Escolar Documentos
Profissional Documentos
Cultura Documentos
TECHNICAL BID
FOR
“SITC of Centrifugal pump sets, HDPE Pipeline, Construction
& commissioning of pump room etc in Piped RWSS Baggar
PHED Dn Merta City.”
VOL-I
SUPERINTENDING ENGINEER
PHED, CIRCLE NAGAUR
Tel : 01582-240780 (O)
INDEX
SN ITEM DETAILS
a) NIT No 87/2018-19
b) Name of Work SITC of Centrifugal pump sets, HDPE Pipeline, Construction &
commissioning of pump room etc in Piped RWSS Baggar
PHED Dn Merta City
c) Estimated Cost Rs. 33.15 Lacs
d) Completion Period 6 Months
e) Defect liability period 24 months after successful completion of work.
f) Type of contract Schedule item/BSR rate contract
g) Validity of tender The tender for the works shall remain open for acceptance for
the period of 90 days from date of opening of the PQ tender or
mutually extended period.
h) Price of Tender Document (Non Rs. 1000.00 in favour of Superintending Engineer, PHED Circle
Refundable) Nagaur to be deposited in Superintending Engineer, PHED
Circle Nagaur 04.02.19 up to 6:00 PM in sealed envelope in the
tender box specially placed for this purpose.
i) E Procurement Processing Rs. 500.00 by DD/ Banker Cheque in favour of Managing
Fees (Non Refundable) Director RISL, payable at Jaipur. To be deposited in office of
Superintending Engineer, PHED Circle Nagaur 04.02.19 up to
6:00 PM in sealed envelope in the tender box specially placed
for this purpose
j) Earnest Money Rs. 66300.00 by DD/ Banker Cheque is required to be
submitted 04.02.19 up to 6:00 PM in sealed envelope in the
tender box specially placed for this purpose in the office of
Superintending Engineer, PHED Circle Nagaur, to be paid in
favor of Superintending Engineer, PHED Circle Nagaur. The
Name of bidder and NIT No. should be clearly mentioned on
the envelope containing EMD & Fee. The enlisted contractor in
appropriate class with PHED Rajasthan (as per rule) shall be
required to deposit EMD Rs 16575.00 (0.5% of Estimated cost
of NIT) in the aforesaid form.
k) Date of Downloading of Tender Tender documents can be downloaded from website
Document http://eproc.rajasthan.gov.in. 04.02.19 up to 6:00 PM
l) Last Date and time of The tenders can be submitted electronically on
Submission of Tender http://eproc.rajasthan.gov.in. 04.02.19 up to 6:00 PM
m) Date & time of opening of P.Q. 11.00 AM on 05.02.19 in office of Superintending Engineer,
bid PHED Circle Nagaur.
n) Place and date of opening of Office of Superintending Engineer, PHED Circle Nagaur. The
financial bid. date shall be intimated to successful tenderer separately.
History of non- Non- performance of a contract did not occur as a result of contractor’s
performing contracts. default within the last two (2) years prior to the deadline for Bid
submission.
Failure to sign a Failure to sign a contract after receiving a notice of award has not
contract. occurred in the past five years. Any deviation should be explained in the
enclosed contract Non performance form
Pending litigation All pending proceedings, litigation arbitrations, actions, claims,
investigation or disputed, in total shall not represent, more than fifty
percent (50%) of the Bidders net worth.
Note :
(i) Non- performance shall included all contractor.
(a) Where non-performance was not challenged by the Contractor, including through referral to
the dispute resolution mechanism under the respective contract and
(b) that were so challenged but fully settled against the contractor.
Non- performance shall not include contracts where Employers decision was over ruled by the
dispute resolution mechanism. Non performance must be based on all information on fully settled
disputer or litigation, i.e. disputer or litigation that has been on all information on fully settled dispute
resolute mechanism under the respective contract and where all appeal instances available to the
applicant have been exhausted.
(ii) Parameters of History of Non- performing contract and pending litigation also apply to contracts
executed by the bidder as a JV member.
SN ITEM DETAILS
1 Date of Downloading of Tender documents can be downloaded from website
Tender Document http://eproc.rajasthan.gov.in.
2 Earnest Money deposition Rs. 66300.00 by DD/ Banker Cheque is required to be
date submitted 04.02.19 upto 6.00 PM sealed envelope in the tender
box specially placed for this purpose in the office of
Superintending Engineer, PHED Circle Nagaur, to be paid in
favor of Superintending Engineer, PHED Circle Nagaur. The
Name of bidder and NIT No. should be clearly mentioned on
the envelope containing EMD & Fee. The enlisted contractor in
appropriate class with PHED Rajasthan (as per rule) shall be
required to deposit EMD Rs. 16575.00 Error! Reference
source not found.(0.5% of Estimated cost of NIT) in the
aforesaid form.
3 Last Date and time of The tenders can be submitted electronically on
Submission of Tender http://eproc.rajasthan.gov.in. 04.02.19 up to 6:00 PM
4 Date & time of opening of 11.00 AM on 05.02.19 in office of Superintending Engineer,
P.Q. bid PHED Circle Nagaur.
Notes:
1. Tenders are to be submitted on a prescribed form, which can be downloaded from website on
http://eproc.rajasthan.gov.in..
2. No conditional tender shall be accepted. It will be rejected summarily forthwith.
3. The department will not consider any tender submitted physically and not electronically and
shall not be responsible for any delay on account of interruption in submission on account of
non functioning of website, internet etc.
4. The earnest money, Tender fees, and E-Proc Fees shall be submitted before prescribed time.
The department shall not be responsible for late submission of the same on account of postal or
any other delay. If the earnest money, Tender fees, and E-Proc Fees are not received in time,
the tender of that firm shall be rejected and PQ bid shall not be considered.
5. The tenders shall be submitted electronically in 3 covers. Cover number 1 & 2: Pre- Qualification
Bids”, should contain all information desired in the Tender Document, duly completed and
signed by the tenderer along with earnest money. Cover number 3 shall contain only
unconditional financial bids.
6. The acceptance of the tender will rest with competent authority, as per prevailing rules, who
does not bound to accept the lowest tender and reserves to itself the authority to reject any
tender or all the tenders received without assigning any reason.
7. In case of receiving/opening date is holiday then the tenders will be received/opened on the next
working day.
Superintending Engineer,
PHED Circle Nagaur
On behalf of Governor of Rajasthan
4.2 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.
5. Cost of 5.1 It shall be obligatory on the successful tenderer to pay stamp
Tendering charges on the contract for preparation of contract agreement as
ruling on date of execution of the contract.
6. Site Visit 6.1 The Tenderer and any of its personnel or agents will be granted
Before Tendering permission by the Department to enter upon its premises and
lands, for the purpose of site visits, but the tenderer and its
personnel will be responsible for death or personal injury, loss of or
damage to property and any other loss, damage, costs and
expenses incurred as a result of the site visits.
6.2 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, meteorological conditions and to have fixed his
prices according to his own view of these. Tenderer are invited to
visit the site with prior appointment with the Deptt.
The Deptt. will not be responsible for the personnel of the Tenderer
C. Preparation of Tenders
8. Language of 8.1 The tender prepared by the Tenderer and all correspondence and
Tender documents related to the tender exchanged by the Tenderer and
that any printed literature furnished by the Tenderer may be
written in another language, as on 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.
9. Alteration of 9.1 Tenderers, which propose any alteration in the basic requirement,
Designed as specified in Volume I and Its addendum if any, or which contain
Components not any other conditions of any sort will liable to rejection.
acceptable
Makes and origin 9.2 MAKES AND ORIGIN OF THE EQUIPMENT
of the equipment It is expected that the Tenderer will quote with a view to supply &
install equipment of best makes and conforming to highest
standard and efficiency.
In case, the Tenderer proposes to use any imported equipment part
of equipment/material he shall indicate so clearly in his tender and
shall be responsible for arranging import license etc. for the same.
All expenses to be incurred by the Contractor in connection with
such import including customs duty shall be included in the prices
quoted.
10.Tender Form 10.1 The Tenderer shall complete the Schedule of Prices furnished in the
and Schedule tender documents as indicated there in. The terms and conditions
or Prices for payments shall be in accordance with the provisions of the
conditions of contract(s) in tender document referred in ITT Clause
4.1.
11. Tender 11.1 The Contract shall be for the complete Work as described in Scope
Prices of work, based on the Schedule of Prices submitted in Volume II/
BoQ.
11.2 The department shall not own any responsibility of any change in
the provisions of exemption excise duty, CST service tax etc. relief
by Central government during the time of bidding, tender
processing or during the execution of work which do not provide
such benefits.
D. Submission of Tenders
16. Sealing and 16.1 The tenderer should digitally sign complete tender documents in
marking of token of their acceptance of all the terms and conditions of the
Tenders tender. The offer should be submitted only in electronic format on
web site http://eproc.rajasthan.gov.in The offer received in any
other manner is liable for rejection.
16.2 The Online shall contain:
Two cover envelopes digitally signed as mentioned in
clause 15 and Scanned copy of the Power of Attorney issued as
per Annexure-2 on non judicial stamp of Rs 100/- in favour of
person signing the documents/schedules. In case of partnership
firm/ limited Co./group of companies, such power of attorney for
the authorized person should be issued by the partner(s) or
authorized signatory.
Scanned copy of under taking and Declaration in Annexure-3,4,5
Scanned copy of Latest Sales Tax clearance certificate
17. Deadline for 17.1 The web site will not accept uploading of bids after the prescribed
submission of period reckoned from the clock of web site.
Tenders
18. Eligibility 18.1 The tenderer must fulfill following conditions
criteria for 1. The documentary proof of depositing tender document cost,
opening of tender processing fee and EMD are to be uploaded along with the
price bid technical bid and should be deposited physically in the office of
Superintending Engineer, PHED, Circle, Nagaur up to the date and
time specified in the tender document The tender Fee/cost and
tender processing fee will not be refunded. The proof/scan copy of
deposition must be enclosed in first cover.
2. The tenderer firm should be registered/ enlisted in PHED
Rajasthan in appropriate class or higher as per PWF & AR. The copy
of valid/ reviewed registration is to be enclosed. Un registered
contractor will not be permitted to participate. The proof/scan copy
of valid registration and Latest Sales Tax clearance certificate must
be also enclosed.
The registration must be enclosed in First cover (Envelope)
The second cover/Price bid will be open/ considered for only
those successful tenderes/ firm, who shall fulfill the above criteria
and have electronically online, submitted their offer on website
http://eproc.rajasthan.gov. in.
E. Tender Opening and Evaluating
19. Opening of 19.1 The Superintending Engineer or other duly authorized Committee
Tenders by will open the tenders in the presence of Tenderer(s) or their
Department authorized representative(s) who may choose to be present at the
time of tender opening.
The bids shall be opened in two stages. In first stage the technical
part of the bid shall be opened and evaluated. The financial part
shall be opened in respect of responsive bidders.
Subject: SITC of Centrifugal pump sets, HDPE Pipeline, Construction & commissioning of pump
room etc in Piped RWSS Baggar PHED Dn Merta City.
Ref: NIT No. SE /Nag /87/2018-19
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.
2. 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.
3. We declare that we guarantee for the hydraulic parameters of the system as per approved
data sheets and specifications throughout the contract period.
4. 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.
5. If our tender is accepted we will provide a security deposit in the required form in the
sums as stipulated in the tender documents.
6. 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.
7. We agree to abide by this tender for the period of 90 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.
8. Together with the tender we submit the earnest money of Rs 1 ) ......................... as
2) ..........................................................................
1
Amount of Earnest Money
2
Indicate the form in which it is provided.
3
Signature of the authorized Representative of the firm
4
Designation
5
Name of Tenderer
Undertaking by Tenderer
Signature
With Seal
Designation______________
Address _______________
(Authorized representative)
In relation to my/our Bid submitted to ------- fro procurement of --------- in response to their
Notice inviting Bids No. ------------- Dated ------------- I/We hereby declare under Section 7 of
Rajasthan Transparency in Public procurement Act, 2012, (Rule 2013) that:
1. I/We possess the necessary professional, technical, financial and managerial resources
and competence required by the Bidding Document issued by the procuring Entity.
including those in the addenda issued by the Department and the same are acceptable to
us without any deviations ;
2. I/We have fulfilled my/our obligation to pay such of the taxes payable to the Union and
the State Government or any local authorities as specified in the Bidding Document ;
3. I/We are not insolvent, in receivership, bankrupt, or being wound up, not have my/our
affairs administered by a court or a judicial officer, not have my/our business activities
suspended and not the subject of legal proceedings for any of the foregoing reasons.
4. I/We do not have, and our directions and officers not have been convicted of any
criminal offence related to my/our professional conduct or the making of false
statements or misrepresentations as to my/our qualifications to enter into a procurement
contract within a period of three years preceding the commencement of this
procurement process, or not have been otherwise disqualified pursuant to debarment
proceedings;
5. I/We do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competitions.
6. 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
Designation______________
Address _______________
(Authorized representative)
“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
Designation______________
Address _______________
(Authorized representative)
THIS Agreement made the ________ day of ________20_____ between the Superintending Engineer PHED
Circle Nagaur (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 execution of ‘Supply and installation of Centrifugal pump sets at various
locations in Division Deedwana with 24 months defect Liability period.’.
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 6 Month
Defect liability Period 2 Years (For Materials supplied by contractor i.e.
Pump sets, panels, valves etc.)
IN WITNESS thereof the parties to these present have here to set and subscribed their respective hands the day,
month and year first above written.
(a) not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
(b) not misrepresent or omit information that misleads or attempts to mislead so as to obtain
a financial or other benefit or avoid an obligation;
(c) not indulge in any collusion, bid rigging or anticompetitive behaviour to impair the
transparency, fairness and progress of the procurement process;
(d) not misuse any information shared between the procuring entity and the bidders with an
intent to gain unfair advantage in the procurement process;
(e) not indulge in any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence the procurement
process;
(f) not obstruct any investigation or audit of a procurement process;
(g) disclose conflict of interest, if any; and
(h) disclose any previous transgressions with any entity in India or any other country during
the last three years or any debarment by any other procuring entity.
Conflict of interest.-
The Bidder participating a bidding process must not have a conflict of Interest.
A conflict of interest for procuring entity or its personnel and bidders is considered to be a
situation in which a party has interests that could improperly influence that party’s performance
of official duties or responsibilities, contractual obligations, or compliance with applicable laws
and regulations.
A Bidder may be considered to be in conflict of interest with one or more parties in a bidding
process if, including but not limited to:-
a. have controlling partners in common; or
b. receive or have received any direct or indirect subsidy from any of them; or
c. have the same legal representative for purposes of the bid; or
d. have a relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or information about or influence
on the bid of another Bidder, or influence the decisions sof the Procuring Entity
regarding the bidding process; or
e. The bidder participates in more than one bid in the same bidding process. Participation
by a Bidder in more than one Bid will result in the disqualification of all Bids in which
the Bidder involved. However, this does not limit the inclusion of the same sub-
contractor, not otherwise participating as a bidder, in more than one bid; or
f. The bidder or any of its affiliates participated as a consultant in the preparation of the
design or technical specifications of the Goods, Works or Services that are the subject of
the Bid: or
g. Bidder or any of its affiliates has been hired (or is proposed to be hired) by the procuring
Entity as engineer-in-charge/ consultant for the contract.
C. Compensation Delay up to one fourth period of the prescribed time span – 2.5% of the
payable by the work remained unexecuted
contractor for
Delay exceeding one fourth period but not exceeding half of the
delay
prescribed time span – 5% of the work remained unexecuted.
attributable to
contractor at Delay exceeding half of the prescribed but not exceeding three fourth
the stage of : of the time span – 7.5% of the work remained unexecuted
Delay exceeding three fourth of the prescribed time span – 10% of the
work remained unexecuted
Note:- In case delayed period over a particular span is split up and is jointly attributable to
Government and contractor, the competent authority may reduce the compensation in
proportion of delay attributable to Government over entire delayed period over that span after
clubbing up the split delays attributable to Government and this reduced compensation
would be applicable over the entire delayed period without paying any escalation.
Following illustrations is given:-
(i) First time span is 6 months, delay is of 30 days which is split over as under:-
5 days (attributable to Government) + 5 days (attributable to contractor) + 5 days (attributable
to Government) + 5 days (attributable to contractor) + 5 days (attributable to Government) + 5
days (attributable to contractor)
Total delay is thus clubbed to 15 days (attributable to Government) and 15 days (attributable
to contractor).
The normal compensation of 30 days as per clause 2 of agreement is 2.5% which can be
reduced as 2.5*15/30-1.25% over 30 days without any escalation by competent authority.
Note : The compensation, levied as above, shall be recoverable from the Running Account
Bill to be paid immediately after the concerned time span. Total compensation for delays shall
not exceed 10 percent of the total value of the work.
The contractor shall, further, be bound to carry out the work in accordance with the date and
quantity entered in the progress statement attached to the tender.
In case the delay in execution of work is attributable to the contractor, the spanwise
compensation, as laid down in this clause shall be mandatory. However, in case the slow
progress in one time span is covered up within original stipulated period, then the amount of
such compensation levied earlier shall be refunded. The Price escalation, if any, admissible
a) For buildings, compound wall plinth level or 1.2 meters (4 ft.) above ground level
whichever is lower, excluding items above flooring and D.P.C. but including base
concrete below the floors.
b) For abutments, piers, retaining wall of culverts and bridges, walls of water reservoir
and the bed of floor level.
c) For retaining walls, where floor levels is not determinate 1.2 metres above the average
ground level or bed level.
d) For roads, all items of excavation and filling including treatment of sub base and
soling work.
e) For water supply lines, sewer lines under ground storm water drains and similar
work, all items of work below ground level except items of pipe work for proper
masonry work.
f) For open storm water drains, all items of work except lining of drains.
g) Any other items of similar nature which Engineer-in-Charge may decide relating to
foundation.
The rate of any such work, except the items relating to foundations, which is in excess of the
deviation limit shall be determined in accordance with the provisions contained in Clause
12A.
Clause 12A:
The quantum of additional work for each item shall not exceed 50% of the original quantity
given in the agreement and the total value of additional work shall not exceed 20% of the total
contract value, unless otherwise mutually agreed by the Engineer-in-charge and the
Contractor. This limit shall not be applicable on items relating to foundation work, which
shall be executed as per original rates or provision of clause 12 (i) to (iv).
In case of contract substituted items or additional items, which results in exceeding the
deviation limit laid down in this clause except items relating to foundation work, which the
contractor is required to do under clause 12 above, the contractor shall within 7 days from
the receipt of order, claim revision of the rate supported by proper analysis in respect of such
items for quantities in excess of the deviation limit notwithstanding the fact that the rates for
such items exist in the tender for the main work or can be derived in accordance with the
provision of sub clause (ii) of clause 12 and the Engineer-in-Charge, may revise their rates
having regard to the prevailing market rates and the contractor shall be paid in accordance
with the rates so fixed. The Engineer-in-Charge shall, however, be at liberty to cancel his
order to carry out such increased quantities of work by giving notice in writing to the
contractor and arrange to carry it out in such manner, as he may consider advisable. But
under no circumstances, the contractor shall suspend the work on the plea of non-settlement
of rates of items failing under this Clause.
All the provisions of the preceding paragraph shall equally apply to the decrease in rates of
items for quantities in excess of the deviation limit notwithstanding the fact that the rates for
such items exist in the tender for the main work or can be derived in accordance with the
provisions of sub-clause(ii) of the preceding clause 12 and the Engineer-in-Charge may revise
such rates having regard to the prevailing market rates unless otherwise mutually agreed by
the Engineer-in-Charge and the Contractor..
Clause 13: No compensation for alteration in or restriction of work to be carried
out.
If, at any time after the commencement of the work the Government shall, for any reason,
whatsoever, not require the whole work, thereof, as specified in the tender, to be carried out,
the Engineer-in-charge shall give notice, in writing, of the fact to the Contractor, who shall
have no claim to any payments or compensation, whatsoever, on account of any profit or
advantage, which he might have derived from the execution of the work in full but which he
did not derive in consequence of the full amount of the work not having been carried out.
Neither, shall he have any claim for compensation by reason of alterations having been made
in the original specifications, drawings, and design, and instructions, which shall involve any
VL = Increase or decrease in the cost of work during the quarter under consideration due to
change in rates for labour.
R = The value of the work done in rupees during the quarter under consideration excluding
the cost of materials supplied by the department and excluding other items as
mentioned in this clause.
IL0 = The average consumer price index for industrial workers (whole sale prices) for the
quarter in which tenders were opened/negotiated (as published in Reserve Bank of
India Journal/Labour Bureau Simla, for the area).
IL1 = The average consumer price index for industrial workers (whole sale prices) for the
quarter of a calendar year under consideration (as published in Reserve Bank of India
Journal /Labour Bureau Simla, for the area).
R = The value of the work done in rupees during the quarter under consideration
LM1 = The average wholesale price index (all commodities) for the quarter under
consideration (as published in Reserve Bank of India Journal/Economic Adviser to
Government of India, Ministry of Industries, for the area).
PM = Percentage of material components (excluding materials supplied by the Department).
(C) Bitumen
Pb (Bi - B0 )
Vb =
0.75 x x R
100 B0
Vb = Increase or decrease in the cost of work during the quarter under consideration due to
change in rates for bitumen.
R = The value of the work done in rupees during the quarter under consideration excluding
the cost of materials supplied by the department and excluding other items as
mentioned in this Clause.
B0 = The wholesale price for bitumen on day of opening of tenders/negotiation, as published
by the Economic Advisor to Government of India, Ministry of Industry.
Bi = The average wholesale price index for bitumen for the quarter under consideration as
published weekly by Economic Adviser to Govt. of India, Ministry of Industry
Pb = Percentage of bitumen component excluding bitumen supplied by the department
(Specified in the sanctioned estimate of the work).
(D) Petroleum
Pf ( Fi – F0)
Vf = 0.75 x x R
100 F0
Vf = Increase or decrease in the cost of the work during the quarter under consideration
due to change in the rates for fuel and lubricants.
R = The value of the work done in rupees during the quarter under consideration
excluding the cost of materials supplied by the department and excluding other items
as mentioned in this clause.
F0 = The average wholesale price Index of High speed Diesel (HSD) as published by the
Economic Adviser to Govt. of India, Ministry of Industry on the day of opening of
tender/negotiations.
Fi = The average wholesale price Index of H.S.D. for the quarter under consideration as
published weekly by the Economic Adviser to the Government of India, Ministry of
Industry.
= Percentage of fuel and lubricants component excluding fuel and lubricants supplied
Pf by the departments (Specified in the sanctioned estimate for the work).
= Total work done during the quarter as prescribed under this clause.
R
Note: For application of this clause price of HSD is chosen to indicate fuel and lubricant
component.
Clause 45A: Price Variation in installation of elevators, supply/installation of
Central Air Conditioning and Central Evaporating Cooling Works
In all cases of contracts for installation of elevators, supply/installation of Central Air
Conditioning and Central Evaporating Cooling Works, the price quoted shall be based on the
Where:
P = Price payable as adjusted in accordance with the above price variation formula.
Po = Price quoted/confirmed
MPo = Wholesale Price Index Number for metal products as published by the office of the
Economic Adviser, Ministry of Industry, Government of India, in their weekly
bulletin. Revised Index Number of Wholesale Prices (Base: 1981-82=100) for the
week ending first Saturday of the relevant calendar month. The relevant month shall
be that in which price was offered or negotiated whichever is later.
Wo = All India Average Consumer Price Index Number for Industrial workers (Base:
1982=100), as published by Labour Bureau, Ministry of Labour, Government of
India, for relevant calendar month. The relevant month shall be that in which price
was offered or negotiated whichever is later.
The above index number MPo & Wo are those published by IEEMA as prevailing on
the first working day of the calendar month FOUR months prior to the date of
tendering.
MP = Wholesale Price Index Number of Number of Metal Products as published by the
office of Economic Adviser, Ministry of Industry, Government of India, in their weekly
bulletin, Revised index Number of wholesale prices (Base: 1981-82=100). The
applicable wholesale price Index Number for Metal Products as prevailing on 1st
Saturday of the month covering the date FOUR months prior to the date of delivery
and would be as published by IEEMA.
Wo(D) = All India Average Consumer Price Index Number for Industrial workers prevailing for
the month covering the date FOUR months prior to the date of delivery of
manufactured material and would be as published by IEEMA.
Wo(1) = All India Average Consumer Price Index Number for Industrial workers (Base:
1982=100) as published by labour Bureau, Ministry of Labour Government of India.
The applicable All India Consumer Price Index Number of Industrial workers
prevailing for the FOUR months prior to the date of completion of installation/
progress parts of installation and would be as published by IEEMA. The date of
delivery shall be the date on which the manufactured material is actually supplied at
site. The date of completion of installation (or progress part of installation) shall be
the date on which the work is notified as being completed and is available for
inspection/ duly tested. In the absence of such notification, the date of completion is
not intimated, such completion shall be considered by the Engineer-in-charge which
shall be final.
Note 1. The Wholesale Price Index Number for Metal Products is published weekly by the
office of the Economic Adviser, but if there are any changes, the same are incorporated in the
issue appearing in the following week. For the purpose of this Price Variation Clause, the final
index figures shall apply.
Note 2. The sole purpose above stipulation is to arrive at the entire contract under the
various situations. The above stipulation does not indicate any intentions to sell materials,
under this contract as movables.
Note 3. The indices MP & Wo are regularly published by IEEMA in monthly basic price
circulars based on information bulletins from the authorities mentioned. These will be used
for determining price variation and only IEEMA Circulars will be shown as evidence if
required.
Note: The standard format as given above is as per PWF&AR and the provisions of
Special Conditions shall overrule the provisions of these General Conditions of
Contract.
Schedule of Materials to be Supplied by the Department, if available
(Referred to in clause 10)
S. Quantity, Rates Place of
Particulars
No meters Unit Rupees Delivery
Date from
Date by which
which the Monthly rate of
Name of Work the work should
work should Progress
be completed
be commenced
1 2 3 4
The contractor has been informed that his tender has been accepted
SAFETY CODE
(I) Suitable scaffolds should be provided for workman for all works that cannot be safely
be done on the grounds or from solid construction except such short period work as
can be done safely from ladders, when a ladder is used an extra mazdoor shall be
engaged for holding the ladder and if the ladder is used for carrying materials as well,
suitable footholds and handholds shall be provided on the ladder and the ladder shall
be given an inclination not steeper than 14/ to 1(1/14 horizontal and 1 vertical).
(ii) Scaffolding or staging more than 12’ above the ground or floor, swung or suspended
from an overhead support or erected with stationary support shall have a guard rails
properly attached, bolted, braced and otherwise secured at least 3 feet high above the
floor platform of such scaffolding to staging and extending along the entire length of
the outside the ends with only such opening as may be necessary for the delivery of
the materials, such scaffolding or staging shall be fastened as to prevent it from
swaying from the building or structure.
(iii) Working platform, Gangways and stairways should be so constructed that they should
not sag unduly or unequally and if the height of the Gangway of the Stairway is more
than 12 feet above ground level and for floor level they should be closely boarded have
adequate width and should be closely boarded, should have adequate width and
should be suitably fenced, as described in (ii) above.
(iv) Every opening in the floor of a building or in a working platform is provided with
suitable means to prevent the fall of person or materials be providing suitable fencing
or railing whose minimum height shall be 5’-0’.
(v) Sale means of access shall be provided to all working platforms and other working
places. Every ladder shall be securely fixed. No portable shall be over 30 feet in length
while the width between side rails in rung ladder shall in no case be less than 11-1/2
ft for ladder up to and including 10 ft. in length for longer ladder this width shall be
increased at 1/4’. For each additional foot of length uniform step spacing shall not
exceed 11’. Adequate precautions shall be so stacked or cause danger or
inconvenience to any person or the public. The contractor shall also provide all
necessary fencing and lights to protect the public from accident and shall be bound to
bear the expenses of defence of every action or other precautions at law that may be
brought by any persons for injury sustained owing to neglect of the above precaution
and to pay damages and costs which may with consent of the be paid to compromise
any claims by any such person.
(vi) EXCAVATION AND TRENCHING
All trenches, four feet or more in depth shall at times be supplied with at least one
ladder for each 100 feet length or fraction there of ladder shall be extended from
bottom of the trench to at least 3’ above the surface of the ground. The sides of the
trenches which are 5’ or more in depth shall be stopped back to give suitable slope of
securely held by timber bracing so as to avoid the danger of sides to collapse. The
excavated material shall not be placed within 5 feet of the trench, which ever is more
cutting shall be done from top to bottom under on circumstances undermining or
undercutting shall be done.
(vii) DEMOLITION
Before any demolition work is commenced and also during the process of the work.
(a) All roads and open areas adjacent to the work site shall either be closed or
suitably protected.
(b) No electric cable or apparatus which is liable to be a source of danger over a
cable or apparatus used by the operator shall remain electrically charged.
(c) All practical steps shall be taken to prevent under danger to person employed
from risk of fire or explosion or flooring. No floor, roof or other part of the
building shall be so over loaded with debris or materials as to tender it unsafe.
(viii) All necessary personal safety equipments considered adequate by the Engineer-In-
Charge should be kept available for the use of person employed on the site and
maintained in a condition suitable for immediate use and the contractor should take
adequate steps to ensure proper use of equipments by those concerned.
(a) Workers employed on mixing Asphalitic material/Cement and lime mortars
shall be provided with protective coll wear and protective goggles.
Recoveries Dated
initials of
S.N Progressive
deduction
recoveries
recoveries
D. C. /
A. E. / E.
Materials
Quantity
Payment
of Vr.
Amount
Amount
Amount
Income
o. of total of
Hours
of Bill
Gross
Other
Total
S. D.
Acct.
S. Date
T&P
Tax
Net
No.
Bill amount of
E.
C.B.
Bills
All works, proposed for execution by Contract, will be notified in a form of invitation to tender pasted on public
places and on a board hung up in the office of and signed by the Superintending Engineer or other duly authorized
Engineer.
1. The form of invitation to tender will state the work to be carried out, as well as the date of submitting and
opening of tenders and the time allowed for carrying out the work, also the amount of Earnest Money to be
deposited with the tender and the amount of the Security Deposit to be deposited by the successful tenders and the
percentage, if any, to be deducted from bills. Copies of the specifications, designs and drawings and estimated
rates/ scheduled rates and any other document required in connection with the work signed for the purpose of
identification by the Executive Engineer shall be open for inspection by the Contractor at the office of the
Superintending Engineer or other duly authorized Engineer during office hours. .
2. In the event of the tender being submitted by a firm, it must be signed separately by each partner, thereof, or in
the event of the absence of any partner, it must be signed on his behalf, by a person holding a Power of Attorney,
authorizing him to do so. Such power of Attorney will be submitted with the tender and must disclose that the firm,
is duly registered under the Indian Partnership Act, by submitting the copy of registration certificate.
3. 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.
4. Any person, who submits percentage rate tender, shall fill up the usual printed form stating at how much percent
above or below the rates specified in Schedule G. he is willing to undertake the work. Only one rate of percentage,
more or less, on all the estimated rates/scheduled rates shall be mentioned. Tenders, which propose any alteration
in the
work, specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which
contain any other conditions of any sort, will be liable to rejection No single tender shall include more than one
work, but Contractors, who wish to tender for two or more works, shall submit a separate tender for each work.
Tenders shall have the name and number of work, to which they refer, written outside the envelope.
5. The Superintending Engineer or other duly authorized Engineer will open the tenders in the presence of-any
contractor(s) or their authorized representatives who may be present at the time, and will announce-and enter the
rates/amounts of all tenders in the Register of Opening of Tenders, (Form RPWA 20A). In the event of the tender
being accepted, a
receipt for the Earnest Money deposited shall be given to the Contractor, who shall sign copies of the
specifications and other documents mentioned in Rule 1. In the event of a tender being rejected, the Earnest Money
forwarded with such unaccepted tenders shall, be returned to the Contractor making the same.
6. The Superintending Engineer or other duly authorized Engineer shall have the right of rejecting all or any of the
tender without assigning any reason
7. The receipt of an Accountant, Cashier or any other official, not authorized to receive such amount, will not be
considered as an acknowledgment of payment to the Superintending Engineer or other duly authorized Engineer.
8. The memorandum of work tendered for memorandum of materials and of tools and plant to be supplied by the
Department and their rates, shall be filled in and completed in the office of the Superintending Engineer or duly
authorized Engineer before the tender, form is issued.
9. If it is found that the tender is not submitted in proper manner, or contains too many corrections and or
unreasonable rates or amounts, it would be open for the Engineer-in-charge not to consider the tender, forfeit the
amount of earnest money and/or de-list the contractor.
10. 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 tenderers shall return all the drawings given to them.
Declaration;
"I/We hereby declare*that I/We shall treat the tender documents, drawings and other records, connected with the
work, as secret and 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."
11. Any percentage rate tender containing item-wise rates, and any item rate tender containing percentage rate
below or above estimated/scheduled rates, will be summarily rejected. However, if a tenderer voluntarily offers a
rebate for payment within a stipulated period, this may be considered.
12. On acceptance of the tender, the name of the accredited representative(s) of the Contractor (with a photograph
and signature attested), who would be responsible for taking instructions from the Engineer in charge, shall be
communicated to the Engineer- in-charge.
13. Sales tax or any other tax on materials, or Income Tax in respect of the contract shall be governed by Clause 36
A, B and C and D of 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.
Name of work: - SITC of Centrifugal pump sets, HDPE Pipeline, Construction & commissioning
of pump room etc in Piped RWSS Baggar PHED Dn Merta City.
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.
The works proposed under this contract includes the following:
(i) Supply, installation, testing and commissioning of energy efficient centrifugal
pumping set as approved by TC as per IS: 9079 – 1989 (amended/ revised upto date)
including pipes, valves, specials as per specifications and jointing the system with
existing PHED pipeline/ rising main to enable PHED to deliver water to existing
system.
However any delay by not allowing jointing with the system on this part shall
be attributable to the contractor. The work shall be treated as completed only when
pump sets, pipe line will be connected near the department’s pipe network. In the
event of any conflict or discrepancy, within the bidding document the decision of
Superintending engineer will be final.
2. The priority of the documents forming the document shall be as under :
Letter of award
Special Conditions of Contract.
Instructions to Bidders
General Conditions of Contract
Technical specifications
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. 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
Superintending 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.
4. Time for completion
The time for completion will be 6 Months from the 10th day of award of contract,
which include time consumption in QAP/ Data Sheet approval for Pump sets and
commissioning of whole system. 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) during defect liability period.
6.1 The defect liability period for materials supplied by the contractor (i.e. pump sets,
electrical accessories, all types of Valves, etc.) shall be of 2 years (24 months), from the
date of issue of the certificate for Completion of works. The Contractor shall be
responsible for satisfactory performance of the work under all design and operation
conditions for the duration of the defects liability, 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 defect liability period.
6.2 If any of the pump set remains in-operative for more than 24 hours because of
the contractors fault, recovery shall be made @ Rs 500 per day. Further If
contractor fails to restore the system within period of 48 hours, the department
reserves the right to restore through other agency on the risk cost of contractor
without further notice.
6.3 During the defect liability the efficiency and power consumption of pump set
will be monthly recorded and reported. If the efficiency of pump set changes or
power consumption per hour increases the contractor will be bound to replace
the pump set by new one as per original duty condition and the cost of extra
power consumption will be recovered from the contractor.
The contractor shall submit the following documents in duplicate along with the
invoice/bill. Certificates, as prescribed, regarding payment of sales tax, duties etc
applicable on supplies made.
(i) Bill/Challan of original manufacturer/dealer for the material supplied for pump sets,
cable, starter, specials etc. (ii) Inspection reports/test reports/reports certifying
completion for activity with acceptable results as per PHED or any other agency
representing PHED. [iii] Report/certificate or inspection/tests carried out by the supplier
of the contractor or by the contractor himself. [iv)Any other such details/documents as
may be reasonably specified by the Engineer-in charge from time during execution of the
contract. [v] Certificates, as prescribed, regarding payment of Sales Tax, duties etc.
livable on supplies made. [vi] Other documents required by the Engineer-in-charge.
If any material is available and desired by the department shall be issued to the
contractor free of cost from the divisional store of PHED.
All the material required for construction and commissioning will be received
through division store.
As per decision of FC 605/12.11.2010, no pre-dispatch inspection is to be
carried out.
However, testing of materials at works is to be conducted by the manufacturer
as per provisions / specifications of rate contract / supply order and only tested
& passed materials along with the testing certificates is to be dispatched to
divisional stores.
And no insistence is to be made for pre-dispatch inspection by the department
at works.
Division level Committee constituted for quality assurance of materials, shall
examine the certificates of pre-dispatch tests carried out by the manufacturer at
the works and carry out visual & other possible tests at the store. In case,
detailed inspection of material is felt necessary and testing of materials is not
possible at their level, the Committee shall draw sample for getting tested the
materials from approved labs / institutions. If any material is found below
standard/ departmental norms tenderer have to replace it on his own cost.
No material will be directly used without inspection of division level committee.
EE will maintain the record of all the materials used in division store.
During time of payment photo copy of the division stock register will be
enclosed with bill.
PUMP: Casting and Impeller: Grey cast iron of grade FG 200 as per IS: 210–1993
(Amended or revised up to date) Casting ring and impeller ring (If provided) casting grade FG
200 OF is: 318 1981 (amended up to date) The impeller should be dynamically balanced and
eyed to the shift passage provided through hubs, to give hydraulic balance and also to relieve
stuffing box of any untoward loads. An alternative providing of radial rings of appropriate size
on the back of impeller for hydraulic balancing is also acceptable. Shaft sleeve- Bronze grade
LTB-2 of IS: 318 – 1981 or chrome steel 07 Gr. 13 as per IS: 1570 (Part 5) –1985.
Stuffing box shall be water sealed or mechanically sealed.
(a) Gland – Gary cast iron of grade FG 200 as per IS: 210-1993 or bronze Grade LTB 2of
IS 318-1981Water Thrower – rubber (Operational).
(b) The direction of rotation should be castled so as to be visible when viewed from driving
end of pump shaft (Clock wise or anticlockwise)
(c) 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 then two.
Design requirements
The pump shall be capable of developing the required total head at rated capacity of design discharge
for continuous operation. The Bidder shall match the performance curves of pumps to the operating
range.
The bidder shall guarantee a minimum combined efficiency of pump sets as per IS code/ water supply
manual. The bidder shall specify the pump performance.
The pump shall operate satisfactorily at any point or at the end of the pump performance curve with
respect to the NPSH/positive head available at the lowest permissible suction water level. The pump
characteristics should be selected on the basis of layout of pumping station, suction manifold and clear
water reservoirs to ensure that the requirements are met.
The pumps shall be capable of reverse rotation up to 125% rated full speed of the drive motor, due to
Standard Title
IS 6595 (Part II) Monoblock / Horizontal multi stage/ end suction centrifugal pumps for
clear, cold and fresh water.
IS 9137 Code for Acceptance Tests for Centrifugal, Mixed flow and Axial pumps.
IS 13537 Technical specification for centrifugal pumps - Class 2
ISO 5199 Standards of the Hydraulic Institute of USA.
ISO 2373 Balancing of impeller.
IS 5120 Performance test of pumps
IS 11732 Mechanical Balancing
STUFFING BOXES
Stuffing boxes at driving end and non-driving end shall be of such design that they can be re-packed,
without removing any part, other than the gland and lantern ring. An axially split gland should be used
to facilitate changing the gland packing. Sufficient space shall be available for maintenance purposes.
AIR RELEASE VALVES
Pump shall be provided with arrangement of valve to vent air, which may get accumulated in the pump.
SEALING
Self sealing water connections should be provided.
FLANGES
Flanges shall be machined flat, with flange faces vertical and at right angles to the pump mounting
surface. Cast iron flange drilling and thickness shall conform to IS 1538, (part IV and VI) for ID upto
1500 mm and to IS 6392 for ID greater than 1500 mm.
BEARINGS
Bearings shall be either grease or oil lubricated and should absorb the radial and axial thrusts, under all
operating conditions. Anti-friction bearing shall be of standard type and shall be selected to give 20,000
hours continuous operation at rated operating conditions. The rise in bearing oil/grease temperature with
continuous running of the pump shall be within the allowable limits which shall not exceed 20°C for
grease and 30°C for oil lubricated bearings above ambient temperature. Cooling arrangements shall be
provided if required. Bush bearings will not be acceptable.
BASE PLATE
The common base plate for pump and motor shall be fabricated from mild steel sections and have
sufficient rigidity to resist vibration and distortion. Suitable holes shall be provided for grouting and they
shall be so located that the base will be able to be grouted in place, without disturbing the pump and
motor. All pumps and motors shall be properly and accurately aligned, bolted and doweled to the base
1 Motor 380 Volts (+/- 15% i.e. between 323 to 437 volts) induction motors
For details refer to Motor Specifications preferably 4 pole
Accessories and services required to be supplied by the Contractor with pump.
The contractor is supposed to provide at least the following accessories
· Base Plate
· Foundation Bolts
· Coupling
· Coupling guard
Drawings and information to be provided
During detailed engineering the Contractor shall submit the following:
General arrangement, cross-sectional and dimensional drawings/data pertaining to selected model.
Complete detailed drawing of the base plate
Complete performance curve with
(a) H - Q curves for complete range of impellers between minimum and maximum size of impellers and
efficiency curves super imposed on them, highlighting selected impeller diameter.
(b) Shaft Power - Q curves for complete range of impellers.
(c) Efficiency -Q curve for Maximum impeller diameter and selected impeller diameter.
(d) NPSHR- Q curve for maximum, minimum and selected impeller diameters.
Torque-speed curve of pump superimposed on motor corresponding to 80%, 90%, 100% voltage.
Test reports, performance curves and other particulars, as required by the applicable clauses of this
specification.
Instruction Manuals:
Instruction manual for Erection
Instruction for pre-commissioning check up, operation, abnormal conditions, maintenance and repair
Write up on Controls and interlocks provided
Recommended inspection points and periods of inspection
Schedule of preventive maintenance
Ordering information for all replaceable parts
Recommendations for types of lubricants, lubricating points, frequency of lubrication and lubricant
changing schedule.
ELECTRIC PANELS
Standards:
No. Standards Description
1. IS 3247 Switchgear general requirements
2. IS 216 Circuit Breakers
3. IS 3423 Factory built assemblies of Sw Gr & Cont. Cir Voltages
4. IS 2147 Degree of protection of each snc for I.T. switchgear and counter
gear
5. IS 1248 Electrical indicating instruction
6. IS 722 Integrating AC electric meter
7. IS 2705 Current transformers
8. IS 3156 Voltage transformers
9. IS 10118 Installation and maintenance of switchgear
10. IS 375 Marking and arrangements for switchgear bushes main switchgear
and auxiliary wiring
These specifications cover the supply of Finolex/ Unistar/National make and as per
IS 694: 1990 three core flexible flat PVC insulated and PVC sheathed cable for use
with the submersible pumping sets inside outside/ the water for working voltage up
to and including 1100 volts. These cables are to be used as weather proof cables
having bunched plain high conductivity copper conductor confirming to IS: 8130-
1984 (amended up to date) and insulated and sheathed with PVC compound
conforming to IS: 5831-1984 (amended up to date).
Electromagnetic Full Bore Type Flow Meter
Full bore electromagnetic flow meter shall be of 150 mm size and installed in a RCC chamber of
suitable size and shall consist of flow sensor (i.e. flow tube), flow transmitter and flow indicator and
integrator and any other item required to complete the system. To avoid the effects of disturbances in the
velocity profile, a straight and uninterrupted run, upstream as well as downstream from the location of
the flow meter shall be provided, as required by the flow meter manufacturer and in line with the
applicable standards. Contractor shall finalize the exact location of flow meter in consultation with
Project Manager.
Flow measurement shall not be affected by physical properties of water viz., temperature, pressure
turbidity etc., within given limits. Contractor shall provide compensating electronic circuits, if required.
A lockable enclosure shall be provided for the flow transmitter cum computing unit, if required.
Flow meters shall be suitable for the water turbidity at site during various seasons. Flow tube shall be
rugged in construction and shall be suitable for continuous operation. Flow tube shall have waterproof
construction and shall be suitable for installation underground /above ground pipe lines.
The flow computer and transmitter shall be a single unit suitable for panel mounting. It shall accept
inputs from flow tube process the signals and shall provide an output proportional to the flow rate. The
distance between transmitter and flow tube shall be maximum 250 mtrs. Taper pieces required for
installation of flow meter shall not exceed an angle of 8° in order to avoid disturbance in flow profile.
a) General:
(i) Accuracy of flow measurement 0.5% of measured value
during FAT
(ii) Overall accuracy of flow 1.0 % of measured value
measurement loop.
b) Flow tube
(i) Application : Raw water pumping main
(ii) Type : In line full bore electromagnetic
(iii) Size of flow tube : 600 mm.
(iv) Process connection : Flanges as per BS 4504
(v) Weather Protection Class : IP 68 as per IS 13947
(vi) Surge protection devices (SPD) : Required for protection from lightning
between flow tube and flow surges
transmitter
(vii) Material of Construction :
Electrodes : SS 316, self cleaning pipe
Coil Housing : SS 316
Calibration:
The Electromagnetic flow meter shall be calibrated for the full flow range specified as per BS EN 29104
(Methods of evaluation of electromagnetic flow meters).
The calibration method shall be either gravimetric method as per ISO 4185 (Measurement of fluid flow
in closed conduits – weighing method) or volumetric method as per ISO 8316 (Calibration by
Volumetric Method). The ‘test bed’ shall be accredited by national /international certifying authority.
The Contractor shall produce accreditation certificates for the test facility and calibration certificate for
the flow meter for the review by representative of the Project Manager. The Contractor shall also
demonstrate complete calibration on the test bed in the flow meter laboratory. The flow meter shall be
acceptable if the accuracy and repeatability is equal to or better than those specified.
Flow Indicator and Integrator
Flow indicator and integrators shall be modular in design. It shall consist of two separate dedicated
displays for flow rate indication and total flow indication. It shall accept 4-20 mA DC isolated input.
The flow integration shall be carried out in the Programmable Logic Controller (PLC). The flow
indicator cum flow integrator shall provide 4-20 mA retransmission output proportional to flow rate.
S. No. Details Description
1 Type Microprocessor based
2 Mounting Front facia of Control Panel
3 Display Digital, seven segment back lit LCD / LED display
4 Digit Height 14 mm or Higher
5 No. of Digits for
Flow indicator 4 Digits
Flow integrator 6 Digits
General
This part of the specification covers the design loads to be considered, specifications of material and workmanship
for the civil works. Material used and workmanship for the civil works of campus development, repair/new works
of buildings, civil works associated with pipeline laying etc. to be done under the contract will adhere to the
provisions laid down in this chapter.
For materials used other than those specified, the material must conform to the requirement of respective Indian
Standards/International Standard and/or good engineering practices. The contractor shall get prior approval of
the materials proposed to be used under the contract as per the provisions of Special Conditions of Contract, from
the Engineer-in-Charge.
6.0.1 Design Considerations:
6.0.1.1 Design Submissions
The contractor shall be responsible for the safety of structures, correctness of design and drawings, even after the
approval of the same by Engineer-in-Charge.
Complete detailed design calculations of foundations and superstructure together with general arrangement
drawings and explanatory sketches shall be submitted to the Engineer-in-charge. Separate calculations for
foundations or superstructures submitted independent of each other shall be deemed to be incomplete and will
not be accepted by the Engineer-in-charge.
The design considerations described hereunder establish the minimum basic requirements of plain and reinforced
concrete structures, masonry structures and structural steel works. However, any particular structure shall be
designed for the satisfactory performance of the functions for which the same is being constructed.
6.0.1.2 Design Standards
All designs shall be based on the latest Indian Standard (I.S.) Specifications or Codes of Practice unless otherwise
specified. The design standards adopted shall follow the best modern engineering practice in the field based on
any other international standard or specialist literature subject to such standard reference or extract of such
literature in the English language is being supplied to and got approved by the Engineer-in-charge. In case of
any variation or contradiction between the provisions of the I.S. Standards or Codes and the specifications given
in the tender document, the provision given in this specification shall be followed.
6.0.1.3 Design Life
The design life of all structures and buildings shall be 60 years.
6.0.1.4 Design Loading
All buildings and structures shall be designed to resist the worst combination of the following loads/ stresses
under test and working conditions; these include dead load, live load, wind load, seismic load, and stresses due to
temperature changes, shrinkage and creep in materials, dynamic loads:
Dead Load
This shall comprises all permanent construction including walls, floors, roofs, partitions, stairways, fixed service
equipments and other items of machinery. In estimating the loads of process equipment all fixtures and attached
piping shall be included.
Iii) Live load on all other floors walkways, stairways and platforms : 5.00 kN/m2
In the absence of any suitable provisions for live loads in I.S. Codes or as given above for any particular type of
floor or structure, assumptions made must receive the approval of the Engineer-in-charge prior to starting the
design work. Apart from the specified live loads or any other load due to material stored, any other equipment
load or possible overloading during maintenance or erection/ construction shall be considered and shall be partial
or full whichever causes the most critical condition.
Wind Load
Wind loads shall be as per I.S. 875. Part 3
Earthquake Load
This shall be computed as per I.S. 1893 taking into consideration soil foundation system, importance factor
appropriate to the type of structure, basic horizontal seismic coefficient/ seismic zone factor & average
acceleration coefficient.
Dynamic Load
Dynamic loads due to working of plant items such as pumps, blowers, compressors, switch gears, travelling
cranes, etc. shall be considered in the design of structures
6.0.1.5 Joints
Movement joints such as expansion joints, complete contraction joints, partial contraction joints and sliding joints
shall be designed to suit the structure. However contraction joints in buildings shall be provided at specified
locations spaced not more than 7.5 m in both right angle directions for walls and rafts.
Expansion joints of suitable gap at suitable intervals not more than 40 m shall be provided in walls, floors and
roof slabs of water retaining structures, as per IS-3370. Part I 2009
The positions of construction joints should be specified by the designer & indicated on the drawings. If there is a
need on site to revise any specified position or to have additional joints, the proposed positions should be agreed
with the designer.
The concrete at the joint should be bounded with that subsequently placed against it, without provision for
relative movement between the two concrete should not be allowed to run to a feather edge & vertical joints
should be formed against stop edges.
Expansion joints for non liquid retaining structures shall be provided as per IS 3414.
6.0.1.6 Design Conditions for Underground or Partly Underground Liquid Retaining Structures
All underground or partly underground liquid containing structures shall be designed for the following conditions :
liquid depth up to full height of wall : no relief due to soil pressure from outside to be considered;
structure empty (i.e. empty of liquid, any material, etc.) : earth pressure and surcharge pressure
wherever applicable, to be considered as per site conditions;
partition wall between dry sump and wet sump : to be designed for full liquid depth up to full
height of wall;
partition wall between two compartments : to be designed as one compartment empty and other full;
structures shall be designed for uplift in empty conditions with the water table due care should be taken for
seasonal variation on higher side. The possible flooding levels due to local drainage system shall
be accounted while designing the structures.
walls shall be designed under operating conditions to resist earthquake forces from earth pressure
mobilization and dynamic water loads;
underground or partially underground structures shall also be checked against stresses developed due to
any combination of full and empty compartments with appropriate ground/uplift pressures from
below to base slab. The design shall be such that the minimum gravity weight exceeds the uplift
pressure at least by 20%.
6.0.1.7 Foundations
The minimum depth of foundations for all structures, equipments, buildings and frame foundations and
load bearing walls shall be as per IS 1904.
Bearing capacity of soil shall be determined as per IS : 6403.
Care shall be taken to avoid the foundations of adjacent buildings or structure foundations, either existing
or not within the scope of this contract. Suitable adjustments in depth, location and sizes may
have to be made depending on site conditions. No extra claims for such adjustments shall be
accepted by the Employer.
A structure subjected to groundwater pressure shall be designed to resist floatation. The dead weight of
empty structure shall provide a factor of safety of 1.2 against uplift during construction and
service.
Where there is level difference between the natural ground level and the foundations of structure or
floorslabs, this difference shall be filled up in the following ways.
Concrete
6.0.13 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-Charge’s 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.
6.0.14 Materials
6.0.14.1 Cement
Unless otherwise called for by the Engineer-in-charge, cement shall be ordinary Portland cement (Grade33,
Grade 43, Grade 53) conforming to IS : 269, IS : 8112 or IS : 12269 or Super Sulphated cement conforming to
IS 6909 or super resistant Portland cement conforming to IS 12330 or Pozzolana Portland Cement conforming to
IS 1489(part 1)
Sulphate resistant cement conforming to IS 12330 shall be used for all cement concrete works below ground level
if the soil resistivity is less.
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.
6.0.14.2 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 as stated on the drawings but in no case greater than ¼ 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
Mm 40 mm 20 mm 16 mm 12.5 mm
80 100 - - -
40 95-100 100 - -
20 30-70 95-100 100 100
16 - - 90-100 -
12.5 - - - 90-100
10 10-35 25-55 30-70 40-85
4.75 0-5 0-10 0-10 0-10
2.36 - - - -
Table 2
Single Sized Aggregate (Ungraded)
IS Sieve Percentage Passing for Normal size of Aggregate
Designation
Mm 63 mm 40 mm 20 mm 16 mm 12.5 mm 10 mm
80 100 - - - - -
63 85-100 100 - - - -
40 0-30 85-100 100 - - -
20 0-5 0-20 85-100 100 - -
16 - - - 85-100 100 -
12.5 - - - - 85-100 100
10 0-5 0-5 0-20 0-30 0-45 85-100
4.75 - - 0-5 0-5 0-10 0-20
2.36 - - - - - 0-5
Table 3
Making Single Sized to Graded Aggregate
Cement Nominal Part of Single Size Aggregate to be Mixed to Get Graded Aggregate (by
Concrete size of Volume)
Mix Graded
Aggregate
Required
50 mm 40 mm 20 mm 12.5 mm 10 mm
1:6:12 63 9 - 3 - -
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
Table 5
All-in-Aggregate Grading
IS Sieve Percentage Passing All-in-Aggregate Grading of
Designation
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.
6.0.14.3 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.
6.0.14.4 Reinforcement
Reinforcement shall be any of the following :
High strength deformed bars and wires to IS 1786.
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.
6.0.14.5 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 manufacturer’s instructions only with the approval of the Engineer-in-
Charge. An admixture’s 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.
6.0.15 Samples and Tests
All materials used for the works shall be tested before use.
Manufacturer’s 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 manufacturer’s 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.
6.0.16 Concrete
6.0.16.1 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.
6.0.16.2 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
Grades lower than M20 shall not be used for reinforced concrete (general). Grading lower than M30 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:
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.
6.0.17 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
All the surfaces of steel work to be painted shall be thoroughly cleaned of all loose mill scale, rust,
grease, dirt and other foreign matter. The type of surface treatment shall be as specified in the
respective item of work. The workmanship shall generally conform to the requirements of IS 1477-
Part I.
6.0.32.2 Painting of Ferrous Surface
Unless and otherwise mentioned, all MS fabricated items used in the project shall be painted with any of the three
options given for interior or external works. The specifications adopted for every component must be got
approved from the Engineer-in-Charge, before use.
Sr. Final Primer Undercoat Finishing Coat Number and Thickness of Coating
No. Finish
Required
(1) (2) (3) (4) (5) (6)
A. FOR INTERIORS
(i) Full gloss IS 102: IS 133:1993 IS 133:1993 For optimum results, two coats of
(enamel 1962 (B)1) (B)1) primer, one undercoat, and two finishing
gloss) (see Note) IS 2933:1975 IS 2933:1975 coats are recommended. The total film
IS (B, S)1) (B, S)1) thickness shall be not less than 100
207:1964 microns.
(ii) Oil gloss Same as IS 133:1993 Same as for (i)
for (i) (B)
OR
IS 144:1950
(S)
(iii) Metallic Same as - IS 2339:1963 One coat of primer and two finishing
finishes for (i) (B) coats; if bituminous aluminium paint is
IS 2339:1963 used, three coats will be necessary.
(S)
OR
Bituminous
aluminium
paints
(iv) Bitumen Same as - IS 158:1981 Three coats of bitumen shall be used.
for (i)
B. FOR EXTERIORS
(v) Full gloss IS 102: IS IS For optimum results, two coats of
1962 2933:19751) 2933:19751) primer, one undercoat, and two finishing
6.0.32.3 Materials
1) All the materials shall be of the best quality from an approved manufacturer.
contractor shall obtain prior approval of the engineer-in-charge for the brand of
manufacturer and the colour/shade prior to procurement for usage in the works.
2) Primer and finish paints shall be compatible with each other to avoid cracking and
wrinkling. As such it is recommended that the primer and finish paint shall be from
the same manufacturer.
3) The colour and shade shall conform to IS Standards referred to in Appendix ‘D’ of IS
1477-Part II. To facilitate choosing the correct shade/number from the alternatives
available, contractor shall adopt trial painting in small patches in consultation with and
as directed by the engineer-in-charge.
4) All paint delivered to the fabrication shop/site shall be ready mixed, in original sealed
containers, as packed by the manufacturer. Thinner shall not be permitted for usage
unless specifically directed by the engineer-in-charge.
5) Paints shall be stirred thoroughly to keep the pigment in suspension.
6) Contractor shall at his own cost arrange for testing of paints as per relevant Indian
Standard laboratory whenever engineer-in-charge wants the tests to be carried out for
each batch of paints. Test results shall be submitted to the engineer-in-charge for
obtaining approval.
6.0.32.4 Workmanship
1) The type and the number of coats of the primer paint and finish paint shall be as
specified in the respective items of work.
2) Painting shall be carried out only on thoroughly dry surfaces.
3) No painting shall be done in frosty/foggy weather or when the humidity is high enough
to cause condensation on the surface to be painted. Paint shall not be applied when
the temperature of the surface to be painted is at 50 0 C or lower.
4) Primers shall adhere to the surface firmly and offer a key to the subsequent coats.
5) The application of paint film serve the twin purpose of protecting the steel from
corrosion and giving the decorative appearance. A paint which gives the steel
adequate protection over a long period together with good appearance shall therefore
be adopted.
6) Workmanship shall generally conform to requirements specified in IS 1477-Part-II.
7) It is essential to ensure that immediately after preparation of the surfaces, the first
coat of primer paint shall be applied by brushing and working it well to ensure a
continuous film without “holidays”. After the first coat becomes hard dry a second
coat of primer shall be applied by brushing to obtain a film free from holidays.
8) Structural steel surfaces shall be given the first coat of primer at shop and the second
coat after it is erected in position. Further, any abraded surfaces of the first coat
during transport from shop to site and during erection shall be provided with a touch
up coat of the primer.
9) The dry film thickness of each coat of primer shall be not less than 25 microns.
3) Sand :
Sand for masonry mortars shall confirm to IS 2116
6.0.33.7 Preparation of mortars :
Mortars shall be prepared and tested as per IS 2250. Mixing of cement mortar shall be done in a mechanical
mixers.
6.0.33.8 Workmanship
Workmanship of brick work shall conform to IS : 2212. All bricks shall be thoroughly soaked in clear water for at
least one hour immediately before being laid. The cement mortar for brick masonry work shall be as specified in
the respective item of work prepared by the Contractor. Brick work 230 mm thick and over shall be laid in
English Bond unless otherwise specified. 100mm/ 115 mm thick brickwork shall be laid with stretchers. For
laying bricks, a layer of mortar shall be spread over the full width of suitable length of the lower course. Each
brick shall be slightly pressed into the mortar and shoved into final position so as to embed the brick fully in
mortar. Only full size bricks shall be used for the works and cut bricks utilised only to make up required wall
length or for bonding. Bricks shall be laid with frogs uppermost.
All brickwork shall be plumb, square and true to dimensions shown. Vertical joints in alternate courses shall come
directly one over the other and be in line. Horizontal courses shall be levelled. The thickness of brick courses
shall be kept uniform. In case of one brick thick or half brick thick wall, atleast on e face should be kept smooth
and plane, even if the other is slightly rough due to variation in size of bricks. For walls of thickness greater than
on e brick both faces shall be kept smooth and plane. All interconnected brickwork shall be carried out at nearly
one level so that there is uniform distribution of pressure on the supporting structure and no portion of the work
shall be left more than one course lower than the adjacent work. Where this is not possible, the work be raked
Superintending Engineer
Signature of Contractor PHED Circle Nagaur
(B) Time for Execution and Contract Period:- This work is also part of this tender so the
time of completion of pump set work including commissioning will be included in prescribed
Nine Months completion period of tender from the 10th day of placing of the order. The
duration of the QAP’s approvals, providing materials, installation, fixing, trial runs, tests and
commissioning period is included in the completion period. Thereafter the contractor has to
rectify any defect (Workmanship/Manufacturer) during defect liability period of 24 months.
.
(C) Defect Liability:- There will be two year defect liability period for all the component
of like motor, panel, valves etc.
Material required for defect of any part will have also to be arranged by the contractor and he
has to ensure for proper working of the machineries installed at the water supply scheme. The
contractor or his authorized representative will check once a month the whole system and
ensure the smoother working of complete pumps, Motors and panel board etc.If the contractor
fails to rectify the defects or replace the defective part within two days than the work shall be
got carried through some other agency at the cost and risk of the contractor. All the expenditure
incurred will have to be deducted from any payment due to be paid to the contractor or from the
Security deposits of this work or other works which are going on in the department. If the
department is forced to get the defects rectified or parts replaced from third party more than two
times then the Engineer in charge has the right to forfeit the performance guarantee/ Security
deposits of the contractor held for this work.
For all materials such as Pipes, Pump sets, Panels, Flow Meters etc. which are required to be
supplied and installed under this contract, payment shall be made as per the following breakup,
subject to the deductions as per the General and Special Conditions of Contract:
(a) For DI Pipes
1. 70% On receipt of pipes and specials in good condition at site, after conducting all the
required tests at the manufacturer premises, acceptance of the inspection and testing
reports, other papers/warranties, required as per the conditions of contract.
2. 20% of the quoted price, after excavation and laying and jointing of pipes in trench with
specials.
Superintending Engineer
Signature of Contractor PHED Circle Nagaur
SLUICE VALVES
The sluice valves shall be manufactured in accordance with IS 14846-2000 (Amended up to
date) with nominal pressure PN 1.0 and with valve cap and shall have standard mark of B.I.S.
The material for different component parts of sluice valve shall confirm to requirement
given in table 1 of IS 14846 (amended up to date).
Material for Component Parts of Sluice Valve.
S. Preferred Ref No. IS
Component Grade or Designation
No. Material No.
i) Body, bonnet, dome, steel Grey cast iron 210 FG 200
cover, wedge, stuffing box,
gland, thrust plate and cap
ii) Hand wheel Grey cast iron 210 FG 200
iii) Stem Stainless steel 6603 12Cr 13 04Cr 18Ni 10
04Cr17Ni12MO 2
iv) Wedge nut, shoe, channel Leaded tin 318 LTB-2
bronze
v) Body seat ring, wedge facing Leaded tin 318 LTB-2
ring and bushes bronze
vi) Bolts Carbon steel 1363 (Part 1) Class 4.6
vii) Nuts Carbon steel 1363 (Part 3) Class 4.0
viii) Gasket Rubber 638 Type B
ix) Gland packing Jute and hemp 5414
x) Gear Spheroid 1865 Gr 500/7
graphite iron
xi) Gear housing Grey cast iron 210 FG 200
xii) Pinion & pinion shaft Wrought 1570 (Part 3) C55Mn75
carbon steel
The dimensions of all parts and mass of the sluice vales shall be as per IS 14846.
(Amended up to date)
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 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 for a test duration of 2 Min. for following test pressures:
Body :- 1.5 MPa
Seat :- 1.0 MPa
The valves during the test shall not show any sign of leakage.
The valve stem shall be tested for flaw detection test and liquid penetration test.
The following information shall be cast on each valve body in raised letter’s:
(i) Manufacturer’s Name or trademark.
(ii) Nominal pressure of valve P.N. 1.0
(iii) Nominal size of valve (mm)
(iv) Year of manufacture
(v) Standard mark of BIS
Make of Material: The make of various items to be used have been selected from the list of
approved make by TC/PWD BSR cat-I, however the concerned executive engineer may move
other makes selected from list for approval to this office, in case of any discrepancy about make
of the materials, the final decision will be taken by Superintending Engineer, PHED Circle
Nagaur.
Note:- 1. During the defect liability period if the motor is burnt or duty conditions of pump set
is changes (discharge/ head decreases) then the contractor shall be variably bound to replace the
pump set by new one as per original duty condition with no cost.
2. In any case if, material is found below standard/ departmental norms tenderer have to replace
it on his own cost. The Contractor shall then promptly make good that defect and ensure that
the modified/repaired items comply 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. If any material is available in division store the
material will be used on priority basis.
Name of Work: SITC of Centrifugal pump sets, HDPE Pipeline, Construction & commissioning of pump room etc in Piped RWSS Baggar PHED Dn Merta City
Bidder Name
:
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to
enter the Bidder Name and Values only )
2 Supply, erection, testing and commissioning of Centrifugal INR Ninety Thousand Only
Pump set of approved duty condition including suction &
delivery headers, foundation, fabrication works, C.I. specials 20 KW 4500 90000.00
etc.complete in all respect.(Head-30 mtr, Discharge-20 LPS)
2 Nos (Each 10 KW)
3 Supply and fixing of Electric Control feeder panel comprising of INR Forty Eight Thousand Three Hundred & Eighty Only
suitable rating MCCB, fully automatic star-delta starter, over
load relay, ampere meter with CTs, voltmeter, phase preventor,
suitable starting capacitors, phase indicators, lightening
arrangement etc complete suitable for three phse pump set.
The panel should have space for energymeter (Supplied by
DISCOM). All these equipments shall be housed by panel box
made out from 18 gauge M.S. sheet with powder coating. Panel
should be of minimum size 900X600X450 mm with stand (Made
of angle iron of size 35x35x5mm duly bolted/screwed with 2 Each 24190 48380.00
enclosure box having 4 legs.Each legs length 18" and double
door including inbuilt locking system.The legs should be
embedded in M-15 cement concrete platform.The size of CC
platform should be equal or bigger than the base size of panel
having height of atleast 200 mm from ground level. The panel
should have opening of suitable size in front of space for energy
meter with glass for meter reading. The operation of panel
should be suitable for 440 Volt AC. (Above 15 HP)
5 [90 mm Dia. ] INR Three Lakh Thirty Thousand Four Hundred & Eighty
1360 RM 243 330480.00
Only
6 [125 mm Dia. ] INR Two Lakh Twenty One Thousand Three Hundred &
440 RM 503 221320.00
Twenty Only
7 Earth work in excavation by mechanical means (Hydraulic Exacavtor)/ Manual INR One Lakh Forty Three Thousand Four Hundred &
means over areas (exceeding 30 cm in depth 1.5 mtr in width as well as 10 Sqm Fifty Only
on Plan) including disposal of excavated earth , lead upto 50 mtr and lift upto 1.5 950 Cum 151 143450.00
mtr, disposed earth to be levelled and neatly dressed.(All kinds of soil)
8 Demolishing cement concrete manually or by mechanical means including INR Seventy Thousand Seven Hundred & Twenty Only
disposal of material within 50 meters lead as per design of EIC.(1:4:8 or leaner 260 Cum 272 70720.00
mix)
9 Providing and laying in position cement concrete including curing, compaction INR Eight Lakh Thirty Five Thousand One Hundred &
etc. complete in specified grade excluding the cost of centering and shuttering - Twenty Only
All work upto plinth level.[M-15 grade Nominal Mix (1:2:4)
260 Cum 3212 835120.00
10 Providing and laying precast cement concrete M-30 Grade 100mm thick paving INR Ninety Four Thousand Five Hundred Only
blocks of approved shape and size (not less than 0.20 sqm), over 100mm thick
PCC M-10 Grade bedding (duly compacted) including filling of joints with cement 90 SQM 1050 94500.00
sand mortar (1:3)complete as per drawing and specification and as approved by
Engineer.
11 Supply of fabricated MS Tee, Bend, Reducer including cutting, welding, turning INR Thirty Thousand Only
complete job thickness of MS pipe plate may vary from 3mm to 8mm. 400 KG 75 30000.00
13 Providing, lowering, laying, aligning, fixing in position and INR Sixteen Thousand Four Hundred & Forty Only
jointing in pipe line Kinetic Double Air Valves as per IS:14845 of
following dia(including jointing and jointing material), including
2 Each 8220 16440.00
all material,labour, testing and commissioning as per Technical
Specifications and as per direction of Engineer. (Category B) 50
MM Dia.
14 Providing, lowering, laying, aligning, fixing in position and
jointing inpipe line, dual plate check valves as per API:594 and
API:598 of PN1.0 rating of following dia (including jointing and
jointing material),including all material, labour, testing and
commissioning as per Technical Specifications and as per
direction of Engineer. (Category B)
14.1 100 mm INR Twenty Thousand Eight Hundred & Forty Only
4 Each 5210 20840.00
14.2 150 mm INR Fifteen Thousand Eight Hundred & Twenty Only
2 Each 7910 15820.00
15 Providing and making 1.0 Mx 1.0 M (internal size ) sluice valvechamber of 230 INR Nineteen Thousand Eight Hundred & Eighteen Only
mm thick brick walls on 100 mm external plaster.The Man Hole shall have a 116 6 EACH 3303 19818.00
kg CI/ ferro cement cover
16 Providing, installation, testing and commissioning of Bulk Flow Meter with INR Eleven Thousand Eight Hundred Only
removable mechanism class "B" confirming to IS: 4064/1including all materials
(excluding CI/DI fittings) and makingconnection with existing pipeline required
for Bulk Flow Meter 1.00 EACH 11800.00 11800.00
including cutting the existing pipe line etc complete in all respect asper technical
specification and as per direction of Engineer.[BFM80 for DN 80 mm]
17 Supplying & installation 100 mm dia. Sealed diaphgram INR One Thousand Six Hundred Only
bourdon type pressure gauge of range 0 to 10 kg including all 2.00 EACH 800.00 1600.00
jointing material as per specifications
18 Earth work in excavation for foundation and plinth in ordinary INR Four Thousand Five Hundred & Thirty Only
soil with up to 1.5M stacking the excavated soil clear from the
edge of the excavation and then returning the stacked soil in
30 Per Cum 151 4530.00
20cm layers when required in the plinth and sides of foundation
disposal of all surplus soil as directed within lead of 50 M. all
kind of soil
19 Providing and laying cement concrete including curing, INR Sixteen Thousand Eight Hundred & Eleven and
compaction etc. complete in retaining walls, return walls, walls Paise Twenty Only
(any thickness) including attached pilasters, columns, piers,
abutments, pillars, posts, struts, buttresses, string or lacing
courses, parapets, coping, bed blocks, anchor blocks, plain
5.6 Cum 3002 16811.20
window sills, fillets, levelling course etc up to floor five level
excluding the cost of centering and shuttering.M10 grade
Nominal Mix
1: 3: 6 (1 cement : 3 coarse sand : 6 graded stone aggregate
40mm nominal size).
Random Rubble stone masonary for foundation and plinth in INR Fifty Five Thousand One Hundred & Thirty Two
cement sand mortar above 30 Cm thick wall.Cement mortar 1:6 22 Per Cum 2506 55132.00 Only
20 R.R stone masonry for super structure masonry above plinth INR One Lakh Twenty Nine Thousand Five Hundred &
43 Per Sqm 3012 129516.00 Sixteen Only
level in 1:6 cm for 30cm thick walls
21 S&F stone lintel/bed plates of approved quarry rough dressed INR Twenty Six Thousand Two Hundred & Ninety Six
4 Per Sqm 6574 26296.00 Only
upto 15 cm thick in Cement Mortor 1:4
22 S&F fine dressed sand or other approved stone, shelves, tand INR Twelve Thousand One Hundred & Eight Only
in in CM 1:3 with fine dressed faces with edge duly dressed M 12 Per Sqm 1009 12108.00
per requirement of approved stone 25 mm thick
23 Providing & Fixing 30 to 40 mm thick stone chhajja in CM 1:4 INR Six Thousand Eight Hundred & Sixty Four Only
including making gola at junction with wall in C.C M-15 grade
12 Per Sqm 572 6864.00
nominal mix drip course 20mm thick plaster in CM 1:6 both
faces
24 Providing and laying in position specified grade of cement INR Eighty Five Thousand Five Hundred & Eighty Seven
concrete for RCC structural elements upto floor five level and Paise Fifty Only
including curing, compaction, finishing with rendering in cement
sand mortar 1:3 (1 cement: 3 coarse sand) and making good
the joints and cost of plastizers( as required) excluding the cost
20.5 Cum 4175 85587.50
of centering, shuttering and reinforcement for Beams,
suspended floors, roofs, griders having slopes up to 15º,
landings, balconies, shelves, chajjas, lintels, bands, plain
windows sills, staircases and spiral staircases etc.M20 grade
Nominal Mix / Design Mix
25 Providing and fabricating reinforcement for R.C.C. work INR Twenty Nine Thousand Seven Hundred Only
including straightening, cutting, bending, placing in position and
450 Kg. 66 29700.00
binding (including cost of binding wire) all complete up to floor
five level. Cold twisted deformed bars (IS : 1786).
26 Providing and fixing T-iron frames for doors, windows and INR Twenty Four Thousand Three Hundred & Twenty
ventilators of mild steel Tee- section, joints mitred and welded Only
with 15X3 mm lugs 10 cm. long embedded in cement concrete
block 15x10x10 cm of 1:3:6( 1- Cement:3- coarse sand:6-
graded stone aggregate 20 mm nominal size) or with wooden 320 Per Kg 76 24320.00
plugs and screws or rawl plugs and screws or with fixing clips or
with bolts and nuts as required including fixing of necessary butt
hinges and screws and applying a priming coat of approved
steel primer
27 Cement concrete flooring grade 1:2:4 rounding off edges etc. INR Nine Thousand &Eighty Only
but excluding the cost of nosing of steps etc. complete 50 mm 40 Per Sqm 227 9080.00
thick with 20 mm thick nominal size aggregate.
28 Plaster on new surface of walls with rocking at joints etc. INR Thirty Six Thousand Nine Hundred Only
225 Per Sqm 164 36900.00
complete fine finished 20mm thick in CM 1:4
29 P&F MS sheet doubles leaf sutter in angle iron frame 35X35X5 INR Twenty Seven Thousand Two Hundred & Fifty Two
mm suitable braced with 25x3 mm flates iron above and blow Only
lockreil of size 50x5 mm extra including all fittings as per
12 Per Sqm 2271 27252.00
direction of engg Incharge but excluding cost of chokhate
including two cost of anti crosstie red oxide primmer paint MS
sheet 22 SWG
30 P&F porecast cement concrete coping 1:2:4 mix 50mm thick INR Four Thousand &Fifty Only
15 Per Sqm 270 4050.00
complete as per specification 50mm thick
31 Supplying and fixing fixed wire gauge of 14 mesh x 24 gauge to INR Five Thousand Four Hundred & Seventy Two Only
the metal frame of rolled section by metal beading 20x3mm with
12 Per Sqm 456 5472.00
suitable screw at not exceeding 150 mm distance.
32 White washing with lime to give an even shiade including all INR Six Thousand Five Hundred Only
650 Per sqm 10 6500.00
scaffolding new work(3 or more coats)
33 Colour washing of all shades to give an even shade including INR Six Thousand Three Hundred Only
all scaffolding on new work (2 or more coats) with a base coat 450 Per sqm 14 6300.00
of white washing with lime
34 With readymix red oxide Zinc Chromate primer of approved INR One Thousand Eight Hundred & Ninety Only
90 Per sqm 21 1890.00
brand and manufacture on steel galvanized iron/steel works.
Total in Figures 3314576.70 INR Thirty Three Lakh Fourteen Thousand Five Hundred
& Seventy Six and Paise Seventy Only
Quoted Rate in Figures 0.00 INR Zero Only
Select
Quoted Rate in Words INR Zero Only