commercial bid 21.10.10 - rites€¦ · 7 ground and cause no disturbance to the railway embankment...

53
1 COMMERCIAL BID NOTICE INVITING TENDER NO: DG (WS) / 102 ( R ) / 2010-11 / KMC DATED 19.10.2010. THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD KOLKATA – 700 013 www.kolkatamycity.com

Upload: dinhhanh

Post on 19-Aug-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

1

COMMERCIAL BID

NOTICE INVITING TENDER NO: DG (WS) / 102 ( R ) / 2010-11 / KMC DATED 19.10.2010.

THE KOLKATA MUNICIPAL CORPORATION 5 , S. N. BANERJEE ROAD

KOLKATA – 700 013 www.kolkatamycity.com

2

COMMERCIAL BID

SCHEDULE (BILL) OF QUANTITIES

3

COMMERCIAL BID (FINANCIAL BID)

SCHEDULE (BILL OF QUANTITIES)

“CONSTRUCTION OF JETTY AND RAW WATER PUMPING STATION AT MA-ER

GHAT (BAGHBAZAR) FOR DHAPA WATER TREATMENT PLANT”

POINTS TO BE NOTED WHILE QUOTING LUMP SUM PRICE FOR EACH OF SCHEDULES I

TO V OF THE “TURNKEY PROJECT”.

1 a) The Bidders are to note that this will be a “Turnkey Project” where the

payment will be effected on a lumpsum basis for each of the Schedules I

to V. The broad scope of work under each of the Schedules is as under:

I Pump House and

Annexe - Civil

Engineering items

Design and Construction of Civil Engineering

Works in the Pump House & Annexe

(Building, courtyard, boundary wall etc)

II Pump House and

Annexe –

Mechanical and

Electrical items

Design, Procurement and Installation/

Construction of Mechanical & Electrical

Plant, Equipment and Instrumentation items

Procurement and Installation of Suction

and Delivery Pipes with Valves &

Installation of Manifold Pipe with Valves

and Flow Meter, all with Welding of

Joints, Painting of inside and outside and

Cathodic Protection of Pipes. III RCC Casing Pipe Design, Manufacture and placing in position

below Embankment of Circular Railway by

Pipe Jacking method

IV Jetty Design and Construction of River Jetty on

RCC Piles with bracing arrangement for

carrying Suction Pipes upto river bed for

drawal of water

V Suction Pipes Procurement and laying in position of

Suction Pipes of 914 mm O.D with

Painting inside and outside and

Cathodic Protection; Pipes to be

provided with welded joints in the stretch

inserted inside RCC Casing Pipes and

with Flanged joints in the stretch laid on

River Jetty till terminating at Bell Mouths.

b) For each Schedule, a broad break up of the items to be covered has also

been given. It has to be clearly understood that the list of items and the

4

quantities under each item are based on a preliminary design of the Employer

and are based on the drawings attached at Section 6 of the Tender Document.

The items and quantities are for general guidance of the Bidders and do not

represent the full list of items or the quantities under each item. It is left to the

discretion of the Bidder to either adopt the scheme as proposed by the

Employer or come up with his own Scheme. Even if the Bidder decides to adopt

the Employer’s scheme, the Bidder has to modify the Drawings based on the site

investigation and make out the revised list of items and work out the quantities

under each items. The basic requirement is that the entire infrastructure created

is complete and the Pumping Station is able to function as a working unit without

the need for any additional items of works or Plant & Equipment. With this basic

objective in mind, the Bidder may make out his own scheme which may result is

a list of modified items as well as the quantities under each items.

c) For each Schedule, proposed stage payment details have also been

indicated. If the Bidder comes up with a scheme which is materially different to

the one evolved by the Employer, the Bidder should also furnish his own stage

payment proposals for such schedules.

2) While quoting his rates, the Bidder has to keep in mind specially the provisions

in the following important sections of the Tender document.

Section 3 - Special Conditions

Section 5 - Technical Specifications

Section 6 - Drawings

Section 7 - Conditions of Contract

Section 8 - Clauses of Contract

3) The bidder has to work out his price for the various Schedules for

design, Manufacture, construction, fabrication, transportation,

erection, handing, installation, trial, testing and commissioning of

the system to achieve a continuous discharge of 3800 cu mtr / hr of

raw water from each of the four pumps.

4) Being a turnkey project, while designing the system, it is to be kept in mind

that the various technical parameters mentioned in section “5” of

Technical Specifications are the minimum requirements that are to be

maintained by the Bidders.

5) It is also mentioned here that the Prices to be quoted by the Bidders under

the various Schedules should be inclusive of all cost components that are

to be borne by the Bidder on account of observation of safety, statutory

rules and regulations, and other requirement as per “Clauses of contract”

and “Conditions of contract”.

6) The Bidder should note that his rates should cover everything except the following: i) Service Tax on the Works Contract. If paid by the Contractor,

5

it will be reimbursed if it is legally leviable. (ii) Necessary fees will be

deposited by KMC with the concerned Railway authorities to obtain their

approval of drawing and design for pipe jacking through the railway

embankment and for safety supervision by the Railway if Railway rules

provide for the same (iii) KMC will deposit the charges for H.T. Power

connection levied by CESC at proposed pump house premises. (iv)

Customs duty, if any paid by the contractor for the imported Electric

Motors will be reimbursed by KMC on actuals on presentation of

supporting documents. (v) Cost of temporary or permanent diversion of

utilities and cost of removal of encroachments, if any, in the site. Vi)

Procurement and laying in position of Suction Pipes of 914 mm O.D

with Painting inside and outside and Cathodic Protection; Pipes to

be provided with welded joints in the stretch inserted inside RCC

Casing Pipes and with Flanged joints in the stretch laid on River Jetty

till terminating at Bell Mouths.

7) Quoted prices should also include all govt. levis, taxes (except Services

Tax on Works Contract) duties, Cess, rents, compensation and

maintenance charges of environment / ecology, royalty, restoration, any

other compensation etc, if any, required to be paid for accomplishment

of the project successfully.

8) Quoted price should include all cost components for use and hire charges

of miscellaneous items, lubricants, fuel consumables, labour, plants,

machineries, equipments, tools and tackles, jigs, fixtures, barricades, etc.

9) Quoted price should include cost of all components whether

permanently installed in the works or temporarily utilised or of consumable

nature, all labour and all costs involved in acquisition, maintenance and

operation of all Equipments, machine, Tools etc with all incidental costs.

10) Quoted price should also include the cost component on account of first

fill of lubricants as required for trial, testing and commissioning of the

system.

11) Quoted price should also include the cost components on account of first

24 months operation & maintenance (Cost of Men, materials, all kind of

spares, lubricants, consumables, fuels etc) by the contractor and to

provide training to Employer’s six personnel to be acquainted with O&M

of the pumping system.

However, cost of power charges on account of running the pumping station

after commissioning would be paid by KMC on actual.

12) The works are to be completed in all respects within a period of 18

(Eighteen) months from the date of issue of Letter of Acceptance (LOA).

6

The prices quoted by the Contractor will be applicable for the entire period of

contract including extensions, if any, granted and nothing extra will be paid.

13) The Contractor’s special attention is drawn to the provisions in the

following Clauses of Contract, which should be kept in mind while quoting

the rates.

i) Clause 2A - Incentive for early completion

ii) Clause 10B – Mobilization Advance

14) The work has to be executed following the Standard procedure indicated

in CPHEEO Manual on “Water Supply and Treatment” issued by the

Ministry of Urban Development and shall comply with the relevant I.S.

Codes/other Codes, Technical Specifications (Section No. 5 of Tender

Document) and CPWD specifications as applicable all as per their latest

versions. All statutory requirements relevant to the works should be strictly

complied with. The work is to be executed ensuring complete safety and

security of the work.

15) If there are any items of works not coming under the scope of work which

the Employer directs the Contractor to carry out, payment for the items

will be made as under - If it is an item covered by “Applicable and

current West Bengal PWD Schedule of Rates” payment for the item

will be effected on the basis of such S.O.R. If the item is not covered by “Applicable and Current West Bengal PWD Schedule of Rates”

payment for the item will be affected based on the Market rates of

Materials and Labour as outlined in Clause 12 of Clauses of Contract.

16) Running or on-account bills should be submitted by the Contractor once

in a month subject to minimum net value of Rs.1.00 Crore after adjustment

towards Mobilization Advance. However for first six months (from the date

of LOA) limit of minimum net value of Rs.75.00 lacs after adjustment

towards Mobilization Advance will apply.

17) In order to give a broad idea about the quantum of work / supply etc

required for successful completion of the project, details of civil works,

electrical works, Instrumentation items and Mechanical works have been

given against respective Schedules which indicate items and quantity.

The details are comprehensive but not exhaustive. Any other item or

additional quantity required to complete the project has to be assessed

by the Bidder and all such cost components should be considered while

quoting the Bid price against each Schedule. However, it is obligatory for

the contractor to supply (as minimum requirement) all such items and

corresponding quantities mentioned in details of Mechanical and

Electrical items listed under BOQ Schedule II, as per Technical

specifications given at section “5”. Regarding civil works, it is obligatory for

the contractor to construct diaphragm wall to ensure stability of the

7

ground and cause no disturbance to the railway embankment while

constructing the under ground pump house. Other Civil works listed

against BOQ Schedules I, III, IV & V are for guidance as minimum

requirement and the Bidder should provide in his Bid cost of all items

which are required for a Turnkey Project as described in Para 1 above.

18) The estimated cost of the work is 39.72 crore. As per assessment of

the employer, the cost of works falling under schedule –II (Electro-

mechanical items and installation of delivery pipes / Manifold pipe

with valves etc) will be about 37% of the total estimated cost. The

essential civil engineering items falling under schedules I, III, IV & V

are estimated to cost 63% of the total cost. The bidders may note

that the maximum variation permissible will be only ±5% and hence

any bid with the cost of items under schedule II falling out side the

range of 32% to 42% of the total bid price quoted for all schedules I

to V is liable to be rejected treating it as an unbalanced bid.

19) While quoting the bid price against Schedules I to V the following may be

kept in mind by the Bidder.

A) SCHEDULE I – Pump Houses and Annexe – Design and Construction of

Civil Engineering Works.

i) Items and Quantities: Annexure A gives the details of the items

and Quantities based on the Employer’s Scheme which in turn are

based on a Preliminary Design. The Bidder should decide on the

scheme he proposes to adopt and submit along with his bid, the

list of items as well as the specifications relating to them as per his

scheme to satisfy the Employer that the functional requirements

are fully covered.

ii) Payment to the Contractor

The successful Bidder will however be paid only the Lumpsum

amount quoted irrespective of whether the items and quantities

actually executed are the same as those listed by the Bidder or

different to them. Stage Payment will be made as indicated in

respective Schedule, which are based on the Employer’s scheme.

B) SCHEDULE II Pump House and Annexe

Part I Design, procurement and installation / erection of Mechanical &

Electrical Plant, Equipment and Instrumentation items;

Part II Procurement and Installation of Suction and Delivery Pipes with

valves, expansion joints & installation of Manifold Pipe with Valves and a Flow

Meter, all with welding of joints, painting of inside and outside and Cathodic

Protection of pipes. Delivery pipes after valves of each pumps can be

installed such a way future ease maintenance facility can be

accommodated.

i) Item and Quantities

8

Annexure B gives the details of the items and quantities based on the

Employer’s assessment of the requirement. These are the minimum to be

provided by the Contractor and should conform to the relevant Technical

Specifications in Section 5. The Contractor may analyse the items and

quantities as listed in Annexure B and in case there are any missing items, he

should provide them also so that the Pumping System is complete in all

respects. He should also furnish a list of such items including their quantities

and specifications.

ii) Payment to the Contractor

The successful Bidder will be paid only the Lumpsum amount quoted based

on the rates quoted for each item, including any additional item that has

been identified. Stage Payments for the items listed in Schedule II will be

made on the basis indicated in Schedule II. If the Bidder proposes to provide

additional items, stage payments would be made for such additional items,

in the same fashion of listed items indicated by the employer.

C) SCHEDULE III

RCC Casing Pipes -

Design, Manufacture and placing in position below Embankment of Circular

Railway by Pipe Jacking Method

i) Items and Quantities

Annexure C gives the detailed breakup of items of work involved. The Bidder

is required to design the RCC Casing Pipe, manufacture the same and install

them below Railway Embankment by Pipe Jacking adopting whatever

system he chooses so far as safety of Railway Track above is not jeopardised.

Thus there will be no need for any additional items to be provided for by the

Bidder. The length of Casing Pipe to be jacked in will however depend on

the exact location of the Pump House to be used on the Jacking Pit and the

location of the Receiving Pit.

ii) Payment to the Contractor

The Bidder is required to quote rate per metre length of the RCC Casing pipe

as finally installed below the Railway Bank by Pipe Jacking Method. The

Contractor will be paid for the actual length of Casing Pipe installed in

position measured from the face wall of the Jacking Pit from which the Pipe is

inserted till the face wall of the Receiving Pit at which the Pipe ends. Stage

payment will be made as per the provisions indicated in Schedule III. Payment for insertion of Suction Pipe inside the Casing Pipe and supporting it on

HDPE spacers will be made under Schedule-V.

9

D) SCHEDULE IV

Jetty – Design and Construction of River Jetty on RCC Piles with bracing

arrangements for carrying Suction Pipes Upto River bed for drawal of water.

i) Items and Quantities

Annexure D gives the details of the items and quantities based on the

Employer’s Scheme that in turn are based on a Preliminary design. The Bidder

should decide on the scheme he proposes to adopt and submit along with

his bid the list of items and the quantities as well as the Specifications relating

to them, as per his Scheme to satisfy the Employer that the functional

requirements are fully covered.

ii) Payment to the Contractor

The successful Bidder will however be paid only the Lump Sum amount

quoted irrespective of whether the items and Quantities as actually executed

are the same as listed by the Bidder or different to them. Stage payments will

be made as indicated in Schedule IV, which are based on the Employer’s

Scheme.

E) SCHEDULE V

Procurement and laying in position of Suction Pipes of 914 mm O.D with

painting inside and outside and Cathodic Protection; Pipes to be

provided with welded joints in the stretch inserted inside RCC Casing

Pipes and with Flanged joints in the stretch laid on River Jetty till

terminating at Bell Mouths. i) Items and Quantities

Annexure E gives the details of the break up of items of work involved. The

Bidder is required to carry out the items strictly complying with the

Specifications laid down. Thus there will be no need for any additional item to

be provided by the Bidder. The length of such pipes to be inserted in

RCC Casing Pipes supported on HDPE spacers will be the same as of

RCC Casing Pipes under Schedule- III. The length of Suction Pipes to be laid on the Jetty structure will be measured

from the point where it emerges from the RCC Casing Pipe till the bottom of

Bell mouth. This may include a short length of pipe line laid in Earthwork in

cutting between the end of RCC Casing Pipe and the bracing of the Jetty

structure. The measurement for payment will be done along the centre line

of the Pipe.

ii) Payment to the Contractor

10

The Bidder is required to quote his per Metre rate separately for the lengths laid

inside the RCC Casing pipe and the lengths laid on Jetty structure. Payment will

be made for the actual lengths laid. Stage payment will be made as per the

provisions indicated in Schedule V.

11

SCHEDULE I - PUMP HOUSE AND ANNEXE – DESIGN AND CONSTRUCTION

OF CIVIL ENGINEERING WORKS

UNIT RATE Sl.

No.

DESCRIPTION OF ITEM UNIT QTY.

IN FIGS.

(Rs.)

IN

WORDS

(Rs.)

AMOUNT

(Rs.)

1 2 3 4 5a 5b 6

1 Design and

Construction of Civil

Engineering Works in

the Pump House and

Annexe generally

satisfying the

requirements

indicated in the

Drawings at Section 6

with items of works

and quantities as listed

in Annexure A

modified as per the

design of the Bidder as

provided for in “Points

to be noted while

quoting Lump Sum

rate” at the beginning

of the “Commercial

Bid” with all items of

work complying with

the Technical

Specifications (Section

5), Special Conditions

(Section 3) and

subject to the

provisions in all other

Sections of Tender and

Contract Document

Lump

Sum for

Pump

House

Building

Lumpsum

for Annex

Building

Lumpsum

for works

inside

Boundary

but

excluding

Pump

House

and

Annexe

1

1

1

TOTAL -- -- -- --

12

ANNEXURE A

SCHEDULE I

PUMP HOUSE AND ANNEXE – DESIGN AND CONSTRUCTION OF CIVIL

ENGINEERING WORKS

NOTE:

The items and quantities given below are based on the Scheme of the

Employer and are only for guidance of the Bidders. The Bidders may

decide on their Scheme either based on the Employer’s Scheme after

carrying out a Detailed Design or on their own Scheme, generally

satisfying the requirements indicated in the Drawings at Section 6 with

items of works and quantities as listed in Annexure A modified as per the

design of the Bidder. Thus the items and Quantities as per the Scheme

finally decided by the Bidder may be different to the ones given below

which are based only on a preliminary Design of the Employer.

13

SCHEDULE I

(A) PUMP HOUSE BUILDING

The Pump House consists of the following items:

Sl. No. Description Approx.

Quantity

1) RCC Diaphragm Wall (1m thick) 1862 sqm

2) Structural inserts between RCC diaphragm wall

and skin wall

10 M.T

3) Bracing(ISMB) as support to RCC diaphragm

walls (To be taken back by the contractor after

construction)

30 M.T

4) Foundation

500mm dia RCC piles(M-25) 25m deep below

RCC raft

102 Nos.

5) Raft Slab RCC (M-25) 70 cm thick

6) RCC skin wall 300mm thick(M-25) 274 Cum

7) Foundation for pump/Motor (4 sets) 20 Cum

8) RCC catway with stairs as per drg 10 Cum

9) RCC cols(300 x 600mm)-34 Nos. (M-25) and

corner cols (600 x 600)-04 Nos. (M-25)

40 Cum

10) RCC(M-25) in beam to support gantry (EOT

crane)

22.5 Cum

11) Other RCC Beams (M-25) for RCC structure and

lintel beams

48.5 Cum

12) RCC in slab (M-25) at roof level 64 Cum

13) B/Work in cement Mortar 1:4 and 1:6 49 Cum

14) MS staircase from ground level to pump house

floor level

MS staircase from lower level cat-way to pump

house floor level

2 Nos.

2 Nos.

15) Finishing

i) Plastering 1:6 on wall and 1:3 in ceiling

ii) Cement Washing

iii) Distemper Oil bound

iv) Exterior decorative paint

v) Ventilator/Aluminium

vi) Doors (Aluminium glazing)

vii) Rolling Shutter

viii) MS chequered plate platform at Pump

foundation bed top level

3158Sqm

850 Sqm

850 Sqm

850 Sqm

17.59 Sq.m

55.59Sq.m

30.59 Sq.m

420 Sqm

14

(B) ANNEX BUILDING

Sl. No. Description Approx.

Quantity

1 Foundation

RCC foundation (Isolated footing) (M-25)

23 Cum

2 B/Work in foundation in cement mortar 1:4 27 Cum

3 RCC columns (M-30) 500 x 500mm 37 Cum

4 Brick Work in superstructure 270 Cum

5 Finishing & Miscellaneous

i) Plastering 1:6 on wall/1:3 on ceiling

ii) Kota stone flooring and shirting (G Floor)

iii) Doongry Marble floor & Skirting (F-Floor)

iv) Aluminium doors

v) Aluminium Sliding Windows

vi) Teakwood door frame with shutter

vii) Cement Wash (outside)

viii) Protective & decorative exterior paint

ix) Oil bound distemper

x) Toilets with sanitary fittings, ceramic tiles, PVC doors etc

xi) Overhead Tanks 2000 litres capacity each

xII) Semi / under ground reservoir of 6000 litres capacity,

including complete prime mover, 2 sets, 1 working & 1

stand by (Pumps-2 HP, motors, couplings, all mountings

and accessories etc) & connecting GI / UPVC pipe of

minimum 40mm dia. up to OH tank

1654 Sqm

130 Sqm

130 Sqm

55 Sqm.

40 Sqm.

1 No.

972 Sqm

806 Sqm

827 Sqm

02 Nos.

3 Nos.

Lot.

15

(C ) WORKS WITHIN BOUNDARY EXCLUDING PUMP HOUSE AND ANNEXE

Sl.

No.

Description Approx.

Quantity

1 Boundary wall in Brickwork with Cement

Mortar Plaster, 2 Metres high with RCC

Pillars

170 Metres

2 Steel Gates for Vehicular Traffic 2 Nos.

3 Steel Gate for Staff 1 No.

4 Security Room 3m x 3m with one door, two

windows with Load bearing structure of

Brick work with RCC slab roof

1 No.

5 Goomty – 1.5M x 1.5M with a door and a

window with brick walls and RCC Slab roof

1 No.

6 Road – 4.0M wide Concrete Block

Pavement with 0.5M wide shoulder on

either side

60 Metres

7 Garland Drain around the Pump House

200mm x 300mm (min.) deep in 250mm

thick Brickwork laid over 100mm thick PCC

(1:3:6)

180 M

8 Underground RCC drain precast with RCC

Covers connecting Garland drain as well

as Pump House for pumping out water for

maintenance of pump house

80 M

9 Plinth protection around the Pump House

and Annexe Buildings

130M

16

SCHEDULE I – STAGE PAYMENT SCHEDULE

STAGE

No.

DETAILS OF WORK COVERED BY THE STAGE PERCENTAGE

OF LUMPSUM

RATE

PAYABLE

(A) PUMP HOUSE

1 Diaphragm Wall

(Running Account Payment will be effected

based on quantities of concreting done as

a percentage of total concrete in the

Diaphragm wall)

58%

2 RCC Bored Piles

(Running Account Payment will be effected

based on the number of Piles completed

and accepted in proportion to the number

of Piles to be provided below the bottom

raft)

11%

3 Base RCC Raft Cum Pile Cap

(Running Account payment will be effected

based on quantity of Concreting done as a

percentage of the total concrete in the

Base slab)

5%

4 Building structure below Ground level

(Running Account payment will be effected

based on an assessment of the percentage

of work completed financially)

4%

5 Building Structure from Ground Level to Roof

level including RCC columns for taking

Gantry girders

(Running Account Payment will be effected

based on an assessment of the percentage

of work completed financially)

3%

6 Finishing

(Payment will be effected on completion)

9%

7 Handing over

(Payment will be effected on Handing over)

10%

TOTAL 100%

17

(B) ANNEXE BUILDING

1 Foundation and Plinth

(Running Account Payments will be effected

based on an assessment of the percentage of

work completed financially)

8%

2 Ground Floor

(Running Account Payments will be effected

based on an assessment of the percentage of

work completed financially)

20%

3 First floor

(Running Account Payment will be effected

based on an assessment of the percentage of

work completed financially)

8%

4 Finishing

(Payment will be effected on completion)

52%

5 Handing over

(Payment will be effected on Handing over)

12%

TOTAL 100%

(C ) WORKS WITHIN THE BOUNDARY EXCLUDING PUMP HOUSE AND ANNEX

1 Boundary Wall, Gates & Secuirty Rooms

(Running Account payments will be effected

based on the length of Boundary wall

completed in proportion to the total length to be

constructed)

35%

2 Roads

(Running Account Payments will be effected

based on the length of roads completed in

proportion to the total length to be constructed)

10%

3 Drains

(Running account payments will be effected

based on the length of drains completed in

proportion to the total length to be constructed)

45%

4 Miscellaneous items

(Running Account payment will be effected

based on an assessment of the percentage of

work completed financially)

10%

TOTAL 100%

18

SCHEDULE II – PART I

PUMP HOUSE AND ANNEXE

DESIGN, PROCUREMENT AND INSTALLATION / CONSTRUCTION OF

MECHANICAL & ELECTRICAL PLANT, EQUIPMENT AND INSTRUMENTATION

ITEMS

NOTE: 1) Items have been classified under two groups - Mechanical and

Electrical. Under Mechanical, last item is for the Tenderer to quote for

Operation & Maintenance of the Pumping System for a period of 12

months from the date of commissioning and for training six site personnel

of KMC during this twelve month period so that they can familiarise

themselves with the O&M activities. Para 11 of “Points to be noted” at

the beginning of this Volume on “Commercial Bid” may also be referred

to for further details. The items and quantities of Mechanical and

Electrical items listed below are those as assessed by the Employer and

are the absolute minimum considered necessary for proper functioning of

the pump House. The Bidder may add additional items and the quantities

for the items and include the same in his bid document. For each item,

the rates and total amount may be indicated by the Bidder. This is

essentially meant for making stage payment to the Contractor. The

payment to the Contractor under this Schedule will be restricted to the

total Lumpsum amount indicated by the Bidder who should hence

accurately assess all the requirements including additional items and

their quantities while quoting his price.

2) All the Mechanical items should be supplied complete with base

frame, for both the Pumps and the Motors, made of structural steel,

along with foundation bolts complete with nuts and check nuts, Jack bolts

and packing plates as may be required. Any other item required as

interface between two or more mechanicals for assembly of the items

should be kept in mind while quoting rates for the items. It will be the sole

responsibility of the Contractor to ensure successful commissioning of the

system in such a way that each pump discharges 0.85 MGH (3800 Cum.

per hour) while two pumps run together.

19

MECHANICAL ITEMS (Minimum requirement)

Sl.

No.

Description Unit Quantity Rate in

Rs.

Cost in

Rs. 1 Horizontal split case single stage

centrifugal pump complete in all

respect, other details as per

technical specification given in

section "5" of technical bid

Sets 4

2 6.6KV,700 KW, AC squirrel cage

HT Motor (considered imported

item), complete in all respect,

other details as per technical

specification given in section "5"

of technical bid.

Sets 4

3 Flexible type coupling, for power

rating 700 KW, 590 RPM & rated

approximate nominal torque

18450 NM, complete, other

details as per technical

specification given in section "5"

of technical bid.

Sets 4

4 3 T X 1 no & 10 T X 1 nos

capacities Mono-block (chain

pulley block), manually

operated, along with lifting

hook, "D" shackle, bull dog grips,

sling etc complete, other details

as per technical specification

given in section "V" of technical

bid.

Sets 2

5 900 / 750 mm NB SS (AISI 304)

Multiply and Multi-convoluted

Axial Expansion Joints with fixed

Flange at both ends & socket

MOC IS 2062, other detail as per

technical specification given in

section "V" of technical bid.

Nos. 8

20

Sl.

No.

Description Unit Quantity Rate in

Rs.

Cost in

Rs. 6 Complete priming equipment

comprising of 1 set of Vaccum

Pump each of1200 cu. Mtr / Hr.

complete with Motor, coupling,

other fittings like pipes, vaccum

chambers, GM air cork valves,

joints, vaccum gauge, pressure

gauge, exhaust silencer, belts,

pullies, suction stainer, suction &

discharge header etc all

complete. All the three sets of

pumps and motors are to be

connected through a manifold

vaccum chambers while all the

four main pumps will be

connected through priming line

for the purpose of priming from

individual four suction lines. Pipes

required to connect all four

pumps and vaccum chambers

to be supplied by the

contractor. For other details

section "V" of technical

specification may please be

reffered.

Sets 3

7 Wall mounted steel fabricated

brackets X 1 numbers, tyre

mounted platform trolley made

of MS X 1 nos, Lifting and pulling

device X 1 nos (10T lifting &7 Ton

pulling capacity)

Sets 2

8 Lumpsum amount for Operation

& Maintenance of Pumping

System complete for 24 months

from the date of commissioning

including all labour, materials,

spares and consumables of all

types except for cost of Electric

Power for operation of the

Pumping System. Rate to include

Training of six personnel of KMC

on Operation & Maintenance

during this period

Lumpsum 1

TOTAL FOR MECHANICAL ITEMS (RS)

21

ELECTRICAL WORKS OF MA-ER GHAT PROJECT

(Schedule of works (Minimum Requirement)

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 1 Supply of schematic diagram

in RTF paper along with 06

copies on A0 papers showing

super imposition of cable

route H.T. & L.T. panel and all

other important electrical

items

Set 1

2a) Supply & delivery of H.T.

panel 6.6 KV 800 Amp (as per

specification at Annexure K

of Technical Specifications

Section 5 of Tender

Document) 500 MVA VCB

Panel by providing all

requisite materials,

components and complete in

all respect as per direction of

Engineer-in-charge (Two

incomer breaker four motor

breaker, two transformer

breaker and one bus coupler)

Make: BIECCO

LAWRIE/SIEMENS

No. 9

b) Installation, testing &

commissioning the

equipment as mentioned in

item 2(a) above

No. 9

3a) Supply & delivery of High

tension XLPE cables - 3 core

11 KV(E) XLPE Aluminium

cable (as per specifications

Annexure K of Section 5)

Make:

Havells/NICCO/Univesla/VINI

CAB

i) 400 sqmm size Mtr 300

ii) 150 sqmm size Mtr 1000 iii) 50 sqmm size Mtr 700

22

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 3 b) Laying of HT cable as per

code of practice for

electrical work

i) through cable trench mtr 1200 ii) through cable trays mtr 300 iii) through floor duly embeded mtr 400 iv) under railway track through

pipes of size 150 mm

mtr 100

4 a) Supply and delivery of indoor

type step down distribution

transformer 100 KVA, 6.6

KV/415 Volt oil immersed,

ONAN type with vector group

DYN-11 complete with first

filling of oil as per IS-335

Make: Eastern

Transformer/Marsons

No. 2

b) Installation, testing &

commissioning of distribution

transformer as indicated in

item no. 4(a) above

No. 2

5 a) Supply and delivery of L.T.

Panel with two incoming

MCCB, 3 phase of 200 Amp

capacity and 8 nos. MCCB of

100 Amp capacity as

outgoing complete as per

specification (Annexure K of

Section 5)

Set 1

b) Installation, testing &

commissioning of LT Panel as

indicated in item no. 5 (a)

above including connections

No. 1

6a) Supply and delivery of

earthing pit complete in all

respect as per IS 3043

No. 4

b) Erection, testing,

commissioning & connecting

of the earth pit

No. 4

23

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 7a) Supply, delivery & running of

earth bus on the wall of

equipment room Copper strip

50 mm x 6 mm and

connecting individual

electrical equipment with

double earth through MS flat

of size 50 mm x 10 mm

running partly on wall and

partly through floor level

Mtr 800

b) Erection of above complete

in all respect

Mtr 800

8a) Supply & delivery of battery

having capacity 200 AH, 110

Volt complete in all respect

as per specification

Set 1

b) Erection of item 8 a)

complete including

interconnection

Set 1

9 Cable Termination a) Supply, delivery, erection,

testing & commissioning of

Indoor heat shrinkable cable

jointing kit with lugs for 3 core

XLPE cable 11 KV grade of

cross section

i) 400 sq mm No. 4 ii) 150 sqmm No. 24 iii) 50 sqmm No. 6 b) Supply, delivery, erection,

testing & commissioning of

straight through heat

shrinkable cable jointing kit

with ferrules for 3 core XLPE

cable 11 KV grade of cross

section

i) 400 sq mm No. 1 ii) 150 sqmm No. 2 iii) 50 sqmm No. 2

24

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 10 Electric shock treatment

chart Large size with

Aluminium frame glass on

front or laminated as

approved

No. 4

11

a)

Supply & delivery of split type

window A.C. of 3 TON

capacity with suitable G.S.S.

ducting. Each indoor unit will

be having corded remote.

Make:VOLTAS/BLUE STAR/L.G.

No. 6

b) Installation, testing &

commissioning of item in Sl.

No. 12(a) above

No. 5

12 Supply & installation of control

desk of size of 5 ft. high, 5ft.

Long front open, with powder

coated painting with mimic

diagram for all

remote/manual operations of

the equipments with push

button selector switches,

metres, indicators,

annunciation panel

complete with all

connections & wiring and

interface with VCB Panels by

multicore cables of 1.5 sqmm

copper

No. 1

13

a)

Supply & delivery of

capacitor bank suitable for

the6.6 KV, AC squirrel cage

Motor complete with fuse,

break suitable service,

reactor, panel etc.

Make: L&T/Madhab

Capacitor

No. 4

b) Installation, testing &

commissioning of item in Sl.

No. 14(a) above

No. 4

25

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 14

a)

Supply & delivery of 6.6 KV

soft starter suitable for 6.6 KV,

700 KW motor complete with

panels, wiring etc.

Make:

L&T/Innovative/Technomics

No. 4

b) Installation, testing &

commissioning of item in Sl.

No. 15(a) above

No. 4

15

a)

Supply & delivery of Forced

air system in the pump room

through TEFC type exhauster

motor operable in LT power

No. 2

b) Installation, testing &

commissioning of the

exhausts complete in all

respect

No. 2

16 Supply, delivery and fixing of

cable trays wide 800 mm for

cable laying and necessary

clamping etc. complete in all

respect

Mtr 400

17 Supply, erection, testing and

commissioning of EOT crane

of span 12.0 mtr with main

hoist capacity 10.0 Tonne &

Auxilary hoist capacitor 5.0

Tonne complete with double

girder bridge, end carriages,

bridge rails, operators cabin,

drums & wire ropes, gear,

brakes, drives, lifting hooks,

buffers, DSL, current

collection gear, controlling

and protective

No. 1

26

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 18 Supply, erection, testing and

commissioning of centrifugal

type BILGE pump of capacity

500 GPH x 18 mtr suitably

coupled with 3 HPTEFC motor,

400 Volts, 3 phase IP 68

compatible protection system

complete with required

starter, protection, priming

funnel, piping connection,

bed plate including labour

etc.

No. 2

19

a)

Supply and delivery of high

mast Tower of height 30 mtr.

Complete with all accessories

structure, 1 x 400 W, luminaire

- 24 nos., stainless steel wire

rope, double drum & winch,

built in geared motors for

raising & lowering lantern

carriage, outdoor pillar box

copper cables full length

from pump house etc.

complete in all respect.

Make:Philips/Bajaj/Crompton/

Surya

No. 1

b) Installation, testing &

commissioning of item in Sl.

No. 19(a) above

No. 1

20 Supply, delivery, installation &

commissioning of fire fighting

equipment consisting of the

following:

i) Wall mounted 9 litre capacity

carbondioxide extinguisher

No. 8

ii) G.I. bucket 12 litre capacity

round button duly red

painted filled with dry sand - 2

nos.

iii) G.I. bucket 12 litre capacity

round button duly red

painted filled with water - 2

nos.

27

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) iv) Floor mounted 3 ltr capacity

carbondioxide type Fire

Extinguisher

No. 2

21 Supply, fixing &

commissioning of 1x70WMH

Lamp with single fittings

suitable control gear with

proper fixing/clamping

arrangements suitably to

mount on parapet walls

Each 4

22 Supply & provision of 1 x 4' -

0'x40w, Decorative type

fluorescent light fitting indoor

conforming to IS 10322 Part-5,

section 2/82 with Electronic

ballast, PF improvement

capacitor, starter rotary

holders etc. including lamp,

supply, connection from

ceiling rose using 3 Core PVC

flexible chord wire using

wooden round blocks, MS

down rod/MS bracket pipe

on wall etc. fixing

arrangement suitable at site

locations etc. (inside Service

Building) duly terminating with

piono type 5 Amps switch on

a new decolon finished TW

board

Each 120

23 Supply and wiring to Light

fittings concealed type with

PVC insulated copper cable

of size of 2.5 sqmm (36/03

mm) - 2 nos. & 1 no. of 14

SWG Tinned copper of Earth

continuity including provision

of control switches

terminating on a decolom

finish TW board with testing

and commissioning

Point 120

28

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 24 Supply, fixing &

commissioning of AC Ceiling

Fan 1400 mm sweep

(conforming to IS 374/79)

complete with double ball

bearing in the ceiling of

building with suitable hooking

arrangements with flush

mounting, supply, connection

from ceiling rose using 3 core

PVC flexible chord wire as per

Standards

Each 10

25 Supply, fixing, testing &

commissioning of Electronic

Fan Regulator (Flush type)

200V complete with provision

of new termination on

decolom TW board

(OSWAL/RIDER/ANCHOR)

Each 10

26 Supply and wiring to Fan,

points in concealed manner

by drawing 2 runs of 1.5 mm

PVC insulated copper cable

of 1100V grade (30/025 mm

conforming to IS 694 latest 1

no. of 14 SWG tinned copper

wire and existing PVC pipe

including flush type switch 3

plates ceiling rose and other

accessories

No. 10

27

a)

Supply, fixing, testing &

commissioning of Exhaust Fan

450 mm dia including wall

opening with plastering for

housing exhaust fan with 3

core x 1.5 sqmm PVC

insulated copper cable

No. 2

27

b)

Supply, fixing, testing &

commissioning of Exhaust Fan

610 mm dia including wall

opening with plastering for

housing exhaust fan with 3

core x 1.5 sqmm PVC

insulated copper cable

No. 8

29

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 28 Supply and wiring Exhaust Fan

points in concealed manner

by drawing 2 runs of 1.5 mm

PVC insulated copper cable

of 1100 V grade (30/025 mm

conforming to IS 694 latest 1

no. of 14 SWG tinned copper

wire and existing PVC pipe

including flush type switch 3

plates ceiling rose and other

accessories

No. 2

29 Supply, fixing, testing &

commissioning of Plug and

Socket 15A-5A-5 Pin including

internal wiring with new

control Board at every

location as per drawing

Each 32

30 Supply, fixing, testing &

commissioning of one no. 150

ltr Water cooler on masonry

plinth (Mass concrete 1:3:6

with 20 mm Metal), Metal

clad plug socket within

metallic enclosure with MCB

20 A/ SP

(Standard/Havells/MDS

make)Voltage stabilizer

complete including wiring as

per standards with inlet and

outlet water pipe connection

No. 1

31 Provision of circuit mains with

suitable capacity of 1100 V

grade copper wire

No. 4

32 Supply, fixing, testing &

commissioning of MCB 6A - 32

A/DP including

interconnecting circuit mains

of lights, fans, exhaust fans,

power plugs terminating on a

suitable size decolom finish

TW board

No. 4

30

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 33 Supply and fixing in

concealed manner by 1 no.

of PVC pipe heavy 25 mm

dia/2.0 mm wall thickness

with accessories, Junction

box et.

Mtr 600

34 Supply and fixing of

concealed type 16 SWG MS

switch box conforming to

IS:5133 (Part0I)-1969 (latest)

with 3 mm thick Hylum sheet

with decolum lamination

cover of size 350 x 270 x 100

mm with suitable strip

connector complete

No. 26

35 Supply, concealing, fixing &

commissioning of MCB type

TPN Distribution Board, double

door 4 way similar to

Standard make:Model No. S-

310 with incoming 61A MCB-

1 no. outgoing 4 nos MCBs -

15 A including internal wiring

(Make: Standard/Havells and

MDS) (in Single Rooms) floor

mounted

No. 2

36 Supply, delivery, erection,

testing & commissioning of

intercom system with

maximum capacity of 25

lines. Operating voltage 48

volt with BSNL compatibility

and wiring of average lead of

30 mtr including hand sets

Set 1

37 SCADA type computerised

monitoring system for

continuous monitoring of all

parameters including facility

for retrieval of any desire

parameters

Set 1

31

Sl.

No.

Description Unit Quantity Rate in

Rs.

Amount

(Rs.) 38

a)

Supply & dlivery of axial flow

fan of capacity 8500 CMH of

size 600 mm dia suitable for

230 V single phase a.c.system

No. 6

b) Erection, testing,

commissioning of item of 39

(a) including wall opening

complete with angle support,

housing cage guard

No. 6

39 Supply, fabrication, hanging

of MS duct 600 x 600 through

20 G aluminium sheet

sqm 200

40 Rubber mat 11 KV grade Mtr 30 41 Rubber mat 1100 Volt grade Mtr 10 42 First-ad box No. 1 43 Supply, delivery, installation,

testing & commissioning of

cable trey made of

perforated mild steel and

suitable slotted angles and

flats complete with

suspension arrangement

through steel hangers, bends

fasteners having both

horizontal and vertical run

duly primed and painted

a) Size 450 x 50 x 2 mm mtr 100 b) Size 300 x 50 x 2 mm mtr 50

Total for Electrical Items (RS.) Toatal for Mechanical Items (Rs) (Brought forward from

Page-19)

Grand Total (RS)

32

SCHEDULE II – PART – II

Procurement and Installation of Suction and Delivery Pipes with Valves &

Installation of Manifold Pipe with valves and Flow Meter, all with Welding of

Joints, Painting of inside and outside and Cathodic Protection of pipes.

Note: 1) Items and quantities mentioned below are approximate and are

based on the proposal of the Employer. The quantities may vary

depending on the final configuration of the Pump House and the point at

which the Manifold pipe will join the Rising main. The Bidder should give a

Lumpsum rate with breakup of rates of items. The Quantities of items

should be assessed by the Bidder accurately while putting in the bid since

payment to the Contractor will be restricted to only to the Lumpsum

amount quoted in the Bid price for this Schedule.

2) While quoting his price, the Bidder should include cost of necessary

expanders/reducers matching with Suction/delivery pipelines and

Suction/delivery flanges of pumps and also the bends and other specials

necessary for the Delivery Pipes for connection to the Manifold. The cost

of expanders/reduces for installation of Valves and Flow Meter in the

Suction, Delivery and Manifold Pipes should also be kept in mind while

quoting the Lumpsum prices.

Sl.

No.

ITEM UNIT QUANTITY RATE

(Rs. )

AMOUNT

(Rs. )

(a)

1.

INSIDE PUMP HOUSE

SUCTION SIDE UPTO

WHERE RCC CASING PIPE

STARTS

Procurement of 914 mm

OD Mild Steel Suction

Metre 24 Metres

(For 4

Suction

Pipes)

33

Pipes, cutting into

segments as required,

preparation of ends as

required for welding,

painting outside with

three coats of P.U. Paint

and inside with three

coats of Foor Grade

Epoxy paint (As per

Annexures G & H Section

5), laying in position

inside the Pump House,

welding of joints (As per

Annexure I of Section 5)

with provision of

Permanent Sacrificial

cathodic protection (as

per Annexure J of

Section 5) all complete.

2. Procurement and

installation in Suction line

Sluice Gate Valve of dia

900 mm to fit 914 mm

OD Suction Pipe (As per

Specifications in

Annexure K of Section 5

of Tender Document).

Number 4 Nos.

(One per

Suction

pipe)

(b)

3.

DELIVERY PIPE FROM

PUMP UPTO MANIFOLD

PIPE

Procurement of MS Pipes

and Bends or other

Specials of Diameter

recommended by the

Pump Manufacturer for

Delivery pipe subject to

min. outer dia of 914 mm

and thickness 10 mm

(Minimum), cutting into

segments as required,

preparation of ends as

Metre

48 M (For 4

Delivery

Pipes)

34

required for welding,

painting outside with

three coats of PU Paint

and inside with three

coats of Food Grade

Epoxy Paint (As per

Annexures G & H of

Section 5) laying in

position, Welding of

Joints (As per Annexure I

of Section 5),

connection to manifold

pipe, including making

holes in Diaphragm wall

and Earthwork in cutting

and refilling outside

Pump House room, with

provision of Permanent

Sacrificial Cathodic

protection (As per

Annexure J of Section 5)

all complete.

4 Procurement and

installation in Delivery

pipes, the following

Valves to suit the

Diameter of Delivery

Pipe (minimum 914 mm

O.D) all valves as per

Specifications at

Annexure K of Technical

Specifications Section 5.

a) Butterfly Valve

(Electrically controlled

900 mm dia with

actuator of ROTORK or

AWMA Engineering

make)

Number

4 (For 4

Delivery

Pipes)

b) Non Return Valve

(900 mm dia with

hydraulic shock

absorber )

Number 4 (For 4

Delivery

Pipes)

c) Sluice Gate Valve Number 4 (For 4

35

(Dia 900 mm) Delivery

Pipes)

(c ) MANIFOLD PIPE

5 Transport of 1626 mm

O.D Mild Steel Pipe

supplied free of cost by

the Employer at its

Depot within 50 KM of

site of work for use as

Manifold Pipe, cutting

into segments as

required, preparation of

ends as required for

welding, painting

outside with three coats

of PU Paint and inside

with three coats of Food

Grade Epoxy Paint (As

per Annexures G & H of

Section 5), connection

to Rising Main of OD

1321mm including

Earthwork in cutting and

refilling with provision of

Permanent Sacrificial

Cathodic protection (As

per Annexure J of

Section 5) all complete

Metre 35 Metres

6 Procurement and

installation in Manifold

pipe the following

Valves and Meter to suit

the diameter of

Manifold pipe of OD

1626 mm, all valves and

Meter as per

Specifications at

Annexure K of Technical

Specifications Section 5,

including construction of

suitable Masonry

chambers to house the

Valves and Meter and

36

provision of lifting

arrangements for

periodic maintenance

a) Sluice gate Valve (Dia

1300 mm)

Number 1 Not to be quoted

as beyond scope

of bidder.

b) Air Valve (300 mm/12”

dia Kinetic Type IS Mark)

Number 2

c) Full bore

electromagnetic type

Flow Meter of 1200 mm

dia with all fittings with

display with PLC &

SCADA System (Crohne

–Marshall Make or any

other Make approved

by the Employer).

Necessary reducer /

expander matching with

manifold pipe line to be

supplied and fitted by

the bidder.

Number 1

Total (RS)

37

ANNEXURE B

SCHEDULE II Parts I & II

Items and Quantities are the same as given in detail in Schedule II Part I &

II. Detailed Specifications for the various Mechanical and Electrical items

under Part I have been given in Annexure K of Technical Specifications

(Section 5 of Tender Document) and for items in Part II in the relevant

Anneuxres of Section 5 as mentioned under each item. Special

Conditions in Section 3 of Tender Document may also be referred to.

38

SCHEULE II

STAGE PAYMENT SCHEDULE

For each item referred to in Schedule II, based on the Unit Cost indicated

and the number of units arranged, payment will be effected on the

following basis.

PART I – MECHANICAL (Items 1 to 7), ELECTRICAL (All Items)

PART II - ALL ITEMS

i) On procurement and proof of 65% of quoted Unit Rate

availability at site

ii) On Erection/ Installation 20% of quoted unit rate

iii) On commissioning 10% of quoted unit rate

iv) On Handing over 5% of quoted Unit rate

For Mechanical Item No.8, payment will be effected on a monthly basis

within two weeks of the next month.

39

SCHEDULE III RCC Casing Pipe – Design, Manufacture and placing in

position below Embankment of Circular Railway by Pipe Jacking Method

(NOTE: For full details of items of work covered by Schedule III, Annexure C

enclosed may be referred to).

UNIT RATE Sl.

No.

DESCRIPTION OF ITEM UNIT QTY.

IN FIGS.

(Rs.)

IN

WORDS

(Rs.)

AMOUNT

(Rs.)

1 2 3 4 5a 5b 6

1 Design, Manufacture

and Laying of RCC

Casing Pipes of

internal dia atleast

500mm more than

914mm OD of Mild

Steel Suction Pipe with

the RCC Casing Pipes

laid at a depth of

about 10.00 Metres

below and across

Railway embankment

of Circular Railway by

Pipe Jacking System.

Four Nos. RCC Casing

Pipes will be laid

across Railway Bank

parallel to each other

for accommodating

Suction Pipes from 4

pumps placed parallel

to each other

Metre 100

metr

es

TOTAL

40

ANNEXURE-C

SCHEDULE-III

R.C.C CASING PIPES

DESIGN, MANUFACTURE AND PLACING IN POSITION

BELOW EMBANKMENT OF CIRCULAR RAILWAY BY PIPE JACKING SYSTEM

NOTE: Items and Q uotation listed below are based on a Preliminary

Design of the Employer and art for guidance purpose only. The lengths of

pipe to be laid by Pipe Jacking method may vary depending on the final

siting of the Pump House to be utilized as the Jacking Act and that of the

receiving Pit.

Sl.

No.

ITEMS APPROXIMATING

QUANTITY

1 Design and Manufacture of R.C.C casing pipes

of Dia 1414 mm or more in segments of length

as required to suit the proposed Jacking

Method, with suitable Joint arrangements for

transfer of Jacking force.

100 Metres (4

Pipes of 25 M

each)

2 Modification to the proposed Pump House for

use as a Jacking Pit to suit the pipe Jacking

system proposed.

To be assessed

by the Bidder

3 Construction of a temporary receiving pit to suit

the pipe Jacking System proposed.

-do-

4 Transporting RCC casing pipes from the

Contractor’s Depot to the site and insertion in

position below Railway Embankment by Pipe

Jacking method.

100 Metres (4

Pipes of 25 M

each)

5 Removal of all Tunneling and pipe Jacking

equipments from the site, restoring Pump House

used as Jacking Pit to a condition suitable for

use as a Pump House, filling up a earth in

Receiving Fit, disposal of extra earth, bentonite

slurry etc., and general cleaning up of the

area.

To be assessed

by the Bidder

41

SCHEDULE III – STAGE PAYMENT SCHEDULE

STAGE

No.

DETAILS OF WORK COVERED BY THE STAGE PERCENTAGE

OF

ACCEPTED

UNIT RATE

PAYABLE

1 Design, Manufacture and supply of RCC Casing

Pipe stacked at Contractor’s Depot. (Payment will

be effected for the length of pipe segments made

ready as above)

5.0

2 Construction of Jacking Pit (Pump House

Basement modified as required) and Receiving Pit

(Payment will be effected for the length of pipe

for laying of which the Jacking Pit and Receiving

Pit have been constructed

20.0

3 Transport of Pipe segments from the contractor’s

Depot, laying in position by Pipe Jacking System.

(Payment will be effected for the length of

pipeline as actually laid at site as above)

65.0

4 Removal of all Equipments from site, filling up of

Receiving Pit, restoration of utilities to original state,

reconstruction of roads, drains etc to original

standard and general cleaning of entire work site

(Payment will be effected for the length of pipe

alignment where the above operations have

been completed)

10.0

TOTAL 100%

42

SCHEDULE IV – JETTY – Design and Construction of River Jetty on RCC Piles

with bracing arrangements for carrying Suction Pipes Upto River bed for

drawal of water

UNIT RATE Sl.

No.

DESCRIPTION OF ITEM UNIT QTY.

IN FIGS.

(Rs.)

IN

WORDS

(Rs.)

AMOUNT

(Rs.)

1 2 3 4 5a 5b 6

1 Design and

construction of Jetty in

Hoogly river generally

satisfying the

requirements

indicated in the

Drawings at Section 6

with items of works

and quantities as listed

in Annexure D,

modified as per the

Design of the Bidder

as provided for in

“Points to be noted

while quoting

Lumpsum rates” at the

beginning of the

Commercial Bid, with

all the items of work

complying with the

Technical

Specifications (Section

5), Special Conditions

(Section 3) and

subject to the

provisions in all other

Sections of Tender and

Contract Document

Lump

Sum

1

Total (Rs)

43

ANNEXURE – D

SCHEDULE – IV

JETTY – DESIGN AND CONSTRUCTION OF RIVER JETTY ON R.C.C. PILES WITH

BRACING ARRANGEMENTS FOR CARRYING SUCTION PIPES

NOTE: Items and Quantities listed below are based on a Preliminary

Design of the Employer and are for guidance purpose only. The Tenderer

can adopt this schedule and make out his final Design and Drawings

based on site investigators or come up with any alternatives workable

and more economical scheme. The Lump sum quotation should be for

the scheme as finally made out by the Tenderer. In case the scheme

proposed by the Tenderer is materially different, the Tenderer should also

indicate his proposal for stage payment.

Sl. No. ITEM APPROXIMATE

QUANTITY

1 Boring below the river bed level, in varying

water levels of a flowing river , for provision of

1000 mm dia R.C.C bored pits.

1400 Metres (56

piles for an

average depth of

25 m. each)

2 Provision of 12 mm thick Mild Steel Casing pipe/

Liner around 1000 mm dia bored piles after

painting with three coats of Poly urethane

Paint, for the portion from top of pile to 12

metres below the river bed level.

1690 Metres (For 56

piles)

3 Placing in position cement concrete of M-30

Grade through Tremie method for the Bored

piles 1000 mm dia for the lengths below as well

as above River Bed Level.

1762 Metres. (For

56 piles)

4 Vertical load test on 1000 mm dia Bored piles,

as per relevant IS Specification

3 Tests

5 Lateral load tests on pair of 1000 mm dia Bored

Piles, as per relevant IS Specification

3 Tests

6 Structural Steel work including fabrication and

erection in position by welding, bolting or

rivetting including gussets, brackets, Cleats,

nuts, bolts, rivets etc., with substantial portion of

erection work to be done under water for

63 Metric Tonnes

44

among other items.

i) Bracings interconnecting RCC Piles

ii) Cradles on bracings to support Suction Pipes

iii) Mild Steel straps to hold the Suction Pipes

with the Cradles.

iv) Cat ladders connecting cat ways at

different levels

7 Painting of Structural Steel with Poly urethane

Paint – one Priming Coat and two finishing

coats.

800 Square Metres

8 Cement Concrete M-30 Grade for RCC

Catways 0.15 Metre Thick, 3 Metres vide for

about 28 Metres length and 4 metres wide for

about 17 Metres length cast in situ including

shuttering and centering.

80 Cum.

9 Fusion bonded Epoxy Coated reinforcing bars

as per IS: 13620: 1993 in all RCC works including

in 1000 mm dia Piles, RCC Catways etc.,

including cutting, bending, placing in position

and binding with 16 SWG block annealed wire

complete.

138 Metric Tonnes

10 Steel Catway1 M wide to facilitate inspection

of Suction pipes and jetty structure, supported

on bracings of the jetty at just above LLWL of

the river including painting with three coats of

P.U. paint, fixing to the bracings etc.,

85 Metres

11 Screen of Stainless Steel Mesh of size 50 mm x

50 mm using wire of 6 mm dia covering each

Bell Mouth of the four Suction pipes and in the

Box encompassing all the Bell Mouths with top

and sides covered, with top at 1.50 M above

LLWL of river and bottom 4.40 Metres below

LLWL, complete with materials and fixing to the

jetty structure with suitable steel frame work

painted with 3 coats of P.U. paint

Square metres

(to be assessed by

the Bidder)

12 Lighting of the open jetty and as provided for in

Para 25.3 of Annexure – K of Technical

Specifications – Section 5 of Tender Document.

To be assessed by

the Bidder

45

SCHEDULE IV – STAGE PAYMENT SCHEDULE

STAGE

No.

DETAILS OF WORK COVERED BY THE

STAGE

PERCENTAGE OF

LUMPSUM RATE

PAYABLE

1 Boring for RCC Piles (Running Account

payments will be effected based on the

number of piles for which boring is

completed in proportion to the number

of piles to be provided for the jetty)

10.0

2 Provision of Mild Steel lines for the Piles

(Running Account payments will be

effected based on the percentage of

tonnage of liner placed in position as

compared to the total tonnage to be

placed for all the piles in the jetty)

40.0

3 Concreting of Piles after placing of

reinforcement in position

(Running Account payment will be

effected based on the Quantity of

Concrete done as a percentage of the

total quantity of concreting required to

be done for all the piles in the Jetty)

18.0

4 Carrying out vertical and lateral load

tests on piles (Running Account payment

will be effected on completion of all

tests)

2.0

5 Structural steel work in bracing of piles,

cradles, frame work for fixing Suction

Pipes to the Cradles, Steel catway at

LLWL and vertical ladders connecting

RCC catway on tap with Steel catway at

bottom duly painted with three coats of

PU Paint. (Running Account payment will

be effected based on the tonnage

erected in position after painting as

compared to total tonnage to be

erected)

4.0

6 RCC catway with Hand railing at above

HHWL (Running Account payments will

be effected in proportion to the length

of catway laid in position compared to

6.0

46

the total length to be done)

7 Steel catways at above LLWL one along

the river and two across jutting into the

river from the Bank including painting

with three coats of PU Paint and fixing in

position (Running Account payments will

be effected for the length erected in

position as compared to the total length

to be erected)

6.0

8 Stainless Steel screens below the Bell

Mouths and in the Box frame

encompassing all Bell mouths with sides

and top covered (Running Account

payment will be effected in proportion to

the area of screen erected in position as

compared to the total area of screen to

be erected)

1.0

9 Lighting of the area (Payment will be

effected on completion of the work)

1.0

10 Clearance of site after giving finishing

touch (Payment will be effected on

completion)

5.0

11 Handing over of the Jetty

(Payment will be effected on Handing

over)

7.0

TOTAL 100%

47

SCHEDULE V

Procurement and laying in position of Suction Pipes of 914 mm OD with

Painting inside and outside and Cathodic Protection; Pipes to be provided

with welded joints in the stretch inserted inside RC Casing Pipes and with

flanged joints in the stretch laid on River Jetty till terminating at Bell Mouth

NOTE: i) For full details of the works covered by Schedule V, Annexure E

enclosed may be referred to.

ii) For short length of Suction pipes if any to be laid in Cut and

Cover, falling in the length between end of RC Casing pipe and start of

bracing of the Jetty, payment will be effected at the same rate as pipe

laid on Jetty structure.

UNIT RATE Sl.

No.

DESCRIPTION OF ITEM UNIT QTY.

IN FIGS.

(Rs.)

IN

WORDS

(Rs.)

AMOUNT

(Rs.)

1 2 3 4 5a 5b 6

Procurement of 914mm OD Mild

Steel Pipe and laying in position

after provision of protection

against corrosion by

polyurethane coating on the

outer surface and epoxy (Food

grade) coating on the inside,

and with Cathodic protection.

All works shall be executed as

described in Technical

Specifications (Section No.5) and

Special Conditions (Section No.3)

and subject to the provisions in all

other sections of Tender and

Contract Document.

i) Pipes inserted in RCC Casing

pipe below Railway

embankment with welding of

joints outside, laid on High Density

Polyethylene spacers at suitable

intervals inside RCC Casing Pipes

and with C.C 1:2:4 Plugs at ends

of Casing Pipes.

Per

Metre

160

Metres

48

ii) Laid on bracings connecting

RCC Piles in river jetty with pipe

ends connected by Flanged

Joints.

Per

Metre

140

Metres

TOTAL (Rs._

ANNEXURE – E

SCHEDULE – V

Procurement and laying in position of Suction Pipes of 914 mm OD with

Painting inside and outside and Cathodic Protection; Pipes to be provided

with welded joints in the stretch inserted inside RC Casing Pipes and with

flanged joints in the stretch laid on River Jetty till terminating at Bell Mouth.

NOTE: Items and quantities are based on Preliminary Design of the

Employer and are for guidance purpose only. The lengths of pipe to be

laid under in this system as mentioned below may vary depending on the

final sitting of Pump House, and the jetty.

A. SUCTION PIPES INSERTED INSIDE RCC CASING PIPE

Sl. No. ITEM APPROXIMATE

QUANTITY

1 Procurement of 914 mm (O.D) Mild Steel Pipes

in length 7.50 M to 13.0 M, transport to

Contractor’s Workshop, cutting into segment

lengths to suit pipe jacking operation and

preparation of ends of pipes to suit system of

welding proposed for outside welding of pipe

joints.

160 Metres (For 4

Suction pipes of 40

meter each)

2 Painting of outside of pipes with three coats of

Poly urethane paint for a total thickness of 2000

Microns and inside of pipes with three coats of

Epoxy Paint Food Grade for a total thickness of

600 Microns, after surface preparation all as per

Annexures – G and H of Technical

Specifications, Section-5 of Tender Document.

160 Metres (For 4

Suction pipes of 40

meter each)

3 Transport to site of work and welding of joints

circumstantially outside, either by Butt welding

of pipes with outside bevelled plain ends or by

16 joints (4 joints per

suction pipe)

49

fillet welding of sleeve joints of pipes with plain

ends and 100% Radiography test of welds, all

as per Annexure-I of Technical Specifications,

Section 5 of Tender Document.

4 Provision of Permanent Sacrificial Catholic

protection system for Pipes as per Annexure-J

of Technical Specifications Section 5 of Tender

Document.

160 Metres (For 4

Suction pipes of 40

meter each)

5 Insertion of welded pipe inside RCC casing

pipes duly supported on HDPE Spacers at

suitable intervals with casing pipe ends

plugged by CC !:2:4 for minimum length of 300

mm

160 Metres (For 4

Suction pipes of 40

meter each)

B. SUCTION PIPES LAID ON JETTY STRUCTURE

Sl. No. ITEM APPROXIMATE

QUANTITY

1 Procurement of 914 mm (O.D) Mild Steel Pipes

in length 7.50 M to 13.0 M, transport to

Contractor’s Workshop, cutting into segments

of lengths to suit laying on bracings of jetty

structure and preparation of ends of pipes with

welding of min. 30 mm thick flanged joints

plates (welding including100% radiography test

of welds as per Annexure-I of Section 5)

140 Metres (For 4

Suction Pipes of 35

m. each)

2 Painting of outside of pipes with three coats of

Poly urethane paint for a total thickness of 2000

Microns and painting of inside of pipes with

three coats of Epoxy Paint Food Grade for a

total thickness of 600 Microns, after surface

preparation all as per Annexures – G and H of

Technical Specifications, Section-5 of Tender

Document.

140 Metres ( For 4

Suction pipes of 35

m. each)

3 Procurement/Manufacture of Mild Steel Pipe

Bends to suit MS pipes 914 mm O.D including

preparation of ends with welding of min. 30

mm thick flanged joint plates (welding

including 100 % radiography test of welds as

per Annexure-I of Section 5), painting outside

4 Nos. (1 per Suction

Pipe)

50

three coats and inside three coats as in item 2

above.

4 Procurement/ Manufacture of Mild Steel Bell

Mouths to suit MS Pipe 914 mm O.D including

preparation of ends with welding of min. 30

mm thick flanged joint plates (welding

including 100 % radiography test of welds as

per Annexure-I of Section 5), painting outside

three coats and inside three coats as in item 2

above.

4 Nos. (1 per Suction

Pipe)

5 Transport to site of work and laying in position

on bracings of jetty structure including fixing of

pipes on Cradles through Mild Steel Straps and

erecting in position Bends and Bell Mouths

140 Metres of Pipe +

4 Bend + 4 Bell

Mouth (For 4 Suction

Pipes)

6 Provision of leak proof flanged joints between

pipes as well as between pipes and Bend/Bell

Mouths. Supply of four blank Mild Steel Flange

plates of min thickness 30 mm to suit Bell Mouth

ends.

28 joints (7 joints per

Suction Pipe)

7 Provision of Permanent sacrificial catholic

protection system for pipes as per Annexure-J

of Technical Specification section 5 of Tender

Document

140 Metres (4

Suction Pipes of 35

m. each)

51

SCHEDULE V – STAGE PAYMENT SCHEDULE

A. SUCTION PIPES INSERTED INSIDE RCC CASING PIPE

STAGE

No.

DETAILS OF WORK COVERED BY THE STAGE PERCENTAGE OF RATE

ACCEPTED

1 Procurement of 914 mm (O.D) Mild Steel

Pipes in length 7.50 M to 13.0 M, transport to

Contractor’s Workshop, cutting into

segment lengths to suit pipe jacking

operation and preparation of ends of pipes

to suit system of welding proposed for

outside welding of pipe joints.

50.0

2 Painting of outside of pipes with three coats

of Poly urethane paint for a total thickness

of 2000 Microns and inside of pipes with

three coats of Epoxy Paint Food Grade for a

total thickness of 600 Microns, after surface

preparation all as per Annexures – G and H

of Technical Specifications, Section-5 of

Tender Document.

10.0

3 Transport to site of work and welding of

joints circumstantially outside, either by Butt

welding of pipes with outside bevelled plain

ends or by fillet welding of sleeve joints of

pipes with plain ends and 100%

Radiography test of welds, all as per

Annexure-I of Technical Specifications,

Section 5 of Tender Document.

5.0

4 Provision of Permanent Sacrificial Cathodic

protection system for Pipes as per Annexure-

J of Technical Specifications Section 5 of

Tender Document.

5.0

5 Insertion of welded pipe inside RCC casing

pipes duly supported on HDPE Spacers at

suitable intervals with casing pipe ends

plugged by CC !:2:4 for min. length of 300

mm

30 .0

B. SUCTION PIPES LAID ON JETTY STRUCTURE

52

Sl. No. ITEM PERCENTAGE OF

RATE ACCEPTED

1 Procurement of 914 mm (O.D) Mild Steel Pipes

in length 7.50 M to 13.0 M, transport to

Contractor’s Workshop, cutting into segments

of lengths to suit laying on bracings of jetty

structure and preparation of ends of pipes with

welding of min. 30 mm thick flanged joints

plates (welding including100% radiography test

of welds as per Annexure-I of Section 5)

40.0

2 Painting of outside of pipes with three coats of

Poly urethane paint for a total thickness of 2000

Microns and painting of inside of pipes with

three coats of Epoxy Paint Food Grade for a

total thickness of 600 Microns, after surface

preparation all as per Annexures – G and H of

Technical Specifications, Section-5 of Tender

Document.

20.0

3 Procurement/Manufacture of Mild Steel Pipe

Bends to suit MS pipes 914 mm O.D including

preparation of ends with welding of min. 30

mm thick flanged joint plates (welding

including 100 % radiography test of welds as

per Annexure-I of Section 5), painting outside

three coats and inside three coats as in item 2

above.

5.0

4 Procurement/ Manufacture of Mild Steel Bell

Mouths to suit MS Pipe 914 mm O.D including

preparation of ends with welding of min. 30

mm thick flanged joint plates (welding

including 100 % radiography test of welds as

per Annexure-I of Section 5), painting outside

three coats and inside three coats as in item 2

above.

5.0

5 Transport to site of work and laying in position

on bracings of jetty structure including fixing of

pipes on Cradles through Mild Steel Straps and

erecting in position Bends and Bell Mouths

15.0

6 Provision of leak proof flanged joints between

pipes as well as between pipes and Bend/Bell

Mouths. Supply of four blank Mild Steel Flange

plates of min thickness 30 mm to suit Bell Mouth

ends.

8.0

53

7 Provision of Permanent sacrificial catholic

protection system for pipes as per Annexure-J

of Technical Specification section 5 of Tender

Document

1.0

8 Commissioning & handing over 6.0

***********************************************