Você está na página 1de 26

KERALA WATER AUTHORITY

NRDWP - WSS to Purapuzha & Manakkad Panchayaths in Idukki


District- Package VII - Construction of GLSR at Unnakkattumala (R5)
(4.05 LL capacity) & Rennovation of GLSR at Pulikkunnumala,
Supplying and laying Distribution system (63 mm to 225 mm PVC pipes
of various classes & sizes and 250 mm DI K9 pipes) in
Zones V & VI (Manakkad Panchayath).

E-TENDER No: 99/2012-13/SE/PHC/MVPA


DUE DATE : 29-05-2013

VOLUME II (Part 1)

OFFICE OF THE SUPERINTENDING ENGINEER


KERALA WATER AUTHORITY
P.H. CIRCLE, MUVATTUPUZHA.

CONTENTS
Page Number
1

General Information

2.

Scope of the Tender


2.1

Detailed Scope of Work.


2.1.1 Design and construction of 4.00 LL capacity GL Tank at
Unnakkattumala
2.1.2 Rennovation of Existing GLSR at Pulikkunnumala
2.1.3 Supplying, laying, testing and commissioning
of PVC pipes in Distribution System
2.1.5.1 Site condition & alignment of proposed pipe line.

2.2

Earthwork Excavation

2.3

Supply of Pipes
2.3.1 Supply of PVC pipes and specials for Distribution system
2.3.2 Supply of GI pipes and specials for Distribution system
2.3.3 Supply of DI pipes and specials for Distribution System
2.3.4 Fabrication and welding

2.4

Supply of specials

2.5

Laying of pipes

2.6

Air valves

2.7

Other works to be carried out

2.8

Bridge/culvert crossings

2.9

Valve chambers

2.10

Specials and valves

2.11

Pre delivery inspection of pipes and other materials.

2.12

Testing of water retaining structures.

2.13

Storage of materials:

2.14

Safety at site

2.15

Testing of pipes and specials at site.

Additional information.

Maintenance

Assessment of cost of work

Variation in length of pipe line

As laid map

Implementation schedule

Clarifications.
LIST OF ANNEXURES

ANNEXURE I

Tentative requirement of Sluice Valves

ANNEXURE II

Tentative Requirement of Air Valves

ANNEXURE III

List of Valve Chambers

ANNEXURE IV

List of Nodes in Zone V distribution

ANNEXURE V

List of Nodes in Zone VI distribution

ANNEXURE VI

Schematic Diagram

SCOPE OF WORK
1

GENERAL INFORMATION
Purappuzha and Manakkad Panchayaths lie in Thodopuzha Taluk in Idukki

District of Kerala. These Panchayaths are adjacent to Thodupuzha Township.


This work is for construction of Construction of GLSR at Unnakkattumala
(R5-4.00 LL), Rennovation of existing 0.50 LL capacity GLSR at Pulikkunnumala (R6E),
supplying, laying, testing and commissioning distribution system in Zones V and VI of
the scheme using various class of PVC pipes of 225 mm to 63 mm diameter, GI pipes of
200 mm GI to 50 mm and DI K9 pipe of 250 mm diameter. The work comprises of
supplying, laying, testing, commissioning and maintaining of distribution system with
necessary control valves, scour valves, air valves, specials for jointing pipes and valves,
etc. The work also includes crossing over culverts and bridges, construction of RCC valve
chambers with RCC cover slabs and manhole covers, anchor blocks, road crossings etc
complete wherever necessary.
2.

SCOPE OF THE TENDER


Scope of the tender covers the following components and auxiliaries.
1. Design & construction GL tank of capacity 4.00 Lakh litres and renovation of
existing 0.50 LL GLSR
2. Laying Distribution System in Zones V and VI of Manakkad Panchayath.
3. Constructing 25 Nos. of RCC street fountains as per the approved design and
providing public tap connections in distribution lines at locations suggested by
the Engineer in charge.
4. Commissioning the pipe lines laid and structures constructed as part of this
contract in a satisfactory manner acceptable to the Executive Engineer within
the stipulated time. Preparing the as laid drawings of pipes lines laid as part of
the contract as specified by the Engineer in charge.
5. Maintaining the components supplied, installed and constructed as part of this
contract during the maintenance period from the date of commissioning of the
scheme in a satisfactory manner acceptable to the Executive Engineer, in
accordance with clause 8.24 of Volume 1.

6. Handing over all the components supplied, installed and constructed under this
contract to Kerala Water Authority with necessary documents and list of items
after the completing the works, in accordance with clause 8.26 of Volume 1.
2.1

DETAILED SCOPE OF WORK.

2.1.1 DESIGN AND CONSTRUCTION OF 4.00 LL CAPACITY G.L.TANK AT


UNNAKKATTUMALA
The Ground level tank at Pachurthandu in Manakkad Panchayath shall be
rectangular/circular in shape of capacity 4.00 Lakh litres. The out let level of the service
reservoir shall be +82.39 m.
The tank shall be provided with 250 mm CI wall casting pipes for overflow and
out let, 200mm CI wall casting pipes for scour, 200mm CI wall casting pipe for inlet
arrangements. One number 250 mm CI wall casting pipe shall also be provided for taking
additional connection in future and shall be kept closed. 1 No. 250mm CI DF sluice
valves (PN 1.0) for outlet and 1 No. 200mm CI DF sluice valves (PN 1.0) for scour
shall be provided. The site shall be leveled properly. 2 Nos. MS ladder shall be provided
for inside and outside of the tank. 8 Nos. 100mm dia vent cowl and 4 Nos. 600mm x
600mm Man hole with lid shall be provided.

1. Any further requirements related to the construction work if directed by


concerned engineers have to be met with. All technical specifications as per
NIT have to be fully satisfied. All the design shall be in accordance with IS
456:2000, IS 3370 (Part II) - 2009 with latest amendments. Soil investigation
to assess the bearing capacity of soil shall be done by the contractor at his own
cost for designing the structures. The design shall be got approved by the
Tendering authority before construction work is started. The access to the tank
sites shall be formed suitably if necessary as per site requirements.
2. All the design shall be in accordance with IS 456:2000, IS 3370 (Part II) 2009 with latest amendments. Leveling course with M10 shall be provided
below RCC base slab. Mix for base slab, haunch, side wall, columns cover
slab shall be M30. High yield strength deformed bars as per NIT shall be used
as reinforcement. Sufficient No. of dowel bars shall be provided for anchoring

in case of hard rock. Plastering shall be in cement mortar 1:4, 12mm thick 1
coat for all exposed surfaces. Inside of the reservoir shall be plastered with
cement mortar 1:3, 15mm thick 2 coat including flushing coat with 2% water
proofing compound.
3. A minimum free board of 30 cm below the bottom of the cover slab/beam
shall be provided.
4. Soil investigation to assess the bearing capacity of soil shall be done by the
contractor at his own cost for designing the structures.
5. The design shall be got approved by the Tendering authority before
construction work is started.
6. The access to all tanks and pump houses sites shall be formed suitably by
cutting or filling earth as per site requirements for enabling the conveyance of
materials.
7. Painting with cement water proof paint 2 coats of approved quality as directed
and painting letters/figures of approved size (Block, Roman, Italic/Indian)
with any kind of paints including all labour charges and cost of materials etc
as directed by the departmental officers.
2.1.2 RENNOVATION OF EXISTING GLSR AT PULIKKUNNUMALA
The Ground level tank at Pulikkunnumala in Manakkad Panchayath shall be
rectified to leak proof condition by providing concrete lining to the base slab and side
walls. The rectification works shall be arranged in such a way that there is minimum
interruption to the existing water supply.
The tank shall be provided with 100 mm CI wall casting pipes for out let
arrangements. 1 No. 100mm CI DF sluice valve (PN 1.0) for outlet shall be provided.
The site shall be leveled properly. 2 Nos. MS ladder shall be provided for inside and
outside of the tank. 4 Nos. 100mm dia vent cowl and 2 Nos. 600mm x 600mm Man
hole lid shall be provided.

2.1.3 SUPPLYING, LAYING, TESTING AND COMMISSIONING OF PVC


PIPES IN DISTRIBUTION SYSTEM ZONE V and VI OF MANAKKAD
PANCHAYATH
This work is for supplying, laying, testing and commissioning distribution system in
Zone I to II using PVC pipes of 225 mm to 63 mm diameter (6 kg, 8 kg and 10 kg),
DI K9 pipe of 250 mm diameter and GI pipes of 200 mm to 50 mm diameter (medium
class). The work comprises of supplying, laying, testing, commissioning and maintaining
(1 year) of distribution system with necessary valves, scour valves, air valves, specials
for jointing pipes and valves, etc. Supply of sufficient quantity of pipes, specials and
valves as spares for future maintenance works is also a part of the work. The work also
includes crossing over culverts and bridges, construction of RCC valve chambers with
RCC cover slabs and manhole covers, anchor blocks, road crossings etc complete
wherever necessary.

2.1.3.1 Site Condition & Alignment of Proposed Pipe Line.


The pipeline is to be laid mainly along the PWD / Panchayath roads. The nature
of soil along which the trenching is to be done is mainly hard soil of laterite type. But
Ordinary Rock, medium rocks and hard rock necessitating protected blasting may exist.
There are few narrow reaches where road may have to be protected during trenching. All
necessary sanctions for laying pipes along through fares and road crossings shall be
obtained by the department and the roads and other structures are to be made back to
their original condition after laying of pipes except re-tarring of road surfaces. There is
large number of culverts along the alignment and pipe is to be laid below or above the
culvert. If the culvert is very deep the pipeline is to be laid above the culvert and is to be
properly anchored. The site conditions are generally good and no other majour hurdles
are anticipated.
2.2
2.2.1

Earthwork Excavation
Excavation for the pipe line work is to be done generally in hard soil, medium
rock, or ordinary rock. Hard rock is also present along the proposed alignment of
the pipe line and excavation in such hard rock may involve stray blasting.
Wherever blasting is done for trenching, protection shall be provided with earth
filled bag to avoid damages to nearby structures. Blasted rock recovered during
excavation shall be stacked and handed over to the department.

2.2.2

A 20cm thick layer of red earth cushion is to be provided in the pipes trenches
where the excavated bed of trench is rocky. Excavation shall also be carried out
for cutting of the existing pavement formation, where the asphalt surface may
have to be cut and removed. Care shall be taken to ensure least damages to the
road surface and minimum hindrance to vehicular and pedestrian traffic. There
may be other utilities lying along the proposed pipe line alignment such as
telephone cables, electricity cables, water supply lines etc; and contractor shall
have to take maximum care in excavation for laying of the pipe line. If any of
the existing structure/utilities are damaged during the excavation for pipe laying
works, the contractor shall have to make good the losses/pay the claim of the
respective department and Kerala Water Authority will not be responsible for any
such expenses incurred by the contractor.

2.2.3

Excavation for laying of pipes shall have to be done in lines so as to provide a


minimum cover of 90cm above the pipes to be laid.

The requirement of

minimum cover may increase up to 1.50m where the pipes are to be laid over
PWD/main highway roads. Also the depth of excavation may increase where the
pipe line shall have to cross existing utilities or culvers or drains as decided by
the Engineer in charge, based on specific site conditions.
2.2.4

In case the contractor fail to provide necessary protection work such as fencing,
shoring etc. as required at the site, the Engineer in charge will have the power to
deduct the charges of such work at department rates from the payments due to the
contractor for the work done by him at such sections. Contractor shall arrange
for necessary bailing out water for trenching and pipe laying works and the rate
quoted by the tenderer shall be inclusive of all incidental charges such as shoring
and any other protection to the sides of trenches. Protections to the telephone and
electric post, convenient re- alignment of existing utilities within the proposed
alignments, taking all site safety measures such as providing fencing, lighting and
watching of the worksite, bailing out water etc. complete should be done by the
contractor. No claim for any extra items will be entertained against any of the
incidental changes that may arise out of contingencies associated with the
completion of the work.

2.3

Supply of Pipes
The tenderer shall supply following size of PVC pipes, and GI pipes
manufactured in approved plant as per IS standards for the work.

2.3.1 Supply of PVC pipes and specials for Distribution System


PVC pipes as specified in Table 2.1 shall be supplied.
Table 2.1 Details of PVC pipes for distribution systems.
SL. No.

Size & Class of Pipes

225 PVC CL-3 (6 Kg)

Quantity to be
supplied and laid
by contractor (m)
4489.00

200 PVC CL-3 (6 Kg)

805.00

160 PVC CL-3 (6 Kg)

848.00

140 PVC CL-3 (6 Kg)

1212.00

110 PVC CL-3 (6 Kg)

5178.00

90 PVC CL-3 (6 Kg)

86.00

75 PVC CL-3 (6 Kg)

8688.00

75 PVC CL-4 (8 Kg)

1700.00

75 PVC CL-5 (10 Kg)

319.00

10

63 PVC CL-3 (6 Kg)

12902.00

11

63 PVC CL-4 (8 Kg)

4173.00

12

63 PVC CL-5 (10 Kg)

4801.00

2.3.2 Supply of GI pipes and specials for Distribution System


GI pipes as specified in Table 2.2 shall be supplied.
Table 2.2 Details of GI pipes for distribution systems.
SL. No.

Size & Class of Pipes

200 mm GI (M)

Quantity to be
supplied and laid
by contractor (m)
164.00

150 mm GI (M)

26.00

125 mm GI (M)

37.00

100 mm GI (M)

160.00

80 mm GI (M)

5.00

65 mm GI (M)

332.00

50 mm GI (M)

676.00

The above pipes & specials shall be conforming to relevant IS and shall have ISI
markings. The pipes and specials shall be procured directly from reputed manufacturers.
The contractor shall assess the actual necessity at site and shall supply the required
quantities after getting approval of the Executive Engineer.
For culvert / bridge crossings in the alignment of PVC pipes, DI (K7) pipes or
Galvanised MS Pipes, GI pipes and specials of respective size shall be used as directed
by the department officials.
Wherever DI/GI/PVC lines are laid, the specials should be of same class to
withstand the pressure developing in the line. In the case of PVC lines, wherever culverts,
bridges or rocky area wherever blasting is not possible, corresponding size as that of
PVC pipe using medium class GI or galvanized MS pipes or DI pipe K7 with required
specials should be provided but within the total node length. For culvert, bridge, rock
crossings in PVC pipe, GI pipe Medium class shall be used. For higher diameter
corresponding size galvanized MS pipe, having a shell thickness of minimum 8mm or DI
K7 pipe shall be used with suitable bend, flange, air tee etc. The length provided of
GI/MS/DI pipe gap closing within the PVC line is tentative. During execution if there is
variation in quantity shall be supplied by the contractor. If there is variation in length of
a particular type of pipe, the required quantity as per site condition shall be supplied by
the contractor and shall be measured on the type of pipe supplied. All the lines should be
laid in full length as above without leaving any gaps under any circumstances and scope
of work includes all interconnections and gap closing including all cost of specials such
as bend, tee of required size etc.
2.3.3 Supply of DI pipes and specials for Distribution System
50 m of 250 mm DI K9 pipe shall be supplied for this work.

2.3.3.1 Additional supply of DI specials


The contractor shall conduct detailed survey along the alignment of pipelines and
assess the actual requirement of each type of specials needed at site. The contractor shall
supply spare pipes and specials as per list.
2.3.4. Fabrication and welding
Any fabrication work for bends and specials shall be with minimum 10 mm thick
MS plates. The drawing pertaining to such works shall be got approved by the Engineer
in charge before the actual fabrication. The schedule of such shop/site of fabrication shall
10

be intimated to the Engineer in charge so as to enable him to inspect the fabrication and
welding works. The contractor shall submit welding procedure to the Engineer along with
the data regarding certification, experience and other relevant details of the welders and
got approved by the Engineer, before the commencement of any welding work for steel
structures or specials. The corrosion protection planned for the fabricated components
shall also be reported to the Engineer in charge and got approved. The location of the
welding shop would be within the area of work and shall be easily accessible for the
inspecting officers.
DI specials to suite the respective DI (K9) pipes such as bends, Tees, Mechanical
joints, Tapers, Flanged sockets etc shall be supplied as per actual requirements at site
after getting approval of Executive Engineer.
2.4 Supply of specials
The tenderer may also supply pipe manufactured as per I.S.O. standard but in such
case the guarantee period shall be 60 months. The DI pipe shall be shop lined,
centrifugally with cement mortar inside and coated with metallic zinc with bituminous
finishing layer outside, all confirming to IS standards. The M.S. Pipes shall be provided
with epoxy coating. The work includes supplying and fixing all D.I and M.S specials
required for the work including bends, tees, etc, confirming to relevant IS. The specials
shall also be lined with metallic zinc with bituminous finishing layer outside confirming
to relevant IS. The M.S. specials shall have epoxy coating. The cost of pipe shall be
quoted inclusive of the cost of all specials and jointing materials such as labour charges,
hemp, white lead etc. Necessary flanged bends according to the site conditions are to be
provided. Care shall be taken to avoid bends 900 in the line. List of bends appended with
this document as annexure II is only tentative, and the quantity may change according to
the actual site requirements
2.5

Laying of Pipes
Pipe supplied for the work shall be stacked at the site with maximum care to avoid

any damages to the pipe and its protective coatings. Pipe shall be rest firmly on the trench
bed. Care shall be taken to provide sock pits so that the pipe will rest firmly on the bed.
All culverts and bridges along the alignment of the pipe line are to be crossed with
GI/DI (K9) pipes as per the instructions of Engineer in charge and as per approved
standards and specifications.

11

2.6

Air valves
Suitable air valves shall be as per standard specifications conforming to relevant

G&K catalogue. Air valves shall be invariably provided at essential locations inside
a valve chamber and all Air valve shall be supported with same size of control valve
below it.
2.7

Other Works to be carried out

2.7.1 Providing necessary supports for the exposed and drain/bridge crossing portions
of the pipe line in RCC with mix not leaner than M.20.
2.7.2 Providing necessary anchor blocks of appropriate size as per approved design.
Any structures such as culverts / drains etc. or structural parts which are to be
demolished to the extent found necessary for laying of the pipe shall be
reconstructed by the tenderer as a part of the work.
2.7.3 Earth filling shall be carried out providing minimum cover of 0.90m in the
alignment including the road portion and necessary earth shall be supplied by the
tenderer without any extra cost if the excavated earth is found insufficient for
filling the trenches. For pipe lines along major roads, the cover may increase up
to 1.20m. Excess earth if any shall be conveyed and removed by the contractor
and no extra cost as per the directions of departmental officers. If the site
conditions so warranted, the excavated earth shall be conveyed to a convenient
place as directed by the Engineer to a dumping place within a distance of 5 km for
avoiding inconvenience to normal traffic and the same shall be transported back
for refilling without any extra cost.
2.7.4 Protection shall be provided for the filled up earth wherever necessary and as
directed by the Engineer in charge.
2.7.5 Constructing RCC support structures for supporting the pipe across canal crossing
(road & bridge portion) shall be done without obstructing the water flow as per the
design approved by the Engineer in charge. Hydraulic testing of pipe lines for
first 200m of pipe laid or as advised by the Engineer in charge shall be carried out
by the tenderer. Testing shall also be done for the whole system after completion.
Supporting, protecting and replacing and repairing of damaged public utilities
wherever found necessary including water lines, sewers, electric / telephone posts
etc. shall be the responsibility of the tenderer.

12

2.7.6 For the entire air valve necessary isolation valves are to be provided. All scour
lines are to be laid with scour discharge line of required size pipe with sufficient
lead length not less than 2.00m.
2.7.7 Note: - The above points will give only general information of the work to be
executed under this contract. The bidders shall meticulously inspect the proposed
alignment, survey the required areas, water courses which the pipeline will have to
cross, road crossing etc. and assess the items of materials to be supplied and works
to be done, for satisfactory completion.
2.7.8 The scope of work includes providing 25 Nos. of RCC street hydrants using
standard type RCC street fountain, 20mm GI pipe for tap connection, suitable size
saddle clamp, stop cock, specials 20mm waste not tap etc. complete as per the
direction of departmental officers.
2.8

Bridge/Culvert Crossings
Crossing of Culverts may be done either by taking up the pipe line at the road
level, crossing the culvert and then going down or by scooping through the bottom
of the culvert. In case where the pipe line crosses over the culvert, then an air
valve shall be provided at the crust to avoid air block and if the pipe line is taken
underneath the culvert, then joints must be avoided at portions below the culvert.
In the former case care shall be taken to avoid 900 bends. Culvert crossings may
also be done by carrying the pipe line outside the culvert body and supporting it
on RCC pillars. The laying of pipe line along the bridge should be done only
through the outside of the hand rail or through RCC whichever is possible with
MS fabricated bracket as per the design but without obstruction the vent way. The
decision in this regard shall however be finalized by the Engineer in charge.

2.9

Valve Chambers
Valve chambers shall be constructed as per the dimensions provided on the
scope of work. The Construction shall be done only after the drawing approved
by the Engineer in charge. The materials used for constructions shall be best
quality and both sides plastered. Underground valve chambers along motorable
roads shall be of RCC. The design of the chamber including that of the cover slab
indicating the location, size and class of the manhole cover etc. must be furnished
13

to the Executive Engineer before the actual construction, and, his approval must
be received before the commencement of the work at site.
2.10

Specials and Valves

2.10.1 The work includes supply of all necessary specials such as bends, Tees, adapters,
end caps, reducers, unions, elbows, Hex nipples etc. for PVC and GI pipes. The
contractor shall conduct detailed survey along the alignment of pipelines and
assess the actual requirement of each type of specials needed at site.
2.10.2 The tenderer shall inspect the site and satisfy themselves of the actual
requirements of specials required for the work including that of fixing the valves,
scour valves and air valves at the site. At any case no extra claim towards supply
of bends, specials etc. will be admissible for the completion of the work and for
attending works during the warranty period. All the specials supplied shall be of
same or higher pressure class of the pipe line.
2.10.3 Sluice valve of the same size of the pipe lines are to be provided as control valve
as per the direction of the Engineer in charge. The sluice valve shall be of
approved make and pressure class PN- 1.0 or above. All necessary specials / tail
pieces required for fixing the valves shall be supplied by the tenderer without any
extra cost.
2.10.4 Supply and fixing air valves of size 50/40/20mm required for the project are also
included within the scope of the work and contractor shall have to supply air
valves of reputed make approved by the agreement executing authority. All
required specials such as Tees, bends etc. shall also be supplied by the contractor
without any extra cost. All such specials supplied shall be of best quality and
approved make.
2.10.5 In case the pipe specials are fabricated, all such fabrications shall be done with
10mm MS plate or of higher thickness and painted with anticorrosive epoxy paint
over a coat of epoxy primer. The Executive Engineer or the agreement executing
authority shall have the right and authority to direct the tenderer to fabricate any
specials for which CI/GI/PVC specials are not available. Cost of all such
fabrications shall be deemed to have included in the amount quoted by the
tenderer. No extra claim will be admissible in all such cases.

14

2.11

Pre Delivery Inspection of Pipes and Other Materials.


The contractor shall supply all the materials including pipes and specials covered
under the contract at his own cost. The pipes, specials etc. should be tested at the
factory by the third party inspection agencies authorized by Kerala Water
Authority in presence of a technical officer of Kerala Water Authority deputed by
the agreement authority, for witnessing the pre delivery testing by the third party
inspectors. In the case an officer from Kerala water Authority deputed for
witnessing the pre delivery inspection of materials at factory, the TA & DA of the
officer will be paid by the Authority, if the test results are acceptable and positive.
In case if the test results are negative, all such expenses of deputing the Kerala
Water Authority officer of the pre delivery inspection shall have to be met by the
contractor. Inspection certificate should be produced before the dispatch of
materials from the factory and only after written communication/after the
verification and acceptance of the inspection report, the materials shall be
despatched to the site. The third party inspection is mandatory for all pipes,
specials, valves and all electro-mechanical equipments supplied by the contractor.
Also ISI marked materials shall alone be accepted, wherever ISI specifications is
available for such items. Any dispute between the contractor and the supplier or
the inspection agencies shall be a matter of settlement among them and the Kerala
Water Authority shall not be a party to such dispute. The lump sum amount
quoted shall be inclusive of the cost of all materials and charge of inspection as
specified herein.

2.12

Testing of Water Retaining Structures.


The testing of water retaining structures is to ensure that the facilities constructed
are water proof and safe in all respects. For water retaining structures the
requirements of the test shall be deemed to be satisfied if the external faces show
no sign of leakage and remain apparently dry over a period of observation of
seven days after filling up to maximum water level and allowing seven days
period of absorption. If the structure does not satisfy the condition of the test but
the daily drop in the water level is decreasing, the period of test may be extended
for a further period of seven days and if the specified conditions of the test are
satisfied the structure shall be considered to have withstood the test. If required,
the contractor shall take all such remedial measures to render the structure safe
and leak proof as approved by the agreement authority or Chief Engineer. Cost of
all such rectification work shall be borne by the tenderer/contractor and the
structure should be tested once again for its water tightness after the rectification

15

works. If the test fails for a second time, the agreement authority may decide
demolish and re-construct the structure at the risk and cost of the original tenderer.
2.13 Storage of materials:
The conveyance, unloading and stacking of materials procured for the project will
be the responsibility of the tenderer.

Authority takes no responsibility for

providing material stack yard. Tenderer will not be allowed to stack the materials
on road side in such a way to causes hindrance to normal traffic.
2.14

Safety at site
Tenderers alone shall be responsible for any damage to men and materials and that
may occur at site due to lapses in safety measures. Tenderers shall provide
necessary caution boards and fencing as per the directions/specifications of KWA
for trenches during the progress of work. Minimum 3 Nos. caution boards shall
be placed in the approaching side and 2 Nos. at the leaving side at the required
distance as per the relevant safety codes. They shall also provide sufficient shring
to the sides of trenches to prevent collapse of the sides of the trenches and
consequent damages to the men and materials whenever the depth of trench
exceeds 1.50m or while excavating near other civil structures. During night hours,
contractors shall provide sufficient lighting and watching at the site. Failure to
adhere to these clauses shall attract fine and penalties by way of deductions from
the payments to contractors at an amount worked out at department rates.

2.15 Testing of Pipes and Specials at Site.


The pipe and specials laid have to be tested at field to the required test pressure.
The first length of the test reach shall not be more than 200m. The remaining
length of sections for test will be decided as per direction of field officers. The
joints of all the pipes and specials shall be kept open until the testing is arranged
by the contractor. Failure of test due to any reason is to be rectified and retested
without any extra cost. Contractor shall maintain a record of testing of pipeline
which shall be got signed by an officer not below the rank of an Assistant
Executive Engineer which shall be produced along with his request for release
of security deposit and shall be presented to any inspecting officer above the
rank of Assistant Executive Engineer. Positive results observed during pre
delivery inspection and the acceptance of the inspection report / result by Kerala
Water Authority / Agreement authority will not anyway relieve the contractor of
his responsibility on the quality of materials supplied by him at the work site. If

16

the materials supplied at site are found to be of inferior quality, the Executive
Engineer in charge will have all the right to ask the tenderer to replace the
materials supplied at his cost.
3.0

ADDITIONAL INFORMATION.
The following items are appended with this document for the information of the

tenderer.
ANNEXURE I

Details of Sluice Valves

ANNEXURE II

Details of Air Valves

ANNEXURE III

Details of Valve Chambers

ANNEXURE IV

List of Nodes in Zone V distribution

ANNEXURE V

List of Nodes in Zone VI distribution

ANNEXURE VI

Schematic Diagram

The bidder shall study each of them and inspect the site to his satisfaction before
quoting. It should be understood that it shall be the contractors sole responsibility that
the quantities under Annexure- I and II are verified at site. The foundations, pipe lines
and other structures completed as a part of this tender are to be 100% safe, durable and
functional. He shall be responsible to conduct the necessary test on part of the items of
materials used and as a whole after completion of work as per the norms stipulated by
the Indian standard Codes and satisfy the Engineer in charge / Agreement authority on
the acceptability, quality, performance and adequacy of the system in parts and as a
whole.
4.0

Maintenance
The scope of work includes maintenance of the system for a period of 12
months from the date of commissioning of the scheme as specified in clause
10.15.

5.0

ASSESSMENT OF COST OF WORK

5.1

Tenderer shall assess separately the expenditure that may have to be incurred for
each of the items and provide an itemized schedule of such works without
mentioning rates. Any item of work which has not been specifically mentioned in
this scope of work but are found imperative for the satisfactory completion of
17

work shall be considered as included in this scope of work and no claim for any
extra item will be entertained unless specifically approved by the agreement
authority.
5.2

Tenderer shall mention unit rates for such items in the schedule of work and the
total cost of works falling under scope of work which can be considered for the
part payments. If only unit rate quoting is impossible, total cost for an item shall
be mentioned. However, it should be clearly understood that the Authority can not
be charged for any imperfect or incorrect assessment and any unforeseen items of
work, which has not from the unit cost shall be reckoned for payments under this
contract amount. For quoting the unit rate per meter length Format P2 attached
with NIT shall be used.

5.3

Tenderer should furnish the names of suppliers of each item if he is not a


manufacture of the same. He should also furnish the full particulars regarding
method of execution of work or any other relevant information of the technical bid
in cover B.

6.0

VARIATION IN LENGTH OF PIPE LINE


If the length of pipe to be laid on actual execution is found to be at variance with
length specified in the scope of work, the contract amount shall be considered to
have changed proportionately based on rates quoted in Format P2 subject to
rounding off the total amount to the nearest 10 rupees and in case of quantity
decrease, the quantity of pipe not laid thereby (i.e.; the difference between
schedule quantity and actual quantity) shall be taken in to account of KWA and
an amount worked out at departmental rates for laying and all such associated
works will be deducted from the contractors bill.

7.0

AS LAID MAP
Contractor shall submit five copies of the as laid map of the entire facility he had
installed for the project as part of this contract with necessary reference to the
existing permanent structures. The as laid map must be prepared along with all
the running contract bills. Submission of the as laid map in complete for the
entire work is mandatory for considering the work as completed.
18

8.0

IMPLIMENTATION SCHEDULE
The work shall be completed in all respects within 12 months and the
commissioned scheme shall be maintained for a further period of 12 months from
the date of completion of the work. In case any maintenance works are attended
by KWA during this period of 12 months due to failure on part of the contractor to
turn up and complete the work on the advice of the authority by the contractor.

8.1

The contractor shall submit a properly designed schedule bar chart and CPM
network showing his plan of action for the completion of the project. The total
project shall be divided into a minimum of 12 activities and the planed progress
should be indicated clearly.

8.2

The contractor shall given a procurement schedule which shall be indicate the date
of his order of materials at site, lot sizes etc. complete which will be used to assess
the progress of the work.

9.0

CLARIFICATIONS.
All clarifications about the work if any should be sought up to 5 p.m. on

18-05-2013 will be answered through e-mail / published in wed before 25-05-2013 and
any doubts raised thereafter will not be entertained.

TENDERER

SUPERINTENDING ENGINEER

19

ANNEXURE I
TENTATIVE RQUIREMENT OF SLUICE VALVES & GM VALVES

Sl.
No.

Sluice Valves /
GM Valves
250 mm CIPE Sluice Valve with cap
(PN 1.6)
200mm CIPE Sluice Valve with cap
(PN 1.6)
150 mm CIPE Sluice Valve with cap
(PN 1.6)
125 mm CIPE Sluice Valve with cap
(PN 1.6)
100 mm CIPE Sluice Valve with cap
(PN 1.6)
80 mm CIPE Sluice Valve with cap
(PN 1.6)
65 mm GM Valve

50 mm GM Valve

1
2
3
4
5

Quantity (Nos.)
1
4.00
1.00
2.00
8.00
1.00
15
19

ANNEXURE II
TENTATIVE RQUIREMENT OF AIR VALVES
Sl. No

Size

Quantity (Nos.)

20 mm small orifice air valve.

15 mm small orifice air valve.

15

Note: The sizes and quantities mentioned above are tentative. The tenderer should verify
the alignment and submit the proposal for Air/ Scour valves before
implementation. Required number of valves of suitable size is to be provided as
per site condition to the satisfaction of the department with out any extra cost.
ANNEXURE III
DETAILS OF VALVE CHAMBERS
Sl. No

Details of Valve Chamber

Quantity (Nos.)

RCC Valve chamber of size 1.50m x


1.50m x 1.20m.
RCC Valve chamber of size 1.20m x
1.20m x 1.00m.

20

13

ANNEXURE IV
List of Nodes in Zone V Distribution

Sl.
No.

Pipe No.

From Node

To
Node

Length
(m)

Size of
pipe
(mm)

Class

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41

2
3
4
5
6
134
135
136
137
138
35
36
37
38
7
7
38
15
140
60
61
62
68
83
141
141
82
144
143
80
146
146
89
147
148
104
150
100
99
124
98

3
4
5
6
134
135
136
137
138
35
36
37
38
7
6
132
139
104
60
61
62
68
83
141
142
82
144
143
80
146
79
89
147
148
100
105
149
99
124
98
97

254
67
266
77
241
317
107
87
163
133
168
178
282
141
156
163
217
273
169
183
257
253
150
178
106
51
83
180
152
163
323
514
132
210
218
71
108
389
234
182
140

225
225
225
225
110
110
110
110
110
110
140
140
140
225
225
63
225
140
75
75
75
75
225
225
63
225
225
225
225
225
63
225
225
160
160
110
63
160
110
110
110

PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl4
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3

21

42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91

42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91

97
120
121
123
97
117
118
97
151
112
111
151
114
110
105
106
152
108
101
153
9
10
153
154
155
154
90
90
92
157
156
158
94
159
95
96
9
14
13
13
15
104
103
64
102
64
83
84
85
144

120
121
123
122
117
118
119
151
112
111
110
114
115
106
106
152
108
101
153
9
10
11
154
155
147
90
91
92
157
156
158
94
159
95
96
100
14
13
15
160
16
103
102
65
101
84
84
85
129
81

22

244
266
125
146
109
130
136
198
178
309
109
231
27
637
319
162
260
138
109
104
55
65
75
136
117
249
130
184
169
43
112
115
154
174
161
130
157
131
98
332
221
79
256
84
112
361
178
250
232
57

63
63
63
63
63
63
63
110
63
63
63
63
63
63
110
110
110
110
63
110
63
63
110
110
110
63
63
63
63
75
75
75
75
75
75
75
110
110
200
200
140
110
110
63
110
75
75
75
75
160

PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl4
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3

92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
141

92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
141

150
131
126
125
127
131
129
161
16
17
163
18
18
19
20
21
22
25
24
26
27
27
28
35
34
33
33
34
39
40
42
37
55
44
39
43
45
45
47
48
50
51
53
52
52
140
57
58
50
139

86
99
125
127
128
129
161
128
17
163
162
164
19
20
21
22
23
24
26
27
30
28
29
34
33
32
31
39
40
42
41
55
54
165
43
45
46
47
48
50
51
53
52
139
56
57
58
59
49
73

23

232
235
118
197
101
109
183
331
381
229
152
611
205
169
132
126
111
81
357
165
290
173
185
102
169
229
83
127
77
90
148
294
152
130
302
256
258
378
322
120
272
359
230
430
304
122
435
167
140
145

63
75
63
63
63
75
75
63
63
63
63
63
63
63
63
63
63
75
75
75
225
110
63
110
110
63
110
140
63
63
63
63
63
63
75
75
63
75
75
75
75
75
75
75
63
63
63
63
63
225

PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl4
PVC Cl3
PVC Cl3
PVC Cl4
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl4
PVC Cl4
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl4
PVC Cl4
PVC Cl3
PVC Cl4
PVC Cl3

142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
157
158
159
160
161
162
163
164
165
166
167
168
169
170
171
172
173
174
175
176
177
178
179
180

142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
157
158
159
160
161
162
163
164
165
166
167
168
169
170
171
172
173
174
175
176
177
178
179
180

73
72
71
76
69
70
76
71
69
140
167
167
75
62
65
65
63
150
169
169
86
87
44
31
134
161
8
88
88
18
152
109
97
1
1
1
12
25
113

72
71
76
69
70
166
77
78
68
167
139
75
74
63
66
67
64
169
168
148
87
144
40
28
133
8
88
93
107
113
109
157
116
2
30
160
1
113
16

24

135
118
255
274
206
158
143
135
190
32
220
103
185
290
91
55
146
86
117
477
114
118
196
83
37
368
232
47
49
376
153
449
100
150
290
400
50
440
90

225
225
225
225
63
63
63
63
225
63
75
63
63
75
63
63
75
63
63
63
63
63
63
110
63
63
63
63
63
75
75
75
63
225
225
200
250
75
75

PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
PVC Cl3
DI K 9
PVC Cl3
PVC Cl3

ANNEXURE V
List of Nodes in Zone- VI Distribution
Sl.
No.

Pipe
No.

From
Node

To Node

Length (m)

Size of pipe
(mm)

Class

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36

1
2
3
2
5
7
6
9
7
8
12
6
17
18
22
23
24
26
18
21
20
16
20
27
30
30
14
5
31
31
27
34
26
28
4
27

2
3
4
5
7
6
9
10
8
12
11
17
18
22
23
24
26
27
37
20
16
15
19
30
21
14
13
31
32
33
34
35
28
29
36
25

91
155
209
130
213
343
210
138
431
320
243
224
105
305
294
370
320
697
90
125
83
87
94
287
125
313
113
130
822
205
1587
1372
766
323
222
138

90
63
63
75
75
75
63
63
63
63
63
75
75
75
75
75
75
63
63
63
63
63
63
63
63
63
63
63
63
63
63
63
63
63
63
63

PVC Cl 3
PVC Cl 3
PVC Cl 3
PVC Cl 3
PVC Cl 4
PVC Cl 4
PVC Cl 4
PVC Cl 4
PVC Cl 3
PVC Cl 4
PVC Cl 5
PVC Cl 5
PVC Cl 5
PVC Cl 3
PVC Cl 3
PVC Cl 3
PVC Cl 4
PVC Cl 4
PVC Cl 4
PVC Cl 4
PVC Cl 4
PVC Cl 5
PVC Cl 4
PVC Cl 5
PVC Cl 5
PVC Cl 5
PVC Cl 5
PVC Cl 4
PVC Cl 5
PVC Cl 4
PVC Cl 5
PVC Cl 5
PVC Cl 4
PVC Cl 4
PVC Cl 3
PVC Cl 3

Wherever DI/GI/PVC lines are laid, the specials should be of same class to
withstand the pressure developing in the line. In the case of PVC lines, wherever culverts,
bridges or rocky area wherever blasting is not possible, corresponding size as that of
PVC pipe using medium class GI or galvanized MS pipes or DI pipe K7 with required
specials should be provided but within the total node length. For culvert, bridge, rock

25

crossings in PVC pipe, GI pipe Medium class shall be used. For higher diameter
corresponding size galvanized MS pipe, having a shell thickness of minimum 8mm or DI
K7 pipe shall be used with suitable bend, flange, air tee etc. The length provided of
GI/MS/DI pipe gap closing within the PVC line is tentative. During execution if there is
variation in quantity shall be supplied by the contractor. If there is variation in length of
a particular type of pipe, the required quantity as per site condition shall be supplied by
the contractor and shall be measured on the type of pipe supplied. All the lines should be
laid in full length as above without leaving any gaps under any circumstances and scope
of work includes all interconnections and gap closing including all cost of specials such
as bend, tee of required size etc.

TENDERER

SUPERINTENDING ENGINEER

26

Você também pode gostar