of scaffolding, platform, swing etc. needed for
carrying out the plaster work and shall cover the extra labour for plastering the joints, sills
and soffits of openings. No extra payment shall be made for roughening the surface to obtain
key for plastering work.

4.13.1.2.3 Finishes

The interior plaster shall generally be finished to a smooth surface. Wherever punning is
indicated, the interior plaster shall be finished rough. The exterior surface shall generally be
finished with a wooden float. Wherever any +/*-+special treatment to the plastered surface
is indicated, the work shall be done exactly as shown on the drawings, to the entire
satisfaction of the Engineer regarding the texture, colour and finish.

Page 94 of 238 VMCBTPL


Volume- II, Section-4B
224 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Ceiling Plaster – Plaster to ceilings, soffits or stairs flight slabs and similar locations, where
called for, shall be as specified in the Schedule of Quantities.

4.13.1.2.4 Rough Cast Finish

The plaster shall be laid in two coats. The first coat shall consist of one part of cement and
four parts of clean sharp sand or as specified. The thickness of the first coat shall be just
sufficient to fillup all unevenness in the surface under treatment but shall not exceed 12 mm.
The plaster shall be laid by throwing the mortar by using a strong whipping motion on the
prepared surface with a trowel in a uniform layer and pressed to form a good bond. The
surface shall not be smoothened. The second coat shall consist of one part of cement, one
part of specially selected and graded sand, one parts of gravel / crushed stone of size 6 to
12 mm or as approved by the Engineer.

The thickness of this coat shall be 7 mm to 8 mm. The cement and aggregates shall be
mixed dry in the proportion by volume as specified. Water shall be added to form a plastic
mix easily workable. The second coat shall be applied while the first coat is still soft and
plastic. The plastic mix shall be flung upon the first coat with large trowel to form an even
and decorative coat.

4.13.1.2.5 Rough Cast plaster with colour finish

This finish shall be similar to “Rough Cast Finish” above except a high grade mineral pigment
of approved shade shall be mixed with white cement instead of ordinary grey cement while
preparing the mortar for finishing coat.

4.13.1.2.6 Sand Faced Finish

The plaster shall be applied in two coats consisting of an undercoat of cement mortar (1:4),
12 mm thick and a finishing coat with cement mortar (1:3), 6 mm thick. The sand used in the
finishing coat shall pass through 4.75 mm sieve and be retained on 2.36 mm sieve. Key
should be formed on the uniformly levelled surface of base coat by thoroughly combing it in
many horizontal lines about 12 mm apart and 3 mm deep when the mortar is still plastic.
The finishing coat shall be applied a day or two after. The surfaces of the finishing coat shall
be tapped and treated to obtain a uniform fine grained texture with the help of sponges, felt
pads, etc. Care shall be taken to see that the cement used is of the same shade throughout
the work.

4.13.1.2.7 Curing

Curing shall be started 24 hours after finishing the plaster. The plaster shall be kept wet for
a period of 7 days. During this period the plaster shall be suitably protected from all damages
by such means as approved by the Employer. The date of execution of plastering shall be
marked on the plastering to ensure the proper duration of curing.

4.13.1.3 Pointing

The materials, preparation of mortar etc. shall be same as specified for cement plaster
works. The mix proportion shall not be leaner than 1:3, unless otherwise specified. For all
exposed brickwork or stone masonry work, self supporting double scaffolding, having two
sets of vertical supports shall be provided so as to avoid openings in the wall.

Page 95 of 238 VMCBTPL


Volume- II, Section-4B
225 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.13.1.3.1 Preparation of Surface

The joints shall be raked out properly to such a depth that the minimum depth of the new
mortar measured from either the sunk surface of the finished pointing or from the edge of
the brick shall not be less than 10 mm. Dust and loose mortar shall be brushed out.
Efflorescence, if any shall be removed by brushing and scraping. The surface shall then be
thoroughly washed with water, cleaned and kept wet before commencement of pointing.

4.13.1.3.2 Application of Mortar and Finishing

The mortar shall be pressed into the raked out joints, with a pointing trowel, flush, sunk or
raked, according to the type of pointing required. The mortar shall not spread over the corner,
edges or surface of the masonry. The pointing shall then be finished with the proper tool
according to the type of pointing required.

Ruled pointing

Unless otherwise specified ruled pointing shall be adopted for all exposed brick/block
masonry work. However, for rubble masonry works, recessed pointing shall be adopted.

The mortar shall be pressed into the raked out joints and shall be finished off flush and then
while the mortar is still green, a groove of shape and size as shown in drawings shall be
formed by running a forming tool straight along the centre line of joints. This operation shall
be continued till a smooth and hard surface is obtained. The vertical joints shall also be
finished in a similar way. The vertical joints shall make true right angles at their junctions
with the horizontal lines and shall not project beyond the same. For recessed pointing in
rubble masonry recess shall be provided along the centre line of the joint profile.

Flush pointing

The mortar shall be pressed into the joints and shall be finished off flush and level with the
edges of the brick, tiles or stones so as to give a smooth appearance. The edges shall be
neatly trimmed with a trowel and straight edge. Unless otherwise specified, flush pointing
shall be adopted for drains and brick on edge paving.

Raised and cut pointing

Raised and cut pointing shall project from the wall facing with its edges cut parallel so as to
have a uniformly raised band about 6 mm raised and width 10 mm or more as directed. The
superfluous mortar shall be cut off from the edges of the lines and the surface of the masonry
shall also be cleaned off all mortar. Unless otherwise specified, raised and cut pointing shall
be adopted for stone masonry pointing, and shall be provided along the Centre line of the
joint profile.

4.13.1.3.3 Curing

The pointing shall be kept wet for 7 days.

Page 96 of 238 VMCBTPL


Volume- II, Section-4B
226 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.14 Painting

4.14.1 Preparation of Surface

Wood Work: Protruding timber fibre shall be removed and all holes shall be filled with
teakwood batten. the nail marks shall be covered with putty. The work shall then be sanded
first with G/80 sand paper followed by G/120 or G/150 sand paper. Sanding should be taken
up only when it can be followed immediately by painting.

Steel work: The surface shall be thoroughly cleaned sand prepared and / or rubbed with
emery cloth if necessary to remove grease, mortar or any other foreign materials. In case of
rusted surface, it shall be first cleaned with steel wire brushes till the corroded crust is
removed. The cleaned surface shall be shiny and free from brush marks, patches, blisters
and other irregularities. The surface thus finished shall be got approved before painting.

Masonry, concrete and plastered surface : Concrete / masonry surface and cement
plastered surfaces shall be thoroughly cleaned of mortar droppings and other stickings. All
loose scales and flakes shall be removed by rubbing with hessian cloth or sand papering.
All holes shall be filled and the surface rubbed smooth to get evenness of the existing
surface. The surface shall be free from all oil, grease, efflorescence, mildew, loose paint or
other foreign and loose materials. Masonry cracks shall be cleaned out and patch filled with
mortar similar to the original surface and uniformly textured. Where this type of resurfacing
may lead to the finishing paint being different in shade from the original surfaces, the
resurfaced area shall be treated with a minimum of one coat of cement primer and should
be continued to the surrounding area for a distance of atleast 100mm.

Surfaces with mildew or efflorescence shall be treated as below :

a) Mildew; All mildewed surfaces shall be treated with an approved fungicide such as
ammonia wash consisting of 7 gm. of copper carbonate dissolved in 80 ml liquor and
diluted to 1 liter with water or 2.5 percent magnesium silica fluoride solution and allowed
to dry thoroughly before paint is applied.

b) Efflorescence: All efflorescence shall be removed by scrubbing the affected surface with
a solution of mariatic acid and in water (1:6 to 1:8) and then washed fully with clear water
and allowed to dry thoroughly.

Area to be distempered shall be applied with one coat of white chalk solution mixed with
required quantity of glue or plaster of paris and shall be sand papered before distempering.
The area to be cement painted shall be wetted by sprinkling of water with fine spray. The
surface shall be sprayed several times with a few minutes intervals between each spraying
to allow the moisture to seek into the surface.

4.14.2 Application

Before the commencement of the work the Contractor shall provide sample panels of
painting at his own cost for the approval of the Engineer to enable him to keep an accurate
check on the materials supplied and final shade to be painted. It is however the express
responsibility of the Contractor to provide any deviations and defects shall have to be
rectified by the Contractor at his own cost.

The method of application shall be as recommended by the manufacturer. In case of


selection of a special shade and colour (not available in standard shades) the Contractor
shall prepare test panels in different shades of minimum size 1 metre square as instructed
by the Engineer and obtain his approval prior to applications of the finishing paints.

Page 97 of 238 VMCBTPL


Volume- II, Section-4B
227 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Proper tools and implements shall be used. Scaffolding if used shall be independent of the
surface to be painted to avoid shade differences of the freshly repaired anchor holes.
Painting shall be done by skilled labour in a workman like manner. All materials shall be
evenly applied, so as to be free of sags, runs, crawls or other defects. All coats shall be of
proper consistency. In case of application by brush, no brush marks shall be visible. The
brushes shall be clean and in good condition before application of the paint.

All priming undercoats for painting shall be applied by brush only. Roller and spray
equipment, etc., shall not be used. The cleaned surface shall be dusted and a primer shall
be applied.

One shop coat of red oxide or zinc chromate primer or as specified shall be given to all iron
surfaces. Painting work on steel and iron surface shall conform to IS : 1477 (Part I and II).

All primer coats shall be compatible to the material of the surface to be finished as well as
to the finishing coat to be applied.

No work shall be done under conditions that are unsuitable for the production of good results.
No painting shall be done when plastering is in progress or is drying. Paint which seals the
surfaces to moisture shall be applied only after the moisture on and below the surface has
dried out.

All coats shall be thoroughly dry before being sand papered or before the succeeding coat
is applied. Coats of painting as specified are intended to cover surfaces perfectly. In case
the surface is not covered properly by applying the specified number of coats, further coats
shall be applied by the Contractor when so directed by the Engineer at no extra cost.

All primers and under coats shall be tinted to approximate the colour of the finishing coats.
Finished coats shall be of exact colour and shade as approved samples and all finish shall
be uniform in colour and texture. All parts of mouldings and ornaments shall be left clean
and true to finish.

Stopping and filling carpentry work should be done when the primer is just dry. For deep
scratches, holes etc. stopping shall be done with putty of plastic wood (IS 423). Putty can
be white lead with linseed oil base or synthetic metal putty.

For all minor scratches and rough surfaces, like flush door’s faces filling made out of one
part of white lead, two parts of whiting (powdered chalk) mixed and kneaded in double boiled
linseed oil shall be evenly applied and rubbed down with G/220 or G/240 sand paper after
allowing it to dry overnight.

Painting shall be done by skilled labourers in a workmanlike manner. All materials shall be
evenly applied so as to be free from sags, runs, crawls, or other defects. All coats shall be
of proper consistency and shall be well brushed out, so that no brush marks are visible,
except varnish and enamels which shall be uniformly flowed on. The brushes shall be clean
and in good condition before application of paint. No work shall be done under conditions
that are unsuitable for production of good results.

The undercoating should be nearest to the specified colour of the finishing coat. Ready
mixed synthetic enamel paint or fill paint may be used for the undercoat. The undercoat shall
be uniform and free of all brush marks.

Page 98 of 238 VMCBTPL


Volume- II, Section-4B
228 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Undercoats should be completely dry before finishing coat is taken up. For synthetic
enamels overnight and for oil paints, a whole day shall be left between undercoat and
finishing coat. The undercoat shall then be rubbed with G/240 sand paper and dusted clean.
The finishing coat of approved paint shall then be applied. If the surface is not satisfactory
additional finish coats shall be applied at no extra cost. The paints shall be applied with
bristle brushes and not horse hair ones.

4.14.2.1 Oil / Enamel / Aluminium Paint

Ready mixed oil paint, synthetic enamel paint, Aluminium paint, etc. shall be brought in
original containers and in sealed tins. If for any reason thinner is necessary the brand and
quantity of thinner recommended by the manufacturer or as instructed by the Engineer shall
be used.

After allowing 24 hours for drying of primer coat specified quality paint shall be applied
evenly and smoothly. If required a filler putty coating may be given to give smooth finish. A
filler putty coating has to be given after primer coat in the case of wooden surfaces. The
putty shall be made from pure whiting mixed to the proper consisting with new linseed oil. A
little white lead being mixed to help hardening of putty. On no account putty is to be used
before primary coat. Each coat shall be allowed to dry out thoroughly and then lightly rubbed
down with sand paper and cleaned of dust before the next coat is applied. Number of coats
shall be as specified in the item and if however the finish of the surface is not uniform
additional coats as required shall be applied to get good and uniform finish at no extra cost.
After completion no hair marks from the brush or clogging of paint puddles in the corners of
panel angles of mouldings shall be left on the work. The glass panes floor etc., shall be
cleaned of stains.

When the final coat is applied, if directed, the surface shall be rolled with a roller or if directed
it shall be stipplied with a stippling brush.

4.14.2.2 Cement Paint

The number of coats shall be indicated in the bill of quantities. The surface to be cement
painted shall be prepared as described above.

The cement paint shall be prepared in exact conformity and workable consistency as per
specifications of the manufacturer. Approval of the Engineer shall be obtained in regard to
the exact shade and colour before applying the cement paint. Cement paint shall be applied
with good quality flat brush horizontally or vertically to ensure perfect covering. The first coat
should be well brushed into the surface to form a good film appearance. The second or
subsequent coats shall be applied carefully to give a good final satisfactory finish and may
be applied by brushing or spraying. Each cement paint application should be wetted at the
end of the day with a fine water spray. Twenty four hours after the first coat has been applied,
saturate the surface with water and second or subsequent coats can be applied when the
surface is damp to touch. Rewater the surface with ample water after 24 hours to ensure
perfect setting of the paint film.

4.14.2.3 Dry Distemper

New plastered surface shall be allowed to dry for atleast two months. New lime or lime
plastered surface shall be washed with a solution of 1 part of vinegar to 12 parts water or
1:50 sulphuric acid solution and left for 24 hours after which the wall shall be thoroughly
washed with clean water. For cement plastered surface, the surface shall be washed with a
solution of 100 gms of zinc sulphate to 1 litre of water and then allowed to dry.

Page 99 of 238 VMCBTPL


Volume- II, Section-4B
229 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Dry distempering shall be done as per manufacturer’s instruction. In applying the


distempers, the brush should first be applied horizontally and immediately crossed off
perpendicularly. Brushing shall not be continued too long as otherwise brush marks may
result.

4.14.2.4 White Washing walls and Ceilings

Whitewash shall be prepared from fat lime or shell lime slaked onsite mixed with just enough
water to make a thick paste and allowed to remain for atleast 7 days before use. At the time
of using, the paste shall be diluted with just sufficient water and stirred through clean and
coarse cloth. Four kgs. of gum dissolved in hot water shall be added to each cu. metre of
the lime used. Ultra marine blue shall be added to give required whiteness. The number of
coats shall be specified in the bill of quantities and shall be applied by using flat brushes or
spray pumps, on surface prepared. The wash shall be applied with brush with alternate coats
of horizontals and verticals. When a coat is being given it shall be ensured that the previous
one has dried up completely. Two or more coats of wash (as specified in the schedule of
quantities) shall be applied to give uniform finished surface without any patches or cracks
and brush marks. It should not come off when rubbed hard with hand. One coat of white
wash shall consist of one stroke from top downwards, another from bottom upward over the
first stroke, and another from left to right before the previous one dries up. The final coat
shall be perfectly uniform in appearance and free from brush marks.

4.14.2.5 Colour Wash

Colour wash shall be prepared by adding mineral colours or approved pigments not affected
by lime or light to the lime solution prepared for white wash. Colour wash shall be applied
as specified under “white wash”. Approval of the Engineer shall be obtained in regard to
exact shade before applying colour wash.

4.14.2.6 Acrylic Emulsion Paint

Acrylic emulsion paint, shall be brought in original containers and in sealed tins.

After allowing 24 hours for drying of primer coat specified approved quality paint shall be
applied evenly and smoothly. If required a filler putty coating may be given to give smooth
finish. Each coat shall be allowed to dry out thoroughly and then lightly rubbed down with
sand paper and cleaned of dust before the next coat is applied. Number of coats shall be as
specified in the item and if however the finish of the surface is not uniform additional coats
as required shall be applied to get good and uniform finish at no extra cost. After completion
no hair marks from the brush or clogging of paint puddles in the corners of panel angles of
mouldings shall be left on the work.

When the final coat is applied, if directed, the surface shall be rolled with a roller or if directed
it shall be stipplied with a stippling brush.

Lime gauged cement plastered surfaces shall not be painted for at least one month after
plastering. All sample patch shall be painted to check alkali reaction if so desired by the
Engineer. Painting shall be strictly as per manufacturer’s specification.

Page 100 of 238 VMCBTPL


Volume- II, Section-4B
230 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.14.2.7 Oil Bound Distemper

Any unevenness in surface shall be made good by applying putty. The patched surface shall
be allowed to dry thoroughly before the coat of distemper is applied. One coat of distemper
properly diluted with thinner as specified by the manufacturer shall be applied by brush in
horizontal strokes followed immediately by vertical ones which together will constitute one
coat. Two or more coats of distemper as found necessary shall be applied to obtain even
shade.

4.14.2.8 Polishing and Varnishing

4.14.2.8.1 Melamine Polish (Glossy/Matt)

Apcolite Natural Wood finish clear glossy / matt is a premium quality melaminised coating
specially formulated as a protective and decorative finishing clear coating for wood.

Technical Data

Method of application : Brushing at 25-30 seconds by Ford Cup B4 at 30 degree C.

Spraying at 20-25 seconds by Ford Cup at 30 degree C

Thinner recommended : Brushing - Thinner 106

: Spraying - Thinner 124

Thinner intake : 20-25% by volume

Mixing ratio : Base to hardener in 10:1 by volume

Drying Time : 8 hours

Surface dry - less than 30 minutes

Hard dry 16-20 hours

Recoating period – Overnight

Finish : 25 microns film thickness smooth and glossy / matt

Flash point : Above 14 degree C (57o F)

Sand the surface along the grains with Emery Paper No.180 or with a suitable grade
sandpaper. Brush the surface free of loose dust. Fill the wood using Apcolite Wood Filler.
Remove excess filler immediately after applications. Allow 2-3 hours of drying, before
sanding with Emery Paper No.240 or 280. If desired, apply Apcolite Natural Wood Finish
upto 20% by volume and apply by spraying after Sealer Coat. In application by ragging allow
a drying time of 5-10 minutes in between coats and 30-60 minutes before over coating with
finish coats. Apply a coat of Apcolite Natural Wood Finish Clear Sealer. After overnight
drying, smooth sand with Emery Paper No.320 and wipe the surface free of loose dust.
Apply Apcolite Natural Wood Finish Clear Glossy / Matt as follows. Ensure that the surface
to be coated is free from loose matter. Apcolite Natural Wood Finish Clear Glossy / Matt is
a two component system consisting of base and hardener. These should be mixed in the
recommended ratio. The two components should be mixed in a glass, plastic or enamelled

Page 101 of 238 VMCBTPL


Volume- II, Section-4B
231 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

container. Allow the mixture to stand for 30 minutes and then apply by brushing or spraying
using the recommended thinner for consistency adjustment. The mixture of base and
hardener should be used within 8 hours.

4.14.2.8.2 Wax Polishing

Wax polish shall either be prepared on site or obtained ready made from market. Polish
made on the site shall be prepared from a mixture of pure bees wax, linseed oil, turpentine
oil and varnish in the ration of 2: 1 1/2: 1 1/2 by weight. The bees wax and the boiled linseed
oil shall be heated over a slow fire when the wax is completely dissolved the mixture shall
be cooled till it is just warm, and turpentine oil and varnish added to it in the required
proportions and the entire mixture is well stirred.

Surface shall be prepared as described under French Spirit Polish except that the final
rubbing shall be done with sand paper which has been slightly moistures with linseed oil.

Mixture of polish shall be applied evenly with a clean cloth pad in such a way that no blank
patches are left and rubbed continuously for half an hour. When the surface is quite dry a
second coat shall be applied in the same manner and rubbed continuously for half an hour
or until the surface is dry. Final coat shall then be applied and rubbed for 2 hours or more if
necessary, until the surface has assumed an uniform Gloss and is quite dry showing no sign
of stickiness when touched. Gloss of the polish depends on the amount of rubbing, therefore
rubbing must be continuous and with uniform pressure and frequent change in direction.

4.14.2.8.3 Varnishing

Surface shall be prepared as described above. After preparation of surface, two coats of
clean boiled linseed oil shall be applied at sufficient interval of time. After the linseed oil has
dried two coats of varnish obtained from approved manufacturer shall be applied at sufficient
interval of time. If the surface fails to produce the required gloss an additional coat shall be
applied without any extra cost.

4.14.2.9 Protection

Contractor shall provide and use sufficient number of drop clothes, covers, tarpaulins and
other screens to protect adjacent surfaces and shall remove all splatter and stains from such
surfaces. The contractor shall also protect his own work.

Furniture and other movable objects, equipment, fittings and accessories shall be moved,
protected and replaced upon completion of the painting work. All stationary items of
equipment shall be well covered so that no paint can fall on them. Work finished by other
agencies shall be well protected. All protection shall be as per instruction of the Engineer.

4.14.2.10 Cleaning Up

The Contractor shall upon completion of painting etc. remove all marks and make good
surfaces, where paint has spilled, splashed or splattered, including all equipment, fixtures,
glass furniture, fittings, etc. to the satisfaction of the Engineer.

4.14.2.11 Acceptance Criteria

All painted surfaces shall be uniform and pleasing the appearance.


The colour, texture etc. shall match exactly with approved samples.
All stains, splashes and splatters of paint shall be removed from surrounding surfaces.

Page 102 of 238 VMCBTPL


Volume- II, Section-4B
232 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.15 Waterproofing Treatment

4.15.1 Surface Preparation

The surface to receive the waterproofing shall be cleaned of all dust, dirt, loose material,
debris, mortar droppings, laitance, oil, grease or any other form of foreign matter which might
affect adhesion and left in a saturated, surface dried condition and approval of Engineer
taken before starting the work. The surface to be treated in underground structures shall be
kept dry by continuous pumping of water.

The surface preparation shall be done as per specification and instructions of the
manufacturer.

4.15.2 Stages of Treatment

4.15.2.1 Treatment on PCC levelling Course

Treatment on the top surface of PCC levelling course before casting of base slab:

Providing and laying integral cement based treatment for water proofing on top of PCC laid
for Raft & beam,etc in the following order and consisting of following operations.

Providing plastering over the PCC with CM 1 : 3 - 20 mm thick admixed with integral
Waterproofer conforming IS 2645 @ 2 % by weight of cement as per methodology.

Application 2 coats of TAPECRETE or approved equivalent Acrylic Polymer Modified


Cementitious Coating over plastered surface.

Providing plastering over treated area with with CM 1 : 3 - 20 mm thick admixed with Integral
Waterproofer conforming IS 2645 @ 2 % by weight of cement as per methodology.

Note:

Applicable to PCC levelling course below base slab of underground sump, underground
structure, lift pit, machinery foundations, trenches etc.

4.15.2.2 Chemical injection treatment to base slab and side walls from inner sides:

The treatment shall be as per manufacturers specification adopting following general


operation details :

Providing and Fixing 18 mm dia GI nozzles (the nozzle shall be embedded about half the
depth of the member to be grouted) in grid pattern at a spacing not more than 1.0 metre c/c
while casting the raft slab and along construction joints at a spacing not more than 1.0 metre
c/c along the construction joints. Nozzles can also be post fixed by drilling holes using drill
machine and to be fixed with cement putty admixed with quick setting integral Waterproofing
compound CICO NO.3 or approved equivalent in the ratio 1:1by weight. The Caps shall be
fixed in the mouth of the nozzles to avoid chocking of cement slurry etc, while concreting or
Post fixing the Nozzle. (Nothing extra shall be paid for post fixing)

Page 103 of 238 VMCBTPL


Volume- II, Section-4B
233 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Applying injection grouting through the nozzles grouting pumps with a minimum pressure of
2 kg/sqcm with cement slurry admixed with CICO Non shrink Polymeric Water Proof
Grouting Compound or approved equivalent at the rate of 2% by weight of cement. Grouting
operations to be taken up after the raft / slab concrete reached the full strength, i.e. 28 days
after casting of concrete.

Sealing off the nozzles after grouting operation is over with cement putty admixed with quick
setting integral Waterproofing compound CICO NO.3 or approved equivalent in the ratio
1:1by weight.

Cut the projected nozzles if required over the concrete surface and fill with cement putty
admixed with quick setting integral Waterproofing compound CICO NO.3 or approved
equivalent in the ratio 1:1 by weight.

Application of two coats of TAPECRETE Acrylic Polymer Cementitious Coating over well
prepared surface

Providing concrete screed with CC 1 : 2 : 4 at an average thickness of 40 mm admixed with


CICO No. 1 or approved equivalent @ 2 % by weight of cement

Note:

Applicable to base slab of underground sump, underground structure, lift pit, pile and pile
cap, trenches etc.

4.15.2.3 Treatment to side wall from exterior surface

Making ' V ' grooves at the construction joints of size 20 x 20 mm and clean the surface with
wire brush.

Application of two coats of TAPECRETE Acrylic Polymer Cementitious Coating Product :


TAPECRETE - of CICO over well prepared surface as per methodology

Providing plastering over the treated area with CM 1 : 3 - 20 mm thick admixed with CICO
No. 1 Integral Waterproofer conforming IS 2645 @ 2 % by weight of cement as per
methodology.

Note:

Applicable to external surfaces of side walls of underground sump, underground structure,


lift pit, trenches etc.

4.15.2.4 Treatment to Roof Slab

Prepare the surface free from debris, dirt, grease, oil, making "V" Groove over construction
joint wherever necessary and sealing the construction joint with Quick Setting Material
admixed with Cement.

Application of two coats of : TAPECRETE of CICO over well prepared surface as per
methodology.

Providing plastering over the treated area with CM 1 : 3 - 20 mm thick admixed with CICO
No. 1 Integral Waterproofer conforming IS 2645 @ 2 % by weight of cement as per
methodology.

Page 104 of 238 VMCBTPL


Volume- II, Section-4B
234 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Providing and laying IRC Mesh over plastered area.

Laying screed concrete 1:2:4 mix using 20mm and down size Course greaded Aggregate to
an average minimum thickness of 125 mm (i.e. minimum 75 mm thickness at lower end/near
rainwater outlet and 175 mm thickness at higher end/at the ridge). An additional layer of
Screed concrete shall be laid over the existing concrete surface if required to get the required
gradient for adequate drainage giving a slope of approximately 1 in 100, Screed concrete
shall be admixed with Fiber mesh Harbourite or equivalent100% virgin fine fibrillated
polypropylene fibers containing no reprocessed olefin materials confirming to IS 1873 - PP
-H, FN 28-02-045 and the fibers shall be mixed at the rate of 900gms/Cum or 200 gm per
bag of cement. and curing shall be carried out for minimum three days. Fibers shall confirm
to ASTM C -1116 & ACI 524 R - 93. (For product details- Nina Industries, Mumbai or MJ
suppliers Bangalore)and finish the surface with power trowel and draw false line on 300mm
x 300mm over finished surface.

Making machine cut grooves of size 4 x 4mm on a grid of 5 x 5 M (Plan area not exceeding
25 Sqm) and finish the surface neatly and the surface shall be cured for 15 days as per
manufacturer's specification. This treatment shall be carried out in the openings provided in
the terrace for rain water down take pipes.

Leakage test shall be conducted by storing water on the terrace for about 25 mm depth
continuously for a period of 7 days.

Note:

The above work shall be got executed by an approved applicator. In case the Contractor
proposed to execute the work by other specialized equivalent firm, the firm should be got
approved by the Engineer.

4.16 Antitermite Treatment

The treatment shall be carried out by an approved specialist sub-contractor. The chemicals
used shall conform to IS:8944.

4.16.1.1 Treatment to Soil Under Slabs at Plinth Level and Ground Floor

After earth filling and before the dry rubble or core packing, the centre surface of the filled
earth will be treated with a chemical emulsion recommended by the specialist sub-contractor
at the rate specified by the manufacturer. Light rodding shall be done to facilitate spraying
and absorption.

4.16.1.2 Treatment to Junction of Wall & Floors

Rodding to be carried out along the junction of plinth beams and earth filling at 15 cm
intervals and recommended chemical emulsion sprayed at the rate of 2 litres per linear meter
so as to mix intimately with the soil.

4.16.1.3 Treatment to Soil along the External Wall Perimeter

After levelling and before flagging or plinth protection is laid, soil along the external wall
perimeter of the building upto a depth of 30 cm shall be treated at the rate of 4.5 litres
emulsion per linear meter of plinth walls. If necessary, rodding at 30 cm intervals shall be
carried out to facilitate spraying and absorption.

Page 105 of 238 VMCBTPL


Volume- II, Section-4B
235 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.16.1.4 Treatment to Critical areas

After Soils under piers, utility pipe openings, floor drains, electrical conduit entry joints shall
be thoroughly flooded with the chemical emulsion at an approximate rate of 25 to 30 litres
per square meter. If drainage pipes are laid along the walls and the chemical barrier

4.16.1.5 Precautions

Precautions shall be taken not to disturb the treated areas by levelling, digging or earth
filling, as this will break the chemical barrier. In case such situation arises, the area is to be
treated again to restore the chemical barrier.

4.16.1.6 Guarantee for 5 Years

The specialist agency shall provide a guarantee that buildings shall be free from termite
infestation for a period of 5 years from the expiry of defects liability period.

4.17 uPVC Doors and Windows

uPVC doors and window frames shall be a complete system manufactured from acrylic
modified high quality impact resistant white (or coloured as specified) unplasticised polyvinyl
chloride, reinforced, rigid multi-chamber extrusion by a suitably qualified fabricator. Door and
window fabrication shall meet basic performance requirements recommended for climatic
and atmospheric conditions of site and in strict accordance with the system supplier's
recommendations.

Door window type, size and style shall meet requirements specified in relevant door/window
schedules. Minimum Hardwares are listed in Table below.

Door, window design shall include factory finish glazing as required, purpose made
threshold/subcills, trickle ventilators and security/locking devices as recommended by
manufacturer

All glazing shall meet safety requirements specified by relevant building regulations.

Fabricator shall submit evidence of door, window performance including method of weld
finishing, weather tightness exposure category, compliance to relevant regulations, etc for
approval prior to award of contract.

Page 106 of 238 VMCBTPL


Volume- II, Section-4B
236 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Notes:

(i) All the fittings shall be in SS 316L. Unless otherwise specified.

(ii) Single leaf door shutters and ventilator shutters of more than 0.80 m width shall be
provided with one extra hinge.

(iii) Where height of window shutter and door leaf exceeds 1.2 m and 2.15 m respectively
one extra hinge shall be provided for every additional height of 0.5 m or part thereof
and length of top bolt shall be increased by me height of the shutter/leaf above 2.15
m from floor level.

(iv) Double leaf shutters of doors, two tower bolts shall be fixed to the first shutter top and
bottom and one to the closing shutter at the top.

(v) All hardware shall conform to the applicable Indian Standard.

(vi) Door Closure

Requirement of door closure, its type — Surface mounted or concealed, with or without Hold
Open option shall be as mentioned on Architectural drg for approval of Engineer.

Page 107 of 238 VMCBTPL


Volume- II, Section-4B
237 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Maintenance:

Appropriate operation and maintenance of all doors shall be for a period of minimum 24
months or as per stipulation of contract.

4.17.1 uPVC Window Systems

4.17.1.1 Detail Specifications

SPECIFICATIONS for the works that need to be executed and the materials to be used in
the placement and installation of uPVC windows and associated products/fitting, to the entire
satisfaction of:

The following specifications describe the standards required for both manufacture and
installation of windows.

4.17.1.2 Windows

All window frames and sashes shall be manufactured from white UPUC profile, which shall
have 3 hollow chambers from front to back. The outer profile shall have a front to back depth
of 65/118 mm for Profiles with load bearing capacity upto 3000 Pa and 56/102 mm for
Profiles with load bearing, capacity upto 1500 Pa.

All sections of the frame and sash shall be reinforced in accordance with the system
supplier's recommendations using galvanized mild steel in a single continuous length.

4.17.1.3 General Requirements

Profile

The profile is to be extruded from a compout that has been blended to ensure quality and
consistency. The material must be pristine white high impact modified window grad UPVC
and must be colourfast and conform to BS 7413 code.

The profile shall be a hollow 3-chamber (across depth) profile with an outer wall thickness
of 2.4mm only. The profile shall be uniform and free from foreign bodies, cracks or marks.

Note: No profile shall contain recycled material.

4.17.1.4 Fabrication of window

The window units shall be designed with all corner joints, transform joints and mullion joints
being mitred and fusion welded.

All excess material is to be neatly trimmed and neatly feature grooved/raised nib finish at
corners, transom joints and mullion joints.

There is to be no mechanical joining of the profile, below a span of 3000 mm.

No polishing flush of any joints will be permitted.

The window units shall be designed so that the route of drainage is prevented from passing
through the reinforcement chamber.

Page 108 of 238 VMCBTPL


Volume- II, Section-4B
238 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The finished product shall be free from all sharp edges, burrs and the like that may be
hazardous to the user.

The dimensional tolerances on the finished outer frame height and width shall be ±3mm.
Frame assemblies shall be such that they can be installed square within a maximum
difference in the diagonals of 4mm.

In all window units, adequate drainage should he provided to permit the escape of water
from platforms or horizontal; members beneath each sealed unit. Monsoon Stop to be
provided wherever necessary to provide barrier to excess rain water.

4.17.1.5 Installation of Frame

Before installation the installation Team is to make sure that the opening has been prepared
and any repair work has been carried out. Allow a 5mm gap between the frame and the
opening.

The new window shall be set in the prepared opening. Allow for suitable packing blocks.

The window shall be fixed into the aperture, by drilling and fixing through the outer frame, to
the existing structure using ‘Fischer' fixings, FSS type bolts.

The fixings shalt be no less than 150 mm from corners or transoms/mullions and at no more
than 600mm centers.

When the frame is securely fixed in position then fit glass and glazing beads. Allow for any
necessary glazing blocks and glass lock devices.

Check windows for correct operation before proceeding with making good. No fixings are to
penetrate the drainage channels.

The gap between masonry and the frame is to be filled with Neutral Cure Silicon (exposed
to sun surface) and/or Acrylic Sealant (only for the internal surface).

The silicone joints should be covered with Architraves/trims.

4.17.1.6 Guarantees

Manufacturer to offer a warrantee on the window profile used in the manufacture of UPUC
window systems for a period of 10 years from the date of installation. The Warrantee has to
cover all abnormal defects in workmanship/quality. The guarantee has to be underwritten by
a Company nominated Executive.

4.18 Floor Finishing

Workers specially experienced in particular items of finishing work shall carry out the work.
Where such workers are not readily available, experienced supervisors recommended by
the manufacturer shall be engaged with the prior permission and based on approval of the
Engineer. In particular cases, Engineer may desire the installation of finishing items by the
manufacturer. This arrangement shall be made by the Contractor.

Page 109 of 238 VMCBTPL


Volume- II, Section-4B
239 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.18.1 Preparation of Base Surface

For all types of flooring, skirting, dado, the base (base concrete / structural slab / masonry
wall / concrete wall etc.) to receive the finish shall be adequately roughened, joints raked,
thoroughly cleaned of all dirt, grease, loose particle, caked mortar droppings, and laitance,
if any by scrubbing with coir or steel wire brush before the operation of laying the topping is
started. Where the concrete is hardened so much that roughening the surface by wire brush
is not possible, the entire surface shall be roughened by chipping or hacking and the skin
removed. The surface shall be thoroughly cleaned and soaked with water, atleast for twelve
hours and the surplus water shall be removed by mopping immediately before the topping
is laid in position.

The prepared surface has to be approved by the Engineer before commencing the finishing
work.

4.18.2 Granolithic Flooring

4.18.2.1 General

The work shall be carried out in accordance with Indian Standard Specification 5491 latest.

The flooring shall be of specified thickness and shall consist of CC 1:1.5:3 granolithic
flooring. Floor finish shall be divided into suitable panels so as to reduce and avoid the risk
of cracking. The granolithic flooring shall be laid with the specified strips in panels not
exceeding 20 Sqm in plan. The screed strips shall be fixed on the base concrete dividing it
into suitable panels not exceeding 20 Sqm in plan. The intermediate panels shall be filled in
after one or two days. If glass or aluminium or other metal strips are provided for effective
separation of panels, the topping may be laid in all the panels simultaneously or as specified.

4.18.2.2 Laying

a. Before the operation of laying the topping is started, the surface of base concrete shall
be prepared as described earlier, screed strips shall be fixed over the base as divided.

b. The flooring concrete shall be of using 6 to 10 mm graded crushed granite stone. The
ingredients shall be thoroughly mixed with sufficient water to obtain the required
plasticity. The free water on the surface of the base shall be removed and a coat of
cement slurry of the consistency of thick cream shall be brushed on the surface.

c. The prepared concrete shall be laid immediately after mixing on the fresh grouted base.
The concrete shall be spread evenly and levelled carefully and compacted. Then the
surface shall be tested with the straight edge and mason’s spirit level to detect any
inequalities in the surface. Low places shall be filled, humps removed and the whole
surface again levelled. The layer shall be thoroughly compacted to the finished
thickness by ramming and power trowelled and allowed to set. Just sufficient trowelling
shall be made to give a level surface. The surface should not be over trowelled as
excessive trowelling will bring the cement to the surface which shall be strictly avoided.
When the initial set takes place further compaction by power trowelling shall be done
and final trowelling shall be done well before the topping becomes too hard.

d. The surface shall be trowelled three times at intervals so as to produce a uniform, hard
and smooth surface. No mortar or cement will be allowed to be added in this process.

Page 110 of 238 VMCBTPL


Volume- II, Section-4B
240 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

e. The screed strips should be removed the next day after the concrete has been
deposited in the panels and the edges of panels shall be examined for any
honeycombing or undulation which, if found, shall be repaired straight and smooth by
cement mortar; if the intermediate panels are not to be filled the next day, the screed
strips shall then be cleared and put back against the edge of panels till the concrete in
the alternate panels is to be deposited. When the concrete is being deposited in the
alternate panels the screed strips shall be removed. When the concrete is being
compacted in new panels, care shall be taken to avoid damage to the panels already
laid. When desired by the Engineer, the surface while still ‘green’ shall be intended by
pressing strings. The markings and forming a groove shall be of even size and depth,
in straight lines and the panels shall be of uniform and symmetrical patterns.

4.18.2.3 Curing

As soon as the surface is hard enough, it shall be covered with sacking or sand and kept
continuously wet for a period of at least one week.

4.18.2.4 Protection

The surface shall be protected with a layer of pop to a required thickness over a plastic
sheet.

4.18.3 Ceramic Tiles

4.18.3.1 Glazed Ceramic Tiles

Glazed ceramic tiles shall be highly pressed, single fired, red body, top glazed white or
coloured, plain or with designs.

The body of glazed ceramic tiles should consist of high grade clay and minerals and well
pressed in hydraulic presses and glaze should be a combination of different minerals. Varied
combination of the body materials, glaze coating and the firing temperature will give tiles of
varied strength, abrasion resistance, surface hardness, antiskid properties. The top surface
shall be glazed with stable gloss / semi gloss / matt finish of uniform colour and texture and
free from flaws, cracks, chips, craze, specks, crawling or other imperfections. These shall
be sound, true to shape with true and straight edges, non absorbing and non-fading. A
fractured section shall appear fine grained in texture, dense and homogenous. The edges
and the underside of the tiles shall be completely free from glaze so that these may adhere
properly to the surface below.

The under side of tiles shall have ribs or indentations for better anchorage with the base
mortar / adhesive specified

The group and quality of tiles specified in the bill of quantities and as shown on the drawings
shall be used as directed by the Engineer, even though the group of tiles specified below :

4.18.3.1.1 Floor Tiles

These tiles should have high strength, good resistance to wear and tear, low water
absorption and sufficient antiskid properties and shall conform to IS : 13755 and BLLA
EN177 (European Standard). Based on the properties of the glaze and their hardness, floor
tiles are categorized abrasion resistance wise as Group – II to V / V+. According to the
intensity of foot traffic, the tile group shall be selected and used as given below.

Page 111 of 238 VMCBTPL


Volume- II, Section-4B
241 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Group II tiles shall be used for areas destined to medium foot traffic, to be trod on with leather
or rubber footwear.

Group III tiles shall be used for areas destined to frequent foot traffic with medium abrasion.

Group IV tiles shall be used for areas destined to a strong passage and intensive foot traffic
with heavy abrasion.

Group V – Floor tiles having very high Abrasive Resistance shall be used for areas destined
to high intensive foot traffic with heavy abrasion.

4.18.3.1.2 Wall Tiles

Ceramic wall tiles shall be single fast fired tiles having medium water absorption and high
strength characteristics. These tiles should have high glaze and better adhesion to wall and
shall conform to IS : 13753 and EN 159 standards. Wall tiles shall be glossy / semi glossy /
matt glaze finish, white or coloured, plain or printed, special printed and premium printed.
These tiles shall be sound, uniform colour, true to shape with true and straight edges and
non-fading.

4.18.3.2 Vitrified (Unglazed) Ceramic Unpolished / Polished Tiles

These tiles are of different shades having monolithic body which is pressed in very high
tonnage press and fired to high temperature. The tiles shall be homogeneous and compact
through out the entire body with very high strength, low porosity and extreme surface
hardness, high resistance to abrasion resistant to chemicals etc. and shall conform to IS :
4457 and EN 98 standards. The tiles shall be sound, non- absorbing flat and true to shape
with straight edges. The tiles shall be with smooth surface or textured anti-skid finish surface.
The tiles should be free from any warping, deformation any chipping and any scratches. The
tiles shall be in absolute level. The under side of tiles shall have ribs or indentations for better
anchorage with the base mortar / adhesive as specified.

Polished vitrified ceramic floor tiles shall be homogeneous heavy and tough with highly
reflective polished surface but non-slippery. The tiles shall be in different shades and shall
have uniform colour, size and thickness.

4.18.3.2.1 Samples

Samples of each type / design / finish / print / size / colours of tiles shall be submitted well
in advance to the Engineer for approval at Contractor cost.

Approved sample tiles will be retained by the Engineer. All tiles procured should be exactly
as per approved samples. Tiles shall be procured from a single approved source /
manufacturers who can provide products of consistent quality and physical properties. The
manufacturer of tiles should be an approved company specializing in ceramic tiles.

Tiles of approved make, colour, design, finish, size etc. as stipulated in item description and
/ or as shown in the drawings only should be procured and used on the works.

4.18.3.2.2 Storage of Materials

The delivery of tiles shall be in original containers with seals unbroken. Adequate precaution
shall be taken to prevent accidental damage to tiles while unloading and these shall be
stored under cover in a manner approved by the Engineer. Adhesives shall be stored as per
the manufacturer’s instructions.

Page 112 of 238 VMCBTPL


Volume- II, Section-4B
242 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.18.3.3 Laying and Finishing of Floor tiles

Preparation of base shall be as specified under head “Preparation of Base Surface”.

The under bed for flooring shall be of 20 mm average thick cement mortar 1:4 (1 part cement
and 4 parts sand) or as specified in item specification. The bedding shall be laid evenly over
the surface, tamped and corrected to desired levels and allowed to harden enough to offer
a fairly rigid cushion to tiles. Before fixing the tiles, the bed mortar shall be roughened by
scratching diagonal lines at closed intervals and grey cement slurry of honey like
consistency shall be applied over the bedding. Tiles shall be well soaked in water washed
clean and fixed in cement grout one after the other, each tile being gently tapped in its
position with a wooden mallet till it is properly bedded and in level with the adjoining tiles.
The joints shall be kept as thin as possible and in straight lines or to suit the required pattern.
Where the full tiles cannot be fixed these shall be cut (sawn) to the required size and their
edges rubbed smooth to ensure straight and true joints. When grouting the tiles special care
shall be taken to prevent scratch. After the tiles have been laid, surplus cement grout shall
be cleaned off. The joints shall be cleaned off the grey cement grout with a wire brush or
trowel to a depth of 5 mm and all dust and loose mortar removed. Joints shall then be flush
pointed with grout of white cement mixed with “Roff Rainbow Tile Mate” or approved
equivalent, to match the colour of tiles as per Manufacturer’s specification. The floor shall
then be kept wet for 7 days. After curing, the surface shall be washed with mild hydrochloric
acid and clean water. The finished floor shall not sound hollow when tapped with a wooden
mallet.

4.18.3.4 Laying and Finishing of Wall tiles

Preparation of wall surface shall be as specified under head “Preparation of Base Surface”

A 12 mm thick plaster of cement mortar 1:3 mix or as specified in item shall be applied and
allowed to harden. The plaster shall be roughened with wire brushes or by scratching
diagonal at closed intervals and cured properly.

The tiles should be washed clean and a coat of cement slurry applied liberally at the back
of tiles and set in the bedding mortar and for pointing the tiles.

If specified in the item, chemical adhesive of approved make shall be used for setting the
tiles in the bedding mortar.

For maintaining uniform gap and alignment plastic spacer should be used.

The tiles shall be tamped and corrected to proper plan and lines. The tiles shall be set in the
required pattern and jointed true to plumb. The joints shall be as fine as possible. Top of
skirting or dado shall be truly horizontal and joints truly vertical except where otherwise
indicated or as directed by Engineer.

Skirting / dado shall rest on the top of the flooring where full size tiles cannot be fixed these
shall be cut (swan) to the required size and height as specified and their edges rubbed
smooth.

The joints shall be cleaned off with wire / coir brush or trowel and all dust and loose mortar
removed. Joints than shall be flush pointed with grout of white cement mixed with “Roff
Rainbow Tile Mate” or approved equivalent to match the colour of tiles as per manufacturer
specification. The work shall then be kept wet for 7 days.

After curing, the surface shall be washed with mild hydrochloric acid and clean water. The
finished work shall not sound hollow when tapped with a wooden mallet.

Page 113 of 238 VMCBTPL


Volume- II, Section-4B
243 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The finished surface shall be protected with a layer of pop to a required thickness over a
plastic sheet. The contractor shall ensure the flooring once completed shall be covered with
suitable protective layer to protect it from the damaging during post flooring activities viz.
carpentry, painting etc.

Contractor shall ensure the joints / intersection of horizontal/ vertical joint of wall / dado tile
match with the plumbing points.

All the corner and edge of wall/ dado tile should be bevel edged.

4.18.4 Granite Flooring/Dadoing

The slabs must be of uniform thickness as specified the variation in the thickness not
exceeding 2 mm and must be from the same source. They shall be of uniform texture and
colour free of any veins and streaks. All the edge shall be chiselled true to line, square and
shape. The brushes in the joints are not more than specified thickness.

4.18.4.1 Rough Finish

The surface should be rough dressed/one line dressed/two lines dressed/three line dressed
finish using palmane tools as specified.

a) Rough dressing: The stone surface to be chisel dressed to one plane by removing all
bushings so that the maximum depression is not more than 6 mm.

b) One line dressing - This is done after the rough dressing is completed by point chiselling
so that the variations are not more than 4 mm. Work includes rough dressing also.

c) Two line dressing: This is done after one line dressing is done by chiselling so that
variations are not more than 2.5 mm. Work includes rough and one line dressing also.

d) Three lines dressing : This is done after two lines dressing is over by chiselling so that
the variations are not more than 1.5 mm. Work includes rough, one line & two line
dressing also.

e) Palmane dressing: After the three line dressing is over the surface is smoothened by
using a special palmane tool to further even out the 3 line dressed surface so that the
maximum variation in surface evenness is not more than 1.0 mm. Work includes rough,
one line, two line & three line dressing also unless otherwise stated.

4.18.4.2 Mirror Finish

The surface will be polished by grinding using manual or mechanical process to give a
smooth, even, perfect plane surface or as may be directed. The polished surface should
reflect light like a mirror free from scratches and depressions.

4.18.4.3 Protection

Granite slabs in flooring shall be protected with layer of pop to a required thickness over a
plastic sheet. The pop and plastic sheet shall be removed and one coat of polishing to be
carried out if required before handing over.

Page 114 of 238 VMCBTPL


Volume- II, Section-4B
244 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.18.5 Concrete Densifier (For Workshop floor)

4.18.5.1 Surface preparation –

• Clean the surface using a machine to remove excess dirt/dust.


• Rinse with water

4.18.5.2 Application -

• Apply Formula 07 evenly all over the concrete. Use a soft bristled broom/brush to keep the
surface wet slippery and gel-like under foot surface for a minimum of 40 to 60 minutes
• (If required) Misting the surface with water using sprayer.
• Agitate with a broom to aid the penetration of the Formula 07. Wait for the Formula 07 to
become slippery or gel like a second time.
• At this point, thoroughly flush the surface with water. During the flushing process, the floor
should be agitated with brooms to help loosen and remove excess Formula 07 from the
surface.
• Thoroughly squeeze the slab by pushing the water ahead, till the slab edge. The floor
should be like a bare concrete with nothing on it.
• Finally, buff the floor with a Power-driven machine to remove excess salts and to get the
initial smooth surface.

4.19 Landscaping

4.19.1 Soil and its preparation

The soil shall be prepared by mixing it with sand in the specified proportions to improve the
quality. Rubble and large particles in the soil shall be removed as directed before backfilling
in pits and trenches. The excavated earth if found satisfactory shall be reused for backfilling
after mixing with sand and manure. In case the excavated earth is found unsuitable for back
filling, good earth (top soil red earth) shall be brought from outside. The cost of sand and
red earth if brought from outside shall be measured in stacks and paid separately. Any
surplus earth shall be disposed off as directed without any extra cost.

4.19.2 Organic Manures for the preparation of pits and trenches

Organic manures to be used for preparation of pits and soil beds shall be dried, well
decomposed old cow dung and shall be measured in stacks and paid separately. All other
manures which are necessary for the upkeep and proper maintenance of the plants shall be
supplied by the contractor free of cost as and when directed by the Employer.

4.19.3 Pots and containers

Pots and containers for indoor plants shall be of the specified size. They shall be of approved
quality and shape. The pots should have proper drainage facilities which is vital to the plant.
The pots shall also be provided with two coats of approved paint without any extra cost.

Page 115 of 238 VMCBTPL


Volume- II, Section-4B
245 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

For maintaining plants in the nursery, polythene bags may be used which has holes punched
at the bottom for proper drainage. The containers and pots shall be filled with approved
medium which shall vary from plant to plant and shall be done as directed by the Employer.
Potting shall be done as per standard practices. Repotting if required shall be done by the
Contractor at no extra cost during the maintenance period.

4.19.4 Watering

It shall be the responsibility of the Contractor to adequately water the plants different times
during the day as directed, without any extra cost.

4.19.5 Fertilizers

Application of fertilizers which shall vary according to the plant species shall be done at
specified intervals as directed at no extra cost. The Contractor shall make available
approved fertilizers well in advance for timely application.

4.19.6 Pesticides, Fungicides, Termicides

It shall be the responsibility of the Contractor to protect the plants from diseases by periodic
spraying of selected fungicides and pesticides for which nothing extra shall be paid. Only
green and blue colour coded inorganic Fertilizers/pesticides shall be used. Prohibited
Fertilizers/Pesticides shall not be used.

4.19.7 Watering of the Planted Species

The Contractor shall visit the site and acquaint himself of the infrastructure available to him
for watering the plants. Owner shall permit the contractor to avail the existing facilities such
as pipe networks and water sources available in the site for watering the plants. However,
pumping of water through this pipe network, cost and maintenance of pumps and motors,
maintenance of the pipe lines, valves, power charges and other incidental expenses shall
be borne by the Contractor at no extra cost. However, if any of these facilities fail to work or
if the water sources go dry it shall be the sole responsibility of the contractor to make
alternate arrangements for the conveyance of water from external sources and watering the
plants at no extra cost.

4.19.8 Maintenance crew

The Contractor shall be responsible for employing specified number of skilled gardeners
and supervising staff as directed by the Employer for the proper upkeep of the plants during
the period of execution and from the date of taking over of the site. The duty hours of the
staff and gardeners shall be specified by the Employer. The supervising staff and the
gardeners shall report to the concerned officer deputed by Owner and it shall be the
responsibility of the contractor to ensure the presence of the staff in the site during working
hours and he shall have to maintain such records on his employees as directed. In case any
of his staff proceeds on leave the contractor shall substitute additional personnel to carry
out the work.

The contractor shall ensure proper conduct and discipline from his staff. If any of the
employees of the Contractor fails to discharge his duties to the best interest of the project,
the Employer shall give it in writing to the Contractor to replace that employee and within
one week the Contractor shall have to replace him with a suitable person.

Page 116 of 238 VMCBTPL


Volume- II, Section-4B
246 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Contractor shall have to bear all expenses of his maintenance crew including salary
and all additional benefits such as insurance of the workers, medical aids and/or other
benefits and nothing extra shall be admissible due to any reason whatsoever. The contractor
shall have to maintain proper attendance records for the compliance of the prevailing labour
laws of the state and shall also maintain necessary documents and records to comply with
statutory regulations such as ESI, Bonus, Gratuity and/or other Acts prevailing in the State.

The Contractor shall provide necessary transport facilities within the site for transportation
of his personnel equipment and tools. The Contractor shall make available necessary tools,
garden implements, equipment, transport facilities, in required numbers as directed at no
extra cost and safe storage and maintenance of the same shall be his responsibility.

The Contractor shall engage security staff round the clock for the safety of the plants at the
nursery and other locations in the site and nothing extra shall be paid for the same.

The contractor shall also bear all incidental expenses for movement of plants/pots within the
site, shifting of pots and plants to and from the nursery at regular intervals, repotting of plants
if required, changing the media at specified intervals, trimming the plants and/or other works
as directed by the Employer for the proper maintenance.

4.19.9 General

The various plants shall be delivered at the site as per the prescribed time schedule and
shall be maintained at the site before planting. The contractor has to bear all expenses for
application of manure, fungicides, insecticides at specified intervals as directed by the
Employer for the proper upkeep of the plants, during the maintenance period. Nothing extra
shall be paid for such incidental expenses for the healthy maintenance of the plants.

It shall be sole responsibility of the Contractor to maintain all the plants, and other allied
items of work executed under this contract in a healthy and sound conditions throughout the
period of execution, and the period of maintenance. Should any plant found defective during
the maintenance period by the Employer, the Contractor shall replace the same with healthy
ones and maintain them for further specified period as directed by the Employer.

In case the Contractor fails to replace the defective plants during the maintenance period a
minimum recovery of double the rate of planting charges of that particular plant species shall
be effected. The Employer reserves the right to impose additional penalty depending on the
growth and category of the defective plant, and this shall be recovered from any amount
payable to the Contractor as per the terms of the contract.

The Contractor shall procure at least 10% of the total number of plants in each species (or
more if directed by the Employer) at no extra cost and maintain at the site to take care of
the mortality of planted species.

The Contractor shall submit a programme chart giving the details of his schedule of
procurement of various species and planting them at various locations, the details regarding
the number of staff and labourers proposed to be employed by him for this work, etc. to the
Employer before the commencement of the work

4.19.10 Supplying Good Earth

The earth shall be stacked at site in stacks not less than 50 cm high and of volume not less
than 3.0 cum.

Page 117 of 238 VMCBTPL


Volume- II, Section-4B
247 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.19.11 Supply And Stacking Of Sludge

It shall be transported to the site in lorries with efficient arrangement to prevent spilling
enroute. It shall be stacked at site. Each stack shall not be less than 50 cm height and
volume not less than 3 cum.

4.19.12 Spreading Good Earth

Good earth shall be removed from stacks by head load and spread evenly over the surface
to the thickness ordered by the Employer. It shall be spread with a twisting motion to avoid
segregation and to ensure that spreading is uniform over the entire area.

4.19.13 Spreading Sludge/Manure

Good earth shall be thoroughly mixed with sludge or manure in specified proportion as
described in the item or as directed by the Employer. The mixing shall be spread as
described and as directed by Employer.

Measurements: The quantity of good earth and sludge or manure mixed shall be determined
by the difference in the volume of good earth and sludge or manure in stack, before and
after spreading duly accounted for voids and looseness in stack.

4.19.14 Mixing Of Good Earth And Sludge/Manure

The stacked earth shall, before mixing be broken down top particle of sizes not exceeding
6 mm in any direction. Good earth shall be thoroughly mixed with sludge or manure in
specified proportion as described in the item or as directed by the Employer.

4.19.15 Grassing With Select Grass

The area from where the grass roots are to be obtained shall be specified by the Employer-
in Charge at the time of execution of the work and no royalty shall be charged on this account
from the contractor. Grass is to be arranged by contractor

The soil shall be suitably moistened and then the operation of planting grass shall be
commenced. The grass shall be dibbled at 10 cm, 7.5 cm, 5 cm apart in any direction or
other spacing as described in the item. Dead grass and weeded shall not be planted. The
contractor shall be responsible for watering and maintenance of levels and the lawn for 30
days or till the grass forms a thick lawn free from weeded and fit for moving whichever is
later. Generally planting in other direction at 15 cm, 10 cm, spacing is done in the case of
large open spaces, at 7.5 cm spacing in residential lawn and at 5cm spacing for Tennis Court
and sports ground lawn.

4.20 Fencing

4.20.1 General

The work comprises of fixing iron angles / struts and providing welded steel wire fabric
fencing over masonry wall including necessary stays as shown in the drawing(s) and as
directed by the Employer. The suitable foundation system (either Pile foundation or Strip
foundation) for the boundary wall shall be decided by the Contractor based on his design to
satisfy the design criteria.

Page 118 of 238 VMCBTPL


Volume- II, Section-4B
248 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.20.2 Iron angles/Struts

The iron angles / struts shall conform to relevant codes. The angle iron shall be embedded
in cement concrete blocks 45x45x60 cm of mix 1:5:10 (1 cement: 5 fine sand: 10 graded
stone aggregate 40 mm nominal size. Every 15th post, last but one end post and corner
post shall be strutted on both sides and end post on one side only and struts embedded in
cement concrete blocks 70x45x50 cm of the same mix. The angles / struts shall be
fabricated and painted as per standard specifications.

4.20.3 Barbed Wire

The barbed wire shall be of welded steel wire fabric and shall conform to IS: 4948. Welded
steel wire fabric shall be fixed between the posts fitted and fixed with G.I. staples on wooden
plugs or tied to 6 mm bar nibs with G.I. binding wire.

The barbed wire shall be of welded steel wire fabric and shall conform to IS: 4948. Welded
steel wire fabric shall be fixed between the posts fitted and fixed with G.I. staples on wooden
plugs or tied to 6 mm bar nibs with G.I. binding wire.

4.20.4 Concertina Coil

Concertina coil (2.5+0.5) mm wire dia. with zinc coated 250gm/sqm, ultimate tensile strength
140-160 Kg/mm2, Weight not less than 13Kg for 650 mm dia 80 no. of circles,130 to 180 no
of clips as per 304AISI with 1.5 mm thickness, 50mm thick 19 mm width strip with zinc coated
120gm/m2.

4.21 Structural Steel Work

4.21.1 Workmanship

4.21.1.1 General

4.21.1.1.1 Standard

A high standard of workmanship in all trades will be required. The Contractor shall ensure
that only skilled and experienced tradesmen are employed.

4.21.1.1.2 Plant

The Contractor shall be responsible for the supply, use and maintenance of all construction
plant and equipment and he shall ensure that it is suitable for the work and is maintained in
such a manner as to ensure its efficient working. The Employer / Engineer may direct that
plant which is not efficient and is prejudicial to the quality of the work be removed from the
Site and replaced by plant to his satisfaction.

4.21.1.1.3 Sub-Contractors

The Contractor shall be responsible for all Sub-Contractors and he shall ensure that their
labour and plant is in keeping with the high standards required.

Page 119 of 238 VMCBTPL


Volume- II, Section-4B
249 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.21.1.1.4 Supervision

The Contractor's supervisory staff shall be fully experienced in the types of work being
carried out under their supervision and capable of ensuring that it is done well and efficiently.

4.21.1.1.5 Temporary Works

Where required, the Contractor shall furnish such details of his Temporary Works as may be
called for by the Employer / Engineer and the Contractor shall satisfy the Employer /
Engineer as to their safety and efficiency. The Employer / Engineer may direct that
Temporary Work which he considers unsafe or inefficient shall be removed and replaced in
a satisfactory manner.

Contractor should strictly follow employer’s rules and regulations related to necessary work
permissions, security, gate entry, internal transport during site execution.

4.21.1.2 Structural Steel Works

4.21.1.2.1 Fabrication

a) Drawings

The Contractor has to prepare the fabrication drawings based on the approved design
drawings and will be submitted for information of Employer/Engineer before starting the
fabrication work.

b) Templates

All fabrication shall be in accordance with IS:800 "Code of Practice for use of Structural Steel
in General Building Construction" and IS:1915 "Code of Practice for Steel Bridges".
Extensive use of templates shall be made. The templates shall be steel bushed where
considered necessary by the Employer / Engineer. In case actual members are used as
templates for drilling similar pieces, it will be at the discretion of the Employer / Engineer to
decide whether such pieces are fit to be incorporated in the finished structure. The
Contractor shall arrange for corresponding parts of each unit manufactured from the same
drawings to be inter-changeable as far as economic manufacturing conditions permit and
shall advise the Employer / Engineer of the precise arrangements made in this respect.

c) Straightening

All material shall be straight and if necessary, shall be straightened and/or flattened by
pressure, unless required to be of curvilinear form and shall be free from twists. All the
stresses developed during the process shall be relieved through a proper process. Heating
of rolled sections and plates for the purpose of straightening will not be permitted. Limited
straightening may, however, be effected by local applications of heat with a gas-torch, only
after approval of the Employer / Engineer.

Page 120 of 238 VMCBTPL


Volume- II, Section-4B
250 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

d) Cutting

Gas cutting shall preferably be done by pug cutting machine. Gas-cut edges shall be free of
gouges; any gouges that remain after cutting shall be removed by grinding. Gas cutting
shall, normally, only be permitted for mild steel though gas cutting of high tensile steel may
also be permitted, provided special care is taken to leave sufficient metal to be removed by
machining so that all metal, that has been hardened by flame, is removed. Hand flame
cutting may only be permitted subject to the approval of the Employer / Engineer. Rolled
sections shall be sawed or flame-cut to length. Small plate pieces like gussets may be
sheared or cropped to size. Sawing, shearing and cropping shall be clean and free from any
distortion. If necessary, the edges shall be ground afterwards.

e) Drilling of Holes

Punching shall not be resorted to unless previously approved by the Employer / Engineer.
Where punching is permitted, the hole shall be punched 3 mm less in diameter than the
required size and reamed after assembly to the full size. In any case, the thickness of
material punched shall not be greater than 16 mm.

Holes through more than one thickness of material of members, such as compound
stanchions and girder flanges, shall be drilled after the members are assembled and tightly
clamped or bolted together. Where two or more pieces are drilled, they shall be separated
and the burrs removed, if so directed by the Employer / Engineer.

Holes for bolts shall not be more than 1.5 mm/2mm larger in diameter than the nominal
diameter of the bolt.

Holes for bolts shall not be formed by gas cutting.

f) Assembly

Fabricated items may be pre-assembled with bolted or welded joints.

All steel work which is bolted together shall be in perfect contact over the whole surface.
Only High Strength Friction Grip (HSFG) bolts shall be used for all structural connections
except for temporary connections for erection purposes and for side girts, where use of
black bolts may be allowed.

g) Shop Erection (If Applicable)

Steel work shall be temporarily shop erected completely or as directed by the Employer /
Engineer, so that the accuracy of fit may be checked before despatch. Due notice shall be
given to the Employer / Engineer in all cases when the work is ready for inspection and the
assembly shall not be dismantled until it has been inspected and approval obtained.

The parts shall be assembled with a sufficient number of parallel drifts to bring and keep the
components in place. In the case of parts drilled or punched through steel jigs with bushes
resulting in similar parts being interchangeable for portions of the steel work, trial assembly
shall be carried out to the extent required by IS:1915.

h) Match-marking (If Applicable)

All erection marks shall be die-stamped and also distinctly stenciled in paint as per marking
diagram prepared by the Contractor.

Page 121 of 238 VMCBTPL


Volume- II, Section-4B
251 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

i) Despatch of Materials (If Applicable)

The Contractor shall deliver the fabricated steel work to the site, as far as possible, in the
same sequence as per erection schedule. Despatches should be scheduled to avoid
cluttering up at the site. The bolts required for erection shall be bagged according to size
prior to despatch.

4.21.1.2.2 Erection

a) Erection Drawings/Sketches

The Contractor shall prepare comprehensive erection drawings/sketches for the structural
steel work. The drawings should be made in sufficient details to ensure convenient
assembly and speedy and proper erection at site. The drawings should indicate in detail,
the sequence of erection that is proposed to be followed and the method being adopted.
Three copies of all erection drawings shall be submitted to the Employer / Engineer.

b) Plant and Equipment

All necessary equipments like cranes, lifting & shifting devices, tools & tackles etc. is scope
of this contract. However, the suitability and capacity of all plant and equipment used for
erection shall be to the satisfaction of the Employer / Engineer.

c) Stacking and Handling

The Contractor shall ensure that steel work is not damaged due to careless or haphazard
stacking. The steel work shall be stacked at site in a secured manner that it shall be
free from dirt & damage. Stacking shall as far as practicable, be done in the sequence of
erection but heavy members shall not be stacked on top of light ones.

Arrangements shall always be made at the time of handling, to make sure the damage to
steel work is avoided.

In the event of damage due to improper stacking or careless handling, the damaged pieces
will be rejected and shall be replaced by the Contractor at his own cost. Provision of fence
boundary & security is in scope of this contract.

d) Method of Erection

All structural steel work shall be erected in accordance with IS:800 and IS:1915. The steel
work shall be erected true to plumb and temporary bracing or staging shall be introduced
wherever necessary, to ensure that the structure is not over stressed and to take care of all
erection loads. Attachment of such temporary steel work to the permanent steel work shall
only be done with the approval of the Employer / Engineer. Temporary steel work, like
bracing and staging shall remain in position until the structure is stable and self-supporting
and all the joints and bracing making the structure stable and self-supporting are
permanently bolted or welded to the satisfaction of the Employer / Engineer. After removal
of temporary steel work, the permanent structure shall be made good, to the complete
satisfaction of the Employer / Engineer.

No permanent bolting or welding shall be done until proper alignment has been obtained.
All site connections shall be of bolted type with HSFG bolts unless otherwise approved by
the Employer / Engineer.

Page 122 of 238 VMCBTPL


Volume- II, Section-4B
252 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Any errors in the steel work, which prevent the proper assembling and erection of the parts
with moderate amount of reaming, chipping or cutting shall be immediately reported to the
Employer / Engineer. The steel work shall be rejected unless corrective action is approved
by the Employer / Engineer.

Erection of Junction house members & Galleries Shall be carried out with the help of
temporary erection bolts which shall be removed after alignment & final full welding.

e) Erection Tolerances (General)

Unless otherwise specified the underside of base plates of steel sections shall be within plus
or minus 3 mm from the elevations shown on the Drawings. The lateral deviations of the
base plates shall not exceed 5 mm from the theoretical centre line.

Alignment of individual beams, girders, etc. shall not deviate more than plus or minus 6 mm
from the location given on the Drawings. Crane rails shall be installed true and level in
parallel straight lines and at the same elevation throughout the entire length of runway, within
plus or minus 2 mm from theoretical location, as shown on the Drawings.

f) Grouting Under Base Plates

CONBEXTRA GP-2 of FOSROC or approved equivalent Grout material shall be used for all
grouting work. Grout shall be done after erection of the structural steel, unless otherwise
approved by the Employer / Engineer. The Contractor shall furnish all shims and level all
base plates to the proper elevations before grouting.

The pedestal surfaces which are to receive the grout shall be thoroughly cleaned
immediately prior to the grouting operation. The grout shall be carefully worked under the
base plates and shall completely fill the space between the underside of the base plates and
the concrete pedestal including voids around anchor bolts. After the grout has had its
initial set, the grout shall be cut back flush with the base plate and the surplus grout shall
be removed. Before leaving the site, the Contractor shall retighten the nuts of anchor bolts.

All the exposed foundation bolts shall be properly grouted after inspection.

4.21.1.2.3 Welding

a) General

Metal arc process shall be used for welding in all cases, unless otherwise specified by the
Employer / Engineer. The welding procedure shall be in accordance with the requirements
of IS:816 "Code of Practice for Use of Metal Arc Welding for General Construction in Mild
Steel", and the Contractor will be required to submit his proposals in this respect, for certain
main welds, for the prior approval of the Employer / Engineer. The symbols for welding
shown on drawings will be in accordance with IS:813 "Scheme of Symbols for Welding".
Welding can be replaced only by high strength friction grip bolts.

Electrodes used for hand welding or for automatic welding machine shall conform to IS:814
"Covered Electrodes for Metal Arc Welding of Structural Steel".

Page 123 of 238 VMCBTPL


Volume- II, Section-4B
253 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

b) Personnel

The Contractor shall employ only qualified welders capable of maintaining high standards
of welding. They shall be trained in the operation of the plant and shall be subject to checking
and approval by the Employer / Engineer. A list of approved welders shall be maintained by
the Contractor who shall supply the Employer / Engineer with a copy of the said list and no
other employee shall be permitted to carry out welding for the permanent work. The
Employer / Engineer may call for appropriate tests in accordance with IS:817 "Code of
Practice for Training and Testing of Metal Arc Welders" at any time to ascertain that each
welder is capable of performing a high standard of welding. Such test welds shall be tested
and the Contractor shall provide, without additional charge, all necessary materials,
equipment and labour for the same.

Alternately, the Contractor shall produce evidence of welders previous qualification and for
continuity of service in the last six months at least.

c) Welding Procedure

The Contractor shall submit the welding procedure for any type of joint for the approval of
the Employer / Engineer if he so requires and shall ensure that copies of the same are, at
all times, readily available to the welders employed on the Works. No welding of the joints
will be permitted until the Employer / Engineer has approved the alignment of the members.
The use of mechanically guided flame cutting will be permitted for the edge preparation of
steel work for welding but steel work shall be machined or ground where the flame cut edges
are inferior in appearance to a sawn edge or are not considered sufficiently clean or straight.

d) Staging for Welders/Workmen

Proper and sufficient staging shall be provided for welders/workmen whenever and
wherever required. All precautions shall be taken to ensure the safety of the
welders/workmen at all times.

e) Gaps for Welded Joints

The gaps specified on the fabrication drawings shall be accurately set by means of
suitable jigs and the steel work shall be held firmly in position by clamps or bolts until the
welded joint is sufficiently rigid to be free of clamps without causing strain or distortion.
Where contact faces are separated due to rolling or workmanship tolerances the weld sizes
shown on the drawings shall be increased by 1 mm for every 1 mm gap upto a maximum of
3 mm. If the gap is greater than 3 mm, it shall be packed with Ceramic back strips/MS
shims upto a maximum of 6 mm and the welds shall be increased by the same amount.
All welds shall be marked in such a manner that the operator responsible can be identified.

f) Butt Welds

All main butt welds shall be full penetration butt welds, unless otherwise specified. The ends
of the welds shall have full throat thickness. This shall be obtained on all main welds by use
of extension pieces adequately secured on either side of the main plates. Additional metal
remaining after the removal of the extension pieces shall be removed by machining or by
other approved means and the ends and surfaces of the weld shall be smoothly finished.

Page 124 of 238 VMCBTPL


Volume- II, Section-4B
254 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.21.1.2.4 HSFG Bolts

When HSFG bolts are used, the contact surfaces of members being connected shall be free
of paint or any other applied finish, oil, dirt, loose rust, loose scales, burrs and other defects
which would prevent solid seating of the parts or would interfere with the development of
friction between them. The bolts shall be finally tightened by "Torque-Control" Method in
accordance with IS: 3757 "High Tensile FrictionGrip Bolts".

The rotated bolt head or nut shall always be tightened against a surface normal to the bolt
axis. This will require the use of an appropriate tapered washer where the surfaces are not
parallel. Such a washer shall also be used under the non-rotated component except where
the angle between bolt axis and contact surface is within the limits of 90 degree + 3 degree.
Tapered washers shall be used for satisfying this requirement and they shall be correctly
positioned. All bolts and nuts shall be provided with washers. Bolts shall project beyond nuts
by at least four full threads after tightening. Holes in parts to be joined shall be sufficiently
well aligned to permit bolts to be freely inserted. Driving of bolts is not permitted. Nuts shall
be so placed that their identification marks are clearly visible after tightening.

Bolts and nuts shall always be tightened in a staggered pattern and where there are more
than four bolts in a joint, from the middle of the joints outwards.

If after final tightening a bolt or nut is slackened off for any reason, the bolt, nut and washer
or washers shall be discarded and not reused.

4.21.1.2.5 Expansion Bolts/Studs

Expansion bolts/studs shall be installed in accordance with the following procedure and
important points mentioned below shall be noted carefully:

1. Installation hole should be drilled, by means of power drills, perpendicular to the


surface of the installation medium.

2. In case of any deviation from the above, the fastener should be inserted and expanded
along the axis of the installation hole. Any attempt to straighten the fastener stud by
hammering to correct alignment, will reduce its effectiveness.

3. Installation hole should be of the stipulated diameter and depth. An oversized hole can
substantially reduce holding power of the fastener. Similarly, it is difficult to insert the
fastener stud properly in an undersized hole and causes the expander to foul with the
walls of the hole, without getting full rear end backing required for expansion traverse
of the stud over the expander.

4. Installation holes, particularly in walls and floors, should be cleaned / cleared of debris,
before inserting the fastener - this can be done with a drinking straw or with a plastic
wash bottle.

5. Caulking of the expansion stud over the expander should be carried out by a series of
lighter hammer blows, through a caulking tool say with a 2 lb hammer, rather than by
direct heavy blows with a heavy hammer. The latter procedure can damage threads,
bend the expansion stud and or fracture the medium of installation.

6. Random over-tightening of the holding down nut (particularly for externally threaded
expansion fasteners) can cause needless pre-tensioning/jacking up, thereby
substantially reducing the effective holding power of the fastening.

Page 125 of 238 VMCBTPL


Volume- II, Section-4B
255 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.21.1.2.6 Inspection

a) General

The supply, delivery and erection of structural steel work shall be in accordance with the
best practice and shall conform in full with the drawings and this specification. The
Employer / Engineer may, if he so wishes, employ Inspectors to supervise the various
stages of fabrication, supply, delivery and erection either at site or in the shop or
manufacturing plant.

No part of the work shall be treated as approved unless informed by the Employer/Engineer
in writing.

The Inspector shall have free access, at all reasonable times, to those parts of the
Contractor's works which are concerned with the fabrication of the steel work and those
portions of the site where assembly or erection is being carried out. The Contractor shall
cooperate with the Inspector and give all reasonable help required in connection with the
inspection and testing of the work. This shall include supply, free of charge, of all labour,
gauges, templates and tools required.

b) Place of Inspection

Unless specified otherwise, inspection of steel work shall be made at the place of
manufacture prior to despatch. The Contractor shall ensure that the Employer / Engineer is
informed of the steel work to be inspected sufficiently in advance so that the inspection can
be conducted without delay to erection at Site. However, Stage inspection, during progress
of the works shall be carried out during final assembly and erection at Site.

c) Acceptance

The steel work shall be free from all faults. Any work found defective or which is not in
accordance with the drawings and this specification may be rejected. No structure or part of
the structure, once rejected, shall be resubmitted for inspection unless the Inspector
considers the defects as rectifiable. Defects shall be made good according to the procedure
laid down by the Inspector. The Inspector may at his discretion, check the test results
obtained at the Contractor's works by independent tests. The costs of such tests shall be
borne by the Contractor and shall be deemed to be included in the rates. No work shall be
painted or packed until it has been inspected and passed.

d) Inspection of Welds

All welding shall be subject to inspection and approval by the Inspector. The welding shall
be tested as specified by the Engineer. The Engineer may require test plates to be prepared
in accordance with IS:7310 "Approval Testing of Welders Working to Approval Welding
Procedures" or IS:7318 "Approval Tests for Welders When Welding Procedure Approval is
Not Required". At main butt welds these may be taken from plates cut from extensions of
the main plates and fixed as extensions at the butt joints, so that the direction of rolling is
parallel to that of the main plates and the welds continuous with the main welds.

All butt welds shall be tested as under :

i. 100% ultrasonic test

ii. 2% radiographic examination for manual welding

iii. 1% radiographic examination for automatic welding

Page 126 of 238 VMCBTPL


Volume- II, Section-4B
256 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

In case any defects are found during such examination, the Contractor shall make good the
defects at his own cost as directed by the Engineer. The Engineer's decision regarding the
defects and measures including replacement, if necessary, of welding shall be final.

The cost of testing butt welds, as above, shall be deemed to have been included in the rates.

The Engineer may order selective DP test (Dye Penetration test) or magnetic particle test
on fillet welds where defects are observed visually. Cost of such tests shall be borne by the
Contractor and shall be deemed to be included in his rates. All remedial measures, as
directed by the Engineer, shall be to the Contractor's account.

No painting of welding shall be permitted until it has been inspected and approved.

4.21.1.3 Roofing & Walling

4.21.1.3.1 Corrugated GI Sheet Roofing

Spacing of Purlins

One purlin each shall be provided at the ridge and the eaves. Spacing of the purlins shall be
as per the requirement of the design. Purlin shall coincide with the centre line of the end lap.
Ridge purlin shall be placed such that ridges can be placed properly. Portion overhanging
the wall support should not be more than one fourth the purlin spacing.

Finish for Purlins

The top surfaces of the purlins shall be painted before fixing the sheets and the embedded
portion shall be finished with two coats of coal tar.

Laying of sheets

Sheets shall be laid on the purlins to a true plain with the lines of Corrugation truly parallel
or normal to the sides of area to be covered, unless otherwise specified. They shall be bent
up along their side edges close to the wall and the junction shall be protected by flashing on
projection drip course as specified.

Laps

End laps shall be 150 mm for 1:2 slope and 200 mm for flatter ones. Side lap shall be of two
ridges of corrugations on each side.

Cutting of Shaft

Sheets shall be cut according to the dimensions. Sheets shall be cut with a straight edge
and chisel to give a straight finish.

Page 127 of 238 VMCBTPL


Volume- II, Section-4B
257 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Fixing of sheets

The sheets shall be fixed to the roof members with J or L polymer coated bolts, polymer cap,
seal washer and thrust washer. The bolts shall be long enough to project at least 12 mm
above the top of their nuts. The grip of J or L hook bolts on the side of purlins shall not be
less than 25 mm. There shall be at least three hook bolts placed at the ridges of Corrugations
in each sheet in every purlin and their spacing shall not exceed 300 mm. Sheets shall be
joined together at side laps by polymer coated bolts and nuts as specified, each bolt with a
polymer cap (grease filled) steel washer and polymer coated thrust washer. Bolts shall be
placed zigzag on overlapping Corrugations. The spacing of the beam bolts shall not exceed
600 mm in each of the staggered rows.

Holes

Holes for all bolts shall be drilled in the ridges of the corrugations from the underside before
placing in position. The holes in the sheet shall be at least 50 mm from the edge. The holes
in the washers shall be of diameter of the hook bolts or the seam bolls. The nuts shall be
tightened from above to give a leak proof roof.

Ridges and Hips

The overlap for ridges and hips on either side of C.G.I, sheet and end legs shall be atleast
225 mm. Ridges & hips shall be fixed to the purlins with polymer coated hook bolts, thrust
washer and polymer cap. Atleast one of the fixing bolts shall pass through the end laps of
ridges and hips on either side. If it is not possible extra hook bolts shall be provided. Each
endlap of ridges and hips shall be joined together by atleast galvanised iron seam bolts and
GI washers. Ridges and hips shall fit squarely on the sheets.

Valleys and Flashings

The edge, wherever the roof sheeting or valley gutter is turned up against a wall shall be
made weather proof with flashing. Flashing shall be bent to shape and fixed as specified.
Lap over the sheet shall be minimum 150 mm. End laps between flashing sheets shall not
be less than 225 mm.

Flashing shall be inserted into brick work or masonry joints to a depth of 50 mm and shall
be filled with cement mortar (1:3). When flashing has to be laid at a slope, it shall be stepped
at each course of masonry. The steps shall be cut back at an angle of atleast 30°.

Valleys shall be bent to shape and shall have at least 225 mm end lap and projection on
either side under CGI sheet. Valleys shall be fixed to the root members below with polymer
coated GI bolts, polymer cap, seal washer and polymer coated thrust washer. At least one
fixing bolt shall pass through end laps of the valley piece.

Gutters

The longitudinal edges shall be turned back by 12 mm and beaten to form a rounded edge.
The ends of the sheet at junctions of pieces shall be hooked into each other and beaten
flush avoid leakage.

Gutters shall be laid to minimum 1:120 slope. Gutters shall be true to line and slope and
shall be supported by brackets as specified.

Page 128 of 238 VMCBTPL


Volume- II, Section-4B
258 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Wind Ties

Wind ties shall be of 40 mm x 6 mm flat iron section and other size as specified. These shall
be fixed at the two eaves end of the sheet. Fixing shall be done with the same loose bolls
which secure sheets to the purlins. Slot holes shall be cut in the wind ties to allow for
temperature variations.

4.21.1.3.2 Precoated Galvanized Sheet Roofing / Cladding

Material

The base metal of the roofing shall be Cold Reduced Steel Sheet conforming to IS-513. It
shall be galvanised by Hot-dip process as per IS-277. The bottom unexposed surface shall
then be coated with alkyd backer of min. 7 microns Top exposed surface shall have epoxy
primer of min. 7 microns followed by polyester top coat of min. 16 microns of specified colour.

Properties

The precoated galvanised steel sheets shall meet the following performance standards:

Pencil Hardness : H-2H

Formability : 2-3 t

Impact Resistance : 40"/lb.

Salt spray test : 750 hours

QUV-Wealterometer Test: : 1000 hours

Humidity Test : 1000 hours

Temperature Resistance : 150°C

Fire performance : Class 1

Profile

The profiles shall have a depth of not less than 35mm and pitch of 190mm. Overall sheet
thickness shall be 0.65mm min. and weight shall be 5.72 kg/sqm.

Accessories

All roofing accessories like ridge, gutters, north light curves etc. shall be fabricated out of
the approved pre-coated sheet.

Metallic Fasteners and Fixing accessories shall be corrosion proof. Non-metallic fasteners
shall be of neoprene. Sealants shall be neutral cure type and cold setting variety

Page 129 of 238 VMCBTPL


Volume- II, Section-4B
259 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

4.21.1.3.3 Steel Doors

Standard

The requirements regarding the design, fabrication, dimensions and tolerances of steel
doors complete with all fittings shall be in accordance with IS:1038 "Steel Doors, Windows
and Ventilators" or to any other design and standard as approved by the Employer /
Engineer. The tenderer shall submit along with his tender sketches showing details of the
doors he proposes to supply.

Packing and Supply

All doors shall be packed and despatched with the opening parts suitably secured to
preserve alignment when fixing and glazing. Fixing lugs, coupling fittings and all hardware
shall be despatched separately. Composite windows, etc. shall be despatched uncoupled.

Finish

All steel doors shall be painted as per Section 9 of this specification.

Erection

All doors shall be erected and installed in prepared openings true to plumb and alignment.
It is the responsibility of the Contractor to ensure that the openings are prepared true to
dimension before installation, allowance being made for expansion between the doors, etc.
and the surrounding masonry and finish.

Fixing Rolling Shutters

Brackets shall be fixed on the lintel or under the lintel as specified with rawl plugs and screw
bolts etc. The shaft along with the spring shall then be fixed on the brackets. The lath
partition (shutter) shall be laid on ground and the side guide channels shall be bound with it
with ropes etc. The shutter shall then be placed in position and top fixed with suspensions
shaft with bolts and nuts. The side guide channels and the cover frame shall then be fixed
to the walls through the plate welded to the girders. These plates and bracket shall be fixed
by means of steel screw bolts and rawl plugs drilled in the wall. The plates and screw bolts
shall be concealed in plaster to make their location invisible. Fixing shall be done
accurately in a workmanlike manner so that the operation of the shutter is easy and smooth.

Fittings

Fittings shall be fixed in proper position as shown in the Drawings or as directed the
Employer / Engineer. These shall be truly vertical or horizontal as the case may be. Screws
shall be driven home with screw driver and not hammered in. Recesses shall be cut to the
exact size and depth for the countersinking of hinges. In the case of single leaf door where
iron socket plate or a brass or aluminium fixing bolt (of sliding door bolt) be drilled in the door
frame and an iron or brass plate cut to shape shall be fixed at the face of the hole.

4.21.1.3.4 Color Coated Galvalume Steel Sheets

Defective Materials

Cladding sheets and other fitting shall be carefully examined immediately prior to erection
and if any defects are discovered the pieces are to be removed from site immediately.

Page 130 of 238 VMCBTPL


Volume- II, Section-4B
260 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Mitring and Drilling

Mitring shall be carried out carefully and accurately, using purpose made template to ensure
flush fitting and butting of mitres. Drilling of sheets shall be carried out from the outer surface
inwards and shall be carefully and accurately executed using template.

Laying

All corrugated sheets including roofing accessories shall be laid strictly in accordance with
the relevant Indian Standard Codes of Practice. The ease course shall be laid first and work
should start at the end of the building away from the prevailing wind. The end laps shall be
sealed with an approved preformed mastic material.

Mortar and Grout

Mortar and grout shall unless otherwise specified be composed of Portland cement and
sand and shall be mixed in the proportions called for.

Workmanship

The profile and type of windows, ventilators (glazed, partly glazed/louvered, side hung/top
hung/fixed shutter, composite) shall be as per Contractor’s drawings.

The frames shall be fabricated of sections cut to size and metered. Corners shall be welded
to form a fused welded joint. Process of welding shall be flash butt welding. The welded
joints shall be grinded to square and flat edges.

Where larger units are to be formed by coupling individual units, the mullions, transoms shall
be bedded in mastic to ensure weather tightness. Mastic shall be applied liberally to the
channels of the outside frame sections before assembly, and the two units being coupled
shall be drawn together tight with clamps, the mastic being squeezed out and cut off neatly
when the units shall be screwed together tight.

Where fixed glazing units are placed over openable units a push fit weather bar shall be
provided.

Before glazing, all opening parts shall be checked for their operational smoothness. The
frame shall be completely cleaned and bedding putty shall be placed in the rebate before
glazing. Glass then shall be cushioned into the bedding and shall be fronted with front putty
in a manner so as to enable the painting to be done upto the sight line. The back putty oozing
out over the glazing rebate shall be cut off square and smoothed down.

For panes exceeding 600 x 300 mm in size, glass shall be secured by special glazing clips
inserted in holes already provided in the steel sections, before applying the front putty.

For glazing of very large areas, rust proof steel beading with metered corners shall be
provided with screws @ 10 cm. from each corner and @ 20 cm. apart from each other. Putty
shall be provided to the face of the bead in contact with glass, in addition to back putty.

Side hung shutters shall be connected to the frame by means of friction hinges. The handle
for side hung shutters shall be of pressed brass mounted on a steel handle plate welded to
the opening shutter frame and shall not be removable easily after glazing. The handle shall
have a two point nose which shall engage with a brass striking plate on the fixed frame in a
slightly openas well as in a fixed position.

Page 131 of 238 VMCBTPL


Volume- II, Section-4B
261 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Top hung shutters shall be provided with steel butt hinges welded to the fixed frame after
cutting a slot in it. Top hung casements shall be provided with peg stay of 3 holes of pressed
brass, 300 mm long which when closed shall be held tightly by the locking bracket fitted to
the fixed frame or to the window.

Before fixing the frames, the size of the opening shall first be checked and cleaned of all
obstructions. The positions of the unit in the reveal shall be taken off and shall be marked
on the reveal at the jambs using a plumb line. In case of fixing with masonry, holes for fixing
the lugs/hold fasts shall be cut at required locations. In case of concrete or stone, the frames
shall be fixed by means of dash fasteners. In case of masonry, the lugs shall be grouted in
the holes with cement concrete, M-15 Grade when fixing to steel work, mastic shall be
applied to the sill of the opening and the unit shall be placed on it with the jambs and head
buttered with mastic and the unit shall be fixed with special fixing dips or with nuts and bolts.

The windows/ventilators shall be checked to ensure smooth operation, perfect level and
plumb.

All the steel surfaces shall be thoroughly cleaned free of rust, mill scale, dirt, off etc. by sand
and shot blasting and then finished with painting by priming with red oxide zinc chromate
primer conforming to IS 2074 and painting conforming to IS 1477 (Part II) or by hot dipped
galvanizing conforming to IS 1477 Part (I). Putty shall also be provided with painting in a
manner so as to seal the putty glass junction. Surfaces not meant for painting shall be
cleaned of any strains of paint.

Page 132 of 238 VMCBTPL


Volume- II, Section-4B
262 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.0 SANITARY & PLUMBING WORKS


5.1 General

The work comprises supply, installation, commissioning and testing of sewerage and
drainage, sanitary fixtures and fittings within including water supply the building and upto
1.0 m outside the building wall. The work includes supply of all materials as per
specifications and drawings, laying, fitting, fixing, installation and commissioning of the
same.

All the water supply and sanitary works shall be carried out by the licensed plumbers
approved by the Employer and skilled workmen, experienced in the trade.

All works shall be completely concealed either within shafts or chases or in fills and dropped
ceilings unless specifically shown in drawings or required otherwise.

All work shall be adequately protected, to the satisfaction of the Employer, so that the whole
work is free from damage throughout the period of construction upto the time of handing
over.

All the fixtures shall be kept covered till the completion of painting of room.

No work shall be covered without approval of the Employer.

The Contractor shall be responsible for coordinating the work with works of other trades
sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves, recesses, etc.
shall be left in time as the work proceeds whether or not these are shown in drawings.

All clamps, screws, brackets, hangers and all miscellaneous steel work needed in the work
shall be fully galvanized.

Only specified brand of material will be used subject to the approval of the sample.

The Contractor shall submit as directed by the Employer samples, manufacturer’s drawings,
equipment characteristics and capability data etc. of all equipment, accessories, devices
etc. that he proposes to use in the installation, to the Employer for approval.

The Contractor shall prepare and submit to the Employer for approval before the work is
commenced, all drawings.

The work shall commence only after the drawings are approved by the Employer.

Before the work is handed over, the Contractor shall clean all fixtures removing all plaster,
stickers, rust stains and other foreign matter of discoloration of fixtures, leaving every part
in acceptable condition and ready for use, to the satisfaction of the Employer.

All sanitary ware and fittings shall conform to IS standards. The Contractor shall submit
samples of all fittings and fixtures proposed to be used to the Employer for his approval. The
approved samples shall remain with the Employer till the completion of the work.

All workmanship shall conform to Indian Standard Codes of Practice. The fixing and finishing
shall be neat, true to level and plumb. Manufacturer’s instructions shall be followed closely
regarding installation and commissioning.

Page 133 of 238 VMCBTPL


Volume- II, Section-4B
263 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All fixtures shall be protected throughout the progress of the work from damage. Special
care shall be taken to prevent damage and scratching of fittings. Tool marks on exposed
fixtures shall not be accepted. Protective paper on fixtures shall be removed with hot water
only at the final completion of work.

All the water supply, drainage and sanitary works shall be carried out strictly as per
specifications, ISI codes and National Building Code with amendments upto date.

5.2 Material

Cast Iron Pipes and Fittings

Cast iron pipes and fittings to IS:3989 shall be used for soil, waste and vent pipes. Pipes
and fittings with irregular bore, blow holes and other manufacturing defects shall not be
allowed to be used for work.

All fittings shall be of the degree specified or as required at site.

All cast iron soil, waste, vent and rain water pipes used at basement in exposed condition
or where specified shall be centrifugally cast spun iron class (LA) pipes conforming to IS
1536. These shall be with spigot an socket ends.

The fittings for centrifugally cast spun iron pipes conform to IS 1538.

Holder Bat Clamps

Holder bat clamps shall be of a standard design fabricated from MS galvanised flat 32 x 1.5
mm thick and 12 mm dia. M.S, bar and 6 mm nuts and bolts. Holder bat clamps shall be
fixed in cement concrete (1:2:4) blocks 100 x 100 x 100mm.

M.S. Stays and Clamps

The clamps shall be made from 2.0 mm thick MS flat of 32 mm width, bent to the required
shape and size to fit tightly on the socket, when tightened with screw bolts. It shall be formed
of two semi-circular pieces with flanged ends on both sides with holes to fit in the screws,
bolts and nuts, 40 mm long. The stay shall be minimum one metre long of 10 mm dia MS
bar. One end of the stay shall be bent for embedding in the wall in cement concrete block of
size 20 x 20 x 20 cm in 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size). The concrete shall be finished to match with the surrounding surface.

Floor Traps

Floor taps shall be cast iron deep steal type P or S traps with a minimum seal of 75 mm.
they shall be with or without vent. All traps shall be set in cement concrete blocks 1:2:4 mix
without additional cost. Traps shall be provided with CP brass screwed down or hinged
grating. Traps shall be provided with suitable extension piece where required with CP brass
grating to flush with the floor without any extra cost.

Paintings

All pipes in ducts and exposed positions shall be painted with two coats of synthetic enamel
paint of any colour approve by the Employer over a coat of primer of approved quality.

Page 134 of 238 VMCBTPL


Volume- II, Section-4B
264 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.3 By-Laws and Regulations

The installation shall be in conformity with the Bye-laws, Regulations and Standards of the
local authorities concerned, in so far as these become applicable to the installation. But if
these Specifications and Drawings call for a higher standard of materials and/or
workmanship that those required by any of the above regulations and standards, then these
specifications and drawings shall take precedence over the said regulations and standards.
However, if the drawings and specifications require something, which violates the Bye-laws
and Regulations, then the Bye-laws and regulations shall govern the requirement of this
installation

5.4 Fees and Permits

The Contractor shall obtain all permits/licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation and shall bear all expenses if
any for the same.

5.5 Completion Certificate

On completion of the installation for Plumbing, a certificate shall be furnished by the


Contractor. This certificate shall be in the prescribed form as required by the local authority.

The Contractor shall be responsible for getting the entire installation approved by the
authorities concerned as required and shall bear expenses if any, in connection with the
same.

5.6 Maintenance During Defects Liability Period

Contractor shall be required to carry out the maintenance of the Plumbing installation during
defect liability period.

The Contractor shall receive calls for any and all problems experienced in the operation of
the system under this Contract, attend to these within 10 hours of receiving the complaints
and shall take steps to immediately correct any deficiencies that may exit.

All equipment that require repairing shall be immediately serviced and repaired.

5.7 Water Supply

5.7.1 G.I Pipes & Fittings

5.7.1.1 G.I. Pipes

All pipes for water supply inside the building shall be genuine galvanised steel tubes
conforming to IS:1239 Part I (heavy grade ‘C’ class pipe).

The GI pipes shall be of approved make as per the list of approved makes.

Page 135 of 238 VMCBTPL


Volume- II, Section-4B
265 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.7.1.2 G.I. Fittings

All fittings shall be malleable cast iron fittings as per IS:1879 (or as revised). All fittings shall
have manufacturer’s trademark stamped on it. Fittings in G.I. pipelines shall include elbows,
tees, bends, reducers, nipples, union, bushes, G.I. Clamps of approved design, G.I. flanges
with 3 mm rubber insertion, nuts, bolts, washers, etc. All fittings shall be tested at
manufacturer’s works. Contractors may be required to produce certificate to this effect from
the manufacture.

5.7.1.3 Laying and Jointing of G.I. Pipes (External)

a) Trenches

The galvanised iron pipes and fittings shall be laid in trenches. The widths and depths of the
trenches for different diameters of the pipes shall be as in Table below:

Dia of Pipe Width of Trench Depth of Trench

15 mm to 50 mm 30 cm 60 cm

At the joints the trench width shall be widened where necessary. The work of excavation and
refilling shall be done true to line and gradient in accordance with general specifications
earthwork in trenches.

b) Cutting and Threading

Where the pipes have to be cut or rethreaded, the ends shall be carefully filed out so that
no obstruction to bore is offered. The end of the pipes shall then be carefully threaded
conforming to the requirements of IS:554-1964 with pipe dies and tapes in such a manner
as will not result in slackness of joints when the two pieces screwed together. The screw
threads of pipes and fittings shall protected from damage until they are fitted.

c) Jointing

The pipes shall be cleaned and cleared of all foreign matter before being laid. In jointing the
pipes, the inside of the socket and the screwed end of the pipes shall be oiled and rubbed
over with white lead and a few turns of spun yarn wrapped around the screwed end of the
pipes. The end shall then be screwed in the socket, tee etc. with the pipe wrench. Care shall
be taken that all pipes and fittings are properly jointed so as to make the joints completely
water tights and pipes are kept at all times free from dust and dirt during fixing. Burr from
the joints shall be removed after screwing. After laying, the ends of the pipes shall be
temporarily plugged to prevent access of water, soil or any other foreign matter.

d) Pipe, Coating & Wrapping

All underground pipes shall be protected by pipecoat primer and pipecoat wrapping. The
pipe coat primer shall have a density of 0.92 gm/cc and drying time of 24 hours at RH 70%
and temp 30 deg. C. Viscosity shall be 1000 – 2000 cps.

The pipe coat shall be a puncture resistant non-woven polyester mat 4 mm thick of high
mechanical strength. The mat shall be in 7 layers. The layers shall be so arranged as to also
give extra protection to high molecular high density polythene core which is the main
permeable agent in the system.

Pipecoat primer shall be applied on the pipe in a uniform coat leaving no drop runs.

Page 136 of 238 VMCBTPL


Volume- II, Section-4B
266 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The entire surface of pipe shall be primed without any patch left out. Unprimed surfaces
shall reprimed immediately. Any uncleaned pipe shall be scraped down to surface of pipe
and reprimed pipecoat primer shall essentially be in a layer for quicker drying.

The surface shall be dry at the time of applying pipecoat primer. Freshly primed pipe shall
be placed on clean square cut skids and shall not be allowed to come in contact with ground
or any foreign matter. It shall remain on skids until lifted or cradled after coating and wrapping
operation.

All primed pipes which have excessive coat of dust accumulated over them before primer is
dry or where primer has become dead, shall be primed. Drying time shall be minimum 245
hours. The application of pipecoat membrane shall be taken up soon after primer coat has
dried up completely and in case within three days after priming. Otherwise fresh coat of
primer shall be applied.

Membrane shall be blown under tension by means of a blowtorch. In this process, the inner
surface of the membrane, being 10 micron thick polyethylene layer is burnt while at the same
time the polymeric mix under it is softened taking care that the centre core is not over heated.
This molten polymeric mix is then pressed over pipe surface so that no air is entrapped or
voids formed underneath.

Pipecoat primer shall be applied with brushes after cleaning the pipe thoroughly. Pipecoat
membrane shall be wrapped as mentioned above.

No wrinkling of the wrapper shall be allowed and all overlaps shall be firmly fused to secure
a firm wrapping. Coating shall be absolutely free from pinholes, bubbles.

5.7.1.4 Testing of Joints

After laying and jointing, the pipes and fittings shall be inspected under working condition of
pressure and flow. Any joint found leaking shall be redone and all leaking pipes removed
and replaced without extra cost.

The pipes and fittings after they are laid shall be tested to hydraulic pressure of 1.5 times
the working pressure. The pipes shall be slowly and carefully charged with water allowing
all air to escape and avoiding all shock or water hammer. The draw of traps and stop cocks
shall then be closed and specified hydraulic pressure shall be applied gradually. Pressure
gauge must be accurate and preferably should have been recalibrated before the test. The
test pump having been stopped, the test pressure should be maintained without loss for at
least two hours. The pipes and fittings shall be tested in sections as the work of laying
proceeds, having the joints exposed for inspection during the testing.

5.7.1.5 Trench Filling

The pipes shall be laid on a layer of 7.5 cm sand and filled upto 15 cm above the pipes. The
remaining portion of the trench shall then be filled with excavated earth as specified and
directed and the surplus earth shall be disposed off as directed by the Employer.

5.7.1.6 Laying and Jointing G.I. Pipes (Internal Work)

Cutting, threading ad jointing – Ref. Clause 14.6.1

Page 137 of 238 VMCBTPL


Volume- II, Section-4B
267 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.7.1.7 Fixing of GI Pipes

All exposed GI pipes shall be fixed by means of standard pattern holder bat clamps, keeping
pipes 1.5 cm clear of the wall. If the pipes are fixed in chases they shall be fixed in position
by iron hooks.

5.8 Soil, Waste, Vent and Rain Water Pipes and Fittings

5.8.1 Scope

The scope of this section comprises the supply, installation, testing and commissioning of
internal drainage services.

Work under this section shall consist of furnishing all labour, materials, equipment’s and
appliances necessary and required to completely install all soil, waste, vent and rainwater
pipes and fittings.

5.8.2 Basic Piping System UPVC Pipe and Fittings

All soil and waste water UV stabilized SWR pipes shall conform to IS: 13592 and pipe fittings
shall confirm to IS: 14735 have uniform wall thickness for the entire length. These shall
be sound and free from surface and other defects. Pipes shall be such that they could be
cut.

All rain water and waste pipes from wash basin and sink shall be conforming to IS: 4985.
The pipes shall be reasonably round and shall be supplied in straight lengths with
socketed ends. The internal and external surfaces of pipes shall be smooth and clean, free
from grooving and other defects. The end shall be cleanly cut and square with the axis of
the pipe the pipe shall be designated by external diameter and shall conform to IS: 4985
Revised in all respects. The dimensions and tolerances of rigid PVC pipes shall be as per
the codal. All pipes & fitting running along the basement ceiling in basement shall be CI spun
pipes conform to IS:3989. Fittings shall be of required degree with or without access door.
All access doors shall be made up with 3mm thick insertion rubber gasket of white lead
and tightly bolted to make the fittings air and water tight. The fittings shall be of the same
manufacture as the pipes used for soil and waste.

Fittings: Fittings used shall be of the same make as that of PVC pipes, injection
molded or made in cast iron and shall conform to Indian Standard wherever available.

5.8.2.1 Fixing

Pipe and fitting shall be fixed to walls or in recesses of RCC column wall as shown in drawing
by using proper holder bat clamps or special design clamps. The pipe shall be fixed
perfectly vertical or in a line as directed. Pipe suspended from roof slabs shall be supported
with special designed clamps made out of 6mm thick M.S. flat or angles of suitable size.
Suspenders made out of 10mm rounds shall have male threads at one end to fit into
inserts with female threads embedded in the slab or RCC work at the time of casting. All
branch connections to the main Lines/Stacks shall be made with easy sweep in the
direction of flow. All P.V.C. pipes shall have terminal guard at top of the parapet coping.

In case of bends in the bottom most pipes of vertical stacks, these shall be long radius of
135 degree. Inserts suspenders and clamps shall be the suitable sizes required for
supporting the pipes and fittings.

Page 138 of 238 VMCBTPL


Volume- II, Section-4B
268 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.8.2.2 Joining

The joining is to be done with rubber ring lubricants of approved quality. Solvent welded
joints : Non heat application Method:

In this method, instead of forming a socket on one pipe and an injection moulded
socket fitting or coupler is used, with a provision to take in the pipes at both ends. The solvent
cements are applied on the surfaces to be jointed and the joint is made at ambient
temperature. Injection molded fittings only shall be used in preference to fabricated
fittings, only solvent recommended by the manufacturers of the pipes shall be used and full
load on the joints applied only after 24 hours. The pipe shall be cut perpendicular to the axis
of the pipe length with a metal cutting saw or an ordinary hand saw with small teeth. Pipe
ends have to be beveled slightly with a beveling tool (Reamer) at an angle of about 30
degree. The total length of insertion socket (injection moulded socket or couplet) shall be
marked on the pipe and checked how far the pipe end could be inserted into the fitting
socket. Attempt shall be made to push the pipe to the marked distance, if not possible it
shall at least be pushed for 2/3 of this distance.

Dust oil, water grease etc. shall be wiped cut with a dry cloth from the surface. Further the
grease should be thoroughly removed with a suitable solvent, such as methylene chloride or
as an alternative the outside surface of the pipe and the inside of the fitting may be roughened
with emery paper.

Generous coating of solvent cement shall be evenly applied on the inside of the fitting
alround the circumstance for the full length of insertion and on the outside of the pipe end
upto the marked line with non synthetic brush of suitable dimension. The pipe shall be
pushed into the fitting socket and held for 1 or 2 minutes as otherwise the pipe may
come out of the fitting due to the slippery quality of cement and the tapering inside bore of
the fitting. The surplus cement on the pipe surfaces shall be wiped out. If the solvent cement
has dried up too much or the tapering of the socket is too sleep, jointing will not be proper
and pipe will come out of the fitting.

In summer months joints shall be made preferable early in the morning or in the
evening when it is cooler. This will prevent joint form putting apart when the pipe cools off at
night. Heat application method for jointing shall not be allowed.

5.8.2.3 Embedding Pipe in Masonry

Pipes shall be embedded in masonry during construction of the building. A hole of size
up to 23 x 23 cm of as directed shall be kept in the masonry. The pipes shall be centrally
placed in the hold and shall be fixed by filling the space around pipe stacks with cement
concrete 1:3:6 (1 cement : 3 coarse sand: 6 graded stone aggregate 20 mm nominal size).
Where the wall thickness is 23 cms the cement concrete shall be made flush with the
masonry surface on both sides and the surface roughened with wire brushes to receive
plaster.

Where the wall thickness of wall is more than 23 cms the other side shall be covered with
the same class of brick work.

5.8.3 Pipes Hangers, Supports, Clamps Etc

All vertical pipes shall be fixed by clamps and angle brackets truly vertical. Branch pipes
shall be connected to the stack at the same angle as that of the fittings. No collars shall
be used on vertical stacks. Each stack shall be terminated at top with a cowl (terminal guard).

Page 139 of 238 VMCBTPL


Volume- II, Section-4B
269 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps of
special design shown on the drawings or as directed. Horizontal pipes shall be laid to uniform
slope and the clamps adjusted to the proper levels so that the pipes fully rest on them.

Contractor shall provide all sleeves, openings, hangers, inserts during the construction. He
shall provide all necessary information to the building contractor for making such provisions
in the structure as necessary. All damages shall be made good to restore the surfaces.

Clamps shall be of approved design and fabricated from MS flats (which shall be
enamel painted after fabrication) of thickness and sizes as per drawings or contractor’s
shop drawings. Clamps shall be fixed in accordance to manufacturer’s details / shop
drawings to be submitted by the contractors.

When required to be fixed on RCC columns, walls or beam they shall be fixed with
approved type of expansion anchor fasteners (Dash fasteners) of approved design and
size according to load.

Structural clamps e.g. trapeze or cluster hangers shall be fabricated by electro- welding
from MS structural members e.g. rods, angles, channels flats as per contractors shop
drawings shall be enamel painted after fabrication.

5.8.4 Installation of Soil, Waste & Vent Pipes

Soil, waste & vent pipes in shafts under the floors / suspended below slab shall
consist of cast iron pipes as described earlier. Waste pipes from bottle trap to floor/urinal
traps for wash basin, urinal and sink shall be uPVC pipes and fittings.

All Horizontal pipes running below the slab and along the ceiling shall be fixed on
structural adjustable clamps, sturdy hangers of the design as called for in the drawings. The
pipes shall be laid in uniform slope and proper levels. All vertical pipes shall be truly vertical
fixed by means of stout clamps in two sections, bolted together, built into the walls, wedged
and neatly jointed. The branch pipes shall be connected to the stack at the same angle as
that of fittings. All connections between soil, waste and ventilating pipes and branch pipes
shall be made by using pipe fittings with inspection doors for cleaning. Pipes shall be fixed
in a manner as to provide easy accessibility for repair and maintenance and shall not
cause obstruction in shafts. Where the horizontal run off the pipe is long or where the
pipes cross over building expansion joints etc. suitable allowance shall be provided for
any movements in the pipes by means of expansion joint etc. such that any such
movement does not damage the installation in any way.

5.8.5 Floor Traps

Floor traps where specified shall be siphon type full before P or S type uPVC having a
minimum 50 mm deep seal. The trap and waste pipes when buried below ground shall
be set and encased in cement concrete blocks firmly supported on firm ground or when
installed on a sunken RCC structural slab. The blocks shall be in 1:2:4 mix (1 cement: 2
coarse sand: 4 stone aggregate 20 mm nominal size). Contractor shall provide all necessary
shuttering and centering for the blocks. Size of the block shall be 30 x 30 cms of the required
depth.

5.8.6 Floor Trap Inlet /Hopper

Bath room traps and connection shall ensure free and silent flow of discharging water. Where
specified, contractor shall provide a special type of floor inlet fitting fixing from uPVC pipe,
with one, two or three inlet sockets.

Page 140 of 238 VMCBTPL


Volume- II, Section-4B
270 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.8.7 Cleanout Plugs

Clean out plug for soil, waste or rain water pipes laid under floors shall be provided near
pipe junctions bends, tees, “Ys” and on straight runs at such intervals as required as per
site conditions. Cleanout plugs shall terminate flush with the floor level. They shall be
threaded and provided with key holes for opening. Cleanout plugs shall be cast brass
suitable for the pipe dia.

5.8.8 Floor Trap Grating

Floor and urinal traps shall be provided with 100 – 150 mm square or round stainless steel
gratings, with frame and rim of approved design and shape or as specified in the schedule
of quantities approved by the Owner’s site representative.

5.8.9 Cutting and Making Good

Pipes shall be fixed and tested as building proceeds. The contractor shall provide all
necessary holes, cut-outs and chases in structural members as building work proceeds.
Wherever holes are cut or left originally they shall be made good with cement concrete
1:2:4 (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nominal size) or cement mortar
1:2 (1 cement: 2 coarse sand). Cured and the surface restored to original condition.

5.8.10 Testing

Entire drainage system shall be tested for water tightness and smoke tightness during and
after completion of the installation. No portion of the system shall remain untested.
Contractor must have adequate number of expandable rubber bellow plugs, manometers,
smoke testing machines, pipe and fitting work tests, All materials obtained and used on site
must have manufacturer’s hydraulic test certificate for each batch of materials used on the
site.

Soil and waste pipes shall be tested in sections after installation, by filling up the stack with
water. All openings and connections shall be suitably plugged as approved by the Project
Manager. The total head in the stack shall be 4.5 m at the highest point of the section under
test. The period of test shall be minimum for 30 minutes or as directed by the Project
Manager. If any leakage is visible, the defective part of the work shall be cut out and made
good.

On completion of the work the entire installation shall be tested by smoke testing machine.
The test shall be conducted after the plumbing fixtures are installed and all traps have water
seal or by plugging the outlets with bellow plugs. Apply dense smoke keeping the top of
stack open and observe for leakages. Rectify or replace defective sections.

After the installation is fully complete, it should be tested by flushing the toilets, running at
least 20% of all taps simultaneously and ensuring that the entire system is self draining, has
no leakages, blockages etc. Rectify and replace where required. A test register shall be
maintained and all entries shall be signed and dated by the Contractor and the Project
Manager or his representative.

All pipes in wall chase or meant to be encased or buried shall be hydro tested before the
chase in plastered or the pipe encased or buried.

Page 141 of 238 VMCBTPL


Volume- II, Section-4B
271 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5.9 Sub-Surface Drains

5.9.1 Scope

Sub-surface drains shall be of close-jointed perforated pipes, surrounded by granular


material laid in a trench or aggregate drains to drain the pavement courses. Sub-surface
drains designed using Geosynthetics and approved by the Engineer can also be used.

5.9.2 Materials

Pipe

Perforated pipes for the drains may be metal/asbestos cement/cement concrete/Poly Vinyl
Chloride (PVC)/Poly Propylene (PP)/Poly Ethylene (PE) and unperforated pipes of metal
vitrified clay/cement concrete/asbestos cement PVC/PP/PE. The type, size and grade of the
pipe to be used shall be as specified in the Contract.

Backfill Materials

Backfill material shall consist of sound, tough, hard, durable particles of free draining sand
gravel material or crushed stone and shall be free of organic material, clay balls or other
deleterious matter. Unless the Contract specifies any particular gradings for the backfill
material or requires these to be designed on inverted filter criteria for filtration and
permeability to the approval of the Engineer.

Geosynthetics for use with subsurface drain shall conform to the requirements as perSection
700.

5.9.3 Trench Excavation

Trench for sub-surface drain shall be excavated to the specified lines, grades and
dimensions shown in the drawings provided that width of trench at pipe level shall not be
less than 450 mm. The excavation shall begin at the outlet end of the drain and proceed
towards the upper end. Where unsuitable material is met with at the trench bed, the same
shall be removed to such depth as directed by the Engineer and backfilled with approved
material which shall be thoroughly compacted to the specified degree.

5.9.4 Laying of Pipe and Backfilling

Laying of pipe in the trench shall be started at the outlet end and proceed towards the upper
end, true to the lines and grades specified.

Before placing the pipe, backfill material of the required grading(s) shall be laid for full width
of the trench bed and compacted to a minimum thickness of 150 mm or as shown on the
drawings. The thickness of the backfill material on the sides of the pipe shall be as shown
on the drawings subject to a minimum of 150 mm. The pipe shall then be embedded firmly
on the bed.

Perforated pipes, unless otherwise specified, shall be placed with their perforations down to
minimize clogging. The pipe sections shall be joined securely with appropriate coupling
fittings or bands.

Page 142 of 238 VMCBTPL


Volume- II, Section-4B
272 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

After the pipe installation has been completed and approved, backfill material of the required
grading (s) (see Clause 309.3.2.2) shall be placed over the pipe to the required level in
horizontal layers not exceeding 150 mm in thickness and thoroughly compacted. The
minimum thickness of material above the top of the pipe shall be 300 mm.

5.9.5 Use of Geosynthetics in Laying of Pipe and Backfilling

After excavating the trench for subsurface drain, the filter fabric shall be placed, the pipe
installed and the trench backfilled with permeable material according to dimensions and
details shown on the drawings. Surfaces to receive filter fabric prior to placing shall be free
of loose or extraneous material and sharp objects that may damage the filter fabric during
installation. Adjacent rolls of the fabric shall be overlapped a minimum of 450 mm. The
preceding roll shall overlap the following roll in the direction the material is being spread.

Damage to the fabric resulting from Contractor’s vehicles, equipment or operations shall be
replaced or repaired by the Contractor at his Cost.Drain Outlet

The outlet for a sub-surface drain shall not be under water or plugged with debris but should
be a free outlet discharging into a stream, culvert or open ditch. The bottom of the pipe shall
be kept above high water level in the ditch and the end protected with a grate or screen. For
a length of 500 mm from the outlet end, the trench for pipe shall not be provided with granular
material but backfilled with excavated soil and thoroughly compacted so as to stop water
directly percolating from the backfill material around the pipe. The pipe in this section shall
not have any perforations.

5.9.6 Aggregate Drains

Aggregate drains shall be placed within the verge/shoulders after completion of the
pavement. Depth, thickness and spacing of the aggregate drains shall be as shown on the
drawings.

Trenches for aggregate drains shall be excavated to a minimum width of 300 mm and to the
depth shown on the drawings or ordered by the Engineer. The bottom of the trench shall be
sloped to drain and shall be free from loose particles of soil. The trench shall be excavated
so as to expose clearly the granular pavement courses to be drained.

Aggregate for the drains shall be durable gravel, stone or slag and shall be free from
vegetable matter and other deleterious substances. The grading requirements are given in
Table 300-4. Grading to be adopted shall be indicated in the drawings.

Page 143 of 238 VMCBTPL


Volume- II, Section-4B
273 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

6.0 WATER SUPPLY & DISTRIBUTION SYSTEM


6.1 General

Contractor shall provide a Water supply system to meet the demand for various Conveyor
System, buildings, landscaping, greenery and firefighting system.

 Necessary arrangement for treatment of the raw water before transferring from main
underground reservoir to the overhead tanks on respective buildings and at all locations
where potable water is required.

 A pump house shall be built on main reservoir with two pumps (including one standby) for
supply of raw water

 Another pump house on main reservoir with two fire-fighting pumps (including one
standby) and jockey pumps on a separate chamber for the supply of fire water to
respective locations.

All pipelines of required size, fixtures, foundations, brackets, connectors, anchors etc.
shall be provided.

6.2 Material

6.2.1 Pipe

Piping for supply and distribution lines shall be HDPE pipes conforming to IS: 4984.

All pipes for water supply inside the building shall be CPVC pipes as per IS 15778 (2007) &
15225 (2002)

The pipes shall be of approved make as per the list of approved makes.

6.2.2 Fittings and Specials

Fittings and specials shall be suitable for 10 bar pressure rating, unless otherwise specified.
Fittings and specials shall conform to Indian standards.

All fittings shall be malleable cast iron fittings as per IS:1879 (or as revised). All fittings shall
have manufacturer’s trademark stamped on it. Fittings in G.I. pipelines shall include elbows,
tees, bends, reducers, nipples, union, bushes, G.I. Clamps of approved design, G.I. flanges
with 3 mm rubber insertion, nuts, bolts, washers, etc. All fittings shall be tested at
manufacturer’s works. Contractors may be required to produce certificate to this effect from
the manufacture.

6.3 Execution

6.3.1 Installation

Cutting of Pipe

Cutting of pipe shall be done in a neat and workmanlike manner without damage to the pipe.
Unless otherwise recommended by the manufacturer and authorized by the Employer,
cutting shall be done with an approved type cutter.

Page 144 of 238 VMCBTPL


Volume- II, Section-4B
274 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Adjacent Facilities

Water Lines

Water lines shall not be laid in the same trench with sewer lines, gas lines, fuel lines, or
electric wiring.

Joint Deflection

The maximum allowable deflection shall be as per Indian standards. If the alignment
requires deflection in excess of the above limitations, special bends or a sufficient number
of shorter lengths of pipe shall be furnished to provide angular deflections within the limit set
forth.

Placing and Laying

Underground pipes shall be laid in accordance with IS:12288:1987. Pipe shall be laid to the
grade calculated by the Contractor or as indicated by the Employer. Pipe alignment shall be
straight between bends and curves within a tolerance of + 5 mm.

All bends of 11¼ degrees and greater shall be made with the proper fittings. Joint deflection
shall be limited to the maximum recommended by the manufacturer. Pipe that has the grade
or joint disturbed after laying shall be taken up and relaid. Pipe shall not be laid in water or
when trench conditions are unsuitable for the work. Water shall be kept out of the trench
until joints are complete. When work is not in progress, open ends of pipe, fittings, and
valves shall be securely closed so that no trench water, earth, or other substance will enter
the pipes or fittings. Pipe ends left for future connections shall be valved, plugged, or capped,
and anchored.

Service Lines

Service lines shall include the pipeline connecting building piping to water distribution lines
to the connections with the building service at a point approximately 1.5 m outside the
building where such building service exists. Where building services are not installed, the
Contractor shall terminate the service lines approximately 1.5 m from the site of the
proposed building at a point designated by the Employer. Such service lines shall be closed
with plugs or caps.

6.3.2 Tests and Inspection

The mains shall be slowly filled with water to expel all air from the system and shall be left
to stand full of water for a period of not less than 24 hours.

Test pressures shall be applied by means of a manually operated test pump or in the case
of long mains by a power driven test pump, which shall not be left unattended. Adequate
precautions shall be taken to ensure that the specified test pressure is not exceeded.

The specified test pressure shall be maintained for a period of 1 hour and if there is any
leakage it shall be measured by the quantity of water pumped into the main.

The main shall be deemed to be satisfactory if the loss of water does not exceed 3.5 litres
per 100 mm nominal bore, per kilometre, per bar of test pressure per 24 hours.

Any defect or visible individual leak observed during the hydrostatic pressure testing shall
be repaired by the Contractor at his own expense in the manner directed by the Employer.

Page 145 of 238 VMCBTPL


Volume- II, Section-4B
275 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Should losses from the main exceed the specified amount, testing shall be repeated until
the main is deemed satisfactory and is accepted by the Employer. All labour, material and
equipment for testing shall be deemed to be included in the rates.

These tests shall be conducted on the entire water distribution system by sections of 500
meters as a maximum on the general circuit, and by building, for the distribution from the
main network.

All of the installations must undergo the pressure tests.

6.3.3 Trench Filling

The pipes shall be laid on a layer of 7.5 cm sand and filled upto 15 cm above the pipes. The
remaining portion of the trench shall then be filled with excavated earth as specified and
directed and the surplus earth shall be disposed off as directed by the Employer.

6.3.4 Laying and Jointing of G.I. Pipes (External)

a) Trenches

The galvanised iron pipes and fittings shall be laid in trenches. The widths and depths of the
trenches for different diameters of the pipes shall be as in Table below:

Dia of Pipe Width of Trench Depth of Trench


15 mm to 50 mm 30 cm 60 cm

At the joints the trench width shall be widened where necessary. The work of excavation and
refilling shall be done true to line and gradient in accordance with general specifications
earthwork in trenches.

b) Cutting and Threading

Where the pipes have to be cut or rethreaded, the ends shall be carefully filed out so that
no obstruction to bore is offered. The end of the pipes shall then be carefully threaded
conforming to the requirements of IS:554-1964 with pipe dies and tapes in such a manner
as will not result in slackness of joints when the two pieces screwed together. The screw
threads of pipes and fittings shall protected from damage until they are fitted.

c) Jointing

The pipes shall be cleaned and cleared of all foreign matter before being laid. In jointing the
pipes, the inside of the socket and the screwed end of the pipes shall be oiled and rubbed
over with white lead and a few turns of spun yarn wrapped around the screwed end of the
pipes. The end shall then be screwed in the socket, tee etc. with the pipe wrench. Care shall
be taken that all pipes and fittings are properly jointed so as to make the joints completely
water tights and pipes are kept at all times free from dust and dirt during fixing. Burr from
the joints shall be removed after screwing. After laying, the ends of the pipes shall be
temporarily plugged to prevent access of water, soil or any other foreign matter.

Page 146 of 238 VMCBTPL


Volume- II, Section-4B
276 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

d) Pipe, Coating & Wrapping

All underground pipes shall be protected by pipecoat primer and pipecoat wrapping. The
pipe coat primer shall have a density of 0.92 gm/cc and drying time of 24 hours at RH 70%
and temp 30 deg. C. Viscosity shall be 1000 – 2000 cps.

The pipe coat shall be a puncture resistant non-woven polyester mat 4 mm thick of high
mechanical strength. The mat shall be in 7 layers. The layers shall be so arranged as to also
give extra protection to high molecular high density polythene core which is the main
permeable agent in the system.

Pipecoat primer shall be applied on the pipe in a uniform coat leaving no drop runs.

The entire surface of pipe shall be primed without any patch left out. Unprimed surfaces
shall reprimed immediately. Any uncleaned pipe shall be scraped down to surface of pipe
and reprimed pipecoat primer shall essentially be in a layer for quicker drying.

The surface shall be dry at the time of applying pipecoat primer. Freshly primed pipe shall
be placed on clean square cut skids and shall not be allowed to come in contact with ground
or any foreign matter. It shall remain on skids until lifted or cradled after coating and wrapping
operation.

All primed pipes which have excessive coat of dust accumulated over them before primer is
dry or where primer has become dead, shall be primed. Drying time shall be minimum 245
hours. The application of pipecoat membrane shall be taken up soon after primer coat has
dried up completely and in case within three days after priming. Otherwise fresh coat of
primer shall be applied.

Membrane shall be blown under tension by means of a blowtorch. In this process, the inner
surface of the membrane, being 10 micron thick polyethylene layer is burnt while at the same
time the polymeric mix under it is softened taking care that the centre core is not over heated.
This molten polymeric mix is then pressed over pipe surface so that no air is entrapped or
voids formed underneath.

Pipecoat primer shall be applied with brushes after cleaning the pipe thoroughly. Pipecoat
membrane shall be wrapped as mentioned above.

No wrinkling of the wrapper shall be allowed and all overlaps shall be firmly fused to secure
a firm wrapping. Coating shall be absolutely free from pinholes, bubbles and holidays.

6.3.5 Laying and Jointing G.I. Pipes (Internal Work)

Cutting, threading ad jointing – Ref. Clause above

6.3.6 Cleaning and Disinfection

After the water distribution system has been tested, the Contractor shall proceed to clean
the system with water, followed by disinfecting of the entire network. This disinfecting shall
be carried out according to a method proposed by the Contractor for approval by the
Employer, and according to the provisions indicated above and the current regulation of the
Government of India.Fixing of GI Pipes.

All exposed GI pipes shall be fixed by means of standard pattern holder bat clamps, keeping
pipes 1.5 cm clear of the wall. If the pipes are fixed in chases they shall be fixed in position
by iron hooks.

Page 147 of 238 VMCBTPL


Volume- II, Section-4B
277 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

7.0 SEWERAGE COLLECTION & TRANSFER SYSTEM


7.1 General

The intent is to install a sewerage system in the port area to cater to the collection and
transfer of sewage generated from Buildings.

7.2 Scope

The scope covers collection of all sewerage from all terminal buildings to the STP / ETP and
further disposal of treated sewage to storm water drain. The sewerage system within the
buildings and to a distance of one meter from the buildings is included in the scope of
respective building.

The scope of work shall include pipe and appurtenant structures and building sewers to
points of connection with the building drains 1.5 m outside the building to which the sewer
system is to be connected and drain all sanitary sewerage to septic tanks and dispose off
the effluent as given in IS:2470 (Part 2). The system includes furnishing and installing
sanitary sewers systems and appurtenances complete for this Contract.

Systems of pipes and appurtenances are to be sized by the Contractor according to the
standard usage for sanitary sewers. Scope also consists of furnishing transportation, labour,
equipment, and materials to construct sewerage system in accordance with their own
Design and Drawings. All products and execution shall be subject to prior approval by the
Employer.

The Contractor shall have a copy of the manufacturer's instructions available at the
construction site at all times and shall follow these instructions unless directed otherwise by
the Employer.

7.3 Material

7.3.1 Pipe

Sewer pipe and fittings shall be concrete NP3 grade conforming to IS: 458 Codes. All
reinforced concrete pipes shall be class NP3 conforming to IS: 458. RCC pipe of class NP4
type shall be used below road. Before being laid, the pipe and fittings shall be carefully
inspected for defects, those not meeting the foregoing specifications shall be rejected.

7.3.2 Manholes

The manholes shall be made of reinforced cement concrete of grade M25.

PVC encapsulated foot rests shall be built into the wall of the tank at 300 mm intervals below
each of the manholes, they shall be set staggered in two vertical runs at 200 mm centers
horizontally the top footrest shall be 450 mm below the manhole cover and the lowest not
more than 300 mm above the floor of the tank.

It must be possible to install the pipe in the wall of the manhole without touching the walls
perpendicular to that wall.

Manholes types and construction shall be submitted for the approval of the Employer.

Page 148 of 238 VMCBTPL


Volume- II, Section-4B
278 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The covers shall be equal to heavy roadway type made of ductile iron, with frame of cast
iron Ft. 20 for closed manholes.

7.4 Sewage Treatment Plant

Sewage Treatment Plant consisting of preliminary, biological and tertiary treatment for
recycling of the effluent. The treated water shall be used for flushing, water bodies makeup,
washing, AC & DG cooling tower makeup and for irrigation purpose. Sewage system shall
be based on IS: 1742 and latest standards for drainage. Recycled Water from STP: Water
from tertiary sewage treatment plant shall be used for flushing water supply, irrigation water
supply, water bodies makeup and washing purpose through separate tanks and set of
pumping system. Sewage system shall be based on IS: 1742, latest standards of Central
pollution control board and other standards as applicable.

The contractor shall complete the STP design & installation work as illustrated in various
sections of contract document and to entire satisfaction of the Employer. Any item not
specifically mentioned but may be required to complete the installation shall be supplied and
installed by STP contractor.

The STP system shall comprise of following:

(a) Design, Drawing, Installation, Testing & Commissioning of the complete STP

(b) Pumps & Associated Equipment.

(c) Electrical control panels including control wiring, cables & cable trays.

(d) Connections to all mechanical equipment as per requirements.

(e) Other miscellaneous items.

(f) Training of staff.

(g) Approval from Local Approving Authority

7.4.1 Materials

All materials, equipments, fittings and fixtures used in STP works shall conform to the Indian
Standards. All material shall be new, sound and robust in construction and well finished.
Surplus material after completion of work shall be taken back by the contractor and the cost
shall be recovered if the advance payment has been made earlier by the Client.

Unless otherwise stated in the conditions of contract, samples of all materials, fittings and
fixtures to be supplied by the Contractor shall be submitted to the Employer for his approval.
The contractor shall not commence the work until the samples are approved, in writing by
Employer. The contractor shall ensure that all the materials incorporated in the work are
identical in all respects with the approved sample. All samples not destroyed in testing shall
be returned to the Contractor after completion of contract. No payment shall be made for
samples destroyed in testing.

7.4.2 Work and Workmanship

The work shall be of the highest standard and conform to the technical specifications both
as regard its design and workmanship. Modern tools and first class, latest techniques shall
be employed for its execution.

Page 149 of 238 VMCBTPL


Volume- II, Section-4B
279 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

All STP work shall be executed by skilled workers under the direct supervision of whole time,
fully qualified Employers and Supervisors. The contractor shall produce requisite evidence
regarding the qualifications of his Employers, Supervisors and other workers.

The work shall have to be coordinated with the building work and other allied jobs/trades to
the entire satisfaction of Employer.

7.4.3 Performance Guarantee

The responsibility for the performance of entire STP system as per design intent shall lie
with the contractor including for performance of individual equipment installed by him.

7.4.4 Uptime Guarantee

The contractor shall guarantee an uptime of 98% for the entire system installed by him. In
case of shortfall in any month during Defects Liability Period (DLP), the DLP shall be
extended by a month.

7.4.5 Quiet Operation and Vibration

The entire installation shall be without undue sound or vibration which may be objectionable
in the opinion of the Employer. Such condition shall be immediately corrected by the
contractor upon being informed at contractor’s expenses.

7.4.6 Operating Instructions

Upon completion of all work and all tests the contractor shall furnish the necessary skilled
labour and helpers for operating this entire installation for a period of Seven (7) days. During
this period the contractor shall instruct and train the Employer’s representative in the
operation adjustments and maintenance of all equipments installed.

The contractor shall submit to the Employer a draft copy of comprehensive operating
instructions and maintenance schedule for all systems and equipment. This shall be
supplemented but for substituted by manufacturers operating and maintenance manuals.

7.4.7 Mechanical Maintenance

The contractor shall provide necessary skills and labour to assure the proper operation of
the complete installation by the Employer’s staff and to provide all required current and
preventive maintenance for all equipment and controls under this contract for a period of 24
months from the date of the installation.

The contractor shall receive calls for any and all problems experienced in the operation of
the equipment under this contract and shall take steps to immediately correct any
deficiencies that may exists.

Page 150 of 238 VMCBTPL


Volume- II, Section-4B
280 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

7.4.8 Execution

All materials shall be new and of the best quality and shall be of approved quality as per
samples and origins approved by the Employer. All works executed shall be as directed and
to the satisfaction of the Employer. As and when required by the Employer, the contractor
shall arrange to test the materials and/or portions of the works at his own cost to prove their
soundness and efficiency. If after tests any materials, work or portions of work are found
defective or unsound by the Employer, the contractor, shall remove the defective materials
from the site, pull down and re execute the works at his own cost to the satisfaction of the
Employer. To prove that the materials used are as specified, the contractor shall furnish to
Employer with original vouchers on demand.

a) Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workmanlike manner. Short or long bends shall be used on all main pipe lines as far as
possible. Use of elbows shall be restricted to short connections.
b) Short or long bends shall be used on all main pipe lines as far as possible. Use of elbows
shall be restricted to short connections.
c) Pipes shall be fixed in a manner so as to provide easy accessibility for repair and
maintenance and shall not cause obstruction in shafts, passages etc.
d) Pipes shall be securely fixed to walls and ceilings by suitable G.I. clamps, hangers,
channels and I section at intervals as specified.
e) Clamps, hangers, channels, I section and supports on RCC walls, columns & slabs shall
be fixed only by means of approved make of expandable metal fasteners inserted by
use of power drills.
f) All pipes clamps, supports, nuts, bolts, washers shall be galvanized MS steel throughout
the building. Painted MS clamps & nuts, bolts & washers shall not be accepted.
g) Valves and other appurtenances shall be so located so as to provide easy accessibility
for operations, maintenance and repairs.
h) All STP work shall be executed by skilled workers under the direct supervision of whole
time, fully qualified Employers and Supervisors. The contractor shall produce requisite
evidence regarding the qualifications of his Employers, Supervisors and other workers.
i) The work shall have to be coordinated with the building work and other allied jobs/trades
to the entire satisfaction of Employer.
j) Training to Employer’s Staff To familiarize Employer’s operating and maintenance team
with the STP system installed, the contractor shall depute his team of skilled operators
and helpers to operate the STP system for a minimum of 2 weeks, 10 hours operation
each day.

7.4.9 Process Description

Moving Bed / Fluidized Media Bio Reactor (Mbbr / Fmbr)

Conventional waste water treatment technologies like submerged aerated fixed film (SAFF)
reactor, Rotary biological contactors (RBC), Trickling filters or other activated sludge
processes have inherent disadvantages of large area of operation, higher power inputs and
constant operator attention.

In line with latest technologies related to Water & Waste water treatment, We now have a
Moving Bed or Fluidized Media Reactor using attached growth process for Waste water
treatment, With specially designed floating air diffuser / conventional root blowers which are
easy to clean (since its floating) & consume only 40%energy as compare to normal air
blower. They are absolutely silent in operation & require almost no regular maintenance like
oil changing etc.

Page 151 of 238 VMCBTPL


Volume- II, Section-4B
281 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 As compared to conventional technologies, Fluidized media reactors are compact,


energy efficient and user friendly.
 The Fluidized Media Reactor process refers to the operation of activated sludge tanks
in various configurations in a combination of
 Suspended biomass
 MLSS (mixed liquor suspended solids)
 Attached biomass,
 Such kind of operation is generally classified as Hybrid Moving Bed Biofilm Reactor
(MBBR).

Basic principle

Flock forming organism’s form clusters or attach to available surfaces. The Fluidized Media
Reactor carrier material allows high biomass concentrations per cubic meter of material,
which:

 Increases the specific volumetric capacity of activated sludge tanks


 Controls biomass activity
 Reduces operating cost
The single tank aeration design unit, incorporating a bar screen, a specially designed tank
with hybrid fluidized media, a lamella plate clarifier / tube settler and tertiary treatment with
UV & Ultra Filtration. The bar screen removes larger floating matter and suspended particles.
The media significantly increases the surface area for bacterial growth. Air is supplied
through surface aerators / root blowers. The bacteria oxidize the organic matter present in
the sewage. The oxidized sewage overflows in the lamella settler. Suspended particles in
the treated waste water settle, with a part of the settled sludge sliding back to the aeration
tank. Treated water overflows into a chemical contact tank for chlorination (disinfection),
after which Multigrade pressure filtration followed by activated carbon wherein the treated
water is disinfected & color / smell if any is removed.

Treated effluent from Aeration tank overflows to the lamella plate settler, where finer bio-
mass and suspended solids are settled. The settled solids slide back into the Aeration tank,
thus reducing the need of a re-circulation pump. Excess bio-mass is periodically removed.
The sludge can be taken to Sludge drying beds or can be formed into a cake by using a
centrifuge.

Centrifuge / Sludge Dewatering

Centrifugal basket type dewatering system must be incorporated with CI / MS body duly
painted with anti corrosive painting. It must also have an SS / MS RL / MS FRP basket with
suitable diameter as per the sludge generation volume or handling capacity. The operation
of the centrifuge must be intermittent & not continuous duty. The sludge removal system
shall be top loading & top discharge with manual scrapping. Suitable scrapping tools must
be supplied along with the system itself for proper operations of the system.

System Automation

Automation of the STP Panel shall be using the following:

 PLC (Programmable Logic Controller) –


 Capable of upto 256 Digital & Analog Input / Outputs with expansion cards.

Page 152 of 238 VMCBTPL


Volume- II, Section-4B
282 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 Program can be saved & backup may be taken directly without connecting a Laptop.
 Data communication ports available are RS – 232, RS – 485 for high speed data transfer
 PLC has detachable digital key pad for directly programming without Laptop.
 PLC keypad may be mounted on the panel visible from outside.
 BMS Compatibility with use of any additional software like SCADA or existing BMS
platforms.
 Compatible with HMI (Human Machine Interface) – Touch Screen
 Level Switches for controlling pumps for all the tanks.
 Touch Screen HMI based panel for controlling all the equipment & having a centralized
display for all instrumentations with a USB port for direct data transfer.
 Parallel manual operation facility for the entire panel except automation in case of a
PLC-HMI failure or emergency.
 Selector switches for Auto / Manual operations.
 Instrumentations
 PH (Online or offline)
 TDS / Conductivity (Online)
 Turbidity (Offline with min. calibration requirements)
 DO (Dissolved Oxygen)
 Water Flow – Treated

Page 153 of 238 VMCBTPL


Volume- II, Section-4B
283 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.0 FIRE FIGHTING WORKS


8.1 Brief Description of Proposed System

The design, installation & operation of fire protection systems and other safety measures
are to comply with relevant local regulations and the requirements of the local authorities
having jurisdiction. The systems proposed shall be generally as per the recommendation /
guidelines given in the following codes / standards:

 TAC – Fire Protection Manual water

 TAC – Rules for Fire Alarm System

 National Building Code

The scope of fire protection shall cover following buildings located in the Port:

1. Operations Building

2. Administration building

The above buildings will be classified as Light Hazard.

All the above buildings shall be provided with an addressable type smoke, Heat detector
and Manual call point system for early detection of fire on the premises. The spacing, type
and quantity of the detectors shall be as per the Codes.

The master fire alarm panel shall be placed at the reception of the Admin building. The
master fire alarm panel shall be provided with auto dialler facility to alert the Fire station in
case of fire alarm from any of the detectors. The master panel shall be provided with 2 nos.
gas release modules for future use in case required at a later stage. The master fire alarm
panel shall be provided with auto dialler facility to alert the building in case of fire alarm from
any of the detectors.

Each floor of all the buildings shall be provided with portable fire extinguishers as per the
rules. Each floor of all the buildings shall be provided with one hose reel which shall be
connected to the fire water supply.

Fire extinguishers shall also be provided in Custom’s Post, Gate complex, pumphouse and
substations.

A brief description of each major component / system is given below:

Main Fire Alarm Panel

The main fire alarm panel shall be of Analogue addressable type with simple user friendly
operations and mimic display. It shall consist of 2 loops with each loop having Isolated Power
source and Data transfer via isolators. The loop voltage shall remain stable regardless of
the system voltage so that in case of mains failure and even if battery voltage falls to 18
volts the loop supply shall be maintained at a stable 24V.

Each loop shall be capable of addressing at least 99 smoke detectors or MCP and at least
25 control or monitor modules.

Page 154 of 238 VMCBTPL


Volume- II, Section-4B
284 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The panel shall have built in Mimic floor wise drawing with LED indication for indicating the
location of fire to enable fire fighters to respond immediately.

The panel shall have a minimum 500 event log with a 40 x 4-line LCD display with back
lighting.

3. Communication to repeaters shall be in 2 wires with half duplex RS485


data communications. The repeaters shall be powered from the main panel for this an
additional pair of cores shall be provided with the connecting cable.

4. The panel manufacturer / service centre shall be located in India and have a certified
ISO 9000 Quality system audited by UL, TUV, BVQI or other reputed certification
agencies.

5. The panel manufacturer / dealer shall guarantee to repair and maintain spares for the
panel supplied for minimum 10 years and shall repair and maintain the equipment if
required at additional charges.

6. Dealers or Manufactures who do not have adequate spares / service facilities and
depend on supply of spares / services from abroad shall not be preferred.

The fire alarm control panel shall be microprocessor based fully addressable analogue type
and shall monitor & control all addressable devices connected to it. The panel shall be able
to analyse all signals received from each device connected to it and be able to identify PRE
FIRE CONDITION / FIRE / FAULT. The panel shall have the facility to set each detector’s
sensitivity from the panel. The panel shall have the facility to permit the engineer perform a
WALK test to periodically check the condition of each addressable device. The
programmable functions shall include assignment of alarm / fault indication, location
address, alarm message, alarm / output setting etc. for each addressable device in the
system. The panel shall have built in keypad, Liquid Crystal Display, Battery backup (48
hours) and Mimic. The panel enclosure shall be totally enclosed dust & vermin proof type
and shall be UL listed. The panel shall use all solid-state circuitry and shall be of modular
construction. The panel shall have EN54/ FM/ LPCB approval or shall be UL / Equivalent
inspected.

Smoke Detector (Optical Addressable Type)

The mounting base of the detector shall be electronics free. The detector shall be plug-in
type to permit easy installation & replacement. The mounting base shall be common for all
detectors of the same make. The detector shall be suitable for connection in a 2- wire loop.
The detector shall be suitably protected against dust ingression. The sensitivity of the
detector can be set from the panel. The detector shall have EN 54/ FM/ UL/ LPCB approval.

Heat Detector (Fixed / Addressable Type)

The mounting base of the detector shall be electronics free. The detector shall be plug-in
type to permit easy installation & replacement. The mounting base shall be common for all
detectors of the same make. The detector shall be suitable for connection in a 2- wire loop.
The detector shall be suitably protected against dust ingression. The detector shall have EN
54/ FM/ UL/ LPCB approval.

Page 155 of 238 VMCBTPL


Volume- II, Section-4B
285 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Manual Call Point (Addressable Type)

The manual call points shall be “Press” to break type and suitable for surface / flush
mounting. The MC station shall have its own built-in addressable module and micro-switch
that shall be monitored by the panel. The switch shall be normally OPEN and shall CLOSE
when actuated. The contacts shall remain closed until it is manually reset.

Hooters (Addressable Type)

The hooter shall be addressable electronic type with a minimum sound level of 85 decibels.
It shall be suitable for surface / flush mounting. The sounders shall be able to connect into
the loop circuit.

Interconnection Cables

The interconnection cables shall have 4 cores, 1.5 sq.mm cross-section area, stranded
copper conductor, armoured, FRLS PVC outer sheath, PVC insulated cores. The voltage
rating shall be 650/1100V. Each cable section shall have cable glands at both ends and shall
be fixed on a wiring box. Each device base shall be fixed on the wiring box.

DCP Fire Extinguishers

Dry chemical powder fire extinguishers shall be of 5 kg capacity and shall bear the ISI mark
as per IS: 2171.

CO2 Fire Extinguishers

CO2 type fire extinguisher shall be of 4.5 kg capacity and shall bear the ISI mark as per IS:
2878.

Hose Reel

The system shall be connected to the fire water supply system and installed as per the
provisions of Fire Protection Manual of Tariff Advisory Committee (TAC) codes & standards.
One hose reel shall be provided for each floor of all the buildings in the scope of work as per
specifications. The system shall be designed based on the occupancy classification for the
buildings as LIGHT HAZARD. The hose reels shall be swinging wall mounting type,
complete with 19mm bore, 36-meter-long, high pressure braided rubber hose as per IS:444
Type II, 6mm bore PVC shutoff nozzle and 25mm gunmetal inlet valve. The hose reel
assembly shall confirm to IS: 884.

Hydrants

The hydrant system shall consist of main fire-fighting pumps (1 working +1 standby) and
jockey pumps to maintain the minimum pressure of 3.5 kg/sqcm in the remotest hydrant, all
provided at the pump house. Pipelines connecting the hydrants shall be laid underground
(1 m below the finished ground level). The fire water headers which are falling within the
roads shall be routed underground through the hume pipes.

Page 156 of 238 VMCBTPL


Volume- II, Section-4B
286 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

8.2 Workmanship

The fire protection system as a whole and each component in particular shall be of very
good workmanship and conform to the latest relevant standards. The Contractor shall submit
quality assurance plans for each major component. All major and critical components shall
be inspected during manufacturing stage at the manufacturer’s works by approved
inspection agency.

8.3 Testing

8.3.1 General

The Contractor shall give 15 days advance notice for conducting the final commissioning
tests at site. The final commissioning tests will be conducted in presence of Inspection
Agency / Owner’s Representative.

8.3.2 Shop Testing

All fire alarm panels shall be inspected at the manufacturer’s works for proper functioning
and specified features.

8.3.3 Site Testing

The entire fire-fighting system shall be tested at the site after installation.

8.3.4 Training

On completion of the works the Contractor shall prepare suitable training program of about
3 days for Engineers, Technicians and Operators covering all aspects of the fire-fighting
system installed. The training shall stress on the operation and maintenance aspects of the
system and its components.

The detailed training program shall be submitted to the client two months in advance for
approval.

Page 157 of 238 VMCBTPL


Volume- II, Section-4B
287 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.0 ROAD & PAVEMENT WORKS


9.1 General

This section covers the specification for the construction of 2 lane roads, and paved open
areas. The internal roads would be built from entry gate to Port buildings, electrical
substation, and stock pile yard. Any culverts required at the crossing of the drains and
drainage system shall be provided.

These specifications include the requirements for the preparation of base and surfacing
courses in accordance with these specifications and in conformity with the dimensions
shown in the drawings and with the lines and grades established by the Contractor at site
subject to approval by the Employer.

The pavements such as flexible pavement, concrete block pavement, concrete pavement
with easy maintenance shall be provided as required. These pavements must be laid over
subbase courses that will distribute and transmit the loads to the under laying soil causing
the least possible differential settlements.

The pavement shall be graded to allow to allow for storm water to the drainage system.

9.2 Earthwork in Filling

9.2.1 Material

Only material considered suitable by the Employer shall be used for the construction and
that considered unsuitable shall be disposed off as directed by Employer at the Contractor’s
own cost and no claim for compensation will be entertained. The Contractor shall give the
samples of earth, he proposes to use for filling along with the following characteristics of the
sample to the Employer for approval, prior to collection and use.

Mechanical analysis or gain size analysis as per IS:2720 Part IV.

Liquid limit as per IS:2720 Part V.

Plastic limit as per IS:2720 Part V.

Moisture density relationship as per IS:2720 Part VIII.

The material (soil) used for filling shall be free from boulders, lumps, trees roots, rubbish or
any organic deleterious matter.

Material (soil) having plasticity index less than 20 only shall be used for filling purposes.

Soil having laboratory maximum dry density of less than 1.5gm/cc shall not he used.

Care shall be taken to see that unsuitable waste material is disposed off in such a manner
that there is no likelihood of its getting mixed with the materials proposed to be used for
filling.

The work shall be so planned and executed such that the best available material (soil) is
reserved for the top portion of embankments.

Page 158 of 238 VMCBTPL


Volume- II, Section-4B
288 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.3 Rigid Pavement

The work shall consist of construction of (zero slump) dry lean Concrete subbase for cement
concrete pavement in accordance with the requirements of these Specifications and
inconformity with the lines, grades and cross-sections shown on the drawings or as directed
by the Employer’s Engineer. The work shall include furnishing of all plant and equipment,
materials and labour and performing all operations, in connection with the work, as approved
by the Employer.

9.3.1 Granular Sub-Base

This work shall consist of laying and compacting well-graded material on prepared sub-
grade in accordance with the requirements of these specifications or as per IRC & MORTH
standards, as acceptable to Highway authorities. The material shall be laid in one or more
layers according to lines, grades and cross-sections shown on the approved drawings or as
directed by the Employer.

9.3.2 Material

The Material to be used for the work shall be crushed sand, natural sand, crushed stone, or
combination thereof depending upon the grading specified in IRC/MORTH specifications for
Roads and Bridges. The material shall be free from organic or other deleterious constituents
and conform to the Grading 1 given in table 400-1 of MORT&H for sub layer.

The material shall have a 10 percent fines value of 50 KN or more (for sample in soaked
condition) when tested in compliance with BS: 812 (Part III). The water absorption value of
the coarse aggregate shall be determined by IS: 2386 (Part 3); if this value is greater than
2 percent, the soundness test shall be carried out on the material delivered to site as per IS:
383. CBR Value shall be determined at the density and moisture content likely to be
developed in equilibrium conditions which shall be taken as being the density relating to a
uniform air voids content of 5 percent.

9.3.3 Strength of Sub-Base

It shall be ensured prior to actual execution that the material to be used in the sub-base
satisfies the requirements of CBR and other physical requirements when compacted and
finished.

It shall be ensured prior to actual execution that the material to be used in the sub-base and
have a minimum of CBR value of 30% when compacted and finished When directed by the
Engineer, this shall be verified by performing CBR test in the laboratory. The CBR test shall
be conducted on specimen when compacted to 98% of maximum dry density as per IS 2720
(part 8).

9.3.4 Construction Operation

9.3.4.1 Preparation of Sub-Grade

Immediately prior to the laying of sub-base, the sub-grade already finished as per MORTH
Clause 301 or 305 as applicable or existing surface shall be prepared by removing all
vegetation and other extraneous matter, lightly sprinkled with water if necessary and rolled
with two passes of 80 – 100 KN smooth wheeled roller. Damage to the subgrade shall be
made good before sub base is laid.

Page 159 of 238 VMCBTPL


Volume- II, Section-4B
289 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.3.4.2 Spreading and Compacting

The sub-base material of grading specified in the Contract shall be spread on the prepared
subgrade with the help of a motor grader of adequate capacity, its blade having hydraulic
controls suitable for initial adjustment and for maintaining the required slope and grade
during the operation or other means as approved by the Employer.

When the sub-base material consists of combination of materials mentioned in MORTH


Clause 401.2.1, mixing shall be done mechanically by the mix-in-place method.

Manual mixing shall be permitted only where the width of laying is not adequate for
mechanical operations, as in small-sized jobs. The equipment used for mix-in-place
construction shall be a rotavator or similar approved equipment capable of mixing the
material to the desired degree. If so desired by the Employer, trial runs with the equipment
shall be carried out to establish its suitability for the work.

Moisture content of the loose material shall be checked in accordance with IS: 2720 (Part
2) and suitably adjusted by sprinkling additional water from a truck mounted or trailer
mounted water tank and suitable for applying water uniformly and at controlled quantities to
variable widths of surface or other means approved by the Employer so that, at the time of
compaction, it is from 1 percent above to 2 percent below the optimum moisture content
corresponding to IS: 2720 (Part 8). While adding water, due allowance shall be made for
evaporation losses. After water has been added, the material shall be processed by
mechanical or other approved means like disc harrows, rotavators until the layer is uniformly
wet.

Immediately thereafter, rolling shall start. If the thickness of the compacted layer does not
exceed 100 mm, a smooth wheeled roller of 80 to 100 KN weight may be used. For a
compacted single layer up to 225 mm the compaction shall be done with the help of a
vibratory roller of minimum 80 to 100 KN static weight with plain drum or pad foot-drum or
heavy pneumatic tyre roller of minimum 200 to 300 KN weight having a minimum tyre
pressure of 0.7 MN/m2 or equivalent capacity roller capable of achieving the required
compaction. Rolling shall commence at the lower edge and proceed towards the upper edge
longitudinally for portions having unidirectional cross fall and super-elevation and shall
commence the center at the edges and progress towards for portions having cross fall on
both sides.

Each pass of the roller shall uniformly overlap not less than one-third of the track made in
the preceding pass. During rolling, the grade and cross fall (camber) shall be checked and
any high spots or depressions, which become apparent, corrected by removing or adding
fresh material. The speed of the roller shall not exceed 5 km per hour.

Rolling shall be continued till the density achieved is at least 98 percent of the maximum dry
density for the material determined as per IS: 2720 (Part 8). The surface of any layer of
material on completion of compaction shall be well closed, free from movement under
compaction equipment and from compaction planes, ridges, cracks or loose material. All
loose, segregated or otherwise defective areas shall be made good to the full thickness of
layer and re-compacted.

Page 160 of 238 VMCBTPL


Volume- II, Section-4B
290 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.3.5 Dry Lean Cement Concrete Sub-base

9.3.5.1 Scope

The work shall consist of construction of dry lean concrete subbase for cement concrete
pavement in accordance with the requirements of these specifications. The work shall
include furnishing of all plant and equipment, materials and labour and performing all
operations in connection with the work as approved by the Engineer.

9.3.5.2 Materials

The materials used for lean concrete base shall be natural or crushed gravel or crushed rock
complying with IS:383 except as detailed below.

Aggregates shall have a maximum nominal size not more than 40 mm or less than 20 mm.
Aggregates for lean concrete shall be natural material complying with IS:383. The
aggregates shall not be alkali reactive.

Ordinary Portland cement 43 grade as per IS: 8112 and as per IS 12269 for 53 grade
cement. Cement to be used may preferably be obtained in bulk form. It shall be stored in
accordance with stipulations contained in clause No. 1014 of MORTH (Fifth revision) and
shall be subjected to acceptance test prior to its immediate use.

Water shall comply with the requirements stipulated in IS:456

9.3.5.3 Mixing Lean Concrete

Lean concrete shall be mixed in batch mixer complying with the relevant clauses of the
Specification for Plain and Reinforced Concrete. Alternatively, it may be mixed in a
continuous mixer provided that the proportioning of the mix is entirely by weight and the
mixing is as satisfactory as mixing in a batch mixer. In both cases, the Contractor shall
maintain the mixer in good working condition.

The minimum cement content in the lean concrete shall not be less than 150 kg/cum of
concrete. If the minimum cement content is not sufficient to produce concrete of the specified
strength, it shall be increased as necessary by the contractor at his own cost.

9.3.5.4 Laying Lean Concrete Base

Lean concrete base shall be laid by plant capable of distributing material in a layer of uniform
thickness without segregation. The laying of the two-lane road subbase shall be done either
in full width or lane by lane. Preferably the lean concrete shall be plaved and compacted
across the full width of the road by constructing it in one go or in two lanes running forward
simultaneously. Compaction shall be completed within one hour of adding water to the
material.

Contraction and longitudinal joints shall be provided. Care shall be taken to compact
effectively at joints in layers and adjacent to structures, using small compactors if necessary,
in confined spaces.

Curing shall be done by covering the surface by gunny bags/hessian, which shall be kept
continuously moist for 7 days by sprinkling water.

Page 161 of 238 VMCBTPL


Volume- II, Section-4B
291 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.3.5.5 Trial Length

The Contractor shall construct the trial length of the layer atleast 14 days in advance of the
proposed date of commencement of work. Atleast 30 days prior to the construction of the
trial length, the contractor shall submit for the Engineer’s approval a method statement
giving detailed description of the proposed materials, equipment, mix proportion, and
procedure for batching, mixing, laying, compaction and other construction procedures.

The trial length shall be outside the main works. The main work shall not start until the trial
length has been approved by the Engineer. After approval has been given, materials,
equipment, mix proportion, and procedure for batching, mixing, laying, compaction and other
construction procedures shall not be changed without the approval of the Engineer.

9.3.5.6 Rectification of Surfaces

Any area of lean concrete base which is outside the tolerance of + 6 mm shall be rectified
as follows:

Provided not more than two hours have elapsed from the time of mixing, areas, which are
high, shall be scarified to a depth of not less than 75 mm, the surplus material removed and
the area re-compacted to comply with the Specification.

If the material has been mixed for longer than two hours, the material shall be removed to
the full depth of the layer over the operating width of the paving machine and over a length
sufficient to enable the paving machine to relay the area. The area shall then be re-laid to
comply with the Specification.

Areas which are low lying shall be removed to a depth of the layer over the operating width
of the paving machine and over a length sufficient to enable the paving machine to relay the
area. The area shall then be re-laid to comply with the Specification.

9.3.6 Cement Concrete Pavement

9.3.6.1 Scope

The work shall consist of construction of unreinforced, dowel jointed, plain cement concrete
pavement in accordance with the requirements of these specifications. The work shall
include furnishing of all plant and equipment, materials and labour and performing all
operations in connection with the work as approved by the Engineer.

9.3.6.2 Materials

The materials used for lean concrete base shall be natural or crushed gravel or crushed rock
complying with IS:383 except as detailed below.

The maximum size of coarse aggregate shall not exceed 31.5 mm for pavement concrete.
The fine aggregates shall consist of clean natural sand or crushed stone sand or a
combination of the two and shall conform to IS:383. No aggregate which has water
absorption more than 2 percent shall be used in the concrete mix. The aggregates shall not
be alkali reactive.

Ordinary Portland cement 43 grade as per IS: 8112 and as per IS 12269 for 53 grade
cement. Cement to be used may preferably be obtained in bulk form. It shall be stored in
accordance with stipulations contained in clause No. 1014 of MORTH (Fifth revision) and
shall be subjected to acceptance test prior to its immediate use.

Page 162 of 238 VMCBTPL


Volume- II, Section-4B
292 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Admixtures conforming to IS:6925 and IS:9103 shall be permitted to improve workability of


the concrete. The particulars of the admixture and the quantity to be used, must be furnished
to the Engineer in advance to obtain his approval before use.

Water shall comply with the requirements stipulated in IS:456.

Steel shall conform to the requirements of IS:432 and IS:1786 as relevant. The dowel bars
shall conform to IS:432 of Grade I. Tie bars shall be either High yield Strength Deformed
bars conforming to IS:1786 and grade of Fe 500 or plain bars conforming to IS:432 of Grade
I. The steel shall be coated with epoxy paint for protection against corrosion.

Synthetic Joint filler board for expansion joints shall be used only at abutting structures like
bridges and shall be of 20-25 mm thickness within a tolerance of ± 1.5 mm and of a firm
compressible material and complying with the requirements of IS:1838, with a
compressibility more than 25 percent. It shall be 25 mm less in depth than the thickness of
the slab within a tolerance of ± 3 mm and provided to the full width between the side forms.
It shall be in suitable lengths which shall not be less than one lane width. If two pieces are
joined to make up full width, the joint shall be taped such that no slurry escapes through the
joint. Holes to accommodate dowel bars shall be accurately bored or punched out to give a
sliding fit on the dowel bars.

The joint sealing compound shall be of hot poured, elastomeric type or cold polysulphide/
polyurethene/silicone type having flexibility, resistance to age hardening and durability as
per IRC:57. Manufacturer’s certificate shall be produced by the Contractor for establishing
that the sealant is not more than six months old and stating that the sealant complies with
the relevant standard mentioned below. The samples shall meet the requirements as
mentioned in IRC:57.

The pre-formed joint sealing material shall be a vulcanized elastomeric compound using
polychloroprene (Neoprene) as the base polymer. The joint seal shall conform to
requirements of ASTM D 2628

9.3.6.3 Mixing of Cement Concrete

The Contractor shall submit the mix design based on weighed proportions of all ingredients
for the approval of the Engineer vide MORTH Clause 602.3.4. The mix design shall be
submitted at least 30 days prior to the paving of trial length and the design shall be based
on laboratory trial mixes using the approved materials and methods as per IRC:44 or
IS:10262. Cement concrete shall be mixed in batch mixer complying with the relevant
clauses of the Specification for Plain and Reinforced Concrete. Alternatively, it may be mixed
in a continuous mixer provided that the proportioning of the mix is entirely by weight and the
mixing is as satisfactory as mixing in a batch mixer. In both cases, the Contractor shall
maintain the mixer in good working condition.

The minimum cement content shall not be less than 350 kg/cum of concrete. If the minimum
cement content is not sufficient to produce concrete of the specified strength, it shall be
increased as necessary by the contractor at his own cost.

9.3.6.4 Sub-base

The cement concrete pavement shall be laid over the sub-base constructed in accordance
with the relevant drawings and Specifications. It shall be ensured that the sub-base is not
damaged before laying the concrete pavement. If the dry lean concrete sub-base is found
damaged at some places or it has cracks wider than 10 mm, it shall be repaired with fine
cement concrete (aggregate size 10 mm and down) or bituminous concrete before laying
separation membrane layer.

Page 163 of 238 VMCBTPL


Volume- II, Section-4B
293 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.3.6.5 Separation Membrane

A separation membrane shall be used between the concrete slab and the sub-base.
Separation membrane shall be impermeable PVC sheet 125 micron thick transparent or
white in colour laid flat with minimum creases. Before placing the separation membrane, the
sub-base shall be swept clean of all the extraneous materials using air compressor.
Wherever overlap of plastic sheets is necessary, the same shall be at least 300 mm and any
damaged sheathing shall be replaced at the Contractor’s cost. The separation membrane
may be nailed to the lower layer with concrete nails. The separation membrane shall be
omitted when two layers of wax-based curing compound is used.

9.3.6.6 Joints

Joints shall be constructed depending upon their functional requirement. The location of the
joints should be transferred accurately at the site and mechanical saw cutting of joints done
as per stipulated dimensions. It shall be ensured that the required depth of cut is made from
edge-to-edge of the pavement. Sawing of joints shall be carried out with diamond studded
blades soon after the concrete has hardened to take the load of the sawing machine and
crew members without damaging the texture of the pavement. Laying joints shall meet the
requirements as stipulated in MORTH Clause 602.6

Sawing operation could start as early as 4-8 hours after laying of concrete pavement but not
later than 8 to 12 hours depending upon the ambient temperature, wind velocity, relative
humidity and required maturity of concrete achieved for this purpose. When the kerb is cast
integrally with the main pavement slab, the joint cutting shall also be extended to the kerb.

9.3.6.7 Tie Bars

Tie bars shall be provided at the longitudinal joints as per dimensions and spacing shown in
the drawing and in accordance with Clause 602.6.6. Tie bars in longitudinal joints shall be
deformed steel bars of strength 500 MPa complying with IS:1786 and in accordance with
the requirements given in this Clause. The bars shall be free from oil, dirt, loose rust and
scale.

9.3.6.8 Dowel Bars

Dowel bars shall be mild steel rounds in accordance with MORTH Clause 602.2.8 with
details/dimensions as indicated in the drawings and free from oil, dirt, loose rust or scale.
They shall be straight, free of irregularities and burring restricting slippage in the concrete.
Dowel bars shall be placed in accordance with the specifications as mentioned in the
MORTH clause 602.6.5

9.3.6.9 Construction

General

A systems approach may be adopted for construction of the pavement, and the Method
Statement for carrying out the work, detailing all the activities, indication of time-cycle,
equipment, personnel etc., shall be got approved from the Engineer before the
commencement of the work. This shall include the type, capacity and make of the batching
and mixing plant besides the hauling arrangement and paving equipment. The capacity of
paving equipment, batching plant as well as all the ancillary equipment shall be adequate
for a paving rate of atleast 500 m in one day. The paving speed of slip-form paver shall not
be less than 1.0 m per minute. The concreting should proceed continuously without stops
and starts.

Page 164 of 238 VMCBTPL


Volume- II, Section-4B
294 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Placing of Concrete

Freshly mixed concrete from the central batching and mixing plant shall be transported to
the paver site by means of tipping trucks or transit mixers of sufficient capacity and approved
design in sufficient numbers to ensure a constant supply of concrete.

The total time taken from the addition of the water to the mix, until the completion of the
surface finishing and texturing shall not exceed 120 minutes when concrete temperature is
less than 25ºC and 90 minutes when the concrete temperature is between 25ºC and 30ºC.

The placing of concrete in front of the PQC paver should preferably be from the side placer
to avoid damage to DLC by concrete tipping trucks. In case of unavoidable situation, truck
supplying concrete to the paver may be allowed to ply on the DLC with the approval of the
Engineer. The paver shall be capable of paving the carriageway as shown in the drawings,
in a single pass and lift.

In areas inaccessible to paving equipment, the pavement shall be constructed using side
forms, as per MORTH Clause 602.9.7.

9.3.6.10 Trial Length

The Contractor shall construct the trial length of the layer atleast one month in advance of
the proposed start of concrete paving work. Atleast 30 days prior to the construction of the
trial length, the contractor shall submit for the Engineer’s approval a method statement
giving detailed description of the proposed materials, equipment, mix proportion, and
procedure for batching, mixing, laying, compaction and other construction procedures.

The trial length shall be constructed away from the carriageway. The trial length shall be
constructed in two parts over a period comprising at least part of two separate working days,
with a minimum of 50 m constructed each day for mechanised construction and a minimum
of 25 m on each day for hand guided construction. The trial length shall be constructed at a
paving rate which is proposed for the main work.

9.3.7 Quality Control

Samples of the mixed material shall be taken from the hopper of the spreader or paver at
random intervals and at the rate of five samples for every 1000 m2 of base laid. From each
sample the Contractor shall prepare two 150 mm cubes. The cubes shall be made, cured
and tested in accordance with IS:516 except that they shall be compacted as described in
Specification - Plain and Reinforced Concrete.

The average strength of each group of five samples tested at seven days shall be not less
than 6 N/mm2 or more than 16 N/mm2. If more than one average group strength in five falls
outside these limits the cement content of the mix shall immediately be altered to ensure
compliance with the strength requirement.

9.3.8 Kerbs and Gutters

9.3.8.1 Kerbs

This work comprises the construction of concrete kerbs in situ, and installation of precast
concrete kerbs on foundation concrete laid on prepared subgrade, sub-base, base-course,
asphalt or concrete surface. Kerbs shall be provided at the locations to the lines, grades,
and typical sections as per approved Drawings or established by the Employer.

Page 165 of 238 VMCBTPL


Volume- II, Section-4B
295 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.3.8.2 Materials

Cement shall be ordinary Portland cement to IS:269.

Aggregates shall conform to the requirements of Specification - Materials. All aggregate shall
be of a size appropriate to the sections and method of manufacture of the kerbs. The coarse
aggregate to be used, when tested in accordance with IS:2386 shall not exceed the following
limits:

• Aggregate crushing value 30%

• Flakiness Index 35%

The preparation and placing of concrete shall conform to the requirements of the
Specification - Plain and Reinforced Concrete.

Reinforcement, where used, shall comply with the Specifications - Plain and Reinforced
Concrete.

9.3.8.3 Insitu Kerbs

In situ kerbs shall be constructed of concrete OPC 25/20

Expansion, contraction and construction joints for kerbs

Joints shall be constructed at the intervals and places as approved by the Employer. All
joints shall be of the type and materials and conform to the approved dimensions of the kerb.

When constructed in connection with or abutting concrete pavement, the method of


constructing the joints in kerbs shall conform to the requirements for joints in the pavement.

When constructed separately from concrete pavement, or in connection with flexible base
or surface courses, contraction joints in kerbs may be constructed by sawing through the
kerb to a depth of not less than 32 mm below the surface of the gutter. Alternatively,
contraction joints may be formed by inserting an approved removable metal template in the
fresh concrete, or by other methods approved by the Employer.

Sealing of the joints will not be required unless the kerb and is constructed in connection
with or abutting concrete pavement.

9.3.8.4 Precast Kerbs

Precast concrete kerbs shall comply with IS:5758 and be manufactured by hydraulic
pressing.

Form for precast kerb shall be constructed so that the kerb sections will conform to the
approved shape and dimensions.

Page 166 of 238 VMCBTPL


Volume- II, Section-4B
296 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.4 Traffic Signs, Markings on Jetty and Other Road Appurtenances

9.4.1 General

The colour, width and layout of road marking shall be in accordance with the Code of
Practice for Road Markings with paints, IRC: 35/MORTH, and as specified in the drawings
or as directed by the Employer. All the roads shall be equipped fully with traffic convex
mirrors. Reflectors ,STOP/ Speed limit boards etc. to fulfil all the codal provisions.

9.4.2 Materials

Road markings shall be of ordinary road marking paint, hot applied thermoplastic compound,
or reflectorized paint as specified in the item and the material shall meet the requirements
as specified below.

9.4.3 Ordinary Road Marking Paint

Ordinary paint used for road marking shall conform to Grade I as per IS: 164. The road
marking shall preferably be laid with appropriate road marking machinery. Laying thickness
of road marking paint shall be as specified by the Employer. Hot Applied Thermoplastic Road
Marking.

9.4.4 General

(a) The work under this section consists of marking traffic stripes using a thermoplastic
compound meeting the requirements specified herein.

(b) The thermoplastic compound shall be screeded/extruded on to the pavement surface


in a molten state by suitable machine capable of controlled preparation and laying
with surface application of glass beads at a specific rate. Upon cooling to ambient
pavement temperature, it shall produce an adherent pavement marking of specified
thickness and width and capable of resisting deformation by traffic.

(c) The colour of the compound shall be white or yellow (IS colour No. 356) as specified
in the drawings or as directed by the Employer.

(d) Where the compound is to be applied to cement concrete pavement, a sealing primer
as recommended by the manufacturer, shall be applied to the pavement in advance
of placing of the stripes to ensure proper bonding of the compound. On new concrete
surface any laitance and/or curing compound shall be removed before the markings
are applied.

9.5 Thermoplastic Material

9.5.1 General

The thermoplastic material shall be homogeneously composed of aggregate, pigment,


resins and glass reflectorizing beads. The colour of the compound shall be white or yellow
(IS colour No. 356) as specified in the drawings or as directed by the Employer.

Page 167 of 238 VMCBTPL


Volume- II, Section-4B
297 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.5.2 Requirements

The thermoplastic material shall be homogeneously composed of aggregate, pigment,


resins and glass reflectorizing beads. The colour of the compound shall be white or yellow
(IS colour No. 356) as specified in the drawings or as directed by the Employer.

(a) Composition: The pigment, beads, and aggregates shall be uniformly dispersed in
the resin. The material shall be free from all skins, dirt and foreign objects and shall
comply with requirements indicated in Table 9.1.

Table 9.1: Portions of Constituents of Marking Material (Percentage by Weight)

Component White Yellow


Binder 18.0 min. 18.0 min.
Glass Beads 30-40 30-40
Titanium Dioxide 10.0 min. -
Calcium Carbonate and 42.0 max. See Note below
Inert Fillers
Yellow Pigments - See Note below
Note:

Amount of yellow pigment, calcium carbonate and inert fillers shall be at the option of the
manufacturer, provided all other requirements of this Specification are met.

(b) Properties: The properties of thermoplastic material, when tested in accordance


with ASTM D36/BS–3262– (Part I), shall be as below:

(i) Luminance:

White: Daylight luminance at 45 degrees – 65 percent min. as per AASHTOM


249

Yellow: Daylight luminance at 45 degrees - 45 percent min. as per AASHTOM


249

(ii) Drying time: When applied at a temperature specified by the manufacturer


and to the required thickness, the material shall set to bear traffic in not more
than 15 minutes.

(iii) Skid resistance: not less than 45 as per BS 6044.

(iv) Cracking resistance at low temperature: The material shall show no cracks
on application to concrete blocks.

(v) Softening point: 102.5  9.5o C as per ASTM D 36.

(vi) Yellowness index (for white thermoplastic paint): not more than 0.12 as
per AASHTO M 249

Page 168 of 238 VMCBTPL


Volume- II, Section-4B
298 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(c) Storage life: The material shall meet the requirements of these Specifications for
a period of one year. The thermoplastic material must also melt uniformly with no
evidence of skins or un-melted particles for the one year storage period. Any
material not meeting the above requirements shall be replaced by the manufacturer
/supplier / Contractor.

(d) Reflectorisation: Shall be achieved by incorporation of beads, the grading and


other properties of the beads shall be as specified.

(e) Marking: Each container of the thermoplastic material shall be clearly and indelibly
marked with the following information:

(i) The name, trade mark or other means of identification of manufacturer

(ii) Batch number

(iii) Date of manufacture

(iv) Colour (white or yellow)

(v) Maximum application temperature and maximum safe heating temperature.

(f) Sampling and Testing: The thermoplastic material shall be sampled and tested in
accordance with the appropriate ASTM /BS method. The Contractor shall furnish to
the Employer a copy of certified test reports from the manufacturers of the
thermoplastic material showing results of all tests specified herein and shall certify
that the material meets all requirements of this Specification.

(g) Reflectorizing glass beads

General: This Specification covers two types of glass beads to be used for the
production of reflectorized pavement markings.

Type 1 beads are those which are a constituent of the basic thermoplastic compound
vide Table below and Type 2 beads are those which are to be sprayed on the surface.

The glass beads shall be transparent, colourless and free from milkiness, dark
particles and excessive air inclusions.

9.5.3 Specific Requirements

(a) Gradation: The glass beads shall meet the gradation requirements for the two
types as given in Table 9.2 below.

Page 169 of 238 VMCBTPL


Volume- II, Section-4B
299 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table 9.2: Gradation Requirements for Glass Beads

Sieve Size Percent retained


Type 1 Type 2
1.18 mm 0 to 3 -
850 microns 5 to 20 0 to 5
600 –do- - 5 to 20
425 –do- 65 to 95 -
300 –do- - 30 to 75
180 –do- 0 to 10 10 to 30
Below 180 microns - 0 to 15

(b) Roundness: The glass beads shall have a minimum of 70 percent true spheres.

(c) Refractive Index: The glass beads shall have a minimum refractive index of
1.50.

(d) Free flowing properties: The glass beads shall be free of hard lumps and
clusters and shall dispense readily under any conditions suitable for paint
striping. They shall pass the free flow-test.

Test methods: The specific requirements shall be tested with the following methods:

(a) Free-flow test: Spread 100 grams of beads evenly in a 100 mm diameter glass
dish. Place the dish in a 250 mm inside diameter desiccator which is filled
within 25 mm of the top of a desiccator plate with sulphuric acid water solution
(specific gravity 1.10). Cover the desiccator and let it stand for 4 hours at 20 to
29 degree C. Remove sample from desiccator, transfer beads to a pan and
inspect for lumps or clusters. Then pour beads into a clean, dry glass funnel
having a 100 mm stem and 6 mm orifice. If necessary, initiate flow by lightly
tapping the funnel. The glass spheres shall be essentially free of lumps and
clusters and shall flow freely through the funnel.

(b) The requirements of gradation, roundness and refractive index of glass beads
and the amount of glass beads in the compound shall be tested as per BS:6088
and BS:3262 (Part I).

(c) The Contractor shall furnish to the Employer a copy of certified test reports
from the manufacturer of glass beads obtained from a reputed laboratory
showing results of all specified herein and shall certify that the material meets
all requirements of this Specifications. However, if so required, these tests may
be carried out as directed by the Employer.

9.5.4 Application Properties of Thermoplastic Material

The thermoplastic material shall readily get screeded/extruded at temperatures specified by


the manufacturers for respective method of application to produce a line of specified
thickness which shall be continuous and uniform in shape having clear and sharp edges.

Page 170 of 238 VMCBTPL


Volume- II, Section-4B
300 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The material upon heating to application temperatures shall not exude fumes, which are
toxic, obnoxious or injurious to persons or property.

9.5.5 Preparation

(a) The material shall be melted in accordance with the manufacturer’s instructions in a
heater fitted with a mechanical stirrer to give a smooth consistency to the
thermoplastic material to avoid local overheating. The temperature of the mass shall
be within the range specified by the manufacturer and shall on no account be allowed
to exceed the maximum temperature stated by the manufacturer. The molten material
should be used as expeditiously as possible and for thermoplastic material which has
natural binders or is otherwise sensitive to prolonged heating, the material shall not
be maintained in a molten condition for more than 4 hours.

(b) After transfer to the laying equipment, the material shall be maintained within the
temperature range specified by the manufacturer for achieving the desired
consistency for laying.

9.5.6 Reflectorized Paint

Reflectorized paint, if used, shall conform to the Specification by the manufacturers and
approved by the Employer. Reflectorizing glass beads for reflectorizing paints where used
shall conform to the requirements.

9.5.7 Application

Marking shall be done by machine. For locations where painting cannot be done by machine,
approved manual methods shall be used with prior approval of the Employer. The Contractor
shall maintain control over traffic while painting operations are in progress so as to cause
minimum inconvenience to traffic compatible with protecting the workmen.

Where the compound is to be applied to cement concrete pavement, a sealing primer as


recommended by the manufacturer, shall be applied to the pavement in advance of placing
of the stripes to ensure proper bonding of the compound. On new concrete surface any
laitance and /or curing compound shall be removed before the markings are applied.

The thermoplastic material shall be applied hot either by screeding or extrusion process.
After transfer to the laying apparatus, the material shall be laid at a temperature within the
range specified by the manufacturer for the particular method of laying being used. The paint
shall be applied using a screed or extrusion machine.

The pavement temperature shall not be less than 10oC during application. All surfaces to
be marked shall be thoroughly cleaned of all dust, dirt, grease, oil and all other foreign matter
before application of the paint.

The material, when formed into traffic stripes, must be readily renewable by placing an
overlay of new material directly over an old line of compatible material. Such new material
shall so bond itself to the old line that no splitting or separation takes place.

Page 171 of 238 VMCBTPL


Volume- II, Section-4B
301 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Thermoplastic paint shall be applied in intermittent or continuous lines of uniform thickness


of at least 2.5 mm unless specified otherwise. Where arrows or letters are to be provided,
thermoplastic compound may be hand-sprayed. In addition to the beads included in the
material, a further quantity of glass beads of Type 2, conforming to the above noted
Specification shall be sprayed uniformly into a mono-layer on to the hot paint line in quick
succession of the paint spraying operation. The glass beads shall be applied at the rate of
250 grams per square meter area.

The minimum thickness specified is exclusive of surface applied glass beads. The method
of thickness measurement shall be in accordance with Appendices B and C of BS-3262
(Part 3).

The markings shall be done to accuracy within the tolerances given below:

(a) Width of lines and other markings shall not deviate from the specified width by more
than 5 percent

(b) The position of lines, letters, figures, arrows and other markings shall not deviate
from the position specified by than 20mm.

(c) The alignment of any edge of a longitudinal line shall not deviate from the specified
alignment by more than 10mm in 15m.

(d) The length of segment of broken longitudinal lines shall not deviate from the specified
length by more than 150mm.

In broken lines, the length of segment and the gap between segments shall be as indicated
on the drawings; if these lengths are altered by the Employer, the ratio of the lengths of the
painted sections shall remain the same

9.5.8 Properties of Finished Road Marking

The finished lines shall be free from ruggedness on sides and ends and be parallel to the
general alignment of the carriageway. The upper surface of the lines shall be level uniform
and free from streaks.

(a) The stripe shall not be slippery when wet.

(b) The marking shall not lift from the pavement in freezing weather.

(c) After application and proper drying, the stripe shall show no appreciable deformation
or discolouration under traffic and under road temperatures up to 60oC.

(d) The marking shall not deteriorate by contact with sodium chloride, calcium chloride or
oil drippings from traffic.

(e) The stripe or marking shall maintain its original dimensions and position. Cold ductility
of the material shall be such as to permit normal movement with the road surface
without chopping or cracking.

(f) The colour of yellow marking shall conform to IS Colour No. 356 as given in IS: 164.

Page 172 of 238 VMCBTPL


Volume- II, Section-4B
302 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

9.6 Interlocking Paver Blocks

9.6.1 General

The section covers fixing of paving blocks of specified width and depth as per
specifications/GFC drawings.

9.6.2 Material

9.6.2.1 Strength and Texture

Factory made precast paver block of M-30 or otherwise specified grade to be used. Paver
blocks to be of approved brand and manufacturer and of approved quality. Minimum strength
as prescribed by manufacturer and as per direction of Employer for the grade specified to
be tested as per method specified. The units as supplied shall be free from cracks that
detract from their general appearance. The surface texture and colour of the units shall fall
within the range of texture and colour represented by the manufacturer’s approved samples.
The colour shall penetrate to a depth of at least 5 mm below the wearing surface of each
unit and the coloured layer shall be integrally bound to the body of the unit. Interlocking
paver block to be fixed on the bed 50 mm or specified otherwise thick of coarse sand of
approved specification and filling the joints with the sand of approved type and quality or as
specified and as directed by Employer.

Page 173 of 238 VMCBTPL


Volume- II, Section-4B
303 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

10.0 STORM WATER DRAINAGE


10.1.1 General

The intent is to drain the storm water of entire port area without any undue pooling and finally
water to be let into the identified outfall point.

10.1.2 Scope

The schematic layout of drainage system is shown in drawings

Storm drainage consists of furnishing transportation, labour, equipment and materials to


construct storm drainage system in accordance with Contractor own Design and Drawings
complying Indian standards. The work includes construction and installation of the following:

a) Reinforced concrete pipe for storm water conveyance.

b) Open Concrete drain as well as box drains for collection and conveyance of storm
water including nalla discharge.

c) Pipe culverts for nalla discharge.

d) Storm drain catch basins and related drainage structures and appurtenances.

e) Storm drain outlets into identified outfall point including flap gates and related features.

f) Sewage Collection & Transfer system

10.1.3 Materials

10.1.4 Precast Concrete Pipe and Fittings

All reinforced concrete pipes shall be class NP3 conforming to IS: 458. RCC pipe shall be
of NP4 type shall be used below road.

10.1.5 Flap Gate

The drainage gate shall be designed to allow free outflow and prevent backflow. The gate
shall be provided with adjustable, double pivoted hinge links so designed to permit complete
seating, full opening, and with stops or other arrangements to prevent cover from rotating
sufficiently to become wedged in the open position. Pivot lugs mounted to frame shall be
adjustable to allow adjustment of hinge links without having to remove cover from gate. The
hinge links shall be bronze-bushed, structural steel (or high strength ductile iron, cast
manganese bronze or wrought stainless steel). All assembly hardware shall be stainless
steel.

The frame shall be cast iron, cast in one piece, with reinforcing ribs and a cast on lining eye
shall be provided for manual operation. The frame shall have a machined seating surface
inclined from vertical at minimum of 2.5 degrees to assure positive closure.

All cast iron shall be painted with manufacturer's standard shop coat paint (or special paint).
Structural steel hinge links shall be galvanized. All bronze and stainless steel parts do not
require further finish.

Page 174 of 238 VMCBTPL


Volume- II, Section-4B
304 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

10.2 Execution

10.2.1 Installation of Pipe, Fittings and Appurtenances

Excavation, trenching, installation, compacting soil and finishing operations for all pipe and
soil materials shall conform to the Indian standards. Carefully examine each pipe prior to
placing. Promptly set aside all defective pipe and all damaged pipe. Clearly identify all
defects. Do not install defective pipe or damaged pipe. Provide all required equipment for
lowering pipe safely into the trenches. The details of catch pit, drainage channel are shown
in drawings.

10.2.2 Pipe Joints

All pipe joints shall be watertight and of such design as to remain sealed after possible
settlement.

Pressure Testing: The length of pipe shall be tested as per Indian Standard.

10.2.3 Repair and Retesting

Sections of pipe not meeting the pressure test requirements shall have individual joints
tested and sealed.

10.2.4 Storm Drain Cleaning

Prior to final acceptance and final catch basin-to-catch basin inspection of the storm drain
system by Employer, flush and clean all parts of the system. Remove all accumulated
construction debris, rocks, gravel, sand, silt, and other foreign material from the storm drain
at or near the closest downstream manhole. If necessary, use mechanical rodding or
bucketing equipment.

Upon Engineer's final catch basin-to-catch basin inspection of the storm drain system, if any
foreign matter is still present in the system, reflush and clean the sections and portions of
the lines as required.

10.2.5 Tolerances

Pipe Inverts: Plus 10 mm, minus 10 mm

Catch Basin Grates: Plus 0.00 mm, minus 10 mm

10.2.6 Inspection

Prior to final approval of any pipe installation, a thorough inspection shall be made of entire
installation. Any indication of defects in material or workmanship, or obstruction to flow in
the pipe system, shall be further investigated and corrected as necessary by the Contractor
at no additional cost to the Employer.

Page 175 of 238 VMCBTPL


Volume- II, Section-4B
305 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

10.3 Construction of Catch Basins and Trench Drains

10.3.1 Excavation and Backfill

Excavation and backfill as required accomplishing the construction. Backfill shall be as


specified for the adjoining pipe trench.

Install catch basins and trench drains at the locations based on IS code and as specified
herein. Construct forms to the dimensions and elevations required for cast-in-place units.
Forms shall be tight and well braced.

10.3.2 Concrete Work

Cast-in-Place Concrete

Prior to placing formwork compact existing insitu soil and provide a layer of compacted
bedding material.

Prior to placing the concrete, remove all water and debris from the forms. Place the concrete
and screed the top surface of exposed slabs and walls. When the initial water has been
absorbed, float the surfaces with a wood float and lightly trowel with a steel trowel to a
smooth finish free from marks or irregularities. Finish exposed edges with a steel-edging
tool. Remove forms and patch any defects in the concrete as required.

Cure concrete by preventing the loss of moisture for a period of 7 days. Accomplish with a
membrane-forming curing compound. Apply the curing compound immediately after removal
of forms or finishing of the slabs. Protect concrete from damage during the 7-day curing
period.

Precast Units

Prior to placing precast units compact existing insitu soil and provide a layer of compacted
bedding material.

10.3.3 Extensions

Extensions to be installed as per requirement. Lay risers in mortar with sides plumb and tops
to grade. Joints shall be sealed with mortar, with interior and exterior troveled smooth.
Prevent mortar from drying out and cure by applying a curing compound. Extensions shall
be watertight.

10.3.4 Installation of Frames and Grates

Set frames and grates at elevations indicated or as determined in the field and in
conformance with the design and Drawings. Frames may be cast in, or shall be set in mortar.

10.3.5 Cleaning

Upon completion, clean each structure of all silt, debris, and foreign matter.

Page 176 of 238 VMCBTPL


Volume- II, Section-4B
306 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

10.3.6 Final Grades for Field Inlets

The final finish grades of top of grate on all storm water inlets and trench drains shall be
adjusted to receive surface flows without pooling. No inlets will be acceptable if it protrudes
above the finish-paving surface.

10.3.7 Installation of Flap Gate

Install flap gates at locations as per manufacturer's recommendations.

Page 177 of 238 VMCBTPL


Volume- II, Section-4B
307 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

11.0 HIGH MAST LIGHTING SYSTEM


11.1 Scope

The scope of ‘High Mast Lighting System’ shall comprise but not limited to the items listed
below:

a) Supply of 30 M High Masts complete with head frame, in-built power tools, lowering device,
ropes, lighting fixtures, aviation light and other associated items including anchor bolts as
specified.

b) Foundations, installation, testing and commissioning of above

c) Supply of High Mast switches board as required

d) Installation, power & control cable termination, testing & commissioning of above

e) Providing concrete pedestal of switchboards, supply & installation of Crash Guard

f) Supply, installation testing & commissioning of 1100 Volts power cables of suitable sizes for
the above and as specified.

g) Earthing of each High Masts, each High Mast Switchboards

h) Lightning Protection

i) Earthing pits for each High Mast


j) Bird Proofing

k) Any other item not included above but required for completion

The lighting design shall be in accordance with IS: 3646. The selection of lamps and luminaire
types shall be based on high efficiency, good glare control and luminance level required.

Luminaires, mast and brackets shall be selected to suit the harsh environmental conditions
specified. Luminaires shall have high power factor (0.85 or higher) control gear.

Any apparatus, appliance or material not mentioned in the Specification, or any incidental
appliance or material, or services which may be necessary to make the system complete and
perfect in all respects even if not particularly specified shall be furnished, without any
additional expense to the Employer, the same as though specifically shown on the Drawings,
or mentioned in the Specification.

Small details not usually shown or specified, but necessary for the proper installation and
operation of the work shall be included.

11.2 Fittings

Lighting fittings selected shall be LED. Lighting fittings shall be full cut off type to prevent
stray light above 90 deg.

Page 178 of 238 VMCBTPL


Volume- II, Section-4B
308 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

11.3 Light Switching Philosophy

Each High Mast shall have Lighting Circuit, controlling the light fittings on High Mast. This
circuit shall be controlled by a photoelectric cell located in the mast switchboard so that the
lights turn on automatically depending on preset solar radiation level. Manual over ride
facility shall also be available in the switchboard located at the base of the high mast.

11.4 Location of High Masts

High Mast locations shall be as shown in the tender drawings which is the minimum
requirement. The Contractor shall design the High mast and outdoor lighting to meet the
desired lux level.

11.4.1 General

The High Mast in the plant area shall have a height of 30 meters.

A High Mast Switchboard is required to be installed at the base of each High Mast.

The High Masts are expected to be fabricated out of galvanized steel. They shall have a
door at the base with hinges and a lock. The size of this door shall be a minimum of 1.00 m
x 0.50 m. The bottom of the door shall be located at a height of 0.50 m from the base of the
High Mast.

The High Mast shall be designed for the number of light fittings determined by the Lighting
Design based on the minimum 20lux of illumination plus two additional fittings to allow for
possible future modifications/expansion. The High Mast shall be designed for the worst sail
area resulting from the most adverse configuration.

The High Mast shall be designed to withstand loads from fabrication, handling, erection, and
for the dynamic loading outlined below.

11.4.2 High Mast Head-Frames

Each High Mast shall be fitted with a head frame, which shall be capable of being lowered
and raised by means of a winch or other similar mechanical mechanism for the lowering and
raising of the headframe. The winch shall be able to be operated by use of a power tool.
Each High Mast shall be provided with internal power tool complete with drive motor and
drive assembly of suitable rating. The power for the drive motor of power tool shall be from
the respective high mast switchboard.

The headframe shall be of durable steel construction fitted with light and gear fixings and
junction box. It shall be in single piece for maximum strength. The headframe shall also act
as an electrical conduit with cable holes protected by grommets. The headframe shall
incorporate arrangements to prevent damage to the galvanizing of the High Mast.

11.4.3 Mechanical Arrangement – Lowering And Raising Headframe (Ring) System

For installation and maintenance purpose, it is required that the headframe (ring) for the
yard lights be able to be raised or lowered using a winch or approved lowering device to the
base of the High Mast. The steel wire rope supporting the headframe shall be kept in balance
and horizontal at all times.

Page 179 of 238 VMCBTPL


Volume- II, Section-4B
309 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

A device, suitably protected from corrosion, shall be incorporated to ensure that the tension
rope cannot accidentally or manually be released without a service tool.

11.4.4 Top Pulley Assembly – Lowering And Raising Headframe (Ring) System

The pulleys for the lowering and raising of the headframe system shall be of non-corrodible
material and shall run on self-lubricating bearings with stainless steel axles. They shall be
of sufficient diameter so as to enable multicore flexible cables to be used. Arrangements
shall be provided to ensure that the electric cables and steel wire ropes are separated before
the passing over their respective pulleys and close fitting guides shall protect the pulleys to
prevent ropes and cables leaving the pulley grooves. It is intended that there will be 2 cables
from the High Mast Distribution Board at the base of the High Mast to the junction box on
the headframe. Individual cables will then run from the junction box to each light fitting. This
cabling arrangement will need to be considered in the design.

The pulleys shall be housed in a chassis integral with a sleeve which slips over the top of
the High Mast and is secured axially and in azimuth. Guides and stops shall be provided for
locking the headframe and an anchor point shall be securely welded to the assembly to
receive the safety maintenance equipment. The complete chassis assembly shall be hot dip
galvanized after fabrication. The pulley assembly shall consist of safety brakes capable of
immediate stopping of the raising and lowering device even in the extreme case of hoisting
cables breaking.

The pulley assembly shall be protected by a galvanized steel/Aluminium or other approved


weatherproof cover.

11.4.5 Winches – Lowering And Raising Headframe System

Winches shall be completely self-sustaining without the need for brakes, springs or clutches
which require adjustment and shall be designed to be installed or removed through the door
opening.

Termination of the winch ropes shall not involve distortion or twisting of the rope structure. A
minimum of four turns of the rope shall remain on the drum when the lantern carriage is fully
lowered. Winch drums shall be grooved to ensure a tidy rope lay. A test certificate issued by
an independent test house shall be supplied with each winch. The capacity and operating
speed of the winch shall be clearly marked on each winch on an indelible label together with
the Specification of the recommended lubricant. Each winch shall be supplied with a fitted
canvas cover.

11.4.6 Lightning Protection And Earthing System

Each mast shall be provided with lightning protection system which shall be installed and
tested as per BS:6651, BS:7430 and TR7, ILE, UK, and IS:2309 & IS: 3043.

11.4.7 Openings

Any openings in the High Mast for the feeding of cables/stainless steel rope in and out of
the High Mast require coverings/capping’s so as to prevent the intrusion of rain water into
the High Mast.

11.4.8 Dynamic Loading

All High Masts shall be designed for maximum reaction arising from basic wind speed of
180 km/hr and factors K1, K2, K3 as per IS:875 (Part III) for design wind speed.

Page 180 of 238 VMCBTPL


Volume- II, Section-4B
310 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The minimum design life shall be 30 years.

The High Masts shall be designed in accordance with relevant Indian earthquake standard.

The design shall be such that wind excited oscillations are damped as much as possible
and an adequate allowance shall be made for the stress due to these oscillations. The
method of damping shall be stated.

Full calculations of the forces involved shall be submitted for approval. The analysis shall
show the resultant loadings, deflection and stresses in all three principal axes at a minimum
of 500 mm increments over the total length of the High Mast.

In addition, the High Mast structures shall have adequate strength to resist fabrication,
handling and erection loads without becoming overstressed or deflecting excessively.

11.4.9 High Mast Construction

All steel used in the construction of the High Mast, including welding shall comply with
relevant Indian or British standards for Structural Steelwork.

The High Mast shall be constructed from mild steel plates, of grade and thickness as
determined in the design. The minimum steel plate thickness shall be 6 mm. An appropriate
corrosion allowance shall be used in the design. The high mast shall be cut and folded to
form a polygonal/circular section. Adjoining sections of the High Mast shall be jointed by
taper slip fit jointing. No site welded joints will be permitted.

All High Masts shall have a close fitting weatherproof door at the base with hinges and a
heavy duty lock. The lighting distribution board shall be placed inside the High Mast base at
this location. The size of the door is expected to be approximately 1.00 m x 0.50 m in size
but may vary according to each design. The bottom of the door shall be located at a height
of 0.50 m from the underside of the base plate of the High Mast. The door opening shall be
reinforced where required to prevent buckling. The reinforcement being designed to suit the
width of the door opening under the designing loading specified. Ten (10) sets of keys shall
be provided for each type of lock.

The baseplate shall be free from laminations and the welded connection to the High Mast
shall fully develop the strength of the section. In addition, supplementary gussets shall be
provided between bolt holes.

On the completion of fabrication, all High Masts and headframes shall be hot dipped
galvanized both internally and externally to a minimum thickness of 100 microns.

11.4.10 Foundations

The design and layout of each type of High Mast shall be furnished. The design shall be
based on the foundations not resting on bedrock & shall be carried to a depth of at least 2.0
m below final grade. They shall also be designed for a safe bearing capacity of 15T/m2 at
2.0 m depth. Settlement shall not exceed 25 mm, unless specified otherwise and the
structural arrangement and design shall be such as to withstand such settlements.

The footings for the High Mast including holding down anchor bolts with nuts and washers
shall be supplied and installed under this contract.

Page 181 of 238 VMCBTPL


Volume- II, Section-4B
311 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

11.4.11 Wire Ropes

Wire rope system shall be suitable for maintaining the lighting fixtures/control gear from the
ground level in spite of crash barriers around the mast.

Wire ropes shall be flexible stainless steel type. Thimbles and terminals shall be of
compatible material. Ropes with hemp cores will not be permitted. In the event of failure of
one rope the other rope shall hold the lantern carriage.

11.4.12 Materials

All materials shall comply to the relevant Indian or British Standards.

All steel conduits, metal work, angle iron brackets, suspension rods etc. shall be hot dipped
galvanized to a minimum thickness of 100 microns. Where galvanizing has been damaged
this shall be repaired with an approved two pack zinc rich epoxy finish.

11.4.13 Luminaires

The lamps shall be of LED type. Lighting fixture shall be waterproof, dust proof and suitable
for highly corrosive atmosphere. It shall be manufactured with die-cast Aluminium, MBV
treated reflector, electronically brightened and anodized, IP 54 degree of protection and
confirms to relevant IS specifications. It shall be provided with stainless steel toggles, heat
resistant & toughened glass cover. Hardware used to install the fittings, control gearboxes
and for other purposes shall be of stainless steel. The luminaires shall be tested as per
Indian Standard and shall be suitable for installation on high mast.

11.4.14 Aviation Light

LED type aviation light shall be provided at each mast.

11.4.15 Power Tools

This is a geared motor with suitable torque limiter, industrial duty type. The motor is mounted
on MS hot-dip galvanized plate inside the mast with a possibility of adjusting its position.

However, the adjustment shall be so arranged that it cannot be altered easily during normal
use of tool at site.

11.5 High Mast Switch Boards

11.5.1 High Mast Switch Boards

These boards shall be free standing pad mounted IP65 type with SS316 enclosure.

The boards shall be designed for the number of circuits as required.

The boards shall include miniature circuit breakers/ELCB, Contactor, ON-OFF Control
Switch and all other required accessories as required.

The cubicle shall be designed for mounting over RCC pad of 300 mm. Thickness minimum
and shall be capable of withstanding the vibrations normally experienced due to vehicular
traffic. The top cover of the enclosure shall have slope to prevent accumulation of rainwater.
A gland plate shall be provided at the bottom of the switchboard.

Page 182 of 238 VMCBTPL


Volume- II, Section-4B
312 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

An incandescent lamp shall be provided inside the switchboard, with door switches on both
doors, so as to switch ‘ON’ when the door is open.

11.5.2 Construction

11.5.2.1 Metal Work

System control panel shall be fabricated out of CRCA sheets – 2 mm thick for structural
components and 1.6 mm thick for covers and doors & hot dip galvanized after fabrication. A
220 V industrial weatherproof socket shall be provided at each high mast location.

High mast switch board shall be fabricated out of standard GI Sheets with suitable paint
system to prevent corrosion.

11.5.2.2 Degree of Protection

The HMSB shall be sized to allow for heat generated and design includes for dissipation of
heat and shall be IP 65 degree of protection plus canopy, whereas system control panel
shall have minimum IP4X degree of protection.

Each board/panel shall be provided with hinged door with gaskets.

240V AC auxiliary and control supply Aluminium bus bars shall be provided through control
transformer of adequate capacity in system control panel.

The Board/Panel shall have earth bus bar running through the whole length of the board. All
equipment’s mounted in the board shall be directly connected to this earth bus.

11.5.2.3 Wiring

The wiring shall be complete in all respects so as to ensure proper functioning of control,
protection and interlocking schemes.

The control wiring shall be of PVC insulated stranded, copper conductor of 2.5 sq.mm cross
section. Each control wire shall be identified at both ends with wire designations in
accordance with the relevant Indian Standards. All wire terminals shall be with compression
or clamp type connectors. Wires shall not be spliced or tapped between terminal points.
Designation ferrules will be interlocking type with designation engraved with indelible ink.
Not more than two wires shall be connected to one terminal.

Power and control wires shall be neatly bunched, separately and adequately supported so
as to prevent sagging and strain on termination.

Terminal blocks for power and control wiring shall be provided with adequate clearances.

11.5.3 Component Specification

11.5.3.1 Contactors

Contactors for A.C. shall be 3 pole air break electromagnetic type suitable for making and
breaking locked rotor current of the motor which is equal to around six (6) times the full load
current. Contractor shall have minimum 2 Nos. auxiliary contacts.

Page 183 of 238 VMCBTPL


Volume- II, Section-4B
313 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Contactors shall be suitable for uninterrupted duty as per IS 2959 and utilization category
shall be AC3 as per IS:4064. The contact material of the contactors shall have anti-weld
properties. Insulation class of the operating coils shall be class E or better. Operating coils
of AC contactors shall be suitable for 240 V + 10% 50+ 3% Hz, AC supply. The contactors
in general shall not drop out at voltage on and above 65% rated control supply voltage.

11.5.3.2 Photo Electric Switch

A photo electric cell/switch operating on 230 Volt AC shall be provided for automatic group
control switching operation based on solar radiation levels.

11.5.3.3 Auxiliary Contactors

The auxiliary contactors and no volt relay will be provided as per circuit requirement. The
contact rating shall be 10 Amp. for A.C. The auxiliary contactors shall have at least 8 contacts
in contact combinations as per the requirement.

11.5.3.4 Control Terminal Blocks

Control terminal blocks shall be of 650 volts’ grade, rated for 10 amps and in one piece
moldings. It shall be complete with insulation barriers, clip on type terminals and
identification strips. Marking on terminal strip shall correspond to the terminal numbering on
wiring diagrams.

At least 20% spare terminals for connections shall be provided and these spare terminals
shall be uniformly distributed on all terminal blocks.

All terminal blocks shall be suitable for terminating on each side, two (2) Nos. of 2.5 mm2
size stranded copper conductors.

All terminals shall be numbered for identification and grouped according to the function.
Engraved white-in-black labels shall be provided on the terminal blocks.

Wherever duplication of a terminal block is necessary it shall be achieved by solid bonding


links.

Self-aligning, spring loaded, silver plated, sliding contacts for proven design shall be
provided as control terminals for withdrawable/ draw out modules. Detachable plug and
socket type control terminals shall also be acceptable.

11.5.3.5 Indicating Lamps

The indicating lamps shall be panel mounting large industrial LED type and shall be
interchangeable. Indicating lamps shall be with translucent lamp covers. The lamp covers
shall be mounted flush on the front panel door and shall be replaceable from the front of the
cubicle.

Page 184 of 238 VMCBTPL


Volume- II, Section-4B
314 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

12.0 RAILWAY SIDINGS


12.1 Category of line

The siding shall be in category of “Private Siding”.

12.2 Ruling gradient

The ruling gradient of 1 in 150 shall be adopted for the proposed sidings. The ruling gradient
shall be compensated for curves at the rate of 0.04% per degree of curvature.

12.3 Track geometry

12.3.1 Track gauge

Track Gauge shall be 1676 mm.

12.3.2 Turnouts

All turnouts shall be 1 in 8 ½ with 52 kg rails curved switches, CMS crossing on Pre-stressed
Concrete sleepers. Layout shall be dimensioned accordingly. Check Rails shall be provided
for Curved portion of the track on the inside of the curve.

12.3.3 Track centers

Track centers shall be kept at standard spacing of 5.3 m.

12.3.4 Fouling marks

These are located where track centers of diverging / converging lines are 5.3m.

12.4 Earthwork

The earthwork shall be carried out with suitable soil as per standard specification of the
Railways (RDSO guidelines). Top 1000mm of formation shall be provided with suitable
blanketing material and compacted as per RDSO guidelines and the formation level shall be
+5.0m CD.

12.5 Culverts & Bridges

All the Culverts and Bridges shall be built with mass concrete of a minimum grade of M-25
and RCC Box culvert shall be built with M-30 grade concrete as per RDSO guidelines

12.6 Ballast

Machine crushed hard stone ballast of 50 mm nominal size with a maximum of 65mm size
shall be provided to a thickness of 250 mm as cushion below the sleeper over the
consolidated embankment at a rate of 1.67 cum per meter run of track as per Railway
standard specifications.

Page 185 of 238 VMCBTPL


Volume- II, Section-4B
315 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

12.7 Pre-stressed Concrete Sleepers

New pre-stressed Concrete mono block sleepers (with M+4 density) at the rate of 1340
sleepers per kilometre shall be provided with elastic fastenings for holding the rails on
grooved rubber pads at rail seat.

12.8 Rails

60 kg per metre 90 UTS rails of 13m standard length shall have to be laid over Pre-stressed
Concrete sleepers for the track. For joining of Two (2) rails, fish plate arrangement with fish
bolts shall have to be provided. Fixing of rails with Pre-stressed Concrete sleepers shall
have to be carried out with elastic rail clips as per Indian Railway Standard.

12.9 Points & Crossings

52 KG points and crossings shall be provided and the points at the unloading area will be
motor operated.

Page 186 of 238 VMCBTPL


Volume- II, Section-4B
316 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

13.0 INTERNAL ELECTRIFICATION WORKS


13.1 General

LT power for internal lighting, electrical fittings, air condition & ventilation of all the buildings
shall be taken from the respective feeder pillars and distributed inside the building using
standard distribution boards as required.

13.2 Scope

The scope of work covers design, supply, installation, testing and commissioning of
complete electrical distribution system in all respect and shall include but not limited to the
following:

ii) All Air-conditioning and ventilation work related to building as mentioned in foregoing
paragraph.

iii) Internal illumination and electrification of building including wiring & installation of
fixtures, switches, sockets, fans, conduits, brackets, junction boxes, main power
distribution board at respective buildings, LT switch panels, sub-distribution board,
etc.

iv) The illumination levels shall be in line with national building code and relevant IS
codes as referred in subsequent paragraph.

v) Complete earthing & lightning protection system comprising of earth stations,


earthing conductors including all accessories & hardware.

vi) Computer, internet, Local Area Network (LAN) and telephone wiring with sockets,
wires and conduits, etc.

All civil works related to cut outs on walls for taking cables, drilling & fixing of fasteners for
fixing of fixtures/cables/ conduits etc.

viii) Coordination with other Contractors wherever required.

ix) Since the project/works is on EPC basis, the items/components not specifically
mentioned but are required for proper functioning of works shall be considered and
included in the bid.

The Scope of work under Internal Electrical Works shall cover the supply, installation,
testing and commissioning of the complete Internal Electrical Installation.

a) Design, manufacture, supply, installation, testing and commissioning


distribution boards for Power, Lighting & Emergency Supply.

b) Supply, installation, testing and commissioning of light control switches,


lighting and power receptacle units, all wiring and submains, conduiting
including point wiring, circuit wiring along with wiring accessories and all other
items necessary for lighting system. All internal wiring shall be in recessed
with UPVC conduits and surface with MS conduits.

c) Obtaining approvals from the Chief Electrical Inspector and all other statutory
authorities for the complete scope of work.

Page 187 of 238 VMCBTPL


Volume- II, Section-4B
317 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

It is not the intent to specify completely herein all aspects of design and constructional
features of equipment and details of the work to be carried out, nevertheless, the equipment
and work shall conform in all respects to high standards of Engineering, design and
workmanship and shall be capable of performing in continuous operation in a manner
acceptable to the Employer who will interpret the meaning of the specifications and drawings
and shall have right to reject or accept any work or material which in his assessment is not
complete to meet the requirement of this specifications and or applicable code and
standards mentioned elsewhere in this specifications.

Fabrication Drawings

The Contractor shall submit all the fabrication details based on the equipment offered in the
tender for the approval of the Employer before commencing the work. The details shall
contain all setting out details and physical dimensions of all fabrication works, equipment
offered and their foundation/mounting details.

Brochures and Data

The Contractor shall submit four copies of all brochures, Contractor's description data and
similar literature. One copy will be returned to the Contractor after approval.

Scale

Electrical layout plans shall be drawn to the scale as established on drawings and shall
indicate the size and location of all equipment and accessories herein. The Contractor shall
obtain all dimensions preferably at the site and check those plans for interference with the
building structure and other equipment.

Approval

The Employer's approval of such drawings, schedule, brochures, etc. will be an approval of
general details and arrangements only and shall not relieve the Contractor from
responsibility for deviation from drawings or specifications unless he has in writing called the
Employer’s attention to such deviations at the time of submission nor shall it relieve the
Contractor from responsibility for errors or omissions of any kind in the shop drawings when
approved.

Storage

All materials and equipment shall be stored properly to the satisfaction of the Employer so
that physical handling and climatic conditions do not affect the equipment.

Cutting & Patching

Cutting, patching and redoing shall be kept to the minimum. Wherever such works are
required to be carried out, necessary permission shall be obtained from Employer before
cutting and patching up. Those shall be subsequently furnished properly to the satisfaction
of Employer. Care shall be taken to prevent spreading of equipment and finishing.

Page 188 of 238 VMCBTPL


Volume- II, Section-4B
318 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Protection

All work, equipment and material shall be protected at all times to prevent obstructions,
damage or breakage. All equipment shall be covered and protected against water, dust,
sand as well as chemical and or mechanical damage. At the completion of the work, all
equipment shall be thoroughly cleaned and delivered in a perfect unblemished and working
conditions.

Vibration noise Isolation

The Contractor shall provide equipment vibration isolation base for floor mounted
equipment. Bases shall be separated from building floor by means of approved vibration
isolation pads to be provided by the Contractor.

Maintenance and Operation

The Contractor shall advise the operating personnel of the Employer in the maintenance
and operation of installation, including necessary training to the Employer's personnel at no
extra cost.

13.2.1 Lighting System Equipment

This specification covers the design, manufacture, testing, inspection and delivery to site of
lighting system equipment such as light control switches, lighting and power receptacle
units, wires, ceiling fans, lighting fixtures, conduits and other similar items necessary for
lighting system.

Sub-Distribution Boards (Normal & Emergency)

Constructional Features

Boards shall be sheet steel enclosed and shall be fully dust and vermin proof, providing a
degree of protection of IP:52. The sheet steel used shall be cold rolled and 2 mm thick.

All boards and panels shall be provided with hinged doors for access to equipment. Doors
shall be gasketted all round with neoprene gaskets. For wall mounting, lighting panels when
provided with MCBs, a hinged, latched front door shall be provided with key-locking facility
and a slotted Bakelite sheet shall be provided inside. Only the MCBs operating knobs shall
project out of the Bakelite sheet slots for safe operation and neat appearance.

All accessible live connections/metals shall be shrouded and it shall be possible to change
individual MCBs from the front of the boards/panels without danger of contact with live metal.

Adequate interior cabling space and suitable removable cable entry plates shall be provided
for top/bottom entry of cables through glands and or conduits. Necessary number of glands
to suit the specified cable sizes shall be provided. Cable glands shall be screwed on type
and made of brass.

Two earthing terminals shall be provided for each distribution board.

All sheet steel parts shall undergo rust-proofing process which should include degreasing,
de-scaling and a recognised phosphating process. The steel works shall then be painted
with two coats of Zinc-chromate primer and two coats of final stove-enamelled finish paint
of colour. For chemical/corrosive areas, epoxy paint shall be used.

Page 189 of 238 VMCBTPL


Volume- II, Section-4B
319 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Busbars

Busbars shall be of aluminium alloy of E91E grade.

Busbars shall be provided with at least the minimum clearances in air as per applicable
standards for a 500V, 3 phase system.

Busbars shall be adequately sized for the continuous current rating such that the maximum
temperature of the busbars, busbar risers/droppers and contacts does not exceed 85oC
under site reference temperature.

The busbars, busbar connections and busbar supports shall have sufficient strength to
withstand thermal and electro-mechanical stresses of the fuse/MCB's let through/cut-off
current associated with the specified short-circuit level of the system.

Busbar supports shall be made from suitable insulating material such as Hylam sheets,
glass reinforced moulded plastic materials, permmali wood or cast resin. Separate supports
shall be provided for each phase of the busbars. If a common support is provided for all
three phases, anti-tracking barriers shall be incorporated.

The neutral bus of the main 3 phase, 4 wire distribution board shall be rated not less than
50% of the phase busbars. The neutral bus of the 1 phase ways lighting panel shall be rated
same as the phase busbars. The neutral bus should have sufficient terminals and
detachable links for full number of single-phase outgoing lighting circuits.

13.2.1.1 Panels/Boards' Component Equipment

Miniature Circuit Breakers (MCB)

MCBs shall be hand operated, air break, quick make, quick break type conforming to
applicable standards.

MCB shall be provided with overload/sort-circuit protective device for protection under
overload and short-circuit conditions. The minimum breaking capacity of MCBs shall be 9
kA rms. at 415V.

DB's shall be provided with locking facility.

Internal Wiring

Panel/boards shall be supplied completely wired, ready for the Employer's external
connections at the terminal blocks. Wiring shall be carried out with 1100/650V grade, FRLS,
PVC insulated, stranded copper conductors. Conductors of adequate size shall be used to
suit the rated circuit current.

Engraved identification ferrules, marked to correspond with the wiring diagram shall be fitted
at both ends of each wire.

All wiring shall be terminated on terminal blocks. Terminal blocks shall be one piece
moulded, 550V, of reputed make, preferably stud type for higher current ratings such that
wires are connected by cable-lugs and complete with nuts and washers. Terminals shall be
adequately rated for the circuit current; the minimum rating shall be 20A.

Terminals for circuits with voltage exceeding 125V shall be shrouded.

Page 190 of 238 VMCBTPL


Volume- II, Section-4B
320 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Terminals shall be numbered and provided with identification strip for identification of the
circuit.

Labels & Diagram Plate

All door mounted equipment as well as equipment mounted inside the switchboards/panels
shall be provided with individual labels with equipment designation/rating. Also the
boards/panels shall be provided on the front with a label engraved with the designation of
the board/panel as furnished by the Employer.

Labels shall be made of non-rusting metal, 3-ply lamicoid or engraved PVC.

Inside the door of the 1 phase ways lighting panels a circuit diagram/description shall be
fixed for reference and identification.

Light Control Switches

Light control switches of ratings and types, i.e. decorative shall be supplied. The switches
shall be grid plate type/Piano Key type suitable for use on 240V, 1 Phase, 50 Hz supply.

Switches shall be of flush type for mounting behind an insulated plate or incorporated with
a switch plate for mounting flush with the surface of wall or switch box/suitable enclosure.
The switch box/enclosure may be recessed into or mounted on a wall as per the
requirements of project layouts.

The size of enclosure boxes shall be chosen to accommodate the number of switches to be
installed at the particular location. The enclosures shall be 18-gauge sheet steel stove-
enamelled/galvanized. The enclosure box shall be covered with Perspex/insulating cover.
An enclosure intended for surface mounting shall not have holes or gaps in its sides
mounting shall not have holes or gaps in its sides other than those expressly provided for
cable entry.

Receptacle Units

Receptacle units shall consist of socket outlet with associated switch and plug. The socket
outlet and switch or MCB shall be flush mounted within a stove enamelled/galvanized 18
gauge steel enclosure with Perspex/insulating cover. The box may be recessed into or
mounted on a wall as per requirements of project layouts.

The receptacle units shall be suitable for 240V, 1 phase, 50 Hz/415V, 3 phase, 50 Hz supply
as indicated.

Single phase receptacles shall be associated with a switch/MCB of same current rating and
the receptacle shall become live only when the associated switch/MCB is in "ON" position.

The plugs shall be provided with cord grips to prevent strain and damage to
conductors/wires at connection and entry points.

The types and current rating of receptacle units shall conform to the applicable standards.

Whenever required, receptacle units may be provided with MCBs instead of switch.

Page 191 of 238 VMCBTPL


Volume- II, Section-4B
321 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Lighting Wires

The wiring of lighting system shall be carried out through 650/1100V, PVC insulated, FRLS,
unarmoured, stranded copper conductors, unless otherwise specified. The wires shall
conform to the applicable standards.

The minimum area of conductors shall be 1.5 sq.mm for point wiring of light fittings and 5A
receptacles and 4.0 sq.mm for receptacles rated 15A. The Circuit wiring for light fitting shall
be with 2.5 sq.mm stranded copper conductors.

The wires shall be coated red, yellow, blue for R, Y, B phase and black for neutral and green
for earthing.

The approximate quantities of wires shall be indicated by the Employer only when the same
are not covered in the Contractor's "Point Wiring" work under lighting system installation
work.

Unless otherwise specified, lighting cables shall be of 650/1100V grade, 3, 3½ and 4C, PVC
insulated and armoured type for main distribution boards.

Conduits

MS or UPVC (Un-plasticised PVC) conduits and their associated fittings as per sizes shall
conform to applicable standards. The minimum size of conduit shall be 20 mm.

Supply of conduits shall include all associated fittings like couplers, bends and tees as
required for lighting system installation work.

Junction Boxes

Junction boxes with terminals shall be supplied for branching and terminating lighting cables
when required for outdoor areas, 3 phase receptacles etc.

The junction boxes shall be dust and vermin proof and shall be fabricated from 14-gauge
sheet steel and shall be complete with removable cover plate with gaskets, two earthing
terminals each with nut, bolt and washer. Boxes shall be additionally weather-proof when
specified.

The boxes shall have provision for wall, column, pole or structure mounting and shall be
provided with cable/conduit entry knock outs, terminal blocks, HRC fuses, etc.

The terminal blocks, with specified number of terminals, shall be mounted securely on
brackets welded to the back sheet of the box. The terminals shall be 600V grade, one-piece
construction complete with terminals, insulation barriers, galvanized nuts, bolts and washers
and provided with identification strips of UPVC/MS. The terminals shall be made of copper
alloy and shall be of box clamp type.

The boxes shall be painted with one shop coat of Red oxide Zinc chromate primer followed
by a finishing coat of paint as specified.

Page 192 of 238 VMCBTPL


Volume- II, Section-4B
322 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

13.2.2 Lighting System Installation Work

13.2.2.1 General

This specification indicates the requirements of lighting system installation work. The
installation, testing and commissioning of complete lighting system and power receptacles
shall be carried out in accordance with the Lighting Installation Notes, the Employer's
Drawings and as stipulated in this specification and Data Sheets. Separate Specifications
when enclosed, cover the requirements of lighting equipment supply.

Ceiling Fans

Ceiling fans shall be suitable for operating on 230V, 1 phase, 50 Hz supply and shall be
complete with standard mounting accessories such as suspension rods, top and bottom
caps etc.

Approximate size of the fan to be 1200mm. The minimum fan shall be of 80w and shall
produce minimum of 215 cmm. The fan shall be fixed at a minimum to height to ceiling of
1000mm and shall not be fixed at less than 3000mm from finished ground level. The fans
shall be supplied with appropriate speed regulators, fixtures and with all other accessories.

Split AC

Minimum capacity of the AC to be 1ton. The AC shall be wall mounted split ac with a rated
capacity of 5stars. The AC shall include all the required fixtures, invertor and with all other
accessories.

13.2.2.2 Codes and Standards

Electrical installation work shall comply with the latest applicable Standards, Regulations
and Safety Codes of the locality where the equipment will be installed. Nothing in this
Specification shall be constructed to relieve the Contractor of this responsibility.

Installation work shall conform to the latest applicable Code of Practice, Indian standards,
Fire Insurance Regulations and Standards.

13.2.2.3 Installation Work Scope

The installation work shall include storing, unpacking, fixing of all equipment associated with
lighting system, routing and laying conduits, wiring, termination with copper lugs wherever
required, testing, commissioning and all other work items necessary for completing the job.

The supply of all mounting accessories, earthing wires and incidental hardware and
consumables like fixing saddles, spacer plates, junction boxes and conduits required for the
fitting fixing/suspension points, point boxes and connectors, jointing ferrules, all fixing
brackets, screws and studs, shall be deemed to be included as part of installation work.
Mounting accessories like saddles, spacer plates, joint boxes, junction boxes and fixing
hardware shall be of galvanized mild steel.

The Contractor shall be responsible if parts of panels, fittings, etc. are lost or damaged and
fluorescent tubes/incandescent lamps/mercury vapour lamps/sodium vapour lamps
enclosures of glass/plastic etc. are broken during installation. All damage and thefts shall be
made good by the Contractor till the installation is handed over to the Employer.

Page 193 of 238 VMCBTPL


Volume- II, Section-4B
323 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Contractor shall touch-up painting on lighting panels/boards if the same is damaged
during installation handling.

Point Wiring

Whenever asked for, if installation is to be carried out on point wiring basis, the supply of
following shall be deemed to be included as part of the installation work, in addition to the
items mentioned earlier.

a) 650/1100V lighting wires for conduit wiring, minimum size of 1.5 sq.mm PVC
insulated FRLS copper conductor.

b) UPVC/MS conduits with all relevant accessories and junction/inspection boxes.


Minimum size 20 mm for exposed/concealed conduits respectively.

c) necessary 5A/15A light control switches of grid plate type on MS boxes.

d) Required switch and receptacles units in similar boxes as in item (d) above.

Wiring of each lighting fitting/receptacle unit/ceiling fan/bell etc. shall be considered as one
point. However, when two or more receptacles are to be wired at the same location/in the
same box. Wiring of first receptacle shall be considered as one point and wiring of each of
subsequent receptacle at that location shall be considered as half point each.

Concealed Wiring

For installations requiring concealed conduit wiring, the supply, routing and laying of UPVC
conduits of minimum size 20 mm in walls/ceiling, from lighting panels up to fittings,
receptacles, inspection/junction boxes etc. shall be in the Contractor's scope. The
Contractor shall closely co-ordinate his work with that of the Civil Contractor. The Contractor
shall prepare and furnish drawings showing the location of the embedded conduits/junction
boxes/inspection boxes and lighting layout drawings.

Wiring

All types of wiring, concealed or unconcealed shall be capable of easy inspection.


Unconcealed wiring when run along walls shall be as near the ceiling as possible. In all types
of wiring, due consideration shall be given for neatness and good appearance.

Wherever specified, Emergency lighting shall be switched in through change-over Switch


on AC mains failure, and manually switched in for testing, independently of normal lighting.
Emergency lighting cables shall run in a separate conduit system.

In large rooms, the lighting system shall be distributed among three phases.

Wiring shall be colour coded so as to enable easy identification of phase and neutral
conductors. The neutral shall be of the same size as the phase conductor.

There shall be a circuit breaker or a linked switch on each live conductor of supply mains at
the point of entry. The wiring throughout the installation shall be such that there is no break
in neutral wire in the form of switch or fuse unit.

Conductors not arranged for connection to the same system and circuit or supply different
phases of the same supply, shall be kept a part throughout their entire run.

Page 194 of 238 VMCBTPL


Volume- II, Section-4B
324 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Receptacles and lighting fittings in general shall be fed from different circuits. Five amps
receptacles for toilet or small change rooms can be fed from the lighting circuit with proper
isolating arrangement.

Each final sub-circuit from a lighting panel shall be controlled by a single pole switch
connected to the live conductor.

For long conduit wiring runs, inspection/pull boxes shall be provided at intervals not
exceeding 5m. Such facilities shall also be provided at conduit bends.

General Practices

All receptacles and switches to be installed in offices and control rooms shall be flush
mounted within the wall and those in other areas shall be wall or column mounted.

Ceiling roses shall not embody fuse terminals as an integral part of it. For voltages exceeding
250 volts, a ceiling rose or any similar attachment shall not be used.

A socket outlet shall not embody fuse terminals as an integral part of it. The switch controlling
the socket outlet shall be on the live side of the line.

All exposed metal parts of the plug, when the plug is in complete engagement with the socket
outlet, shall be in effective electrical connection with the earthing pin.

Earthing

Conduits and fittings shall be earthed by 14 SWG Copper wires (unless otherwise stated,
run along the length of the conduit and secured by means of suitable clamps efficiently
fastened to conduit pipe. To achieve perfect electrical continuity, the conduits shall be
bonded effectively on either end of a coupling and other joints. Earth bonding clips shall be
provided.

Conduits shall be grounded at the ends adjacent to switch boards at which they originate or
otherwise at the commencement of the run, by a earthing conductor connected at an earth
clip, clamp or gland, in effective electrical contact with the conduit.

Testing and Commissioning

Before a completed installation or an extension to an existing installation is put into service,


installation tests stipulated in applicable Standards and Codes of Practices shall be carried
out by the Contractor in the presence of the Employer/Employer's representative.

13.2.3 Light Fittings and Accessories

13.2.3.1 General

This specification covers the design, material specification, manufacture, testing, inspection
and delivery to site and installation & commissioning of lighting fittings and their associated
accessories.

Page 195 of 238 VMCBTPL


Volume- II, Section-4B
325 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

13.2.3.2 Applicable Codes & Standards

The lighting fittings and their associated accessories such as lamps/tubes, reflectors,
housings, ballasts, etc. shall comply with the latest applicable standards as specified. Where
no standards are available, the supply items shall be backed by test results, shall be of good
quality and workmanship & any supply items which are bought out by the Contractor shall
be procured from approved Contractors acceptable to the Employer.

13.2.3.3 Lighting Fittings - General Requirements

Fittings shall be designed for continuous trouble free operation under atmospheric
conditions at site without reduction in lamp life or without deterioration of materials and
internal wiring. Outdoor fittings shall be weather-proof and rain-proof type.

The fittings shall be designed so as to facilitate easy maintenance, including cleaning,


replacement of lamps/starters etc.

Connections between different components shall be made in such a way that they will not
work loose by small vibration.

For each type of lighting fitting the Contractor shall supply the utilization factor to indicate
the proportion of the light emitted by the bare lamas which falls on the working plane.

All fittings shall be supplied complete with lamps suitable for operation on a supply voltage
and the variation in supply voltage.

The fittings and accessories shall be designed to have low temperature rise. The
temperature rise above the ambient temperature shall be as indicated in the relevant
standards.

Outdoor type fittings shall be provided with outdoor type weather-proof box.

Each fitting shall have a terminal block suitable for loop-in, loop-out and T-off connection by
650/1100V, 3 core, PVC insulated Cu conductor cable of 2.5 sq.mm in size unless otherwise
specified. The internal wiring should be completed by the Contractor by means of stranded
copper wire and terminated on the terminal block.

The mounting facility and conduit knock-outs for the fixtures shall be as specified.

All hardware used in the luminaire shall be suitably plated or anodized and passivated for
use in chemical industrial and power plants.

Earthing

Each lighting fitting shall be provided with an earthing terminal suitable for connection to the
earthing conductor.

All metal or metal enclosed parts of the housing shall be bounded and connected to the
earthing terminal so as to ensure satisfactory earthing continuity throughout the fixture.

Painting/Finish

All surfaces of the fittings shall be thoroughly cleaned and degreased. The fittings shall be
free from scale, rust, sharp edges and burrs.

Page 196 of 238 VMCBTPL


Volume- II, Section-4B
326 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

When enamel finish is specified, it shall have a minimum thickness of 2 mils for outside
surface and 1.5 mills for inside surface. The finish shall be non-porous and free from
blemishes, blisters and fading.

The housing shall be stove-enamelled/epoxy stove-enamelled-vitreous enamelled or


anodized as indicated on flame-proof fittings is prohibited.

The surface shall be scratch resistant and shall show no sign of cracking or flaking when
bent through 90o over ½" dia mandrel.

The finish of the fittings shall be such that no bright spots are produced either by direct light
source or by reflection.

Decorative Type Fittings

Decorative fittings shall be provided with mounting/housing channel cum reflectors of CRCA
sheet steel, stove enamelled.

Diffusers or louvers shall be provided as required. Diffusers shall be of translucent white


opal acrylic or depending upon the type of fitting.

Fittings shall be suitable for the number of lamps of specified wattage, for directly mounting
on ceiling/conduit suspended or for recess mounting in false ceiling, as specified.

Industrial Type Fittings

These fittings shall be suitable for use with as per requirements

LED Light Fittings

For general industrial use in humid atmosphere, the fittings shall be provided with CRCA
sheet steel mounting/housing channel vitreous enamelled and with vitreous enamelled
reflector of minimum 20 SWG thicknesses.

For dusty and vapour prevalent atmosphere, the fittings shall be dust and drip proof type,
totally enclosed in sheet steel housing with a heat resistant toughened glass cover or clear
acrylic sheet. The housing shall be epoxy stove-enamelled and neoprene gaskets shall be
provided for sealing.

For atmosphere where chemical vapours/fumes are corrosive, the material of fitting
housing/mounting, reflectors and end-plates shall be of cast aluminium/aluminium sheet and
finished in epoxy stove enamel to resist corrosion.

Fittings shall be suitable for the number of lamps of specified wattage, for directly mounting
on ceiling/wall and or conduit suspended.

Building Type Fittings

LED Wraparound Light with Fixture

Approximate size to be 4ft. The LED light shall be of 50w and shall produce minimum of
5500 lumens. The wrap around LED light shall include the inbuilt fixtures and with all other
accessories.

Page 197 of 238 VMCBTPL


Volume- II, Section-4B
327 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Bulkhead and Well-glass Type

Bulkhead, weather-proof type fittings for use in corridors, staircase landings, covered
porches and low ceiling factories, shall be suitable for direct fixing to wall/ceiling and to
accommodate up to 150 watts LED lamp. The fitting shall be provided with housing of cast
aluminium alloy with stove enamelled finish, prismatic heat resistant glass cover hinged on
to the housing and fixed by screws. Neoprene gaskets shall be provided to make the fitting
weather-proof. For mechanical protection to glass cover, a protective wire-guard of 3 mm
galvanized wire with stove enamelled finish paint shall be provided.

Well glass, weather-proof type fittings for use in building exteriors and compound walls, shall
be suitable for conduit mounting and to accommodate up to 200 watts LED lamps. The fitting
shall be provided with stove-enamelled cast aluminium housing with top conduit entry, heat
resistant clear glass cover unit hinged to the housing and fixed by screws. The fittings shall
be provided with neoprene gaskets and wire guards as started in above item.

13.2.3.4 Accessories for Light Fittings

Reflectors

The reflectors shall be made of CRCA sheet steel/aluminium/silvered glass/chromium plated


sheet copper as indicated for above mentioned fittings, unless otherwise specified.

The thickness of steel/aluminium shall comply with relevant standards specified. Reflectors
made of steel shall have stove enamelled/vitreous enamelled/epoxy coating finish.
Aluminium used for reflectors shall be anodized/epoxy stove enamelled/mirror polished. The
finish for the reflector shall be as indicated for above mentioned fittings.

Aluminium paint on the reflectors of flame-proof lighting fittings is prohibited.

Reflectors shall be free from scratches or blisters and shall have a smooth and glossy
surface having an optimum light reflection coefficient such as to ensure the overall light
output specified by the Contractor.

Reflectors shall be readily removable from the housing for cleaning and maintenance without
disturbing the lamps and without the use of tools. They shall be securely fixed to the housing
by means of positive fastening device of captive type.

Lamps

Lamps shall be of LED type

Tests and Test Reports

Type tests, acceptance tests and routine tests for the lighting fittings and accessories
covered by this specification shall be carried out as per the relevant standard for the
respective fittings and their accessories.

The Manufacture's type and routine test certificates shall be submitted for tests conducted
as per relevant standards for the fittings and accessories. The Contractor shall submit with
his proposal copies of available test certificates of the fittings offered.

Page 198 of 238 VMCBTPL


Volume- II, Section-4B
328 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

13.2.4 Earthing System

13.2.4.1 General

The earthing system shall comply with all currently applicable standards, regulations and
safety codes of the locality where the installation is to be carried out. Nothing in this
specification shall be construed to relieve the Contractor of this responsibility.

The installation work shall conform to the latest applicable Electricity Rules, standards
(IS:3043) and codes of practice.

The earthing& electrodes shall be supplied by the Contractor when specifically indicated.
Conductors shall be free from rust, scale and other electrical and mechanical defects and
all materials used shall conform to relevant standards or approved by the Employer. The
sizes, materials and quantity shall be as listed.

Steel earthing conductors above ground shall be hot-dip galvanized, unless otherwise
stated, to prevent atmospheric corrosion.

13.2.4.2 Scope of Installation Work

The Contractor shall carry out the earthing of all equipment/panels/structures. Whether
specifically shown in drawings or not, building columns, hand-rails, miscellaneous items
such as junction/marshalling boxes, field switches, cable boxes etc., shall be earthed.

The Contractor shall install bare/insulated, copper/aluminium conductors, braids, etc.,


required for system and individual equipment earthing. All work such as cutting, bending,
supporting, painting/coating drilling, brazing/soldering/welding, clamping, bolting and
connecting onto structures, equipment frames, terminals, rails or other devices shall be in
the Contractor's scope of work. All incidental hardware and consumable such as fixing
cleats/clamps, anchor fasteners, lugs, bolts, nuts, washers, bitumastic compound, anti-
corrosive paint as required for the complete work shall be deemed to be included by the
Contractor as part of the installation work.

The quantities, sizes and material of earthing conductors and electrodes to be installed, and
routes of the conductors and locations of electrodes shall be shown on the project drawings.
The alignments of conductors are approximately shown in the earthing drawings and these
may be suitably shifted/finalized in consultation with the site Employer to avoid any
interference. If earth connection to any device is not shown specifically in the relevant
earthing drawings, it shall be field routed.

The scope of installation of electrodes shall include installation of these electrodes such as
(a) directly in earth, (b) in constructed earth pits, and connecting to main buried earth grid,
as per enclosed drawings/relevant standards. The scope of work shall include excavation,
construction of the earth pits including all materials required for construction of the earth
pits, placing the rod, providing and fixing test links on those rods in test pits and connecting
to main earth grid conductors.

The location of the earth electrodes will be such that the soil has reasonable chances of
remaining moist, as far as possible. Entrances, pavements and roadways are definitely
avoided for locating the earth electrodes.

The scope of installation of the test links shall include mounting of the same at specified
height on wall/column by suitable brackets and connections of the test link to the earth
electrode.

Page 199 of 238 VMCBTPL


Volume- II, Section-4B
329 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

13.2.4.3 Work Details

Earthing conductors along their run on walls and columns shall be supported by
cleating/welding at intervals of 750 mm and 1000 mm respectively.

Wherever earthing conductors cross underground service ducts and pipes, it will be laid 300
mm below, the earthing conductor shall be bounded to such service ducts/pipes.

Wherever main earthing conductor crosses cable trenches, they shall be buried below the
trench floor.

Suitable earth risers approved by the Employer shall be provided above finished
floor/ground level, if the equipment is not available at time of laying of the main earth
conductors. The minimum length of such riser inside the building shall be 200 mm and
outdoors shall be 500 mm above ground level. The risers to be provided shall be marked in
project drawings.

Earth leads and risers between equipment earthing terminals and the earthing grid shall
follow as direct and short a path as possible.

Neutral connection shall never be used for the equipment earthing.

Each neutral point of a transformer shall be earthed to two separate earth electrodes for
connection with earthing system.

Shield wire in sub-stations shall be connected to the earthing grid through test links at every
alternate switchyard portal tower.

An earthing pad as shown in the drawings shall be provided under each operating handle of
the isolator and operating mechanism of HV breakers. Operating handle of the isolator and
supporting structure shall be bonded together by a flexible connection and connected to the
earthing grid.

A separate earth electrode bed shall be provided adjacent to structures supporting lightning
arrestors and coupling capacitors. Earth connections shall be as short and as straight as
practicable. For arrestors mounted near transformers, earth conductors shall be located
clear of the tank and coolers.

Wherever earthing conductor passes through walls, galvanized iron sleeves shall be
provided for the passage of earthing conductor. The pipe ends shall be sealed by the
Contractor by suitable water proof compound. Water stops shall be provided wherever
earthing conductor enters the building from outside below grade level. Water stops and
above mentioned sleeves shall be provided by the civil Contractor.

13.2.5 General Instruction on Electrical Pre-Commissioning Arrangement and Tests

All tests shall be carried out by the Contractor using his own instruments, testing equipment
as well as qualified testing personnel.

The results of all tests shall conform to the specification requirements as well as any specific
performance data guaranteed during finalisation of the Contract.

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 Employer.

Page 200 of 238 VMCBTPL


Volume- II, Section-4B
330 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

13.2.6 Cable Termination and Jointing

Termination and jointing of aluminium conductor power cables shall be by means of


compression method using compression type aluminium lugs. Copper conductor control
cables shall be terminated directly into screwed type terminals provided in the equipment.
Wherever control cables are to be terminated by means of terminal lugs, the same shall be
of tinned copper compression type.

13.2.7 Testing and Commissioning of Electrical Equipment & Installation

13.2.7.1 General

The testing and commissioning for all electrical equipment at site shall be according to the
procedure laid down below.

All electrical equipment shall be tested, installed and commissioned in accordance with the
latest relevant standards and codes of practices published by Indian Standards Institution
wherever available and stipulations and in relevant general specifications.

In case where Indian Standards are not available these shall be carried out in accordance
with the latest standards and codes of practice published by any other recognised National
Standards Institution or latest publications of International Electro Technical Commission
(IEC).

The testing of all electrical equipment as well as the system as a whole shall be carried out
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 tall materials, workmanship and installation conform to the
accepted design, engineering and construction standards as well as accepted codes of
practice and stipulations.

Polarity Test of Switch

In a two wire installation a test shall be made to verify that all switches in every circuit have
been fitted in the same conductor throughout and such conductor shall be labelled or marked
for connection to the phase conductor or to the non-earthed conductor of the supply.

A verification of polarity shall be made and shall be ensured that all fuses and single pole
control devices are connected in the live conductor only and for socket outlets that the wiring
is correctly connected.

i) Physical inspection for removal of any foreign bodies, external defects, such as
damaged insulators, loose connecting bolts, loose foundation bolts etc.

ii) Check for the free movement of mechanism for the circuit breakers, rotating parts of
the rotating machines and devices.

iii) Check for tightness of all cable, busbars as well as earth connections in the main
earthing network.

iv) Check for clearance of live busbars and conductors from the metal enclosure.

v) Continuity check in case of power and control cables.

Page 201 of 238 VMCBTPL


Volume- II, Section-4B
331 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

vi) Checking of all mechanical and electrical interlocks including tripping of breakers
using manual operation of relay.

vii) Check and calibrate devices requiring field adjustment/calibration like adjustment of
relay setting etc.

viii) Check proper connection to earth network of all non current carrying parts of the
equipment and installation.

ix) Check for grease, insulating/lubricate oil leakage and proper charge.

x) Check for alignment of all draw out devices like drawout type circuit breakers, MCC
cubicles etc.

xi) Checking of alarm and annunciation circuits by manual actuation of relevant relays.

The following tests shall be carried out on the equipment.

a) Earth Electrode Resistance Test

The earth resistance of the earth electrode is to be measured by an earth testing "Megger"
provided with a direct reading ohmmeter. Readings obtained in ohms shall not be more than
1 ohms. If necessary, with the approval of Employer additional electrode shall be provided
away from the resistance are and linked to the electrodes system. Payment for such
additional electrode and interconnecting tape/wire will be paid on unit or linear basis.

b) Insulation Resistance Test

Insulation resistance test should be made before the installation is permanently connected
to the electric supply. The insulation resistance is to be measured by using an approved
portable hand operated insulation resistance tester reading directly in ohms. The voltage of
this tester shall be about 500 volts. The insulation resistance to earth shall not be less than
1 meg. ohm when measured with all fuse links in place, all switches closed and all poles
place, all switches closed and all poles or phases of wires are electrically linked.

c) Earth Continuity Test

The earth continuity conductor should be tested for continuity to ensure that there is no
breakage or loose connections in the system.

The Contractor shall furnish the complete filled in data sheet given in Annexure I along with
the proposal.

Page 202 of 238 VMCBTPL


Volume- II, Section-4B
332 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

14.0 HVAC WORKS


14.1 Scope of work

The complete scope of work shall cover supply, installation, testing and commissioning of
Air Conditioning System including sizing of pipes etc.

14.2 Basis of Design

The entire system has been designed based on climatological data available. The technical
requirements given under here are only indicative and not descriptive and the contractor
shall ensure that the whole system supplied is complete in all respects for the smooth
operation of the plant and should be suitable for the rated performance.

14.3 Terms and Definition

The following terms have been used in the tender specifications, drawings, etc.

BIS : Bureau of Indian Standards

ASHRAE: American society of Heating, Refrigeration and Air-conditioning Engineers, USA

CFM : Cubic Feet per Minute

RPM : Revolutions per Minute

BTU/Hr. : British Thermal Unit per Hour

HZ : Hertz

H.P : Horse Power

Kg/cm2 : Kilo Gram per Square Centimetre

FD : Fire Damper

VCD ; Volume Control Damper

RAD : Return air diffuser

RH : Relative Humidity

DBT : Dry Bulb Temperature

WBT : Wet Bulb Temperature

The design, manufacture, identification of material and testing of the equipment covered in
this specification shall comply with the latest edition of the appropriate standard of the
following:

 Duct Work IS:655 (latest edition)


 Welding IS:3589

Page 203 of 238 VMCBTPL


Volume- II, Section-4B
333 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 Refrigeration and Air-conditioning as per ASHRAE/ISI air-conditioning and refrigeration


institute standards.IS:778
 Specific requirements for the direct switching of the individual motors IS: 4064 (Part-
II)-1978
 PVC insulated (HD) Electric Cables for working voltage up including 1100 Volts IS:1554
(Part I)
 Starters IS:8554 (Part-I) 1979
 HRC Cartridge fuse links up to 650 Volts IS: 2208
 Inspection and testing of installation IS: 732 (Part-III) 1979
 Galvanized steel wire for fencing IS: 277-1977
 Three phase induction motors IS: 325
 Wrought aluminium and aluminium alloy sheet and strip for general engineering
purposes -IS: 737
 Bourdon tube pressure & vacuum gauges IS: 3624
 Glossary of terms used in refrigeration and air-conditioning IS: 3615

14.4 Safety Codes

The following IS codes shall be followed:

 Safety code for mechanical refrigeration IS:660


 Safety code for air-conditioning IS:659
 Safety code for scaffolds & ladders IS:3696
 Code of practice for fire precautions in welding & cutting operations IS:3016
 Code for safety procedures and practices in electrical works IS:5216
 Code of practice for safety and health requirements in electrical & gas welding and
cutting operations IS:3696
 Indian Electricity Act 1910
 Electricity Supply Act and Indian Electricity Rules.

14.5 Basis of Design

The system in general is designed based on the following parameters based on the
climatological data applicable to Ernakulum region as provided in ISHRAE Hand

Page 204 of 238 VMCBTPL


Volume- II, Section-4B
334 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

15.0 AIR COOLED SPLIT AIR CONDITIONING UNIT


15.1 Hi-Wall Split Indoor Unit

Indoor unit shall remove moisture at least 1.5 litres/hour. The unit shall adjust its
performance automatically depending on the room temperature and heat generated. It shall
have 24 hours programmable on/off timer. The unit shall work on dry mode to remove extra
moisture in high humid situation. The unit shall have features like sleep mode, in built time
delay, auto restart after power interruption, memory back up to retain setting even after
power interruption, oscillating louvers etc.

Each Indoor unit shall be complete with cooling coil, Fan. Filter and control accessories. It
shall have electronic control valve which control refrigerant flow rate in respond to load
variations of the room. The fan shall be of the dual suction multi blade type and statically
and dynamically balanced to ensure low noise and vibration free operation. Indoor unit shall
be fitted with high purity filtration to eliminate dust, odour of all indoor smells and shall trap
fine dust and smoke particles to ensure healthy indoor air quality.

The Split AC should be fixed at the convenient location of SCR/UPS/TOM/EFO and Server
rooms without hindering any of the system, electrical or other equipment inside the room.
Try to avoid fixing the Indoor unit directly above any of this equipment. If there is no other
choice, then the same can be done but the contractor should provide a drain tray with GSS
sheet arrangement below IDU’s with proper support to stop water seepage to any of the
equipment fixed inside the above-mentioned rooms.

15.2 Compressor

All compressors shall be hermetically sealed rotary/ scroll type of suitable capacities.
Compressor shall be suitable for R407/410a refrigerant. The compressor shall be electrically
interlocked with indoor and outdoor fan motors, HP/LP cut out switch and thermostat of the
evaporator. The compressor shall be housed along with the condenser in the outdoor unit.

15.3 Condenser (Air cooled)

The coils shall be made of copper hydraulically bonded with aluminium fins. The tubes shall
have a minimum of 9.5 mm outer diameter, firmly bonded with aluminium fins spaced at 12-
14 fins/inch. The air velocity across the face of the coil shall not exceed 200 m/min. The coils
shall be designed for a maximum working pressure of 35 kg. /sq.cm. The condenser coil
shall be protected on the open end by a wire mesh duly powder coated/plastic coated. The
coils shall be coated with air dry “phenolic”, thermally set “here site”, or approved equal
coating suitable for salty seacoast.

15.4 Evaporator coil

The coils shall be made of copper tubes hydraulically bonded with aluminium fins. The coils
shall be hydrophilic in nature. The tubes shall have a minimum of 9.5 mm outer diameter,
firmly bonded with aluminium fins spaced at 12-14 fins/inch. The air velocity across the face
of the coil shall not exceed 170 m/min. The coils shall be designed for a maximum working
pressure of 35 kg/sq.cm. The circuit should include a thermostatic expansion valve/capillary
tube, distributor, liquid strainer, suction line shut off valve and liquid line shut off valve.

15.5 Condenser motor

The condenser motor shall be of IP-55 rating.

Page 205 of 238 VMCBTPL


Volume- II, Section-4B
335 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

15.6 Refrigeration piping and accessories

Soft drawn copper shall be used in piping with brass fittings wherever required. Brazing shall
be with silver copper phosphorous alloy. Horizontal lines shall have a grading of at least
1:250 away from the compressor and towards condenser to prevent gravity draining of oil to
compressor. Liquid lines shall be sized to ensure that flashing of liquid refrigerant does not
occur. The circuit should include a thermostatic expansion valve, distributors, liquid strainer,
de-hydrator and liquid lines shut off valve and suction line shut off valve.

Leaks shall be tested with nitrogen gas and soap solution at a minimum pressure of 21
kg/sq.cm. After all leaks have been repaired, system shall be tested with nitrogen gas at a
test pressure maintained for a period of not less than 24 hours. No measurable drop in
pressure should be detected after the pressure readings are adjusted for temperature
changes. After satisfactory completion of the pressure test, the system shall be evacuated
to reduce the pressure to 0.1 Kg/Sq.cm. for a period of 6 hours and vacuum broken. A
vacuum pump connected to the refrigeration system shall be used to create the vacuum and
the installed compressor shall not be used to create the purpose. The system shall again be
evacuated and a vacuum of 0.01 Kg/Sq.cm maintain for 24 hours before charging with
correct quantity of refrigerant and oil. The system shall be operated for 12 hours and then
again tested for leaks.

All refrigerant pipes shall be insulated with flexible elastomeric closed cell insulation having
a built-in vapour barrier.

 Insulation material shall be Closed Cell Elastomeric Nitrile Rubber with aluminium
foil laminated on one side. Thermal Insulation shall be finished with 7 mils woven
fibre glass cloth covering adhered between two coats of fungicidal protective
coating.

 Thermal conductivity of insulation material shall not exceed 0.035 W/ (m.K) at mean
temperature of 0°C as per EN ISO 8497.

 Moisture Diffusion Resistance Factor or ‘µ’ value of insulation material shall be


minimum 7,000 without any external barrier as per EN 13469.

 The insulation material shall have fire performance such that it passes Class 1 as
per BS476 Part 7 for surface spread of flame and also passes Fire Propagation
requirement as per BS476 Part 6 to meet the Class ‘O’ Fire category as per 1991
Building Regulations (England & Wales) and the Building Standards (Scotland)
Regulations 1990.

 The insulation material shall have fire performance of V0, HB as per UL 94, 1996.

 The insulation material shall be FM (Factory Mutual), USA Approved.

 Density of insulation material shall be between 40 to 55 Kg/m3.

 The insulation material shall be dust and fibre free.

 The insulation material shall withstand maximum surface temperature of +105


Deg.C and minimum surface temperature of 0 Deg.C as per EN 14707.

 The Aluminium foil shall be of 12-micron thickness with reinforced glass scrim and
weight shall be 70 gsm as per EN 22286, tensile strength shall be 250N/50mm as
per ISO 527-3 with elongation of 4% as per DIN 53354.

Page 206 of 238 VMCBTPL


Volume- II, Section-4B
336 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 The material shall have ODP (Ozone Depletion Potential) and GWP (Global
Warming Potential) of Zero.

 Thickness of the insulation shall be as specified for the individual application.

 The insulation material shall be installed as per manufacturer’s recommendation.

Thermal Insulation shall be finished with 7 mils woven fibre glass cloth covering adhered
between two coats of fungicidal protective coating.

Glass Cloth: Weight shall be 205 +/- 10 grams per square meter, Tensile Strength shall be
275 +/- 25 Kg / 50 mm (minimum) and Thickness shall be 0.18 mm / 7 mil.

Glass Cloth shall be UV resistant for artificial weathering as per EN ISO 4892-2 Method - A.

The material shall have ODP (Ozone Depletion Potential) and GWP (Global Warming
Potential) of Zero.

Thickness of the insulation shall be as specified for the individual application.

The insulation material shall be installed as per manufacturer’s recommendation and


approved accessories.

All refrigerant piping shall have minimum 19mm thick insulation. All drain piping shall have
minimum 9 mm thick insulation.

15.7 Drain Piping

Drain pipe shall be of suitable dia PVC pipes. All Split units shall be provided with
independent drain lines. The drain shall be taken to the drain main line. All drain pipes shall
be insulated with 9mm thick insulation of closed cell elastomeric nitrile rubber with density
not less than 80kg/m3.

15.8 Fan

Fan section including wheel and housing shall be of heavy gauge steel/aluminium. Fans
shall be centrifugal, forward curved multi-blade type. Fan housing shall have inlets and guide
vanes for smooth air flow. Fans shall be complete with drive motor. The fans should be
statically and dynamically balanced. The fan motor should be resilient mounted. The fan
should deliver a static pressure of 20 mm.

15.9 Filters

All evaporator units shall be provided with air filters capable for filtration up to 20 microns.
The filters shall be of washable synthetic fibre type.

15.10 Control Panel

All units shall have independent electrical control panels housing contactors, overload
relays, voltage cut-outs, time delays, interlocks, strip connectors, indication lamps, and
control fuse. All these have to be housed inside the Outdoor unit of each circuit.

Page 207 of 238 VMCBTPL


Volume- II, Section-4B
337 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

15.11 Thermostat

The indoor blower motor shall have 3 speeds and indoor units’ noise shall not exceed
41/38/35 dBA. The unit shall be provided with cordless remote microprocessor control

15.12 Installation

Adequate vibration isolation using rubber/neoprene pads/vibration springs in order to reduce


transmission of vibrations to the floor shall be provided for all condensing units.

15.13 Testing

Split units after installation shall be tested for its conformity to specifications. Units shall also
be tested for the rated capacity and power consumption.

15.14 Electric motor

The electric motor driving the compressor shall be as per manufacturer’s standard for this
compressor and motor shall be suitable for operation on A.C. supply. The motor shall be
continuous duty rated for the application. The motor shall be selected such a way that the
motor rating is for actual requirement. The motor shall be provided with suitable bearing to
take care of loads/thrust. Necessary lubricators shall be provided to enable the bearings to
be correctly greased as required. The tenderer shall also calculate KW/TR.

Page 208 of 238 VMCBTPL


Volume- II, Section-4B
338 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

16.0 AIR DISTRIBUTION SYSTEM


16.1 Ducting system

This section deals with supply, erection, testing and commissioning of all sheet metal
ductwork conforming to specifications given below. The ducts shall be of factory fabricated.

Codes and Standards:

SMACNA standards: Comply with SMACNA’s “HVAC Duct Construction Standards, Metal
and flexible“ for fabrication and installation of metal ductwork.

ASHRAE Standards: Comply with ASHRAE Handbook, Equipment Volume, “Duct


Construction”, for fabrication and installation of metal ductwork

Material for Ducting

All ducts shall be fabricated from galvanized sheet of 120 gm/sq.m (Class VIII) confirming
to IS 277-1962 (revised). The fabrication of duct shall strictly conform to ISS 655-1963. The
thickness of the sheet shall be as follows:

Maximum size Thickness Type of transverse joint connections Bracing


(mm) of sheet (if any)
(mm)
Upto 300 0.63 S-drive, pocket or bar slips, on 2.5m None
24 G centres
301 to 600 0.63 S-drive, pocket or bar slips, on 2.5m None
601 to 750 24 G centres S-drive, 25mm pocket or 25x25x3mm angle
25mm bar slips on 2.5m centres drive 1.2m from joint

751 to 1000 0.80 40x40mm angle connections, or 40x40x2mm angle


1001 to 1500 22 G 40mm pocket or 40mm bar slips, with 1.2m from joint
35x3mm bar reinforcing on 2.5m
centres
1501 to 2250 1.00 40x40mm angle connections, or 40x40x3mm angle
20 G 40mm pocket or 40mm bar slips, 1 m /40x40x3mm angle
maximum centres with 35x3mm bar 60mm from joint.
reinforcing

2251 & above 1.25 50x50mm angle connections, or 40x40x3mm angle /


18 G 40mm pocket or 40mm bar slips, 1 m 40x40x3mm angle
maximum centres with 35x3mm bar 60mm from joint.
reinforcing

The following points shall be also taken into account while fabrication of ducts.

 All ducts shall be as per gauges, etc. indicated on the approved drawings.
 All ducts of size larger than 450 mm shall be cross broken.
 All ducts shall be supported from RCC/truss by means of MS rods, angles, etc.

Page 209 of 238 VMCBTPL


Volume- II, Section-4B
339 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 The ductwork shall not extend outside and beyond height limits as specified on the
approved drawings.
 All ducts shall be reinforced, if necessary and must be secured in place so as to avoid
shifting of the ducts on its supports.
 The vanes shall be provided and securely fastened to prevent noise and vibration.
 The rubber gasket shall be installed between duct flanges in all connections and joints.
 The ductwork can be modified in consultation with Purchaser to suit actual conditions
in the building.
 All flanges and supports should be primer coated on all surfaces before erection and
painted with aluminium paint thereafter.
 The flexible joints are to be fitted to the suction and delivery of all fans with double
heavy canvass. The length of flexible joints should not be less than 150 mm.

All sheet metal gauges and fabrication procedure as given in BIS specification shall be
strictly adhered to. The BIS specification shall form part of this contract.
16.2 Supply and return air diffusers

Supply and return air diffusers shall be as shown on the drawings and indicated in schedule
of quantities. The supply air diffuser shall be provided with removable key operative volume
control dampers. Mild steel diffusers/dampers shall be factory coated with rust resistant
primer. These shall be finished with two coats of paint as per client's choice. Aluminium
supply and return air diffusers shall be powder coated with colour of client's choice, or shall
be anodized aluminium

16.3 Fresh air intake and extract louvers.

All the louvers shall be rain protection type and shall be fabricated from extruded
aluminium/G. I section. The bottom louver shall be provided with extended lip to prevent rain
water seepage inside duct/room. The louvers shall additionally be provided with heavy duty
expanded metal (aluminium -alloy) bird screen from within.

16.4 Testing and balance

After the installation of the entire air distribution system is completed in all respects, all ducts
shall be tested for air leaks before painting the interiors of conditioned spaces air distribution
system shall be allowed to run continuously for 2 hours for driving away any dust & foreign
material logged within ducts during installation.

16.5 Ventilation fans

The contractor shall supply and install fans as described hereinafter and of capacities
indicated in the BOQ.

Test and rate all fans in accordance with the standards of the AMCA for Air Performance,
Sound Performance. All fans must bear the AMCA certified rating seal. Make appropriate
allowance for the effects on fans performance of all installation conditions including plenum
enclosures and inlet and discharge arrangements so that actual installed fans performance
equals that specified.

Page 210 of 238 VMCBTPL


Volume- II, Section-4B
340 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Balance all fan wheels and all other moving components statically and dynamically. Where
coating is specified and it affects the balance of the fan wheel, perform balancing after the
coating has been applied. Drill all fan shafts on the centreline to receive a tachometer.

Belt driven fans shall be connected to the driving motor by means of an approved V-belt
drive with adjustable sheaves, unless otherwise designated belt drives shall be designed for
50 % overload capacity and the motors for such drives shall be equipped with adjustable
bases or slide rails.

Bearing shall be self-aligning, grease lubricated, ball bearing type and shall be complete
with grease fittings, extended for easy access where necessary.

Weather proof hoods should provide for all motors and drives exposed to weather.

Back draft dampers, gravity type shall be installed on the fans discharge of all fans
discharging directly to the atmosphere.

Fans are to operate steadily without pulsation at design conditions. Centrifugal fan
characteristic curves must be such that the fan operation point falls below the point of no
flow static pressure, to the right of the point corresponding to that of maximum mechanical
efficiency and a 15% increase in static pressure over the specified results in not more than
a 15% reduction in cfm and does not affect the stability of fan operation.

Performance curves shall be submitted for each fan for approval.

16.6 Centrifugal fans

Centrifugal fans shall have single or double inlet as required, aluminium or galvanized steel
impeller wheel air foil or backward inclined blades, statically and dynamically balanced, self-
aligning shaft with radial ball bearing supports sized for an operating period of not less than
25000 hours. Fans shall be direct driven or belt driven through cast iron pulley and shall
have a common base for motor. Fans shall be provided with vibration isolators and neoprene
impregnated flexible connections. For motor requirements refer electrical specification
motors.

16.7 Inline centrifugal fans

Inline centrifugal fans are belt driven or direct drive fans consisting of housing, wheel, fan
shaft, bearings, motor, drive assembly, mounting brackets and accessories. Housings shall
be split, spun aluminium with aluminium straightening vanes, inlet and outlet flanges with
flexible connections, vibration isolators and support bracket adaptable to floor, sidewall or
ceiling mountings.

Smaller capacity fans shall have casings manufactured from robust, fire retardant polyamide
glass fiber impregnated material. Casings shall offer circular suction and discharge
connections and built in electrical terminal box.

Higher capacity fans shall have galvanized steel casing, forward curved galvanized steel
impeller, statically and dynamically balanced. Fans shall be complete with duct connections
matching flanges and electrical terminal box in the outer side of casing.

All fans shall be direct driven and suitable for speed regulation. For motor requirements refer
electrical specification of motors.

Page 211 of 238 VMCBTPL


Volume- II, Section-4B
341 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

16.8 Toilet exhaust fan method

Extract from toilet shall be by means of fan cabinet units with active carbon filter. Each unit
shall comprise a casing constructed from galvanized sheet steel enclosing one centrifugal
fans direct or belt driven electric motors. Motors shall have seal for life bearings and
maximum speed of 1450 rpm. All units shall incorporate vibration isolator, back draft damper.
The unit shall meet the sound requirement of the room where it is installed. For motor
requirements refer to electrical specification. Ventilation units Starter panel shall be provided
with sufficient potential free contacts and relays for enabling Remote on and off from AC
plant control Room.

16.9 Electrical motors

Motors shall be totally enclosed fan cooled (TEFC), ball bearing, squirrel cage induction
type, for direct on line starting, class F insulation with temperature rise class B, degree of
protection IP 55 minimum for unclassified areas. One data sheet shall be supplied for each
individual motor.

16.10 Vibration Isolation

The assembly of fan and motor shall be suspended from the ceiling by spring type vibration
isolators.

16.11 Accessories

The following accessories shall be provided with all fans:

i. Outlet cone for static pressure regain.

ii. Inlet cone.

iii. Fan silencers if required.

Fan shall be factory assembled and shipped with all accessories factory-mounted.

16.12 Painting work

All equipment shall be painted as specified under respective headings. The contractor has
to get approval of the quality and colour of paints for all types of painting work.

Colour scheme for the plant and equipment

i) Compressor Battle ship grey

ii) Condenser Battle ship grey

iii) Refrigerant discharge line Red

iv) Refrigerant liquid line Yellow

v) Steel supports Black

Page 212 of 238 VMCBTPL


Volume- II, Section-4B
342 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

vi) Electrical panels/sub-panel/remote

Control console Light grey or any approved colour

vii) Cable trays Black

viii) Supports for ducts Black

16.13 Mode of measurement

The following measurement code shall apply to this contract.

16.14 Mechanical Items

16.14.1 Structural Supports

Structural supports including supports fabricated for the indoor and outdoor units shall not
be separately quoted. Unit rates shall be inclusive of hoisting, cutting, jointing, welding,
cutting of holes and chases in walls, slabs or floors, painting supports and other items as
described in specifications, drawings and schedule of quantities or as required at site by
project co-ordinator.

16.14.2 Copper Connections for Split Units

Insulated refrigerant piping shall be considered as part of HI wall split unit. Nothing extra
shall be payable this account.

16.15 Electrical items

Mode of Measurement of Electrical Items

The Works shall be measured, as prescribed in the specification of work, notwithstanding


any general or local custom, except where otherwise specifically described or prescribed in
the Contract. Wherever not specifically mentioned in the Contract, the mode of
measurement as prescribed in the relevant IS codes shall be applicable and binding to the
Contract. Only the latest editions of all the codes of practices including all latest official
amendments and revisions shall be applicable.

16.16 Sheet metal work

16.16.1 DUCTING

a) The final finished sheet area in sq. metres shall be measured only.

b) Vanes, splitters, flanges, access doors etc. shall not be separately measured. These
shall be treated as part of duct work.

c) Bends, Elbows, Transformation, pieces etc. shall be measured along the centre line
and measured as per duct work.

d) Canvas connections, Duct Supports, stiffening members, frames etc. shall not be
measured separately and shall form part of duct work.

Page 213 of 238 VMCBTPL


Volume- II, Section-4B
343 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

e) For each drawing, all supply of duct work must be accompanied by computer-
generated detailed bill material indicating all relevant duct sizes, dimensions and
quantities. In addition, summary sheet is also to be provided showing duct areas by
gauge and duct size range as applicable.

f) Measurement sheet covering each fabricated duct piece showing dimensions and
external surface area along with summary of external surface area of duct gauge-wise.

g) All duct pieces shall a part number, corresponding to the serial number assigned to it
in the measurement sheet. The above system shall ensure speedy and proper site
measurement, verification and approvals

16.17 Grills /diffusers/dampers

All Grills / Diffusers / Damper areas will be measured in terms of effective area (Neck Area).
Any Extruded aluminium grill / diffusers having an area less than 0.1 sq. Metres shall be
accounted as 0.1 sq. Metres.

16.18 Testing of air conditioning

Routine and type tests for the various items of equipment of the system shall be performed
at the Contractor’s own cost and test certificates are to be submitted.

The performance tests to determine whether or not the full intent of the specification is met
shall be conducted by the contractor. After notification to Purchaser that the installation has
been completed and the system has run continuously for a period of at least one week, the
contractor shall conduct under the direction and the presence of Purchaser such tests as
specified to establish the capacity of various equipment supplied and installed by the
contractor.

The contractor shall operate, test and adjust the air-conditioning system units, fan, motors,
all air handling appliances including adjustment of regulators etc. All testing equipment,
labour, operating personnel, oil, refrigerant or any other item required for these tests shall
be provided by the contractor to enable the plant to be put in a continuous running test.

16.19 Test procedure:

16.19.1 Design Conditions

The inside and outside conditions shall be recorded on hourly basis. The outside and inside
dry bulb and wet bulb temperatures shall be recorded by means of a sling psychrometer
with mercury thermometers. The relative humidity shall be computed from the psychometric
chart. The inside dry bulb temperature and relative humidity shall fall within the specified
limits.

The contractor should conduct performance such tests as indicated in the rated Technical
Part and produce sufficient documentary proof that the plant is operating at the rated
capacity.

16.19.2 Measurements

The following readings shall be recorded hourly during the tests and capacity of the plant
shall be computed.

Page 214 of 238 VMCBTPL


Volume- II, Section-4B
344 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1. Compressor

a. Suction pressure - Kg/cm2 (psi)

b. Suction temperature - oC (oF)

c. Discharge pressure - Kg/cm2 (psi)

d. Condensing Tempr. - oC (oF)

e. Oil pressure - Kg/cm2 (psi)

f. Compressor Speed - RPM

2. Compressor motor

a. Rated capacity - HP

b. Rated volts - Volts

c. Rated current - Amps

d. Starting current - Amps

3. Inside unit

a. Air velocity - M/Hr. (FPM)

b. Face area - M2 (SFT)

c. Air quantity - M3/Hr. (CFM)

d. Entering air temp. DB - oC (oF)

e. Entering air temp. WB - oC (oF)

f. Leaving air temp. DB - oC (oF)

g. Leaving air temp. WB - oC (oF)

4. Filters

a. Total area - M2 (Sft)

b. Effective area - M2 (Sft)

c. Velocity of air - M/Hr (FPM)

d. Quantity of air - M3 (CFM)

Page 215 of 238 VMCBTPL


Volume- II, Section-4B
345 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

16.20 Data to be furnished by the Bidde

The following data (Table A,B & C) to be furnished along with the bid document

16.21 Table A: Outdoor split unit

S.
Description Data to be fileled by tenderer Remarks
No.
1. Manufacturer

2. Model

3. Actual capacity TR

4. Overall dimensions

5. Over all weight

6. Operating weight

7. Refrigerant

8. Compressor

9. Manufacturer

10. Model

11. Type

12. Capacity at the


specified water temp.
and flow rates - in TR

13. Type of capacity


control provided

14. Type of lubrication

15. KW / TR

16. Motor

17. Model

18. Manufacturer

Page 216 of 238 VMCBTPL


Volume- II, Section-4B
346 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S.
Description Data to be fileled by tenderer Remarks
No.
19. Number of motor

20. Capacity HP

21. Whether provided


with part winding

22. Type

23. Class of insulation

24. Speed RPM

25. Characteristics

26. Type of starter

27. Whether the


following protections
are provided.

27. i) Overload

Yes/No

ii) Under voltage

Yes/No

Single phase
protection (for three
phase motor starters)

Yes/No

Page 217 of 238 VMCBTPL


Volume- II, Section-4B
347 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

16.22 Inside units

S.
Description Data to be filled by tenderer Remarks
No.
1. Manufacturer

2. Model

3. Type of fan

4. Fan speed (R.P.M.)

5. No. of fans.

6. Fan wheel diameter


(mm)

7. Drive arrangement

8. Material and
thickness of fan
wheel and blades.

9. Materials and
thickness of housing.

10. Fan outlet area

11. Outlet velocity.

12. Total air quantity

13. Static pressure at


outlet. (mm. of water)

14. Whether statically


and dynamically
balanced.

15. B.H.P. Consumed

16. Total weight of all


items

Page 218 of 238 VMCBTPL


Volume- II, Section-4B
348 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

16.23 Cooling Coil

S.
Description Data to be filled by tenderer Remarks
No.
1. Material of Tubes

2. Material of fins

3. Tube diameter

4. Tube thickness

5. Fin thickness

6. Method of bonding of
fins

7. No. of fins/cm.

8. Total tube surface


outside

9. Test pressure

10. Coil face area

16.24 Filter

S.
Description Data to be filled by tenderer Remarks
No.
1. Manufacturer

2. Type of filters

3. Filter medium

4. Material of frame
work and its
thickness

5. Face area

6. Face velocity across


filters

Page 219 of 238 VMCBTPL


Volume- II, Section-4B
349 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S.
Description Data to be filled by tenderer Remarks
No.
7. Pressure drop across
filters (mm of water)

8. Motor

9. Manufacturer

10. Model

11. Number of motors

12. Capacity HP

13. Type

14. Class of insulation

15. Speed RPM

16. Characteristics

17. Type of starter

18. Rating

27. Whether the


following protections
are provided.

i) Overload

Yes/No

ii) Under voltage

Yes/No

iii) Single phase


protection (for three
phase motor starters)

Yes/No

Note: Any other data relevant to each equipment shall also be furnished.

Page 220 of 238 VMCBTPL


Volume- II, Section-4B
350 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

17.0 COMMUNICATION SYSTEM


17.1 Telephone System

17.1.1 General

The design shall be in accordance with the basic requirements described in the Tender
Document and the best current engineering practice, together with the following general
design requirements:

a) The essence of design should be safety, simplicity and reliability in order to give long
continuous service with high economy and low maintenance cost. Particular attention
should be paid to internal and external access to the electrical equipment in order to
facilitate inspection, cleaning and maintenance.

b) All equipment shall be designed to minimise the risk of fire and any damage which
may be caused in the event of fire.

c) Care shall be taken so that materials and equipment will be the standard Catalogued
products of manufacturers regularly engaged in the manufacturer of such products
and will be of the latest standard designs that conform to the specification
requirements. Design shall also be based on similar type of equipment supplied from
one manufacturer, utilising interchangeable parts, wherever practicable.

d) The design shall comply with relevant codes and regulations listed.

e) All apparatus, equipment and works shall be so designed that they provide satisfactory
service and without any harmful effects for prolonged and continuous periods in the
worst climatic conditions.

f) The reference design ambient temperature for all electrical equipment shall be taken
as 45 deg.C and appropriate derating factors should be considered for equipment as
applicable.

g) Suitable derating shall be applied based on published data against the most severe
conditions encountered in the site, by reducing the permissible temperature rise above
the ambient level.

17.1.1.1 Main EPABX

The proposed EPABX shall be 100% Non Blocking, Electronic, ISDN native. The topology
shall be totally distributed so as to support and configure the Remote Units flexibly as per
the changing and evolving requirements on Optical Fiber as well as copper cable.

The system shall be based on High Speed, dual core Pentium CPU and with at least 256
MB RAM. It shall be equipped with Duplication of complete Control section (viz. CPU,
Signalling circuits, Tone generators, Memory, Hard Disk, RS232 ports, DTMF resources,
conference circuits and other essential circuits) and common Power Supply & Ringer section
in 100% Hot Standby mode. The system shall enable automatic changeover in case of
failure in any of these without disrupting the existing calls in progress. The Operating system
software shall be Unix based.

The system shall have RISC processor, RAM capacity of the system explicitly mentioned. It
shall also specify the different control system elements duplicated in the offered system.

Page 221 of 238 VMCBTPL


Volume- II, Section-4B
351 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

EPABX system shall be equipped with Ethernet port (30/100 Base T) and shall have
provision to connect a TCP/IP LAN for management and metering application, which shall
facilitate system management from any LAN node without using modems.

It shall be equipped with storage devices to save the data, as well as software necessary
for its operation. For security reasons, these devices shall be of Flash ROM type, easy to
duplicate and shall not cause any disturbance to the system. The Tenderer shall specify
whether information concerning variable data (forwarding, screenings) is automatically
saved in real time, so that if the system goes down and comes up for any reason it doesn't
loose data integrity.

17.1.1.2 Trunk Interfaces

The EPABX shall have all the following types of Interfaces:

 Analogue Interface to PSTN lines

 Interface to Leased Lines

 Paging System Interface

 Interface to VSAT Equipment

 BR and PR interface to Public ISDN Network

 Digital Interface for DID

 IP FOR VoIP & Data transfer

17.1.1.3 Extensions

A) Analogue Extensions

The system shall be compatible with both Pulse & Tone Dialling Instruments.

Tenderer shall clearly specify the DTMF receivers available on the system whether they
are centralised or distributed, if they are centralised Tenderer to mention no. of such
receivers on each board. The number of DTMF Receivers shall be 50% of the ultimate
capacity to handle peak traffic conditions. The Tenderer shall specify the number of
such boards equipped in the system offered.

B) Digital Extensions

The Digital phones shall have an Alphabetic Keyboard with "Dial by Name" facility from
the central database of the PABX system and a user-friendly operation of the PBX
internal services and of the services provided by the ISDN trunk. These terminals, as
well as lower-range terminals shall be equipped with keys, which can be directly
programmed by the user. The keys enable the user to change several functions (for
example: call forwarding code + external number, etc.)- An option shall allow the
number of keys on certain terminals to be extended. It is desired that all programming
information on digital sets to be centralized and saved in the PBX to enable simple
replacement.

Page 222 of 238 VMCBTPL


Volume- II, Section-4B
352 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The Tenderer shall offer his range of digital terminals giving detailed specifications of
their features:

 voice sets

 voice and data sets for ISDN & VoIP.

For each type of terminal, the Tenderer shall specify the following characteristics:

 type of terminal,

 remote power supply or not,

 maximum distance of connection on 0.5mm cable (min. lOOO meters)

 number of pairs necessary for the distribution,

 capacity of data transmission,

 interface for ISDN & VoIP,

The features, which have to be systematically accepted by digital terminals, are:

 connection of VDU terminals

 additional ISDN services

 IP services

The Digital telephone sets with Display panels and Dynamic Soft keys as a part of this
display panel shall be quoted. These shall be equipped with Text Messaging facility. The
digital telephones shall have keys along with LCD display with associated icons / LEDs.

17.1.1.4 Attendant Console (Operator)

The operator console shall have the following features :

A) General

The attendant shall provide call presentation, chaining process, call-back shall be
entirely managed by the PBX. However, it shall be possible to put certain calls on
individual hold on keys that have been reserved to that effect. The capacity of the
various queues shall have to be unlimited. The information displayed on the terminal
shall have to be explicit enough to facilitate unambiguous call handling and shall give
maximum details about the communication (normal call, urgent call, queue status,
name of the internal called-party, status of the telephone set etc.).

B) Supervision of the Installation's Stations

An add on unit with attendant console shall be provided to enable single touch dialling
and to supervise the status of certain extensions and trunks. A minimum of 48 terminals
shall be supervised.

Page 223 of 238 VMCBTPL


Volume- II, Section-4B
353 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

C) Manual or Automatic Answer

The operator shall be able to modify the call answer mode from his/her attendant
console. In "automatic answer", calls must be presented and connected without any
intervention from the operator.

D) Calling Internal or External Correspondents by Name

To facilitate the operation of attendant consoles, operators shall be able, whatever their
communication position (direct call, transfer), to call internal and external circuits
according to surname, first name or initials. To assist searches, the system shall be
equipped with a spelling and phonetic approximation utility program. User-friendliness
being a requirement, the user shall access the service via an alphanumeric keyboard,
either integrated or external to the attendant console. The Tenderer shall describe in
detail the access modes and the number of subscribers serviced.

E) Text Messaging

The system's telephone application shall enable the operator on transfer call status to
send a text message to a selected internal subscriber. The operator shall have the
choice between sending the message immediately onto the display panel of the
subscriber if his/her line is engaged, or sending it to a text mailbox linked to the terminal,
whether the latter is free or busy. This service shall only be provided if the internal
subscriber's terminal is compatible with the service (digital terminals with text
messaging feature). To facilitate the operation of this service, the operator shall have
the choice between several types of messages:

 Pre-programmed messages to answer most common cases (example:


call back the switchboard, a visitor is waiting for you in reception etc.),

 pre-programmed messages to be completed (example: call back


number XYZ),

 free messages to be composed entirely by the operator.

The Tenderer shall describe clearly all the characteristics of the service and the size
of messages, which can be sent in the various communication positions.

F) Hands-free and Amplifier

The operator can freely modify the operating mode of the attendant console and
answer calls either in hands-free with the amplifier or with the telephone handset or
headphones. When using the latter, the user can operate the amplifier with volume
adjust.

G) Ringing levels

The operator shall be able to modify the melody and the ringing volume of the attendant
console.

H) DTMF Frequency Transmission

The operator shall have the possibility to use servers controlled by Q23 coded
frequencies.

Page 224 of 238 VMCBTPL


Volume- II, Section-4B
354 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

I) Withdrawal of an Attendant Console

There must be a simple procedure to withdraw an attendant console from the group
and switch it into a "night service" position. The status of his/her terminal should be
clearly indicated to the operator. Calls shall be forwarded to a particular station or a
group distributed within the premises.

J) Automatic Transfer of Calls to Attendant Consoles

Then the attendant consoles that are present do not answer calls, the system should,
after a time delay, automatically switch to "night service" mode. Calls must be routed
towards dedicated stations, the status of the installation shall be clearly indicated to the
operators and a simple procedure should enable return to normal situation.

K) Routing Calls to Individual Operator

Incoming calls on Specific trunks shall be possible to route to a particular operator or


extension.

L) Additional Services

Attendant consoles enable the user to manage some operation parameters of the
system, in particular the following points:

 create, change or delete a subscriber's attributes,

 manage service classes (automatic dialling and call transfer etc.)

 manage the external abbreviated dialling.

All of these operations shall have to be protected by a password programmable by


the head administrator.

17.1.1.5 Telephone Features

A) General

The following features shall be available without restriction to all the subscribers or freely
programmable:

 Routing of an external bundle on a group or individual user,

 Calling an attendant console,

 External call barring,

 Local calls,

 Simultaneous 6 party Conference

 Consult a pending call,

Page 225 of 238 VMCBTPL


Volume- II, Section-4B
355 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 Broker's call

 Recording and transmission of external numbers

 Transit function,

 Bundles of external lines,

 Call pick-up,

 Call pick-up: group,

 Put on hold,

 Abbreviated external numbers - Minimum 200 numbers,

 Directory database in the system - minimum 1000 numbers,

 Call parking,

 Direct Outgoing Dialling (DOD),

 Direct Outgoing Dialling per cost center,

 Direct seizure of external line,

 Dedicated incoming station,

 Dedicated outgoing station,

 Station with direct routing to another station, to an abbreviated number, to an


attendant console,

 Station with delayed routing,

 Protection against intrusion,

 Automatic call-back to a busy or free station

 Appointment call-back,

 Storing last dialled number,

 Last number redial,

 Call forwarding - no answer, busy, no answer/busy, fixed

 External call forwarding

 Remote call forwarding

Page 226 of 238 VMCBTPL


Volume- II, Section-4B
356 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 Night answering service,

 Call diversion on ringing,

 Moving service - without any intervention by the maintenance people, subscriber must
be able to move to a new location and by dialing codes at the new locations, he should
retain his existing number.

 Padlock with password protection

 Substitution -to temporarily avail all the features of the subscriber extensions at
another extension.

 PIN dialling - Each extension should have a PIN dialling, through which one could
make calls from a different extension and the metering must be made to the
subscriber's extension.

 Call ID on Analogue Extension

A) Push Button Telephones

B) Features

 Feather touch push buttons for quick and sure dialing.

 Memory storage, upto 22 digits for purposes of redialing.

 Facility for redialing the last number called by pressing the repeat

 push button just once.

 Ringing facility with adjustable volume.

 Digital pulses during dialing to be muted to eliminate harsh sounds.

 Compatible with P&T network.

 Built in automatic gain control.

C) Specifications

1. System voltage : 48V DC + 10 %

2. Pulse Rate : 10PPS

3. Break make rates : 66:33/60:40

4. Inter-digit pause : 800m secs. (minimum)

5. Loop resistance from the exchange : 1 K ohms (maximum)

The push button telephones must confirm to CCITT standards.

Page 227 of 238 VMCBTPL


Volume- II, Section-4B
357 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The telephone offered shall be approved by the TRO for interface with P&T network. A copy
of the certificate shall be enclosed.

The following Additional Features shall be built-in the System:

Multi Line Digital Stations

This function shall enable a user to simultaneously establish, from a station answering only
one number, several outgoing or incoming communications. Only one communication is
active at a given time, the other engaged communications being on hold; the user shall be
clearly informed of the status of the pending communications.

Each key on the station can be allocated to a different call number, hence allowing
differentiation of the calls. Tenderer to mention how many multiline numbers can be
programmed on one digital set.

Multiple Keys and Number Stations

Combining the two previous functions, each directory number can have several keys. The
Tenderer shall specify the number of manageable keys per station, a minimum of 6 keys
which can be allocated to the multiple key / multiple number function would be desirable.

Executive/Secretary sets

 Call Filtering - Certain calls on the Executive set should be programmed to reach
directly, whereas all other calls shall be routed to the secretary.

 Real time diversion without picking-up the call,

Work Groups

Status to be supervised (Visual and audible) on a digital set by associating a key to an


extension and monitor for the following status:

 free station

 busy station

 station receiving a call (ringing)

Hunt Groups of stations - sequential / cyclical / parallel

Utilization of ISDN Additional Services

The Tenderer shall submit the list of ISDN additional services to be used on proprietary
stations. The main requirements are as follows:

 Identification of an ISDN Caller

Some external subscribers must be identifiable by their name or the name of their company
upon display of the calls on the attendant console or on proprietary stations. The caller's
name shall be maintained after pick-up and shall reappear during all communication modes
(back-and-forth, conference, and transfer).

Page 228 of 238 VMCBTPL


Volume- II, Section-4B
358 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 List of unanswered calls upto 8 calls

Automatic forwarding to Night-mode


Night-mode shall be automatically activated by the clock system and it is required to have
night service based on the time of the day.

Additional Features

Following features shall be available with the EPABX system in addition to the above.

Music-on-hold

The system shall be equipped with in-built music-on-hold device that shall have a capacity
of 10-15 seconds and shall have good acoustic quality.

Automatic Attendant

The proposed telecommunications system shall be equipped with 4 port P.C. "automatic
attendant" feature allowing, the reception of external calls and offering to direct them
interactively to a pre-defined service or subscriber. The interactive dialogue shall be based
on DTMF. Errors (incorrect codes) shall be handled by an information message and return
to the current message. If no Q23 code is received, the call shall automatically flow over to
a dedicated number, after a pre-set delay.

Computer Telephone Integration

CT1 shall support for following computer environment- Digital, IBM, Microsoft, etc.

The physical interfaces supported shall be on V.24, RS232, SO, TCP/IP. Both first party and
third party CTI solutions shall be supported.

IP Components

The EPABX shall have in-built interface for IP functionalities. The Tenderer shall enclose the
detailed implementation schematic for VoIP and shall quote price for 10 VoIP users. It shall
support the following:

 Connection of a server via LAN-LAN router and LAN-WAN (ISDN)

 Voice over IP and Frame Relay.

17.1.1.6 System Administration - Management terminal

The proposed system should

 offer GUI based windows software with user-friendly access to the


various proposed services,

 be protected by an overall access code and offer several secondary


access levels,

 enable overall management of the system,

Page 229 of 238 VMCBTPL


Volume- II, Section-4B
359 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 provide menus in English, without obligation to answer questions with hexadecimal


characters or mnemonics. A Windows-compatible application would be desirable.

17.1.1.7 Main distribution frame

The main distribution frame for Field side and Exchange side shall be housed in a metal
cabinet and shall be equipped with Krone modules for 200 Pair terminations. An
Intermediate Distribution Frame shall also be provided for 200 Pairs with Over-voltage and
over-current protection for all the Trunk lines. The interconnection between MDF and IDF
shall be done using Jumper Wire. The Contractor shall do all termination of cables and
jumpering at the MDF.

17.1.1.8 Power Supply

A) FCBC

The Float cum Boost Charger shall be sized to supply power to the PBX for the required
capacity and it shall simultaneously allow re-loading of the battery within 10 hours
maximum. FCBC shall also be provided for the Remote units also.

B) Battery

Sealed Maintenance Free Lead Acid battery shall ensure automatic standby for the
PBX in case of failure of the electric power supply or the rectifier. A minimum back-up
of 6 hours is required.

17.2 Public Address System

17.2.1 General

i) The system shall be distributed amplifier type for indoor/outdoor usages

ii) The nominal voltage of the system shall be 240V, single phase 50 Hz except that power
supply of reduced voltage is specified for certain purposes. All the equipments and
materials shall be suitable for the system voltage unless otherwise specified.

iii) The design of the Communication System shall be in accordance with the requirements
of this specification and the best current engineering practice, together with the
following general requirements:

iv) The minimum enclosure protection degree of the system components shall be in
accordance with IEC 529 as follows:

 Outdoor IP 55.
 Indoor IP 41
17.2.2 Operational Feature

The basic system shall incorporate the following operational features:

a) It shall be possible to make announcements by lifting any of the microphone handsets


and speaking into the mouth piece. The announcement shall be heard over all the
speakers within the area.

Page 230 of 238 VMCBTPL


Volume- II, Section-4B
360 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

b) It shall be possible for the called party to reply by moving to the nearest microphone
hand set station and lifting the microphone hand set off the hook switch. The
conversation now shall proceed between the caller and called party over the channel.
This shall be heard over all the loud speakers. The system shall be of common talking
type allowing any hand set station to take part in the conversation.

c) Lifting of a handset off the hook shall automatically mute the adjacent loudspeaker. This
is required to prevent the acoustic coupling and feed back to the local handset
mouthpiece transmitter.

d) Facilities shall be provided to generate a 400 Cycles signal which will be used as siren
during emergency. This tone signal shall also be used to test all amplifiers and
loudspeakers circuits. A tone/test switch shall be provided on the amplifiers rack to
initiate the siren. Provision shall be made for testing all microphones and associated
circuits.

e) The Contractor shall propose a suitable scheme to overcome the problems generally
associated with long distance propagation of voice signal and paging and shall submit
the details of offered scheme showing schematic diagram, system write-up and other
necessary details.

17.2.3 Component Specification

a) Amplifier

The rated output power of the inbuilt amplifiers in any handset station shall be adequate
to cater to microphone handset and specified number of loudspeakers. If the amplifier
has sensitivity sufficient to operate only from the highest input voltage likely to be met
with, the same has to be supplemented with pre-amplifier for use with source at lower
voltage. The frequency response, harmonic distortion and the signal to noise ratio shall
be as per the relevant standards. Amplifiers shall incorporate safeguards against
excessive voltage or current rise in case of open circuit conditions or short circuit
conditions respectively, in the output circuit. Volume and tone control shall be provided.

b) Loudspeakers

The loudspeakers shall be of high efficiency, high peak power drive units in weather-
proof design of rugged metal construction designed for non-ringing and shall deliver
clear, faithful voice reproduction through any degree of noise level.

Facilities shall be provided for easy orientation of the speaker units over wide horizontal
and vertical plane after the assembly has been mounted. Suitable means for locking in
any position shall be provided on each speaker. Electrical filter at the line matching
transformer shall be incorporated to cut off low frequencies to avoid damage to the
voice coil at lower frequencies. The power handling capacity of the transformer shall
be not less than the power to be absorbed by the speaker.

The transformer primary and secondary shall have suitable caps to match the voltage
tap at the amplifier output transformer and loudspeaker impedance respectively.
Volume control shall be provided in horn type and cone type loudspeakers; no provision
shall be kept in bidirectional horn type loudspeakers.

Page 231 of 238 VMCBTPL


Volume- II, Section-4B
361 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Loudspeakers shall preferably be rated for 15 W and shall be suitable for outdoor
operation in areas with high ambient noise level. These speakers shall have good
directional properties and high acoustical efficiency. The driver impedance matching
transformer and all other accessories shall be housed in steel enclosure designed for
wall or steel structure mounting. All necessary accessories shall be dust, vermin and
weather-proof provided with neoprene gasket covers. Necessary provision shall be
made for terminating incoming cable. Loudspeakers suitable for indoor use shall be
rated for 6 watts. These shall be cone type and suitable for wall mounting. These shall
be provided with buffer of thick plywood. Enclosure interior shall be padded with
suitable lining for damping.

c) Hand Set Station

Each hand set station shall comprise of a microphone hand set unit. Handset station
shall be wall mounting / Desk type as shown in the attached riser diagram.

Handset microphones shall be of low impedance, dynamic type, with highly directional
characteristic designed for close talking, minimum acoustic coupling and feedback. The
handset shall pick up only the operator's voice and shall shield out extraneous noise.

Handset shall be provided with special neoprene covered shielded, retroactive coiled
core type cable of length not less than 3 metres to provide freedom of movement.

Handset mouth pieces shall be protected from dirt and other foreign particles by means
of filters.

The handset shall be equipped with locking type plug and socket to permit easy
removal and replacement of handset when desired, without disturbing the soldered
connection.

Handset stations and all associated equipment shall be completely assembled and
wired at factory on a conduit core ready for mounting on conduit box and attached
directly to field conduit. In case of handset stations for outdoor locations robust,
weather-proof enclosures designed for direct connection to field conduit shall be
provided.

d) Signal Cable

The signal cable shall be annealed, high conductivity bunched copper conductor,
twisted, PVC insulated, colour coded, PVC sheathed and armoured cables.

Page 232 of 238 VMCBTPL


Volume- II, Section-4B
362 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

18.0 LIST OF APPROVED MANUFACTURERS / VENDORS


The quality of all Materials intended to form or forming part of the Permanent Works,
including the supply-only materials (if any) to be supplied by the Contractor under the
Contract, shall conform to the Specifications, Bill of Quantities and Drawings. The list(s) of
manufacturer(s)/supplier(s) given in this clause for various Materials are not exhaustive. The
Contractor shall procure Materials from the manufacturers list provided below.

Notwithstanding the above, the Contractor shall submit sample(s) as well as technical data
of all materials to be procured for the Works and any more information requested by the
Employer, to the Employer for his consent and the Contractor shall obtain such consent of
the Employer at least 28 days before his intended date of placing the order for the materials.
The decision of the Employer shall be conclusive, final and binding.

The Contractor shall use the following list of approved vendors for the mentioned materials
as per the below Table 18.1.

Table 18.1: List of Approved Vendors/Makes/Manufacturers

S. No. Makes/ Items Vendors

Civil Works
Berger, Apex, Johnson & Nicholson,
1. Acrylic Emulsion
Nerolac, Jotun

2. Admixtures for Concrete BASF, FOSROC, Sika


Sehgal & Sehgal Industries, AJIT India
3. Aluminium Doors and windows
(Madras) Ltd., or equivalent
Anti-Corrosive coating for Structural Grand Polycoats, Berger, ESDEE, Acro
4. steel, Aluminium, FRP, Wooden, paints, Dooal Corpro India Pvt. Ltd., or
Plastic, Glass surfaces & Concrete. equivalent
PIDILITE, Indigo Paints, Wood care,
5. Anti-Termite Paint
Wood Guard or equivalent
Blum, Hafele, Ozone Overseas Pvt. Ltd
6. Auto Closer Hinges
or equivalent

7. Ball bearings SKF, FAG, Timken, KOYO


CICO, FOSROC, Sunanda speciality
8. Bonding Coat
coating Pvt. LTD, BASF, SWC, TAM
9. Cement Ultratech, ACC, JK, Dalmia,
HILTI, Fisher, MKT (Germany), Black
Chemical /Mechanical Anchor
10. and Decker India Ltd., MAPEI, SS
Fasteners
Fasteners Pvt. Ltd
Century, Mayur, Greenply, Kitply,
11. Commercial Plywood (as per IS 303)
National, Merino
Construction & water proofing
chemicals, Integral Waterproofing Acro paints Ltd, Durobond, Perma
compounds, chloride free plasticiser Chemicals, Sika, Pidilite, BOSTIK, STP
12. cum waterproofing compound, Ltd., Maruti Bitumen Pvt. ltd., or
polymer admixture for waterproofing, equivalent.
flexible polymer modified
Cementous waterproofing coating,

Page 233 of 238 VMCBTPL


Volume- II, Section-4B
363 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Makes/ Items Vendors


normal and super plasticizer to
reduce water/cement ratio tile
adhesive, floor hardeners, Silicon
impregnation
Choksey, CICO, Sika, STP, Roff,
13. Construction Chemicals
Fosroc, BASF
Clean tech concure, SINAK, FOSROC,
14. Curing Compound
Adoadditives, TAM
Door Fitting, S.S. door handles, Dorma, Hafele, Dorset, D-line, Shanu
15.
heavy duty door closures etc (India) products Pvt. Ltd.
16. Door hardwares ASSA ABLOY, Hafele India, Godrej
Tirupati plastomeric, Duraline, REX,
17. Drainage pipes
STIPL or equivalent
ICI, Dulux Velvet, Luxol silk, Johnson &
Nicholson, Modi Industries Ltd. (paint
18. Emulsion Paints
section), Acro Paints Ltd, Asian, Berger,
Nerolac, SKK
HILTI, Fisher, Euro Build, Dubond,
19. Epoxy chemical for anchoring grout
Pidilite or equivalent
Signum, Shakti Met, Godrej, Radiant,
20. Fire Door
pacific, Global Fire Protective Agency
Akzo Noble, Berger, PPG, Jotun, Navair,
21. Fire resistant paints
S.V.Coatings Pvt. Ltd., or equivalent
Samrat, Kanchan prima Swastick, kutty,
22. Flush door Diamond, Raveela, Alpro.1, Decorative
Duroply
FOSROC, MBT, MC Baucheme,
23. Form work Release Agent
Adomast, Conmat
Techfab, Suntech, Terrum, Manas,
24. Geotextile
Mono industries,
Glazed Doors / Automatic Bi-Parting Dorma GMBH & Co. KG, Kaba Gilgen
25.
Sliding Door SA, Geze GmbH or equivalent
Dorma, Ozone Overseas Pvt. Ltd, ASSA
26. Glazed Doors with patch fittings ABLOY India Private Ltd., Dorset Kaba
Security Systems Pvt. Ltd. or equivalent
HILTI, Fischer, Unbrako, TVS, Euro
27. High tensile Bolts /Screws
Build
Surya pipes, Hi-Tech Pipes, JSW, JSPL,
28. Hollow sections, pipes
RINL
Kryton Buildmat Co. pvt. ltd., Penetron,
Integral Crystalline Water Proofing
29. Vandex International Ltd., BASF,
Method
Chryso, XYPEX
Dextra, Bartec, Lenton, Dayton superior
30. Mechanical Splicing Couplers
& JB rebar couplers

Page 234 of 238 VMCBTPL


Volume- II, Section-4B
364 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Makes/ Items Vendors


Godrej, Dorset, Kaba Security Systems
31. Mortice locks, locks, latch Pvt. Ltd., Magnum, Ozone Overseas
Pvt. Ltd, Dorma or equivalent
32. Non-Metallic Surface Hardeners CICO, Fosroc, STP, Sika, BASF

33. Non-shrink general purpose grout Fosroc, BASF, Sika


AkzoNobel, Jotun, Chugoku, Asian paint
34. Paints (Marine)
PPG
CBRI, FUGRO-KND, Pile Dynamic,
35. Pile Integrity& Testing Agency
AIMIL, Geo dynamic

36. Polysulphide sealant/ P.U sealant Pidilite, BASF, Sika


AkzoNobel, Jotun, Chugoku, Asian paint
37. Polyurethane Paint
PPG
Reinforcement Steel (CRS-TMT
38. TATA, SAIL, RINL, JSW Steel
Bars)
Popular, Gandhi Automation Pvt. Ltd,
39. Rolling Shutter Falcon, Jacob Engineering or
equivalent, Assa Abloy LLP
DORMAT India Pvt Ltd, Sky Port, Q-
railing India Pvt. Ltd, Impact metals,
40. SS Railing
Cochin tech, Jindal, Arcat. Indiana
Gratings
Jindal stainless, SAIL, Salem Steel,
41. Stainless Steel
Hindalco
Shakthi hormann, Indigatech, Ozone
Overseas Pvt. Ltd, NCL Alltek &
42. Steel doors /windows Seccolor Ltd, Kutty Flush Doors &
Furniture Co. Pvt. Ltd, Madhu Industries
or equivalent

43. Steel Structural Fasteners Sundram Fasteners, Unbrako


Structural Hollow steel sections
44. TATA, SAIL, RINL,
(Square & Rectangular)
Structural Rolled Steel sections-
45. beams, channels, tee, flats, angles, TATA, SAIL, RINL, JSPL, JSW Steel
etc.
46. Structural Steel TATA, SAIL, RINL , JSPL

47. Structural tubular sections TATA, SAIL, RINL, JSPL, Apollo


ICI Dulux, Giossl Berger, Modi
48. Synthetic Enamel Industries Ltd. (paint section), Acro
Paints Ltd, Asian, Nerolac,
Spectrum, Unitile, TEXFIN Products
49. Textured Paints (M/s NIKO), Acro Paints Ltd, Birla, ICI
Dulux, Surfa

50. UPVC Door/Windows/Ventilators Fenesta Building System, Aparna


venster, Adopen India, Lingel windows

Page 235 of 238 VMCBTPL


Volume- II, Section-4B
365 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Makes/ Items Vendors


and doors Technologies Pvt Ltd,
Prominance
J.K White Cement Works, Modi
Industries Ltd (paint section), Birla
51. Wall Putty (Adithya Birla Group), Shalimar Paints,
Gyproc Wall Putty (Saint Gobain) or
equivalent
Super Snowcem, Acro, Berger, Nerolac,
52. Water Proof Cement paint
Sika or equivalent
Waterproof/ Marine grade plywood Archid, Kitply, Century, Mayur, Greenply,
53.
(as per IS 710) National
Reckitt & Colman, Asian, Berger or
54. Wax Polish
equivalent
ESAB, Ador, HONAVAR / BOHLER
55. Welding Electrodes
GERMAN
Berger, Apex, Johnson & Nicholson,
56. Acrylic Emulsion
Nerolac, Jotun

57. Admixtures for Concrete BASF, FOSROC, Sika


Note: The list of vendor/make is furnished here with shall be used in the works. The
contractor shall have to obtain prior approval from the Employer for the list of items
those are not indicated/specified in the list for use in the works.

Page 236 of 238 VMCBTPL


Volume- II, Section-4B
366 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

19.0 LIST OF APPROVED MAKES OF HVAC


S.
Item Description Approved Makes
No.
1. High wall split units Carrier/Hitachi//Daikin/Mitsubishi
Bluestar/Voltas/Samsung/LG/Toshibha/O-
General/ or equivalent

2. Exhaust Fans (inline Axial & Kruger/Systemair/Nicotra/Lau/Ostberg/Wadb


Wall Mount) ros/Havells/Almonard/Orpat

3. Three phase motors Siemens/Kirloskar/Crompton/Bharath

Bijlee /ABB /Alsthom or equivalent

4. Nitrile rubber insulation Armaflex/K-flex/Totaline or equivalent

5. Filter AAF/Camfill or equivalent

6. Paints ICI/Asian/Berger or equivalent

7. PVC Pipe Any ISI Mark PVC Pipe or equivalent

8. Copper Pipes Totaline/Mandev/Piyush or equivalent

9. Stabilizer V GUARD /Voltas or equivalent

10. Wall Exhaust Fan USHA/Crompton/Almonard/Bajaj/havells or


Equivalent

Note: The list of vendor/make is furnished here with shall be used in the works. The
contractor shall have to obtain prior approval from the Employer for the list of items those
are not indicated/specified in the list for use in the works.

Page 237 of 238 VMCBTPL


Volume- II, Section-4B
367 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

20.0 SPECIFICATIONS NOT COVERED


Specifications for materials and workmanship not covered in this Section shall be referred
from the specifications of materials and workmanship covered in other sections of Volume
-II as appropriate, subject to the approval of the Employer whose decision shall be final and
binding on the contractor.

The specifications for any materials and workmanship not fully specified in any sections of
Volume-II shall be carried out as per relevant IS Specifications and in absence thereof shall
be as per the best standard practice as approved by the Employer.

Page 238 of 238 VMCBTPL


Volume- II, Section-4B
368 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME - II
SECTION - 5A
SCOPE OF WORK

Page 1 of 24 VMCBTPL
Volume II, Section-5A
369 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

TABLE OF CONTENTS

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


1.1 Background Information ................................................................................................. 3
1.2 Site Data ........................................................................................................................ 4
1.2.1 Meteorological Conditions ............................................................................................ 4
1.2.2 Oceanographic Data .................................................................................................... 5
1.2.3 Site Specific Surveys and Investigations ...................................................................... 7
2.0 SCOPE OF WORK .................................................................................................................. 8
2.1 Description of Contractor’s Scope of Work...................................................................... 8
2.1.1 General ........................................................................................................................ 8
2.1.2 Civil & Structural Works including Utilities and other Infrastructure................................ 9
2.1.3 Interface Matrix .......................................................................................................... 14
2.1.4 Miscellaneous Works ................................................................................................. 24

Page 2 of 24 VMCBTPL
Volume II, Section-5A
370 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.0 GENERAL

1.1 Background Information


Bothra Shipping Services Private Ltd (BSSPL) and Arcelor Mittal Projects India Private Limited
(AMNS) as a consortium have won the concession for mechanization of WQ – 7 & 8 berths located
in inner harbour through PPP mode on DBFOT basis at the Visakhapatnam Port Authority (VPA).
WQ-7 & 8 is a continuous berth having a draft of -14.5m and total length of 560m. It is designed
to handle ships up to 110, 000 DWT. The allocated backup yard is 202, 500 Sqm which includes
storage area as well as the conveyor corridor.

The location of the berth and backup yard is shown in below.

Figure 1.1: WQ 7 and WQ 8 Berth Location and Backup area

Page 3 of 24 VMCBTPL
Volume II, Section-5A
371 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2 Site Data


1.2.1 Meteorological Conditions

1.2.1.1 Climate

The Climate of this region is governed by its location in the tropics and the monsoons. The climate
of the Southeast coast of Bay of Bengal is characterized by the recurring seasonal monsoons,
which divide the year into four seasons as follows:

 The pre-monsoon period is from March to May, usually the beginning of the hottest period
of the year, when the winds shift towards south-westerly direction.

 South-west monsoon period is from the middle of May up to the middle of October with
predominantly south-Westerly winds, cloudy weather and frequent rains.

 The post-monsoon period is from the middle of October to the end of November with
variable weather and witnesses’ cyclones with relatively greater frequency.

 The North-east monsoon period is from the end of November to the end of February with
predominantly north-easterly winds. Cyclones are frequent during November.

 The climatic division is, of course, not absolute and there is some overlap between
seasons.

1.2.1.2 Temperature

There is a seasonal variation in temperature. May and June are hotter months whereas December
and January are colder months.

The annual mean maximum temperature is 30°C and the annual mean minimum temperature is
24.3°C.

The highest temperature so far recorded was 44.4° C in the month of June in 1923 and the lowest
temperature was 12.8° C in the month of January in 1958.

1.2.1.3 Relative Humidity

The humidity is comparatively high and fairly uniform throughout the year. The mean daily relative
humidity over a year is about 76% at 0800 hrs and 72% at 1700 hrs. The highest recorded value
is 81% and lowest recorded value is 64%.

1.2.1.4 Rainfall

The average overall rainfall is 1337 mm. The average number of rainy days is 54 days per year.
October to December is the wettest months of the year with an average rainfall in excess of 200
mm per month, with a Maximum of 458 mm in November. February and March are dry months
with average rainfall below 25 mm per month.

1.2.1.5 Visibility

Visibility is good throughout the year as fog is infrequent at sea in all seasons. Reduction in visibility
is mostly due to heavy rainfall during the south-west monsoon. The highest monthly average
duration recorded of fog is 0.1 day in some months from December to May.

Page 4 of 24 VMCBTPL
Volume II, Section-5A
372 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.1.6 Wind

Predominant wind direction prevailing at the site is between South-West to North-East in various
Periods. For 90% of the time that wind speed does not exceed 20 KMPH. The maximum wind
speed recorded is 110 KMPH. It is, however, known that wind speeds as high as 250 KMPH by
experienced occasionally during cyclones in the Bay of Bengal.

1.2.1.7 Cyclones

Cyclones are common to occur in the Bay of Bengal.

Average number of cyclones occurring at East coast of India is 3 to 4 per year. Cyclonic storms
and depressions occur with greatest frequency is May, June, September, October and November
generally.

1.2.2 Oceanographic Data

1.2.2.1 Tidal Conditions

The relevant tide levels with reference to the India Naval Hydrographic Chart Datum are given
below:

Highest High Water Recorded : +2.38 m

MHWS : +1.49 m

MSL : +0.79 m

MLWS : +0.09 m

Chart Datum : +0.00 m

Lowest Low Water Recorded : -0.50 m

1.2.2.2 Waves

The wave rose indicating the wave direction and period for the four quarters of the year (viz.
January-March; April-June; July-September & October-December.) is presented hereunder. From
this data, it is observed that the external waves of Hs = 0 to 1 m occur for about 150 days and Hs
> 2 m occur for about 15 days in a year. From the wave rose diagram it is seen that the
predominant wave direction will be form SSE to SE during south-west monsoon period from May
to August. This will change to ESE direction during September and October. During the months of
November to January, the predominant wave direction would be from ESE quadrant. The months
of December to April are relatively calm except for occurrence of occasional cyclones.

Page 5 of 24 VMCBTPL
Volume II, Section-5A
373 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Figure 1.2: Wind Rose Diagram

The Inner harbour is well protected from waves and therefore no wave disturbance is expected at
the proposed site.

1.2.2.3 Current

Currents in the Bay of Bengal are seasonal and are mainly due to south-west and north-east
monsoons. From February to June offshore currents flow towards the north-east and from August
to December towards south-west at velocities ranging from 0.5 to 1 knot. In the vicinity of
Visakhapatnam coast currents are neither related to wind nor to tides in any appreciable way.
Towards north, the coast bears about 50° to the east. Hence if a wave orthogonal bearing 130° to
the east the wave crest will be parallel to the coast and there will be no steady longshore current.
This concludes that the determining factor for the direction of current is the direction of the
predominant wave.

Page 6 of 24 VMCBTPL
Volume II, Section-5A
374 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Figure 1.3: Wave Rose Indicating the Wave Direction and Period for the Four Quarters of
the Year

The Current in Inner harbour are not significant and seem negligible.

1.2.3 Site Specific Surveys and Investigations

The site-specific investigations relating to topographic survey and geotechnical investigations


have been provided along with the Tender document.

Page 7 of 24 VMCBTPL
Volume II, Section-5A
375 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.0 SCOPE OF WORK


2.1 Description of Contractor’s Scope of Work
2.1.1 General

The Specifications provided in the Tender together with enclosed Scope Drawings outline the
functional requirements and the operating characteristics which the structures/facilities must fulfil.
Alternative technical features/designs other than those specified may be acceptable subject to
meeting the functional requirements and the operating characteristics and shall have prior
approval of the Employer. In any case, the performance of the system/ equipment, if any delivered,
shall be guaranteed in every detail by the Contractor. Overall dimensions (boundary dimensions)
and functional requirements as specified shall be strictly adhered to. The Scope of Work detailed
below is for overall understanding of the Works and does not absolve the Contractor from
successful commissioning and operation of the Works with best available latest technology. Any
item/equipment not listed but required for completion of the Works shall be considered as included
in the Scope of the Contractor.

The Contractor shall be deemed to have examined the Site and familiarized himself with all existing
Site conditions. He shall accept the Site in the existing condition at the time of award of Contract.

The Contractor shall submit warranty/guarantee cards or receipts of the various parts used in the
Works. In this regard, the Contractor has to enter into agreement with the suppliers, who have to
pass on the said warranty/right to the Employer. The Contractor shall submit warranty / guarantee
effective from the date of Taking over of the Works.

The structures, equipment, system/sub-systems and components shall confirm in all respects to
high standards of engineering, design and workmanship and shall be capable of performing in
continuous operation in a manner acceptable to the Employer and shall also be in line with the
current practices for reliable and efficient functioning of facility.

In the event of conflict between requirements of any two clauses of the tender document or
requirements of different codes / standards specified, the more stringent requirement as per the
interpretation of the Employer shall apply.

The Contractor while executing the Works shall follow good industry practice, which however shall
meet the Employer’s Requirements. The Contractor shall adhere to and honour the Conditions of
Contract, in all respects.

The Detailed Scope of Work under this Package is given below. This shall be read in conjunction
with the Tender Drawings provided as part of the Package.

a) Grading of entire back up area including the additional land.

b) Concrete Paved yard as per scope drawing.

c) Pile foundation for Stacker reclaimer & Twin-boom stacker as per scope drawing including
storm Anchor, tie down and buffer stops.

d) Civil works corresponding to high mast foundations & Lighting Poles.

e) Buildings such as administration buildings, substations, canteen & Public utility centre and
workshop etc. with associated works like MEP, HVAC, ventilation system, etc.

Page 8 of 24 VMCBTPL
Volume II, Section-5A
376 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

f) Suitable Size of building to accommodate transformer & Panel room near each transfer
towers along with all associated works like lighting, industrial Air Conditioner etc.

g) Fertilizer Sheds

h) Underground water sump and pumphouse

i) Chain link Fencing

j) Entry/Exit gate with Guard room

k) Roads including Culverts

l) Water supply system

m) Storm water drainage including dump ponds

n) Sewerage system including packaged STP

o) ETP

p) Fire Fighting System

q) Dust Suppression System

r) EOT cranes, manual hoists, etc. as required at workshop, substation and pumphouse.

s) Wind shield including all steel & civil works.

t) Weigh Bridge (2 in nos.)

u) Any other work as per scope drawings.

2.1.2 Civil & Structural Works including Utilities and other Infrastructure

2.1.2.1 Grading

Grading of an area of about 1,80,000 Sqm. has to be carried as per the layout and other details
presented in the Scope Drawings. The Contractor shall provide a finished level of +5.0 m CD
through filling using suitable material.

2.1.2.2 Concrete Paved yard

Concrete Paved area of approximately 6,000 sqm area for pet coke Cargo will be provided as per
scope drawing.

2.1.2.3 Pile foundation for Stacker reclaimer & Twin-boom stacker

Pile foundation for Stacker reclaimer & Twin-boom stacker as per scope drawing including storm
Anchor, tie down and buffer stops. Any equipment/accessories related to storm anchor, tie down
and buffer stops will be supplied by Equipment OEM and installed by this package CTR.

Page 9 of 24 VMCBTPL
Volume II, Section-5A
377 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.1.2.4 Replacement of rails in WQ-7 & 8 berths

Replacement of rails in WQ-7 & 8 berths including installation of storm anchor, tie down and buffer
stops. Any equipment/accessories related to storm anchor, tie down and buffer stops will be
supplied by Equipment OEM and installed by this package CTR.

2.1.2.5 High mast foundations & Lighting Poles Foundations

Civil works corresponding to high mast foundations & Lighting Poles. GA & Loads shall be supplied
by Package 2 Contractor.

2.1.2.6 Buildings

Buildings such as administration buildings, substations, canteen & Public utility centre and
workshop etc. with associated works like MEP, HVAC, ventilation system, etc. A tapping point
(Junction box) which shall consist of Power supply cable, Internet LAN cable, EPABX etc. near
each building shall be provided by Package 2 Contractor.

Table 2.1: List of Buildings

S. Staff Minimum Built-up


Building Name Type
No. occupancy area (sqm)
1. Administration building G+3 storied building 25 persons 1,920
cum Substation 1 (SS1)
2. LCSS & Jetty Control Three storied building 5 persons 500
room Building cum (Cellar + LCSS +
substation 2 (SS2) Control station)
3. Workshop and store Shed 10 persons 600
4. Canteen & Public Utility Single Storied 100 Person 435
Centre buildings
5. Guard rooms 2 persons 2x 25 sqm
6. Entry/Exit Gate with As per Scope
Boom barriers at each drawings
bay

 All buildings shall have the required power, lighting and illumination, communication, air
conditioning, IT infrastructure etc.

 The scope shall include laying of LAN cables, wiring etc. and provision of slots for electrical
and IT infrastructure.

 Design and installation of point wiring in the buildings including data points/Computer
points.

 The Contractor shall work out and provide the electrical fixtures required based on the
NBC requirements and guidelines given below.

(1) One Ceiling fan for every 15 sq. meter of area.

(2) Lights to have average illuminance of 200 lux in all building areas expect control room
where the average illuminance shall be 300 lux.

Page 10 of 24 VMCBTPL
Volume II, Section-5A
378 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

(3) One Split Air conditioner of 1.0 T capacity for every 10 sq. meter of area.

(4) One 230 V 5 amp 3-pin sockets for every 10 sq. meter area

2.1.2.7 Transformer & Panel room near Transfer Towers

Suitable Size of building to accommodate transformer & Panel room near each transfer towers
along with all associated works like lighting, industrial Air Conditioner etc.

Table 2.2: Transformer & Panel room Sizes

Transformer
Room
Dimension (l x LT Panel Room
b) in m Dimension (l xb) in m
S. No. Description Qty. (Nos)
Either Outdoor
or Inside room
with Rolling
shutter & Man Inside room with
Entry door Double door

1200 kVA CRT at TT1 for BC1


1 1
Conveyor 6.5 x 5 5x4
1200 kVA CRT at TT1 for BC2
2 1
Conveyor 6.5 x 5 5x4
1200 kVA CRT at TT2 for BC3
3 1
Conveyor & BC4 Conveyor 6.5 x 5 5x4
1600 kVA CRT at TT3 for BC5
4 1
Conveyor & BC6 Conveyor 6.5 x 5 5x4
1600 kVA CRT at TT3 for BC7
5 1
Conveyor & BC8 Conveyor 6.5 x 5 5x4
315 kVA CRT at TT8 for BC9
6 1
Conveyor 5x5 5x4
630 kVA CRT at TT5 for BC10
7 1
Conveyor 5x5 5x4
630 kVA CRT at TT5 for BC11
8 1
Conveyor 5x5 5x4
800 kVA CRT at TT12 for BC12
9 1
Conveyor & BC15 Conveyor 5x5 5x4
630 kVA CRT at TT9 for BC13
10 1
Conveyor 5x5 5x4
2000 kVA CRT at TT13 for BC14
11 1
Conveyor & YC3 Conveyor 6.5 x 5 5x4
800 kVA CRT at SILO for BC16
12 1
Conveyor 5x5 5x4
1000 kVA CRT at TT10 for YC1
13 1
Conveyor 6.5 x 5 5x4

Page 11 of 24 VMCBTPL
Volume II, Section-5A
379 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Transformer
Room
Dimension (l x LT Panel Room
b) in m Dimension (l xb) in m
S. No. Description Qty. (Nos)
Either Outdoor
or Inside room
with Rolling
shutter & Man Inside room with
Entry door Double door

1000 kVA CRT at TT11 for YC2


14 1
Conveyor 6.5 x 5 5x4
Note: The sizes provided in the above table are tentative and subject to vary as per the
equipment sizes provided by package – 2 contractor.

2.1.2.8 Fertilizer Sheds

Steel works & civil pile foundation works for two Covered bulk storage sheds for Rock phosphate,
Urea & Other cargo

 Bulk Shed (Rock Phosphate) - 200 m long x 45 m wide


 Bulk Shed (Urea & Other fertilizers) - 120 m long x 45 m wide
2.1.2.9 Underground water sump and pumphouse

The water tank cum pump house with storage capacity of 500 Cum as per the scope drawing
along with suitable foundation system including tapping of raw water from the source.

2.1.2.10 Chain link Fencing

The Chain link fencing shall be provided around the boundary with steel columns and chain link of
3.0 m high with additional concentrina barbed wire fencing 1.0 m high. The approximate overall
length of wall shall be 3500 m. Suitable foundation system (either Pile foundation or Strip
foundation) for the boundary wall shall be provided by the Contractor based on his design to satisfy
the Design Criteria. Layout of the proposed boundary wall and Typical Details are shown in
Drawing No. 60700314-T-1016.

2.1.2.11 Entry/Exit gate with Guard room

Two Guard room of 5.9 m x 5.9 m to accommodate on duty guard. A steel gate of appropriate
dimension will be provided at the entrance area. Boom barrier will also be installed at each lane.
Typical details and dimensions are shown in Drawing No. 60700314-ER-1011.

2.1.2.12 Roads including Culverts

Internal roads shall be provided as per the layout shown in Scope drawings. Any Culverts required
at the crossing of the nala, drains and drainage system shall be provided.

Details of Roads to be provided are given below:

Page 12 of 24 VMCBTPL
Volume II, Section-5A
380 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table 2.3: Road Details

Width of Paved Width of Treated


Road Overall Carriageway Shoulders on Shoulders on Approximate
Type Width Width either side of either side of length
Carriageway Carriageway

Type R1 11 m 7m 1.0 m 1.0 m 1350 m

Type R2 8m 5m 0.75 m 0.75 m 750 m

Type R3 5m 3 0.5 m 0.5 m 900 m

Type R4 Paved area (11,600 sqm)

Layout of Roads and Typical Cross Sections are shown in Drawing No. 60700314-T-1018.

2.1.2.13 Water supply system

Water supply system complete in all respects from the source (port’s tapping point) to the proposed
water sump in VMCBTPL area and distribution to all buildings, stackyard area ass per scope
drawing. Raw water shall be provided for the firefighting, landscaping, dust suppression system.

2.1.2.14 Storm water drainage including dump ponds & ETP

A drainage system for carrying the storm water run-off from the area as shown in the Scope
Drawings is to be designed and provided including dump pond and ETP of suitable capacity.
Typical Layout for Drainage is shown in Drawing No. 60700314-T-1015.

2.1.2.15 Sewerage system including packaged STP

Sewerage system for whole of the Works is to be designed and provided. The system shall
comprise of pipelines for collection of the sewage from Buildings, packaged STP of required
capacity, pipeline from the STP to storm water drain.

2.1.2.16 Fire Fighting System

Fire Hydrant System complete with Main Pump, Diesel Engine driven pump, Jockey Pumps, Water
reservoir, Pipework, Manual Call Points, Water supply Pipework from main water reservoir to the
Fire water reservoir including necessary level switches and interlock required for automatic water
filling in case of fire hazard / water level recedes in the Fire water tanks. The system shall also
include all pipework, valves & control system, MCP’s c/w landing valves & flexible hose reels, local
control station and all accessories including integration with conveyor system of Package 1.

 Rain gun-based Fire Hydrant System for the Entire Stockyard area

 Fire Hydrant System for buildings as provided in the Table 2.1.

 Installation of fire detection system provided by package – 02 contractor.

 Sprinkler based fully automatic Fire Detection, Alarm & Fire Hydrant system shall be
provided for Administration Building & stores / workshop.

 Suitable fully automatic Fire Detection & alarm system for Sub-station and all electrical units
/ buildings.

 In addition, adequate number of fire extinguishers shall be provided in these areas.

Page 13 of 24 VMCBTPL
Volume II, Section-5A
381 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.1.2.17 Dust Suppression System

Dust Suppression System including all accessories like Spray Nozzles, Valves & Pipework,
Controls & Instrumentation, Water Storage Tanks, Water Sprinklers, Base frames & supports and
all accessories for the following areas including integration with conveyor system of Package 1.

 Rain guns based plain water dust Suppression System (PWDS) in the stackyard area along
with integration with other packages.

 Plain Water dust suppression (PWDS) system in the unloading area.

2.1.2.18 Wind shield including

Windshield of 15 m high steel structure with fabric shall be provided all around the stackyard area.
Pile foundation shall be provided as a foundation system to support this structure.

Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1022.

2.1.2.19 Weigh Bridge (2 in nos.)

Weigh Bridge (100 T x 18 m) and control room along with suitable foundation system shall be
provided as per the scope drawing.

2.1.3 Interface Matrix

The table presented below is to enable the Contractors (CTR) of different packages to understand
their scope of work and the interface, tapping points between different packages. Scope of work
& Interface Matrix is presented below in Table 2.4.

Page 14 of 24 VMCBTPL
Volume II, Section-5A
382 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Table 2.4: Scope of Work & Interface Matrix

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

1. Overall Layout Layout drawing covering material Layout drawing covering Layout drawing covering this
handling system scope shall be electrical scope of work shall package components shall be
prepared. Any change in the be prepared. Any change in prepared. Any change in the
layout shall be updated and the layout shall be updated layout shall be updated and
provided to VMCBTPL. and provided to VMCBTPL. provided to VMCBTPL.

2. Berth All Interface works ensuring Complete HT cable routing Dismantling of existing rails in Equipment will be
proper connectivity with laying – throughout the berth and laying of new rails directly bought-out by
conveyor system & smooth conveyor length. as per recommendations from Employer. Tentative
functioning with Ship unloader in OEM. Loads & GA, Power
all terms, but not limited to power Collect the power load of the requirement etc. for
supply, conveyor system equipment for preparation of design shall be provided
All Interface works ensuring
compatibility, firefighting, dust power distribution plan. to Package 2 & Package
proper foundation system for
suppression system etc. Provide Provide HT and C&I cable 3 CTR within 15 date
ship unloaders according to
Conveyor profile drawings at routing till terminal box which from the Letter of Award.
the GA provided by
berth area to OEM of SUL. will be the tapping point for
equipment OEM's.
SUL
 Storm anchor foundation
Internal Fire detection, based on information
Earthing grid along the rail.
Firefighting system within provided by OEM.
Conveyor. Tapping point for
water shall be the nearest hose  Firefighting works, DFDS
at Berth location provided by works and to provide
Package-3 CTR. water tapping points for
SUL.

Page 15 of 24 VMCBTPL
Volume II, Section-5A
383 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

3. LCSS & Jetty Control Interface with Package 2 for Supply & installation of Construction of the building +
Building setting up the control station and equipment, panels, cables interior works (including
linking of communication. etc. Provide GA & equipment electrical) of the control room.
details to Package 3 CTR.
Suitable foundation system
Provide GA drawings shall be provided by this
showing cable entry points package CTR to install
from cellar to Package 3 CTR. Package 2 equipment in
Substation
Switchgear design based on
Data from OEMs/Package 1 HVAC/Ventilation of the
contractor. LCSS floor – interface with
Package 2 contractor.
All PLC related work.
GA drawing to be shared with
Statutory clearance Package 2 contractor.

For E&I panel erection, steel


foundation and floor cable
entry opening interface with
Package 2 contractor.

Insert plate location for cellar


cable racks will be provided
by Package 2 Contractor.

Page 16 of 24 VMCBTPL
Volume II, Section-5A
384 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

4. LCSS + Admin Office Interface with Package 2 for Supply & installation of Construction of the building +
setting up the control station and equipment, panels, cables interior works (including
linking of communication. etc. Provide GA & equipment electrical) of the control room.
details to Package 3 CTR.
Suitable foundation system
All the equipment load shall be shall be provided by this
provided to package - 3 package CTR to install
contractor for their working Package 2 equipment in
and design work. Substation.

Provide GA drawings
HVAC/Ventilation of the
showing cable entry points
LCSS floor – interface with
from cellar to Package 3 CTR.
Package 2 contractor.

Switchgear design based on GA drawing to be shared with


Data from OEMs/Package 1 Package 2 contractor.
contractor
For E&I panel erection, steel
All PLC related work. foundation and floor cable
entry opening interface with
Statutory clearance Package 2 contractor.

Insert plate location for cellar


cable racks will be provided
by Package 2 Contractor.

Page 17 of 24 VMCBTPL
Volume II, Section-5A
385 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

5. Fertilizer Shed RCC column & foundation works Provide HT/LT cable routing Complete Fertilizer shed
for tipper Conveyor only. till terminal box near to Shed. including steel, civil, electrical
works etc.
Interface with Package 1 CTR
for tipper conveyor Power
input.

6. Stacker cum reclaimer All Interface works ensuring Collect the power load of the All Interface works ensuring Equipment will be
proper connectivity with equipment for preparation of proper foundation system directly bought-out by
conveyor system like Belt jointing power distribution plan. including storm Anchor Employer. Tentative
activity etc. for smooth Provide HT and C&I cable foundation, boom lock Loads, GA, Power
functioning with Stacker cum routing till terminal box which foundation etc. for stacker requirement etc. for
reclaimer in all terms, but not will be the tapping point for cum reclaimer according to design shall be provided
limited to power supply, conveyor Stacker-reclaimer. the GA provided by to Package 2 & 3 CTR
system compatibility, firefighting, equipment OEM's. within 15 date from the
dust suppression system etc. Earthing grid along the rail. Letter of Award.
Provide Conveyor profile
drawings at stackyard to OEM of
Supply of Storm Anchor
Stacker reclaimer.
and boom lock
equipment will be
provided by OEM.
7. Twin Boom Stacker All Interface works ensuring Collect the power load of the All Interface works ensuring Equipment will be
proper connectivity with equipment for preparation of proper foundation system directly bought-out by
conveyor system like Belt jointing power distribution plan. including storm Anchor Employer. Tentative
activity etc. for smooth Provide HT and C&I cable foundation, boom lock Loads, GA, Power
functioning with Twin boom routing till terminal box which foundation etc. for Twin boom requirement etc. for
Stacker in all terms, but not will be the tapping point for stacker according to the GA design shall be provided
limited to power supply, conveyor Twin boom stacker. provided by equipment to Package 2 & 3 CTR
system compatibility, firefighting, OEM's. within 15 date from the
dust suppression system etc. Earthing grid along the rail. Letter of Award.
Provide Conveyor profile

Page 18 of 24 VMCBTPL
Volume II, Section-5A
386 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

drawings at stackyard area to Supply of Storm Anchor


OEM of Twin boom Stacker. and boom lock
equipment will be
provided by OEM.

8. Firefighting (FF) and Firefighting pipe routing along Supply & install Fire fighting Construction of the Pump Flow demand shall be
Pump house conveyor length and in Transfer equipment at respective SS-1 house & Water including provided to Package 3
towers, IMWLS area. Tapping & 2. pumps, electrical works. CTR.
point for water shall be provided Electronics & instrumentation
by Package 3 CTR. Switchgear design based on works for fire fighting in
Data from OEMs/Package 3 transfer tower and conveyor
Flow demand shall be provided contractor. galleries. of the control room.
to Package 3 CTR.
Power and control cable
Providing and laying pipe
routing laying till the FFS
lines & routing from tapping
system MCC in pump house.
point provided by Employer
to pump house and lay
supply network throughout
the stackyard.

Provide tapping point at each


transfer tower location,
Stacker reclaimer, Twin
boom stacker, SUL, fertilizer
shed for firefighting and dust
suppression.
Interface with Package 1 & 2
contractor for cable trench in
pump room area.

Page 19 of 24 VMCBTPL
Volume II, Section-5A
387 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

9. Dust suppression Dust suppression in Transfer Switchgear design based on Provide tapping point at each Flow demand shall be
system towers, IMWLS area. Tapping Data from OEMs/Package 3 transfer tower location, provided to Package 3
point for water shall be provided contractor. IMWLS, Stacker reclaimer, CTR.
by Package 3 CTR. Twin boom stacker, SUL,
Power and control cable fertilizer shed for dust
Flow demand shall be provided routing laying till the DFDS suppression.
to Package 3 CTR. system MCC in pump house.
Electronics & instrumentation
works in Pump house.
Electronics & instrumentation
works for DFDS in transfer
tower.

Pipeline sizing based on flow


demand of respective
locations from Package 1.

Providing and laying pipe


lines & routing from pump
house and lay supply network
throughout the stackyard.

Construction of DFDS pump


house.
Interface with Package 1 & 2
contractor for cable trench in
pump room area.

Page 20 of 24 VMCBTPL
Volume II, Section-5A
388 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

10. IMWLS All the work related to IMWLS will Power till nearest tapping
be done by this package CTR. point will be provided by this
Procurement of IMWLS system CTR.
is in the scope of this CTR.

11. Roads Provide locations for crossing All interface works and other
rods & other interface allied civil related works
activities to Package 3 based on the input received
contractor. from Package 2 CTR.

12. Communication system All communication +CCTV  All communication +CCTV All foundation civil work
+ CCTV network including EI work inside network including EI work related to CCTV network.
the Conveyor length. inside th stackyard Loads & location shall be
excluding conveyor provided by Package 2
Tapping point will be provided to length. Contractor for all required civil
Package 2 CTR.  Integration of works at least 1 month before
Communication + CCTV execution date.
network from the tapping
point to the control
stations at stackyard &
Jetty.
 Provide loads & location
for any civil work
foundation for post related
CCTV.

Page 21 of 24 VMCBTPL
Volume II, Section-5A
389 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

13. Conveyor System Prepare Overall SLD layout 1. As per the scope of work/
All conveyor works including and provide power tapping layout, the tapping point
motors, electrical, EI work steel & points to Package 1 CTR. for firefighting system
civil works. shall be developed by
package 3 CTR based on
VVVFD & convertor duty
the information & layout
VVVFD room and transformer transformer will be provided by
developed by package 1
room will be provided by Package 2 CTR. Provide
CTR.
Package 1 CTR. equipment, panel GA & details
to Package 1 CTR for VVVFD 2. Water tapping point for
room. dust Suppression system
All cabling works related to shall be developed by
Power & EI after panel room is in Package 3 CTR based on
the scope of Package 1 CTR. This Package CTR will provide the information & layout
power, cabling works till VFD developed by Package 1
panel inside room near each CTR.
transfer tower.
3. VVVF Control room near
each Transfer tower
Providing tapping point of based on the input from
Motor power & conveyor E&I Package 1 CTR.
work for Package 1 contractor.

Preparation of earth grid


provide tapping point for
earthing in TT’s, IMWLS &
conveyor galleries for package
1 contractor.

Page 22 of 24 VMCBTPL
Volume II, Section-5A
390 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including Utilities & other infrastructure
Request for Proposal (RFP)

Package 1_Conveyor System Package 3_Steel & Civil Bought-out Items


S. No. Area of Work Package 2-Electrical Works
Works Works & Utilities through OEM’s

14. Cable laying along the Providing space to Package 2 Provide cable layout drawing
conveyor & TT CTR for cabling works along the to Package 1 contractor.
conveyor length and TT’s for
package 2 contractor cable tray Interface with Package 1 CTR
installation. for cabling works.

Interface with Package 2


contractor for cable trench in TT
area.
15. Earthing With in Conveyor system, Preparation of Layout
tapping point shall be provided including tapping point
by the Package 2 Contractor. (earthing) for Package 1 CTR
16. Area lighting & High All bought-out equipment Only Civil works.
Mast engineering, supply & Loads & location shall be
installation provided by Package 2
Contractor for all required civil
works at least 1 month before
execution date.

17. Building Works Junction box consisting of All electrical, HVAC works
Power supply, Internet cable, related to buildings
EPABX line etc. shall be constructed by this CTR. Only
provided near each building, tapping point consisting of
which will be the tapping point Power, Internet cable, EPABX
for Package 3 CTR. line etc. shall be provided by
Package 2 CTR.

Page 23 of 24 VMCBTPL
Volume II, Section-5A
391 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

2.1.4 Miscellaneous Works

These Works shall comprise of the following:

1. Clearing of Work Areas provided to the Contractor;

2. Barricading the periphery of the Work Areas by a minimum 5 m high fencing to prevent
disturbance to the adjoining operational areas;

3. Providing CCTV during execution for surveillance and Project Monitoring, intercom system
with walkie talkie, mobile phones etc.;

4. Rerouting of the existing utilities, if required. The existing roads, green belt, all existing
structures etc., if disturbed during re-routing, shall be reinstated to their original state /
position;

5. Environmental Management as required in the Environmental/ CRZ Clearance obtained for


the Project, during the Project execution as per the Tender Specifications; and

6. Demolition of any permanent/temporary structures and restoration of the Site after


completion of the Works, and before demobilization.

Page 24 of 24 VMCBTPL
Volume II, Section-5A
392 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME - II
SECTION – 5B
DESIGN CRITERIA

Page 1 of 34 VMCBTPL
Volume- II, Section-5B
393 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Table of Contents

1.0 DESIGN CRITERIA ................................................................................................................. 4


1.1 Codes and Standards .................................................................................................... 4
1.2 Onshore Infrastructure and Utilities ................................................................................ 5
1.2.1 Brief description of Civil / Structural Works ................................................................... 5
1.2.2 Design Criteria of Civil / Structural Works ..................................................................... 7
1.2.3 Miscellaneous Infrastructure and Utilities ................................................................... 16
1.3 Electrical distribution system ........................................................................................ 21
1.3.1 General Design Philosophy ........................................................................................ 21
1.3.2 Design Standards and Regulations ............................................................................ 21
1.3.3 Design Life & Site Conditions ..................................................................................... 22
1.3.4 Assessment of Loads................................................................................................. 22
1.3.5 Source of Power Supply ............................................................................................ 23
1.3.6 General Electrical System Design Criteria .................................................................. 23
1.3.7 Electrical design proposal .......................................................................................... 24
1.3.8 Electrical Equipment design criteria ........................................................................... 26
1.3.9 Earthing System Design Criteria ................................................................................ 30
1.3.10Lightning Protection System ...................................................................................... 34

Page 2 of 34 VMCBTPL
Volume- II, Section-5B
394 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

TABLES
Table 1.1: Unit Weight of Materials ............................................................................................... 12

Table 1.2: Equipment Loads......................................................................................................... 13

Table 1.3: Live Loads ................................................................................................................... 14

Table 1.4: Type of Roads ............................................................................................................. 17

Table 1.5: Water Requirement in Terminal .................................................................................... 19

Table 1.6: Equipment Clearance .................................................................................................. 23

Table 1.7: List of Electrical Equipment .......................................................................................... 24

Table 1.8: LV Switch Board Design Criteria .................................................................................. 27

Table 1.9: Instrument Transformer Design Criteria........................................................................ 27

Page 3 of 34 VMCBTPL
Volume- II, Section-5B
395 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.0 DESIGN CRITERIA

1.1 Codes and Standards

The codes and standards stated here below or elsewhere in these documents shall be the
latest editions. All materials, testing, design and execution shall be in conformity with these
codes and standards unless otherwise stated in these specifications. It is well understood
that when a brand name is given for a material, the Contractor has the right to propose any
equivalent material of any other brand for approval of the Employer / Engineer.

All works shall satisfy the requirement of latest relevant codes, standards and regulations
prevailing till July 2023 for the works as per Tender. Indian Standards shall generally be
followed. In case, any work or item is not covered by the Indian Standards, following
standards shall be adopted in order of preference.

 British Standards
 American Standards
 General Standards
Wherever details for part of works are not defined adequately in Indian Standards, relevant
acceptable International Standards shall be adopted. Codes and standards covering the
major part of the works are included in the Tender Document and some of them are listed
below:

IS 4651 - Code of Practice for Planning and Design of Ports and Harbours

IS 1893 - Criteria for Earthquake Resistant Design of Structures

IS 875 - Code of Practice for Design Loads for Buildings and Structures –
(Parts 1 – 5)

IS 456 - Code of Practice for Plain and Reinforced Concrete

IS 800 - Code of Practice for General Construction in Steel

IS 2911 - Code of Practice for Design & Construction of Pile Foundations

IS 3370 - Code of Practice for Concrete Structures for the Storage of Liquids

IRC 37 - Guideline for the Design of Flexible Pavements

IS 13920 - Ductile Detailing of Reinforced Concrete Structures subjected to


Seismic Forces – Code of Practice

IS 4326 - Earthquake Resistant Design & Construction of Buildings – Code


of Practice

National Building Code

IRC 58 - Guidelines for the Design of Plain Jointed Rigid Pavements for
Highways

IRC 73 - Geometric Design Standards for Rural Highways

BS 449 - The use of Structural Steel in Building (Permissible Stress)

BS 648 - Schedule of Weights and Building Materials

Page 4 of 34 VMCBTPL
Volume- II, Section-5B

396 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

BS 5493 - Protective Coating of Iron and Steel Structures against Corrosion

BS 5950 - Structural Use of Steel work in Building (Limit State)

BS 6031 - Earthworks

BS 6367 - Code of Practice for Drainage of Roads and Paved Areas

BS 6399 - Loading for Buildings

BS 8002 - Earth Retaining Structures

BS 8004 - Foundations

BS 8110 - Structural Use of Concrete

BS 5930 - Site Investigation

BS 8000 - Foundations

MJ Tomlinson - Pile Design and Construction Practice

1.2 Onshore Infrastructure and Utilities

1.2.1 Brief description of Civil / Structural Works


1.2.1.1 Administration Building cum Substation building

The administration building will be provided on the northeast side of the Allotted area near
the fertilizer shed. This shall be an RCC structure of G+3 floor with minimum 1920 sqm built
up area. All terminal functions including operation, administration, Accounts, HR, IT etc. will
be carried out from here. This building is expected to accommodate about 35 persons.

The proposed structural arrangement of the buildings comprises of piles of suitable diameter
as foundations connected via tie beams in both the direction. Staircase is provided in the
east corner area near the entrance area for easy excess to the upper floor. Sufficient Doors
and windows are provided on each floor for proper ventilation.

Ground floor will be cellar with Substation on first floor. Second floor will be admin building
with control & operation centre on third floor

Typical details and Dimensions are shown in Drawing No. 60700314-ER-1010.

Page 5 of 34 VMCBTPL
Volume- II, Section-5B

397 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.1.2 Workshop

A workshop shall be provided on the Southeast side of Fertilizer shed. The workshop shall
cater for the maintenance and repair works of the machinery provided at the stackyard area.
Workshop is also proposed to be equipped with first aid room as well as store for workshop
material. The workshop is proposed to be a pre-engineered steel structure of built-up area
of about 500 m2.. The workshop is divided into main areas as follows:

 Office cum stores

 Rest area for operation and engineering

 Staff Toilet

The floor shall be constructed with rigid Concrete pavement material to receive heavy
equipment. Shop and maintenance building will accommodate about 8-10 staff.

Workshop shall be built as a steel structure having approximate height of 15 m. Sheeting at


the top is provided while the sides are covered with brick/block wall of 200/230 mm with
sufficient number of windows for proper ventilation and lighting purpose. Piled foundation
shall be provided with tie beams in both directions.

Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1013.

1.2.1.3 Bulk Sheds

Two Covered bulk storage sheds for Rock phosphate, Urea & Other shall be provided as
per details below:

 Bulk Shed (Rock Phosphate) - 120 m long x 45 m wide


 Bulk Shed (Urea & Other fertilizers) - 200 m long x 45 m wide
Bulk Shed shall be mainly built using structural steel. Portals are kept at a distance of 12m
and to support the sheeting, extra portal is kept at 6m transferring its load to main portal via
tie girder as shown in general arrangement drawing of the shed. grade slabs are provided
for maintaining the finished floor level at +5.0m CD so as to give a clear height of 600 mm
above road level.
For foundations, longitudinal beams supported on piles are provided for rail track of scrapper
reclaimer, whereas portals are resting on pile cap provided at every 12 m c/c. Foundations
of both the structures are integrated with the foundations of the shed structure to achieve
overall economy.
Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1009

1.2.1.4 In-motion Wagon Loading Station

A separate In -motion wagon loading station shall be provided along the length of the
southern boundary in Additional area 1. Empty rakes will be placed by VPT inside the stack
yard and left for loading with the help of a dedicated locomotive for the facility. At the end of
loading operations, the loaded rake will be hauled away by the railway locomotive.

Page 6 of 34 VMCBTPL
Volume- II, Section-5B

398 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

In-motion wagon loading with a fixed loading arrangement has been planned for rakes using
the dedicated locomotive. Typically, a rake will be loaded within 1 hours and turned around
in less than 2.5 hours depending on the operating efficiency of the connected railway
network. 8 to 9 rakes can be handled per day in most favourable condition using the system
proposed.

The In-Motion Track Scale will provide the payload of the rake and the individual wagons
forming the rake after deducting the tare weight from the loaded wagons registered in the
central processing unit of the scale during to and from movement of the rake. The system
will be able to avoid registering the weight of the loco, brake van, etc.

Typical arrangement is shown in the Drawing No. 60700314-ER-1023.

1.2.1.5 Water Tank & Pump House

The water tank cum pump house will be in the area near rock phosphate bulk. The storage
capacity of the water tank is about 500 cum to cater to the potable water needs of the
stackyard and static fire water storage. Whereas potable water is about 300 cum and fire
water storage is about 200 cum.

Base of the Water tank is considered 1.7 m below ground level whereas pump house level
has been kept 3 m above water tank level.

Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1014.

1.2.1.6 Guard Room

One Guard room of 5.9 m x 5.9 m to accommodate on duty guard A steel gate of appropriate
dimension will be provided at the entrance area. Boom barrier will also be installed at each
lane. Typical details and dimensions are shown in Drawing No. 60700314-ER-1011

1.2.2 Design Criteria of Civil / Structural Works

1.2.2.1 Design Life

The permanent works shall be designed and constructed to give the following design lives:

 Buildings - 50 years
 Pavements and Bunds - 30 years
 Mechanical and electrical equipment as per manufacturer’s recommendations.
 Civil & Steel Structures - 50 Years
Above design lives are defined as a period within which the asset will continue to be
serviceable for design loads without collapse subject to the regular inspection and
preventive maintenance but not the major repairs and rebuilding.

Page 7 of 34 VMCBTPL
Volume- II, Section-5B

399 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.2.2 RCC Structures

1.2.2.2.1 General

All RCC structures shall be designed satisfying the Codal provisions. Loading shall be as
per IS:875 & IS:1893. While designing, provision for an additional floor shall also be
considered in the foundation and structure design for all the buildings except workshop. The
buildings shall be provided with adequate arrangements for plumbing, sanitary, electrical
fittings, illumination, air-conditioning, water distribution etc. Following minimum
considerations shall be followed:

 Grades of concrete: M-35 for all items as suggested in relevant codes


 Grade of steel: Thermo-mechanically treated corrosion resistant steel
Fe500/500D/550/550D
 Floor to floor height shall satisfy the bylaws of National Building Code.
 A 750 mm wide plinth protection shall be provided around each building.
 Finished floor level of buildings shall be 600 mm above the finished ground level
unless specified otherwise.
 All external walls shall be of 200/230 mm thick, all partition walls shall be minimum
100/115 mm thick with 1:4 cement mortar.
All structures will be analysed as framed structure using STAAD.Pro for the loads and their
combinations specified in section 1.2.2.4. However, the design of the elements will be
carried out by either manually or standardized excel sheets or in house software packages
or using STAAD.Pro software design module.

All designs of RC structures shall be carried out by limit state method as per IS 456. Design
strength of materials and design loads shall be calculated using appropriate partial safety
factors over characteristics strength and characteristic loads as per IS 456.

All underground RCC structures other than liquid retaining structures shall be designed as
per IS: 456 cracked sections with limiting crack width as per codal provisions. All Liquid
Retaining Structures shall be designed as designed as per IS:3370.

1.2.2.2.2 Foundations

Type of foundation system shall be decided based on loading arrangement, load intensity
and soil strata. Design of foundation at various levels shall be dependent up on the soil
profile, which in turn shall be as per recommendation of soil investigation report. All
foundations will be designed in accordance with relevant parts of IS:2974 and IS:456 as per
limit state method of design.

1.2.2.2.3 Permissible Stresses

Permissible stresses and permissible increase or decrease of stresses shall be in


accordance with the relevant IS standards, whichever is applicable.

1.2.2.2.4 Limiting Deflections

Limiting Deflections shall be as per IS456 and IS800 whichever is relevant.

Page 8 of 34 VMCBTPL
Volume- II, Section-5B

400 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.2.2.5 Factor of Safety

The factor of safety against sliding, Overturning & hydrostatic uplift shall be as follows:

 Sliding : 1.5
 Overturning : 1.5
 Hydro static uplift / Buoyancy : 1.2
 Uplift of shallow Foundations : 2.0
Dead weight of structures shall be considered as 0.9 times of actual, and 20° wedge action
of soil is considered in restoring the force.

1.2.2.2.6 Minimum Cover

Clear cover to main reinforcement shall be as mentioned hereunder but shall not be less
than the diameter of such reinforcement.

a) Pile : 75 mm

b) Top, bottom & side of footing (if any) : 50mm

c) Pedestal / column

 Below ground : 50mm


 Above ground : 40mm
d) Beams : 25mm

e) Slab : 20mm

f) Face of walls & grade beam : 50mm (in contact with soil)

g) Face of walls not exposed to soil : 25mm(min.) or dia of main bar

h) At each end of reinforcing bar is : 20mm or twice the dia of bar whichever
greater

i) Columns of max. dimension 200mm or under and with longitudinal reinforcement


diameter not exceeding 12mm : 25mm

1.2.2.2.7 Retaining Wall

The retaining wall shall be of RCC construction and design as per IS 456. In addition to the
pressure due to earth or material, the retaining wall shall be designed 2T/m2 surcharge due
to the dumper or front end loader. For the design of retaining wall the ground water table
shall be considered at ground level.

 Factor of Safety for Overturning = 1.5


 Factor of Safety for Sliding = 1.5
 Check for Base Pressure = Maximum pressure shall not exceed

Page 9 of 34 VMCBTPL
Volume- II, Section-5B

401 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

allowable bearing capacity of soil

1.2.2.2.8 Grade Slab

All ground floors shall be of R.C.C. (M-20) with minimum thickness of 150 mm over 75mm
thick P.C.C(M-10) base. The sub base shall be 230 thk. Stone/bolder soling over compacted
earth. The floor finish shall be 40mm thk including 13mm thk metallic hardener topping as
per specification. Floor top shall be laid to slope minimum 1:100 towards floor drain for floor
washing.

1.2.2.2.9 Drain

Drain shall be of RCC with natural slope towards collecting area.

1.2.2.2.10 Stair Case

 Minimum clear width (General / Fire escape) : 0.8m


 Tread width : not less than 250mm
 Riser : not greater than 180mm
Continuous Hand rail shall be provided.

1.2.2.2.11 Material

Concrete

All cement concrete (Reinforce or Plain) shall conform to IS:456. The Grade of concrete
used will be

a) M 35 - For all RCC works unless stated otherwise

b) M15 - For mud mat

Reinforcing Steel

Reinforcement steel shall generally be of thermo-mechanically treated corrosion resistant


steel Fe500/500D/550/550D. All reinforcement bars shall be precoated with primer to arrest
corrosion of steel while stacking and transportation.

However, in some cases MS round bars not exceeding 20 mm diameter and conforming to
IS-432 Part-I (Grade-I) may be used.

1.2.2.3 Steel Structures

1.2.2.3.1 General

All structures will be analysed as framed structure using STAAD.Pro for the loads and their
combinations specified in 1.1. However, the design of the elements will be carried out by
either manually or standardized excel sheets or in house software packages or using
STAAD.Pro software design module.

Page 10 of 34 VMCBTPL
Volume- II, Section-5B

402 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.2.3.2 Foundations

The foundations for conveyor gallery trestles and transfer towers are designed as per IS 456
and IS 2911 guidelines for the loads coming from the superstructure due to dead load, wind
load, conveyor belt pulls, etc. In view of the location and loads, RCC piled foundation is
considered.

1.2.2.3.3 Permissible Stresses

Permissible stresses and permissible increase or decrease of stresses shall be in


accordance with the relevant IS standards, whichever is applicable.

1.2.2.3.4 Permissible Deflections

The permissible deflections of various steel members under normal loading conditions shall
be limited as specified below:

1.2.2.3.5 Vertical Deflection

 For beams supporting dynamic equipment : Span / 500


 For beams supporting floors/masonry : Span /325
 For roofing and cladding components : Span / 325
 For gratings, chequered plates : Span / 325
 Conveyor gallery Bridges : Span / 500
 Gallery walkway supports, floor beams : Span / 325
 Beams supporting Monorails : Span / 500

1.2.2.3.6 Horizontal Deflection

 On ground Portal : Height /325 (Eaves Level)


 End Portal : Height /325 (Eaves Level)
 Conveyor trestles:
o Across the Conveyor : Height / 1000
o Along the Conveyor : Height / 325
 Transfer Towers / Crusher House : Height / 325

1.2.2.3.7 Material

a) Rolled steel sections & plates upto 20mm thick –as per IS:2062 (Grade-A)

b) Rolled steel plates above 20mm thick- as per IS:2062 (Grade B - Normalized)

c) Chequered plate conforms to IS:3502 – 1994, Grade – A of IS 2062

d) FRP/GRP gratings confirms to IS 6746 for surface burning test and ASTM-D-635

Page 11 of 34 VMCBTPL
Volume- II, Section-5B

403 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

e) Steel tubes as per IS: 1161 or equivalent. Medium duty for handrails.

1.2.2.3.8 Design and fabrication

a) Structural steel elements shall be designed as per IS 800

b) Gusset plate thickness shall not be less than 8mm.

c) Chequered plates shall be intermittently welded wherever supported on the framework.

d) All steel structures shall be welded connection. Except field connections which shall
be provided with 2 nos. 16mm dia erection bolts (min), After the erection alignment,
same shall be site welded for the full strength and erection bolt holes can be plug
welded.

e) Welding work shall be done as per relevant I.S. codes.

All connections shall generally be welded connection (minimum size of weld 6mm)
unless bolted connection is specifically required for erection otherwise.

1.2.2.4 Loads and Load Combinations

Design loads and load combinations will comply with the requirements of IS 456, IS 800, IS:
875 & IS: 1893, as a minimum, unless more stringent requirements are specified herein.
The following type’s loads will be considered in general for the analysis and design of
structures and foundations.

1.2.2.4.1 Dead Loads

Dead loads will include the weight of all structural and architectural components and other
permanently applied external loads. Self-weight of materials will be calculated on the basis
of unit weights given in IS: 875 (Part I). Equipment load will be considered as separate load
case and will not form part of dead load.

The dead load consists of the weight of the structure and all material permanently fastened
to or supported on the structure.

Table 1.1: Unit Weight of Materials

Materials Unit Weight

Structural Steel 7.85 T/m3


Reinforced Cement Concrete 2.5 T/ m3

Plain Cement Concrete 2.4 T/ m3


Ordinary Red Brick (in mortar) 2.0 T/ m3
Fertilizer’s 1.3 T/m3
Sea Water 1.05 T/m3

Page 12 of 34 VMCBTPL
Volume- II, Section-5B

404 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.2.4.2 Equipment Loads

All structural components will be designed to accommodate anticipated Static and dynamic
loading from equipment. Where the uniform floor live load adequately accounts for the
equipment weight, the weight of such equipment as a dead load need not be considered.

Table 1.2: Equipment Loads

S. No. Equipment Details Load Data

1. Stacker cum reclaimer, Twin Boom stacker

Wheels Configuration Refer Fig. 1.1

Vertical Wheel load (without impact) 30 T each


10% of Vertical
Lateral Load
load
2. IMWLS

Static load (Material + Machinery + Steel structure) 1600 T

As per 3D analysis
Wind load
model

3. High Mast (30 m High)

Vertical load 18 T
Shear load 16 T

The above loads are indicative to enable tender design by the Contractor. The final loads
for the above equipment or any other equipment shall be provided by the Employer to the
selected Contractor, based on information received from other contractors, during detailed
design stage.

Figure 1.1: Stacker Reclaimer Wheel Configuration

Page 13 of 34 VMCBTPL
Volume- II, Section-5B

405 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.2.4.3 Live Loads

Live loads shall consist of uniform live loads. Uniform live loads are unit loads, which are
sufficient to provide for movable and transitory loads, such as the weight of people, portable
equipment and tools, equipment, or parts, which may be moved over or placed on floors
during maintenance operations. These uniform live loads shall not be considered on floor
area, which are permanently covered with equipment.

Foundations and fixing arrangements for items of equipment, which generates vibration,
shall be designed to prevent transfer of such vibrations to the adjoining structures.

Floors and supporting members, which are subject to heavy equipment loads shall be
designed on the basis of the weight of the equipment in addition to a live load of 500kg/sqm
or specifically designed live load whichever is more.

Table 1.3: Live Loads

Item Parameter
Flat Roof 150 kg/m + Dust load of 100 kg/m2 hanging load for pipe
2

shall be considered as 100 Kg/m2 and 50 Kg/m2 for


electrical, ventilation & air conditioning (wherever
applicable)
Non-accessible roof 75 kg/m2 + Dust load of 100 kg/m2
Inclined roof Roof slope upto 10 Deg: 75 Kg/m2 +50 Kg/m2
Roof slope above 10 Deg: [(75-(θ-10) x2] + 50 Subjected
to a minimum of (40+50) =90 Kg/ m2
For sloping roofs with slope greater than 10°, members
supporting the roof purlins, such as trusses, beams, girders
etc may be designed for two-thirds of live load stated above
MCC Floor 300 kg/m2 +1.2T/m of Panel
Ground floor 1500 kg/m2
Suspended floors 1500 kg/m2
Grating & Chequered 500kg/m2 for grating & Chequered plates and the
plated supporting beams of walkways of conveyor
Galleries 300 kg/m2 or a concentrated load of 200 kg at center
whichever is critical. In addition to this, load due to cable
trays, firefighting/ service water pipes shall also be
considered.
Platform/walkway 300 kg /m2
Conveyors As specified by the manufacturer

1.2.2.4.4 Wind Load

All structures will be designed for wind loads in accordance with IS: 875 (Part 3). A basic
wind speed of 50 m/s will be considered under storm conditions.

Page 14 of 34 VMCBTPL
Volume- II, Section-5B

406 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.2.4.5 Seismic Load

All structures will be designed for seismic forces in accordance with the provisions of IS:
1893. The importance factor of 1.5 shall be considered. Zone factor shall be taken as 0.10.
The Response reduction factor of 3/5 for RCC Structure and 5 for Steel Structure shall be
used. Ductile detailing is required if response reduction value of 5 is considered in design.

1.2.2.4.6 Temperature Load

Structures subject to high temperature stresses shall be designed for temperature loads as
per the relevant code wherever applicable. Suitable expansion/contraction joints will be
provided in the longitudinal direction wherever necessary.

1.2.2.4.7 Impact Factor

 For Manual monorail/Hoist design an impact factor of 1.20 shall be considered in


design.
 For Electrical monorail/Hoist design an impact factor of 1.25 shall be considered in
design.
 For design of R.C.C. beams supporting drive machinery like head end, tail end, drive
pulley, gear boxes etc. an impact factor of 1.5 shall be considered for design

1.2.2.4.8 Surcharge Load / Earth Pressure / Water Table

 A surcharge load 2.0 T/m2 will be considered in addition to other loads e.g., earth and
water pressure.
 Loading due to stacking of fertilizers shall be calculated assuming 15 m as maximum
stacking height.
 Dispersion of loads (arising out either of railway load, dozer load surcharge or any
other load) through soil and fertilizer shall be considered 2 vertical: 1 Horizontal or 1
vertical: 1 horizontal, whichever is critical.
 Unit weight of saturated soil to be considered in design is 1.8 T/cum
 Submerged unit weight of soil to be considered in design is 0.8 T/cum

1.2.2.4.9 Load Combinations

The general combination of loads for design shall be as follows. However, all required
combinations as per IS code shall be included in design.

 DL+ LL+ Equipment Load


 DL + LL +Equipment Load + Belt Tension
 DL + LL + Equipment Load +WL+ Belt Tension
 DL + Reduced LL + Equipment Load + Seismic Load + Belt Tension
 0.9*DL + W.L.+ Belt Tension
 0.9*DL + Seismic Load. + Belt Tension
Load due to earth pressure/surcharge will be considered as per specific structures require

Page 15 of 34 VMCBTPL
Volume- II, Section-5B

407 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.3 Miscellaneous Infrastructure and Utilities

1.2.3.1 Land Grading

Based on review of the existing ground levels, the finished ground level in the yard is
recommended as +5.0 m CD. This shall be taken as a reference level for all structures in
the stackyard area.

1.2.3.2 Rail Tracks

Two rail lines will be provided on the south side of Additional area 1, out of which one shall
be used as engine escape line. There are some existing railway tracks which cannot be
utilised and needs to be dismantled.

Total length of Railway Track to be dismantled in the stackyard area is about 900 m and
length of Railway Track to be newly laid is about 910 m.

New pre-stressed Concrete mono block sleepers (with M+4 density) at the rate of 1340
sleepers per KM shall be provided with elastic fastenings for holding the rails on grooved
rubber pads at rail seat.

52 kg per metre, Grade 880 T-18 rails of 13m standard length shall be laid over Pre-stressed
Concrete sleepers for the track. For joining of Two (2) rails, fish plate arrangement with fish
bolts shall have to be provided. Fixing of rails with Prestressed Concrete sleepers shall have
to be carried out with elastic rail clips as per Indian Railway Standard.

 Speed potential

The siding track will be designed for 50 kmph, which is the maximum permissible speed on
sidings as per Indian Railway standards.

 Loads

Tracks will be designed to handle wagon of 25/30 ton axle load and capable of handling
BOXN and BOXN HA wagons.

 Ruling gradient

The ruling gradient of 1 in 150 shall be adopted for the proposed sidings. The ruling gradient
shall be compensated for curves at the rate of 0.04% per degree of curvature.

 Track geometry

 Track gauge will be 1676 mm.


 All turnouts shall be 1 in 8 ½ with 52 kg rails curved switches, CMS crossing on
Pre-stressed Concrete sleepers. Check Rails shall be provided for curved portion
of the track on the inside of the curve.
 Track centres shall be kept at standard spacing of 5.3 m.
Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1017.

Page 16 of 34 VMCBTPL
Volume- II, Section-5B

408 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.3.3 Roads

Internal roads are designed with the provision of relevant IRC codes with the following
minimum requirement as below. The layout of road and details are shown in. Drawing No.
60700314-ER-1018 various road sizes in the terminal are given Table 1.4 below:

Table 1.4: Type of Roads

Width of Paved Width of Treated


Road Overall Carriageway Shoulders on Shoulders on Approximate
Type Width Width either side of either side of length
Carriageway Carriageway

Type R1 11 m 7m 1.0 m 1.0 m 1350 m

Type R2 8m 5m 0.75 m 0.75 m 750 m

Type R3 5m 3 0.5 m 0.5 m 900 m

Type R4 Paved area (11,600 sqm)


The roads within the stackyard shall cater to traffic of different intensity.

1.2.3.3.1 Geometric Parameters

 Maximum longitudinal grade : 3.0%


 Cross slope : Unidirectional/ Bi-Directional 1.5% for All
Roads
 Maximum super elevation : 5%
 Sight Distance : Intermediate sight distance
 Turning Radius at junction : Min. 25 m
 Design Speed : 80 km/hr

1.2.3.3.2 Pavement Design

 Traffic : 2 MSA
 Pavement type : Rigid

1.2.3.3.3 Specification

 Pavement quality concrete : Minimum M40 grade


 Dry lean concrete : Minimum M10 grade
 Sub grade : Min. CBR 8% and density 1.75 T/cum
 Panel size : Minimum 4.5 m
 Maximum axle load
- Single axle : 10.2 T

- Tandem axle : 19.0 T

Page 17 of 34 VMCBTPL
Volume- II, Section-5B

409 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

The culverts required for the cross-drainage works shall be designed as per the IRC codes.
The length of culvert shall be adequate to suit the size of roadway.

1.2.3.4 Surface Drainage

Storm water drainage system has been designed and constructed to completely collect and
dispose off the storm water. Drainage system at stockpile area will be open drain with one
wall vertically elevated to prevent spillage of cargo into drains and further connected with
underground perforated pipes wrapped in geotextile for collection of runoffs and transfer the
runoff to dump pond 1 of size 30 m x 45 m and dump 2 of size 18 m x 20 m. At the road
crossing, culvert with suitable size of approx. 600 mm dia. R.C. Hume pipes is considered.
The drains will discharge the collected runoff into the dump pond where the water would be
collected. Ultimately it will be collected at ETP for treatment and then discharged to the sea
at outfall points.

Open drain of approximately 1 m wide x 1 - 2 m deep at has been considered at appropriate


places, which will collect the stormwater run-off from the nearby areas and the drain is
connected to existing Nala which is further connected to coast guard drain.

The layout of storm water drainage and details are shown in Drawing No. 60700314-ER-
1015. Storm water drainage shall be designed with the following basic consideration:

 The design rainfall intensity shall be taken as 140 mm/hr.


 The drainage system shall be planned to carry storm run-off from the proposed areas
shown in the scope drawings.
 No allowance for sullage shall be kept.
 The proposed locations for disposal of storm water are also marked in the tender
drawings. In addition, storm water drains shall be provided along the proposed roads
and then connected to discharge to the main drain. Silt traps at adequate spacing
shall be provided.
 A maximum velocity of 2.5 m per second shall be allowed for RCC channel with lined
surface.
 Silt basin shall be designed based on following parameters:
 Surface overflow rate - 30 m3/m2/day

 Detention time - 2 to 3 hours

 Manning coefficient for different pipe material shall be adopted as follows:


 Concrete surface in good condition - 0.015

 Masonry surface with cement plaster - 0.015

All pipes shall be RCC NP3 except below the road. Pipe shall be of NP4 type below road.

Page 18 of 34 VMCBTPL
Volume- II, Section-5B

410 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.2.3.5 Water Supply System

The water requirements in the terminal area are computed below:

Table 1.5: Water Requirement in Terminal

Water
S.
Consumption Head Requirement
No.
(litres/day)
Personnel in Terminal and users, Ship Supply, Dust
1. 300,000
suppression system, Landscaping etc

2. Fire Fighting 200,000

Total Water Requirement per Day (litres) 500,000

Therefore, it is recommended to provide an underground water tank of 500 cum capacity.


The water tank shall have two chambers. One chamber (200 KL) shall be for static storage
of fire water as per codal requirements. The other chamber (300KL) shall be to hold of raw
water. Water from the sump shall be pumped to various load centres by means of pipelines
of size 250 mm NB.

Suitable tap off shall be taken for water supply to custom post and gate house through 50
NB pipes. Two pumps of 25 cum/hr capacity each (including one standby) shall be provided
at the sump. The typical scheme for water distribution system is shown in Drawing No.
60700314-ER-1020.

The broad design parameters for water supply system are given below:

 Wastage and leakage in system: 15% of the total theoretical demand


 Hydraulic design of the pipeline shall be using Hazen-williams formula
 All pipelines shall be laid minimum 1.2 m below ground

1.2.3.6 Fire Fighting System

The fire protection shall cover buildings located in the VMCBTPL stackyard, The
buildings/towers are listed as below.

 Administration building
 Workshop
 Substation (2 in nos.)
 Pump House
 Two bulk sheds
 In-motion Wagon loading station
 Canteen & Public Utility Centre
All the above structures shall be classified as light hazard.

Page 19 of 34 VMCBTPL
Volume- II, Section-5B

411 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

Firefighting system at the stackyard shall comprise of fire hydrant system provided at
intervals of 45 m in stackyard and berth area and near buildings and transfer towers. Each
hydrant connection shall be provided with a suitable length of hose and nozzle to permit
effective operation.

The master fire alarm panel shall be placed at the control room located at substation below
terminal building. Each floor of all the buildings shall be provided with portable fire
extinguishers as per the rules.

Each floor of all the buildings shall be provided with one hose reel which shall be connected
to the general water supply / overhead water tank. The fire hydrants shall be provided at the
ground level of the transfer towers.

The main firefighting pumps (1 Working + 1 Standby) of capacity 137 cum/hr will be provided
in the pump house. In addition, jockey pumps will be provided to maintain the minimum
pressure of 3.5 kg/cm2 in the remotest hydrant.

Firefighting system shall be designed as per the TAC, National Building Code, other relevant
statutory guidelines and IS codes. The firefighting operations shall be carried out manually.
The fire fight system shall comprise of fire hydrant system and apart from that hand
appliances at transfer towers, electrical substations/rooms and buildings, fire alarm system
etc. as per the relevant codes.

Manual call point based fire hydrant system shall be provided all along conveyor galleries

1.2.3.7 Chain link Fencing

The boundary wall shall be a chain link fencing of 3 m high with additional barbed wire
fencing of 1 m high around the stackyard boundary. Layout of the proposed boundary wall
and Typical Details are shown in Drawing No. 60700314-ER-1016. Total length of 3 m high
boundary wall is about 3500 m.

Suitable Foundation system shall be adopted as per the site ground conditions.

1.2.3.8 Sewerage System

Major portion of sewerage is expected to be generated at administration building, which shall


be collected and transferred to the STP located near the building.

For the isolated building such as Substation & workshop etc., where the quantity is
negligible, it is proposed to connect the outlet to STP of minimum (5KLD) capacity as shown
in scope drawing.

Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1019

1.2.3.9 Wind shield

Windshield of 15 m high steel structure with fabric shall be provided all around the stackyard
area. Pile foundation shall be provided as a foundation system to support this structure.

Typical Detail and Dimensions are shown in Drawing No. 60700314-ER-1022.

Page 20 of 34 VMCBTPL
Volume- II, Section-5B

412 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3 Electrical distribution system

1.3.1 General Design Philosophy

The design for the electrical work shall be in accordance with the basic electrical requirements
described in the Tender Document and the best current engineering practice, together with
the following general design requirements:

a) The essence of design shall be safety, simplicity and reliability in order to give long
continuous service with high economy and low maintenance cost. Particular attention
should be paid to internal and external access to the electrical equipment in order to
facilitate inspection, cleaning and maintenance.

b) All equipment shall be designed to minimize the risk of fire and any damage which may
be caused in the event of fire.

c) The design shall comply with relevant codes and regulations listed.

d) All apparatus, equipment and works shall be so designed that they provide satisfactory
service and without any harmful effects for prolonged and continuous periods in the
worst climatic conditions, stated hereinbefore.

e) The reference design ambient temperature for all electrical equipment shall be taken
as 50OC and appropriate de-rating factors shall be considered for equipment as
applicable.

f) Suitable de-rating shall be applied based on published data against the most severe
conditions encountered in the site, by reducing the permissible temperature rise above
the ambient level.

g) All electrical equipment shall be designed with a considerable margin of 20%.

1.3.2 Design Standards and Regulations


Following codes/standards shall be used for design, manufacture and testing of electrical
equipment. Other standards that will result in an equal or higher quality product than the
standards listed below may also be accepted at the discretion of the Employer.

 Indian Standards (IS)


 International Electro Technical Commission (IEC)
 Indian Electricity Act (2003)
 Regulations of Tariff Advisory Committee of Electrical Equipment
 National Fire Protection Association (NFPA)
 National Electricity Code (NEC)
 British Standard (BS)
 American National Standard Institute (USA)-ANSI
 National Electrical Manufacturers Association (USA)-NEMA
 Institute of Electrical & Electronic Engineers (USA)-IEEE

Page 21 of 34 VMCBTPL
Volume- II, Section-5B

413 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 CEA Regulations

All materials shall be installed in accordance with the requirements of CEA/State Chief
Electrical Inspectorate of Government of Andhra Pradesh and/or any statutory body having
jurisdiction in this area/field. The Contractor shall be responsible for getting approval (Initial
Scheme approval, Safety approval etc,) of the installation from the concerned authorities.

1.3.3 Design Life & Site Conditions


The electrical system shall be designed to operate 24 hours/day, 365 days/year. The
minimum economic life of the equipment shall be 25 years. Site data shall be used while
designing the Electrical power distribution system. Electrical equipment and material to be
selected to withstand the corrosive atmosphere.

1.3.4 Assessment of Loads


All the components of the electrical system shall be sized to suit the maximum load, under
the most severe operating conditions. The amount of electrical power consumed by each
process unit shall be calculated for its operation at the design capacity. Accordingly, the load
summary shall include type of electrical load i.e. continuous, intermittent and stand-by loads
for further assessment of maximum running load and peak load.

The diversity factors shall be considered as follows:

S.
Load Description Diversity Factor
No.

1. Continuous load 100%


2. Intermittent load 30%
3. Stand by load 10%

The maximum running load shall be determined as follows:

Maximum Demand Estimation

Maximum Demand = 100% continuous load + greater of (30% of total intermittent load
and largest intermittent load)

This load assessment shall be used to design the capacity of the power supply and rating
of electrical power distribution equipment.

An allowance and contingency multiplication factor shall be applied to the estimated load
when selecting equipment including reasonable safety provision for ongoing design changes
during further execution of the project as well as for future extensions. 20% margin to be
considered for future.

Electrical distribution system shall be designed to feed power supply to lighting, HVAC other
utilities in the building, Fire alarm system, Firefighting system, Water supply system,
CCTV/ACS system, Communication system, welding and power sockets etc. in the building.

Page 22 of 34 VMCBTPL
Volume- II, Section-5B

414 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3.5 Source of Power Supply


The power supply shall be tapped from the feeder pillars near the buildings. The power
supply up to the feeder pillar shall be provided by the package-2 contractor.

1.3.6 General Electrical System Design Criteria


1. Cable size up to & including 16 sq. mm shall be of copper and greater than 16 sq. mm
shall be of aluminium cables. The HT and LT cable shall be of FRLS cables.

2. LED lamps shall generally be used for indoor and outdoor lighting. The Lighting system
shall be designed, supplied and installed in accordance with Table 1.6 and Table 1.7
of BS EN- 12464-2.

3. The closed shed shall be provided with flame proof IP 66 type lights.

4. UPS shall be of 100% parallel redundant along with servo voltage stabilizer to feed to
the Servers, automation, security system and other critical loads.

5. UPS shall be provided in the admin building, wagon loading station, transfer towers,
weigh bridges.

6. The electrical equipment installed within in a shelter exposed to open environment shall
have an ingress protection of minimum IP 55. Electrical equipment installed within an
enclosed building suitably constructed to prevent the entry of dust and water shall have
an ingress protection of IP 42. Electrical equipment installed in a dusty environment
shall have as a minimum protection IP 65.

7. Clearance between various equipment shall also satisfy respective equipment


manufacturer’s requirements. Where these are not specified the following minimum
clearances are recommended as general guidelines.

Table 1.6: Equipment Clearance

Location Clearance

More than 750 mm otherwise less than


At the side of various Switchboards and from wall
200 mm
At the front of various Switchboards 1500 mm
Between front to front of two Switchboards facing
2000 mm
each other.

8. In order to prevent storm water entering switchgear room, the floor level of Electrical
room/Substation shall be at least 300 mm above the highest flood water level that may
be anticipated in the locality.

9. The panel room shall be provided with fire resistant walls and doors of fire resistance
of not less than 240 min. Equipment located outdoors shall be provided with sunshades
where required, to reduce solar gain.

Page 23 of 34 VMCBTPL
Volume- II, Section-5B

415 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3.7 Electrical design proposal


Following Electrical equipment shall be procured for the project.

Table 1.7: List of Electrical Equipment


S. No. Description
1. Distribution Boards 415 Volts, 3 Ph., 4 wires with suitable bus bars for Lighting,
Power Supply and Auxiliary supplies.
2. Industrial Power/welding Sockets suitable for outdoor installation IP-65 2 Nos.
at each floor of all buildings in the scope.

3. LT and Control cables, cable trays (FRP for Jetty & approach area and GI for
Yard area) with all required accessories as required.
4. Internal lighting, fans, sockets, in the following building including peripheral
lighting of buildings and structures as required.
 Administration building
 Workshop
 Substation (2 in nos.)
 Pump House
 Two bulk sheds
 In-motion Wagon loading station
 Canteen & Public Utility Centre
 Guard Room

5. Foundation for High masts

6. Foundation for Street Lighting, approach lighting, landscape lighting.

7. Battery backed Self charging type emergency lights with 2x11 Watts PL Lamps,
1 hour battery backup at strategic locations, at entrance, exit of the following
building.
 Administration building
 Workshop
 Substation (2 in nos.)
 Pump House
 Two bulk sheds
 In-motion Wagon loading station
 Canteen & Public Utility Centre
 Guard Room

8. Earthing and Lightning Protection System.


 Administration building
 Workshop
 Substation (2 in nos.)

Page 24 of 34 VMCBTPL
Volume- II, Section-5B

416 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description
 Pump House
 Two bulk sheds
 In-motion Wagon loading station
 Canteen & Public Utility Centre
 Guard Room
Substation earthing system design shall be provided by the package-2
Contractor.

9. Communication System comprising public address System and Telephone


System for the following buildings.
 Administration building
 Workshop
 Substation (2 in nos.)
 Pump House
 Two bulk sheds
 In-motion Wagon loading station
 Canteen & Public Utility Centre
 Guard Room

9.1 Local Push Button stations with Hand-Off-Auto Lockable selector Switch,
Start/Stop Push Buttons
9.2 CCTV and NVR with IP cameras for overall surveillance of the following building.
Required accessories, connectors, auxiliary contactors, timers, counters, opto-
couplers, Ethernet switches, Light interface units, transducers etc.
 Administration building
 Workshop
 Substation (2 in nos.)
 Pump House
 Two bulk sheds
 In-motion Wagon loading station
 Canteen & Public Utility Centre
 Guard Room
The CCTV system shall have interface facility to connect with the plant CCTV
system.

9.3 Chairs matching with decor, revolving with rollers.

9.4 Steel storage Cabinets, matching with decor and transparent front.

9.5 Split type air conditioning unit having capacity of 2.5 TR for control room

Page 25 of 34 VMCBTPL
Volume- II, Section-5B

417 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

S. No. Description
10 Electrical safety materials

11 Special gadgets, tools and tackles for operation and maintenance

12 Access control system for the buildings

13 The following are the part of the procurement:

13.1 Design calculations, SLD, layout drawings includinglighting,earthing, lightining


protection etc.
13.2 Manuals for installation, commissioning, operation and maintenance.

13.3 Requisite number of drawings/ documents

13.4 Requisite number for software backup on CD’s.

13.5 Coordinating the exchange of engineering information with the stack holder,
furnishing required drawing information for approval from the statutory authority.
13.6 Training of Employer's personnel after commissioning of the plant.

13.7 Supply of all auxiliaries, accessories, needed to make the equipment functional.
Supply, installation of control cables from field devices, local push button
stations to field interface units of the terminations of control cables at the both
ends of field interface units and interfacing cables among items supplied.
14.8 Supply of commissioning spare parts required during commissioning of the
control and automation system equipment.
13.9 Supply of spare parts for two years of uninterrupted operation and maintenance
of the plant.

1.3.8 Electrical Equipment design criteria

1.3.8.1 LT Switch Boards

1. These shall be designed to ensure maximum safety during operation, inspection,


connection of cables and maintenance with Switchboards energised.

2. All switchboard and associated equipment fed from transformers shall have rating at
least equal to the rating of respective transformers feeding it, under any circuit
configuration. Transformer incomer shall be rated at least equal to 120% of ONAN
rating as applicable.

3. All other switchboards not directly fed from transformers shall have rating at least equal
to the maximum demand under any circuit configuration plus a provision for 10% future
load growth. Incomers of these switchboards shall be designed to cater to the complete
load including 10% margin for future load growth.

4. Bus tie circuit breakers shall have rating same as the incomer or maximum running
load on either side of the bus section.

Page 26 of 34 VMCBTPL
Volume- II, Section-5B

418 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

5. Circuit breakers/Switch fuse units for capacitors shall, have a current rating of at least
135% of the capacitor rated current. Circuit breakers capability to interrupt applicable
capacitive current shall be specifically verified.

6. The design of LV switchboard shall be as specified Table 1.8 below:

Table 1.8: LV Switch Board Design Criteria

Description Type

Execution:

Air Circuit Breaker panels Draw out, Single front

Reefer Gantry Panel/Reefer DB Fixed, Single front

Feeder type:

Feeders rated above 630 A ACB


Feeders rated above 200 A and up to & including
MCCB
630A
Feeders rated up to & including 200 A SFU or MCCB

7. The instrument transformer shall be designed as specified Table 1.9 below.

Table 1.9: Instrument Transformer Design Criteria

Description Type

5A (Separate CT for REF/


CT secondary (Protection)
Differential protection)
CT secondary (Metering) 5A

PT secondary 110V AC

8. The Earthing system shall be designed as per IS 3043.

9. The Lightning protection system shall be designed as per IS/IEC: 62305.

1.3.8.2 Electrical local Control Panel

Electrical local control panel shall be made out of SS-316 (1.6 mm thick) fabricated and wall
mounted type. The starter units shall have overload relay with reset push button in front of
the panel. Painting of the board shall be epoxy based and having final outer finish as per
shade RAL 7035.

1.3.8.3 Cable Selection/Sizing Criteria

1. LV Cables Fault level withstand kA:

Page 27 of 34 VMCBTPL
Volume- II, Section-5B

419 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

 1 sec. for Main incoming cables from Transformer

 For outgoing feeder cables, withstand time based on fault clearance time of
ACB/MCCB

2. Permissible Voltage drop in Cables:

 Transformer to Switchgear Busbars: - 1%

 Switchgear, PCC to Motor: - 3%

 Switchgear, PCC, ACDB, MLDB to Lighting DB (LDB): - 2%

 LDB to farthest lighting fixture In the circuit:- 2.5%

 Starting Voltage drop of Motor: - 15%

 Running Voltage drop of Motor: - 3%

3. Other factors to be considered: -

 Short circuit capacity to be considered while selecting cables

 Factor for Ambient temp. 50OC

 Grouping Factor for Cables laid touching in single/ multitier racks.

 Grouping Factor for Cables laid Buried

 10% reserve capacity in cable over the load current requirement.

4. The cable shall be laid on cable trays / in cable trenches in sub-station rooms. Cables
shall be laid on cable trays along conveyor galleries and in transfer towers. At certain
locations cables shall be laid on trays on overhead multi-tier cable racks.

1.3.8.4 Lighting System

1.3.8.4.1 Normal Lighting

1. This specification covers design requirements, supply and installation of lighting


system for the project including all buildings and structures in the scope.

2. LED lamps shall generally be used for indoor and outdoor lighting.

3. The Lighting system shall be designed, supplied and installed in accordance with
Table 5.1 and Table 5.7 of BSEN-12464-2.

4. The nominal Voltage of the distribution system shall be 3 phase 4 wire (415/240 ±
10% volts).

5. All the equipment and materials shall be suitable for the system voltage.

Page 28 of 34 VMCBTPL
Volume- II, Section-5B

420 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

6. All materials and works shall comply with IS code of practices, CEA regulations.

7. The lighting system of particular area whether indoor or outdoor shall be designed in
such a way that uniform illumination is achieved. As far as possible, dark spots shall
be avoided. This requires careful placing of luminaires, selection of proper mounting
heights and provision of supplementary lighting, wherever required.

8. The type of lighting adopted shall provide adequate level of glare-free illumination,
without creating undesirable shadows.

9. The illumination levels in different areas shall be as per good engineering practice.
Depending on the nature of job activities to be carried out the suggested average
illuminations levels are below:

Intensity of
Location Illumination Uniformity Ratio
(Lux)
Sub Station / DG room / Pump 200 0.5
House / Weigh Bridge
Battery Room 150 0.5
Control Room 300 0.5
Administration, Customs, 200 0.5
Operations Buildings, Gate House
Storage area 100 0.5
Locker, toilets, wash rooms, etc. 100 0.5

10. However, lighting levels in all areas shall take into consideration the requirements
from point of view of safety, ease of operation and maintenance. Maintenance factor
of 0.8 shall be considered.

11. The Contractor shall select suitable type of luminaires to meet the requirement.
Special luminaires may be provided when required by the seeing task or architectural
treatment. The number of different type of luminaires and their wattages shall be
minimum consistent with the lighting requirements.

12. All luminaries along with its terminal boxes shall have IP-56 degree of enclosure
protection for internal areas and IP-65 degree of enclosure protection for external
areas and battery room.

1.3.8.4.2 Emergency Lighting

1. Emergency lighting load shall be considered as 20-25% of Normal Lighting load.

2. For safety and protection of personnel and for shutdown of the equipment, battery
operated lighting units shall be installed as a part of fixed wiring system.

Page 29 of 34 VMCBTPL
Volume- II, Section-5B

421 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

3. Battery operated lighting unit shall consist of LED lamps, sealed batteries, fully
automatic solid state charger, transfer switch to automatically transfer from main
supply to the battery and vice versa, fuses etc. shall also form part of the supply. The
charger shall be capable of recharging fully in 12 hours. The unit shall operate on 1
Ph 240 V 50 Hz. Emergency lighting shall have integral battery backup of 30 mins.

4. The recommended areas for Emergency lighting (DC) include:

 Control rooms
 Substations
 DG Room
 Pump house
 Emergency escape route
 Worksop Building
 Foot of stairs and ladder
 Platforms with ladders changing direction
 Other changes of floor level that may constitute a hazard.

1.3.9 Earthing System Design Criteria


1. The complete earthing system shall conform to the provision of CEA guidelines, and
applicable code of practice for earthing IS: 3043.

2. Working layout drawings shall be prepared by the successful Contractor.

3. The value of earth resistivity shall be considered as per the areas indicated in IS:3043
or the actual value as obtained from the site. The contractor shall carry out soil
resistivity test in the proposed site and Earthing system design shall be done based
on the actual soil resistivity result obtained.

1.3.9.1 Earthing Below Ground

1. The main earthing grid shall be buried below ground unless required otherwise. For
crossing any trench or under-ground pipe minimum earth coverage of 500 mm shall
be provided over the earthing conductor.

2. Where the earthing conductor passes through reinforcement or steel plate it shall be
bonded to the same.

3. All building steels and columns shall be bonded directly to the earthing grid. Also the
crane rails on berth shall be bonded directly to the earthing grid at least at four places.

4. The riser/pigtails from earthing grid shall project 600 mm above grade/concrete level
unless shown otherwise.

5. All earthing conductor connections shall be made by electric arc welding

6. All arc welding shall be carried out with low hydrogen content electrode.

Page 30 of 34 VMCBTPL
Volume- II, Section-5B

422 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

7. All welded joints shall be allowed to cool down gradually to atmospheric temperature
before putting any load on it. No artificial cooling should be adopted to cool welded
joints.

8. The welding required for earthing shall serve the following three purposes

 sufficient mechanical strength between the jointing materials


 sufficient electrical area for the flow of system short circuit current and
 sufficient electrical area available after commissioning during the life time of
the plant.

1. Before welding, the earth conductors shall be clamped tightly to ensure good surface
contact at welding points.

2. Before applying bitumen compound two coats of red oxide primer shall be applied to
risers and exposed portion of earth grid, if any. Construction joints shall be given
treatment with Barium Chromate before applying red oxide paint and bitumen.

3. Earthing shall be mechanically robust and all joints shall be capable of retaining low
resistance even after passages of many fault current.

4. All the connections are to be made carefully and properly. Improper/poor connections
are to be remade at the cost of Contractor.

5. Welded areas of risers/pigtail shall be thickly coated with bitumen compound to


prevent corrosion.

6. Earthing pits/conductors shall be laid in field to avoid fouling with concrete


foundations and in consultation with the Employer at site.

7. Trenches shall be filled up with `Free of Stones' earth after laying earth conductor.
After filling up of trenches the earth shall be rammed carefully.

8. The successful Contractor shall submit detailed working drawings of earthing grid for
approval by Employer prior to construction of the grounding system.

9. The rate quoted shall be inclusive of cost of all materials, labour required for
excavation, de-watering, backfilling, welding, cutting, bending, placing of GI strips
etc. complete as per specification.

10. All tests as per relevant standards shall be conducted to certify the effectiveness and
other requirements of the earthing grid.

11. Depth of laying of earth conductor for earth grid, ring and inter-connections shall
generally be min. 500 mm from ground level and 300 mm below all foundations.

12. Erection of earth pits shall include making of masonry enclosure and supply of
charcoal and salt.

Page 31 of 34 VMCBTPL
Volume- II, Section-5B

423 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3.9.2 Earthing Above Ground

1. The successful Contractor shall lay the above ground earthing conductors inside the
buildings and on various structures for connection to various equipment/ drives etc.
These earthing conductors may be installed within the cable trays in the form of
runway conductors. The connection to equipment shall be tapped from these runway
conductors at suitable locations. One runway conductor shall be provided for each
side of cable trench/tray.

2. The neutral points of all earthed system of different voltages, all equipment frame
works, other non-current carrying metallic structures and equipment such as motor
frame enclosures of MCCs, panel boards, cable armour, cable trays, sheaths etc.
shall be earthed by a minimum of two separate and distinct connections.

3. Armour of all power and control cables shall be earthed at both ends through gland
earth ring provided with the cable glands.

4. All cable trays and supporting structure are to be earthed. All cable tray sections shall
be bonded with each other for continuity.

5. All earth leads and riser connections shall be as short as possible.

6. Metal pipes and conduits through which cables run shall be effectively bonded and
earthed.

7. Neutral connection shall not be used for equipment earthing.

8. All connections to earth conductors shall be welded/bolted type. Earthing


connections to all equipment shall be bolted type.

9. Earthing conductor along their run on steel columns, beams etc. shall be tack welded
at intervals of 1000 mm.

10. All joints in earthing conductor shall be welded type. All joints shall be welded with
an overlap of 65 mm. Joints shall be thoroughly cleaned before welding. Welding is
to be done around joint completely. All joints shall be given two coats of anti-corrosive
paint (Red Oxide) to a thickness of 3-5 mils, followed by a coat of bitumen paint.
Joints shall be thoroughly cleaned before applying paints.

11. All nuts, bolts washers etc. shall be cadmium plated or zinc passivated.

12. Generally, earthing studs and terminals shall be provided on all equipment. In such
cases, where it is not provided the Contractor shall have to drill and tap the equipment
for deriving earth terminals.

13. Connections of earthing conductors to the main earthing loops or to equipment shall
generally be made by means of cable lugs in case of round conductors, solid or
stranded and directly in case of strips. Devices like spring washers and lock washers
must be used to ensure that the connections are vibration proof.

14. Laying of earthing conductor shall include fabrication and fixing of clamps, cleats and
supply fixing device i.e. nuts, bolts, washers as also civil work such as preparation of
floor surface and finishing them to the finished floor level after installation of earthing
strips.

Page 32 of 34 VMCBTPL
Volume- II, Section-5B

424 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3.9.3 Earthing Electrodes

1. All GI pipes comprising an earth system shall be connected together with a


continuous ring of earth tape. After installation, test shall be made to ascertain that
the earthing resistance hereinafter specified is obtained. If the required resistance
value cannot be obtained, a sufficient number of additional pipes shall be installed,
until the resultant resistance not exceeding the specified value can be obtained.

2. In all cases the pipes shall be driven such that their zones of earthing do not overlap.

3. Each earth electrode shall be connected to its associated earth tape through a linked
connection. The link shall be installed as close to the earth electrode as possible.
Each earth electrode shall be enclosed together with the link in a reinforced concrete
hand-hole with cast iron cover, which shall be set flush with the ground.

1.3.9.4 Earth System substation and plant

1. The Contractor shall furnish and install a 75 x 8 mm GI strip as the main grid. The
resistance between any point on each earthing system and the earth electrode shall
not exceed 0.1 ohm. The overall resistance between the earthing installation and the
general mass of earth shall be less than 1 ohm.

2. The main earthing bars shall be so placed that earthing terminals of major equipment
and where required cable sheaths to be earthed, can be readily connected to them.
Branch connections from the main earth bars shall be provided to all switchboards,
power transformers, capacitors, Control Consoles, distribution boards, etc. The
bonds shall be made to the cable glands on which the lead sheath shall be plumed
and the armour clamped. All steelwork supporting electrical equipment shall be
bounded to the main earthing bars.

3. The Sizes of GI earth bus and earth wires shall be as follows:

Main earthing grid 75 x 8 mm GI strips


Riser upto ground level 75 x 8 mm GI Strip
LT switchboards, MCC panels, cable trays 40 x 6 mm GI strip
High Masts Earthing 40 x 6 mm GI strip
Lighting panels, Distribution Boards, etc 25 x 6 mm GI strips
Junction boxes, field instruments, gland earthing 12/8 SWG GI Strip
Lighting fixtures, 15A switch sockets

4. Joints, termination, fixing of the earth bars and their protection from corrosion shall
be in accordance with the recommendation given in the aforementioned code of
practice subject to the additional requirements specified herein. GI tapes shall be
secured at intervals not exceeding 1m by means of single-screw fixing purpose made
gunmetal saddle of a pattern approved by the Employer. The tapes shall run in
square and symmetrical lines. Links shall be provided in the system adjacent to all
junctions to enable tests to be carried out from time to time. All links shall have high
tensile steel bolts and the nuts shall be tightened by means of a torsion spanner. All
joints in exposed sections shall be protected against moisture and corrosion by the
application of two coats of anticorrosive paint and shall be taped with self-adhesive
PVC tape.

Page 33 of 34 VMCBTPL
Volume- II, Section-5B

425 of 570
Mechanization of Berths WQ–7 & 8 at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

1.3.9.5 Earthing of Equipment

1. All lighting panels, junction boxes, receptacles, fixtures, conduit etc. shall be
grounded in compliance with the provision of CEA Guidelines.

2. Ground connections of sub-station and meter room shall be made from nearest
available 75 x 8 mm ground grid. All connections to ground grid shall be done by arc
welding.

3. Lighting panels shall be directly connected to ground system grid by two nos. 25 x 6
mm GI strip at two different locations.

4. A continuous ground conductor of 12/8 SWG G.I. wire shall be run all along each
conduit run and bended at every 600mm by not less than two turns of the same size
of wires. This conductor shall be connected to panel ground bus.

5. All junction boxes, receptacles, lighting fixtures, etc. shall be connected to this 12/8
SWG ground bus.

1.3.10 Lightning Protection System


1. Lightning protection shall be provided for the equipment, structures, high mast and
buildings as per IEC-62305. Inherently self-protecting structures (Note:1) do not
require lightning protection with aerial rod and down conductors. They shall be
connected to the earthing system at a minimum of two points of the base. An
independent earthing network shall be provided for lightning protection and this shall
be bonded with the main earthing network belowground, minimum at two points.

2. Note-1: Metallic tanks with steel roofs of riveted, bolted, or welded construction, with
or without supporting members that are used for the storage of liquids that give off
flammable vapours at atmospheric pressure shall be considered to be protected
against lightning (inherently self-protecting) if the following requirements are met:

 All joints between metallic plates shall be riveted, bolted, or welded.


 All pipes entering the tank shall be metallically connected to the tank at the
point of entrance.
 All vapour or gas openings shall be closed or provided with flame protection in
locations where the stored stock might produce a flammable air-vapour mixture
under storage conditions.
 The roof shall have a minimum thickness of 3/16 in. (4.8 mm).

Page 34 of 34 VMCBTPL
Volume- II, Section-5B

426 of 570
Mechanization of WQ–7&8 Berths at Visakhapatnam Port Package 3: Civil & Structural Works including
Request for Proposal (RFP) Utilities & other infrastructure

VOLUME – II
SECTION – 5C
DRAWINGS

VMCBTPL
Volume II, Section-5C

427 of 570
428 of 570
Last saved by: VERMAS2(2023-08-23) Last Plotted: 2023-09-02 Project Management Initials: Designer: SV Checked: SK Approved: RS ISO A1 594mm x 841mm
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1002_TOPO-SURVEY.DWG

A
B
C
D

Recycled Content Paper


Printed on ___% Post-Consumer
5
5

P -14

P 13 4.9
88

4.2
14
4.2
19 4.4
4.4 4.3 4.56 94
13 15 43 6
EP- .665
H

4.7
4.3 4.4 4.5 4.6 44
32 13 44 30
13
EP- .588
H

4.3 4.4 4.5 4.6 4.8


99 72 84 97 41.76 4.9
99 26
13
EP- .753
H
4.4 4.5 4.6 4.7 4.8
94 58 23 53 62
16
EP- .459
H 5
4.5 4.7 4.5 4.9 5.0 4.9 5 .118
65 14 89 11 08 62.224

5.0 00
4.4 4.4 4.4 4.7 5.2 5.3 5.5
87 05 19 24 50 65 06

5.5
14 5 49
4.3 EP- .453 4.4 4.4 4.4 4.5 4.7 5.3 5.5 5.8 .63
71 H 72 81 50 26 45 78 12 70 5

6 6
4.4 4.2 4.2 4.1 4.3 4.3 4.6 5.5 5.9 6.1 .130 .214
62 95 29 91 84 99 18 65 07 55
6.000

14 4.0 4.3 4.1 4.2 4.3 4.4 4.6 5.2 5.5 5.7 5.9 6.1 6.2 6.2
EP- .6
H 93 25 19 97 77 35 64 37 53 01 49 83 54 44 51

6.000

4.3 4.4 4.2 4.3 4.2 4.3 4.3 4.3 4.4 4.4 4.5 4.8 5.0 5.2 5.4 5.7 5.8
57 01 24 70 74 72 51 15 97 47 98 09 15 22 29 74 15
5.7 6.03
69 5
E15 4.3 4.3 4.3 4.4 4.6 4.8 5.3
H
P- .0513.0 4.7 4.73 5.0 4.6 4.3 4.3 4.3 4.3 4.5 4.8 5.6
25 30 5 57 81 18 01 78 90 65 29 31 59 06 14 67 74 36 15

5.7 5.5
4.9 5.1 4.9 4.4 4.2 4.4 4.4 4.3 4.2 4.2 4.5 4.5 4.7 4.9 4.9 5.0 5.2 5.4 455.5 74
E15
P- .0
57 74 05 81 82 26 08 08 35 25 22 80 33 40 05 16 87 27 37
H 71

5.0 5.3 5.4 4.5 4.4 4.3 4.4 4.4 4.5 4.6 4.7 4.5 4.3 4.3 4.4 4.3 4.4 4.6 4.8 5.2 5.4
37 58 44 14 73 69 26 10 12 78 49 44 09 14 96 26 64 02 21 61
14
5.4 41 5.4
EP- .7
18
68 48
H

5.00
0
5.3 5.2 5.5 5.3 4.5 4.2 4.3 4.7 4.5 4.2 4.4 4.5 4.1 4.2 4.5 4.9 5.2
13 38 09 86 05 99 40 06 87 14 84 13 40 18 60 55 82

4.9
4.9
5.5 5.4 4.8 4.6 4.6 4.4 4.5
48
5.3 4.5 4.4 4.8 4.4 4.8 4.6 4.3 4.3 64 5.2
80 60 15 20 56 89 02 81 39 10 62 98 38 00 12 23 4 0
5.5 .89 5.21
29 9 01
14
.3
5.0 4E.9P-H 50 5.5 4.5 4.4 4.3 4.5 4.7 4.9 4.7 5.0 4.6 4.7 4.5 4.5 4.3 4.2 4.4 4.5 4 5.35.1
07 43 055.5 56 06 41 89 85 29 83 88 78 17 85 32 82 83 12 88 .80
04 4 2576
5.1
66
5.0 00

4.5
41
5.1 5.1 4.9 4.9 5.4 5.6 4.6 4.3 4.2 4.2 4.3 4.7 4.9 4.8 4.6 4.7 4.7 4.8 4.9 4.4 4.2 4.3 4.2 4.3 4.2 4.3 4.8 5.1
78 62 81 40 39 00 20 76 79 17 42 58 90 00 64 28 91 53 57 13 41 50 84 13 90 23 08 58
5.1
5.0 00 5.4 15
95
4.7
5.3 5.4 4.9 5.4 5.4 5.0 4.8 4.1 4.1 4.4 4.7 5.2 5.1 4.7 5.0 4.7 4.5 4.3 4.5 4.4 4.3 4.4 67 4.6 4.9
34 76 27 72 63 75 40 50 80 08 33 88 13 26 28 99 17 78 93 66 99 02 644.6 73
4.5 73
13 4.6
4.7 28
E15
07
P- .0 77
5.2 5.2 5.1 5.2 4.9 5.2 5.4 5.3 5.2 4.5 4.3 4.4 4.8 5.2 5.2 5.0 4.6 4.7 4.8 4.8 4.8 4.8 4.7 4.3 4.6
H 44 59 61 89 96 31 44 02 26 87 49 99 17 04 44 24 18 91 59 26 87 20 11 79 57

BASE
5.453
4.9 4.7
5.4 35 23
65 4.8
46
TBM-2

15 14
5.160

EP- .250 5.0 4.9 5.0 5.0 5.0 5.0 5.0 4 4.8 EP- .5 5.0 5.4 5.1 5.1 4.5 4.6 4.5 4.5 4.6 5.2 5.4 5.2 5.0 4.8 4.6 4.4 4.2 4.3 4.5 5.1 5.0 5.0 5.2 4.7 4.9 4 4.8 4.7 4.8
H 01 30 38 40 73 54 27 14 .90 66 H 74 73 79 05 58 89 24 68 49 87 02 5.3 05 24 42 61 61 41 39 21 95 91 17 82 09 72 26 .55
8 45 52 23
EP- .496 5
5.0 00
H 42
4.8
5.1 53
20
4.9 4.6 4.5 4.6 4.8 4.8 4.8 4.6 4.7 4.9 4.9 5.3 5.3 5.1 5.2 4.9 4.7 4.8 4.8 5.0 5.4 5.3 5.2 5.0 4.8 4.7 4.7 4.6 4.5 4.7 4.9 5.0 5.3 4.8 4.7 4.4 4.6 5.1 5.4 5.0
16 99 63 60 78 10 90 43 82 54 21 28 20 46 64 44 17 85 23 69 76 11 86 24 43 61 53 36 04 45 34 00 96 16 93 78 78 06 02 05 31
EP- .974 5.5
H 37
5.000

5.3 5.0
4.3 4.2 4.5 4.6 4.6 4.6 4.6 4.5 4.8 5.0 5.5 5.2 5.1 5.1 4.8 5.2 5.2 5.1 5.0 4.8 4.7 4.6 4.4 4.6 4.9 5.2 5.5 49 5 92 5.3 5.2 5.6 4.6 3.2
04 90 74 80 70 47 34 48 87 825 43 92 75 58 99 37 34 99 33 .40 65 42 64 28
21 19 21 51 30 10 26 09 7 18
14 .29
EP- .598 2
H

15
4.2 4.2 4.4 4.5 4.7 4.7 4.6 4.6 4.5 4.6 4.9 5.2 5.7 5.7 5.3 4.9 4.8 5.1 5.1 5.1 4.9 4.8 4.6 4.4 4.3 4.6 5.0 5.3 5.7 5.82 5.8 5.9 5.4 5.4 5.7 5.1 3.0
EP- .2 93 86 56 34 49 95 42 09 58 32 49 85 28 52 25 68 85 24 07 67
54
19 19 01 91 83 31 66 98 02 51 51 81 11 5 84 30 28
H

15
5.5
15 EP-
.5 H EP- .499 4.1 4.4 4.2 4.0 4.3 4.5 4.7 4.6 4.7 4.6 4.5 4.6 4.6 5.0 5.5 5.9 5.3 4.7 4.7 4.7 4.7 5.0 5.1 5.0 4.9 4.8 4.7 4.5 4.7 5.0 5.5 5.358 5.1
32 H 25 54 05 64 15 43 69 68 40 32 88 29 17 54 36 36 50 81 39 32 51 52 93 57 40 24 08 88 57 34 91 96
16 5.6
20
16 14
6.0
EP- .354 EP- .6 53
H H 50
4.8 4.0 4.1 4.3 4.5 4.7 4.6 4.7 4.6 4.5 4.5 4.8 5.1 5.2 5.7 5.8 4.9 4.8 5.3 5.2 5.0 5.1 5.4 5.4
15
4.1
5.3 EP- .470
96 19 92 15 06 35 48 41 87 49 86 34 00 20 51 41 97 66 65 43 49 32 28 82 47
86
H
3.2
3.0 78
20
5.1 4
14 47 .95
15 EP- .5 5.0 5
78 53
EP-.568 H
H 3.3
30
15 EP-
4.2 4.6 4.8 4.9 5.4 5.4 5.3 4.6 4.3 3.9 4.2 4.4 4.6 4.7 4.6 4.7 4.8 4.7 4.6 4.5 5.1 5.4 5.9 5.7 4.7 4.8 5.2 5.6 5.3 5.2 5.5 5.6 5.3
.0 H EP-14.0 46 87 57 59 57 98 35 02 86 48 32 99 54 23 09 06 89 46 74 52 79 57 36 68 27 76
07
16 71 81 41 63 51 18
H 98
13
15 EP- EP- .6 14
5.6
.4 H 3.9
00 H 36 4.9 59 EP- .386 31
05 H 5.8 5.73
3.3 0 7
88
4.2 4.3 4.5 4.3 4.3 4.1 4.2 4.1 4.1 4.3 4.3 4.867 4.8 5.4 5.0 5.2 3.8 3.8 4.1 4.8 4.9 5.0 5.1 5.2 5.1 5.0 4.8 4.9 5.3 5.6 5.9 5.4 4.5 4.6 4.6 4.6 4.5 4.5 4.8 5.5 5.3 5.4 5.4 5.7 5.8 4 5.3
08 48 94 07 94 12 69 41 63 58 29 62 68 68 95 36 07 94 76 27 23 56 04 72 22 65 04 52 05 77 98 65 48 89 29 95 56 82 30 77 93 85 05
4.1
11 14

4
4

15 EP- 28
2.9
.4 H 30
98 3.0
27
5.9
5.000 98
EP 2.9
4.8 4.4 4.4 4.8 4.4 4.4 4.4 4.4 4.8 4.4 4.5 5.5 4.6 34 5.8 3.9 4.6 5.2 5.2 5.2 5.2 5.7 4.4 4.6 4.8 4.5 4.9 5.3 5.7 5.9 5.3 5.3 5.2
74
5.0 4.7 4.5 4.0 4.7 4.6 4.4 4.5 4.5 4.9 4.7 4.4 4.6 4.7 4.8 6.0 4.1 4.1 4.0 5.0 5.5 5.2 5.3 5.1 5.3 5.9 4.8 4.1 5.1 5.4 5.0 5.2 6.0 5.8 6.0 6.1 5.98
14 84 54 54 28 86 87 26 27 45 98 37 98 37 79 37 46 43 23 32 67 29 82 25 66 45 82 29 95 69 34
3.4
03 91 19 45 08 10 20 90 19 80 09 11 70 60 18 63 80 49 67 85 51 71 31 33 12 07 14 63 06 82 5.7 05 76 15 11 01 53
00
EP- .6 94 49 6.06
EP H 15 69
3.3
5.6 90
39 4.2
05
14
2.5
50
EP- .7
EP 3.4
4.9 03 H 23
4.4
4.8 4.8 4.8 5.0 5.5 5.4 5.2 4.2 4.6 4.6 4.5 4.3 4.2 4.3 4.2 4.0 3.9 4.4 4.7 4.4 4.3 6.7 5.7 4.4 4.2 4.5 5.3 5.5 5.3 5.2 5.2 5.2 5.2 5.8 5.7 5.7 4.5 4.3 4.2 4.2 4.6 4.6 5.6 5.5 5.6 5.2 5.2 5.6 6.2 6.3 6.0
13
5.5 5.1 4.8 4.3 24 4.5 4.4 4.0 4.000 3.9 4.1 4.3 4.1 4.2 4.8 5.1 5.1 5.7 5.4 5.7 5.1 5.1 5.1
39 76 96 98 31 24 05 92 85 61 85 10 81 23 64 66 38 28 15 35 88 15 61 33 66 96 29 77 00 26 92 92 86 28 73 17 32 27 41 40 98 87 94 70 45 44 45 32 23 98 66 08 70 59 68 47 60 16 63 00 55 14 72 86 69 89 27 35 03 99 55 62
EP
5.0 6.7 6.3
4.5
12
EP 00 91
29
4.8 5.1 5.2 5.1 5.2 5.0 4.9 4.5 4.2 4.1 4.4 4.1 3.6 3.6 3.8 3.9 3.7 3.7 3.9 4.0 3.9 3.8 3.9 3.8 3.9 4.3 4.5 4.7 4.5 5.0 7.1 5.8 4.5 4.5 4.9 4.7 4.7 4.7 4.9 5.0 5.3 5.5 5.3 5.2 5.1 5.2 5.5 5.9 5.4 4.3 4.3 4.2 4.1 4.2 4.8 5.8 5.2 5.6 5.4 5.2 5.3 6.0 5.7 5.2 5.2 4.9 5.2 5.7 6.1 6.4 6.0 4.3 5.0 5.9
EP 83 73 78 55 38 83 69 42 77 93 43 56 64 53 79 37 90 04 45 08 90 12 71 00 54 84 22 17 44 19 78 71 39 33 75 47 82 65 38 97 65 49 98 29 78 83 91 95 55 80 46 61 49 06 57 95 45 71 56 05 40 38 16 87
71 10 17 05 16 51 80 6.0 01 91
2.1
01
55
2.5
63
5.8 CW 78 3.4
07 18
EP
14 6.4
EP- .726 6.1
5.1 4.9 4.9 5.0 4.7 4.7 4.8 4.6 4.4 4.8 4.4 4.6 4.6 4.4 4.8 4.9 4.8 4.0 3.7 3.9 3.8 3.8 3.6 3.6 3.8 3.9 3.8 3.7 3.8 3.7 3.6 3.7 4.1 3.8 4.4 4.4 4.6 4.7 4.8 6.2 5.3 4.5 4.5 4.7 4.8 4.8 4.8 4.8 4.9 4.8 5.3 5.5 5.3 5.1 5.1 5.3 H 5 5.7 5.1 4.1 4.3 4.2 4.2 4.4 4.5 4.5 5.2 5.7 5.7 5.4 5.3 5.3 5.6 6.1 5.2 5.5 5.8 6.2 45 6.078 5.0 4.4 4.3 4.2 4.4 4.9 5.9
EP 4.1 .57
24 54 27 88 96 75 48 35 33 01 87 40 87 96 47 15 77 25 64 98 64 30 94 81 00 71 72 48 59 49 38 35 63 07 14 04 37 66 67 74 19 98 78 77 12 00 39 60 90 03 77 04 63 39 53 99 13 0 63 28 96 33 64 10 29 92 57 85 44 06 75 44 26 15 6 48 56 97 69 57 49 50 77 50 23 97 80 16

4.
.02
3.2 2.607 3.4 1
23

00
5.5 31

0
EP
78

EP
3.2
5.2 5.2 5.1 4.9 4.9 4.8 4.8 4.9 4.9 5.0 4.9 4.7 4.4 4.3 4.3 4.4 4.3 4.3 4.3 4.3 4.1 4.2 4.2 4.6 3.6 3.8 4.0 3.6 3.7 3.7 3.6 3.7 3.8 4.3 3.8 4.1 4.1 4.1 4.2 4.2 4.4 4.1 4.2 4.3 4.2 4.5 4.6 4.8 4.7 5.9 4.6 4.8 4.9 4.7 4.7 4.7 4.7 4.7 4.9 5.3 5.2 5.2 5.1 5.1 5.3 5.5 5.5 4.7 4.2 4.3 4.4 4.3 4.6 5.6 5.7 5.5 5.3 5.2 5.4 5.9 5.5 6.0 6.3 6.3 5.5 4.5 4.6 4.9 5.8
95
3.4
99
31 70 80 23 34 79 81 52 84 16 45 11 84 78 46 12 28 65 62 74 96 30 55 89 39 09 24 63 15 03 69 41 63 42 46 03 47 37 06 53 39 50 14 75 32 69 47 70 03 20 86 21 11 67 65 83 31 50 74 60 08 07 09 21 51 87 64 25 45 16 48 94 35 30 89 17 64 90 26 43 33 73 04 97 24 46 22 19 44
5.0 4.0
61 12
6.0
10
3.2
14
60 5.2
36
4.8
28
5.4 5.0 5.0 5.0 5.0 4.9 5.1 5.0 4.8 4.9 4.9 4.9 4.9 4.8 4.9 4.9 4.9 4.6 4.5 4.3 4.3 4.2 4.3 4.3 4.2 4.0 4.3 4.3 4.3 3.9 3.8 3.9 4.0 4.0 3.9 3.9 3.9 3.9 4.1 4.7 4.7 4.5 4.6 5.0 4.9 4.9 4.8 4.6 4.4 4.1 4.3 4.3 4.0 4.5 4.4 4.3 4.5 4.8 5.1 5.0 4.8 4.7 4.6 4.6 4.6 4.6 4.9 4.9 4.8 4.8 4.9 5.1 5.2 5.3 5.4EP-H.524 5.2 5.4 5.2 4.4 4.2 4.4 4.7 5.9 5.8 5.3 5.2 5.7 5.6 6.2 5.8 5.1 5.0 5.5 6.0 6.5 6.1 4.8 4.5 4.5 4.5 4.6 5.7
2.2
65 50 59 51 69 25 25 18 03 03 90 66 92 82 12 43 18 76 41 98 07 97 36 74 43 96 34 35 88 89 50 09 75 85 08 52 63 85 54 96 12 77 67 27 70 65 67 09 73 84 92 11 94 73 96 45 98 03 70 26 38
82 38 91 85 95 61 24 42 24 90 39 70 79 47 28 22 24 25 35 48 00 93 60 49 64 82 07 22 54 31 32 40 14 70 87 6.7 6.57 51 57 97 84 88 84 73
3.3
88
EP
61 1
5.2
2.3
32 97
5.1 5.0 5.0 5.0 5.0 5.0 4.9 4.9 4.9 5.000 4.9 4.8 4.8 4.5 4.6 4.3 4.4 4.6 4.7 4.7 4.9 4.7 4.8 4.8 4.8 4.6 4.5 4.4 4.3 4.3 4.3 4.3 4.2 4.3 4.4 4.6 4.2 4.1 4.2 4.3 4.6 4.4 4.6 4.4 3.9 4.4 4.0 4.4 4.0 4.1 4.0 4.4 4.2 4.3 4.3 4.2 4.5 4.7 4.8 4.7 4.7 4.7 4.6 4.7 4.9 5.0 4.7 4.5 4.9 5.2 5.0 5.2 5.2 5.0 4.3 4.1 4.2 4.9 5.5 5.3 5.1 5.2 5.5 5.7 5.7 4.9 4.7 4.7 4.7 5.0 5.6 6.4 6.3 5.2 4.6 4.5 4.4 5.6
3.0
92 44 34 46 73 66 83 86 55 48 07 59 78 05 56 25 93 24 54 36 35 95 40 54 45 98 08 02 74 83 76 09 40 27 80 68 22 72 66 08 68 39 04 83 50 60 28 35 50 37 47 62 56 59 54 93 37 34 55 44 60 5.9 6.27 27 92 82 95 95 45 43 39 46 76
51 17 11 51 01 00 81 34 91 01 93 00 4.605
86
51 12 41 50 31 12 31 76 11 87 01 0 08 95 41 08

EP
14
6.000

5.000

5.0 5.0 5.0 5.0 4.9 4.9 4.9 4.9 4.4 4.2 4.2 4.0 4.2 4.4 4.4 4.7 4.7 4.7 4.5 4.6 4.4 4.4 4.3 4.4 4.5 4.5 4.5 4.6 4.7 4.7 4.7 4.7 4.7 4.7 4.6 4.5 4.2 4.1 3.9 3.6 3.4 3.1 3.1 3.7 3.8 3.9 3.8 4.0 4.1 4.2 4.1 4.0 4.0 4.6 4.8 4.7 4.7 4.8 5.0 5.4 5.4 5.0 4.7 4.6 4.6 4.8 4.9 5.1 5.1 EP- .255 4.7 5.1 5.1 4.9 5.1 5.4 5.6 5.8 6.0 6.2 6.5 5.8 5.0 4.5 4.4 4.2 4.6 5.5 6.5 6.9 7.65 5.9 5.1 4.8 4.0 3.9 5.0 6.5
17 34 64 65 84 10 60 62 60 89 26 96 30 26 48 35 65 36 97 50 96 06 34 40 11 70 70 66 20 38 70 72 61 28 24 25 70 92 64 71 95 83 84 39 49 29 31 85 25 86 29 02 24 85 69 09 05 49 42 22 28 82 19 71 92 40 85 40 84 H 29 28 64 99 54 39 24 08 43 73 17 61 18 63 51 87 57 41 70.91 9 88 95 37 08 44 09 26
5.0 90 20
75
4. 00 6.4
0 88
5.0 5.0 5.0 4.9 4.6 4.7 4.6 4.5 4.4 4.3 4.2 4.2 4.2 4.1 4.6 4.6 4.7 4.7 4.5 4.5 4.6 4.5 4.5 4.6 4.2 4.0 3.9 4.2 4.3 4.0 4.0 3.9 3.3 3.0 3.3 3.4 3.3 4.2 3.8 3.8 3.6 3.7 3.8 3.9 4.1 3.9 3.9 4.9 4.5 4.6 4.9 5.4 5.5 5.2 5.0 4.7 4.8 4.8 4.7 4.7 4.9 5.0 4.4 4.7 4.8 4.5 5.1 5.8 6.0 6.1 6.3 6.5 6.3 6.5 5.8 5.0 4.9 4.3 4.2 4.4 4.9 6.2 7.2 6.7 5.8 4.9 4.0 3.8 4.8 6.4
7.000

67 33 30 16 84 05 72 93 43 98 83 28 38 60 75 69 86 18 63 17 64 45 69 03 89 10
4.00 37 76 85 77 07 63 15 91 32 72 47 42 70 86 24 70 56 42 09 42 16 71 98 85 34 33 35 89 45 37 66 44 18 05 64 06 32 43 26 40 15 26 08 90 72 25 83 58 63 97 39 60 82 60 87 72 84 83 45 96 23 79 88 55
0
3.8
95 4.7
7.000
4.0 68
49 1.8
05
7.3
4.7
7.2 4
4.8 5.0 4.8 4.4 4.4 4.3 4.3 4.3 4.7 4.4 4.5 4.5 4.5 4.2 4.1 4.2 4.3 4.5 4.5 4.4 4.5 4.5 4.6 4.4 4.0 3.9 3.6 3.7 4.0 3.9 4.0 3.6 3.8 4.1 3.7 3.2 3.2 3.3 3.4 3.3 3.8 4.6 3.8 3.8 3.6 3.7 3.9 3.9 4.0 4.1 4.1 3.9 4.7 4.7 4.6 4.7 4.9 5.4 5.3 5.1 4.8 4.7 4.8 4.5 4.5 4.6 13 4 4.3 4.4 56 4.4 4.5 4.4 4.4 4.4 4.3 4.7 5.0 5.4 6.3 6.5 6.6 6.3 6.0 6.1 6.1 5.7 5.5 5.0 4.5 4.5 4.4 4.7 5.1 6.0 70 6 0
.34 6.3 5.3 4.3 6.2
EP- .872.83
3.4
67 82 43 24 22 13 35 52 95 30 67 57 36 86 56 46 82 96 03 93 66 19 17 45 23 00 89 10 51 43 13 18 19 60 01 19 48 22 70 88 84 26 04 40 87 21 37 58 56 62 19 18 80 53 94 CW 36
09 49 63 26 13 66 37 78 92 74 38 H 4 14 45 42 10 65 79 51 45 56 55 01 46 24 06 37 65 66 30 67 64 67 39 31 01 16 61 39 8 89 15 69 01
4.000
2.0
49 4.3
44

5.2 4.2 4.0 4.2 4.0 3.9 4.7 4.5 4.7 4.4 4.3 4.4 4.5 4.2 4.3 4.2 3.9 3.4 3.4 4.0 4.0 3.5 3.8 3.8 3.5 4.0 4.9 4.0 4.4 4.4 4.5 4.4 4.3 4.3 4.2 4.4 4.7 4.8 4.7 4.8 5.4 4.7 4.7 4.5 4.5 4.5 4.3 4.4 4.4 4.5 4.2 4.5 4.5 6.2 5.8 5.8 5.9 5.9 6.0 5.7 5.4 5.0 4.8 5.4 4.7 5.0 6.4 7.0 5.8
5.0 4.0 4.1 4.7 4.1 4.1 4.2 3.8 3.5 3.9 3.0 3.0 3.1 3.6 3.9 4.0 4.1 4.8 5.0 4.8 4.6 6.4 6.1 4.8 47 6.5
4.0
96
63 50 74 80 96 86 42 64 08 83 54 01 07 60 07 85 46 77 93 88 67 99 00 52 11 13 99 34 57 28 11 93 92 85 65 10 11 66 81 26 80 41 77 03 53 09 29 93 32 33 06 83 83 00 80 02 99 66 39 51 81 97 58 81 96 20 43 53 56 64 20 59 85 66 77 11 39 68 20 50 77 47 26 67 94 54 18 32 02 62 564.8 91 48
1.7 3.4
40
73
63
3.3
3.7 76
70
6.00
0

3.4 4.062
38

4.1
4.00
28
0
4.9 4.9 4.7 4.5 4.1 4.1 4.2 4.2 4.3 4.4 4.0 4.7 4.6 4.4 4.2 4.2 4.2 4.1 4.4 4.5 4.4 3.5 3.3 3.5 3.9 4.4 4.6 4.2 3.5 3.5 3.6 3.6 3.4 3.4 3.9 4.0 3.7 3.8 3.7 4.1 4.0 3.6 3.5 4.1 4.0 4.0 4.8 4.5 4.4 4.5 4.7 4.4 4.2 4.4 4.6 4.8 4.8 4.4 4.4 4.4 4.6 4.7 4.7 4.7 4.6 4.7 4.7 4.9 5.0 5.0 4.7 4.8 4.7 4.6 4.6 13 4.8 4.4 4.3 4.5 4.6 4.5 4.4 4.4 5.7 5.7 5.6 5.3 5.3 5.7 5.8 6.3 6.1 5.8 5.5 5.3 5.5 5.7 4.9 5.1 5.3 5.9 6.0 5.2 4.5 4.6 5.5
3.3 1.743 3.4
4.1
20 38 16 10 85 74 09 83 84 47 18 64 63 16 72 44 51 95 18 66 89 50 97 55 42 81 45 77 76 37 76 51 26 74 66 59 57 90 17 29 58 16 57 83 44 65 88 85 91 03 57 14 47 36 80 48 93 92 65 38 23 99 61 16 54 43 40 16 34 14 69 22 85 29 87 49 EP-7 .914 33 28 34 67 56 72 96 76 31 44 70 90 16 34 39 53 02 73 40 01 20 55 93 69 83 08 97 05 30 97 28
81 H4
4.0
4.00
27
0

4.8
7.2 7.2
07 3.4
474.3
09
5.0 4.9 4.8 4.6 4.6 4.6 4.6 4.2 4.4 4.1 3.9 4.1 4.2 4.2 4.3 4.1 4.6 4.4 4.6 4.7 4.8 4.3 3.4 3.5 3.4 3.9 4.5 4.9 4.3 3.5 3.4 3.5 3.7 3.4 3.3 4.1 4.0 3.8 4.0 4.0 4.7 4.5 4.4 4.5 4.4 4.8 4.8 4.6 4.4 4.5 4.5 4.6 4.6 4.8 4.8 4.9 4.9 4.9 4.5 4.6 4.6 4.5 4.5 4.4 4.4 4.8 4.1 5.1 5.0 4.8 4.9 5.3 5.7 5.8 6.1 5.9 5.7 5.5 5.4 5.4 5.7 5.2 5.5 5.6 49 5.2 35 5.6 5.1 4.8 4.9 6.7
3.4 1.775
01
02 85 39 34 50 85 97 33 05 58 94 13 21 76 71 89 02 20 40 36 97 03 78 03 88 05 86 02 92 57 87 63 22 10 56 60 39 58 76 87 68 05 40 80 59 56 48 58 87 88 78 11 97 44 53 76 19 39 55 19 47 99 25 48 78 63 82 22 79 27 48 40 97 54 09 51 47 15 65 44 91 66 40 80 76 74 95 75 21 72
5. 00

5.0
0

02

7 .65
T

3
4.8 4.7 4.6 4.4 4.4 4.2 4.2 4.2 4.0 4.0 4.1 4.1 4.2 4.2 4.3 4.3 4.4 4.6 4.9 5.0 4.9 4.8 4.3 3.7 3.5 3.4 3.8 4.3 4.7 4.2 4.3 3.7 3.5 3.4 3.7 3.6 3.6 4.4 4.3 4.0 4.1 4.2 4.1 4.6 4.7 4.5 4.8 4.8 4.8 4.7 4.4 4.4 4.4 4.4 4.4 4.6 4.7 4.8 4.9 4.6 4.4 13
4.5 4.6 4.5 4.8 4.7 4.5 4.4 4.5 4.6 4.4 5.2 5.5 5.0 5.3 5.4 5.5 5.5 5.8 5.9 5.6 5.4 5.3 5.5 5.8 5.5 5.7 5.8 5.9 5.1 4.9 4.8 5.0 4.9 5.9
49 87 06 98 18 08 28 15 67 92 26 34 99 87 82 71 97 96 87 57 56 68 21 22 76 32 68 59 24 95 70 09 27 76 20 65 21 78 24 43 48 59 74 03 18 08 81 85 88 09 48 52 40 71 33 41 37 19 15 68 99 36 74 36 85 99 96 98 83 97 48 13 02 57 59 77 60 90 91 06 06 80 78 37 28 50 21 33 41 68 98 24 43 23 84
1.6 4.2
EP- .856
3.926 37
CW
B84
H

7 .44
T

2 9 .41
T

4
4.7 3.9 4.0 3.6 3.7 3.8 3.6 4.0 4.6 4.4 4.5 4.6 5.0 4.9 4.3 3.6 3.5 3.4 3.4 4.5 4.9 4.6 4.4 3.8 4.3 4.5 4.8 4.9 4.6 4.6 4.6 4.3 4.3 4.5 4.7 4.7 4.6 4.5 4.7 4.4 4.5 4.7 4.7 4.7 4.6 5.3 5.6 5.2 5.3 5.3 5.5 5.5 5.6 5.5 5.6 5.5 5.8 5.7 5.9 6 6.1 5.6 5.0 4.8 4.8 5.3 6.0
5.

4.5 4.2 4.1 4.4 5.0 3.9 3.5 4.1 4.0 4.1 4.24 4.6 4.8 5.1 5.0 4.9 4.6 5.9
00

EP 32 46 52 69 63 79 52 83 49 56 26 26 66 53 96 95 95 47 74 62 96 .27 2 4 39 89 72 42 56 67 86 96 75 49 36 35 36 82 79 88 33 28 69 86
0

18 18 37 82 69 21 30 02 52 06 30 51 60 90 21 43 04 31 90 80 30 05 1 4 .4 71 12 90 06 03 19 18 61 05 05 90 07 80 13 95 .09 07 53 88 93 25
4
6 .43
48
T

3
4.3
40 4.3 4.5
4.01.8
3.7 40 22
96
29
3.4
50 4
31 4.4
08
4.7 4.0 4.0 3.9 3.8 3.9 4.1 3.7 3.8 3.8 3.7 4.0 4.4 4.7 4.6 4.6 4.6 4.8 5.0 5.0 4.3 3.6 3.4 3.8 4.0 3.9 3.7 3.9 4.9 4.8 4.8 4.8 4.6 4.7 4.9 4.6 4.5 .68 4.7 4.7 4.6 4.7 4.6 4.5 4.6 5.3 5.4 4.3 4.7 4.8 4.8 4.9 4.6 5.0 5.5 5.4 5.4 5.4 5.6 5.4 5.4 5.7 5.7 5.5 5.1 5.2 5.5 5.7 5.8 5.2 5.3
64 45 19 37 32 95 55 72 59 94 86 03 01 03 45 65 70 04 53 39 11 19 93 87 62 89 98 46 72 78 39 51 64 60 31 29 47.51 8 56 62 94 22 71 22 36 05 36 58 73 98 91 34 29 93 17 35 83 97 06 99 23 13 79 06 61 90 21 06 75 90 74
56 4.7 6
3.4
25
18 6.0 .018
91
4.7 3.6 4.2 4.1 3.8 3.8 4.4 4.3 4.6 4.7 4.7 4.6 5.0 4.9 4.7 4.7 4.2 4.4 4.4 4.4 4.9 4.8 4.8 4.7 4 4.6 4.7 4.7 4.6 4.5 5.0 4.8 4.9 4.7 4.7 5.0 5.3 5.2 5.4 5.5 5.4 5.6 5.3 5.2 5.6 5.8 6.5 5.6 5.6 5.4 5.0
34 91 54 72 37 97 36 10 38 05 52 00 27 16 19 01 85 38 91 45 20 3.4 4.9
71 44 51 .729 3 37 95 91 77 01 06 08 72 41 46 02 78 88 45 18 82 21 32 59 10 14 39 41 49 27
69 38

4.00
4.63

0
EP 20 6.5
4.9 7.4 75
00 6.7 5.1
69 25 5.5 4
5.1
6.6
08
4.7 3.7 4.3 3.8 4.6 4.6 4.7 4.7 4.9 4.7 4.8 5.6 5.4 5.5 5.2 5.7 5.9 5.9 6.4 6.1 5.5 4.88 4.8 5
3.2
4.1 3.9 4.0 4.5 4.7 4.7 4.6 4.8 4.9 4.9 5.06 4.9 4.9 4.7 5.0 5.0 5.1 5.3 6.0 6.0 78 5.137
86 8 7
35 78 37 65 51 43 05 70 76 38 20 15 834.7 54 15 28 148 19 65 14 53 80 88 23 62 39 80 59 64 32 72 22 34 25 60 23 3 37 .12
02 10 10
26 4.7 .91
07 6.7 5.46 5.0 7 3
4.00 57 6 7.7 32 6.0 55 99
0 4.8 93 4.8 4.8
56 41 16
30 4.9 4
4.7 3.7 4.1 4.1 4.0 4.1 4.1 4.7 4.5 4.4 4.3 4.4 4.6 4.9 27 8.44.4 4.3 .425 4.4 4.5 4.5 4.6 4.6 4.6 4.8 4.9 5.0 5.3 5.4 5.3 5.2 5.2 5.1 5.7 5.4 5.4 4.9 4.8
45 30 97 07 93 55 52 41 16 24 46 99 26 23 3553 46 33 0 60 13 81 76 39 21 74 68 10 57 83 81 86 30 06 96 86 23
1.9
4.57
3.6 29
15
4.6
01
63
4.2
EP 33 4.6
9.1 4
lbs 08
4.4 3
3
4.8 3.8 4.1 4.3 4.5 4.7 4.9 4.9 4.9 4.9 4.9 4.9 45 4.5 4.6 4.7 1 4.6 4 4.6 4.7 5.0 5.2 5.1 5.2 5.1 5.1 5.1 5.1 5.2 5.3 5.2 4.8 4.9 4.8 4.7 .841
65 70 66 60 55 49 00 78 68 42 18 01 11 99 21 36 4.5 .59 80 61 15 56 97 51 74 78 08 16 52 88 65 14 79 75 74
78 8
4.7
80
4.1
4.6 4
3.4 39
4.6 77 4.6 55.1 4.9 4.9 5.3 4.8
07
4.6 4.5 4.6 4.6 4.7 .675 .0863 5.0 5.0 5.0 5.0 5.0 5.0 5.1 5.3 5.0 5.1 4.6 4.6
17 31 02 99 02 44 16 3 42 83 74 62 75 41 21 46 82 18 73 91 26 63 07 02
4.0 3.3
38 93

3.9
85
4.6
3.3
56
31
3.4
EP 15 4
4.6
83
4.5 4.6 4.7.852 4.7 4.7 4.8 4 4.9 4.9 4.9 4.9 4.9 4.9 5.0 5.2 5.3 5.5 5.4 5.3 5.3 4.7 4.7 5.0 4.9 4.5 4
95 48 46 45 25 .93 59 72 73 54 35 76 64 28 34 28 95 72 4.7
91 0 68 16 12 60 83 71 4.7.620
51 41
4.9 4.9
10 48
4 5.0 4.9 4.8 4.9 5.1 5.2 5.5 5.5 5.6 5.6 5.6 5.2 4.8 5.3 4.4 4.4
4.7.829 37 55 70 2 07 90 00 40 32 95 13 77 85 67 26 26
79 4.8 4
5.0 35 4.7
76 4.6 25
39
EP 5.1 5.1 5.2 5 5.9 5.5 5.4 5.5 5.6 5.4 5.5 5.4 4.8 4.3 4.4
13 96 08 5.1 .454 30 72 38 58 20 73 78 66 19 14 99
12
6.0
5.4 27 5.3
02 02
5.9 6 5.7 5.3 5.1 4.9 4.3
5.13 5.2 5.3 5.1 4.4 4.5 4 4.7
47.37 47 86 650 18 16 74 23 41 09 29.5 82
6 4.4 14
5.4 5.2 4.4 89
48 8.1 48
25 66
5.0 4.9 4.9 4.8 4.6 4.4 4.4 4.4
40 36 28 43 98 4.6 65 32 4.7 14
5.0 47
17
33
4.9 4.6
EP 05 4.8 19
17 4.4 4.4
08 03

3.8
EP 46 4.6
3.7 53
62 4.1 4.6
82 4.5 43
15 4.6
3.8 94
28 4.5 4.8
4.3 49 32 4.7
29 95 4.6
4.6 85 4.2
4.3 4.4 55 4.6 62
4.0 19 58 58
07 4.1 4.6 4.5
42 3.9 41 88
3.9 3.7 66 4.1
60 4.1 73 4.2 4.1 00 3.5
18 59 87 15
4.1 3.8 3.7
28 4.2 72 99 3.5
3.9 80 4.4 3.8 4.0
52 26 26 4.1 3.5
38 52
76 36
4.1 3.7
4.1 67 89 3.6
30 3.9 3.7 3.6 3.9 94
90 91 22 17
4.0
12
3.6
3.6 4.4 3.9 70
97 87 4.6 84 3.4
3.9 79 78 4.0
81 3.8 20
32 3.4 4.8
09 35 5.1 4.5 4.3
4.0 3.5 79
23 3.8 3.4 44 93 3.8
25 45 87
28
3.6 4.2
3.8 01 3.9 87 3.7
31 36 4.3 46
4.0 53 4.7
82 4.1 4.6 70
06 31 3.7
4.3 60
4.0 38 4.5 4.5
81 4.3 99 82 4.0
4.1 30 4.5 3.9 4.0 31
19 4.2 4.4 05 89 00
16 10 4.0
4.3 4.5 88
90 4.2 57
42 4.4
4.2 4.4 18
81 19 3.9
4.9 4.9 02
4.8 91 03 4.4
4.5 67 4.5 20 4.3
4.5 70 04 43
4.4 02
20

EP-H
11
LP .599
H

3
3

11
LP .4
H 95

11
LP .7
10 H 27
LP .936
H
10
LP .6
H 98
11
LP .0
H 57
11 12
LP .209 EPH .083
10 H 3.2
EPH .3
48 3.4 3.2 68
06 3.1 11
12 77
11 EPH .2
93
EPH .070 3.3 3.2
3.3
3.2 74
12
17 3.3 61
.4
3.3 79
63 3.2 39 25
3.4 3.2
12 3.5 27 3.3 78 3.3 2.9
EPH .8 59
96 27 87 3.2 21 3.1 89
3.5 41 30
3.6 21 3.1
53 3.5 3.5 3.50 68 3.2
11 66 27 2 3.2 58
EPH .1 3.5 09
25 3.3 3.5 45 3.1
7. 3.5 43 47 27
EPH 96
3 63 3.3 3.6 3.1
47 89 3.2 94 3.1
3.6 07 04 3.2
3.6 98 3.7 07
3.5 3.4 66 24
18 3.3 3.7
63 74 3.5
46 3.2
92 87 3.0
3.4 3.8 3.7 3.6 3.1 69
44 42 83 31 80
3.7
26
3.7 3.8
89 20 7.
EPH61
3.5 3.6 6
81 3.7 48
73
3.8 3.7
12 33
3.4 4.0
23 68

14
EPH .0
39

13
EPH .6
12

12 E
.4 PH
73

12
EPH .5
26

13
EPH .5
48

429 of 570
12
EPH .778

13
EPH .2
88

13
EPH .936

12
EPH .1
18

2.9 3.3
71 82
3.7
07
3.7
3. 3.
3. 3. 61 2. 454 3. 26
2. 61 3. 2. 6 54 2. 37 3.
3.7
3. 2. 3. 61 3.5
64 0 2. 638
65 65 65 3. 6 54 3 2. 44
73 5 3. 65 0 68 2 53 6
2. 60 7
02
3. 72 4 4 59 0 8 3. 2 7
63 9 0 3. 69 4.
3.6 3.2
3. 5 62 3. 1 3.8
2. 64 3. 7 73 3. 3. 2.236
85
40 27 3.7 3.7
3. 82 6 61 3. 2 69 77 3.7 35
3. 3. 0 3. 9 58 3. 9 3. 3. 4 2.4. 18 5 72
92
2. 633 56 60 64 75 71 7 47
3. 88 7 2 7 14
2. 622 3 4 2 5 3. 9
3. 57 3.6 2. 653
89 3. 3. 3. 63 3.7
3.1 10 9 3. 61 59 59 3. 5 3. 3.8
3. 2. 710
83 65 57 4 3. 3. 8 9 59 72 47
2. 72 7 1 63 60 1 8 34
88 3 2 6 0
3.
3. 4 3.2 3.8
66 3. 59 3. 3.8 3.7
3. 3 64 8 3. 66 11 3.7 11
2. 3.7
68 3. 9 59 3 15 32
73 10 9 59 3. 5 97
9 2 3. 67 3.
3. 65 0 3. 61
3. 3. 0 1
3.
3.8
64 62 63 3. 67
2. 62 4 7 1 65 1 L3E.5 21
3. 81 9 6 3. 3. 2.8
2. 65 7 64 67 V5E9
3. 913. 1 3. 3. 0 9 14 L
3. 64
7 66 58
3.7
74 2.3.96 64 3 3. 3. 3.8
3 679 7 0 7 69 63 18
3. 3. 6 6 05 3.9
77 8 3. 3. 65 3.9
3. 59
4 3. 57 3.
2.8 24
3. 3. 3. 57 57 7 68 2 3.9
61 49 3 4 2 42 94
67 2. 86 6 7 3. 3 84
9 9 70 3. 3. 3.7
2 61 3. 60
3. 3. 61 0 97 3.9
67 2 58
3.9
5 3. 3. 3. 2 2.6 73
3. 63 64 3. 63 3. 6 95
4. 98 3. 3. 7 5 60 1 60
31
3. 4. 4. 0 3. 83 78 3.
2.7
4. 4. 029 86 6 1 66 4 3. 0
2. 954 3. 038 11 03 3 0 62 36 2.6 4.0
3. 3. 3. 88 3. 013
95 99 1 4 3. 3. 6 3.9
3. 52 4. 3. 87 87 3 0 9 3. 54 59 3. 77 02
05 8 02 70 3 2 63 2 4 62 35
8 4 4. 3. 4 L2E.6
5 3. 08 84 6 3. RAIL
3. 86 6 9 3. 62 V7E5 2.8
83 7 3. 58 2 L
2.8
3. 6 63 1 87 12
81 3. 3. 5
87 EPH .9
0 85 96 3.
2.7 60
3. 0 3 75
3. 80 7
09
79 3 3. 2.6
90
5 3. 4
82
2.7 2.6 78
3. 1 2.9
3. 79 44 2.6 55
87 2
2.6 59
5 62 65 2.7
RAIL 08
2.7
47
3.0
36 2.8
79
RAIL 2.9
2.9 2.9 24 2.6
BO 76 63 63
LL 2.6
3.0 54
BERTH 7&8
AR 66
D
(T 2.8
YP 40 2.6 2.7
) 2.9
32 85 43
2.6 2.9
82 2.7 87 2.91
97 5
2.9 2.8 3.2
18 2.7 2.8 97
57 2.8 26
58 54
3.0
90

3.4
98
0.5
DR 11
A
IN
BE
D

2
2

0.5
DR 61
A
IN
BE
D
3.6
07

3.7
37

1
1

W 270
280

260
290

250

240
300

230
310
320

220
330

210
340

200
80
350

190
0

180

S
N

10

170
20

160
30

150
4O

140
50

130
60

120
70

110
80

100
E 90

0
REV.

OWNER:

PROJECT:

PURPOSE:
DATE

DRAWING TITLE:
PART/DISCIPLINE:

DRAWING NUMBER:
01.09.2023 ISSUED WITH TENDER

TENDER
DESCRIPTION
REVISION DETAILS

ANDHRA PRADESH

TOPOGRAPHIC SURVEY
AT VISAKHAPATNAM PORT,

60700314 - TD - CV - DG - 1002
Visakhapatnam Multi Cargo

AECOM India Pvt. Ltd.


Bulk Terminal Private Limited

REV.
MECHANIZATION OF WQ-7&8 BERTHS

A
SV NM RS
DR. CH. APR.

SHEET OF
DIMENSIONS ARE IN:

COPYRIGHT © 2012 by AECOM All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
430 of 570
431 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
OTHERWISE SPECIFIED.

2 ALL LEVELS ARE IN METERS AND WITH RESPECT


CHART DATUM (CD).
Approved: RS

D
Checked: SK
Designer: SV
Project Management Initials:

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
B
110,000 DWT
11200

90 T
6000

BOLLARD
INSITU SLAB 2725
FENDER
400 THK.
SLOPE SLOPE SLOPE SLOPE EL.+3.60m
EL.+3.80m
T.O.C.
HHWL +2.38 m
EL.+0.60m MHWS : +1.49 m
CROSS BEAM MSL :+0.79 m
MLWS : +0.09 m
LONG BEAM (1600x1800)
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1005_UNLOADER-SECTION.DWG

LLWL :-0.50 m 0 01.09.2023 ISSUED WITH TENDER SV NM RS


(1500x1700) (TYP) REV. DATE DESCRIPTION DR. CH. APR.

(TYP) REVISION DETAILS


CL OF CL OF OWNER:
CRANE RAIL CRANE RAIL
CL OF Visakhapatnam Multi Cargo
CRANE RAIL Bulk Terminal Private Limited
PILE
1250Ø PROJECT:

22000 MECHANIZATION OF WQ-7&8 BERTHS


AT VISAKHAPATNAM PORT,
TOUCH
ANDHRA PRADESH
PILES
Last saved by: VERMAS2(2023-08-23) Last Plotted: 2023-09-02

PART/DISCIPLINE: DIMENSIONS ARE IN:

EL. -16.10m
DREDGED LEVEL PURPOSE:

4000 4000 4000 4000 4000 10000 TENDER


DRAWING TITLE:

OF
A
CROSS SECTION OF BERTH

SHEET
DRAWING NUMBER: REV.

60700314 - TD - CV - DG - 1005

COPYRIGHT © 2012 by AECOM


FOUNDING LVL

H G F E D C A
AECOM India Pvt. Ltd.
Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
432 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
OTHERWISE SPECIFIED.

2 ALL LEVELS ARE IN METERS AND WITH RESPECT


CHART DATUM (CD).
Approved: RS

D
Checked: SK
Designer: SV
Project Management Initials:

STACKER CUM RECLAIMER


SLEWING ANGLE 165°/ - 165º TWIN BOOM STACKER
STACKER CUM LUFFING ANGLE 10° / -10º TWIN BOOM LUFFING ANGLE 116° / 0.00º
RECLAIMER STACKER

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
SPRINKLER (TYP)

12000
FIRE HYDRANT
FENCE BULK STOCKPILE BULK STOCKPILE BULK STOCKPILE BULK STOCKPILE

ROAD
11000 WIDE

RCC DRAIN (TYP)


ROAD
4000 WIDE

20000 40000 16000 40000 6000 40000 16000 40000

B SECTION D-D
Scale 1:350

3500 0 7000 14000mm

1 : 350 FULL SIZE A1

0 01.09.2023 ISSUED WITH TENDER SV NM RS


REV. DATE DESCRIPTION DR. CH. APR.
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1006-SECTION-SHEET-1.DWG

REVISION DETAILS
OWNER:

Visakhapatnam Multi Cargo


PORTICO COVERED SHED PORTICO COVERED SHED PORTICO Bulk Terminal Private Limited
FENCE
ROAD ROAD ROAD PROJECT:
8000 WIDE 8000 WIDE 8000 WIDE
MECHANIZATION OF WQ-7&8 BERTHS
SPORE AT VISAKHAPATNAM PORT,
ANDHRA PRADESH
Last saved by: VERMAS2(2023-08-23) Last Plotted: 2023-09-02

PART/DISCIPLINE: DIMENSIONS ARE IN:


45000 16000 45000
PURPOSE:
TENDER
SECTION E-E DRAWING TITLE:
Scale 1:350

OF
A
CROSS SECTION OF YARD
SHEET 1 0F 2

SHEET
DRAWING NUMBER: REV.

60700314 - TD - CV - DG - 1006 0

COPYRIGHT © 2012 by AECOM


AECOM India Pvt. Ltd.
Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
433 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
OTHERWISE SPECIFIED.
Ø12000
2 ALL LEVELS ARE IN METERS AND WITH RESPECT
CHART DATUM (CD).

STEEL COAL SILO


CAP. =800 TONNE
Approved: RS

D
Checked: SK

STACKER CUM RECLAIMER


SLEWING ANGLE 165°/ - 165º
LUFFING ANGLE 10° / -10º
Designer: SV

STACKER CUM RECLAIMER

CHAIN

12000

12000
LINK
Project Management Initials:

FENCING EXISTING
AMNS
CONVEYOR

38°
38°
CL RAIL CL FUTURE RAIL LINE 2500 8000 2500 8000
C 4250 2950 5000 1000

10300 5500 13200 35000 13000 35000 10000

29000 85000

114000

SECTION A - A

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
STACKER CUM RECLAIMER

CHAIN
12000

12000
LINK
FENCING EXISTING
AMNS
CONVEYOR

38°
38°
B
CL RAIL CL FUTURE RAIL LINE
2500 8000 2500 8000
5251 5000 1000

11250 5500 11250 35000 13000 35000 10000

28000 85000

113000 0 01.09.2023 ISSUED WITH TENDER SV NM RS


REV. DATE DESCRIPTION DR. CH. APR.
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1007_SECTION-SHEET-2.DWG

SECTION B - B OWNER:
REVISION DETAILS

Visakhapatnam Multi Cargo


STACKER CUM RECLAIMER
Bulk Terminal Private Limited
PROJECT:
CHAIN
MECHANIZATION OF WQ-7&8 BERTHS
12000

12000
LINK
FENCING EXISTING AT VISAKHAPATNAM PORT,
AMNS ANDHRA PRADESH
Last saved by: VERMAS2(2023-09-02) Last Plotted: 2023-09-02

CONVEYOR PART/DISCIPLINE: DIMENSIONS ARE IN:


38°

38°
PURPOSE:
TENDER
DRAWING TITLE:
CL RAIL CL FUTURE RAIL LINE

OF
A 2500 8000 2500 8000
4251 5000 1000 CROSS SECTION OF YARD
VARIES SHEET 2 OF 2

SHEET
3250 5500 10250 35000 13000 35000 10000

DRAWING NUMBER: REV.

60700314 - TD - CV - DG - 1007 0

COPYRIGHT © 2012 by AECOM


19000

SECTION C - C
AECOM India Pvt. Ltd.
Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
434 of 570
NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
TIE BEAM OTHERWISE SPECIFIED.

2 ALL LEVELS ARE IN METERS AND WITH RESPECT


CL CONV. CHART DATUM (CD).
CEMENT FIBRE SHEETS ROOFING

OPENING
4000
FIN.
FLOOR RAMP
LEVEL
ROAD LEVEL

DRAIN

PLINTH BEAM

TRAVELLING TRIPPER
B SECTION
- Scale 1:100
TTR-1/2
20000

PORTICO PORTICO

10000
RCC COLUMN (TYP)
4000

4000
RETAINING WALL (TYP)
BULK STORAGE
300

FINISHED FLOOR LEVEL ± 0.00


ROAD LEVEL ROAD LEVEL

RCC PILE CAP (TYP)

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent from
RCC PILE (TYP)
22500 22500

45000

A SECTION
- Scale 1:100

A
-
R O A D

PORTICO (TYP)
A
3300

11000 RETAINING WALL (TYP) CL OF EXPANSION JOINT


OPENING
(TYP)
GABLE END WALL GABLE END WALL
22500

0 01.09.2023 ISSUED WITH TENDER SV NM RS


REV. DATE DESCRIPTION DR. CH. APR.
REVISION DETAILS
46000

OWNER:
R O

Visakhapatnam Multi Cargo


Bulk Terminal Private Limited
A D

B
PROJECT:
22500

-
MECHANIZATION OF WQ-7&8 BERTHS
AT VISAKHAPATNAM PORT,
ANDHRA PRADESH
PART/DISCIPLINE: DIMENSIONS ARE IN:

B PURPOSE:
TENDER
DRAWING TITLE:

OF
R O A D 750 750
PLAN OF FERTILIZER SHED - 1
11250 11250

SHEET
12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000 12000
DRAWING NUMBER: REV.
(TYP)
204000 60700314 - TD - CV - DG - 1008 0

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 17

GROUND FLOOR PLAN AECOM India Pvt. Ltd.


(SCALE 1:400)
435 of 570
NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
TIE BEAM OTHERWISE SPECIFIED.

2 ALL LEVELS ARE IN METERS AND WITH RESPECT


CHART DATUM (CD).
CL CONV.
CEMENT FIBRE SHEETS ROOFING

OPENING
4000
FIN.
FLOOR RAMP
LEVEL
ROAD LEVEL

DRAIN

PLINTH BEAM
B SECTION
- Scale 1:100
TRAVELLING TRIPPER
TTR-1/2
20000

PORTICO PORTICO

10000
RCC COLUMN (TYP)
4000

4000
RETAINING WALL (TYP)
BULK STORAGE
300

FINISHED FLOOR LEVEL ± 0.00


ROAD LEVEL ROAD LEVEL

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent from
RCC PILE CAP (TYP)

RCC PILE (TYP)


22500 22500

45000

A SECTION
A - Scale 1:100
-

R O A D

A
RETAINING WALL (TYP)
11000
OPENING
(TYP)
GABLE END WALL GABLE END WALL
22000

0 01.09.2023 ISSUED WITH TENDER SV NM RS


REV. DATE DESCRIPTION DR. CH. APR.
REVISION DETAILS
R O

OWNER:
45000
A D

Visakhapatnam Multi Cargo


Bulk Terminal Private Limited
PROJECT:

B MECHANIZATION OF WQ-7&8 BERTHS


22000

-
AT VISAKHAPATNAM PORT,
ANDHRA PRADESH
PART/DISCIPLINE: DIMENSIONS ARE IN:
RETAINING WALL (TYP)
3300

PURPOSE:
B TENDER
DRAWING TITLE:
PORTICO (TYP)

OF
PLAN OF FERTILIZER SHED - 2

SHEET
R O A D

DRAWING NUMBER: REV.

12000 12000 12000 12000 12000 12000 12000 12000 12000 12000
60700314 - TD - CV - DG - 1009 0
(TYP)
120000
MARKED SIZE NOS REQUIRED LINTEL LEVEL DESCRIPTION

1 2 3 4 5 6 7 8 9 10 11 ROLLING SHUTTER OF
APPROVED MAKE
GROUND FLOOR PLAN RS 4000 X 4000 8 4000
80X1.25 MS LATHS
INTERLOCKED AECOM India Pvt. Ltd.
(SCALE 1:300) TOGETHER

436 of 570
5 4 3 2 1
ISO A1 594mm x 841mm SCHEDULE OF DOORS AND WINDOWS NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
NOS.
S. NO. MARKED SIZE DESCRIPTION OTHERWISE SPECIFIED.
L.G.F. U.G.F. F.F. S.F. T.F.
A B C D E F 2 ALL LEVELS ARE IN METERS AND WITH RESPECT
1. D1 1000X2100 2 7 7 5
6000 6000 6000 6000 6000
DOOR FRAME MADE CHART DATUM (CD).
FROM ALUMINUM
2. D2 1200X2700 2 1 1 1 1 SECTIONS FLUSH DOOR
SHUTTERS 35 MM THICK

BALCONY 3. D3 3000X3000 1
Approved: RS

4. D4 750X2100 3 4 3
D

1000
W V1 W V1 W V1 W V1 W V1 D1 5. D5 2000X2700 1 ALUMINUM GLAZED DOOR COMPLETE
4 D1
6. D6 1500X2700 1
Checked: SK

7. W 2300X1800 1 12 14 14 1 ALUMINUM GLAZED WINDOWS

V1
ROOM FOR I/O UNIT CUM 8. V1 2300X600 10
6000

PRESSURISATION ROOM
W V1

OPERATING TERMINAL
5770 X 5770

W
5885 X 5770 9. V2 600X600 3 3 3 ALUMINUM GLAZED VENTILATOR
Designer: SV

10. V3 1680X600 2 2 2
17710

D1 D1
3 825
Project Management Initials:

SPACE FOR

15770
3000

EQUIPMENT LIFTING RS

W V1
SUBSTATION FLOOR
5000

MONO RAIL
825

NOTES(TOILET & PANTRY)


2 (1150x1405)
WATER PROOFING OF FLOOR
URINALS 1 THE CONCRETE FLOOR AND PLASTERED WALL UPTO SKIRTING LEVEL IN

C V3 V2 WC
D4 GENTS D1 TOILET/PANTRY SHALL BE COATED WITH APPROVED WATER PROOFING
TOILET D2
WC 3385 X2930 2 WHERE FLOOR SLAB IS SUNK 50 X 50 MM PCC 1:3:6 FILLET SHALL BE PROVIDED AT

W V1
D4
5000

WASH BASINS CB
DN JUNCTION OF WALL AND FLOOR BEFORE LAYING WATER PROOFING
(1150x1405)
V2 D1
D4 LADIES ENTRY
V3 WC
TOILET LOBBY PIPE WORK .
LIFT
V2 3827 X 1785 UP
(1150x1785) CB W V1 W V1 W V1 1 THE SOIL/WASTE DRAINAGE PIPES IN FLOOR SHALL BE LAID WITH A MINIMUM SLOPE
D1
1 OF 1:50 AND ALL JOINTS SHALL BE FUME TESTED
W
2 THE PIPES IN FLOOR (MINIMUM 75 MM FOR WASTE WATER AND 100 MM FOR SOIL)
SHALL BE SURROUNDED WITH CONCRETE 1:2:4 USING 10 MM DOWN AGGREGATE
115 THK WALL
3 ALL WASTE PIPES FROM WASH BASIN,URINALS AND PANTRY SINKS SHALL BE MINIMUM
BALCONY

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
40 MM DIA
UPPER GROUND FLOOR PLAN 4 ALL WATER SUPPLY PIPES SHALL RUN THROUGH CHASES IN WALLS. NO WATER
SUPPLY PIPE SHALL RUN UNDER FLOOR
5 ALL HOT WATER PIPES SHALL BE INSULATED
6 ALL HOT AND COLD WATER PIPES SHALL BE COVERED WITH DENSO TAPE WITH 50%
OVER LAP.

A B C D E F
6000 6000 6000 6000 6000 NOTES (TOILET & PANTRY) - FINISHES FLOOR
30230 (OUT TO OUT) 1 NON-SKID VITREOUS 250 MM SQUARE FLOOR TILES OF APPROVED
MAKE.
SKIRTING
2 100 MM HIGH SKIRTING OF SAME MATERIAL AS FLOOR TILES.
WALL TILES
1000

V1 D1 V1 V1 V1 D1
B 4
3 200 MM X300 MM HIGH GLAZED CERAMIC TILES OF AN APPROVED

EMERGENCY EXIT
MAKE FULL HEIGHT UPTO CEILING.
4 APPROVED MATCHING BORDER AT WINDOW SILL LEVEL AND AT
CEILING LEVEL.

STILT AREA WORK TOP IN PANTRY


6000

5 20 MM THICK X 600 MM WIDE BLACK GRANITE SLAB OF REQUIRED


V1 LENGTH WITH ROUNDED EDGES. 20 MM THICK X 100 MM HIGH
BLACK GRANITE SURROUND ON FRONT AND SIDES UNDER THE
WORK TOP.
0 01.09.2023 ISSUED WITH TENDER SV NM RS
VANITY TOP IN TOILETS
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1010-ADMN-SUBSTATION.DWG

REV. DATE DESCRIPTION DR. CH. APR.


3
6 WASH HAND BASINS SHALL BE FIXED INTO 600 MM WIDE X 20 MM REVISION DETAILS
825

OWNER:
16230 (OUT TO OUT)

THICK BLACK GRANITE VANITY TOP WITH ROUNDED EDGES. 75 MM


X 75 MM CHAMFER SHALL BE PROVIDED AT EDGES.
D3 CABLE CELLAR FLOOR Visakhapatnam Multi Cargo
7 20 MM THICK X 100 MM HIGH BLACK GRANITE SURROUND ON
Bulk Terminal Private Limited
5000

3000

V1
FRONT AND SIDES UNDER THE WORK TOP.
6 HEIGHT OF VANITY TOP ABOVE FLOOR SHALL BE DECIDED AFTER PROJECT:

CHECKING THE LEVEL OF WASTE PIPE CONNECTION IN ORDER TO MECHANIZATION OF WQ-7&8 BERTHS
825

2
AVOID ANY GAP BETWEEN RIM OF BASIN AND VANITY TOP,AND TO AT VISAKHAPATNAM PORT,
AVOID REVERSE SLOPE IN WASTE PIPE CONNECTION. ANDHRA PRADESH
Last saved by: VERMAS2(2023-09-02) Last Plotted: 2023-09-02

PART/DISCIPLINE: DIMENSIONS ARE IN:


D2

V1 PURPOSE:
5000

STILT AREA NOTES :- TENDER


1 ALL EMERGENCY FIRE EXIT DOORS SHALL OPEN DRAWING TITLE:

SHEET 1 OF 3
ENTRY OUT SIDE
A LOBBY LIFT
UP
2 ALL WINDOWS SHALL BE PROVIDED WITH DETAILS SUBSTATION CUM
SUNSHADE 600MM PROJECTION COVERING
1 D2 LENGTH EQUAL TO WINDOW'S WIDTH +300MM ADMIN. OFFICE BUILDING
1000

W V1 V1 V1
3 ALL EXTERNAL DOOR SHALL HAVE 900MM DRAWING NUMBER: REV.
750 WIDE PLINTH PROTECTION 1000 WIDE ROOF PROJECTION SUNSHADE PROJECTION COVERING LENGTH
EQUAL TO DOOR WIDTH +600MM 60700314 - TD - CV - DG - 1010 0

COPYRIGHT © 2012 by AECOM


LOWER GROUND FLOOR PLAN 4 ALL INTERNAL PARTITION WALLS SHALL HAVE
600 MM HIGH GLASS PANEL BELOW THE FALSE
CEILING FOR FULL LENGTH OF WALL

AECOM India Pvt. Ltd.


Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
437 of 570
5 4 3 2 1
ISO A1 594mm x 841mm SCHEDULE OF DOORS AND WINDOWS NOTES :-
1 ALL DIMENSIONS
ALL DIMENSIONS ARE
ARE IN
IN MM.
MILLIMETER.
UNLESS UNLESS
NOS.
S. NO. MARKED SIZE DESCRIPTION OTHERWISE SPECIFIED.
OTHERWISE SPECIFIED.
L.G.F. U.G.F. F.F. S.F. T.F.

1. D1 1000X2100 2 7 7 5 2 ALL LEVELS ARE IN METERS ARE RELATED TO


DOOR FRAME MADE M.S.L. (+0.0M).
FROM ALUMINUM
2. D2 1200X2700 2 1 1 1 1 SECTIONS FLUSH DOOR
SHUTTERS 35 MM THICK 3 FINISHED FLOOR LEVEL IS + 0.60 AS
CONSIDERED + 5.600 MSL.
3. D3 3000X3000 1

A B C D E F
Approved: RS

6000 6000 6000 6000 6000 4. D4 750X2100 3 4 3


D
5. D5 2000X2700 1 ALUMINUM GLAZED DOOR COMPLETE

BALCONY 6. D6 1500X2700 1
Checked: SK

7. W 2300X1800 1 12 14 14 1 ALUMINUM GLAZED WINDOWS

1000
W W W W W D1
4 8. V1 2300X600 10
D1

9. V2 600X600 3 3 3 ALUMINUM GLAZED VENTILATOR


Designer: SV

10. V3 1680X600 2 2 2
6000

W
W
Project Management Initials:

29770

15770
5000

2 (1150x1405)
URINALS

V3 V7 WC
D4 GENTS D1
TOILET D2
WC
3385 X2930
D4
5000

WASH BASINS CB
DN W
(1150x1405)
V7 D1
D4 LADIES ENTRY
V3 WC
TOILET LOBBY LIFT
V7 3827 X 1785 UP
(1150x1785) CB W W W

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
D1
1
W

115 THK WALL

BALCONY
SECOND FLOOR PLAN

A B C D E F

6000 6000 6000 6000 6000


A B C D E F
B 6000
6000 6000 6000 6000

FLOOR TRAP 500X500

150Ø HOLE FOR PIPE


W W W W W W D1 KHURRA
4 D1 4
+19.00 (FFL)

2000
MIMIC PANEL PROGM PANTRY 150Ø R.W. WATER TANK
control

room

CONSOLE AREA
PIPE (TYP.)
control
room

F
2000
6000

6000

D1
W

800 600 0 01.09.2023 ISSUED WITH TENDER SV NM RS


CONTROL DESK
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1010-ADMN-SUBSTATION.DWG

REV. DATE DESCRIPTION DR. CH. APR.


D4
D1 REVISION DETAILS
DECORATIVE FALSE FLOOR
UPS 17770
D1 OWNER:
OF 600mm DEPTH ROOM

Visakhapatnam Multi Cargo


3
3 Bulk Terminal Private Limited
D6
OFFICE RIDGE LINE PROJECT:
(TYP.)

15770

MECHANIZATION OF WQ-7&8 BERTHS


5000

CONTROL AT VISAKHAPATNAM PORT,


5000

ROOM D5
800

ANDHRA PRADESH
Last saved by: VERMAS2(2023-09-02) Last Plotted: 2023-09-02

PART/DISCIPLINE: DIMENSIONS ARE IN:


5770 TERRACE
2 PURPOSE:
(1150x1405) 2
URINALS TENDER
V3 D4 GENTS DRAWING TITLE:

SHEET 2 OF 3
V2 WC D1
TOILET D2
A WC
D4
3385 X2930 D2

DETAILS SUBSTATION CUM


W
5000

WASH BASINS CB
DN
5000

(1150x1405) DN
V2 D1 ADMIN. OFFICE BUILDING
D4 LADIES ENTRY
WC
TOILET LOBBY LIFT ENTRY
V3 LOBBY LIFT ROOM DRAWING NUMBER: REV.
V2 3827 X 1785 UP
CB

1
(1150x1785)
D1 60700314 - TD-CV-DG-1010 0

COPYRIGHT © 2012 by AECOM


W W 1
W W
V1 1000 HIGH PARAPET WALL

FIRST FLOOR PLAN BALCONY


TERRACE PLAN
AECOM India Pvt. Ltd.
Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
438 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
F WATER TANK
ROOF LEVEL +22.00 1 ALL DIMENSIONS ARE IN MM.
MILLIMETER.
UNLESS UNLESS
OTHERWISE SPECIFIED.
WATER TANK
A B C D E
6000 6000 6000 6000 6000 2 ALL LEVELS ARE IN METERS ARE RELATED TO
WATER TANK
FLOOR LEVEL +19.00 M.S.L. (+0.0M).

3 FINISHED FLOOR LEVEL IS + 0.60 AS


2 CONSIDERED + 5.600 MSL.
TERRACE FLOOR LEVEL +17.70
Approved: RS

4000
SECOND FLOOR LEVEL +13.70 ADMIN OFFICE FLOOR
Checked: SK

4000
Designer: SV

FIRST FLOOR LEVEL +9.70 ADMIN OFFICE FLOOR


Project Management Initials:

SKY LIGHT
MONORAIL

(TYP)
SUBSTATION FLOOR
6100

300
600
(TYP)

UPPER GROUND FLOOR LEVEL +3.60


CUTOUT
C
3000

PLINTH PROTECTION CABLE CELLAR 1


LOWER GROUND FLOOR LEVEL +0.60 FLOOR +0.600(FFL)

GL ±0.00
600

G.L ±0.00 PLINTH PROTECTION

PLINTH BEAM
-1.200 (TYP.)
500

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
SECTION A-A
(SCALE 1:100) 25mm THK. PLASTER (1:4 )

200 THK.x1000mm HIGH


A.A.C BLOCK WALL
(TYP) WATER PROOFING SHALL BE LAID
25mm THK. PLASTER (1:4) IN ACCORDANCE TO TENDER
A B C D E F SPECIFICATIONS
6000 6000 6000 6000 6000

TOP LEVEL +21.00 SLOPE 1:100

25mm GROOVE

600
DRIP MOLD (TYP) ROOF SLAB
12mm THK. PLASTER (1:4)
TERRACE FLOOR LEVEL +17.70
100 DIA RAIN WATER PIPE
B (CONCEALED IN BLOCK WORK) 200 THK.
(TYP.) 30 A.A.C BLOCK WALL
(TYP) (TYP)
4000

DETAIL-2
SECOND FLOOR LEVEL +13.70 SCALE 1:25
TYPICAL ROOF WATERPROOFING DETAIL
4000

0 01.09.2023 ISSUED WITH TENDER SV NM RS


Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1010-ADMN-SUBSTATION.DWG

REV. DATE DESCRIPTION DR. CH. APR.

50mm FLOOR FINISH AS PER TABLE REVISION DETAILS


±0.00 OWNER:
FIRST FLOOR LEVEL +9.70 150 THK. GROUND
(FFL) FLOOR SLAB
Visakhapatnam Multi Cargo
PLINTH PROTECTION
75mm THK. P.C.C.(1:2:4) Bulk Terminal Private Limited
SLOPE 1:15
150
50 -0.60 PROJECT:
600 HIGH SKY LIGHT (FGL)
50mm THK. P.C.C. MECHANIZATION OF WQ-7&8 BERTHS
6100

AT VISAKHAPATNAM PORT,
COMPACTED GRADE
TO 90% PROCTOR ANDHRA PRADESH
Last saved by: VERMAS2(2023-09-02) Last Plotted: 2023-09-02

DENSITY PART/DISCIPLINE: DIMENSIONS ARE IN:

UPPER GROUND FLOOR LEVEL +3.60


DETAIL-1 PURPOSE:
SCALE 1:25 TENDER
TYPICAL GROUND FLOOR FINISH DETAIL DRAWING TITLE:

SHEET 3 OF 3
A
3000

DETAILS SUBSTATION CUM


LOWER GROUND FLOOR LEVEL +0.60 ADMIN. OFFICE BUILDING
GL.± 0.00
600

PLINTH PROTECTION DRAWING NUMBER: REV.

60700314 - TD-CV-DG-1010 0

COPYRIGHT © 2012 by AECOM


FRONT ELEVATION
(SCALE 1:100)

AECOM India Pvt. Ltd.


Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
439 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
OTHERWISE SPECIFIED.

2 ALL LEVELS ARE IN METERS AND WITH RESPECT


5000 CHART DATUM (CD).
5900
UP KHURRA
V1
RWP 100 Ø
Approved: RS

300
D
2

450
D1
+3.600
TOILET
450
2000 X 1500
1550

450 SLOPE
Checked: SK

D2

3000
GUARD
W1 W1 ROOM
GUARD

2100

800
5000
Designer: SV

5900
ROOM

A A
2500

700
+0.600 FFL
Project Management Initials:

600
±0.00 GL
1
50mm FLOOR FINISH AS PER
300 350

W1
RCC GROUND SLAB
COMPACTED GRADE TO 90%
PROCTOR DENSITY
C

950 2500 950 300 SECTION A-A


300 SCALE 1:50

GROUND FLOOR PLAN TERRACE PLAN


SCALE 1:50 SCALE 1:50
450

450
450

450
+3.300 +3.300 +3.300

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
450 450
450

2500
2500
3000

3000
3000

3000
800

800
2100
700

700
+0.300 FFL +0.300 FFL +0.300 FFL
300

300
300

300
±0.00 GL ±0.00 GL ±0.00 GL
B

REAR ELEVATION FRONT ELEVATION SIDE ELEVATION


SCALE 1:50 SCALE 1:50 SCALE 1:50

FINISHING SCHEDULE
ROOMS FLOORING WALLS COUNTER CEILING

FLOORING TILES PLASTIC EMULSION GRANITE STONE OIL BOUND


9 m.m THK. PAINT (MAROON COLOUR) DISTEMPER
0 01.09.2023 ISSUED WITH TENDER SV NM RS
GUARD ROOMS VITRIFIED PORCELAIN COLOUR-OFF-WHITE COLOUR-WHITE REV. DATE DESCRIPTION DR. CH. APR.
TILES 300X300 m.m. TO MATCH FLOORING 25mm THK. PLASTER (1:4 ) REVISION DETAILS
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1011-GAURD-ROOM.DWG

COLOUR-LIGHT BEIGE/ COLOUR OWNER:

LIGHT CAMEL 200 THK.x1000mm HIGH


A.A.C BLOCK WALL
(TYP) WATER PROOFING SHALL BE LAID
Visakhapatnam Multi Cargo
TOILET WALL TILES 25mm THK. PLASTER (1:4) IN ACCORDANCE TO TENDER Bulk Terminal Private Limited
9 m.m THK. SPECIFICATIONS
PROJECT:
SLOPE 1:100
1. TEXTURED SPECTRUM PAINT FINISH ON THE WALL SURFACES. MECHANIZATION OF WQ-7&8 BERTHS
2. PLAIN SPECTRUM PAINT FINISH ON THE BANDS AND MOULDINGS. 25mm GROOVE
OUT SIDE FINISH 50mm FLOOR FINISH AS PER TABLE
AT VISAKHAPATNAM PORT,
3. COLOUR OF SPECTRUM PAINT TO MATCH THE SHADE OF SANDSTONE CLADDING.
±0.00 ANDHRA PRADESH
4. ROOFING TO BE FINISHED WITH SMOOTH FINISH SANDSTONE TILES. 150 THK. GROUND 600
(FFL)
Last saved by: VERMAS2(2023-08-25) Last Plotted: 2023-09-02

FLOOR SLAB DRIP MOLD (TYP) ROOF SLAB PART/DISCIPLINE: DIMENSIONS ARE IN:
5. PAVING IN PRECAST CEMENT BLOCKS.
PLINTH PROTECTION 12mm THK. PLASTER (1:4)
75mm THK. P.C.C.(1:2:4) PURPOSE:
SLOPE 1:15 100 DIA RAIN WATER PIPE TENDER
150
50 -0.60 (CONCEALED IN BLOCK WORK) DRAWING TITLE:
(FGL) (TYP.) 30

OF
A SCHEDULE OF DOOR/WINDOWS 50mm THK. P.C.C. (TYP) (TYP)
DETAILS OF GUARD ROOM
S.NO. SYMBOL NOS. SIZE CILL LVL. LTL. LVL. DESCRIPTION FITTING COMPACTED GRADE

SHEET
REQD. TO 90% PROCTOR
1. D1 1 1000x2100 - 2100 PRESSED STEEL FRAME TO IS:4351 BPx21 ONE LOCK DENSITY DETAIL-2
B. FLUSH DOOR SHUTTER 35MM THK. TO TWO HANDLE ALUMINIUM SCALE 1:25 DRAWING NUMBER: REV.
2 D2 1 700x2100 - 2100 IS:2202(PART-1). NON DECORATIVE TYPE TWO TOWER BOLT DETAIL-1 TYPICAL ROOF WATERPROOFING DETAIL 60700314 - TD - CV - DG - 1011
CORE OF BLOCK BOARD WITH LIPPING OF

COPYRIGHT © 2012 by AECOM


SCALE 1:25
SECOND CLASS TEAK WOOD BATTENS 25MM
MIN. DEPTH ON ALL SIDES. TYPICAL GROUND FLOOR FINISH DETAIL

3. W1 3 2500x800 700 1500 FIXED GLASS WITH ONE OPENABLE SHUTTER

4. V1 1 500x600 1500 2100 (ALUMINIUM WINDOW)


AECOM India Pvt. Ltd.
Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
440 of 570
5 4 3 2 1
ISO A1 594mm x 841mm TERRACE FLOOR
TERRACE FLOOR LEVEL +3.85
NOTES :-
LEVEL +3.85 1 ALL
ALL DIMENSIONS
DIMENSIONS ARE
ARE IN
IN MILLIMETER.
MM. UNLESS UNLESS

1600
OTHERWISE
OTHERWISE SPECIFIED.

1150
SPECIFIED.

1600
+ 750
+ 750
2 ALL LEVELS ARE IN METERS ARE RELATED TO

100
M.S.L. (+0.0M).

2100
2100
GROUND FLOOR 3 GROUND LEVEL IS + 0.00 AS CONSIDERED
GROUND FLOOR LEVEL +0.60 ± 0.0 + 5.00 MSL.
LEVEL +0.60 ± 0.0

600
±0.00 GL

600
±0.00 GL
Approved: RS

D R.S. ELEVATION
REAR ELEVATION (SCALE 1:100)
(SCALE 1:100)
TERRACE FLOOR
TERRACE FLOOR LEVEL +3.85
LEVEL +3.85

1600
1150
+ 750
Checked: SK

1600

+ 750

450

2100
2100

GROUND FLOOR
GROUND FLOOR LEVEL +0.60 ± 0.0
LEVEL +0.60 ± 0.0
Designer: SV

±0.00 GL

600
±0.00 GL

±0.00 GL
600

±0.00 GL

L.S. ELEVATION
FRONT ELEVATION
(SCALE 1:100)
(SCALE 1:100)
LEGEND:
Project Management Initials:

700
RAIN WATER EMERGENCY

1600
KHURRA 300 X 300
EVACUATION ROUTE

450
(TYP)

3000
850

VOID 750 750


RAIN WATER PIPE

2100
C
100 DIA (TYP)

600
C
6000

SECTION B-B
(SCALE 1:100)
2 750

700
RIDGE LINE O P E N T E R R A C E

1600

1600
B

450
750

3000
2100
1

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
6000

600
50mm FLOOR FINISH AS PER

1000 HIGH PARAPET WALL SECTION A-A RCC GROUND SLAB

(SCALE 1:100) COMPACTED GRADE TO 90%


PROCTOR DENSITY
A
850

50mm FLOOR FINISH AS PER TABLE


±0.00
150 THK. GROUND
850 6000 6000 6000 6000 6000 6000 850 (FFL) FLOOR SLAB
PLINTH PROTECTION
1 2 3 4 5 6 7 75mm THK. P.C.C.(1:2:4)
150 SLOPE 1:15
50 -0.60
B TERRACE PLAN (FGL)
50mm THK. P.C.C.
(SCALE 1:100)
B
COMPACTED GRADE
A TO 90% PROCTOR
36200 (OUT TO OUT) DENSITY
600 1000 2000 2000 1000 2000 1000 2000 600 2000 1800 2000 600 2000 1000 2000 1000 2000 1000 2000 1000 1000 500 2000 500 1000 600
750 WIDE PLINTH PROTECTION
1600 100 2400 100 1600
TYPICAL GROUND FLOOR FINISH DETAIL
SCALE 1:25 (A1)
V2 V1 W6 W6 W6 W6 W6 W6 V2 V1 V2
400

C
2000 3700 5800
WC D1 WC 0 01.09.2023 ISSUED WITH TENDER SV NM RS
REV. DATE DESCRIPTION DR. CH. APR.
ENT.

3000
2800

W6 W6
3300

R/S STORE

4100
WC WC REVISION DETAILS
25mm THK. PLASTER (1:4 )
OWNER:
D3 TOILET
6000
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1012_CANTEEN.DWG

WC 5800 X 5400 WC 200 THK.x1000mm HIGH


COMMON ROOM Visakhapatnam Multi Cargo
200

D3 A.A.C BLOCK WALL


MANAGER'S ROOM
1400

1000

11800 X11800 (TYP) WATER PROOFING SHALL BE LAID


CANTEEN IN ACCORDANCE TO TENDER
Bulk Terminal Private Limited
25mm THK. PLASTER (1:4)
2000

12200 (OUT TO OUT)


URINAL SPECIFICATIONS
1500
5800 X 11800
V3
1000 1000

D3 D3 PROJECT:
V2

SLOPE 1:100
MECHANIZATION OF WQ-7&8 BERTHS
11800

11800

D3
1000
200

B 25mm GROOVE AT VISAKHAPATNAM PORT,


1000

1000 LOCKER'S ROOM SCHEDULE OF DOORS & WINDOWS


KITCHEN/PANTRY ANDHRA PRADESH
5800 X 6300
1500
V3
2000
Last saved by: VERMAS2(2023-09-01) Last Plotted: 2023-09-02

8600

600 CILL LINTEL


V1

S.NO. TYPE SIZE REMARKS PART/DISCIPLINE: DIMENSIONS ARE IN:


ROOF SLAB
1500

D6 D6 DRIP MOLD (TYP) LVL. LVL.


ENTRANCE LOBBY
12mm THK. PLASTER (1:4)
1000

6300

1500

1 D1 750X2100 2100 1 PURPOSE:


6000
1000

TENDER
DW2 100 DIA RAIN WATER PIPE
D3 (CONCEALED IN BLOCK WORK) 2 D2 900X2100 2100 DRAWING TITLE:
200 THK.
(TYP.)

OF
30 A.A.C BLOCK WALL
A DETAILS OF CANTEEN
2000

2000
V1

V1

(TYP)
600

(TYP) 3 D3 1000X2100 2100 6


TREAD=300 11800 5800 AND PUBLIC UTILITY
TYPICAL ROOF

SHEET
RISER=150 4 D6 1500X2100 2100 2 SERVICES
600

600

A 5800
V1 V1 W6 W6 W6 W6 W6 W6 V2 V1 V2 WATERPROOFING DETAIL 5 DW2 5800X2100 2100 1 DRAWING NUMBER: REV.
SCALE 1:25 (A1)
600 2000 1000 2000 1000 2000 1000 2000 600 2000 1800 2000 600 2000 1000 2000 1000 2000 1000 2000 1000 1000 500 2000 500 1000 600 60700314 - TD - CV - DG - 1012

COPYRIGHT © 2012 by AECOM


6 W6 2000X1200 900 2100 12

6000 6000 6000 6000 6000 6000


7 V1 2000X450 1450 2100 8

1 2 3 B 4 5 6 A 7 8 V2 1000X450 1450 2100 6

GROUND FLOOR PLAN 9 V3 1500X450 1450 2100 2


AECOM India Pvt. Ltd.
(SCALE 1:100)
Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
441 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
38400 OUT TO OUT
A CEMENT FIBRE SHEETS ROOFING
OTHERWISE SPECIFIED.

STEEL TRUSS 2 ALL LEVELS ARE IN METERS AND WITH RESPECT


11400 CHART DATUM (CD).
200 230

1200 85 PLINTH 3 FINISHED FLOOR LEVEL IS ± 0.0 AS CONSIDERED


85
PROTECTION + 5.600 m CD.
R.C.C GUTTER

750
V1 V2 V1 TIE BEAM
D 1000 1000 500 500 1000 1000 1000 LEVEL + 10.00

1100
4700 4800 3800 4000 3700
Approved: RS

2860
D

(TYP)

1500
(TYP) (TYP) 115 (TYP)
LOCKER ROOM
2745

750 150

1150
2500
1015

D2 1200 1200

(TYP)
D2
W1 W1 1315 W1 W1 W1
C TERRACE
TOILET
Checked: SK

LEVEL + 6.10 10T EOT CRANE


D1 2726 X 3945 D1
750 750
3500

5250
BRICK WALL
B'

7500
W1

W1
Designer: SV

TERRACE

300
WELDING UNIT LEVEL + 3.00
5800 X 14770
4000

4000
SPARE PART STORE

3600

3000

3000
LEGEND:
15000 OUT TO OUT

WORK SHOP

2100
Project Management Initials:

EPOXY FLOORING (AS PER SPECIFICATION)


16885 X 14770
900
RAMP
FINISHED FLOOR LEVEL ± 0.00 EMERGENCY
B

450
GL. - 0.60 EVACUATION ROUTE
GRADE
D1 COMPACTED

COUNTER
SLAB
STORE KEEPER EARTH FILLING PLINTH
4000

4000
4783 X 3770 PROTECTION
ROLLING SHUTTER

ROLLING SHUTTER
C 7500 7500 2745
RS1

RS1
A'
D1 D1 A B C D
3500

WORKS MANAGER OFFICE


4783 X 3305
SECTION A-A
SCALE=1:100

RS1 RS1 D3 SCHEDULE OF FINISHES


A
750

W1 W1 W1 W1 W1
1015

S. NO. DESCRIPTION LOCATION


52 MM CEMENT CONC. FLOORING WITH
1. HARDCRETE CONC. HARDENER TOPPING UNDER
LAYER 40 MM THK. CEMENT CONC. 1:2:4 G.F. WORKSHOP & STORE
6000 6000 6000 5000 5000 5000 5000

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
B 1 2 3 4 5 6 7 8
B 20 MM THK. CEMENT PLASTER SKIRTING
G.F. WORKSHOP & STORE
A 2.
IN CEMENT MORTAR 1:3 - 100 HIGH

VITRIFIED FLOOR TILES 600X600 CONFORMING


GROUND FLOOR PLAN 3. TO IS I 5622 LAID IN FLOOR OVER 20 MM GR. FLOOR
THK. C.M. 1:4 BETWEEN GRID 4 & 5
(SCALE 1:100)
TRUSS ROOF
VITRIFIED FLOOR TILES CONFORMING
4. TO IS I 5622 LAID IN OVER 20 MM GR. FLOOR
COLOUR BONDED THK. C.M. 1:4. SKIRTING & DADO IN C.M. 1:4 BETWEEN GRID 4 & 5
G.I SHEET SKIRTING 100 MM HIGH.

6-8 MM THK. CERAMIC TILE (KAJARIA


5. LOCKER ROOM & TOILET
CERAMICS OR EQUIVALANT) 300X300 MM
ON 20 MM THK. C.M. 1:3 G.F.
+1200

6-8 MM THK. CERAMIC TILE (KAJARIA


B 6. LOCKER ROOM & TOILET
V1 V1 V1 V1 V1 V1 V1 CERAMICS OR EQUIVALANT) 300X300 MM
+900 +900 +900 +900 +900 +900 +900 ON 20 MM THK. C.M. 1:3. G.F.
SKIRTING & DADO IN C.M. 1:3
SKIRTING 100 MM HIGH & DADO 2100 HIGH.
PLASTER:-
7. a) INTERNAL - 12 MM IN C.M. 1:4 WALLS & CEILING
± 0.0 b) EXTERNAL - 18 MM IN TWO LAYERS IN WALLS & BALCONY
C.M. 1:4. FIRST LAYER 12 MM. THK. &
TOP LAYER 6 MM. THK.

8. PAINTING:- TO EXTERNAL
CEMENT PAINT - SNOWCEM OR EQUIVALENT PLASTERED SURFACES

+750
9. OIL BOUND DISTEMPER TO INTERNAL WALL 0 01.09.2023 ISSUED WITH TENDER SV NM RS
SURFACES AND CEILING. REV. DATE DESCRIPTION DR. CH. APR.
RS1 RS1
REVISION DETAILS
SYNTHETIC ENAMEL PAINT ON STEEL/WOOD WOODEN DOOR SHUTTERS, OWNER:
10.
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1013_WORKSHOP.DWG

W1 W1 D3 W1 W1 OVER A COAT OF PRIMER ROLLING SHUTTERS


W1
AND TRUSS
Visakhapatnam Multi Cargo
PLINTH
PROTECTION FINISHED FLOOR LEVEL ± 0.00 Bulk Terminal Private Limited
GROUND LEVEL - 0.60
PROJECT:

1 2 3 4 5 6 7 8
SCHEDULE OF DOORS/WINDOWS/VENT. MECHANIZATION OF WQ-7&8 BERTHS
AT VISAKHAPATNAM PORT,
VIEW B-B S. NO. MARKED SIZE G.F. DESCRIPTION ANDHRA PRADESH
(SCALE 1:100)
Last saved by: VERMAS2(2023-09-01) Last Plotted: 2023-09-02

DOOR FRAME MADE FROM AL. PART/DISCIPLINE: DIMENSIONS ARE IN:


1. D1 1000X2700 5 SECTIONS FLUSH DOOR
SHUTTERS 35 MM THICK
PURPOSE:
DOOR FRAME MADE FROM AL.
2. D2 750X2100 2 SECTIONS FLUSH DOOR TENDER
SHUTTERS 35 MM THICK DRAWING TITLE:

OF
A 3. D3 1500X2700 1 ALUMINIUM GLAZED DOOR COMPLETE
DETAILS OF
RS OF APPROVED MAKE 80X1.25
WORKSHOP BUILDING

SHEET
4. RS1 4000X3600 4
MS LATHS INTERLOCKED TOGETHER

5. W1 2000X1800 12 ALUMINIUM GLAZED WINDOWS DRAWING NUMBER: REV.

60700314 - TD - CV - DG - 1013

COPYRIGHT © 2012 by AECOM


6. V1 2000X750 7 ALUMINIUM GLAZED VENTILATORS

AECOM India Pvt. Ltd.


Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
442 of 570
5 4 3 2 1
ISO A1 594mm x 841mm NOTES :-
1
2 2 3 1 2 2 3 1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS
800 7000 7000 OTHERWISE SPECIFIED.
7000 7000

2 ALL LEVELS ARE IN METERS AND WITH RESPECT

800
W W
A A CHART DATUM (CD).

1000
CONTROL PANEL
UP D1

PUMP
HOUSE

WP-2A
Approved: RS

WP-2B
3 3

6000

6000
D W

3 HOIST BEAM 3

STRAINER
STRAINER
ABOVE 500

65NB
65NB
500x500x500
800
DEEP SUMP (TYP)
Checked: SK

B B

200NB
SLOPE
MH MH
SLOPE SLOPE
SUMP IN THE MH MH
SUMP IN THE
BASE SLAB OF
BASE SLAB OF
WATER TANK
WATER TANK
150Ø PIPE SLEEVE DETAIL `Z'
IN THE SLAB FOR
Designer: SV

SUCTION PIPE
6000

6000
100Ø
VENT PIPE
(TYP)
Project Management Initials:

C C

1 1 1 1

OVERFLOW OPENING IN WALL


3000X500(TYP)
6000

6000
350THK. RCC WALL
C TANK FOR POTABLE
WATER AND AMENITIES
(CAPACITY 178 LTRS)

D D
TANK FOR DUST
SUPPRESSION SYSTEM
AND FIRE WATER
(CAPACITY 360 LTRS)

(TYP)
6000

6000
RESERVE FOR
FIRE FIGHTING

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
MH MH MH MH

E E
800

2 350THK. RCC WALL

625 WIDE BOTTOM SLAB PROJECTION


2 (TYP)
PLAN B-B
(SCALE-1:100)

PLAN A-A
(SCALE-1:100)

1 2 3 E D C B A
7000 7000 5000 5000 5000 6000

B DETAIL `Y' MANHOLE B 100 Ø VENT PIPE


B (MH) (TYP) (TYP)

3000
450
150
HOIST BEAM
INLET PIPE 150 Ø OVERFLOW PIPE END COVERED
ISMB 300
(LOCATED AS PER WITH STAINLESS STEEL JALI
485

FREE BOARD
1200

350 400 350

300
SITE REQUIREMENT) 230

GR. LEVEL MAXIMUM WATER GR. LEVEL GR. LEVEL GR. LEVEL
2750

2750
LEVEL INDICATOR 20 SQ. C I RUNGS PVC WATER STOPPER 225mm WIDE
300 C/C 15 MM.CEMENT PLASTER FLOOR FINISH LAID TO SLOPE
THICK RIBBED 8 TO 11mm THK.
1700

1700
(TYP.) 1:3 (1 CEMENT:2 COARSE SAND)
A MINIMUM WATER A TYPE 104 OF M/s PLASTO FIELDS OR
1000

MIXED WITH CICO OR EQUVALENT

400
500
500

400
400

LEVEL INDICATOR WATER PROOFING COMPOUND OTHER APPROVED EQUIVALENT MANUFACTURER SLOPE
FINISHED WITH A FLOATING COAT OF

500
(CORRUGATED WITH CENTRAL BULB)

500
NEAT CEMENT INSIDE & OUTSIDE

400
1000
500

800 2000 800


LEAN CONC. 100 THK.
800 2000 LEAN CONCRET 2000 800 M-10
2100
SECTION 1-1 0 01.09.2023 ISSUED WITH TENDER SV NM RS
SECTION 2-2 REV. DATE DESCRIPTION DR. CH. APR.
(SCALE-1:100)
(SCALE-1:100) REVISION DETAILS
OWNER:
1 2
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1014-UG-TANK.DWG

7000 1175
Visakhapatnam Multi Cargo
HOIST
CAP. - 3T SCHEDULE OF DOOR & WINDOWS Bulk Terminal Private Limited
BEAM FOR 3T HOIST CAPACITY
PROJECT:
SL. NO. MKD. SIZE NOS. MATERIAL
Last saved by: VIJAY KUMAR MISHRA(2023-08-23) Last Plotted: 2023-09-02

1500
MECHANIZATION OF WQ-7&8 BERTHS
3000

1 D 1 STEEL DOOR
DOUBLE LEAF
1500x2700 AT VISAKHAPATNAM PORT,
4550

STEEL DOOR (D) D1


ANDHRA PRADESH

3000
GR. LEVEL PUMP
GR. LEVEL 2 D1 1000x2700 1 STEEL DOOR
HOUSE
STEEL WINDOW PART/DISCIPLINE: DIMENSIONS ARE IN:
1700

3 W 1000x1200 3
(GLAZED)
GR. LEVEL
400

PURPOSE:
TENDER
150

DRAWING TITLE:
800 800 RIGHT SIDE ELEVATION

OF
A
SECTION 3-3 DETAILS OF UNDERGROUND
(SCALE-1:100)

WATER STORAGE TANK

SHEET
NOTES
100

CLEAR
DRAWING NUMBER: REV.
75

100
INLET PIPE
1. DO NOT SCALE, WORK TO WRITTEN DIMENSIONS.
SECTION P-P 100 Ø VENT PIPE WITH 60700314 - TD - CV - DG - 1014 0
2. ALL DIMENSIONS ARE IN MILLIMETRES. & LEVELS IN METRES.

COPYRIGHT © 2012 by AECOM


(SCALE-1:25) STAINLESS STEEL JALLI COVER
150Ø PIPE SLEEVE
FOR SUCTION PIPE

P P DETAIL `Y'
TYP. VENT PIPE (SCALE-1:25)
(SCALE-1:25)

DETAIL `Z' AECOM India Pvt. Ltd.


(SCALE-1:50)

Printed on ___% Post-Consumer


Recycled Content Paper 5 4 3 2 1
443 of 570
5 4 3 2 1
ISO A1 594mm x 841mm

OPEN ST
SE
NOTES :-

OR HOU
TT6
SITE OFFICE

TIPPLER
AE (MECH)
STACKERS

TIPPLER

H6 CONVEY
WAGON
STACKERS
AE (MECH)
WAGON SITE OFFICE
TIPPLER WAGON

WAGON
TIPPLER

H4 HOUSE
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS

TIPPLER
WAGON

USE
OTHERWISE SPECIFIED.

OPEN STACK YARDS

E
EYOR HO

AT
G

EYOR

ROAD

TG
HOUSE
H1 CONV
H1 CONVEYOR

ES
HOUSE

RA CONV

HW
2 ALL LEVELS ARE IN METERS AND WITH RESPECT

RT
AD

Existing VPT Compound Wall


CHART DATUM (CD).

NO
RO

OSA

O/o AE (MECH),

ROAD
SHIPPING

WATCH TOWER
N

HOUSE
O
TI
TA

RA CONVEYOR
BS

PRO. GATE - 2
SU

H5 CONVEYOR

NO. 2
JUNCTION

EYOR

HOUSE
N

JUNCTION
TIO

H5 CONV
A
ST
PL)

B
SU
E SS A R ( H G

HA CONVEYOR
Cts)
M

HOUSE
4 16
JUNCTION

7
H5 CONVEYOR

3 . 0X

PRO. GATE - 1
(A c 1 RO
AD AD
RO
JE
TT
Y 43
Approved: RS

G
-IC

JUNCTION 1
HOUSE NO.
CONVEYOR
. IN

JUNCTION
H3 CON
VEYOR
JUN
O
CTION

PR
D all
w
C
om
po
un
d

ING
ILD
BU
182m

RE
STO
T
AR
AP
66m

Y
44m

I LA
IN
SH
AR
AD
CONVEYOR

IY
JUNCTION

PR
GS
OR
JUNCTION

IC
PL)

CONVEY
OR
CONVEY N

ESSAR (H8G
JUNCTIO

02m

Co
ROAD
N
TIO

VEYOR
JUNC EYOR

mp
NV
CO

ou
VPT ROAD

ROAD

N
8.00 W

nd
JUNCTIO
H5 CON

wa
ll
IDE
Cts)

m
6 4

24
COV
4 .
Checked: SK

AD

10

BOARD
O

ELECTRICAL
c
R

E
OTH RED SHE
(A

m
ER F 28
ERTI D FOR U

CONVEYOR

TH
3 B1
LIZE
RS
REA m 11
ROA 44m RO 7m
m
VPT ROAD

D 8.00 AD 0
13
WIDE
11
COV .00 69m

BOARD
ELECTRIAL
CONVEYOR
AD
O

3 B1
E
R

W
ROC RED SHE ID
PUMP HOUSE &

18m
K PH E
OSP D FOR
WATER TANK

HATE 16m
Designer: SV

BOARD
AL
ELECTRIC
Y
ROA NER
D 8.00 EE
m
A D
RO

4G5
W IDE e R
Or

TRANSFORMAR
ese 68
ga
n m ROAD
l
nd wal
Compou

85m
D
TE

Ma
RA
GU

80
AU AL
K IN ZP
OC S TE
K

ROAD 5.00 WIDE


TAN
BL
TIC

D IG S
SEP

RA R
VA BY B

53
ROAD

m
AL

NAVIKS
CO 80m

m
+
ne 'S
Compou
N
EE
nd wal
435m

NT
l

sto le ER
CA

al
CANTEEN & PUBLIC
Project Management Initials:

e H
UTILITY BUILDING

Co

24m
BOARD

110m
ELECTRICAL

OT

BOARD

ELECTRICAL
Lim l sca

AD
O
R
l CO LL

N
IO
Mi

B ST TTY
T ROAD BA

AT
NE
EY

SU L JE
VP

AT E
N
LL ND

ST OR
IO

11 NAVA
VO ROU

UB SH

kv
L G

V S RN
WA
TRANSFORMAR

CH
HK STE

WAT
Compoun

ROAD
d wall

EA
YS
TRANSFORMAR

TRANSFORMA

L IDE
JA
COA D4
.0 0W
ROAD
wall
Compound

GU
A RD

R'S
OA
KE
T

348m
R AS
TRANSFORMAR

O CO
E
O TH E TC 52m
L-P

SILO
al
N LINE

RC

SBC
Co
G
AR

TRANSFORM

DIN
UIL
DB

NS
OL

AM G
BOARD

ELECTRICAL

IN
WIDE

ILD
BU
HIGH TENSIO

Co
po m
un
dw
all
ROAD 11.00

KE DE
CO WI
ET 1. 00
C L-P AD
1
RC RO

9m
m 47
17
GREENERY

s)
Ct
3

12
1.
2
OP

OP
ST

ST

Ac
OP

OP
ST

ST
1

(
OP

OP
ST

ST
2
3

SBC
39m

SBC

BOUNDARY WALL LAYOUT

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
Scale 1:3000
VPT ROAD

30 0 60 120m

1 : 3000 FULL SIZE A1

0 01.09.2023 ISSUED WITH TENDER SV NM RS

A REV. DATE DESCRIPTION DR. CH. APR.


Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1016_BOUNDARY-WALL.DWG

REVISION DETAILS
- OWNER:
BARB WIRE FENCING (16 SWG) BARB WIRE FENCING (16 SWG)
450 X 450 COLUMN FOR GATE Visakhapatnam Multi Cargo
2500 2500 2500 2500 450 X 450 COLUMN FOR GATE 75 DIA MS PIPE FRAME 2500 2500 Bulk Terminal Private Limited
CHAIN LINK FENCING 25 DIA MS PIPE 650 MM DIA
DOUBLE PROJECT:
600

600
CONCENTRINA
MECHANIZATION OF WQ-7&8 BERTHS

150
X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X
AT VISAKHAPATNAM PORT,
ANDHRA PRADESH
X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X
BARB WIRE FENCING (16 SWG)
Last saved by: VERMAS2(2023-09-02) Last Plotted: 2023-09-02

PART/DISCIPLINE: DIMENSIONS ARE IN:


X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X
2250

2400
TYP
PURPOSE:
350
X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X
M.S. ANGLE POST 75x75x6 TENDER
X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X

200 DRAWING TITLE:


350

OF
X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X

150
A 200mm THK.

300
FGL FGL BLOCK MASONARY DETAILS OF BOUNDARY WALL
EGL

SHEET
600
EGL LOCK PLATE
RCC PILE CAP
200x200 SQUARE PILE DRAWING NUMBER: REV.

450 7000 450 450 60700314 - TD - CV - DG - 1016 0

COPYRIGHT © 2012 by AECOM


TYPICAL ELEVATION OF FENCING WITH GATE A SECTION
SCALE 1:50 - Scale 1:50

AECOM India Pvt. Ltd.


Printed on ___% Post-Consumer
Recycled Content Paper 5 4 3 2 1
444 of 570
EENERY
5 4 3 2 1

VP
ISO A1 594mm x 841mm
(Ac 110.00 Cts)

T SO
UT
H CA
NOTES :-

BIN
R&
D YA
RD
Electrical Build. SOUTH
VPTR&D
CABIN

YARD

& Pump House


Larries=8 No.s
1 ALL DIMENSIONS ARE IN MILLIMETER. UNLESS

740700E

741000E

741300E

741600E

741900E

742200E

742500E
1257 Sq.m

OTHERWISE SPECIFIED.
GREENERY
Batching Plant VPT LAND
2 ALL LEVELS ARE IN METERS AND WITH RESPECT
1180 Sq.m
CHART DATUM (CD).
GREENERY
VPT LAND
GREENERY
GREENERY
Y
LWA
VPT ROAD RAI
VPT
VPT ROAD
Approved: RS

D GREENERY GREENERY

ND
LA
VPT LAND OSA

T
VP
N LINE
HIGH TENSIO TT3
VPT ROAD
1960200N

FIC POINT
E
LTA
DE
OF
NERY
1960200N

NT
EARTH
PIT

G
GREE

OI
AP
ENTRY 1 TT5 TT4

LT
2
3

DE
WITH ST
OP
ST
OP
ST
OP

AD
Checked: SK

RY

RO
WEIGH BRIDGE GRE
ENE
w all
und
OP
ST
OP
ST po
OP
Com

DRAIN
ST

3
2

ROAD
1 ROAD

EXIT TT1
WITH OSA Compou
nd wal
l

4
WEIGH BRIDGE D/E
PUMP
HOUSE ROAD
BC-03 & BC-0
(R1

AIN
DR
) 00
0 TOILET

TOILET OSA STP


Designer: SV

(R1
) 03
0 OSA

TT2

ROAD
TIPPLER
EMS

WAGON
A V R INFRA
OHC
EE(RLY),
O/O ASST.
WAGON

(R1 TIPPLER

TIPPLER
WAGON
) 060
APSP FORC
E

WAGON
TIPPLER OSA

(R1

ROAD
DRAIN
USE

GEDDA
)0

DRAIN
EYOR HO
90 RA CONV WAGON
TIPPLER
HA CONVEYOR RA CONVE
YOR HOUSE

HOUSE
Project Management Initials:

ROAD
(R1 TIO
N

)1 ST
A

ROAD
B

20 SU

SU
BS

GREENERY
T
AT
IO
(R1

N
)1
GREENERY

D STORE
50 STACK YAR

LEGEND:

DRAIN
SBC

wall
(R1

ound
OSA

)1

Comp
80

VPT ROAD
LUNCH ROOM
PUMP
(R1 HOUSE

1959900N )2 EXISTING RAIL LINE TO BE


(A

IMC LTD

10
c
1.

CANTEEN
12

1959900N
REFURBISHED
H5 CON
JUNCTIOVEYOR
Ct

N PARKING
SHED
s)

(R1 H5 CONVEYOR
JUNCTION
TOILET

) 24
0 (Ac 4.00 Cts)

EXISTING RAIL LINE

ROOM
STAFF

DRAIN
WAITING
SHIFT

RES
MATERIALS STORE

ROAD
(R1 EXISTING RAIL LINE TO BE DISMANTLED

JUNCTION

O
BEETLE OPERATING

WARD VI
) 27

ELECTR

VHP ST
ELECTRICAL
LUNCH

CABIN
0

CABIN
ICAL &

& OPERATING
H5 CONVEYOR
ROOM
TT6

ROAD
OPERA
TING CABIN

WARD VI
H5 CONVEYO
JUNCTION R

(R1 CONVEYOR

M
Ch. 225.00
)3 00
SBC
ll
wa
HOUSE WORK T 19
VEYOR
nd
H6 CON SHOP
ou
T 18 T 20
mp
Co

HOUSE
(R1

G KIN
N

P
) 33

JUNCTIO

H1 CONVEYOR

G
WORK SHO
ER PAR
CONTRO

E R PDRAIN
ARKIN
0 TRANSFORMAR

SCOOT
ROOM
VEYOR

SCOOT
CENTRAL

POWER
STORE

H3 CON
JUNC EYOR
N
OFFICE

TIO
CONV
GARDEN
(R1

CONVEYO
JUNCTION
)3 EYOR WQ-RE

R
60
H1 CONV
HOUSE

SREE BALARAM
OPEN AIR

ING
THEATRE
ASWAMY

CISF BUILD
R
CONVEYO
JUNCTION O/o AE (MECH),

CENTER
SHIPPING

EXISTING RAIL LINE

SITE OFFICE

DRAIN
AE (MECH)
(R

STACKERS
NT
O/o THE PLA
1) CONVEYOR
3 B1
MANAGER
OHC
39

STACKERS
TO BE REFURBISHED

FIRST AID
0

ROAD
AE (MECH)
SITE OFFICE

DRAIN
all
OR

AE (MECH)
CONVEY

dw
SITE OFFICE
JUNCTION

STACKERS

o un
mp
Co
(R TXR COMPLEX

1)

Compound wall
LEX
42

TXR COMP
0

VULCANIZING
ROAD

ROOM
CONVEYOR
3 B1

(R ELE. ENGG. OFFICE


1 )4

OFFICE

East Quay10
50

SCOOTER
PARKING
CONVEYOR
JUNCTION

WORKSHOP
INSPECTOR
(R

DRAIN
(R1 1)
48

VPT RAILWAY
)4
94. 0

DRAIN
SANITARY
(R1 32

QUALITY
HOP
TOILET
) 51
0

CIRCLE WORKS
ROOM
AD

All Rights Reserved The drawing should only be used by the client/contractor for the purpose mentioned here. No part/wholeof the drawing should be referred from other project without written consent fromAECOM
RO

LUNCH

SIDHARTHA

WQ8
ROAD (R1) 5
40

BERTH WQ 8
EXISTING (R1) 5
54.30
RAIL SIDING (R1) 570
ELECTRICAL
OFFICE

1959600N EXISTING RAIL LINE


wall

(R1) 591.28 SHIP UNLOADER


Compound

TO BE REFURBISHED SBC
(R1) 600 1959600N

ROAD
(R1) 630

E
AEE OFFIC

RAILWAY
STORES
(R1) 660

NALCO

( LEASED )

wall

DRAIN
Compound
DRAIN
(R1) 690

EXISTING

2
BC-01 & BC-0
RAIL SIDING
(R1) 720

Compound wall
(R1) 750
VPT RO

MOBILE HARBOUR
d wall
Compoun

DRAIN
CRANE
AD

(R1) 780

SILO
B (R1) 810
ESSAR (HGCts)

CAP. 800 T
(Ac 13.74

MOBILE HOPPER

BERTH WQ 7
ESSAR (HG )
(Ac 24.64

(R1) 840

DRAIN
DRAIN

ROAD
30 0 60 120m

wall
(R1) 870

Compound
Capacity
120ton
VPT

1959300N 1 : 3000 FULL SIZE A1

wall
(R1) 900

ound
Comp
1959300N
PL)

(R1) 930
Cts
PL)

DRAIN
(R1) 960
CUSTOM CABIN

SILO GATE
HIGHMAST TOWER

STORE
Co
mp
ou
NALCO nd
w all
0 01.09.2023 ISSUED WITH TENDER SV NM RS

ROAD
ll
wa

Compound wall
(R1) 990
nd W.B. CABIN
ou
Co
mp
WEIGH BRIDGE

O
TH REV. DATE DESCRIPTION DR. CH. APR.
RG
BU

WATERTANK CA
REVISION DETAILS
ILD

NG
DI
IN
G

PL s) OA
l
nd wal

Q M CtU NL
W 2.30 OCK
Compou

EXISTING (R1) 1020 CISF BUILDING

ST OWNER:
c -6

ROAD
(A
ROAD

TRANSFORMAR
TO Q
EA W
RAIL SIDING TOILETS
WATCH TOWER

UP
AR
Filename: C:\VERMA\PROJECT\VIZAG\TENDER\60700314-TD-CV-DG-1017_RAILWAY.DWG

OL

K
DB

C
BA

Visakhapatnam Multi Cargo


UIL
ELECTRICAL

BOARD

AD
DIN

H
(R1) 1050
RO
RT
G

BE

ll
d wa
SUB STATION

poun
RAILWAY SHELTER

-2
ne

Com
IO
AT E
ST OR
UB SH
V S RN
N
POWER HOUSE

r-2
Cr
a
Bulk Terminal Private Limited
TRANSFOR

MAR

HK STE
EA pe
(R1) 1080 Ho
p
CO

SUMP & POWER HOUSE


N
IO
AS

AT
B ST TTY
SU L JE
kv
11 NAVA
TG
TRANSFORMAR

ADMIN BUILDING

-6
UA

Q PROJECT:
ROAD
RD

W
(R1) 1110
Last saved by: VIJAY KUMAR MISHRA(2023-08-19) Last Plotted: 2023-09-02

MECHANIZATION OF WQ-7&8 BERTHS


CH HIGHMAST TOWER
WAT
SEP
VO ROU

SEA WATER
TIC

1
TAN
G

e-
ROAD
LL ND

an
EY

Cr
NAVIKS
BA

140
L

(R1) 1
AT VISAKHAPATNAM PORT,
L

e r-1
pp
Ho
TRANSFORMAR
TRANSFORM

AR

TRANSFORMAR

1170 EXISTING RAIL LINE ANDHRA PRADESH


ROAD

(R1)
CA
NT

VA BY B
EE

TO BE REFURBISHED
WQ-5
RA RIG
N

D
BL SS
OC TE

WATCH TOWER

00
K IN ZP

) 12
AU AL

PART/DISCIPLINE: DIMENSIONS ARE IN:


GU

(R1
RA
TE

30
D

2
1 )1
1959000N
ROAD

ELECTRICAL
BOARD
(R
VPT
wall
ELECTRICAL

BOARD

PURPOSE:
RO

1959000N
nd

60
AD
Compou

12
TENDER
RE

1)
(R
EN

FIRST AID ROOM


l
nd wal
ER

You might also like