Anda di halaman 1dari 61

NIT No.

23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

PUBLIC HEALTH ENGINEERING DEPARTMENT

BID DOCUMENT FOR

P ro v i s i o n f o r c o n s t r u c t i o n a n d c o m m i s s i o n i n g o f p u m p h o u s e , C W R , b o u n d a r y w a l l a t R a m N a g a r, c o n s t r u c t i o n o f E S R a t L o o n a w a s J a t a n , Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonaw as Jatan including 5 years O&M of complete civil and mechanical work of this scheme.

TECHNICAL BID

NIT No. 23(13)/2013-14

EXECUTIVE ENGINEER PHED, DISTT. DN-II, JODHPUR.

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Public Health Engineering Department Distt. Dn. II JODHPUR

INDEX
Name of Work:Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme.

Section I

Notice Inviting Tender

Section II

General Condition of Contract RPWA 100 PWF& AR

Section III

Special Conditions of Contract

Section V

Technical Specifications

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Part A - Instructions to Tenderers (ITT) A. 1. General Information 1.1. INTRODUCTION

EXECUTING AGENCY The Executing Agency of this project is the Public Health Engineering Department (PHED) of Rajasthan through the Engineer PHED Distt. Dn. - II Jodhpur his authorised representative Volume I Instruction of Tenderers Notice inviting TenderGeneral Conditions of Contract Special Conditions of Contract Technical Specifications Volume II Schedule of Prices The Tenderer shall read the specification and study the conceptual drawings carefully before submitting the tender. TENDERER TO INFORM HIMSELF FULLY The Tenderer shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the Contract price, as to the general circumstances at the site of the work, as to the general labour position at the site, as to the availability of construction material, water, electricity, as to the transport conditions, as to the climatic and meteorological conditions and to have quoted his prices according to his own view. The Department will not be responsible for the personnel of the Tenderer and for all acts in relation with the site inspection. No claims except as otherwise expressly provided will afterwards be accepted due to non-inspection of the site. The Tenderer shall be responsible for any misunderstanding or incorrect information however obtained except the information given in writing by the Department The Tenderer is required to study all instructions, forms, terms, conditions and other details in the tender documents. Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderers risk and may result in rejection of its tender. The Tenderer shall bear all costs associated with the preparation and submission of its tender, and the Department will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tendering process. The tenderer shall sign a declaration under the official Secrets Act for maintaining secrecy of the tender documents, drawings or other records connected with the work given to him in form given below. The unsuccessful tenderer shall return all the drawings given to them. I/We hereby declare that I/We shall treat the tender documents, drawings and other records, connected with the work, as secret confidential documents and shall not communicate information derived therefrom to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the same. The site for execution of the work will be made available as soon as the work is awarded. In case, it is not possible for the Department to make the entire site available on the award of the work, the Tenderer shall arrange his working program accordingly. No claim, whatsoever, for not giving the site in full on award of the work or for giving the site gradually in parts will be tenable. The Tenderer may satisfy himself regarding site, acquisition of land approach roads etc. Tenderers shall submit only unconditional tenders. Conditional tenders are liable to be rejected summarily. The tender documents show already the specific terms and conditions on which tenders are required by the Department, Hence all tenders should be in strict conformity with the tender documents and should be fulfilled in, wherever
Distt. Dn. II Jodhpur

2.

Content of Tender Document

3.

Responsibilities of the tenderer

3.1
3.1

3.2.

3.3.

3.4.

3.5.

3.6.

3.7.

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

5.

Address for Communication Time allowed for Work

4.1.

necessary, and initialled. Incomplete tender is liable to be rejected. The terms and conditions of the tender documents are Firm; as such conditional tenders are liable to be rejected. All communications in reference to this tender must be made to Concerning Executive Engineer PHED Dist. Dn.-II Jodhpur 6 Months

5.

B. PRE-QUALIFICATION CRITERIA Eligibility and The tenderer shall ful fill all the following conditions to qualify for tendering for the work: Pre-Qualification Eligibility Criteria Criteria Bidder must possess following criteria 1. Technical Criteria The bidder should have experience of execution of following works from 2006-07 to the date of NIT viz. 25.10.2012: a) Execution and commissioning of a RCC OHSR of capacity equal to or more than 1/3rd of capacity of maximum size of OHSR proposed under the contract. Note: The works which have been completed and commissioned during the period mentioned above, though may have commenced earlier, shall be considered for experience purposes. The Bidder should provide all the pre-qualification information in the prescribed formats. The tenderer should be registered/enlisted in PHED Rajasthan in appropriate class or higher as per PWF & AR. The copy of registration is to be enclosed. 2. Tenderer have submitted earnest money in prescribed form. 3. Responsive to all requirements of the tender documents and the instructions and guidance to Bidder C. TENDER DOCUMENT 7.1 It shall be obligatory on the successful tenderer to pay stamp cost on the contract for preparation of contract agreement, as ruling on date of execution of the contract. 8.1 At any time prior to the deadline for submission of tenders, the Department may, for any reason, whether at its own initiative, or in response to a clarification requested by a prospective Tenderer, amend the tender documents. 8.2 The amendment will be notified in writing or by fax to all prospective Tenderers who have received the tender documents and it shall be binding on them. Tenderers are required to immediately acknowledge receipt of any such amendment. It will be assumed that the Tenderer in its tender has taken the information contained therein into account. 8.3 In order to provide prospective Tenderers reasonable time to take the amendment into account, in preparing their tender, the Department may, at its discretion, extend the deadline for the submission of tenders, in which case, the Department will notify all tenderers in writing of the extended deadline, for submission of tenders. D. PREPARATION OF TENDERS 1.

7. 8.

Stamp Cost Amendment of Tendering Documents

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

9.

Language of Tender

9.1

10.

Tender Prices

10.1

10.2 10.3 10.4

10.5 10.6

10.7

11. 12.

Tender Currency Earnest Money

11.1 12.1

12.2

12.3 (a) (b) (c)

The tender prepared by the Tenderer and all correspondence and documents related to the tender exchanged by the Tenderer and the Department shall be written either in Hindi or English provided that any printed literature furnished by the Tenderer may be written in another language, as long as such literature is accompanied by a translation of its pertinent passages in the language mentioned herein, in which case, for purposes of interpretation of the tender, the translation shall govern. Tenderers shall carefully examine the scope of work and specifications and fully inform themselves as to the conditions and matters, which may in any way affect the work or the cost thereof. No claims except as otherwise expressly provided will afterwards be accepted due to non-understanding or misinterpretation of the tender documents. The Contract shall be for the complete Work as described in scope of work. Tenderer should quote % above or below rate on Schedule 'G' and H Schedule items rate should also quote in amount. The rates quoted in any other manner are liable to be rejected. The tenderer shall quote his rates for the complete work in prescribed format given in Volume II of the tender document. The prices and amounts quoted by the Tenderer shall allow for all costs including labour, materials, construction plant and equipment, transport charges, any other expenses to fulfill the obligations towards any ITT clause of the tender document, Custom Duty, Octroi, Excise Duty, Income Tax, Sales Tax, Turnover Tax, Service Tax, Professional Tax or any other duties, levies, taxes or charges whatsoever to the State or Central Department or to the Local Bodies on the components or the completed Works or the operation and maintenance works and for satisfactory performance of the Tenderers obligations under this contract (including defect liability). The cost of water and power shall be payable as per the provisions of General conditions and Special Conditions of contract. Clause for exemption of excise duty: As per central Govt. notification no 06/2006-CE dt 1.3.06 and subsequent amendment vide notification no 06/2007 dt 1.3.07 & 26/2009 dt 4.12.09, 01/2011 and latest amendment on date of receiving of tender -excise duty exemption is available for material use in specified component of water supply project. Bidders may study the notification carefully and account for the exemption that are to be availed while preparing their price bid necessary certificates from the District Collector shall be arranged by the department as and when required. All prices shall be quoted in the Indian Rupee. The department will not arrange any foreign currencies for import of any type of material/plant/spares etc. An Earnest money of Rs. 2.00 lacs in Indian Rupees must accompany each tender and each tender is to be in sealed cover. Earnest Money, in Bankers Cheque in the name of Executive Engineer PHED Distt. Dn.-II Jodhpur, or Demand Draft of Nationalized/Scheduled Banks, should be deposited with the cashier or authorized clerk and his receipt should be attached with tenders. The Earnest Money, lodged by the successful tenderer, will be adjusted towards Security Deposits. The remaining Security Deposits may be furnished in the form of Bank Guarantee or in any other approved form of security in lump-sum or the Contractor may choose to allow deduction from running account bills to be made on account of the gross work done, as detailed in General Conditions of Contract. The Earnest Money may be forfeited If the Tenderer withdraws its tender during the period of tender validity: If the Tenderer fails within the specified time limit to sign the Contract Agreement, in accordance with ITT Clause. If a tenderer reduces the rates voluntarily or modifies his offer voluntarily after opening of the financial tenders/ negotiations, his offer shall stand cancelled

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

automatically, his earnest money shall be forfeited and action for debarring him from business shall be taken as per enlistment rules. (d) (e) 13. Period of Validity of Tender 13.1 If a non-tenderer offers lower rates after opening of tenders, action for debarring him from business shall be taken as per enlistment rules. For any other act of the tenderer detailed herein, for forfeiture of Earnest Money. The tenders for the works shall remain open for acceptance for the period of 70 days or mutually extended from the date of opening of the Pre-Qualification tender. The Department as being non-responsive shall reject a tender valid for a shorter period. If any tenderer withdraws his tender prior to expiry of said validity period or mutually extended period or makes modification in the rates, terms and conditions of the tender within the said period, which are not acceptable to the department, or fails to commence the work in the specified period/fails to execute the agreement, the department shall, without prejudice to any other right or remedy, be at liberty to forfeit the amount of earnest money given in any form absolutely. If any Tenderer, who having submitted a tender does not execute the agreement or start the work or does not complete the work and the work has to be put to re-tendering, he shall stand debarred from participating in such re-tendering in addition to forfeiture of Earnest Money/Security Deposit and other action under agreement. In exceptional circumstances, the Department may seek the Tenderers consent to an extension of the tender validity period. The request and responses thereto shall be made in writing or by fax. If a Tenderer accepts to prolong the period of validity, the Earnest Money shall also be suitably extended. Bidder shall submit their bid in electronic format digitally signing the same. Bidder shall procure digital certificate as per I.T. Act 2000. The documents listed in ITT clauses, along with the addendum's issued till the date of bid submission, shall be filled by the bidder to bind the bidder to the contract. All pages of the bid shall be digitally signed & stamped. The uploaded document of the bid shall contain no alteration, or additions, unless notified. In case the bidder makes and addition or correction, the provision written in the original document, read with the addendum or corrigendum issued, shall prevail. All omissions in the Schedule of price, must be serially numbered and digitally attested by the officer opening the bids, so as to make further dispute impossible on this score. Tender document consisting of the detailed plan, complete specifications, the schedule of quantities of the various classes of work to be done and the set of conditions of contract to be complied with by the persons whose tender may be accepted, which will also be found printed in the form of tenders, can be seen & downloaded from web site http://eproc.rajasthan.gov.in. Bidders who wish to participate in this tender will have to register on http://eproc.rajasthan.gov.in Further Bidders who wish to participate in online tenders will have to procure Digital Certificate as per Information Technology Act2000 using which they can sign their electronic bids. The cost of tender document is to be paid in Cash/ DD in the name of Executive Engineer, PHED, Distt Div-II Jodhpur.

13.2

14

Format and Signing of Tender

14.1

14.2

14.3

14.4

14.5

14.6

14.7

14.8 Bidder shall submit their offer in Electronic format on above mentioned web site up to 14.00 hours on designated date after Signing the same. Online offers, which are not digitally signed, will not be accepted. 14.9 Online tenders will be opened on the scheduled date at 15.30 hours by tender opening committee in the office of Executive Engineer, PHED, Distt Div-II Jodhpur

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

14.10 14.11

Before electronically submitting the tenders, it should be ensured that all the tender papers including conditions of contract are digitally signed by the tenderer. All tenders, in which any of the prescribed conditions are not fulfilled or which have been vitiated by errors in calculations, totaling or other discrepancies or which contain over-writing in figures or words or corrections not initialed and dated, may be liable to rejection. E. SUBMISSION OF TENDERS 15.1 Online Tenders will have to be digitally signed and submitted in a time stamped electronic sealed tender box on http://www.eproc.rajasthan.gov.in in the manner as described in

15.

Sealing and Marking of Tenders

15.1

Contents of Envelope A General requirements

. 15.2 ONLINE SUBMISSION: The tender to be submitted by the tenderer in two envelopes A and B on http://www.eproc.rajasthan.gov.in shall comprise of a) Complete Tender Document along with addendums/amendments issued and uploaded by department on the above web site. b) Tender form and Schedules for pre-qualifications bid c) Supporting documents (scanned electronic copies) d) Tender Form and Schedules a. Envelope A Pre-Qualification bid should contain all the documents required to fulfil the eligibility and pre-qualification criteria along with tender documents should be placed in this envelope. The envelope shall also contain: b. Earnest Money - The Receipt of the Earnest Money furnished in accordance with Clause of ITT or Demand draft in favour of

Executive Engineer, PHED,

Contents of Envelope B

15.3

15.4

Distt Div-II-Jodhpur to fulfill the requirement of clause. Firms who are availing the benefits of concessional Earnest Money Deposit shall also enclose a certified copy of the valid enlistment order issued by the competent authority of department. c. The name and designation of person signing shall be clearly indicated. In case of partnership firm/limited company/group of companies, a power of attorney for the person authorized to sign issued by the partners or authorized signatory shall accompany the tender. d. The Tender Letter, as per Annexure 1. e. An undertaking confirming that for modifications/deviations to Conditions of Contract/Technical Specifications no price information is indicated in Envelope A, shall be enclosed. Tenders not containing such undertaking will not be considered for further evaluation. As per Annexure 4.3 f. A declaration under the official Secrets Act for maintaining secrecy of the tender documents, drawings or other records connected with the work given to him. As per Annexure-5 g. The tender letter in form of tender for works, given with General conditions of contract shall be duly filled in and signed by an individual/proprietor of the firm/all partners of the firm or the authorized partner/duly authorized person when the tender is made by an individual/proprietary firm /partnership firm/ limited. All signatures shall be dated h. A declaration shall have to be made by the tenderer that he has read, understood and accepted without changes, revisions or conditions, the tender documents and addenda (if any) issued by the Department. As per Annexure 5. i. The sales tax clearance certificate Envelope B -Financial Tender Volume II, along with all addendums issued till the date of tender submission, shall be sealed in separate envelope marked as Envelope B. Both the pre-qualification tender (Envelope A) and the Financial Tender (Envelope
Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

15.5

B) shall be sealed separately and put together in a third Envelope. The envelopes shall (a) (b)

16.

Deadline for Submission of Tenders

Be addressed to Executive Engineer, PHED, Distt Div-II Jodhpur Bear the contract name, and number and date of NIT, indicated in the NIT, and the statement Do Not Open Before [date], to be completed with the time and date specified. If the envelope(s) are not sealed and marked as required by ITT Sub-Clause 15.5 15.6 above, the Department shall not be responsible for the tenders misplacement or premature opening. 16.1 ONLINE SUBMISSION The online tender shall be submitted in the time stamped electronic tender box separately for the Technical and Pre-qualification and Price proposal duly signed digitally by the Authorized signatory holding on http://www.eproc.rajasthan.gov.in before the scheduled date and time for submission prescribed for online submission. 20.1 ONLINE SUBMISSION The system does not permit electronic submission of tenders after the due time and date. F. TENDER OPENING AND EVALUATION 18.1 The Executive Engineer or other duly authorized Committee will open the tenders in the presence of Tenderer(s) or their authorized representative(s) who may choose to be present at the time of tender opening. The tenders shall be opened in two stages. In first stage the pre-qualification bid shall be opened and evaluated. The financial part shall be opened of responsive tenderers pre-qualified by competent authority, at a later date, which will be informed to all responsive and pre-qualified tenderers. 18.2 In first stage, Envelope A of the tenders, will be opened. The tenderers names, the presence (or absence) of Earnest Money, and other details such as deviations proposed in Covering letter, will be announced by the Tender Opening Committee at the opening. The contents of the Envelope A of the individual tenders will be examined summarily in order to assess their formal conformity and agreement with the instructions and guidance to the Tenderers and the completeness. Any tender not conforming to any of these requirements may be disqualified forthwith at the discretion of Department 19.1 Notwithstanding the preliminary examination, the Department will determine the substantial tenderer. Substantial tenders are those which meet the following requirements: 19.2 Properly signed, 19.3 Earnest money in the required format from a Nationalized/Scheduled bank, 19.4 Responsive to all requirements of the tender documents and the instructions to tenderers, 19.5 Clarification and substantiation required to assess the quality of the offer. 19.6 If a tender is not substantially responsive it will be rejected by the Department and will not be used for further evaluation. The financial offers of insubstantial tenderer will not be opened. The Departments determination of a tenders responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence. It is expressly stated that the information contained in the Envelope A of the tender will be used to define whether a tender is substantial or not. The Tenderers are, therefore, advised to submit complete tenders only.

17.

Late Tenders

18.

Opening of Tenders by Department

19.

Preliminary Examination of Tenders

Substantial Tender

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

20.

Evaluation for PreQualification

20.1

The Department will carry out a detailed evaluation of the tenders previously determined to be substantially responsive in order to determine whether the firm is qualified in accordance with the requirements set forth in the tender documents. In order to reach such a determination, the Department will examine the information provided in the schedules and the submitted supporting documents, on the basis of the information supplied by the tenderers. The firms Qualified will be informed by the Department in due course of time. The Department reserves the right not to consider any deviation that in the sole discretion of the Department is found unacceptable. The Department shall require such deviations to be withdrawn, for the unaccepted deviations. The evaluation subsequently will be made on the rates quoted for such items in original offer. The Executive Engineer or other duly authorized Committee will open the tenders in the presence of any Tenderer(s) or their authorized representatives who choose to be present at the time of opening of financial tenders, and will enter the rate/amount of all tenders in the register of Opening of Tenders. The tenderer has to quote the rates in the respective schedules of execution part. The tenders shall be ranked on increasing order of the tender price. G. Award of Contract The Department will award the contract normally to the lowest evaluated tenderer. The acceptance of the tender will rest with the Department who does not bind itself to accept the lowest tender and reserves to itself the authority to reject any or all of tenders received without assigning any reason. The Departments right to accept or reject any or all tenders at any time prior to award of contract, will not incur any liability, to the affected Tenderer or tenderers or any obligation to inform the affected Tenderer or tenderers, of the grounds for the Departments action. The Departments will have the right to carry out the work (If the situation warrants so) as parallel rate contract and reserves the right to carry out the similar work in other divisions jurisdiction. Prior to the expiry of the period of tender validity, the Department will notify the successful Tenderer in writing by registered letter or by fax, to be confirmed in writing by registered letter, that its tender has been accepted. The notification of award will constitute the formation of the contract, for all legal purposes. Within ten (10) days of departments notice, the successful tenderer shall sign the contract agreement. The following, duly filled in and signed documents, shall form the contract agreement; Agreement a) Letter of award and any pre-award correspondence between Department and the Tenderer Te n d e r d o c u m e n t s b) Any Addenda issued

20.2 20.3

21.

Financial Evaluation

21.1

. 23.

Award Criteria Departments Right to Accept Any Tender and to Reject Any or All Tenders

22.1 23.1

23.2

23.3

24.

Notification of Award

24.1

25.

Signing the Contract Agreement

25.1

The Tender Offer

25.2

On acceptance of the tender, the name of the accredited representative(s) of the Tenderer (with a photograph and signature attested), who would be responsible for taking instructions from the Department/Engineer in charge, shall be communicated

Distt. Dn. II Jodhpur

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

to the Engineer-in-charge. 25.3 After acceptance of the tender, the Tenderer or all partners (in the case of partnership firm) or the authorised representative of the firm with a valid power of attorney will append photographs and signatures duly attested, at the time of execution of Agreement. Receipts for payments, made on account of a work when executed, by a firm must also be signed by the several partners, except where the contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm. Sales tax or any other tax on materials, or Income Tax in respect of the contract shall be governed by provisions given in the Conditions of Contract. Deduction of Income Tax at source will be made as per provisions of the Income Tax Act, in force from time to time. If any Tenderer, who having submitted a tender does not execute the agreement or start the work or does not complete the work and the work has to be put to retendering, he shall stand debarred from participating in such re-tendering in addition to forfeiture of Earnest Money/Security Deposit and other action under agreement The Department defines, for the purposes of this provision, the terms set forth below as follows: Corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution; and Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Department, and includes collusive practice among tenderers (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the benefits of free and open competition. Any effort by a Tenderer to influence the Department in the Departments tender evaluation, tender comparison or contract award decisions may result in rejection of the Tenderers tender. The Department will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

25.4

25.5

25.6

26

26.1 (i)

(ii)

Corrupt or Fraudulent Practices

26.2

26.3

Signature of contractor

Executive Engineer PHED Distt Div-II Jodhpur

Distt. Dn. II Jodhpur

10

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Annex 1 Tender Letter To The Executive Engineer Public Health Engineering Department Distt Div-II Jodhpur Subject: Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme.Ref: NIT No. 23(13)/2013-14 Dear Sir, 1. Having carefully examined all the parts of the tender documents and the addenda (if any) for the execution of the above mentioned works, having obtained all requisite information affecting this tender, and being aware of all conditions and difficulties likely to affect the execution of the contract. contract, technical conditions and scope of work, for the sum indicated in the financial offer and such other sum as may be ascertained in accordance with the Contract. We declare that we have read and understood and that we accept all clauses, conditions, descriptions, drawings of the tender documents volume I to volume II, and subsequent addenda (if any) without any change, reservations and conditions. If any change, reservation or condition has been made in our tender we herewith withdraw it. We declare that we guarantee for the hydraulic parameters of the system as per approved data sheets and specifications throughout the contract period. We undertake, if our tender is accepted, to commence the work within 10 days of the work order and to complete the work in the stipulated time for completion. If our tender is accepted we will provide a security deposit in the required form in the sums as stipulated in the tender documents. Unless and until the formal agreement is prepared and signed, this tender, together with your written acceptance thereof shall constitute a binding contract between us. We agree to abide by this tender for the period of 70 days from the date of opening of the pre-qualification bids and it shall remain binding upon us and may be accepted by you at any time before the expiry of that period, and not to make any modifications in its terms and conditions which are not acceptable to you. Together with the tender we submit the earnest money of Rs 1) ......................... as
2)

2.

3. 4. 5. 6. 7.

8.

.......................................................................... Dated this ................................................. day ..................................... 20.. 3) ............................................... in the capacity of 4) ................................................. duly authorized to sign the tender for and on behalf of 5) ........................................... Name: Address: Telephone: Telefax: Telex:

Signature of the authorized representative ..............................................

1 2 3 4 5

Amount of Earnest Money Indicate the form in which it is provided. Signature of the authorized Representative of the firm Designation Name of Tenderer
Distt. Dn. II Jodhpur

11

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Power of attorney of the representative of a firm Annex 2. Power of Attorney for Authorized Representative The firm M/s..authorize the following Representative to sign and submit the tender document, negotiate terms and conditions for the contract, to sign the contract, to deal with the PHED, to issue and receive correspondence related to all matters of the tender Construction of work pump house, boundary wall, Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme. We / M/s _______________________________ undertake the responsibility due to any act of the representative appointed hear by. For Partnership Firms S. No. Name of the All Partner Signature of Partner with Seal 1. 2. 3 4 5 Name and Designation of the person Authorized Attested Signature of the Authorized Representative For Limited Firms Name and Authorized Firm Address Telephone No. Fax No. Telex No. Authority By which the Powers is delegated Attested Signature of the Authorized Representative Name and Designation of person attesting the signatures Designation of the person

To be Prepared on Stamp Paper of Rs.100/- duly attested by Notary

Distt. Dn. II Jodhpur

12

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Annexure 3 Undertaking by Tenderer I/We undertake and confirm that for modifications/deviations to Conditions of Contract / Technical Specifications no price information is indicated in Envelope A. I/We understand that if this Undertaking is found to be incorrect, our tender may not be considered for Evaluation in future for financial evaluation, for which I/WE shall be liable for all consequences and / or damages.

Signature With Seal Full Name ________________ Designation______________ Address _______________

(Authorized representative)

Distt. Dn. II Jodhpur

13

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Annexure 4 Declaration I/We _____________________________ the undersigned, hereby certify that I/We have read, understood all the terms and conditions given in the tender document, including those in the addenda issued by the Department and the same are acceptable to us without any deviations. If this declaration is found to be incorrect then without prejudice to any other action that may be taken, my/our security may be forfeited in full & the tender, if any to the extent accepted may be cancelled.

Signature With Seal Full Name ________________ Designation______________ Address _______________

(Authorized representative)

Distt. Dn. II Jodhpur

14

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Annexure 5

Declaration Under the official Secrets Act I/We hereby declare that I/We shall treat the tender documents, drawings and other records, connected with the work, as secret confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the same. I/We understand that failure to observe the secrecy of the tenders will render the tender, liable to summary rejection.

Signature With Seal Full Name ________________ Designation______________ Address _______________ (Authorized representative)

Distt. Dn. II Jodhpur

15

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Form of Agreement

ANNEX 6

THIS Agreement made the ________ day of ________20_____ between the Executive Engineer, PHED, Distt Div-II-Jodhpur (hereinafter called PHED) on behalf of the Governor of Rajasthan of the one part and _____________________ of ________________ (hereinafter called Contractor) of the other part. WHEREAS the PHED is desirous for Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme. WHEREAS the PHED has accepted a tender by the Contractor for the execution, completion and maintenance of such work, NOW THIS AGREEMENT WITNESSES as follows: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: a) Form of agreement b) Letter of award and any pre-award correspondence between Department and the Tenderer c) Tender documents d) All addenda issued e) The Tender Offer 3. The signed and initialed Tender Documents shall be deemed to form and be read and construed as part of this Agreement. 4. In consideration of the payments to be made by the PHED to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the PHED to provide, execute, and to complete the work, remedy the defects, commission the work and maintain it in conformity in all respects with the provisions of the Contract. 5. The PHED hereby covenants to pay the Contractor in consideration of the provisions, execution, completion of the works, remedying of the defects therein and maintenance of the work the Contract Price or that sum as may become payable under the conditions of the Contract at the times and in the manner prescribed by the Contract. 6. The following are the salient data of the agreement: Contract sum Rs ______________ Security Deposit: Rs ______________ ( 10 % of the payments) Time for completion: Execution Part Annual Rate Contract

Defect liability Period 1YearIN WITNESS thereof the parties to these present have here to set and subscribed their respective hands the day, month and year first above written. SIGNED FOR AND ON BEHALF OF PHED
Executive Engineer Public Health Engineering Department, Distt Div-II Jodhpur SIGNED FOR AND ON BEHALF OF THE CONTRACTOR Witness

Authorized representative

Witness

Distt. Dn. II Jodhpur

16

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

SPECIAL CONDITIONS OF THE CONTRACT


1. The work is proposed to be taken up on Single Contractual basis. Therefore, the bidder is expected to examine carefully the contents of the bidding document. Failure to comply with the requirements of bid submission will be at the bidder's own risk. Bids, which are not substantially responsive to requirements of bidding documents, shall be rejected. In the event of any conflict or discrepancy, within the bidding document, the priority of the documents forming the document shall be as under : Letter of award Scope of work Special Conditions of Contract. Instructions to Bidders General Conditions of Contract Technical specifications Schedule of pricesThe addenda issued in the tender document in relevant above sections shall be read with the respective sections while giving priority. At any time, prior to the deadline for submission of bids, for any reason, whether at its own initiative or in response to a classification requested by a prospective bidder, the Executive Engineer can modify the bidding documents by issuing addenda. Any addenda, thus issued shall be a part of the bidding document and it will be notified by writing or fax to all the purchasers and the bidding documents and will be binding on them. The prospective bidder shall acknowledge receipt of the each addendum by fax to the Superintending Engineer. Time for completion The Execution of works related to Providing & installation of pumping machinery at Umed sagar and Rohilla Kalla, construction of pump house CWR, GSR and providing laying jointing & commissioning of DI pipes 250 MM & 200 MM size uPVC pipes etc at Rohilla Kalla under the WSS Boranada Rohilla Kalla. However the whole of the work for commissioning of village and other habitations, including mobilization, reconnaissance, design, manufacturing, transportation, construction, installation, testing, commissioning and trial runs has to be started in a period of the commencement date, which is 10 days after the written order placed by Executive Engineer, PHED Distt. Dn. II Jodhpur. The duration of the trial runs, tests and commissioning period is included in the completion period. Thereafter the contractor has to rectify any defect (Workmanship/Manufacturer) found during defect liability period of 1 years. However the contract shall remain valid for one year and may be extended for another one year or part thereof on written consent of the contractor. 5. 5.1 Defects liability period The defect liability period shall be of 6 months, from the date of final completion of work as defined in clause 4. The Contractor shall be responsible for satisfactory performance of the work under all design and operation conditions for the duration of the defects liability period, except for damage due to unprecedented natural calamities. In the payment the usual deduction shall be made towards security deposits, sales tax, income tax, turner tax, royalty as per the legal provisions in force from time to time in the state of Rajasthan. The Security Deposit (SD) of the work shall be refunded after completion of the defect liability period and handing over to the department. If Pumping Station remains in-operative for more than 48 hours because of the contractors fault, recovery shall be made @ Rs 1000 per day. Further if contractor fails to restore the system within period of 72 hours, the department reserves the right to restore through other agency on the risk cost of contractor without further notice. TERMS OF PAYMENT Payment shall be made as per the work progress and G Schedule. 10% payment which is SD is realesed after successful completion of six months from date of Completion of defect liability period

2.

3.

4.

5.2

5.3

Signature of contractor

Executive Engineer

PHED DISTT DIV-II JODHPUR

Distt. Dn. II Jodhpur

17

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

GENERAL AND SPECIAL CONDITION OF CONTRACT


1. 2. Contractor has to complete the work in specified time period. Defect liability period for this work is 6 month. 10% SD of work order will be refund after successful completion of detect liability period. If defect occurs, during defect liability period, contractor shall be removed the defects within two days after information given by JEN/AEN/EE. No Extra payment shall be paid to contractor for removal of defects in the system during this period. All fitting provided by contractor shall be as per specification and water tight. Ten percent of work order amount, related to untested/uncommission components of contractor, will be withheld for testing of RCC Works. It shall be released only after successful testing, commissioning and handing over the system to department. Contractor shall abide by General terms & conditions mentioned in the agreement form RPWA-100 and in case of delay of execution of work, the conditions of RPWA-100 will govern the penalty. Price variation clause is not applicable in this contract. Soil & Geo Technical Investigation:- SBC tests shall be got done through an approved agency wherever the strata on which foundation is to be laid is not rocky. For foundations to be laid on sandy strata, the structural design and reinforcement drawings shall be prepared assuming maximum SBC of soil as 10 T/Sqm even if the SBC testing is found to be 10 T/Sqm or more at foundation depth. If the SBC testing is found to be less than 10 T/Sqm at foundation depth, the structure shall be designed on the basis of actual SBC found on testing for which no extra payment will be made to contractor. For foundations to be laid on rocky strata, with firm rocks the SBC shall be taken as 18 T/Sqm. The payment of pipeline will be done as per the actual length laid at the site and may vary from the length given in the tender document. The contractor will do the actual survey to confirm the length of the pipeline before the supply of pipeline. The payment of MS fittings in the pump house will be done as per the actual weight at the site. The Payment of items mentioned in G-Schedule shall be paid as per the actual quantity executed at site.

3. 4.

5.

6.

7.

8. 9.

10. The contractor shall provide detailed drawing & design of pump house & pump installation, suction & delivery details with provision of valves (sluice valve, NRV, Dismantling joints etc.) and shall get approved by EIC.

SCOPE OF WORK
In this water supply scheme, following work are required to execute for improvement of water supply level in villages like 1. Basni Jhoota, 2. Ram Nagar 3. Badliya 4. Bhandu kalla 5. Bhandu khurd 6. Katarda 7. Rohilla Bhandu 8. Loonawas jatan 9. Gelawas and their OH. :- Provision for construction of 150 KL CWR, pump 8 x 5 mtr house, boundary wall at Ram Nagar. Provision for providing & installation of pump set 600 LPM, 30 mtr head at Ram Nagar including panel, cable, MS pipe fitting etc which ever require for commission of pump set for water supply. Provision for providing , laying & jointing of pipe line uPVC for connecting CWR, CWR to pump set, pump set to existing pipe line of Ram Nagar & Basni jhoota seperatley, 5 year O&M of scheme included. Provision for providing, laying & jointing of DI pipe line from GSR Loonawas Bhakri to Badliya VTC chamber to separate Badliya from existing scheme for better control of water supply. Provision for construction of ESR 150 KL, 20 mtr staging at Loonawas Jatan for Loonawas Jatan & Gelawas village. Provision for providing, laying & jointing of DI pipe line from GSR Loonawas Bhakri to ESR. Provision for providing, laying & jointing of uPVC pipe line from ESR to existing pipe line of village Loonawas jatan & Gelawas. Provision for 5 year O&M of scheme.

Distt. Dn. II Jodhpur

18

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Provision for construction of GLR with CWT at Jato ki Dhani N-cat OH of Basni Jhoota. Provision for providing, laying & jointing of uPVC pipe line for connecting the GLR from existing pipe line. (i) For the pipes, the Contractor shall provide all the necessary specials, valves, appurtenances, meters etc. in consideration to the use of special, its location, etc according to the class of pipeline. Supplying, installation, testing & commissioning of pumping machinery at proposed pump house with all associated mechanical; electrical & instrumentation works. Construction of tanka with mini hand pumps and CWT as per enclosed drawing and specification. Construction of RCC CWR with all fittings including puddle collars, inlet outlet and overflow pipe. Construction of masonry pump house with pumping machinery and EMI work.

(ii) (iii) (iv) (v)

Extent of Scope Of Work It is proposed to provide drinking water to habitants of village Piparli. The work under this tender therefore includes Design, supply of all kind of material and labour for the construction of over head RCC Service Reservoir including all necessary supply and installation of its piping (with DI weld to flange pipes), appurtenances, gauge/instruments etc. It also includes determination of Safe Bearing Capacity of soil and designing on its basis at contractors end. It also includes interconnecting the proposed structure/system inlet to the existing pump house and outlet & over flow pipes to existing distribution system at village Piparli, PHED Head Works as well as to test and commission the complete system. Table 1: Detail of Proposed Overhead RCC Service Reservoirs Place of Net Usable Staging** Construction Capacity* Sub Div Doli 150000 Liters Nominal Dia. Of DI pipe Stack (mm) Inlet Outlet Overflow Washout

20 meters Size of pipe line feeding to ESR But Not less than 200 Size of pipe line 150 MM

Size of pipe line as Not less than Not less per distribution 150 MM than size of P/L but 100 MM Not less than 150 MM

**Staging : Height between natural ground level and bottom level of Bottom Ring Beam below bottom conical dome of Intz type water retaining tank *Net Usable Capacity : The net volume of water that can be filled and withdraw under gravity from the Intz type water retaining tank i.e. excluding volume within free board margin, volume that cant be withdrawn with gravity as a result of placement of bell mouth outlet, volume of any part of structure/equipment/installation within live storage of water in the Intz type of water retaining structure. 4.2 General Principles The contr actor shall carr yout all wor ks wholl y i n accor dance with the terms and conditions of the contract to full-fill the requirement of the project. All the material used, and the equipment installed shall be as per the specifications defined in the contract and the work shall be executed with good engineering practices. Gener all y the f ollowi n g a ctivities shall be ca rr ied out f or this contract but shall not be limited to: Submission of all documents required according to the Contract (security m one y/ guar antee, etc.) Determination of Safe Bearing Capacity and other soil parameters at the given location of OHS R to ensure that these are not less than 80 KN/Sqm, Prepa ration and sub mi ssion of the designs and drawin gs of RCC Intz t y pe ser vice Rese rvoir on RCC Column w it h Bracing in Beams (t aking w ind and seismic
Distt. Dn. II Jodhpur

19

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

effect into consideration) etc. The design of RCC overhead reservoir shall be undertaken with SBC as 80 KN/Sqm even if the actual SBC works out more than 80 KN/Sqm bu t shall be on the actual value of SBC in case it is determined le ss or e qual to 80 KN/Sqm and no extra payment shall be admissible under such case. The drawings must be on scales as appropriate sub jec t to the prior appr ova l of the E ngine er in C ha rge. Approval of all design and drawings, material to be used, equipment specifications and the samples, prior to commissioning of work on site. Unless mentioned otherwise, if for any specific provision / references have been made in more than one specifications, the provision more stringent shall be applicable. Manufacturing, shop testing, pre-dispatch inspection, transportation to site, pr ovi din g tr ansit insura nce, storage, handling at site, installation, pr ecom missi oni n g testing, c om missi onin g an d f or a ll comp onents of the s ystem including valves etc. To p e r f o r m t h e r e q u i r e d t e s t s t o f u l f i l l t h e r e q u i r e m e n t o f a p p l i c a b l e c o d e s . Maintenance a nd repair s of the c omplete s yst em during the def ect lia bilit y per i od. 4 . 3 M a j o r C o m p o n e n t s o f Wo r k The wor ks under this contract are broadl y divided under the following components: Determination of Safe Bearing Capacity and other soil parameters at the given location of OHSR ( RCC Intz t ype contain er built on RCC col umn with RCC Bracing) Structural design of RCC reservoirs, its construction including supply of material, s c a f f o l d i n g , c e n t e r i n g , s h u t t e r i n g , e q u i p m e n t & m a c h i n e r y, s k i l l e d a n d u n s k i l l e d l a b or, w a t e r f or c on s t r u c t i on & d r in ki n g t o t h e l a b or e r, te s t in g a nd c omm i s s i o n i n g Suppl y and Fixing of DI flanged to weld piping at both the two ESR along with their joining with existing pipe lines of department Suppl y and Fixing of DI flanged to weld piping for Inlet, Outlet, washout & Overflow with their joining materials. Suppl y & installation of Sluice valve & dual plate check valve with all specials like tee, be nd reducer /enlarger, tail pieces etc .. Te s t i n g a n d C o m m i s s i o n i n g o f S y s t e m / S t r u c t u r e a s s p e c i f i e d a n d d i r e c t e d . Construction of Multipurpose Room. The work shall be carried out strictly in accordance with specifications and instructions of Engineer issued from time to time. The work shall be completed w i t h i n t h e t i m e p e r i o d m e n t i o n e d i n t h e t e n d e r. All preliminar y wor k such as site c learance in all t ypes of conditions, etc. as described elsewhere in these specif ications, f or such wor k n o e xtr a pa yment shall b e m a d e t o t h e C o n t r a c t o r. T h e C o n t r a c t o r i s a d v i s e d t o i n s p e c t s i t e b e f o r e tendering to ascertain the quantum and cost of such work and include this cost in t h e i r o f f e r. Rem oval of def ects in prop ose d s yste m during c onstr uc tion i.e. up to commissioning as well as during defect liability period. Compliance of all safety rules at work sites. To t a k e a l l - s a f e g u a r d s t o a v o i d a c c i d e n t a t s i t e p r e v e n t l o s s t o o t h e r p i p e l i n e s , telephone and electric cables and other government or private property during all phases of working. Cleaning, Disinfection, testing and commissioning of structure, pipes etc. 4.4 Over Head Service Reservoirs Construction of over head clear water reservoir at Loonawas Jatan village in RCC Intz type construction resting upon RCC Column tied with RCC Bracing and having base of RCC raft foundation based upon actual safe bearing capacity if equal or less than 80 KN/Sqm otherwise with 80 KN/Sqm also to be determined by contractor including Structural Design, its vetting through prescribed agencies, Design Mix. Providing and fixing all accessories like stair with railing, ladder, level gauge, lightning arrestor, plinth protection, ventilator, man hole with cover, water proof cement color wash on RCC surfaces. Providing and installation of four vertical pipes of prescribed diameter in DI welded to flange pipe along with rubber gasket, nut bolts, puddle collar, duck foot
Distt. Dn. II Jodhpur

20

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

bend, one sluice valve (including complete construction of its chamber as per drawing provided with this tender document) lead pipe with same material in case of all the four piping. All these inclusive of material, equipment & machinery, skilled & unskilled labor.

Signature of Tenderer or Authorized Representative 03 SPECIAL CONDITIONS OF CONTRACT PART A 3.1 DEFINITIONS Department means the Public Health Engineering Department of the Government of Rajasthan. It is the Executing Agency of the Project. Executive Engineer " means Executive Engineer , PHED, District Division-III, District Div.II Jodhpur . "Materials" means things of all kinds (other than equipment) intended to form or forming part of the permanent works, including the supply of materials to be supplied by the contractor under the contract. "Equipment" means the apparatus, machinery, articles and things of all kinds to be provided under the contract or intended to form or forming part of the permanent works. "Contractors Documents" means the calculations, computer programs and other software, drawings, manuals, models and other documents of the technical nature supplied by the contractor under the contract; as described in sub clause 8.2 [Contractors Documents]. "Specifications" means the specifications according to which the works are to be executed as referred to in the agreement documents and any other specifications agreed thereon. 3.2 COMMUNICATION BETWEEN THE PHED AND THE CONTRACTOR ADDRESSES FOR NOTICES Notices with legal and contractual issues shall be addressed to the Executive Engineer, PHED, District Div.II Jodhpur or any changed address. Notices with technical issues shall be addressed to the respective Engineer(s) in Charge and copy to Executive Engineer, PHED, District Div.II Jodhpur. Any notice given by the Contractor to the Executive Engineer or the Engineer in Charge under the terms of the Contract shall be sent by post, courier, cable, telex, or fax to or left at the office of the Executive Engineer or the Engineer in Charge only or the addresses as he shall be indicated for this purpose only. All certificates, notices or instructions to be given to the Contractor by the Executive Engineer or the Engineer in Charge under the terms of the Contract shall be sent by post, courier, cable, telex, or fax to or left at the Contractor's principal address or the address as the Contractor shall indicate for this purpose only. It shall be essential for the contractor to obtain a receipt of authorized officer otherwise the notice shall be treated as null & void. 3.3 CONTRACT TYPE OF CONTRACT The works described in this tender document are considered to be a single responsibility turnkey job on lumsump basis. The Contractor is responsible for the entire, site reconnaissance, design, implementation, testing and commissioning of the work, and removing the defects and maintenance during the defect liability period of 6 months from the date of physical completion of the work as described in the Bid documents. PRIORITY OF CONTRACT The documents forming part of the agreement are to be taken as mutually explanatory documents of one another. In case of discrepancies they shall be explained and adjusted by the Engineer in Charge. The priority of the Contract documents shall be as follows: Contract Agreement Letter of award Special Conditions of Contract. Instructions to Bidders General Conditions of Contract Scope of Work Technical specifications Drawings Schedule of prices The addenda issued in the tender document in relevant above sections shall be read with the respective sections while giving priority. 3.4 AUTHORITIES 3.4.1 SUPERINTENDING ENGINEER, EXECUTIVE ENGINEER, REPRESENTATIVES The Superintending Engineer PHED Distt Circle Jodhpur shall be the Engineer-In-Charge for the work and shall be the authority for approval of drawing & designs.
Distt. Dn. II Jodhpur

21

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

The Executive Engineer , PHED, District Division-II District Div.II Jodhpur , shall implement the project. He shall appoint Engineer(s) in Charge as Representatives who shall carry out such duties and exercise such authority, as may be delegated to them. The Executive Engineer may also authorize consultants or institutions as Assistants. Such Assistants shall have no authority to issue any instructions to the Contractor save in so far as they are necessary and to secure their acceptance of materials, equipments and workmanship as being in accordance with the Contract. Any instructions given by them for those purposes shall be deemed to have been given by the Engineer or the Engineers Representative. 4 LAND FOR WORK AND FOR CONTRACTORS ESTABLISHMENT The Department shall give the contractor right of access to all parts of the site. The site for execution of the work will be made available as soon as the work is awarded. In case, it is not possible for the Department to make the entire site available on the award of the work, the Bidder shall arrange his working program accordingly. No claim, whatsoever, for not giving the site in full on award of the work or for giving the site gradually in parts will be tenable. However, if and to the extent that the Department's failure was caused by any error or delay by the contractor, including an error in, or delay in the submission of, any of the contractor's documents, the contractor shall not be entitled to such extension of time. For the purpose of constructing Contractors yard, godown, site office etc. the contractor may utilize the land and existing buildings / structures allocated to him by PHED after obtaining requisite permission from the Engineer in Charge. All expenses in connection with purchase or construction or maintenance or removal etc. of such items shall be borne by the Contractor. PHED may allocate the land and buildings for use by the Contractor according to its possibilities only. If the land or buildings are not sufficient for the purposes of the Contractors establishment, additional land or buildings will have to be procured/rented by the Contractor himself at his own cost and expenses. Recovery of rent towards the use of building by contractor for office/store/residence provided by the department shall be done on fair rent assessment basis. 3.6 THE CONTRACTOR 3.6.1 CONTRACTORS GENERAL OBLIGATIONS The Contractor shall design the system, execute and complete the works in accordance with the contract, and shall remedy any defects in the works. The contractor is also required to confirm the availability of the material required for the contract in the time schedule given herein after, so as to complete the job within the prescribed time. No time extension shall be provided on this account. If required under such circumstances, the contractor after prior approval of department shall be allowed to use superior type of material so as to complete the job within the prescribed time. No additional payments shall be made on account of use of superior quality material, on this account. The Contractor shall provide the equipment and Contractor's Documents specified in the contract, and all Contractor's personnel, goods, consumables and other things and services, whether of a temporarily or permanent nature, required in and for this design, execution, completion and remedying of defects and maintenance during defect liability period. The works shall include any work, which is necessary to satisfy the Department's requirements, or is implied by the contract, and all works that (although not mentioned in the contract) are necessary for the completion, or safe and proper operation, of the works. The Contractor shall be responsible for the adequacy, stability and the safety of all site operations, of all methods of construction and of all the works. The Contractor shall provide all facilities required for quality control tests, tests for material and equipment(s), and/or all other facilities otherwise referred in the conditions of contract(s) and/or otherwise necessary to complete the works with due supervision of Engineer-in-charge. The testing of material, quality control tests etc. may be got done through recognized labs after approval of EIC. The Contractor shall, whenever required by the Department, submit details of the arrangements and methods, which the contractor proposes to adopt for execution of the works. No significant alteration to the arrangements and methods shall be made without this having previously been notified to the Department. 3.6.2 CONTRACTORS STAFF AND SUPERVISION The contractor shall employ for the execution of the work only such persons who are skilled and experienced in all activities required for the completion of the work from reconnaissance and surveys through execution and testing to commissioning. The contractor shall provide at least one Engineer to manage and supervise the work and to act as the Contractors Representative. The contractor shall also provide sufficient foremen/ fitters and skilled staff experienced in pipe laying, installation of valves and specials, plumbing and civil works associated with the work, with semi skilled and unskilled labour as are necessary to ensure completion of the various sections of the contract in the time required. The contractor shall himself supervise the execution of the work or shall appoint a competent agent at his own expense as his accredited agent approved by the Engineer in charge. The agent shall be the responsible person adequately authorized by the contractor to take decisions on the site and to spend money if required for procuring material and labour etc. to carry out the work in the interest of the contract Orders given to this contractors agent shall be considered to have the same force as if these have been given to the contractor. If the contractor fails to appoint a
Distt. Dn. II Jodhpur

22

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

suitable agent as above, the Engineer in charge shall have full power to suspend the execution of the work until such date as a suitable agent is appointed. The Contractor shall be held responsible for the delay so caused to the work. The Engineer in charge shall be at liberty to object and ask the Contractor to remove from the work any person who in the opinion of the Engineer in charge misconduct himself or is incompetent or negligent in the proper performance of his duties. Such person shall not be again employed without permission of the Engineer in charge. The Engineer in charge can ask contractor to deliver to him a return in detail in such form and at such intervals as the Engineer in charge may prescribe, showing the supervisors and labour employed by the Contractor on the site. The contractor shall make his own suitable arrangements for lodging and boarding and other facilities (required as per labour laws) for his labour, supervisors and engineers. 3.6.3 SETTING OUT The contractor shall set out the works in relation to original points, lines and levels of reference specified in the contract. The contractor shall be responsible for the correct positioning of all parts of the works, and shall rectify any error in the positions, levels, the dimensions or alignment of the works. He shall be responsible for effective working of the scheme. 3.6.4 THE SAFETY PROCEDURES The contractor shall: (a) Comply with all applicable safety regulations, (b) Take care for the safety of all person's entitled to be on the site, (c) Choose reasonable efforts to keep the site and work clear of unnecessary obstruction so as to avoid danger to these persons, (d) Provide fencing, lighting, guarding and watching of the works until completion and its taking over by the department. (e) Provide any temporary works (including roadways, footways, guards and fences) which may be necessary, because of the execution of works, for the use and protection of the public and of owners and occupy a server adjacent land. 3.6.5 UNFORESEEN DIFFICULTIES (a) The contractor shall be deemed to have obtained all necessary information as to risk, contingencies and other circumstances, which may influence or affect the works; (b) By signing the contract, the contractor accepts the total responsibility for having sustained all difficulties and costs of successfully completing the works: and (c) The contract price shall not be adjusted to take account of any unforeseen difficulties or costs. 3.6.6 AVOIDANCE OF INTERFERENCE The contractor shall not interfere unnecessarily or improperly with: (a) The convenience of the public, or (b) In the access to and use and occupation of all roads and other land, irrespective of whether they are public or in the possession of the Department or others. The contractor shall indemnify and hold the Department harmless against and from all damages, losses and expenses (including legal fees and expenses) resulting from any such unnecessary or improper interference. 3.6.7 SECURITY OF THE SITE Unless otherwise stated in particular conditions the contractor shall be responsible for: (a) Keeping unauthorized person's off the site, offices, campus etc. within the scope of work and (b) Authorized person's shall be limited to the Contractors personnel and the Department's personnel; and to any other personnel notified to the Contractor, by (or on behalf of) the Department, and (c) Providing adequate manpower for the security of the material brought to the site for which payment has been made to the contractor. 3.6.8 CONTRACTORS OPERATION ON SITE The Contractor shall confine his operations to the site, and to any additional areas, which may be obtained by the Contractor and agreed by the Department as working areas. The Contractor shall take all necessary precautions to keep Contractors equipment and Contractor personnel within the site and these additional areas, and to keep them off adjacent land. During the execution of the works, the Contractor shall keep the site free from all unnecessary obstruction, and shall store or dispose of any Contractors equipment or surplus materials. The Contractor shall clear away and remove from the site any wreckage, rubbish and temporary works, which are no longer, required. 3.6.9 SITE BOOKS For the purpose of quick communication between the Engineer in Charge and the Contractor, site books shall be maintained at all sites, where work is being carried out, so as to be readily available. Any instructions or order which the Engineer in Charge may like to issue to the Contractor may be recorded by him in the site book and two copies thereof taken by him for his record.

Distt. Dn. II Jodhpur

23

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

3.7 DESIGN AND DRAWINGS 3.7.1 GENERAL DESIGN OBLIGATIONS The Contractor shall be deemed to have scrutinized, prior to submission of bid, the Department's Requirements (including design criteria and calculations, if any). . 3.7.2 CONTRACTORS DOCUMENTS & SUBMISSION PROCEDURE FOR DETAILED DESIGN AND EXECUTION DRAWINGS The Contractors Document shall comprise the Technical Documents specified in the departments requirement, documents requirement to satisfy all regulatory approvals and as built documents. The Contractors documents shall be written in the language for communications defined in the contract. If errors, omissions, ambiguity inconsistencies, inadequacies or other defects are found in the contractors document, these and the works shall be corrected at the contractors cost, notwithstanding any consent for approval under this clause. The contractor is required to submit the detailed design and the execution drawings such as site plans, general arrangement drawings, architectural, structural drawings an all working drawings of all civil works. The drawings shall be sufficient in details and the scale has to be chosen accordingly in coordination with the Engineer in charge. 3.7.3 CONTRACTORS DOCUMENTS & SUBMISSION PROCEDURE FOR DETAILED DESIGN AND EXECUTION DRAWINGS

After submission of detailed designs, working drawings and documents etc., the competent authority or his authorized representative shall progressively review them and issue and approval within 15 days. The period will be counted after all quarries are replied satisfactorily. The contractor should submit all design and drawings in a time schedule so as not to obstruct the actual construction work. The following shall be the procedure for submission and approval of detailed design and execution drawings: Structural Design of RCC Over head Reservoirs shall be got checked and complied from Structural Engineering Department of MBM Engg College Jodhpur / MNIT College Jaipur/ Govt. Engineering College Kota only. The contractor shall submit three copies of design/drawings etc. to the Engineer in charge. All the drawings are to be signed by the contractor or his authorized representative The Engineer in charge will review the design/drawings etc and if found fit for approval, will convey approval and return one copy to the Contractor within 15 days duly signed in token of approval In case the design/drawings etc. are not found fit for the approval, the Engineer in charge will mark the comments on them and return two copies to the contractor within 15 days and the same shall be repeated till drawings are finally approved as narrated above. The contractor in such cases shall submit the reviewed and corrected designs/ drawings within 15 days to the receipt of comments from Engineer in charge. On request of the Engineer in charge the contractor shall depute the Design Engineer responsible for the particular design/drawing to discuss with the Engineer in charge or his representative On receipt of approved designs/drawings as discussed above, the contractor shall submit four(4) additional copies of the approved design/drawings to the PHED for reference and records No designs/drawings with corrections made after taking the prints will be accepted The approval of drawings/designs by the Engineer in charge shall not relieve the Contractor of his responsibility in terms of the contract for soundness of the designs. The contractor shall be responsible for the structural safety and water tightness of all the components of the work. 3.7.4 DISCREPANCIES BETWEEN DRAWINGS AND SPECIFICATIONS In case of discrepancies between drawings and specifications or data sheets arising from the meaning, dimensions or quality of the materials and equipment for the due and proper execution of the Work, the Engineer in Charge shall explain the discrepancy. His explanation shall be the final decision and the Contractor shall execute the Work accordingly without any extra payment.

3.7.4 CONTRACTOR'S UNDERTAKING The design, the Contractors Documents, the execution and the completed works shall comply with the relevant standards, building, construction and environmental laws, law as applicable to the product being produced from the

Distt. Dn. II Jodhpur

24

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

works, and other standards specified in Part A Scope of Work & Technical Specifications applicable to the works, or defined by the applicable laws. All these laws shall, in respect of the works shall be, the laws prevailing at the time of letter of invitation. References in the contract to published standards shall be understood to be references to the edition applicable on the date of supply / execution as the case may be. Whenever there are contradictory provisions in applicable Indian Standards, the most stringent of the provisions shall apply unless specifically mentioned otherwise. 3.8 SUPPLY OF MATERIAL 3.8.1 SAMPLES The contractor shall submit samples (except for samples for valves and or other items for which inspection and testing is to be carried out at the factory or prior to dispatch etc) to the Department, for review in accordance with the procedure for Contractor's Documents described in sub clause 8.2, as specified in the Contract and at the Contractor cost. Each sample should be labeled as to origin and intended use in the works. The Departments Personnel or authorized representative shall at all reasonable times: (a) Have full access to all parts of the site and to all places from which natural materials are being obtained, and (b) During production, an effective and construction (at the site and, to the extent specified in the contract, elsewhere), be entitled to examine, inspect, measure and test the materials and workmanship, and to take the progress of manufacture of equipment and production and manufacture of materials. The Contractor shall give the Departments personnel full opportunity to carry out these activities, including providing access the facilities, promises and safety equipment. No such activities shall relieve the Contractor from any obligation or responsibility. The department may opt for third party inspection also in addition to above. Equipment of similar kind to be used in the contract shall be same unless specifically approved by the EIC. Unless specific approval of EIC is obtained all equipment of one kind, to be used in the project within three weeks to six weeks shall be offered for inspection in one lot. If such equipment are offered in different piecemeal lots, (the inspection of material in similar lots will be alone as per norm ) and the delay caused to the project on this ground, shall solely attributed to the account of the contractor. 3.8.2 THIRD PARTY INSPECTION For material to be supplied for erection/installation viz. DI D/F pipes, specials, all kinds of valves (Sluice valves, Non return Valve) required for execution of the work, the arrangement for inspection and expenses thereto shall be borne by the contractor. The cost of inspection to the inspection agency shall be initially paid by the vendor/contractor at rates decided by the department, and the same shall be reimbursed to the contractor after production of the bill of inspection and the receipt of payment to the inspection agency. The department shall appoint the inspection agency as and when asked for, by the contractor for inspection of the supply. 3.9 TESTING The Contractor shall provide all apparatus, assistance, documents and other information, electricity, equipment, fuel, consumables, estimates, labor, materials, and suitably qualified and experienced staff in relation to supply of material and are necessary to carry out the specified test efficiently. The Contractor shall agree, with the Department, the time and place for the specified testing of any equipment, materials and other parts of the works. The Department may, vary the location or details of specified test, or instruct the Contractor to carry out additional tests. If these varied or additional tests show that the tested equipment, materials or other workmanship is not in accordance with the contract, that cost of carry out in this variation shall be borne by the contractor, notwithstanding other provisions of the contract. The Contractor shall promptly forward to the Department duly certified reports of the tests. When the specified test has been passed, the Department shall endorse the Contractor's test certificate, or issue a certificate to him, to that effect. 3.10 REJECTION If as a result of an examination, inspection, measurement or testing, any equipment, materials, designs or workmanship is found to be defective or otherwise not in accordance with the contract, the Department may reject the equipment, materials, designs or workmanship by giving notice to the Contractor, with reasons. The Contractor shall then promptly make good that effect and ensure that the rejected items compliance with the contract. If the rejection and re-testing, cause the Department to incur additional costs, the Contractor shall pay these costs to the Department. 3.11 APPROVAL OF MATERIAL AND EQUIPMENT The fact that the Contractor has agreed to provide the material prescribed in the Tender Documents does not release him to ask for the final approval of the equipment and material to be used for the Work. The specifications and drawings of each item to be supplied shall be individually scrutinized and the Engineer in Charge shall verify its conformity with the technical specifications and the standards. Prior to ordering any material and equipment such as pipes, specials, measuring equipments, mechanical and electromechanical equipment, electrical equipment, material for civil works and interior decoration, paints, etc. the Contractor has to supply the detailed specification, drawings, performance curves and data, operation instructions etc., to the

Distt. Dn. II Jodhpur

25

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Engineer in Charge. If the Contractor has any doubts about the required specifications as prescribed in the Contract, he has to clarify them with the Engineer in Charge. The procedure for the submission of documents, verification, re-submission if necessary and approval of these items is the same as that for the drawings, described in clause 8.3. If equipment or material which the Contractor submitted first is refused in the approval process he has to submit documents of such equipment which corresponds to the specifications of the Tender Documents and which is likely to be approved. Only after approval of the material and equipment, the Contractor can place the order or start the manufacturing or purchasing procedures. Four weeks prior to packing and shipping the Contractor must inform the Engineer in Charge when the material/equipment is ready for inspection and testing. At this date, the Contractor shall supply the results of all manufacturers own tests made during or after manufacturing and his own quality control certificates. The Engineer in charge will decide whether he or his authorized representative or TPI will inspect and test the material/ equipment or whether he will approve it on the basis of the supplied documentation. Inspection of all bought out items such as DI pipes, Sluice Valves, may be done by third party appointed by the Department. The Department or any of his authorized representatives in the factory or at site can also inspect the material. The inspection charges shall be paid as per the provision in clause 3.8.2 above. The Engineer in charge will provide an authorization for packing and shipment after inspection and/or approval of the material/equipment. If the Contractor packs and ships the material/ equipment without approval or authorization of the Engineer-in-Charge, it can be refused if it is not matching with the specifications of the Contract. All costs resulting from this are to be borne by the Contractor. The Contractor has then to provide the material/ equipment, which is matching with the Contract. 3.12 COMPLETION OF THE WORK 3. 12.1 TIME FOR COMPLETION The whole of the Work, including mobilization, reconnaissance, design, manufacturing, transportation, construction, installation, testing, commissioning, and demobilization has to be completed within a period of 6 months calculated from the commencement date, which is 10 days after the written order to commence the Work. The duration of the tests and commissioning period is included in the completion period, defined in Clause 2 of General Conditions of Contract. 3 . 1 2 . 2 TO TA L P H Y S I C A L C O M P L E T I O N Certificate for Total Physical Completion shall be issued when all the works as envisaged in the contract and essential as per the site conditions are completed in all respect to the satisfaction of Superintending Engineer and the complete system is tested successfully, test gaps are closed and interconnections/connectivity made as required. The issuance of the Total Physical Completion does not releases the Contractor from his duties to repair or remove defects in the work until the end of the defect liability period. 3.12.3 COMPLETION OF WORK AND FULLY COMMISSIONING Immediately after the physical completion, the work of testing and commissioning the entire system on designed conditions as per the procedure of test given in Scope of Work & Technical Specifications shall be taken up. Once the entire system has been successfully tested and commissioned as per the conditions of tests of commissioning referred in Scope of Work & Technical Specifications, and removal of all visible defects to the satisfaction of Engineer-in-Charge, the work shall be treated as Completed. Unless otherwise provided in the contract, after the successful testing and commissioning of system, the Engineer-incharge shall issue a certificate of Completion of Work. The date of Certificate notifying Completion of Work will be used for the final payment as per clause 6 and 7 of General Conditions of Contract. From this date of certificate for Completion of Work, the defect liability period shall commence. 3.12.4 DEFECT LIABILITY PERIOD The defect liability period shall be of 12 Months, from the date of issue of the certificate for Completion of works as per clause 3.12.3. The Contractor shall be responsible for satisfactory performance of the system under all design and operation conditions for the duration of the defects liability period, except for damage due to unprecedented natural calamities. During the defect liability period, the contractor shall have to carry out the repair and maintenance without any cost. Any constructional defect as pointed out by the Engineer in Charge, such as defects due to premature use of materials, works not executed in accordance with the Contract, hidden faults in material and equipment not discovered during inspection and testing, manufacturing, erection and in construction shall be rectified by the Contractor. If the Contractor fails to rectify the defect within a period of 15 days after notification, the Engineer in Charge may forfeit the security deposit or an amount thereof required for the rectification through a third party without prejudice to any other right the Department may have against the Contractor in respect of his failure to remedy such defects. No payment shall be made for maintenance and repair of the system during defect liability period. 3.13 COST OF WATER FOR TESTING The contractor shall be liable for all expenses against the arrangements for construction, including the cost of water.

Distt. Dn. II Jodhpur

26

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

3.14 PAYMENT TERMS The accepted lump sum offered amount for OHSR will be paid as per its following break up subject to the deduction as per the general and special conditions of contract a) On completion of foundation raft and its beam : 10% b) do- half staging including Column, bracing and stairs : 10% c) do- full staging including column, bracing and stairs : 10% d) do- bottom ring beam, bottom dome, conical dome, balcony ring beam: 15% e) do- half the height of vertical wall of tank : 10% f) do- full ht. of vert. wall, top ring beam, top dome, stairs up to top dome : 15% g) do- piping, lightning arrestor, railing : 10% h) do- plinth protection, valve chambers, painting & multipurpose room : 10% i) do- testing & commissioning : 10%

Documents required for Payment The contractor shall submit the following documents in duplicate along with the invoice/bill: Inspection reports/ test reports/ reports certifying completion of activity with acceptable results as per PHED or any other agency representing PHED. Report/certificate of inspections /tests carried out by the supplier of the contractor or by the contractor himself. Any other such details/documents as may be reasonably specified by the Engineer-in-Charge from time to time during execution of the contract. Photographs of the work executed during the period for which the invoice has been raised. Other documents required by the Engineer-in-charge. 3.15 DEDUCTIONS 3 . 1 5 . 1 S T AT U A R Y D E D U C T I O N S The Department is required to make statutory deductions at source from all running bills and final bill as in force through relevant statutes in force from time to time at the rates prescribed therein. 3. 15.2 OTHER DEDUCTIONS Any other deductions to recover any reduction in rates or any other Department's claims accrued as per the contract or in respect to any other liabilities arising, shall be deducted from subsequent interim payments or final payments or from the securities with the Department. 3.15.3 TAXES AND DUTIES All taxes, duties, levies applicable by any act of the Government of India and/or State of Rajasthan and/or of the local bodies on the company or its personnel, during the period of work in progress shall be of the Contractor. All goods manufactured / procured and supplied by the contractor and work executed under this contract, responsibility of payment of sales tax, surcharge, VAT, octroi and any other tax and levies in force, responsibility of payment of all taxes, duties, levies shall be of the contractor. For excise duty, exemption certificate of the District Magistrate for following goods covered under notification No. 6/2008 dated 1.03.08 will be made available to the contractor. The pipes needed for delivery of water from the source to the treatment plant and from there to the storage facility (i.e. pipes required for obtaining untreated (raw) water from its source to the plant, and for supplying the treated (potable drinking) water to the storage place from which it would be further supplied for consumption of humans or animals). 3.16 DEPARTMENTS RIGHT TO RECTIFY The Department retains the right, at the cost of Contractor, to perform any of the materials or work obligations on default of the Contractor. 3.17 MAKES OF EQUIPMENT The equipments used by the bidder for the project shall be one of the following makes given for each equipment in annexure -A to this section of special condition of contract. 3.18 REFUND OF SECURITY DEPOSIT OF CAPITAL WORKS The Security deposit in lieu of capital works (execution part) will be refunded after satisfactory completion of defect liability period provided the final bill has been paid for all type of works including capital work (execution part). 3.19 TIME SCHEDULE FOR CONTRACT ACTIVITIES For completion of the job in the prescribed time it is essential to maintain a timely and logical sequencing of the contract activities. 3.20 PRICE ESCALATION Price escalation clause of General Condition shall not be applicable for this work. Hence no price escalation amount shall be paid to the contractor for this work.
Distt. Dn. II Jodhpur

27

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

ANNEXURE A (List of SPECIFIED MAKES) SN PARTICULARS OF SPECIFIED MAKES EQUIPMENT Kirloskar Pune/ IVC/ Fouress/ Durga/ Shiv Durga/ Keystone/ Mayur/ Sluice Valve & Dual 1. Dulai/ IVP Nasik/ BEW Jaipur/ Audco/ VAG/ Jash/ Bharat Inustrial Plate check valve Corp./ Oriental Sluid Controls/ R&D Asian/ Shalimar/ Jenson & Nicholson/ Goodlac Nerolac/ ICL/ British 2. Paints Paint/ ICI ltd Bells Controls/ JN Marshal/ H Guru/Manometer India / Pricol/ Apian 3. Pressure Gauge Instruments/ General Instruments Pvt Ltd Signature of Tenderer or Authorized Representative 05 TECHNICAL SPECIFICATIONS 5.1 GENERAL STANDARDS Except as otherwise specified in this technical specification, the Indian/ International Standards and codes of practice in their latest version, National Building code, PWD specification of the state of Rajasthan and Manual of water supply of GOI shall be adhered to for the manufacturing, inspection, factory testing, packing, handling, transportation, laying, installation and site testing of all material and works. Should any product be offered to other standards, the equipment or product shall be equal to or superior to those specified and the documentary confirmation shall be submitted for the prior approval of the Engineer In-charge. If any material is not covered under these specifications than it shall be strictly as per relevant ISS. If any provision is prescribed in more than one Indian Standards, the specifications more stringent shall be used for the work. The use of different pipe material and other equipments in the contract shall be in accordance with the provisions given in the scope of work and the principals defined therein. 5.2 TOOLS & EQUIPMENTS The Contractor has to provide all the tools and equipments required for timely, efficient and professional implementation of the work as specified by the instructions of manufactures of material to be handled under this contract. On demand he shall provide to the Engineer in charge a detailed list of tools and equipment available. If in the opinion of the Engineer in charge the progress or the quality of the work cannot be guaranteed by the available quantity and type of tools and equipment, the contractor has to provide additional ones to the satisfaction of the Engineer in charge. 5.3 SPECIFICATIONS FOR DI PIPELINE 5.3.1 DI PIPES(FLANGED) The DI pipes to be provided for various piping arrangement in the proposed Elevated Service Reservoir viz. Inlet, Outlet, Overflow and Washout shall be of Welded on Flange PN 10 K-9 class (internally lined with CM lining) conforming to IS 8329 in the ranging between 4.5 and 6m suitable to the given staging / heights thereof. Rubber gaskets for use with flanged joints shall conform to IS 638. 5.3.2 SPECIALS Specials like puddle collar, duck foot-bend, enlarger/reducer for connection with existing pipes shall be of CI/DI unless in case of abnormal site conditions warranting use of M.S. specials. and spigots for insertion of valves and flanged specials. 5.4 SPECIFICATION OF SLUICE VALVE The specification covers supply of non rising stem type sluice valves used for water works purpose with nominal pressure rating of PN 1.0 and with cap and having double flanged ends for connection conforming to IS 14846:2000 PD type (amended up to date). The material for different component parts of sluice valve shall confirm to requirement given in table 1 of IS 14846 (amended up to date). The dimensions of all parts and mass of the sluice vales shall be as per IS 14846. (Amended up to date) Nominal size of valve shall refer to the nominal bore of the waterway. The actual bore at any point shall not be less than the nominal size required. Sluice valve shall be provided without bypass arrangement All coating shall be carried out after satisfactory testing of valves. All the un-machined ferrous surfaces of the valve (both inside and outside) shall be thoroughly clean, dry and shall be free from rust and grease before painted with one coat of aluminum red oxide primer confirming to IS 5660. Two coats of Black Japan

Distt. Dn. II Jodhpur

28

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

confirming to Type B of IS 341 or paint confirming to IS 9862 or IS 2932 shall be applied by brush or spray for exterior application. Testing: Each valve shall be tested to hydrostatic tests as described in Annexure-B of IS 14846 The following information shall be cast on each valve body in raised letters: (i) Manufacturers Name or trademark. (ii) Nominal pressure of valve P.N. 1.0 (iii) Nominal size of valve (mm) (iv) Heat number of cast (v) Year of manufacture (vi) Serial number in punch on top of flanges (vii) Standard mark of BIS (viii) Inspection mark of third party 5.5 SPECIFICATION OF SPRING LOADED DUAL PLATE CHECK VALVE The valve shall be of flanged type suitable for mounting on a horizontal pipeline. Valves shall possess high speed closing characteristics and be designed for minimum slam condition when closing. Dual plate check valves conform to API 594 and API 598. They shall have resilient sealing. The spring action shall optimize the equal closing rates of each plate especially when the friction coefficients are uneven due to one plate resting upon one another. The plates shall not drag on the seat while opening. The plates shall not vibrate under full or partial flow condition. The minimum body-wall thickness shall conform to those given in Table 1B of API Standard 594. The face-to-face dimensions of valves (including valves with ring-joint facings) shall conform to those mentioned in Table 2B of API Standard 594. The valve body shall be furnished with a clearly visible cat, forged, machined-in, or die-stamped arrow to indicate the direction of flow through the valve. Double Flanged quick closing non slam spring loaded dual plate generally conforming to API 594 for pressure rating as per requirement at particular section of size equivalent to the delivery pipe shall be provided with following material of construction: 1 2 3 4 5 6 7 8 9 10 Rating Body Plate Hinge Pin /Stop Pin Springs Body & Plate Seat Seal Retainer Body Bearing Plate Bearing As per requirement at particular section CI to IS 210 Gr FG 260 ASTM, A 216 Gr WCB SS. AISI 431 SS. AISI 316 13% Chromium overlay. EPDM Carbon Steel SS AISC 316 SS AISC 316

The following information shall be cast on each valve body in raised letters: (i) Manufacturers Name or trademark. (ii) Nominal pressure of valve P.N. 1.0 (iii) Nominal size of valve (mm) (iv) Serial number and Year of manufacture (v) Inspection mark of third party 5.6 Installation of DI Flanged Pipes DI welded to flanged pipes to be provided on proposed over head tank shall be joined with rubber gasket and nut bolts. Each pipe length shall be tied with RCC column with the clamps.

Distt. Dn. II Jodhpur

29

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

5.7 OVER HEAD SERVICE RESERVOIR (SR) 5.7.1 Safe Bearing Capacity: Department has presumed SBC of the site of OHSR as 80 KN/Sqm, however, contractor is required essentially undertake test of SBC at his cost through either from expert team of state/central government institution/department or from the agency after its prior approval of EIC. The SBC shall be determined at the level where footing of SR is proposed to be rest, which shall not be less than 2.0m. Necessary margin of increment in water content in post monsoon period and/or likely of other natural / un-natural source of water entry, shall be taken into consideration of final value of SBC adopted for design purpose. Contractor shall also undertake determination of other soil parameters like physical characteristic, liquidity & plasticity indices, and swelling characteristic; and opinion of soil expert would be obtained by the contractor at his cost over the nature/ precautionary measures in the construction of footing and implication in its design etc. The design of SR shall be carried out with SBC as 80 KN/Sqm in case the actual SBC is found equal or more than it, but the same shall be carried out with actual SBC in case it is less than 80 KN/Sqm and no additional payment shall be admissible for it. 5.8.1 Structural Design: OHSR is proposed in RCC Intz type of water containing structure resting upon RCC Columns bounded with RCC external braces spaced vertically not more than 4.0 meters center to center and erected upon RCC raft footing on minimum 150mm thick PCC (1:2:4). Based upon the SBC duly approved by department, the contractor is liable to prepare the structural design at his cost strictly in adherence with the provisions covered under IS:3370, IS:456 and IS:875 (all amended up to the date of construction). Grade of Cement Concrete shall not be leaner than M25. Effect of wind and seismic forces shall be taken to check safety and soundness of structure. Structural Design shall be got checked and complied from Structural Engineering Department of MBM Engg College Jodhpur / MNIT College Jaipur/ Govt. Engineering College Kota only. The design must provide capacity and staging of reservoir as defined in Scope of Work. And, free board not less than 300 mm shall be adequate to house over flow pipe; yet structural design to be carried out with full water column i.e. inclusive of free board. Minimum parameters of various elements are produced below: Thickness of Bottom Dome and Vertical Walls : 150 mm Thickness of Top Dome : 125 mm Free Board : 300 mm Dead Storage : 200 mm Plain Cement Concrete : 150 mm Minimum Grade of Cement Concrete suitable to Moderate conditions Plain Concrete : M 15 Reinforced Concrete : M 25 Reinforced Concrete in Water Returning Structures : M 30 Design and construction must include Hounching on both up and down face of bracing at their junction with RCC Columns Major Design features shall remain as produced below: Design of container part shall be based on WORKING STRESS method and the staging & foundation may be designed by adopting LIMIT STATE method. Tank portion shall be designed by using membrane theory and then it shall be checked and corrected for continuity analysis. It implies that higher of two forces arrived by membrane theory and continuity analysis shall be used for actual structural design. The design shall be based on 28 days characteristic strength of concrete. No increase of strength with age beyond 28 days characteristic strength of concrete shall be allowed in the design. Live load for top dome shall be 1500 N/Sqm and that for balcony & staircase shall be 3000 N/Sqm for design purpose. In vertical wall reinforcement shall be provided in two layers i.e. on both faces. For computing wind load, terrain 2 and class B structures shall be considered. For computing Siesmic load, zone 2 as per I.S.1893 shall be taken.
Distt. Dn. II Jodhpur

30

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

110 cm wide RCC staircase with 15-18 cm rise and 30 cm tread at outer periphery from ground level to last landing and RCC ladder from last landing to balcony shall be provided.

The maximum clear cover adopted shall be based up on IS 456-2000 and IS 3370 both, as the case is applicable, on various parts of tank. The conditions of design of structure shall be adopted as Moderate and accordingly the minimum cover is to be adopted as suggested in the I.S. PVC spacer blocks or blocks of same strength of that particular dimension shall be provided to maintain the clear cover to the reinforcement. 5.8.2 Design Mix & Testing Contractor is liable to get Mix Design at his cost for every lot of cement and/or change in quarry/gradation of fine/coarse aggregates. The mix design shall be performed preferably from state/central govt. institution/departments otherwise from ISO laboratory having expertise for it. 5.8.3 Construction: Contractor shall provide all necessary material, equipment & machinery, centering, shuttering, scaffolding, skilled & unskilled manpower to undertake construction strictly as per approved designs. 5.8.4.1 Cement Unless otherwise called for by the Engineer-in-charge, cement shall be ordinary Portland cement conforming to IS 8122 or IS : 12269. Only one type of cement shall be used in any one mix. The source of supply, type or brand of cement within the same structure or portion thereof shall not be changed without approval from the Engineer-In-Charge. Cement which is not used within 90 days from its date of manufacture shall be tested at a laboratory approved by the Engineer-In-Charge and until the results of such tests are found satisfactory, it shall not be used in any work. 5.8.4.2 Aggregates (General) It shall comply with requirement of IS 383 and as specified in IS 456-2000. Aggregates shall consist of naturally occurring stones (crushed or uncrushed), gravel and sand. They shall be chemically inert, strong, hard, clean, durable against weathering, of limited porosity, free from dust/slit/organic impurities/deleterious materials such as iron pyrites, cod, mica, slate, clay alkali, soft fragments, sea shells and conform to IS : 383. Aggregates such as slag, crushed over burnt bricks, bloated clay aggregates, sintered fly ash and tiles shall not be used. Aggregates shall be washed and screened before use where necessary or if directed by the Engineer-in-Charge. Aggregates containing reactive silica shall not be used. The maximum size of coarse aggregate shall be 20mm but in no case greater than of the minimum thickness of the member. For heavily reinforced concrete members as in the case of ribs of main beams the nominal maximum size of aggregate shall be restricted to 5 mm less than minimum clear distance between the main bars or 5 mm less than the minimum cover to reinforcement whichever is smaller. Coarse and fine aggregates shall preferably batched separately, specially for design mix concrete. The largest possible size, properly graded should be used in order to reduce water demand. Water used for both mixing and curing shall conform to IS : 456-2000 and free from injurious amounts of oils, acids, alkalis, salts, sugar, organic materials that may be deleterious to concrete or steel. The pH value of water shall not be less than 6. The Sample of water intended for use in mixing and curing of concrete shall be undertaken at the cost of contractor and will be got approved from EIC before its use 5.8.4.3 Reinforcement Reinforcement shall be any of the following : 1. High strength deformed steel bars confirming to IS 1786. 2. Hard drawn steel wire fabric confirming to IS 1566 3. Rolled steel Grade A made from structural steel to IS 2062. All reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil, mud or other coatings, which may destroy or reduce bond. 5.8.4.4 Mixing and Curing Constituents of Cement Concrete shall be taken on weigh basis and never on volumetric so as the strict observation would be made on water cement ratio. Concrete shall be mixed in a mechanical mixer conforming to IS 1791. The mixing shall be continued until there is uniform distribution of materials and the mass is uniform in color and consistency. If there is segregation after unloading, the concrete should be remixed. The exposed surface of concrete shall be kept continuously in wet condition by impounding or covering with layer of Hessian, or sackings and kept continuously wet for a period specified in IS 456: 2000 from the date of concreting.
Distt. Dn. II Jodhpur

31

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

5.8.4.5 Formwork The formwork may be of timber, plywood, steel, plastic or concrete depending upon the type of finish specified. Sliding forms and slip form may be used with the approval of the Engineer-in-Charge. Timber for formwork shall be well seasoned, free from sap, shakes, loose knots, worm holes, warps and other surface defects. Joints between formwork and structures shall be sufficiently tight to prevent loss of slurry from concrete, using seals if necessary. The faces of formwork coming in contact with concrete shall be cleaned and two coats of approved mould oil applied before fixing reinforcement. All rubbish, particularly chippings, shavings, sawdust, wire pieces dust etc. shall be removed from the interior of the forms before the concrete is placed. Where directed, cleaning of forms shall be done by blasting with a jet of compressed air at no extra cost. Forms intended for reuse shall be treated with care. Forms that have deteriorated shall not be used. Before reuse, all forms shall be thoroughly scraped, cleaned, nails removed, holes suitably plugged, joints repaired and warped lumber replaced to the satisfaction of the Engineer-in-Charge. The Contractor shall equip himself with enough shuttering to allow for wastage so as to complete the job in time. Permanent formwork shall be checked for its durability and compatibility with adjoining concrete before it is used in the structure. It shall be properly anchored to the concrete. Wire ties passing through beams, columns and walls shall not be allowed. In their place bolts passing through sleeves shall be used. Formwork spacers left in-situ shall not impair the desired appearance or durability of the structure by causing sapling, rust staining or allowing the passage of moisture. Forms for substructure may be omitted when, in the opinion of the Engineer-in-Charge, the open excavation is firm enough (in hard non-porous soils) to act as a form. Such excavations shall be larger, as approved by the Engineer-inCharge, than that required as per drawing to compensate for irregularities in excavation. The Contractor shall provide adequate props carried down to a firm bearing without overloading any of the structures. Formwork showing excessive distortion, during any stage of construction, shall be repositioned and strengthened. Placed concrete affected by faulty formwork, shall be entirely removed and formwork corrected prior to placement of new concrete at Contractors cost. 5.8.4.6 Check for Reinforcement and concreting All reinforcement shall be checked and recorded prior to pouring of concrete by an authorized representative of the engineer in Charge. Similarly the entire concrete pouring work shall be done in the presence of authorized representative. The contractor shall therefore give a notice of a minimum three days to the engineer in Charge or his representative such that the works can be checked by him or his authorized representative. 5.8.5 Stairs, Ladder and Railing Structure shall be associated with RCC built in spiral stairs up to the balcony level having minimum clear carriage way of 1000mm, rise not more than 180mm and tread not less than 300mm at outer periphery. Stair shall be provided with railing in 20mm NB GI pipes of minimum 1.2m height. And, aluminum ladder shall be provided for downstairs inside the tank from top to bottom dome. The inner ladder of the tank shall be made up of aluminum C section 2-1/2" x 2-1/2" x 6 mm thick and aluminum pipe 25 mm dia 3 mm thick - 18" long cross pipe @ 25 cm center to center. Hand railing around the middle ring beam (balcony), staircase and landings consisting of 25 mm diameter medium B class GI pipes in two rows (One at top and other at middle level) and 1200 mm high vertical pipe of 50 mm diameter at 1 mtr center to center, with all accessories like elbows, tees etc. including welding, threading and embedding in cement concrete floor with the reinforcement of the concrete. A piece of flat iron section shall be welded at the bottom of the vertical pipe for proper grip. Railing shall be protected against corrosion after welding. 5.8.6 Man Hole & Ventilator Top dome shall be provided with opening (Man Hole) of suitable dimensions (60 x 60 cm) along with its cover in 3mm thick aluminum to facilitate entry of normal human in the event of internal work. The base frame angle in 40mm x 40mm x 6mm shall be fixed with CC and cover angle of also of 25mm x 25m x 6mm all around rectangular periphery as well as diagonally at inside of cover Ventilator of 900 mm dia and 600 mm high is to be provided on top of the dome by casting in concrete having opening in all around having angle aluminum frame of 50 x 50 x 6 mm and flat iron beading of 25 x 3 mm with fixed wire gauge 16 mesh x 24 gauge and 25 sq mm mesh of 3 mm dia wire duly welded for inside and welded mesh having angle aluminum frame of 50 mm x 50 mm x 6 mm and flat iron beading of 25 x 3 mm with welding mesh 50 x 50 x 6 mm for outer side. The top of ventilator shall be normally reinforced slab of M-25 grade. 5.8.7 Piping and Valve Contractor shall provide all necessary material, install, test and commission; for the four vertical piping in the SR as covered in the Scope of these tender. These are for inlet, outlet, overflow and washout purposes. The pipes shall be DI pipes welded to flange fitted with rubber gasket and nut bolts. Each pipe length shall be firmly hold
Distt. Dn. II Jodhpur

32

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

with RCC Column through MS clamps (50 mm wide x 6 mm thick with minimum 2 numbers of clamp to each pipe length). The water retaining structure shall be provided with CI/DI puddle collar with the size suitable to respective pipe size. The puddle collar shall be fixed at its position before concreting and must have three flanged viz. one at each of two faces and one intermediate to be encased in RCC component. At the bottom of each of vertical pipe, duck foot bend along with base concrete shall be provided to provide firm base to the pipe. Same DI weld to flange pipe shall continue thereafter as lead to a safe distance away from OHSR, to join with the existing pipelines. It shall include provision of one sluice valve of same nominal bore as that of respective pipe as well as CI/DI special to join with existing pipelines. 5.8.8 Water Level Indicator Water level indicator consisting of an approved stainless steel (SS-416 grade) float and iron counter weight and connected by steel flexible wire passing over aluminum pullies fixed on 25 mm GI medium class pipes installed shall have to be provided. The scale shall be calibrated in cm and should consist of MS sheet 20 gauge fixed over wooden plank with an MS angle iron frame of 35 mm x 35 mm x 5 mm and painted with white enamel paint radium letters in black and red. The scale shall be located and fixed with RCC columns at 2 mtr above the GL of ESR. 5.8.9 Lightning Arrestor Contractor shall provide and install lightening conductor final made of 25 mm. Dia 2 m Long copper bar to be provided at the top of the ESR and connected by an aluminum strip of 25mm wide x 4 mm thick up to the copper earth plate of 600x600x6 mm thick embedded in the earth pit to be constructed as per PWD specification and as per code E150200 of PWD BSR 2005. 5.8.10 Color Wash and Slogan Painting, and Painting Contractor shall provide finishing coats on all external RCC faces with water proof cement paint with three or more coats of approved brand & manufacture and in approved shade to give an even shade incl. Similar 3-coats of cement paint shall also be provided on internal parts of water retaining structure up to the FSL and Bitumen epoxy paint above FSL including roof slab / dome including Scaffolding. It shall also include writing with paint, slogan as per advice of department on the walls of tank. All metallic surfaces shall be given 2 coats of red oxide followed with Black Japan paint of approved make. 5.8.11 Plinth Protection Plinth protection work shall be constructed below the service reservoir. It shall be extended up to 1.00 meter from fall of balcony or edge of raft slab, whichever is more all around the SR. It shall consist of laying lean concrete 100 mm thick in M10 over compacted soil. Over the lean concrete, brick on edge as flooring or R.R. stone flooring in 1:4 cement mortar shall be provided. Along this plinth protection provision of toe wall of M15 grade cement concrete 150 mm wide over the base of lean concrete of M10 shall be provided. Side slope of plinth protection shall be in 1 in 50 outward and peripheral slope should be 1 in 500.

5.8.12 Testing & Commissioning Contractor at his cost shall provide all necessary equipment and arrange tests of various material viz. cement, fine & coarse aggregates, concrete strength after 7 as well as 28 days in every batch concreting. The tests shall be carried out from ISO approved laboratory or any state/central government institution/department. Contractor shall be liable to take measures on finding any of parameter below the standard and decision by EIC in this regard shall be final. After satisfactory and complete construction, department shall arrange power and water to fill in tank through existing pipe line and contractor shall provide all other necessary arrangements to undertake final testing of water tank filled with water up to its F.S.L. and kept stand for the days prescribed by EIC. The filling of tank shall be in gradual course. Any sign of water leakage / defects / crack would then have to be rectified / revitalized by the contractor at his cost. Testing of tank shall be done as included in relevant IS 3370 (Part-I)-1965 (amended up to date) in its clause 10.1.1 which states "tanks whose external faces are exposed such as elevated tanks, the requirements of the test shall be deemed to be satisfied if the external surfaces shows no signs of leakage and remain apparently dry over a period of observation of 7 days after allowing a 7 day period of absorption after filling. In case the above criterion is not met then the provisions of it code clause no 10.1.3 shall be followed. 5.9 MULTIPURPOSE ROOM A multipurpose room is included in the scope of work to be provided at the bottom of tank with the coverage to entry of stairs, so as to prevent unwarranted access. The room (minimum 2.5 m height or up to first bracing whichever is more) should be constructed with stone masonry in 30 cm thick CM 1:6 and roofing in AC Sheets resting over Angle Frame.
Distt. Dn. II Jodhpur

33

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

The walls shall be 20mm thick plastered inside with CM 1:6, deep grooved pointing outside with CM 1:3, 65 mm thick flooring with CC 1:2:4. The room shall be provided with one door of 1.0 m wide x 2 m height in EZ-7 ISI marked frame with MS flat 230x16x3 mm size hold fast embedded in CC 1:3:6 and leaf in MS sheet 22 SWG fitted in angle iron frame of 35x35x6 mm suitably braced with 25mm flat iron above and below lock rail 50x5 mm size with beading including all fitting including locking arrangements complete as per directions of EIC. 5.10 DAMAGE TO PUBLIC UTILITIES All precautions shall be taken during excavation and laying operations to guard against possible damage to any existing structure etc. 5.9 DAMAGE TO OTHER SERVICES Contractor shall take the necessary precautions avoid the damage to other services such as water supply lines, telephone cables, electrical cables, storm water drains etc. in case of any damages to any of the services, contractor shall be responsible for restoring the facilities in bare minimum time at his own cost. The other utility services and traffic shall be maintained as per standard engineering practices. 5.11 INSTALLATION OF VALVES All valves including Air, Sluice and Scour valves shall be installed at the locations specified by the engineer-in-charge. The installation of valves shall be made according to the instructions of the manufacturer and the Engineer in Charge. For installation of valves, flanged pipes and specials and suitable tailpiece with detachable joint shall be used. The washout and overflow pipes shall be laid safely up to the distance as directed by EIC.

5.12 FLUSHING AND DISINFECTING After testing and commissioning the contractor shall flush the tank and pipes as approved by the Engineer-in charge for want of flushing and disinfection. 5.13 CLEARING THE SITE All surplus materials, and all tools and temporary structures shall be removed from the site as directed by Engineer-inCharge and the construction site left clean to the satisfaction of Engineer-in-Charge. 5.14 SPECIFICATIONS FOR CIVIL WORKS 5.14.5 MATERIALS & STANDARDS The term materials shall mean all materials, goods and articles of every kind whether raw, processed or manufactured and equipment and plant of every kind to be supplied by the Contractor for incorporation in the Works. Materials and workmanship shall comply with the National Building code, the Rajasthan PWD (B&R) specification and explanatory notes for building and house drainage and relevant Indian Standards (with amendments up to date) on the date of submission of the tender. In case where the PWD specification and the specifications given below are silent about aspects in respect of any item, the work shall be carried out as per the relevant IS code of practice in the latest version and as per sound engineering practice as decided by the Engineer in charge. All concrete structures shall be erected on a layer of lean concrete of 15 cm in M-10 grade otherwise mentioned in the drawing enclosed. Except as may be otherwise specified for particular parts of the works the provision of clauses in Materials and Workmanship shall apply to materials and workmanship for any part of the works. All materials shall be new and of the kinds and qualities described in the Contract and shall be at least equal to approved samples. The specifications, standards and codes listed below are considered to be part of this Bid specification. All standards, specifications, codes of practices referred to herein shall be the latest editions including all applicable official amendments and revisions. In case of discrepancy between two standards the provisions more stringent shall be followed. In case of discrepancy between the Tender Specifications and the Standards referred to herein, the stringent specifications shall govern. IS No. 4082: 7969 875 (Part 1 to 5) 3764: 1992 1904 1200 Title Recommendation on stacking and storage of construction materials at site (first revision) Safety code for handling and storage of building materials Code of practice for design loads (other than earthquake) for buildings and structures Excavation work - Code of safety (first revision) Foundations Method of measurements.
Distt. Dn. II Jodhpur

34

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

IS No. Title 1597 Code of practice for construction of stone masonry. 2066 Structural steel (confirming to grade A shall only be used) 456 Code of practice for plain and reinforced concrete 3370 Pt I to IV Code of practice for Water Retaining Structures 383 Coarse and fine aggregates from natural resources for concrete 8112 43 grade ordinary Portland cement 12269 53 Grade ordinary Portland Cement 1489 Portland Pozzolana cement (Fly ash based) 1786 High strength deformed steel bars and wires for concrete reinforcement 1566 Hard drawn steel wire fabric. 516 Method of test for strength of concrete 650 Standard sand for testing of cement 1199 Methods of sampling and analysis of concrete 2502 Code of practice for bending and fixing of bars for concrete reinforcement 2505 Concrete vibrators - Immersion type - General requirements 4926 Ready mixed concrete 9012 Recommended practice for Concreting 7861 Recommended practice for hot weather concreting (Part-I) 9103 Admixtures for concrete 10262 Recommended guidelines for concrete mix design 12017 Construction Joints 14687 Form work 3720 Method of Test for Soils 1988 Determination of SBC 1893 Criteria for earthquake resistance design and structures 2950 Design of Raft foundation 13920 Ductile detailing of Reinforcement 5.14.6 SAMPLES AND TESTS OF MATERIALS The Contractor shall submit samples of such materials as may be required by the Engineer-in-charge and shall carry out the specified tests directed by the Engineer-in-charge at the Site, at the suppliers premises or at a laboratory approved by the Engineer-in-charge. Samples shall be submitted and tests carried out sufficiently early to enable further samples to be submitted and tested if required by the Engineer-in-charge. Approval by the Engineer-in-charge as to the placing of orders for materials or as to samples or tests shall not prejudice any of the Employers powers under the Contract. 5.14.7 EARTHWORK FOR VALVE CHAMBERS/ BLOCKS EXCAVATION Excavation for permanent work shall be taken out to such widths, lengths, depths and profiles as are shown on the approved drawings or such other lines and grades as may be agreed with the Engineer-in-charge Rough excavation shall be carried out to a depth of 150 mm above the final level. The balance shall be excavated with special care. Soft pockets shall be removed below the final level and extra excavation filled up with material as approved by the Engineer-in-charge. The final excavation should be carried out just prior to laying the blinding course. To facilitate the permanent works the Contractor may excavate, and also backfill later, outside the lines shown on the approved drawings or as agreed with the Engineer-in-charge. Should any excavation be taken below the specified elevations, the Contractor shall fill it up with material as approved by EIC up to the required elevation at no cost to the department. All excavations shall be to the minimum dimensions required for safety and ease of working. Prior approval of the Engineer-in-charge shall be obtained by the Contractor in each individual case, for the method proposed for the excavation, including dimensions, side slopes, dewatering, disposal, etc. This approval shall not in any way relieve the Contractor of his responsibility for any consequent loss or damage. The excavation must be carried out in the most expeditious and efficient manner. Side slopes shall be as steep as will stand safely for the actual soil conditions encountered. Every precaution shall be taken to prevent slips. Should slips occur, the slipped material shall be removed and the slope dressed to a modified stable slope. FILL, BACKFILLING AND SITE GRADING GENERAL All fill material shall be subject to the Engineer-in-charges approval. If any material is rejected by Engineer-in-charge, the Contractor shall remove the same forthwith from the site. Surplus fill material shall be deposited/disposed off as
Distt. Dn. II Jodhpur

35

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

directed by Engineer-in-charge after the fill work is completed. No earth fill shall commence until surface water discharges and streams have been properly intercepted or otherwise dealt with to the approval of the Engineer-in-charge.

MATERIAL To the extent available, selected surplus soil from excavations shall be used as backfill. Backfill material shall be free from lumps, organic or other foreign material. All lumps of earth shall be broken or removed unless otherwise stated. Where excavated material is mostly rock, the boulders shall be broken into pieces not larger than 150 mm size, mixed with properly graded fine material consisting of murrum or earth to fill the voids and the mixture used for filling. If fill material is required to be imported, the Contractor shall make arrangements to bring such material from outside borrow pits. The material and source shall be subject to the prior approval of the Engineer-in-charge. The approved borrow pit areas shall be cleared of all bushes, roots of trees, plants, rubbish, etc. Topsoil containing foreign material shall be removed. The materials so removed shall be disposed of as directed by Engineer-in-charge. The Contractor shall provide the necessary access roads to borrow areas and maintain the same if such roads do not exist. 5.14.8 CONCRETE

GENERAL The Engineer-in-Charge shall have the right at all times to inspect all operations including the sources of materials, procurement, layout and storage of materials, the concrete batching and mixing equipment and the quality control system. Such an inspection shall be arranged and the Engineer-in-Charges approval obtained, prior to starting of concrete work. This shall, however, not relieve the Contractor of any of his responsibilities. All materials which do not conform to the Specifications shall be rejected. Materials should be selected so that they can satisfy the design requirements of strength, serviceability, safety, durability and finish with due regards to the functional requirements and the environmental conditions to which the structure will be subjected. Materials complying with codes/standards shall generally be used. Other materials may be used after approval of the Engineer-in-Charge and after establishing their performance suitability based on previous data, experience or tests. 5.15 Nuts and bolts Nuts and bolt shall be of best quality carbon steel, machined on the shank and under the head and nut galvanized. Bolts shall be of accurate length so that only one thread shall show through the fully tightened condition. Nuts and bolts shall conform to IS: 1363 and IS: 1367. 5.16 FLANGED CI SPECIALS The cast iron fianged specials (flanged spigot, flanged socket, flanged tapers, flanged tees, bends, blank flanges, etc.) shall be manufactured and tested according to IS: 1536, 1537 and 1538 respectively. The flange dimensions shall conform to IS: 1538 (part-l to XXII). The specials shall be internally and externally coated wlth hot applied (dip) bituminous paint. All flanged specials shall be used for nominal pressure of 10 kg/ cm2 (1Mpa). Flanged specials shall be supplied with the required bolts, nuts and rubber gaskets. The nut & bolts shall be supplied in jute bag; rubber gasket shall be supplied in a polyethylene bags. 5.17 Quality control on works and material

The contractor shall be responsible for the quality of the works in the entire construction works within the contract. He shall therefore have his own independent and adequate setup for ensuring the same as per specification.
Distt. Dn. II Jodhpur

36

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

5.18 1.

List of Drawings General Arrangement drawing of OHSR

Signature of tenderer with seal ..

2.

Volume of Work

The contractor shall carryout all works wholly in accordance with the terms and conditions of the contract to fulfill all the requirements of the project and the tender documents. All the material used, and the equipment installed shall be as per the specifications defined in the contract and the work shall be executed with good engineering practices. Generally the following activities shall be carried out for each component of this contract but shall not be limited to: Submission of all documents required according to the Contract (security money/guarantee, etc.). Submission of Action Plan/Execution Schedule in accordance with the provisions of Special Conditions Part A for approval of the Engineer in Charge. In case it is felt necessary to provide surge protection system, cost of the same should be included in the lump sum offer. In no case the size of the pumps will be less than the pumps proposed in the TD. Getting approval of material to be used, equipment specifications and the samples, prior to dispatching / installing /commissioning of work on site. Unless mentioned otherwise, if for any specific provision, references have been made in more than one specification, the provision more stringent shall be applicable. Submission of the specifications, catalogs and the technical data sheets of all the equipment, electrical/ instrumentation To co-ordinate with the O&M staff and concerned officers of PHED, PWD, Railway, Forest, Mining, electric supply company and personnel of local water supply system (for carrying out the installation of new equipment), with the district administrative offices and other offices for necessary approvals and certificates. Manufacturing, shop testing, pre-dispatch inspection, transportation to site, providing transit insurance, storage, handling at site, installation, sectional testing, pre-commissioning testing, commissioning and trial runs for all components of the system and the system as a whole, including the hydraulic, mechanical, electrical, ElectroMechanical and instrumentation equipment. The bidder shall be responsible for any damage occurred to the telephone lines, OFC cables, cutting of trees, cables, distribution/ rising water mains and gas pipes, drains while laying clear water pipeline, and shall be liable to pay the amount levied by respective department(s) for the repair and/ or damages so occurred. In case of railway crossing of the pipe line will be executed by the contractor as per direction of Railway Authority. Total cost of Railway crossing as per the demand of Railway, will be given by contractor. Bidder shall be responsible for co-ordination with the Railways for timely execution of Railway crossing works. The material and fittings required as per railways requirement will be supplied and installed by the contractor for which no extra payments will be admissible No time extension will be granted on ground of delay in railway crossing work. In addition to the above, the following shall also form a part of the scope of work: Arrangement of adequate security, watch and ward of the system during the execution period to safeguard the equipment and completed section of the work from any type of mishandling, theft, fire and other hazards, etc. shall be made in addition to the above requirements. Restoration of PHEDs premises/road etc. after completion of the work shall also be a part of the work. 2.1 VOLUME OF WORK: (i) For the pipes, the Contractor shall provide all the necessary specials, valves, appurtenances, meters etc. in consideration to the use of special, its location, etc according to the class of pipeline. (ii) (iii) (iv) Supplying, installation, testing & commissioning of pumping machinery at proposed pump house with all associated mechanical; electrical & instrumentation works. Construction of RCC CWR with all fittings including puddle collars, inlet outlet and overflow pipe. Construction of masonry pump house with pumping machinery and EMI work.

The details of these components are as under 3. TECHNICAL SPECIFICATION:

Distt. Dn. II Jodhpur

37

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

3.1 PIPELINE 3.1.1 uPVC Pipeline (minimum class-3& class-4)

The contract shall be covering manufacturing, supply and delivering of: Un plasticized PVC pipes, socket & spigot type (of minimum working pressure rating of 6 kg/cm2 for class-3 and 8kg/cm2for class 4) along with elastomeric sealing ring (EPDM rubber) joint bearing ISI mark as per relevant Indian standards. Bell ended pipes shall not be acceptable. STANDARDS: UPVC pipe with elastomeric sealing ring The UPVC pipes supplied and delivered under the scope of this contract shall be manufactured in accordance and conforming to IS: 4985-2000 or its latest revision or amendments with ISI certification mark. Elastomeric sealing ring shall be in accordance with one of the types as per IS 5382 & it shall be EPDM rubber ring with ISI mark. TEMPERATURE VARIATIONS : All the pipes and couplers to be manufactured, supplied and delivered shall be subjected to weather conditions like sun, dust, rain, wind and available in state of Rajasthan. They shall be also subjected to carry and convey drinking water under variable temperature conditions ranging from 4 C0 to 45 C0. MARKING : The methods of marking all the pipes to be delivered under scope of contract shall ensure that all the information will remain eligible even after transportation, storage in open space etc. In general the legible and indelible marking upon the goods shall indicate the followings. A. B. C. D. E. F. G. Manufactures name or trade mark Outside diameter. Class of pipe and pressure rating Batch or lot number ISI certification mark on each pipe Purchasers mark as PHED be inscribed Any other important matter that the manufacturer or purchaser deems fit to be inscribed.

PACKING AND HANDLING: When the materials are transported a Railway risk special packing as per IRCA rules and absolutely necessary for which the extra cost, if any, shall be borne in total by supplier only. The supplier shall have proper handling instruments/equipments and shall follow to a suitable method of handling of pipes as may be approved by Engineer, while unloading and stacking material in the stores. MATERIAL AND WORKMANSHIP: General requirements of materials and workmanship shall mean any material or article either raw or finished one required to be used in the manufacturing process of pipes. All the material shall be new and of high quality.

TECHNICAL SPECIFICATION FOR UPVC PIPES SUPPLY OF MATERIAL The general requirement relating to supply of material and manufacture of UPVC pipes and shall be conforming to the relevant Indian standard specification No. 4985 -2000 or its latest revision. The pipe shall be with ISI mark. The dimension, material compositions, tests etc. shall be as per IS 4985-2000 or with its latest revision or amendments. Each pipe shall be marked with ISI certification marks. The minimum & maximum wall thickness of the pipe shall be as specified IS : 4985-2000. The colour of pipes shall be as per IS 4985-2000. PVC pipes with elastomeric sealing ring joint pipe it shall be as per IS specification 4985-2000.

ELASTOMARIC SEALING RING It shall be in accordance with one of the types (Type 1 to Type 6) as per ISS 5382. The sealing ring shall be EPDM rubber ring. The sealing ring shall be with ISI mark. The lubricant applied for jointing of elastomaric rubber ring shall be of good quality and comply the following specifications. a. Must have paste like consistency and be ready for use, preferably soap jelly.
Distt. Dn. II Jodhpur

38

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

b. Has to adhere wet and dry surfaces of uPVC pipes and rubber ring. c. Must be non toxic d. Must be water soluble e. Must non affecting physio chemical and organoleptic properties of drinking water carried on the pipe. f. Must not have an objectionable odour. g. Must not harmful to the skin. THE TESTS AS PER ISS 4985-2000 WILL BE CARRIED OUT BY THIRD PARTY INSPECTING AGENCY OR BY THE REPRENTATIVE OF THE DEPARTMENT OR BOTH AS FOLLOWS: Sampling : Sampling should be done as per clause no 12 of IS 4985-2000 Visual appearance: The visual appearance of pipes shall be as per clause no 10.1 of IS 4985-2000. Opacity: The opacity tests for pipes shall be carried out as per clause No. 10.2 of IS 4985-2000. Reversion Test : the reversion test shall be carried out as per clause no 10.4 of IS 4985-2000. Vicat softing temperature Test : The vicat softening temp. test shall be carried out as per clause no 10.5of IS 4985-2000. Density : This test shall be carried out as per clause No. 10.6 of IS 4985-2000 the value shall be between 1.40 & 1.46 Sulphated ash content Test : This test shall be carried out as per clause no 10.7 of IS 4985-2000. The sulphated ash content in PVC pipe shall not exceed 11 %. Resistence to External Blows at 0 0C : This test shall be carried out as per clause no 11.2 of IS 49852000.

LONG TERM TEST a) Type test and internal hydrostatic pressure test (as per clause no 11.1 of IS 4985-2000) and Test for effect on water (as per clause No. 10.3 of IS 4985-2000) shall be carried out as prescribed in IS 4985-2000 or its latest revision or amendments at fixed intervals as specified by BIS. TEST FOR PVC RESIN FOR PIPE : It shall be sufficient to show the certificate of chemical test (in accordance with IS 4669) to the inspecting authority for composition based on PVC resin having a K value of 64 or greater when tested in accordance with IS 4669.

Specials and Fittings Specials and Jointing Material for UPVC Pipes Types of specials The following types of PVC fittings shall be manufactured and tested in accordance with IS: 7834-1975. The specials shall be provided as per provisions of IS 7834-1975 Part I to VIII. double socket bends (900, 450, 22 1/2 0, 11 1/4 0) double socket branch flanged tee all socket tee. Union Caps PVC coupling- PVC coupling confirming to relevant IS codes including using solvent cement solution. The solvent cement should be used at the time of laying and jointing of PVC. pipes. 3.1.2
DUCTILE IRON PIPES

Ductile pipes to be used in the contract shall be centrifugally cast (spun) Ductile Iron Lined pipes suitable for Water and Sewage & conforming to IS 8329: 2000 with internal cement mortar lining. Ductile Iron Specials such as bends, Tees, Tapers, tail pieces etc, shall be confirming to the IS 9523: 1980. Unless in case of abnormal site conditions warranting use of MS specials, all specials on DI pipe line shall be of DI.

Distt. Dn. II Jodhpur

39

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

The fittings should preferably be manufactured by a manufacturer of the pipes. In case they are not, it will be the responsibility of the manufacturer of the fitting to provide fitting which commensurate with the supplied DI pipes. The special manufacturer will however be responsible for the compatibility and quality of the products. Supplies of rubber gaskets shall be done by the contractor confirming to the relevant specifications. Contractor shall preferably take them from the approved vendor of the manufacturer of the pipe. WORKING LENGTHS AND TOLERANCES For all purposes, the lengths of the pipes shall be the length as defined in IS 8329. The pipes will be supplied in standard lengths as per the provisions in the standards (IS 8329), to which the manufacturing confirms (IS 8329). The ends shall be suitably rounded and/or chamfered ends. Any tolerance in the stipulated lengths will be as per the provision of the standards to which it has been manufactured. The tolerance in diameter, thickness, ovality & permissible deviation from straight line shall be as per the standards to which the pipe is manufactured (IS 8329) STANDARDS FOR RUBBER GASKET Each pipe of the push on joint variety will also be supplied with a rubber EPDM gasket. The gaskets will confirm to the provisions of IS 5382:1985. Material of rubber gaskets for push-on mechanical or flanged joints shall be compatible with working pressure and temperature at which the water is to be conveyed. Rubber gaskets for use with flanged joints shall conform to IS: 638. While conveying potable water the gaskets should not deteriorate the quality of water and should not impart any taste or foul odour. The flanged joints shall confirm to the provisions of IS 8329. The pipe supply will also include one rubber gaskets for each flange. INSPECTION AND TESTING: The DI Double Flanged pipes supplied by the contractor will be subjected to following tests as per IS 8329 for acceptance: Visual and dimensional check as per IS 8329 Mechanical Tests as per IS 8329 Hydrostatic Test as per IS 8329. Any other tests required as per the provisions to which the supplied pipe confirms i.e (IS 8329) The test reports for the rubber gaskets shall be as per acceptance tests of the IS 5382 . The sampling method for testing shall be as per the provisions of the standards to which they are manufactured. MARKING All pipes will be marked as per provisions of IS 8329 and subjected to the following minimum requirements : 1. Manufacturer name/ stamp with last two digits of year of manufacturing i.e. 07 2. Nominal diameter 3. Class reference 4. Manufacturing standards to which the pipe confirms (IS 8329), and BIS certification mark. 5. Mark of the pre-dispatch inspecting authority LUBRICANT FOR DUCTILE IRON PIPES AND SPECIALS General This section covers the requirements for lubricant for the assembly of Ductile Iron pipes and specials suitable for Tyton push-in rubber ring joints SPECIFICATIONS The lubricant has to have the following characteristics: must have a paste like consistency and be ready for use has to adhere to wet and dry surfaces of DI pipes and rubber rings to be applied in hot and cold weather; ambient temperature 0-50 C, temperature of exposed pipes up to 70 C must be non toxic must be water soluble must not affect the properties of the drinking water carried in the pipes must not have an objectionable odour has to inhibit bacterial growth
Distt. Dn. II Jodhpur

40

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

must not be harmful to the skin must have a shelf live not less than 2 years ACCEPTANCE TESTS They shall be conducted in line with the provisions of the IS 9523 4. Valves General The sluice valve will confirm to IS: 14846. The material to be supplied under this sub-section shall include but not be limited to the following: All necessary fittings including bolts, nuts, gaskets, backing rings, counter flanges, jointing material etc. as required. Sluice Valves This section covers the requirements for non-rising stem type sluice valve from 50 mm to 600 mm size. The valves will be used for water supply on line installations in upright positions, up to 500 C working temperature, with double flange and cap or hand wheel, for manual operation. Nominal Pressure and Dimensions The working pressure of the valves shall be 10 kg/cm2 (PN 1.0) and shall be long body type The dimension of the sluice valves shall be in accordance with IS: 14846. The flanges and their dimensions of drilling shall be in accordance with IS: 1538. Coating All components susceptible to corrosion attack shall be coated internally and externally. Protective coating shall always be applied to the individual components before they are assembled, following shot blasting to give good adhesion. Kinetic Air Valve General 1) The valves shall be as per the scope of work. The valves shall be capable of exhausting air from pipe work automatically when been filled. Air being released at a sufficiently higher rate to prevent the restriction of the Inflow rate. Similarly the valve shall be capable of ventilating pipe work automatically when being emptied. The air inflow rate being sufficiently high to prevent the development of a vacuum in pipeline. The valve shall automatically released air accumulating in pipeline work during normal working condition. 2) Air valves shall be tamper proof & of double orifice type with a large orifice for ventilation for exhaust of the pipeline and small orifice for release of air under working pressure. The valve shall be suitable for maximum working pressure in the system. All air valves shall be provided with isolating valve and flanged end connection. 3) Air valves shall be designed to prevent premature closure prior to all air having been discharged from the line. The orifice shall be positively sealed in the close position but float (Ball) shall only be raised by the liquid and not by mixture of air and liquid. The sealing shall be design to prevent the floats striking after long period in the close position. 4) For outlets with above ratio less than three, then the joints will be of plate reinforcement type. 5) The aperture of valves must be properly designed for which the contractor shall submit design calculations for necessary approvals before the procurement of valves. 6) The air valve should be as per AWWA 512-92/ IS-14845. 7) All branched outlets, including air valve, Tees will be provided with one BSP coupling duly plugged for measurement of pressure in due course. The closing plug will be in Stainless Steel (AISI 304 or equivalent) with Hex. Head. and will be provided with copper washer for sealing. 8) All flanges will be drilled as per I.S. 1538. 9) The gaskets shall be of nitrile rubber. Material of Construction (1) Body (2) High Pressure Orifice & Plug (3) Low Pressure Ball (4) High Pressure Ball : CI IS 210 Gr FG 260 : St. Steel AISI 410/LTB 2 : Stainless steel float : Stainless steel float.

Distt. Dn. II Jodhpur

41

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

5.

(5) Low Pressure Seat Ring : Dexine (Nitrile Rubber) (6) Sluice Valve : Isolating Sluice Valve conforming to IS 14846 (7) Spindle : Stainless steel (8) Bolts & Nuts : MS TRANSPORTATION, HANDLING AND STORAGE

Transportation of pipes & specials and Storage:The Contractor has to transport the pipes and other materials from manufacturer to the site of laying as indicated by the Engineer. Pipes should be handled with care to avoid damage to the surface and the socket and spigot ends, deformation or bending. Pipes shall not be dragged along the ground or the loading bed of a vehicle. Pipes shall be transported on flat bed vehicles/trailers. The bed shall be smooth and free from any sharp objects. The pipes shall rests uniformly on the vehicle bed in their entire length during transportation. Pipes shall be loaded and un-loaded manually or by suitable mechanical means without causing any damage to the stacked pipes. The transportation and handling of pipes shall be made as per IS 12288. Handling instructions of the manufacturers of the pipes shall be followed. All precautions set out shall be taken to prevent damage to the protective coating, damage of the jointing surfaces or the ends of the pipes. Whatever method and means of transportation is used, it is essential that the pipes are carefully placed and firmly secured against uncontrolled movement during transportation to the satisfaction of engineer. When using mechanical handling equipment, it is necessary to employ sufficient personnel to carry out the operation efficiently with safety. The pipes should be lifted smoothly without any jerking motion and pipe movement should be controlled by the use of guide ropes in order to prevent damage caused by pipes bumping together or against surrounding objects. Rolling or dragging pipes along the ground or over other pipes already stacked shall be avoided too. The pipe should be given adequate support at all times. Pipe should be stored on a reasonably flat surface free from stones and sharp projections so that the pipe is supported through out its length. In storage, pipe racks should provide continuous support and sharp corners of metal racks should be avoided. Pipes should not be stacked in large piles for all pipes and especially under warm temperature conditions. Socket and Spigoted pipes should be stacked in layer with sockets placed in alternate ends of the stack to avoid lop sided stacks. Pipes should not be stored inside another pipe. On no account the pipes should be stored in stressed or bent condition or near the sources of heat. Pipes should not be stacked more that 1.5 m high and pipes of different sizes and classes should be stacked separately. The ends of the pipes should be protected from abrasion. The Contractor shall provide proper and adequate storage facilities to protect all the materials and equipments against damage from any cause whatsoever and in case of any such damage/theft, the Contractor shall be held responsible. The contractor will lay the pipelines along the alignment as per the Layout given by the Engineer Incharge or his authorized representative. The layout shall be given keeping in view the information available regarding existing services like water lines, sewers, telephone and electric lines/ cables. In the event some services fall in the alignment of lines to be laid, the contractor shall have to shift the alignment of such services. The contractor shall take all due care to avoid damage to any such services and, in case of any damage occurring to them in progressing the work, the contractor shall make good the same at his own cost. No additional time and payment shall be allowed on this account. Rubber rings shall be handled and stored in their original packing, protected against sunlight and contacts with petroleum product, solvents and paints. The contractor shall provide suitable lifting equipment for loading, unloading and laying of the pipes. 6. SPECIFICATIONS FOR LAYING AND JOINTING OF PIPE LINES FOR WATER SUPPLY

SPECIFICATIONS FOR LAYING AND JOINTING OF PIPE LINE GENERAL The contractor will inspect the route along which the pipeline is proposed to be laid. The pipe alignment is duly marked on the field by demarcation pillars. However efforts shall be made by the contractor to make minor deviations from the marked alignment so as to keep the pipe alignment as straight as possible and to avoid damage of public and private properties along the alignment. The alignment of pipe line and location of specials & chambers may be changed at site in co-ordination and with prior approval of the Engineer In Charge. The final alignment on which the pipeline shall be laid shall be marked in field and got approved from the Engineer in Charge or his representative. Where ever there is need for deviation, it should be done with the use of necessary specials or by deflection in pipe joints (limited to 75% of permissible deflection as per relevant standards). The alignment as proposed should be marked on ground with a line of white chalk and got approved from Engineer In-Charge. The position of fittings, valves, shall be as per directions of engineer-in-charge.

Distt. Dn. II Jodhpur

42

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Standards Except otherwise specified in this technical specification, the Indian Standards and Codes of Practice in their latest version, National Building code, PWD specification of the state of Rajasthan and Manual of water supply of GOI shall be adhered to for the supply, handling, laying, installation, and site testing of all material and works. The laying of pipeline shall be done in confirmations to the following standards: IS 7634 for uPVC pipes Alignment and Depth On average, the change in slopes per km. length shall not be more than 10 in number. The slopes provided shall be such that in existing ground level conditions, the maximum cover over the laid pipe is neither more than 1.5 m nor less than 0.6 m, if the pipe is to be laid below ground. The average cover generally should not be less than 0.9 meters. In case of uPVC pipes, the pipes shall have a minimum cover of 750mm when laid under footpaths and side walks, 900 mm when laid under roads with light traffic or under cultivated soils and 1.25 m when laid under roads with heavy traffic. When the soil has poor bearing capacity and is subject to heavy traffic, the pipes shall be laid on a concrete cradle. Laying and jointing of pipes Below Ground GENERAL The pipes will be cleaned in the whole length with special care of the spigot and sockets/other ends on the inside/ outside to ensure that they are free from dirt and unwarranted projections. The whole of the pipes shall be placed in position singly and shall be laid true to profile and direction of slope indicated on longitudinal sections. The pipes shall be laid without deflection / or with permissible deflection as prescribed in the respective pipe material code between bends and/or between high and low points. The pipes shall rest continuously on the bottom of the trench. The pipes should not rest on lumps of earth or on the joints. Before pipes are jointed they shall be thoroughly cleaned of all earth lumps, stones, or any other objects that may have entered the interior of the pipes, particularly the spigot end and the socket including the groove for the rubber ring. Pipes and the related specials shall be laid according to the instructions of the manufacturers and using the tools recommended by them. Cutting of pipes shall be reduced to a minimum required to conform with the drawings. Cutting has to be made with suitable tools and according to the recommendations of the manufacturer. The spigot end has to be chamfered again at the same angle as the original chamfered end. Cutting shall be perpendicular to the centre line of the pipe. In case of ductile iron pipes the cut and chamfered end shall be painted with two coats of epoxy paint. If there is no mark for the insertion depth on the spigot ends of the (cut) pipe it shall be marked again according to the instructions of the manufacturer. Where the gradient of the bed slopes is more than 15 degrees, it may be necessary to anchor pipes against their sliding downwards, by providing suitable gradient blocks and straps. Suitable cut off walls shall also be provided in these sections to protect the trench soil to be washed out during rains. Before pipes are jointed they shall be thoroughly cleaned of all earth lumps, stones, or any other objects that may have entered the interior of the pipes, particularly the spigot end and the socket including the groove for the rubber ring. End caps are removed only just before laying and jointing All specials like bends, tees etc. and appurtenances like sluice or butterfly valves etc. shall be laid in synchronization with the pipes. The Contractor has to ensure that the specials and accessories are ready in time to be installed together with the pipes. At the end of each working day and whenever work is interrupted for any period of time, the free ends of laid pipes shall be protected against the entry of dirt or other foreign matter by means of approved plugs or end caps. When pipe laying is not in progress, the open ends of installed pipe shall be closed by approved means to prevent entrance of trench water and dirt into the line. No pipe shall be laid in wet trench conditions that preclude proper bedding, or when, in the opinion of the Engineer in Charge, the trench conditions or the weather are unsuitable for proper installation. The pipe line laid should be absolutely straight unless planned otherwise. The accuracy of alignment should be tested before starting refilling with the help of stretching a string between two ends of the straight stretch of pipes to rectify possible small kinks in laying. STRINGING OF PIPES ALONG THE ALIGNMENT The pipes shall be laid out properly along the proposed alignment in a manner that they do not create any significant hindrance to the public and that they are not damaged. Stringing of the pipes end to end along the working width should be done in such a manner that the least interference is caused in the land crossed. Gaps should be left at intervals to permit the passing of equipment across the working area. Pipes shall be laid out that they remain safe where placed and that no damage can occur to the pipes and the coating until incorporated in the pipeline. If necessary, pipes shall be wedged to prevent accidental movement. Precautions shall be made to prevent soil, mud etc. entering the pipe. Generally, the pipes shall be laid within two weeks from the date of their dispatch from the manufacturer/store.
Distt. Dn. II Jodhpur

43

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

The joint gaskets shall be kept in wooden boxes or their original packing and stored in cool conditions and not exposed to direct sunlight. Gaskets must not be deformed. They shall be taken out only shortly before they are needed. LAYING AND JOINTING OF PIPES The laying of uPVC pipes as per IS 7634, however the specific references given herein shall prevail on the provisions of the standards. Pipes should be lowered into the trench with tackle suitable for the weight of pipes. For smaller sizes, up to 200 mm nominal bore, the pipe may be lowered by the use of ropes but for heavier pipes suitable mechanical equipment have to be used. All construction debris should be cleared from the inside of the pipe either before or just after a joint is made. This is done by passing a pull-through in the pipe, or by hand, depending on the size of the pipe. All persons should vacate any section of trench into which the pipe is being lowered. On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the pipe being laid does not move into or out of the socket of the laid pipe during the jointing operations. As soon as the joint assembly has been completed, the pipe should be held firmly while the trench is back filled over the barrel of the pipe. Suitable transverse anchors shall be provided in sloping reaches as defined herein after. The designed anchorage shall be provided to resist the thrusts developed by internal pressure at bends, tees, etc. Where a pipeline crosses a watercourse, the design and method of construction should take into account the characteristics of the watercourse to ascertain the nature of bed, scour levels, maximum velocities, high flood levels, seasonal variation, etc. which affect the design and laying of pipeline. The pipe shall be laid accordingly with adequate protection. The pipes in such cases shall be laid below ground with anchor blocks of suitable size and design. The assembly of the pipes shall be made as recommended by the pipe manufacturer and using the suitable tools. The socket and spigot ends/other ends of the pipes shall be brushed and cleaned. The chamfered surface and the end of the spigot end has to be coated with a suitable lubricant recommended by the manufacturer of the pipes. Oil, petroleum bound oils, grease or other material which may damage the rubber gasket shall not be used as lubricant. The rubber gasket shall be inserted into the cleaned groove of the socket. It has to be checked for correct positioning. The two pipes shall be aligned properly in the pipe trench and the spigot end shall be pushed axially into the socket either manually or with a suitable tool specially designed for the assembly of pipes and as recommended by the manufacturer. The spigot has to be inserted up to the insertion mark on the pipe spigot. After insertion, the correct position of the socket has to be tested with a feeler blade. SAND BEDDING The Sand bedding will be required for uPVC Pipes, in case of soft rock as per the site requirement. The pipeline shall generally be laid in ordinary sandy soil for which no extra bedding shall be provided. In such case, while doing the excavation, the bottom of the trench shall be prepared in a manner so as to match the curvature of the pipe as far as possible subtending an angle of about 1200 at the centre of pipe. Wherever the bottom of the trench is of such a nature (i.e. decomposed rock/ hard soil/ boulder) which is likely in the opinion of the Engineer-in-Charge to cause damage to the pipe or coating or an unsuitable material is encountered which cannot support the pipe, the contractor shall excavate the trench to an additional depth below the required depth and shall refill to required level with suitable material such as loose soil/ sand, to be approved by the Engineer-in-Charge. The bedding thickness shall be not less than 15 cm under the barrel of the pipes. The complete pipe has to be covered and surrounded by the same material as used for bedding so that a total cover of 30cm above the barrel can be achieved as shown in the drawing in volume III. The excavated hard/dense soil can be refilled after bedding and covering of the pipe with the loose soil/sand. Testing of the pipelines Sectional tests After laying and jointing, the pipeline shall be tested for tightness of barrels and joints, and stability of thrust blocks in sections approved by the Engineer in Charge. The length of the sections depends on the topographical conditions. Preferably the pipeline stretches to be tested shall be between two chambers (air valve, scour valve, bifurcation, and other chamber). The water required for testing shall be arranged by the contractor himself. The Contractor shall fill the pipe and compensate the leakage during testing. The Contractor shall provide and maintain all requisite facilities, instruments, etc. for the field testing of the pipelines. The testing of the pipelines generally consists in three phases: preparation, pretest/saturation and test, immediately following the pre-test. Generally, the following steps are required which shall be monitored and recorded in a test protocol if required: Complete setting of the thrust blocks.opening of all intermediate valves (if any) fixing the end pieces for tests and after temporarily anchoring them against the soil (not against the preceding pipe stretch) at the lower end with a precision pressure gauge and the connection to the pump for establishing the test pressure at the higher end with a valve for air outlet If the pressure gauge cannot be installed at the lowest point of the pipeline, an allowance in the test pressure to be read at the position of the gauge has to be made accordingly Slowly filling the pipe from the lowest point(s). the water for this purpose shall be reasonably clear and free of solids and suspended matter Complete removal of air through air valves along the line. Closing all air valves and scour valves.Slowly raising the pressure to the test pressure while inspecting the thrust blocks and the temporary anchoring. Keeping the pipeline under pressure for the duration of the pre-test / saturation of the lining by adding make-up water to maintain the pressure at the desired test
Distt. Dn. II Jodhpur

44

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

level. Make up water to be arranged by Contractor himself at his own cost. Start the test by maintaining the test pressure at the desired level by adding more make-up water; record the water added and the pressure in intervals of 15 minutes at the beginning and 30 minutes at the end of the test period. Water used for testing should not be carelessly disposed off on land which would ultimately find its way to trenches. The testing condition for the pipeline shall be as per the test pressure and the condition laid out in relevant IS codes for DI/AC/uPVC pipesThe field testing pressures for pipelines & duration of test shall be follows: S. No. 1. 2. 3 PIPE MATERIAL uPVC pipes CL3 uPVC pipes CL4 DI-K7 with cement mortar lining MAXIMUM WORKS PRESSURE 6.0 Kg/ Sq cm 8.0 Kg/ Sq cm 8.0 Kg/ Sq cm (excluding surge)

TEST PRESSURE 1.5 Times The Working Pressure 1.5 Times The Working Pressure 1.5 Times The Working Pressure 1.5x8.0=12.00 Kg/Sqcm)

TEST DURATION 6 Hours (Pipe to be filled for 24 hours before testing) 6 Hours (Pipe to be filled for 24 hours before testing) 3 Hours (Pipe to be filled for 24 hours before testing)

Acceptance Criteria for DI pipes shall be that the required addition of water to maintain pressure is not more than Q = 1 liter per Km per 10 mm of pipe diameter per 30 m test pressure for 24 Hours Acceptance Criteria for uPVC pipes shall be that the required addition of water to maintain pressure is not more than Q = 4.5 liter per 1.6 Km per 25 mm of pipe diameter per 30 m test pressure for 24 Hours The sectional tests shall be accepted if the quantity of water required to be added to maintain test pressure during test duration of No section of the pipe work shall be accepted by the Engineer in Charge until all requirements of the test have been obtained. On completion of a satisfactory test any temporary anchor blocks shall be broken out and stop ends removed. Backfilling of the pipeline trench shall be completed. After sectional testing, it will be the responsibility of the contractor that the pipelines be filled with water upto commissioning of the system. On completion of a satisfactory test any temporary anchor blocks shall be broken out and stop ends removed. Backfilling of the pipeline trench shall be completed. After sectional testing, it will be the responsibility of the contractor that the pipelines be filled with water upto commissioning of the system. Failure to pass the test All pipes or joints which are proved to be in any way defective shall be replaced or remade and re-tested as often as may be necessary until a satisfactory test shall have been obtained. Any work which fails or is proved by test to be unsatisfactory in any way shall be redone by the Contractor. 7. Ancillary Works

Flushing and disinfecting of pipelines The pipeline shall be disinfected before commissioning for use. After testing the main, it shall be flushed with water of sufficient velocity to remove all dirt and other foreign materials. When this process has been completed, disinfection (using liquid chlorine, sodium or calcium hypochlorite) shall be done per the procedure approved by Engineer in Charge, in accordance to the standards prescribed in the codes. Sequence of works for ensuring good pipe laying The required fittings, valves and jointing material should be carefully worked out in beginning. This material should be received in full first of all on site and stored as per directions of manufacturer or as directions given elsewhere in this manual on Standards. The pipes should be received on site only after the above fittings, valves and material for joints has been received and all necessary preparation for laying has been made. The material received should be checked for inspection certification as per contract and damage during transportation. All damaged material should be separated and not used. The pipes received should be stored strictly as per directions of the manufacturer or as mentioned elsewhere in this manual or standards. The pipes and other material should be again inspected for any damage before use in the trench. The fittings and valves should be installed in sequence with the laying of pipes without leaving any gaps.

Distt. Dn. II Jodhpur

45

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

It is desirable to lay the pipe lines from the end from where it can be connected to the water source to enable regular flushing of laid pipes. The entry of dirt or any foreign material in the pipe should be religiously prevented. Each joint should be carefully checked for its completeness before covering up. There should be a commensurate progress in trench excavation, laying and jointing of pipes, fittings, valves etc. and testing of laid pipes in sections so as to complete testing of all pipes laid in quick follow up of completing laying and jointing. Disinfection of pipe lines should be carried out before commissioning. Damage To Public Utilities All precautions shall be taken during excavation and laying operations to guard against possible damage to any existing structure/pipeline of water, gas, sewage etc. After excavation of trenches, pipe shall not be lowered unless the dimensions of trenches and bedding for work for pipes at the bottom of the trenches are approved by Engineer-inCharge. Pipes and fittings/specials shall be carefully lowered in the trenches. Special arrangements such as cranes, tripods with chain pulley block for lowering the pipes and fittings/specials shall be made by contractor. In no case pipes and fittings/specials shall be dropped. Reinstatement of Road/ Footpath Wherever the road is required to be cut, the Deptt. shall obtain prior permission from the concerned authorities. The Contractor has to prepare a negotiable diversion, at his cost, before taking up road cutting. After the line has been laid and the trench refilled to the original level, the traffic may be allowed to pass through. After the pipe is laid the road must be properly re-graded and the damaged portion of road as well as the re-graded portions must be made good. Clearing the Site All surplus materials, and all tools and temporary structures shall be removed from the site as directed by Engineer-inCharge and the construction site left clean to the satisfaction of Engineer-in-Charge. Damage to Other Services Contractor shall take the necessary precautions avoid the damage to other services such as water supply lines, telephone cables, electrical cables, storm water drains etc. in case of any damages to any of the services, contractor shall be responsible for restoring the facilities in bare minimum time at his own cost. The other utility services and traffic shall be maintained as per standard engineering practices. 8. Pipe Laying in The Rocky Strata Before commencing the work the bidder shall take the lay out from concern engineer. the working drawing of every km of pipeline laying as per the approved alignment. In case the excavation in the rocky strata is not possible. The contractor may lay the DI pipe at the minimum clear cover of 30 cm from the normal ground level with the sand filling. If it is not possible to lay the pipeline below 30 cm pipe is to be laid above the ground shall be laid on concrete pedestal supports. Only metallic pipes can be used in such cases. Construction of pedestals shall be as per the design approved by Engineer in Charge. Base concrete of 100 mm M10 grade shall be provide on the excavated foundation pit. Minimum one support shall be provided for each pipe. The foundation of the pedestal shall be kept at a minimum depth of 0.75 meters below ground level in sandy soils or soil mixed with boulders. In case the base is rocky strata the foundation can be placed on firm rock. The construction of foundation raft and pedestal column shall be done in M15 grade of concrete. The top of the pedestal shall be provided with a suitable haunch to provide a suitable seat for the pipe. The top of pedestal support shall ensure that the pipeline is laid in grade approved by Engineer in Charge. The complete pedestal shall be finished to standard engineering practices. Pipes shall be fixed on the support using a mild steel strap if it is not anchored at support. The thickness of the MS strap shall be not less than 6 mm and its minimum width shall be 25mm. The MS strap than shall be painted with an approved paint. Supports, anchor and thrust blocks shall be constructed before commencing the pipe laying work in any section. The construction of the blocks shall be carried out in 3 stages. In the first stage the lower part upto 150 mm below the invert of the pipeline including concrete chairs to support it shall be constructed; in the second stage the pipeline on this part of the block shall be laid; and lastly, the remaining block around and over the pipeline shall be constructed. The fixidity saddles/ concrete pedestals and ordinary saddles/ concrete pedestals shall be cast-at least 3 weeks before the pipeline is laid on them. After all saddles/ concrete pedestals between successive fixity points have been cast, a line plan showing the actual position thereof shall be prepared, after taking levels and measuring distances. In case of any errors in casting the pedestals, corrections shall be applied. The pipe laying work shall then start from one end and shall proceed towards the other end. The method of jointing the pipes and erecting them on previously cast R.C.C. saddles/ concrete pedestals shall be determined by the Contractor depending upon the type of plant equipment and personnel available with them. The pipe strakes shall be assembled in position on the saddles/ concrete pedestals either by the cranes, portable gantries, shear legs or any other equipment approved by the Engineer-in-Charge. During assembly, the pipeline shall be

Distt. Dn. II Jodhpur

46

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

supported on wooden sleepers and wedges, with the free end of the pipeline held in position by slings to avoid deflection. Anchoring of the pipeline Thrust blocks shall be provided at each bend, tee, taper, end piece to prevent undue movements of the pipeline under pressure. They shall be constructed as per actual design and approval of Engineer in Charge according to the highest pressure during operation or testing of the pipes, the safe bearing pressure of the surrounding soil and the friction coefficient of the soil. Nominal steel shall be provided as per the provisions of CPHEEO manual and the construction of block shall be done in M15 grade of concrete. 9. Non-return valves Constructional Features Non-return valves shall double flanged and be installed on the delivery side of the pumps, and shall be suitable for installation in a horizontal pipeline. Rapid natural closing to be non-slam by suitable design of spring return mechanism, to ensure that the valve will rapidly fully close the moment forward flow of the water ceases i.e. on pump shutdown, external counter weights will not be acceptable. To prevent excessive head loss, larger diameter non-return valves will be provided with several smaller and lighter flaps in a single bulkhead. In this case stopper to be provided for the upper door to avoid contact with shell. Materials of Construction Body Door Spring Body ring Door ring Hinge pin 10. Nut, Bolts, Washers CI to IS Gr FG 200 CI to IS Gr FG 200 Spring steel BS:970 S S. AISI 304 SS. AISI 304 AISI 410 /431 Hardened and ground

The jointing material such as nuts, bolts, washers, pig lead, rubber packing, etc. shall be provided by the Contractor. Nuts and bolts shall be of the best quality bright steel, machined on the shank and under the head and nut. Studs, bolts and nuts shall be galvanised. Bolts shall be of accurate length so that only one thread shall show through the nut in the fully tightened conditions. Nuts and bolts shall conform to IS 1363 and IS 1367. Washers, locking devices and anti-vibration arrangements shall be provided where necessary. Where there is a risk of corrosion, bolts, nuts and studs shall be designed so that the maximum stress does not exceed half the yield stress of the material under any conditions. All bolts, nuts and screws which are subject to frequent adjustment or removal in the course of maintenance and repair shall be made of nickel bearing stainless steel. The Contractor shall supply all holding down, alignment leveling bolts complete with anchorages, nuts washers and packing required to fix the plant to its foundations, bed plates, frames and other structural parts. The Contractor shall procure and keep at site, reasonable excess quantities to cover wastage of those materials which will be normally subject to waste during erection, commissioning and setting to work. Throughout erection, the valves shall be supported properly on wooden sleepers, etc. and shall be concreted immediately thereafter, as directed. Before the valves are actually fixed, they shall be cleaned and greased and it should be seen that all parts are in perfect working condition. In the case of air valves, the Contractor shall take special care of the dexine joints and the ebonite and /or vulcanite balls until they are fixed in position. They shall be kept immersed in water in suitable containers. 11. Dismantling Joint

All valves, in pump house or any other online valves etc. shall be installed between flanges with a flexible MS dismantling joint at one side. The joint must allow dismantling of the valve,. without causing stress to the joints of the attached pipes. The minimum clearance of the dismantling joint shall be five (5) cm. The pressure class of the dismantling joint shall be the same as that of the pipe. The Nuts and Bolts of the joint shall be galvanized. The joints shall be painted /coated as per specification given for exposed pipes. 12. Specifications of monoblock pumpsets SCOPE These specification cover supply of Electric Motor Driven Horizontal Centrifugal pumping Sets of Monoblock type suitable for operation on 3 Phase, 50 HZ, A.C. Supply 380 Volts (+ 15% i.e. between 323 to 437 Volts) for pumping

Distt. Dn. II Jodhpur

47

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

clear cold fresh water generally conforming to IS: 9079-2002 (amended or revised up to date) except for the provisions / specifications mentioned herein. Various duty conditions, for which the Pumping Sets is required, are given in chapter 2 of this volume. The electric motor should be screen-protected drip proof or totally enclosed fan cooled. A.C. induction motor of squirrel cage type with synchronous speed of 1500 RPM or 3000 RPM should be designed manufactured & tested generally as per IS : 7538-1996 and provision / specifications mentioned herein for driving the pumping sets. The make of the mono-block pump set should be as per enclosed make list and should be got approved by the EIC before procuring. TYPE / MATERIAL OF CONSTRUCTION: PUMP: a) Casting & Impellers: Bronze grade LTB 2 of IS 318 (amended or revised up to date) b) Casing ring and impeller (if provided) casting grade FG 200 of IS: 210-1993 or bronze grade of IS: 318-1981 (amended or revised up to date). The impeller should be dynamically balanced and also to relieve stuffing box of any untoward loads. As an alternative providing of radial rings of appropriate size on the back of impeller for hydraulic balancing is also acceptable. c) Shaft Sleeve (if provided) Bronze grade LTB-2 IS: 318-1981 or stainless steel grades X 04 Cr. 12, X 12 Cr. 12 or X 20 Cr. 13 of IS 6603 or IS 6911. d) Stuffing box shall be water sealed or mechanically sealed. e) Gland Gray Cast Iron of Grade FG 200 as per IS : 210-1993 or Bronze grade LTB-2 of IS: 318-1981. f) Water Thrower Rubber (optional). g) The direction of rotation should be casted so as to be visible when viewed from driving end of pump shaft (clockwise or anticlockwise). h) For duty head up to and equal to 60 meters the pump set shall be single stage only and for duty head above 60 meters the Nos. of stages shall not be more than two. Tenderers are required to indicate Nos. of stages in Annexure C-1. MOTOR: AC 3 phase 50 HZ induction motor suitable for operation in voltage range of 380+15 Volts (323 to 437 volts) without getting over loaded, in the entire range of operation of pump having winding insulated Class E/B materials and impregnated to exclude moisture suitable for tropical service conditions. The temperature rise (measured by resistance method) shall be in accordance with the IS: 7538-1996 as per Clause 23.1.2. The temperature of cooling medium shall be assumed as 45 C. the temperature rise shall not exceed the specified temperature rise limit by more than 10 C, when motor is continuously operated at rated load at 323 volts as per clause 23.2.1 of IS: 75381996. Rotor: Squirrel Cage type. Shaft: Class 3A of IS 1875 Enclosure: TEFC/SPDP, separate rates should be quoted for SPDP enclosure / TEFC enclosure. Performance: As per IS: 7538-1996 (amended or revised up to date). (i) The pump shall be suitable for satisfactory operation within the range of + 10% and -25% of the specified duty point head and the entire range of operation (without noise or cavitation) shall be on the stable portion of the curve. The specified duty point as close to the maximum efficiency point as possible. Pump test, tolerance and guarantee of pump performance shall be as per IS: 11346-2002 (Amended up to date) and that no negative tolerance in quoted efficiency shall be allowed. The prescribed performance at duty point shall be tested at the voltage 380 Volts. The test at duty point shall be carried out with a minimum suction lift as defined in clause 9.2 of IS: 9079-2002. Guaranteed efficiency at duty point (under operation at prescribed voltage i.e. 380 V) shall be without any negative tolerance. In all cases this overall efficiency should not be less than the calculated overall efficiency based on product of pump efficiency as given in figure 3 to 6 of IS: 9079-2002 (amended up to date) and motor efficiency for quoted motor Kw as given in table in these figures. Pump shall be suitable for use up to minimum suction lift as specified in clause 9.2 of IS: 9072-2002. The NPSH requirement of pump shall be in consonance with this provision. The cavitation test shall be conducted as per clause 5.7 of Appendix D. The prescribed performance of the pump set including NPSHr at duty point will be checked and guaranteed at the rated speed at rated voltage of 380 Volts and rated frequency of 50 HZ. The motor rated Kw shall be suitable for operation of pump in range from +10% to -25% of duty head. The actual performance shall however also be recorded at the lowest voltage i.e. at 323 volts by the inspecting agency in the inspection certificate and it shall be ensured that motor does not get overloaded. The output motor rating shall be as per clause of IS 9079:2002.
Distt. Dn. II Jodhpur

a. b. c.

(ii)

(iii)

(iv)

(v)

(vi)

48

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

(vii)

The motor shall be suitable for entire working range of pump +10% to -25% of the rated head. Motor rating should be higher or equal to highest of the following: a. b. c. Consumption at + 10 % of the duty head of pump. Consumption at - 25 % of the duty head of pump. Consumption at duty head of pump plus margin as given below: Multiplying factor to decide drive rating 1.5 1.4 1.3 1.2 1.15 1.1

BKw required at the operating point Up to 1.5 Above 1.5 to 3.7 Above 3.7 to 7.5 Above 7.5 to 15 Above 15 to 75 Above 75 (viii)

Wherever reference of IS number is given it may be treated as amended up to date at the time of inspection of supply / replacement by inspection agency. Any amendment shall be effective only when it is implemented by BIS. However, wherever there is variation of specification from IS code the specification as decided by EIC shall prevail. The marking shall be as per relevant IS code and Year of Supply shall be mentioned on each pump set.

(ix) (x) 13.

SPECIFICATION FOR CUBICAL CONTROL PANEL FOR MONO BLOCK PUMPS

GENERAL DETAILS: The General Requirements of switchgear shall meet the requirement of IS 4237. The control panel should be in standard type fully compartmentalized sheet clad cubical designed fabricated from cold rolled M.S. sheet of gauge not less than 16 SWG with M.S. base channel of 770x800x300 mm and lifting hook 50 mm ID of M.S. bar.. The control panel shall be suitable for operation on 3 Phase 4 wire 50c/s 415 volts A.C. supply. The unit shall be free standing, floor mounting, totally enclosed provided with soft rubber lining to make dust, light, vermin proof and weather resistant design, with front double door operation. WIRING: The control panel should be completely factory wired for connection to the equipment at site. PVC insulated high conductivity copper wire 660 volts grade shall be used. Control wiring should be marked with ferrule No at both ends PAINTING: All steel work should be undergo a process of degreasing, pickle in acid, cold rinsing, phosphating, passivating and base sprayed with a high corrosion resistant primer. The finishing treatment should be applied with two coat of synthetic spray paint shade. MINIATURE CIRCUIT BREAKER Triple pole manually operated non draw out fixed type miniature circuit breaker front panel operating, quick make and quick break type with suitable range thermal release having rated short circuit capacity of 10KA confirming to I.S. 8828. STARTERS: For controlling upto 5HP DOL starters, 5HP to 15HP star delta starters Starters shall be fully automatic DOL/ star delta totally enclosed suitable for starting squirrel cage induction motor working on 3 phase, 50 c/s,, 380 or 415 volts AC supply as per I.S. 13947 part 1 to 4 (amended up to date ), 1No thermal overload relay and 1No thermal timer 5 to 20 seconds. Starters shall be shall be Oil Immersed type only...

Distt. Dn. II Jodhpur

49

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Timer : The starter shall be provided with thermal/ pneumatic timer for change over the motor from star to delta and reduce voltage to full voltage in auto transformer. Single Pahase Preventer: To cut of the highe and low voltage Contactor Assembly : It shall confirm and tested to IEC 947 and IS 13947 part-IV having suitable wiring space for cable entry at fixed contact. Contact should be of Silver alloy tipped contact to ensure long life. The contact system should be double break type and designed to keep bounce to a minimum. Vacuum impregnated machine wound and backed coil with interlayer paper insulated/ epoxy coil suitable for tropical condition and should have resistance to moisture and suitable for operation on easily accessible and replaceable double frequency coils 50-60 Hz for large voltage variation. The making and breaking capacities of contactor shall be as per table VII of IS 13947(Part 4) for utilization category AC-3. Similarly conventional operational performance shall be as per table VIII of IS 13947(Part 4) for utilization category AC-3. ENCLOSURE: The starter unit shall be enclosed in cold drawn fabricated sheet steel metal/iron clad vermin and weather proof confirming to I.S. 1147. MESURING INSTRUMENTS: The indicating instruments shall be of reputed make and flush mounting t y p e c o n f i r m i n g t o r e l e v a n t I S c o d e . A m m e t e r / Vo l t m e t e r s h a l l h a v e c l a s s o f a c c u r a c y 1 . 5 . Vo l t s e l e c t o r s w i t c h . EARTHING: Two separate earthing terminals must be provided on the body of panel as prescribed under Indian electricity act/rules made there under . In addition to this earth leakage circuit breakers as per relevant I.S.S. shall be provided. NAME PLATE: 1 No. danger plate and name plate shall be provided on front of control panel. MAKE OF VARIOUS COMPONENTS: The make of various components shall be restricted to following only: S. NO. 1 2 3 COMPONENT Mono Block pump set Sluice Valves NRV MAKE KBL / Jyoti / Beacon Wier/ Voltas / WPIL/ Lubi / / Flow more / Crompton KBL/ IVC/ Fouress Engineering / Durga / Shiv Durga/ Dulai/ R&D/ BEW/ Jupitor/Kartar/ Shiva/ Upadhyay/ Keystone/ AVK KBL/ IVC/ Fouress Engineering / Durga / Shiv Durga/ Dulai/ R&D/ Jupitor/ Kartar/ Shiva/ Upadhyay/ Keystone/ AVK/ Advance valve / Inter Valve KBL/ IVC/ Fouress Engineering / Durga / Shiv Durga/ Dulai/ R&D/ Shiva/ Upadhyay/ Keystone/ AVK/ Advance valve / Inter Valve Oriental/ Shiv Durga / Sur Industries / Dwren Ind./ Mangala / Qualitech / Systec Flexo Product/ Durga / Mayur / Shiva / BEW Jyoti/ L&T/ BCH/ GEC/ Siemens/ C&S/ Adwance L&T/Standard/Siemens/English Electric/C&S. AE/IMP/RISABH/SIMCO Kaycee /JMP/ Recom/Sulzer

Kinetic Air Valve

5 6 7 8 9

Dismantling Joint D.O.L./Star delta/auto transformer Starter Oil immersed Type Miniature circuit breaker Ammeters/ Voltmeters Rotary Selector Switches

Distt. Dn. II Jodhpur

50

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

S. NO. 10 11 12

COMPONENT Earth leakage circuit breaker Single phase preventer Indicator lamp LED Light

MAKE English Electric/ Standard/ L&T/C&S Minilac/L&T/Gelco L&T/Rops control/Technique/ Siemens/ BCH/

14.

CIVIL WORKS
Construction of RCC GLR, CWR, Pump house, boundary wall, ESR (a) Construction of RCC GLR, CWR, Pump house, boundary wall, ESR 1. 1.1 1.2 1.3 Accessories will be provided & fixed by contractor such as Aluminum ladder inside the tanka as shown in drawing and specifications are given in G Schedule. Ventilator on top of tanka is shown in drawing as 80 mm dia GI pipe Tee 375x375 mm in length. Aluminum man hole cover, top sheet thickness 3.10 mm and size 686x686 outer to outer, aluminum frame angle size 86x86x3.10. Inside opening of man hole 600x600 mm. Cover should be properly hinged (2 nos) and it should have proper locking arrangement. Puddle collars for inlet, outlet and over flow shall be fixed as per drawing. Hand pump with riser pipe shall be installed properly embedded in concrete opposite to man hole as per the typical drawing enclosed with the tender document. Top surface slope of tanka shall be flat with slop 1 in 50 in the direction of CWT. Haunch/ Batta of minimum 4" shall be made in all corners to prevent leakages. Inter connection from existing pipe line system to Tanka shall be made by contractor with the use of own material as per direction of Engineer incharge or as per Drawing and specification given in G Schedule.

1.4 1.5 1.6 1.7 1.8

Pump House Civil Works


General The pumping station building, construction of control cum administrative building etc., includes foundation works for pump/motor/transformer and other equipment & allied works, finishing works, lighting works etc. as detailed in scope of work. The design considerations, material specifications, workmanship and testing of materials shall be as per Chapter for Specifications for Civil Works. The general requirement of pump house buildings shall be as follows: S. No 1. 2. 3. 4. 5. 6. 7. PARTICULARS Type of Structure Plinth Level External walls Below Ground Level External walls above Ground Level Internal load bearing walls External finish Plaster Interior Plaster Plaster on external Walls 8. a) 9. a) Flooring Pump/motor Room Painting Outer building area Cement based paint CC Flooring in 1:2:4 with floor hardner (ironite) topping with CC base 1:4:8 20 mm thick in Cement Sand mortar 1:4 25 mm thick in Cement Sand mortar 1:4 SPECIFICATIONS Stone Masonry with stone patti roof. Minimum 0.75 meters above finished ground level RR stone masonry in Cement Sand mortar 1:4 RR stone masonry 30mm thick in Cement Sand mortar 1:4 RR stone masonry 30mm thick in Cement Sand mortar 1:4 Either of water proofing cement paint, sand face deep group pointing as per enclosed drawing.

Distt. Dn. II Jodhpur

51

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

S. No b) 10. a) 11. a)

PARTICULARS Inner areas of pump/motor room, office area and lobbies Doors Main Entrance Doors Windows On Outer Front Walls and other windows opening in main entrances

SPECIFICATIONS Dry Distemper

MS door windows with frame of EZ section as per schedule G. MS door windows with frame of EZ section as per schedule G.

14.

Materials & Standards

The term materials shall mean all materials, goods and articles of every kind whether raw, processed or manufactured and equipment and plant of every kind to be supplied by the Contractor for incorporation in the Works. Except as may be otherwise specified for particular parts of the works the provision of clauses in Materials and Workmanship shall apply to materials and workmanship for any part of the works. All materials shall be new and of the kinds and qualities described in the Contract and shall be at least equal to approved samples. Materials and workmanship shall comply with the relevant Indian Standards (with amendments) current on the date of submission of the tender. Where the relevant standard provides for the furnishing of a certificate to the Engineer-in-charge, at his request, stating that the materials supplied comply in all respects with the standard, the Contractor shall obtain the certificates and forward it to the Engineer-in-charge. The specifications, standards and codes listed below are considered to be part of this Bid specification. All standards, specifications, codes of practices referred to herein shall be the latest editions including all applicable official amendments and revisions. Samples and Tests of Materials The Contractor shall submit samples of such materials as may be required by the Engineer-in-charge and shall carry out the specified tests directed by the Engineer-in-charge at the Site. Samples shall be submitted and tests carried out sufficiently early to enable further samples to be submitted and tested if required by the Engineer-in-charge. Standards Materials and workmanship shall comply with the relevant Indian Standards (with amendments upto date). Where the relevant standard provides for the furnishing of a certificate to the Engineer-in-charge, at his request, stating that the materials supplied comply in all respects with the standard, the Contractor shall obtain the certificates and forward it to the Engineer-in-charge. The specifications, standards and codes listed in this chapter are considered to be part of this Bid specification. All standards, specifications, codes of practices referred to herein shall be the latest editions including all applicable official amendments and revisions. Concrete General The Engineer-in-Charge shall have the right at all times to inspect all operations including the sources of materials, procurement, layout and storage of materials, the concrete batching and mixing equipment and the quality control system. Such an inspection shall be arranged and the Engineer-in-Charges approval obtained, prior to starting of concrete work. This shall, however, not relieve the Contractor of any of his responsibilities. All materials which do not conform to the Specifications shall be rejected. Materials should be selected so that they can satisfy the design requirements of strength, serviceability, safety, durability and finish with due regards to the functional requirements and the environmental conditions to which the structure will be subjected. Materials complying with codes/standards shall generally be used. Other materials may be used after approval of the Engineer-in-Charge and after establishing their performance suitability based on previous data, experience or tests.

Materials
Cement Unless otherwise called for by the Engineer-in-charge, cement shall be ordinary Portland cement conforming to IS : 2697, IS : 8112 or IS : 12269. Super Sulphated cement conforming to IS 6909 or super resistant Portland cement conforming to IS 12330. Only one type of cement shall be used in any one mix. The source of supply, type or brand of cement within the same structure or portion thereof shall not be changed without approval from the Engineer-In-Charge. Cement which is not used within 90 days from its date of manufacture shall be tested at a laboratory approved by the

Distt. Dn. II Jodhpur

52

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Engineer-In-Charge and until the results of such tests are found satisfactory, it shall not be used in any work. Aggregates (General) It shall comply with requirement of IS 383 and as specified in IS 456-2000. Aggregates shall consist of naturally occurring stones (crushed or uncrushed), gravel and sand. They shall be chemically inert, strong, hard, clean, durable against weathering, of limited porosity, free from dust/slit/organic impurities/deleterious materials such as iron pyrites, cod, mica, slate, clay alkali, soft fragments, sea shells and conform to IS : 383. Aggregates such as slag, crushed over burnt bricks, bloated clay aggregates, sintered fly ash and tiles shall not be used. Aggregates shall be washed and screened before use where necessary or if directed by the Engineer-in-Charge. Aggregates containing reactive silica shall not be used. The maximum size of coarse aggregate shall be as stated on the drawings but in no case greater than of the minimum thickness of the member. Plums 160 mm and above of a reasonable size may be used in mass concrete fill where directed. Plums shall not constitute more than 20% by volume of the concrete when specifically permitted. The plums shall be distributed evenly and shall not be closer than 160 mm from the surface. For heavily reinforced concrete members as in the case of ribs of main beams the nominal maximum size of aggregate shall be restricted to 5 mm less than minimum clear distance between the main bars or 5 mm less than the minimum cover to reinforcement whichever is smaller. Coarse and fine aggregates shall preferably batched separately, specially for design mix concrete. The largest possible size, properly graded should be used in order to reduce water demand. Graded aggregate shall confirm to requirements in Table 1, 2, 3 & 4. All in aggregate shall confirm to requirements in Table 5. Table 1 Graded Aggregate IS Sieve Percentage Passing for Normal size of Aggregate Designation Mm 40 mm 20 mm 16 mm 80 100 40 95-100 100 20 30-70 95-100 100 16 90-100 12.5 10 10-35 25-55 30-70 4.75 0-5 0-10 0-10 2.36 Table 2 Single Sized Aggregate (Ungraded) IS Sieve Percentage Passing for Normal size of Aggregate Designation Mm 80 63 40 20 16 12.5 10 4.75 2.36 63 mm 100 85-100 0-30 0-5 0-5 40 mm 100 85-100 0-20 0-5 20 mm 100 85-100 0-20 0-5 16 mm 100 85-100 0-30 0-5 12.5 mm 100 85-100 0-45 0-10 12.5 mm 100 90-100 40-85 0-10 -

10 mm 100 85-100 0-20 0-5

Table 3 Making Single Sized to Graded Aggregate Cement Nominal size Part of Single Size Aggregate to be Mixed to Get Graded Aggregate (by Concrete of Volume) Mix Graded Aggregate Required 50 mm 40 mm 20 mm 12.5 mm 10 mm 1:6:12 63 9 3 Distt. Dn. II Jodhpur

53

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Cement Concrete Mix

Nominal size of Graded Aggregate Required

Part of Single Size Aggregate to be Mixed to Get Graded Aggregate (by Volume)

50 mm 40 mm 20 mm 12.5 mm 10 mm 40 9 3 1:5:10 63 7.5 2.5 40 7.5 2.5 1:4:8 63 6 2 40 6 2 1:3:6 63 4.5 1.5 40 4.5 1.5 20 4.5 1.5 1:2:4 40 2.5 1 0.5 20 3 1 12.5 3 1 1:1.5:3 20 2 1 Note : Proportions indicated are by volume. If single sized aggregate specified is not available, the volume of single sized aggregates shall be varied with a view to obtain the graded aggregate. Table 4 Grading of Fine Aggregates IS Sieve Percentage Passing for Designation Grading Zone I Grading Zone II Grading Zone III Grading Zone IV 10 mm 100 100 100 100 4.75 mm 90-100 90-100 90-100 90-100 2.36 mm 60-95 75-100 85-100 95-100 1.18 mm 30-70 55-90 75-100 90-100 600 micron 15-34 35-59 60-79 80-100 300 micron 5-20 8-30 12-40 15-50 150 micron 0-10 0-10 0-10 0-15 Note : For crushed stone sands, the possible limit on 150 micron IS sieve is increased to 20 percent. This does not affect 5 percent allowance permitted to other sieves. Table 5 All-in-Aggregate Grading IS Sieve Percentage Passing All-in-Aggregate Grading of Designation Mm 40 mm Nominal Size 16 mm Nominal Size

80 100 40 95-100 95-100 20 45-75 95-100 4.75 mm 25-45 30-50 600 micron 8-30 10-35 150 micron 0-6 0-6 Fine aggregates are divided into 4 zones. Typical good sand falls in Zone II grading, however, finer or coarse sand may be used with suitable adjustment in the ratio of quantities of coarse to fine aggregates. Very fine sands as included in Zone IV grading should not be used except when the concrete is closely controlled by design mixes. Water Water used for both mixing and curing shall conform to IS : 456-2000 and free from injurious amounts of oils, acids, alkalis, salts, sugar, organic materials that may be deleterious to concrete or steel. The pH value of water shall not be less than 6. Reinforcement Reinforcement shall be any of the following : High strength deformed bars and wires to IS 1786.
Distt. Dn. II Jodhpur

54

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Rolled steel Grade A made from structural steel to IS 2062. All reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil, mud or other coatings which may destroy or reduce bond. Admixtures Accelerating, retarding, water reducing and air entraining admixtures shall conform to IS : 9103 and integral water proofing admixtures to IS : 2645. Admixtures may be used in concrete as per manufacturers instructions only with the approval of the Engineer-inCharge. An admixtures suitability and effectiveness shall be verified by trial mixes with the other materials used in the works. If two or more admixtures are to be used simultaneously in the same concrete mix, their interaction shall be checked and trial mixes done to ensure their compatibility. There should also be no increase in risk of corrosion of the reinforcement or other embedments. Calcium chloride shall not be used for accelerating set of the cement for any concrete containing reinforcement or embedded steel parts. When calcium chloride is permitted such as in mass concrete works, it shall be dissolved in water and added to the mixing water by an amount not exceeding 1.5 percent of the weight of the cement in each batch of concrete. The designed concrete mix shall be corrected accordingly. Samples and Tests All materials used for the works shall be tested before use. Manufacturers test certificate shall be furnished for each batch of cement /steel and when directed by the Engineer samples shall also be got tested by the Contractor in a laboratory approved by the Engineer-in-Charge. Sampling and testing shall be as per IS : 2386 under the supervision of the Engineer-in-Charge. Water to be used shall be tested to comply with requirements of IS : 456. The Contractor shall furnish manufacturers test certificates and technical literature for the admixture proposed to be used. If directed, the admixture shall be got tested at an approved laboratory at no extra cost. Concrete General Concrete grade shall be as designated on approved drawings. In concrete grade M15, M20 etc. the number represents the specified characteristic compressive strength of 150 mm cube at 28 days, expressed in N/sq. mm as per IS: 456. Concrete in the works shall be DESIGN MIX CONCRETE or NOMINAL MIX CONCRETE. All concrete works of grade M5, M7.5, M10, and M15 shall be NOMINAL MIX CONCRETE. Grade M20 can be nominal or design mix as per the requirement whereas all other grades, above M20 necessarily be DESIGN MIX CONCRETE. Design Mix Concrete The mix design shall produce concrete having reduced workability (consistency) and strength not less than approximate values given in table below. Workability shall be controlled by direct measurement of water content and checking it at frequent intervals by method prescribed in IS 1199. A) MIX DESIGN AND TESTING For Design Mix Concrete, the mix shall be designed according to IS: 10262 and SP 23 to provide the grade of concrete having the required workability and characteristic strength not less than appropriate values given in IS: 456. The design mix shall be cohesive and does not segregate and should result in a dense and durable concrete and also capable of giving the finish as specified. For liquid retaining structures, the mix shall also result in watertight concrete. The Contractor shall exercise great care while designing the concrete mix and executing the works to achieve the desired result. The minimum cement content for Design Mix Concrete shall be as per IS: 456. The minimum cement content stipulated above shall be adopted irrespective of whether the Contractor achieves the desired strength with less quantity of cement. The Contractors quoted rates for concrete shall provide for the above eventuality and nothing extra shall become payable to the CONTRACTOR in this account. Even in the case where the quantity of cement required is higher than that specified above to achieve desired strength based on an approved mix design, nothing extra shall become payable to the CONTRACTOR. It shall be the Contractors sole responsibility to carry out the mix designs at his own cost. He shall furnish mix design to the Engineer-in-Charge well in advance of the concreting operations, a statement of proportions proposed to be used for the various concrete mixes and the strength results obtained. The strength requirements of the concrete mixes ascertained on 150 mm cubes as per IS : 516 shall comply with the requirements of IS : 456. Minimum Specified Characteristic Grade of Compressive Strength Compressive Strength Concrete N/sq.mm at 7 days N/sq. mm at 28 days M15 10.0 15.0
Distt. Dn. II Jodhpur

55

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Grade Concrete M20 M25 M30 M35 M40

of

Minimum Compressive Strength N/sq.mm at 7 days 13.5 17.0 20.0 23.5 27.0

Specified Characteristic Compressive Strength N/sq. mm at 28 days 20.0 25.0 30.0 35.0 40.0

Grades lower than M20 shall not be used for reinforced concrete (general). Grading lower than M25 shall not be used for reinforced concrete in liquid retaining structures. A range of slumps which shall generally be used for various types of construction unless otherwise instructed by the Engineer-in-Charge is given below: Structure / Member Slump in millimeters Maximum Minimum Reinforced foundation walls and footings 75 25 Plain footings, caissons and substructure walls 100 25 Slabs, Beams and reinforced walls 75 25 Pump & miscellaneous Equipment Foundations 100 25 Building columns 50 25 Pavements 50 25 Heavy mass construction 50 25
B) BATCHING & MIXING OF CONCRETE Proportions of aggregates and cement, as decided by the concrete mix design, shall be by weight. These proportions shall be maintained during subsequent concrete batching by means of weigh batchers capable of controlling the weights within one percent of the desired value. Amount of water added shall be such as to produce dense concrete of required consistency, specified strength and satisfactory workability and shall be so adjusted to account for moisture content in the aggregates. Water-cement ratio specified for use by the Engineer-in-Charge shall be maintained. Each time the work stops, the mixer shall be cleaned out and while recommencing, the first batch shall have 10% additional cement to allow for sticking in the drum. Arrangement should be made by the Contractor to have the cubes tested in an approved laboratory or in field with prior consent of the Engineer-in-Charge. Sampling and testing of strength and workability of concrete shall be as per IS:1199, IS : 516 and IS : 456.

Nominal Mix Concrete MIX DESIGN & TESTING Mix Designing and preliminary tests are not necessary for Nominal Mix Concrete. However works tests shall be carried out as per IS : 456. Proportions for Nominal Mix Concrete and w/c ratio may be adopted as per Table 9 of IS : 456. However it will be the Contractors sole responsibility to adopt appropriate nominal mix proportions to yield the specified strength. BATCHING & MIXING OF CONCRETE The Proportions of materials used for concrete of grades shall be as given below : Proportions for Nominal Mix of Concrete Grade of Total Quantity for Dry Proportion of Fine Quantity of Aggregate by Mass per 50 kg Aggregate to Coarse Water per 50 Concrete of Cement Aggregate kg of Cement, (as Sum of Fine and Coarse (by Mass) Max in Litres Aggregates), in kg, Max M5 800 Generally 1:2 Subject to an 60 upper limit of 1:1.5 and a lower limit of 1:2.5 M 7.5 625 -do45 M 10 480 -do34 M 15 350 -do32 M 20 250 -do30 NOTES 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 maximum size of coarse aggregate becomes larger. Graded coarse aggregate
Distt. Dn. II Jodhpur

56

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

(see Table 5.1) shall be used. Example: For an average grading of fine aggregate (that is, Zone II of IS 383 :1970, Table 4) the proportions shall be 1:1.5, 1:2 and 1:2.5 for maximum size of aggregates 10 mm, 20 mm and 40 mm respectively. This table envisages batching by weight,. Volume batching when done the nominal mixes would roughly be 1:3:6, 1:2:4 and 1:1.5:3 for M 10, M 15 and M 20 respectively. For underwater concreting the quantity of coarse aggregate, either by volume or mass, shall not be less than 1.5 times nor more than twice that of the fine aggregate.

MIXING Concrete shall be mixed in a mechanical mixer conforming to IS 1791. The mixing shall be continued until there is uniform distribution of materials and the mass is uniform in colour and consistency. If there is segregation after unloading, the concrete should be remixed. Formwork Formwork shall be all inclusive and shall consist of but not be limited to shores, bracings, sides of footings, walls, beams and columns, bottom of slabs etc. including ties, anchors, hangers, inserts, falsework, wedges etc. The design and engineering of the formwork as well as its construction shall the responsibility of the Contractor. However, if so desired by the Engineer-in-Charge, the drawings and calculations for the design of the formwork shall be submitted to the Engineer-in-Charge for the approval. Formwork shall be designed to fulfill the following requirements: Sufficiently rigid and tight to prevent loss of grout or mortar from the concrete at all stages and appropriate to the methods of placing and compacting. Made of suitable materials. Capable of providing concrete of the correct shape and surface finish within the specified tolerance limits. Capable of withstanding without deflection the worst combination of self weight, reinforcement and concrete weight, all loads and dynamic effects arising from construction and compacting activities, wind and weather forces. Capable of easy striking out without shock, disturbance or damage to the concrete. Soffit forms capable of imparting a camber if required Soffit forms and supports capable of being left in position if required Capable of being cleaned and/or coated if necessary immediately prior to casting the concrete; design temporary openings where necessary for these purposes and to facilitate and the preparation of construction joints. The formwork may be of timber, plywood, steel, plastic or concrete depending upon the type of finish specified. Sliding forms and slip form may be used with the approval of the Engineer-in-Charge. Timber for formwork shall be well seasoned, free from sap, shakes, loose knots, worm holes, warps and other surface defects. Joints between formwork and structures shall be sufficiently tight to prevent loss of slurry from concrete, using seals if necessary. The faces of formwork coming in contact with concrete shall be cleaned and two coats of approved mould oil applied before fixing reinforcement. All rubbish, particularly chippings, shavings, sawdust, wire pieces dust etc. shall be removed from the interior of the forms before the concrete is placed. Where directed, cleaning of forms shall be done by blasting with a jet of compressed air at no extra cost. Forms intended for reuse shall be treated with care. Forms that have deteriorated shall not be used. Before reuse, all forms shall be thoroughly scraped, cleaned, nails removed, holes suitably plugged, joints repaired and warped lumber replaced to the satisfaction of the Engineer-in-Charge. The Contractor shall equip himself with enough shuttering to allow for wastage so as to complete the job in time. Permanent formwork shall be checked for its durability and compatibility with adjoining concrete before it is used in the structure. It shall be properly anchored to the concrete. Wire ties passing through beams, columns and walls shall not be allowed. In their place bolts passing through sleeves shall be used. Formwork spacers left in-situ shall not impair the desired appearance or durability of the structure by causing spalling, rust staining or allowing the passage of moisture. For liquid retaining structures, sleeves shall not be provided for through bolts nor shall through bolts be removed if provided. The bolts, in the latter case, shall be cut at 25 mm depth from the surface and the hole made good by cement mortar of the same proportion as the concrete just after striking the formwork. Where specified all corners and angles exposed in the finished structure shall have chamfers or fillets of 20 mm x 20 mm size. Forms for substructure may be omitted when, in the opinion of the Engineer-in-Charge, the open excavation is firm enough (in hard non-porous soils) to act as a form. Such excavations shall be larger, as approved by the Engineer-inCharge, than that required as per drawing to compensate for irregularities in excavation.
Distt. Dn. II Jodhpur

57

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

The Contractor shall provide adequate props carried down to a firm bearing without overloading any of the structures. The shuttering for beams and slabs shall be so erected that the side shuttering of beams can be removed without disturbing the bottom shuttering. If the shuttering for a column is erected for the full height of the column, one side shall be built up in sections as placing of concrete proceeds or windows left for placing concrete from the side to limit the drop of concrete to 1.0 m or as approved by the Engineer-in-Charge. The Contractor shall temporarily and securely fix items to be cast (embedments/ inserts) in a manner that will not hinder the striking of forms or permit loss of grout. Formwork showing excessive distortion, during any stage of construction, shall be repositioned and strengthened. Placed concrete affected by faulty formwork, shall be entirely removed and formwork corrected prior to placement of new concrete at Contractors cost. Preparation Prior to Concrete Placement Before concrete is actually placed in position, the inside of the formwork shall be cleaned and mould oil applied, inserts and reinforcement shall be correctly positioned and securely held, necessary openings, pockets, etc. provided. All arrangements- formwork, equipment and proposed procedure, shall be approved by the Engineer-in-Charge. Contractor shall maintain separate Pour Card for each pour as per the approved format. Check for Reinforcement and concreting All reinforcement shall be checked and recorded prior to pouring of concrete by an authorised representative of the engineer in Charge. Similarly the entire concrete pouring work shall be done in the presence of authorised representative. The contractor shall therefore give a notice of a minimum three days to the engineer in Charge or his representative such that the works can be checked by him or his authorised representative. Transporting, Placing and Compacting Concrete Concrete shall be transported from the mixing plant to the formwork with minimum time lapse by methods that shall maintain the required workability and will prevent segregation, loss of any ingredients or ingress of foreign matter or water. During hot or cold weather, concrete shall be transported in deep containers or by other suitable measures to reduce loss of water by evaporation and heat loss in cold weather may also be adopted. In all cases concrete shall be deposited as nearly as practicable directly in its final position to avoid rehandling. To avoid segregation, concrete shall not be rehandled or caused to flow. For locations where direct placement is not possible and in narrow forms, Contractor shall provide suitable drops and Elephant Trunks. Concrete shall not be dropped from a height of more than 1.0 m. Care shall be taken to avoid displacement of reinforcement or formwork. Concrete shall not be placed in flowing water. Under water, concrete shall be placed in position by tremies or by pipeline from the mixer and shall never be allowed to fall freely through the water. While placing concrete the Contractor shall proceed as specified below and also ensure the following: Continuously between construction joints and pre-determined abutments. Without disturbance to forms or reinforcement Without disturbance to pipes, ducts, fixings and the like to be cast in; ensure that such items are securely fixed. Ensure that concrete cannot enter open ends of pipes and conduits etc. Without dropping in a manner that could cause segregation or shock. In deep pours only when the concrete and formwork designed for this purpose and by using suitable chutes or pipes. Do not place if the workability is such that full compaction cannot be achieved Without disturbing the unsupported sides of excavations; prevent contamination of concrete with earth. Provide sheeting if necessary in supported excavations, withdraw the linings progressively as concrete is placed. If placed directly onto hardcore or any other porous material, dampen the surface to reduce loss of water from the concrete. Ensure that there is no damage or displacement to sheet membranes. Record the time and location of placing structural concrete. Concrete shall normally be compacted in its final position within thirty minutes of leaving the mixer. Concrete shall be compacted during placing with approved vibrating equipment without causing segregation until it forms a solid mass free from voids thoroughly worked around reinforcement and embedded fixtures and into all corners of the formwork. Immersion vibrators shall be inserted vertically at points not more than 450 mm apart and withdrawn slowly till air bubbles cease to come to the surface, leaving no voids. When placing concrete in layers advancing horizontally, care shall be taken to ensure adequate vibration, blending and melding of the concrete between successive layers. Vibrators shall not be allowed to come in contact with reinforcement, formwork and finished surfaces after start of initial set. Over-vibration shall be avoided; under vibration is likewise harmful. The vibrator should penetrate rapidly to the bottom of the layer and atleast 15 cm into the preceding layer if there is any. It should be held generally 5 to 15 sec. until the compaction is considered adequate and then withdrawn slowly at thereof about 8 cm/s.

Distt. Dn. II Jodhpur

58

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Concrete may be conveyed and placed by mechanically operated equipment after getting the complete procedure approved by the Engineer-in-Charge. The slump shall be held to the minimum necessary for conveying concrete by this method. When concrete is to be pumped, the concrete mix shall be specially designed to suit pumping. Care shall be taken to avoid stoppages in work once pumping has started. Except when placing with slip forms, each placement of concrete in multiple lift work, shall be allowed to set for at least 24 hours after the final set of concrete before the start of subsequent placement. Placing shall stop when concrete reaches the top of the opening in walls or bottom surface of slab, in slab and beam construction, and it shall be resumed before concrete takes initial set but not until it has had time to settle as approved by the Engineer-in-Charge. Concrete shall be protected against damage until final acceptance. Mass Concrete Works Sequence of pouring for mass concrete works shall be as approved by the Engineer-in-Charge. The Contractor shall exercise great care to prevent shrinkage cracks and shall monitor the temperature of the placed concrete if directed. Curing Curing and protection shall start immediately after the compaction of the concrete to protect it from Premature drying out, particularly by solar radiation and wind; leaching out by rain and flowing water; rapid cooling during the first few days after placing; high internal thermal gradient; low temperature of frost; vibration and impact which may disrupt the concrete and interfere with its bond to the reinforcement After the concrete has begun to harden i.e. 1 to 2 hr. after laying curing shall be started. All concrete, unless approved otherwise by the Engineer-in-Charge, shall be cured by use of continuous sprays or ponded water or continuously saturated coverings of sacking, canvas, hessain or other absorbent material for the period of complete hydration with a minimum of 10 days. The quality of curing water shall be the same as that used for mixing. Where a curing membrane is approved to be used by the Engineer-in-Charge, the same shall of a non-wax base and shall not impair the concrete finish in any manner. The curing compound to be used shall be approved by the Engineer-in-Charge before use and shall be applied with spraying equipment capable of a smooth, even textured coat. When concrete is used as subgrade for flooring, the flooring may be commenced before the curing period of subgrade is over, but curing of subgrade shall be continued along with the top layer of flooring for a minimum period of 10 days.

Curing may also be done by covering the surface with an impermeable material such as polyethylene, which shall be well sealed and fastened. Construction Joints and Keys The position and arrangement of construction joints shall be as indicated by the contractor in his working drawings dually approved by the department. Concrete shall be placed without interruption until completion of work between construction joints. If stopping of concreting becomes unavoidable anywhere, a properly formed construction joint shall be made with the approval of the Engineer-in-Charge. Dowels for concrete work, not likely to be taken up in the near future, shall be coated with cement slurry and encased in lean concrete as indicated on the drawings or as approved by the Engineer-in-Charge. Before resuming concreting on a surface which has hardened all laitance and loose stone shall be thoroughly removed by wire brushing/hacking and surface washed with high pressure water jet and treated with thin layer of cement slurry for vertical joints and horizontal layers. When concreting is to be resumed on a surface, which has not fully hardened, all laitance shall be removed by wire brushing, the surface wetted, free water removed and a coat of cement slurry applied. On this, a layer of concrete not exceeding 150 mm thickness shall be placed and well rammed against the old work. Thereafter work shall proceed in the normal way. For horizontal joints, the surface shall be covered with a layer of mortar about 10-15 mm thick composed of cement and sand in the concrete mix. This cement slurry or mortar shall be freshly mixed and applied immediately before placing concrete. Foundation Bedding All earth surfaces upon which or against which concrete is to be placed, shall be well compacted and free from standing water, mud or debris. Soft or spongy areas shall be cleaned out and filled with either soil-cement mixture, lean concrete or clean sand compacted as approved by the Engineer-in-Charge. The surfaces of absorptive soils shall be moistened. Concrete shall not be deposited on large sloping rock surfaces. The rock shall be cut to form rough steps or benches by picking, barring or wedging. The rock surface shall be kept wet for 2 to 4 hours before concreting.
Distt. Dn. II Jodhpur

59

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

Excavation, in clay or other soils that are likely to be affected by exposure to atmosphere, shall be concreted as soon as they are dry. Alternatively, unless otherwise mentioned the bottom of the excavation shall be protected immediately by 8 cm thick layer of cement concrete not leaner than M10 or in order to obtain a dry hard bottom, the last stretch of excavation of about 10 cm shall be removed just before concreting. Repair and Replacement of Unsatisfactory Concrete Immediately after the shuttering is removed, all defective areas such as honey-combed surfaces, rough patches, holes left by form bolts etc, shall be inspected by the Engineer-in-Charge who may permit patching of the defective areas or reject the concrete work. All through holes for shuttering shall be filled for full depth and neatly plugged flush with surface. Rejected concrete shall be removed and replaced by the Contractor at no additional cost to the Employer. For patching of defective areas all loose materials shall be removed and the surface shall be prepared as approved by the Engineer-in-Charge. Bonding between hardened and fresh concrete shall be done either by placing cement mortar or by applying epoxy. The decision of the Engineer-in-Charge as to the method of repairs to be adopted shall be final and binding on the Contractor. The surface shall be saturated with water for 24 hours before patching is done with cement sand mortar. The use of epoxy for bonding fresh concrete shall be carried out as approved by the Engineer-in-Charge. Hot Weather Requirements Concreting during hot weather shall be carried out as per IS 7861 (Part I). Adequate provision shall be made to lower concrete temperatures which shall not exceed 40 deg C at time of placement of fresh concrete. Where directed by the Engineer-in-Charge, the Contractor shall spray non-wax based curing compound on unformed concrete surfaces at no extra costs. Cold Weather Requirements Concreting during cold weather shall be carried out as per IS: 7861(Part II). The ambient temperature during placement and upto final set shall not fall below 5 deg. C. Approved antifreeze/accelerating additives shall be used where directed. For major and large scale concreting works the temperature of concrete at times of mixing and placing, the thermal conductivity of the formwork and its insulation and stripping period shall be closely monitored. Liquid Retaining Structures The Contractor shall take special care for concrete for liquid retaining structures, underground structures and those others specifically called for to guarantee the finish and water tightness. The Contractor shall make all arrangements for hydro-testing of structure, all arrangements for testing such as temporary bulk heads, pressure gauges, pumps, pipe lines etc. The Contractor shall also make all temporary arrangements that may have to be made to ensure stability of the structures during construction. Any leakage that may occur during the hydro-test or subsequently during the defects liability period or the period for which the structure is guaranteed shall be effectively stopped either by cement/epoxy pressure grouting, guniting or such other methods as may be approved by the engineer-in-charge. All such rectification shall be done by the contractor to the entire satisfaction of the engineer-in-charge at no extra cost to the department. Preformed Fillers and Joint Sealing Compound Materials Preformed filler for expansion / isolation joints shall be non-extruding and resilient type of bitumen impregnated fibres conforming to IS : 1838 Part I or IS 1838 Part 2. Bitumen coat to concrete/masonry surfaces for fixing the preformed bitumen filler strip shall conform to IS:702. Bitumen primer shall conform to IS : 3384. Sealing compound for filling the joints above the preformed bitumen filler shall conform to Grade A as per IS:1834. Other organic solvents such as polysulphate based joint sealents to IS:1433 Part 1 or IS 12118 Part 1 may be used with the approval of Engineer-In-Charge.

Executive Engineer PHED Distt. Dn.-II Jodhpur I accept above terms & conditions.

Signature of the Contractor

Distt. Dn. II Jodhpur

60

NIT No. 23(13)/2013-14

Public Health Engineering Department

Tender Document For Provision for construction and commissioning of pump house, CWR, boundary wall at Ram Nagar, construction of ESR at Loonawas Jatan, Providing, Laying and Jointing of DI and uPVC pipe line at Badlya Basni Jhoota, Loonawas Jatan including 5 years O&M of complete civil and mechanical work of this scheme

PUBLIC HEALTH ENGINEERING DEPARTMENT

BID DOCUMENT FOR

Pro vi si on f or co ns t ru cti o n and c o mmi s s i o ni ng of pu mp h o us e,

C W R, bo u nd a ry w all at Ra m Na ga r, c on str uc ti o n o f ESR a t Lo o n aw as J at a n, Pro vi di ng, L ay in g a n d J oi n tin g o f DI a nd u PVC p ip e li ne at Ba dly a B as ni Jho o t a, L o o naw as J at a n in cl udi n g 5 y e a r s O& M of co mp l e t e ci vi l a nd me c hani c al w or k of thi s s ch e me .

FINANCIAL BID

NIT No. 23(13)/2013-14

VOLUME-II

EXECUTIVE ENGINEER PHED, DISTT. DN-II, JODHPUR.


Distt. Dn. II Jodhpur

61

Anda mungkin juga menyukai