Anda di halaman 1dari 8

BARRAGE At the location of barrage site, the river stretch is more or less in a straight alignment and adequate space

is available to accommodate the desilting chamber, intake arrangement, without much of excavation of the riverbank. The main river channel portion of the river is presently aligned to the right bank. Because the river section is wide at the barrage axis, depth of flow is less and manageable as far as construction of diversion works is concerned. Overall waterway of the barrage is about 199.5 m having 12 nos. of radial gates (including two gates for under sluices) and two sets of stop logs. The barrage will also have a roadway at the top, above the high flood level.

Type : Foundation Type : Length of Water Way : Number of gated Bays : Type of Gate : Height of Barrage : Size of Gates - Under Sluice (2 nos.) : Stop logs (operated by gantry crane) : 1 set for under sluice Crest elevation of weirCrest elevation of weirAffluxed Water Level : Trunion Level : Energy Dissipation arrangement : Width (m) of the top roadway : Level of road Top : Material for construction :

Barrage Barrage in alluvial foundation 199.5 m 12 Radial (operated by hydraulic hoists) 18 m Spillway (10 nos.) : 11 m (L) x 13.2 m (H) 11 m (L) x 15.2 m (H) 1 set for spillway Spillway : 2090.00 m Undersluice : 2088.00 m 2092.50 m 2096.96 m Concrete Apron 8.45 m 2108.0 m Concrete

Barrage site Geophysical survey (Seismic Refraction, Electrical Resistivity profiling and Shear Wave Velocity). Core drilling along the barrage axis at four locations with permeability tests. Dynamic Cone Penetration Test (DCPT) Plate Load Test at two locations SPT Tests and Liquefaction Studies

4.1.1 Drilling The barrage site has been explored by five boreholes, two at the left bank, two at the right bank and one at the mid-stream. The soil samples and rock cores recovered from these bore holes have been examined and logged geologically. The geological logs of the drill holes are enclosed in Annexure A. The logs showing SPT and other field test results are enclosed in Annexure B. The result of the permeability and Lugeon tests performed in the boreholes are presented in Annexure IE of Final Report of Geological and Geotechnical Investigations, February 2007, and is available with the Employer. The core Photographs are presented in Annexure IF, of Final Report of Geological and Geotechnical Investigations, Core Photographs, February 2007, and is available with the Employer. A brief description of the individual holes is given bellow. Drill Hole: DH-04-01 (Mid-Stream)

This drill hole is located along the axis of barrage at the mid stream of the river Dhauliganga. The hole has been drilled from EL. 2087.44m to the total depth of 62m (EL. 2025.44m). This hole has proved overburden consisting of boulders of gneisses in sandy matrix up to the termination depth. Clean sand was found from 9.7 to 34.5m depths. Bed rock was not found in this borehole. The SPT-N values are more than 50 for the full depth. The permeability values range from 46 to 93x10 -3 cm/sec for bouldery strata and 0.9 t0 6.6x10 -3 for sandy strata. Artesian condition prevailed at this location from 34.5m depths. Drill Hole: DH-04-02 (Left Bank) This borehole is located along the barrage axis, on the left bank of the river. This hole has been drilled from EL 2093.93m to a depth of 40m corresponding to El 2053.93m. In this hole overburden consisting of gneisses boulders in a silty sandy matrix has been encountered upto 7.3m (EL 2086.7m) underlain by bed rock. The bed rock consists of quartz mica gneisses continued up to the bottom of the hole at 40m depths corresponding to EL 2053.93m. The core recovery in the bed rock is generally high, varying from 50 to 100%. The rock is of poor quality with the RQD generally as 0% with occasional high values up to 63%. The SPT-N values in the overburden are more than 50 indicating very dense condition. The permeability values in the overburden range from 0.87 to 77x10 -3 cm/sec, lower values are for sandy strata and higher values are for bouldary strata. The lugeon values for the bed rock vary from 2.6 to 65.7 lit/min/m. Drill Hole: DH-04-03 (Right Bank) This borehole is located along the barrage axis on the right bank shoal of the river. This hole has been drilled from EL. 2134.22m to a total depth 45m (EL2089.22). The rock was encountered immediately after the sacrificial sandy soils of 0.7m thickness and continued up to the termination depth of 45m. However, there was no recovery of samples from 30.5 to 31.2m and 42.5 to 43.4m depths indicating the possibility of the presence of huge boulder or cavity. However, cavity is unlikely in this type of rock. The core recovery in the bed rock is generally high, varying from 54 to 100%. The rock is of poor to excellent quality with the RQD varying from 0% to 94%. The permeability in the overburden and lugeon values in rock range from 27 to 73x10 -3 cm/sec and 14.4 to 55.3 lit/min/m. Drill Hole DH-04-06 (10m from Right Bank) This vertical drill hole located about 10m from right bank at barrage axis. The hole has been drilled to a total depth of 63.50m from a ground elevation 2087.83m. The hole has proved overburden to a depth of 44.0m consisting of boulders of gneisses. A sand horizons from 11.0m to 42.0m has been encountered in the drill hole. Below this overburden the bed rock consists of Garnaitiferous Quartz Mica Gneisses up to the termination depth of the borehole. In the bed rock the core recovery varies from 20 to 98% with the RQD values ranging from 20 to 60%. The drill water loss in the overburden portion has been partial. The permeability values in the overburden and in the rock range from 0.3 to 40x10 - 3 cm/sec. Drill Hole DH-04-11 (At Barrage axis in plate load test trial pit) This vertical drill hole located in plate load test trial pit at left bank at barrage axis. The hole has been drilled to a total depth of 30.00m from a ground elevation 2089.10m. The hole has proved overburden to a depth of 21.5m consisting of boulders of gneisses and schistose quartzite. In the bed rock the core recovery varies from 70 to 98% with the RQD values ranging from 20 to 81%. The drill water loss in the overburden portion has been partial. The permeability values in the overburden and in the rock range from 123.23 to 254.92 x 10 -3 cm/sec. Detailed test results are presented in Annexure I E, of Final Report of Geological and Geotechnical Investigations, February 2007, and is available with the Employer.

4.1.2 Geophysical Studies In order to find the depth of overburden, its nature and depth of bed rock for deciding the level of foundation, geophysical studies were performed by CWPRS, Pune. The nature of studies include Seismic Refraction Survey along 14 (fourteen) seismic traverses and electrical resistivity surveys along two lines. The report showing the survey lines along with interpreted subsoil profile is presented in Annexure - IVA and IVB of Final Report of Geological and Geotechnical Investigations, February 2007, and is available with the Employer. 4.1.3 Plate Load Test Two plate load tests were performed along the barrage axis to determine the bearing capacity of the soils. The reports covering the details of the plate load test and interpretation for arriving at the bearing capacity of foundation material is furnished in AnnexureIIIA of Final Report of Geological and Geotechnical Investigations, February 2007, and is available with the Employer. 4.1.4 Dynamic Cone Penetration Test (DCPT) Four DCPT were performed in this area. However, due to bouldary deposits refusal was achieved at very shallow depths, with the termination depths ranging from 19 to 73cm below ground level. The results of the DCPT are enclosed as Annexure C. 4.1.5 Test for Liquefaction Liquefaction study has been carried out by IIT Roorkee, Department of Earthquake Engineering; at barrage site.Copy of report is furnished in Annexure-G.

A INTENT OF SPECIFICATION These specifications are intended to cover the following works: 1.1 (i) These Specifications are part of the requirements for various items related to Civil and HydroMechanical works, which are to be provided according to the stipulations of the Contract. Hence, the instructions given herein form an integral part of, and are applicable to the Bidding Documents issued for the Work. Addenda to these Specifications may be issued, as required, during bidding. (ii) These Specifications shall be read in conjunction with the Conditions governing the Contract, the Drawings and the Price Schedule and the Contractor shall comply with all provisions contained within the Bidding Documents and instructions of the Employer. (iii) It is the intent of these Specifications, together with other relevant documents issued as part of the Bidding Documents or to follow later on to provide the Contractor with relevant information and subsequent instructions necessary to enable him to submit a well planned bid, to carry out the designs of all enabling and temporary Works required to execute properly the scope of work under this contract. The technical specifications are however not intended to cover the minute details of work and workmanship. (iv) It is the intent of these Specifications, to establish acceptable standards of quality. Minor deviations in details due to manufacturers standard shop process will be considered for acceptance provided that, in the opinion of the employer, the proposed substitutions are equal in quality to those specified. (v) All works shall be executed according to the approved drawings and requirements of employer, in a professional and diligent manner and all supplies and works shall comply with the quality requirements defined in the relevant Chapters of these Specifications and other Bidding Documents. The Contractor shall endeavour to provide all such necessary efforts in order to comply with the intent of these Specifications to the satisfaction of the employer. (vi) The contractor shall comply with all safety procedures and requirements as stipulated elsewhere in tender documents.

(vii) All design calculations, materials, works, manufacturing and testing shall conform to the latest applicable standards. (viii) The equipment and services to be furnished and installed as required in this Technical Specification shall also meet all the requirements as stated in General Conditions of Contract (GCC), Special Conditions of Contract (SCC) and Bid Form & Procedures i.e. other bidding documents. (ix) The Contractor shall be responsible for providing all materials, equipment and services, specified or otherwise (unless specifically excluded) whichare required to fulfil the intent of ensuring operability and the reliability ofthe complete system covered under this specification. (x) It is not the intent to specify completely herein, all aspects of design and construction of equipment. Nevertheless, the equipment shall conform in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation. (xi) Bidder is requested to carefully examine and understand the specifications and seek clarifications, if required, to ensure that they have understood the specifications. Such clarifications should reach Employer at least 28 days before the scheduled date of the opening of the bids. The Bidders offer should not carry any sections like clarifications, interpretations and/or assumptions. (xii) If the Bidder feels that, in his opinion, certain features brought out in his offer are superior to what has been specified, those may be highlighted separately. (xiii) Any deviation or variation from the scope, requirement and/or intent of this specification shall be clearly defined by the Bidder in Attachment-6 Deviation of Section-VII of bid documents irrespective of the fact that such deviations/variations may be standard practice or a possible interpretation of the specification by the Bidder. Except for those deviations/variations covered under Attachment-6, which are accepted by the Employer before the award of the Contract, it will be the responsibility of the Bidder to fully meet the intent and the requirements of the specification within the quoted price. No other deviation whatsoever from this specification, except for the declared deviations submitted by the Bidder with his proposal under Attachment-6 Deviations shall be considered. Bids not complying with this requirement shall be treated as non-responsive and hence liable for rejection. The interpretation of the Employer in respect of the scope, details and services to be performed by the Bidder shall be binding unless specifically clarified otherwise by the Employer in writing before the Award of the Contract. (xiv) Before submitting his bid, the Bidder should inspect & examine the site and its surroundings and should satisfy himself as to the nature of the ground and subsoil, the quantities and nature of work, materials necessary for completion of the work and their availability, means of access to site and in general shall himself obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect his offer. No consequent extra claims on any misunderstanding or otherwise shall be allowed by the Employer. (xv) A Bidder may also make alternate offers provided such offers are superior, in his opinion, to the requirements of these specifications in which case adequate technical information, operating feed back, etc. are to be enclosed with the offer, to enable the Employer to assess the superiorityand reliability of the alternatives offered. In case of each alternative offer, its implications on the performance, guaranteed efficiency, auxiliary power consumption, etc. shall be clearly brought out. In any case, the base offer shall necessarily be in line with the specifications. Under no circumstances the equipment/systems as specified herein shall be brought out as an alternative offer i.e. the system/equipment specified shall be made as a base offer. In case the above requirements are not complied with, the offers may be considered as incomplete and would become liable for

rejection. 1.2 These specifications are intended to cover the following activities and services in respect to the overall scope of Civil including HM works package of Lata Tapovan Hydro Electric Project (3x57 MW) located near Joshimath in Chamoli district of Uttarakhand, mentioned below read along with the services mentioned elsewhere in the bid/ contract document: I) Overall and detailed planning and scheduling of the Civil and HM works of the package and coordination with EM schedule, II) Carrying out required investigations including Topographical Survey, Geological & Geotechnical Investigations for construction stage design of various project components, III) Detailed engineering, design and preparation of construction/ fabrication/ manufacturing/ erection drawings for Civil and HM works of the project components and getting these approved from the Employer. IV) Construction of various project components like Barrage & associated works, HRT, Access Adits, Surge shaft, pressure shafts & Penstock, Power house, Transformer caverns, Tail water gallery, GIS & Pothead Yard, Tail Race Tunnel and TRT outfall structure, tail water collection gallery, tail race tunnel etc. and including infrastructure works such as Roads, Steel bridges etc. V) Complete manufacture including shop testing and type testing of HM Equipments VI) Packing and transport from manufacture works to site including customs clearance and port clearance, port changes, if any of HM Equipments. VII) Receipt, unloading, storage, preservation and conservation of HM Equipment at site. VIII) All associated civil, structural, architectural, C&I works. IX) Other miscellaneous works like Environment & Ecology including all necessary provisions to comply
with & all other associated works and all works related to Contractors Establishment, Explosive Magazine and Laboratory including construction power and all other associated works.

X) Fabrication, preassembly, erection, testing, putting into satisfactory operation of all equipment including successful completion of initial operation. XI) Performance of Functional Guarantee tests. XII) Providing engineering data, drawing, commissioning procedures/ manuals, inspection manuals and O&M manuals for review, approval and records. XIII) Supply of spares on FOR site basis. XIV) Satisfactory commissioning of the project and intended generation of power. XV) Compliance with all statutory requirements and obtaining necessary clearances from statutory authorities, wherever required. XVI) Reconciliation with custom authorities wherever applicable. XVII) Satisfactory conclusion of the contract. 1.3 Tender Drawings The drawings listed in Section VI Part E form part of specification and shall supplement the requirements specified herein. The drawings shall be read in conjunction of the specifications. These drawings are preliminary drawings for bidding purpose only and subject to changes that may be necessary during the detailed engineering, to be carried out by the bidder and approved by the employer. 1.4 Conflict/ Contradiction Among Various Documents In case of any conflict/contradiction among the various clauses and/or various volumes of specifications /sections/annexure/chapters/appendices/tender drawings of bid documents the same shall be referred to the Employer for clarifications whose decision shall be final and binding. No extra claims shall be allowed on this account. B. SCOPE OF WORK i) The Contractor shall be fully responsible for detailed design, execution, manufacturing, shop fabrication, assembly, testing and inspection at manufacturers work by Employer, packing, dispatch, transportation , transit, insurance, custom clearance etc. as applicable, delivery to site ,

unloading, handling and storage at site, insurance during storage, construction, erection, including erection supervision, testing, inspection, commissioning and handing over to Employer and Guarantee including for Civil and Hydro- Mechanical works as specified unless specially excluded as per Sub Section IV - Terminal Points and Exclusions. ii) The Scope of the Contractor shall be deemed to include all such items which all though are not specifically mentioned in the bid documents and/or Contractors proposal but are needed to make this package complete in all respects for its safe, reliable, efficient and trouble free operation and the same shall be carried out, within the quoted cost of the package. iii) In case any change in scope is required during detailed engineering stage, the same shall be incorporated in the overall scope of work after obtaining approval of the Employer with out any extra cost to the Employer. 1.0 PLANNING, DESIGN AND ENGINEERING i) All reviews, studies, design reports including calculations and drawings, manuals etc. shall be prepared by the contractor and got approved from the Employer before taking up the respective works. ii) During detailed Engineering, the Contractor may propose to modify or change preliminary design of the Civil & Hydro-Mechanical Works of the Project as described in the Project Synopsis for techno-economic reason and time effectiveness, provided always that the design of the Project shall be in accordance with the Internationally accepted practices and for the performance of the works as warranted under the Contract. Such changing should be brought out in detailed techno memo to establish the superiority of the proposal which is to be executed on specific approval of Employer. Such changes will not however, entitle the contractor to additional cost, whatsoever, other than the contract price. 1.1 Review of Data/ Studies and Additional Investigations Review of all available reports/ studies related to the project/ package (topographical survey, construction material survey, hydrological study, geological and geotechnical investigations, petrography report, obtaining final approval of design seismic coefficients for the project from the statutory authorities, Material survey etc.). Identification of the requirement as well as carrying out of the additional topographical survey, Geological & Geotechnical investigation, construction material survey and laboratory tests and any other investigation required as deemed necessary for, firming up components related to Civil & HM works of the project and planning, design and execution of the works. 1.2 Detailed Planning and Design Verification of the established Bench Marks of barrage, HRT and at powerhouse site by linking them with nearby GSI Bench Marks, establish additional bench marks as per site/work requirement and make & mark local grid for facilitating execution of project. Carrying out complete engineering, finalisation of the layout of the entire project, detailed project planning and execution schedule except Electro- Mechanical works. Preparation of design approach document, which will bring out the concept, philosophy, design criteria, optimisation studies of civil and hydromechanical works including criteria for hydromechanical components/equipment sizing. Planning of monitoring instruments for Barrage, Intake, Tunnels, Caverns and Shafts etc. Special design studies/ analyses of techno-economic options. Identification of quarries, survey of construction material and testing. Establishing /taking over gauge/discharge sites and operating of G & D station, collection of silt samples, petrographic analysis and particle size study. Co-ordination of detailed design of Civil & HM works with Electro-mechanical works of the project with Civil design activities. Follow-up of the Civil & HM Works in order to verify the suitability of the design during construction, and to make or initiate such modifications as may be required. Identification and planning of muck disposal area. The schedule prepared by the contractor shall match the Employers overall Implementation programme

Civil Design: Detailed design and revision of design (based on Employer comments/EM input) and preparation of construction and shop drawings of various components of Civil & HM works as per the relevant IS Codes/ international Standards/ guidelines applicable to Design of hydro projects. Based on the preliminary design/planning of the Employer, salient features of the civil works to be executed are broadly described in Project Synopsis subject to the final designs/ drawings to be approved by the Employer, can be broadly described as River Diversion Arrangements structures, Barrage, Water Intake structure, Desilting Basin, Silt Flushing arrangement structures, HRT, Surge Shaft and Steel lined Pressure Shafts & Penstock, Valve Cavern, Powerhouse Cavern, Transformer/GIS Cavern, Tailrace water collection gallery chamber, Pot head yard, Tailrace Tunnel & TRT outfall structure, Access & ventilation tunnels and other adits, Permanent approach / access roads including steel bridges etc. Carrying out of physical model studies from recognised reputed agency to firm up the hydraulic design of Barrage, desilting basin, Water Intake, etc. Contractor shall take prior approval of the agency to be appointed by him for carrying physical model studies. Scope of model study shall include: (a) Composite model reproducing Barrage, Intake, Desilting Basin to study discharging capacity of Barrage, functioning of Energy dissipation arrangement, reservoir sedimentation, sediment movement pattern in reservoir, reservoir sediment flushing through Barrage under sluice gates (b) Desilting Basin model to study silt exclusion efficiency for sediment particle size of 0.2 mm and above (efficiency shall not be less than 90%) (c) Silt flushing tunnel/ channel model to study silt flushing capability (d) Power intake model to study hydraulic profile of intake, adequacy of water seal, formation of vortex if any etc Carrying out analysis using 3D numerical modelling for the orientation and rock support of underground caverns like Power House and Transformer hall. Material planning & Construction equipment planning. Preparation of Manpower and Equipment Schedule to match the overall construction schedule.

Scope of Work
i) The Contractor shall be responsible for providing plant, equipment, materials and labour for the provision of all necessary Temporary Works, site installations and services required to be adequate for the execution of the Works under his Contract. ii) A Contractor shall design, furnish, set-up, maintain and operate at the Site all Temporary Works, site installations and Contractor's Equipment for his own use as specified in this Chapter, including camps, workshops, warehouses, storage and assembly areas, temporary roads, all machinery, vehicles for material/ machinery/ equipment and personal transport, scaffolding, equipment, water and power supply, etc. iii) Temporary Works and services provided and operated by a Contractor for his own use as well as for that of the Employer and Project Manager (PM) shall conform to the applicable Indian laws, regulations, standards, codes and sanitary requirements stipulated for such purpose. In addition, they shall comply fully with all Indian laws and regulations relating to environmental protection, mitigating measures for reducing environmental impacts and remedial works on completion of the Works. iv) The design, construction, operation and maintenance of a Contractor's Temporary Works and services may be subject to inspection by the Project Manager (PM) and compliance of his instructions. v) All plants, camp facilities, installations and services provided by a Contractor for his own use as well as for that of the Employer's and Project Manager (PM)'s in case of EPC contract wherever applicable shall at all times remain his property, except when otherwise specified hereinafter. Should, after the Completion of Contract, the Contractor wish to sell his plants, facilities and equipment in India, he shall pay all taxes and duties required by law, as stipulated in the Conditions of Contract; and he has to obtain relevant permission from the Government for such sale. vi) The temporary site roads and permanent access roads which a Contractor shall construct, and maintain for the various working areas, camps, facilities and other temporary works shall be as per the specification provided in Chapter "Road works". vii) Obtaining necessary clearances/ permissions from various State/ Central Authorities for the equipments, water and power shall rest with the Contractor. All the facilities, works, services listed/ covered in this chapter deemed to be included in contract price.

Anda mungkin juga menyukai