Professional Documents
Culture Documents
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 138
E-Tender No.103/2023-24/KWA/PHC/D3/TVM
Observatory Hills,
Thiruvananthapuram 695033
Kerala State
Tel. No: 0471 2322303
www.kwa.kerala.gov.in
sephcircletvpm@gmail.com
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 139
TABLE OF CONTENTS
1. INTRODUCTION 3
1.1 GENERAL INFORMATION 3
1.2 METHOD OF EXTRACTION AND SUPPLY OF TREATED
WATER 4
1.3 SCOPE OF THE TENDER 4
2. DETAILS OF WORKS UNDER THE SCOPE 5
INTRODUCTION
This work is intended for providing clear water pumping main in Aryanadu and
Uzhamalakkal Grama Panchayath in Thiruvananthapuram District.
GEOGRAPHICAL FEATURES
The project area comprises of Aryanadu and Uzhamalakkal Grama Panchayath. The
scheme area is in Nedumangadu Taluk of Thiruvananthapuram district.The project is
mainly intended to give uninterrupted water supply to Aryanadu and Uzhamalakkal
Grama Panchayath, since the existing water supply facilities in Aryanadu and
Uzhamalakkal Grama Panchayath is inadequate. The topography of the project area is
undulating/sloping.
The Panchayath is spread along the sides of Western ghats. The majority of the people
here are farmers. The total area of the Aryanadu Grama Panchayath is 104.92 sq.km and
the Uzhamalakkal Grama Panchayath is 18.74 sq km respectively. The population of the
Aryanadu Grama panchayath is 33396 as per 2011 census. There are 18 wards in this
Panchayath. The population of the Uzhamalakkal Grama panchayath is 21472 as per 2011
census. There are 15 wards in this Panchayath.The boundaries of these Panchayaths share
with Nedumaagadu Muncipality,Aruvikkara Grama Panchayath,Vellanadu Grama
Panchayath,Kuttichal Grama Panchayath and Kattakkada Taluk. Karamana River and
Nedumangad Shorlacode road passing through these Panchayaths
(a). Supplying Laying testing and commissioning of 200 mm DI K9 Clear Water Pumping
Main from WTP to 5.5 LL OHSR at Vettichankunnu and 7.5 LL GLSR at Mangattupara
and 300 mm DI K9 Clear Water Gravity Main from WTP to 9LL OHSR at Pallivetta .
(b)Scope of work also include road restoration for the entire length of pipe laid.
The scope of this tender covers the following works in Aryanadu and Uzhamalakkal
Grama Panchayath in Thiruvananthapuram district.
I (a). Supplying Laying testing and commissioning of 200 mm DI K9 Clear Water Pumping
Main from WTP to 5.5 LL OHSR at Vettichankunnu and 7.5 LL GLSR at
Mangattupara and 300 mm DI K9 Clear Water Gravity Main from WTP to 9LL OHSR
at Pallivetta .
II Scope of work also include road restoration for the entire length of pipe laid.
a. The selected contractor should strictly abide to the terms and conditions specified in
G.O (Ms) No.8/2022/PWD dated 24.02.2022 and its addendums.
b. For those roads which are in DLP, it will be under the responsibility of the selected
contractor to maintain the entire width of the road in good conditions as required by
PWD officials unto the end of DLP of the road.
c. The contractor should strictly follow the PWD manuals and MORTH specifications.
d. It is the responsibility of the selected contractor to make good as per the directions
given by PWD authorities and to avail satisfactory completion certificate for the entire
stretch of work completed from PWD Officials.
e. The work will be subjected to the PWD supervision and the contractor is bound to full
fill any alternations/improvements as suggested by KWA/PWD Officials.
f. The contractor is liable for supply of any additional material which is required for
satisfactory completion of the total work as directed by Engineer-In-Charge.
g. The contractor should follow the standard procedure as specified in PWD
Manual/MORTH for all types of road including 20/40mm Chipping carpet road, berm
protection, concrete roads and BM&BC Roads.
GENERAL INFORMATION
Pipes supplied shall be conforming to relevant IS Specification, the pipe line shall
be laid along the predetermined routes. All the materials and specials required for
the satisfactory completion of the scheme shall be supplied by the contractor.
Pipe line laid shall be tested for the maximum test pressure for the class of pipe
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 142
The entire road/culvert crossing necessitated to complete the pipe laying works should
also be carried out without affecting the alignment and gradient of the pipe line.
1.1.1 The pipe line trenching is to be done along Panchayath road and the type of soil is
mostly all kinds of soil, Ordinary Rock, Medium Rock and Hard Rock.
1.1.2 The alignment of pipe line should not be adjusted to affect any bend and required bend
should be provided with necessary RCC anchor blocks/supports.
1.1.3 Identification blocks (75x25x10cm) with RCC M20mix and plastered with CM 1:4,
12mm thick one coat and printing letters with mould and fixing the block in the pipe
line should be provided over the road side through the alignment of pipe line (1
Nos./2Kms) as per direction of Departmental Officers.
1.1.4 The contractor has to provide necessary support for the pipe line laid exposed if any.
1.1.5 The Contractor may have to demolish stone rubble masonry or any RCC structure
manually/by mechanical means as per site requirement including stacking of
serviceable material and disposal of unserviceable material with in 50m lead as per
direction of Engineer-in-charge and shall restore the same after satisfactory completion
of pipe laying utilizing the stacked serviceable materials as far as possible.
1.1.6 Fencing one side of trenches, 1.50 m height with two rows of 10 cm plastic caution
tape in vertical caesarian pole. Safety of the public and labors shall be ensured by the
contractor till the completion of pipe laying works.
1.1.7 Scope of work also includes utility shifting such as telephone cables, HT electric
cables and existing water supply pipe lines if any to be protected /shifted as and where
it is necessary.
1.1.8 Damages should not be made to any private/public property such as roads, culverts or
similar during the execution and if any damages made, the same shall be compensated
by the contractor without any liabilities to Kerala Water Authority.
1.1.9 The pipe line can be laid over/under the culverts using nonstandard bends, lesser than
45o (MS) in order to minimize water, thrust in bends. Care should be taken to avoid
900bend in all such culvert and Road crossings.
1.1.10 The approximate location of culvert crossings, canal crossing and road crossings are
mentioned in the alignment of pipeline drawing. The numbers of culverts, canal
crossing and road crossings are tentative and are likely to change during actual
execution. The tenderers shall examine the route and alignment of the pipeline and
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 143
anticipate all incidental works required to be executed at site that are not explicitly
stated in this document before quoting the tender.
1.1.11 All open ends of pipe line shall be closed with dummy plates or end caps after
completion of work.
1.1.12 Scouring the line to the nearest point of disposal may be made with DI/PVC pipes of
suitable size as required as required by dept. officers.
1.1.13 While laying of distribution system the culvert/ bridge crossings should be done
with necessary GI medium class pipe/MS pipes and specials laid below or above
the culvert. If the culvert is very deep, pipeline is to be laid above the culvert and is to
be properly anchored.
1.1.14 While laying the pipe lines, any culvert or a part of the bridge etc get damaged, its
rectification should be done by the contractor and necessary protection of pipe laid
should also be done by means of anchor block or pillars as per direction of Engineer-
in-charge.
1.1.15 While trenching, damages should be minimum to the roads. The trenching on roads
shall be made by cutting bituminous / concrete roads with asphalt/concrete
cutting machine to required depth alongside of proposed alignment of pipe without
causing any damage to other utilities before carrying out demolishing of roads by
mechanical means. Any damages caused while trenching is to be rectified by the
contractor to their original condition.
1.1.16 After laying the pipes the trenches shall be compacted using plate compactors in
layers only as directed by departmental officers ensuring proper compaction so as
to avoid settlement of backfilled earth.
1.1.17 Necessary rubble packing or 20cm thick M10 PCC packing, if required, is to be made
at sloping portions to avoid the erosion of soil from the top of the pipe, as per the
direction of Engineer in charge.
1.2.1 The contractor shall supply and lay pipes as listed below. The contractor shall also
supply sufficient number of bends, Tees and other specials required for the satisfactory
completion of work.
1.2.2 All the pipes supplied shall conform to relevant specification of BIS or ISO and shall
bear ISI or ISO marking. The DI pipes shall be lined, centrifugally with cement mortar
inside and coated with metallic Zinc with bituminous finishing layer outside, both
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 144
conforming to IS 8329-2000 with latest amendments. The MS pipes and specials shall
be conforming to IS 3589-2001 and IS 5504/1997 with latest amendments.
1.2.3 All necessary specials such as bends, Tees etc. for laying pipes, fixing air valves,
control valves, scour Tees for fixing sluice valve for scour delivery pipes etc. shall also
conform to BIS/ISO standards.
1.2.4 Non-standard specials required for the work shall be fabricated at site using MS plates
of thickness not less than 12 mm with necessary weather proof anti-corrosive coating.
1.2.5 After the completion of the pipe laying works, the balance pipes and specials for the
future maintenance shall be stacked neatly at department store yard or any suitable
tank site in Thiruvananthapuram district as directed by the engineer in charge.
1.2.6 The conveyance, loading, unloading and stacking of materials for the project shall be
the responsibility of the contractor. Authority takes no responsibility for providing
materials stack yard. Care should be taken while stacking the materials on roadside to
avoid any hindrance to normal traffic or pedestrian movements. If the materials
supplied at site are found to be of inferior quality, the Executive Engineer in charge
will have all the right to ask the tenderer to replace the materials supplied at his cost.
1.2.7 The contractor shall provide DI/PVC pipes as per IS
1.3.1 The Contractor shall supply Kinetic single orifice air valve conforming relevant
BIS/ISO standards at all crust points along the alignment as per direction of engineer in
charge at site.
1.3.2 The air valves shall be fitted in the line with suitable CI Tee / MS clamp at all crest
point without hindering the utility of the road, and shall be provided with control
valves in all crest points along the alignment as per the direction of the officers of the
Kerala Water Authority.
1.4.1 The necessary specials such as bends, Tees for fixing air valves, scour Tee for scour
arrangement, tail pieces for fixing valves, pipes for scour delivery arrangement etc.
conforming to BIS/ISO standards and are to be supplied and installed by the tenderer
for satisfactory completion of the work.
1.4.2 In case of non-standard specials, fabricated specials shall be used with the permission
of the Engineer in charge. Tenderers are advised to make their own assessment of the
quantity of such special required for the work.
1.4.3 If standard specials are not available for a particular configuration, fabrication with MS
plates will be allowed. In all such cases the thickness of the plate shall not be less than
12 mm and the welding procedure shall be got approved by the Engineer-in-charge
before the commencement of fabrication.
1.4.4 The details of specials required are listed below. The items and numbers of the specials
indicated in the below table are only tentative. The additional specials or fittings
required for the satisfactory completion of the pipe laying work shall be supplied by
the contractor without any additional financial commitment to the authority
1.5.1 Trenching
Minimum width & depth of trenches are as follows:
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 146
1.5.1.1 up to 90
Trenching 0.5 0.5 is 1.00 to
the pipes have a tendency to pull apart, lift up or move aside, the pipes and specials
must be properly anchored with reinforced concrete thrust blocks of mix M20 or any
other structures approved by the Engineer in charge.
1.5.6.2 The anchoring must be so designed that there shall be no hindrance to nearby
structures and utilities or traffic and the joint must be kept exposed for easy
maintenance after commissioning.
1.5.6.3 The anchoring work can be carried out only after getting the design approved by the
Engineer in charge.
1.5.8.1 The pipes and specials laid have to be tested to the required test pressure in the field in
250 m stretches as per BIS laid out for testing of pipelines.
1.5.8.2 The contractor will not be allowed to proceed with the work leaving more than 150 m
of pipe line untested. The joints of all the pipes and specials shall be kept open until
the testing is done satisfactorily.
1.5.8.3 Water and the equipment required for the testing shall be arranged by the contractor at
his own expenses.
1.6.1 The Contractor shall submit 5 copies of the as laid map of the entire facility he has
installed for the project as a part of the contract with necessary reference to the existing
permanent structures. Submission of the as laid map is mandatory for considering the
work as completed.
1.6.2 The as laid map shall be prepared in scale 1:2000 and shall be submitted to Engineer in
charge. The as laid map shall indicate locations and particulars of valves and specials
and all such details regarding the completed work. On approval of the as laid map, 5
copies of the same neatly bounded shall be submitted to the engineer in charge together
with 2 Nos. soft copies in CD-ROM.
1.7.1 The tenderers shall carryout their own soil tests (Visual and field) to ascertain the
bearing pressure and other properties of soil and subsoil at various points before
submitting tender.
1.7.2 Authority shall in no way be liable for payments of any extra amount on account of
any variation in the bearing capacity and other details of soil and subsoil resulting in
any changes in the design of foundation
1.8.1 Safety, security and welfare of the labours working at plant site are the sole
responsibility of the contractor. Proper insurance coverage shall be given to the
workers against damages and occupational hazards. The site should be provided with
safe drinking water, electricity and all other sanitation facilities to the workers and the
departmental officers at the cost of the contractor.
1.9 LIST OF APPLICABLE TECHNICAL STANDARDS:
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 151
1.9.1 Generally the specifications of all materials and work pertaining to this contract shall
be governed by the relevant Indian standards and by MDSS. In the absence of Indian
Standards, ISO standards shall be followed. The design shall be based on well
accepted practices as per the guidelines and norms prescribed by BIS. All RCC/steel
structures shall be based on relevant IS codes. RCC works shall be as per IS: 456-2000
/ revised and steel structures as per IS: 800(latest). For DI pipes IS 8329:2000, IS
12288:1987(2002 reaffirmed), for MS pipes IS 1239(Part2):2011, IS 3589:2001, IS
5822:1994(2004 reaffirmed) and for PVC pipe IS 4985 :(2000).shall be strictly
followed. The specification for each items of this contract are in accordance with the
prevailing specifications of CPWD.
1.10.1 The tenderer shall submit detailed functional as well as structural and architectural
design with detailed drawings and specifications for approval of the Authority before
execution. The minimum dimensions and steel requirements shall never be less than
that given in the estimate in any case.
1.11.1 Contractors alone shall be responsible for any damage to men and materials that may
occur at site due to lapses in safety measures. Contractors shall provide necessary
caution boards and fencing as per the direction/specification of KWA for the trenches
during the progress of work. Minimum 3nos caution boards shall be placed in the
approaching side and 2 nos at the leaving side at the required distances as per the
relevant safety codes.
1.11.2 They shall also provide sufficient shoring to the sides of trench to prevent collapse of
trenches and consequent damages to man and materials whenever the depth of
trench exceeds 1.50 m or while excavating near other civil structures.
1.11.3 During night hours contractors shall provide sufficient lighting and watching at site.
Failure to adhere to these directions shall attract fines and penalties by way of
deduction from payments to the contractors at an amount worked out at department
rates.
3. CLARIFICATION
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 152
In case of any contradiction is noticed in this NIT, the same can be clarified from
the Executive Engineer in charge of the work during execution and will stand final
in every aspect, however the tenderer is at wisdom to get all his clarifications /
doubts cleared about the scope of work at the time of pre-bid meeting and further
doubts will not be entertained.
4. UNFORESEEN ITEMS
Any items missing in the scope of work which is essential for the satisfactory
completion of this work will be considered as part of the scope of the work of this
contract.
5. WORKING ENVIRONMENT
Safety, security and welfare of the labours working at plant site are the SOLE
responsibility of the contractor. Proper insurance coverage shall be given to the
workers against damages and occupational hazards. The site should be provided safe
drinking water, electricity and all other sanitation facilities to the workers and the
departmental officers at the cost of the contractor.
6. MAINTANENCE OF SCHEME
It is the sole responsibility of the contractor to protect and maintain the entire project
successfully for the maintenance period of 12 months after commissioning.
The following measures are to be taken essentially by the contractor. Necessary maintenance
crew with supervisory staff shall be deployed. The staff pattern proposed by the contractor for
the maintenance of the completed project should be got approved by the Department one
month before the issue of completion certificate.
The entire strength of maintenance crew with the supervisory personnel should be available
from the first day of the maintenance period.
The contractor should keep all spares required for replacements at the head works, pumping
main, etc readily available to ensure uninterrupted water supply to the beneficiaries.
All the equipment that go out of order during the course of the maintenance period shall be
rectified / replaced immediately to ensure uninterrupted water supply. If any equipment /
machinery is found to be defective either due to manufacture or due to unsatisfactory
maintenance, the same should be replaced by the contractor at his cost.
If the contractor fails to rectify the defects within 24 hours, the repair will be carried out
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 153
departmentally and the actual expenditure incurred will be realized from the bill.
The contractor is responsible for the incidence of any theft; malpractice etc within the project
area during the maintenance period and the contractor shall keep the Engineer informed about
the day to day affair.
During the period of maintenance, all costs towards labor, spares, consumables, repairs and
renewals shall be on to the account of the contractor. However the electrical energy charges
payable to KSEB during the maintenance period shall be borne by KWA.
Complete quality service shall be ensured by the contractor during the maintenance period.
Necessary log books indicating the maintenance carried out and repairs attended with details
of spares changed shall be maintained by the contractor on a day to day basis and produced to
the Engineer in charge whenever called for.
7.PROJECT SCHEDULE
The quantities mentioned below are minimum quantities
conforming to IS 14846 / 2000 and bearing ISI marking for control valves/scour
valves.
4. Supplying and fitting 80mm CI Air Valve with Flanges, Conforming to IS 14848 -
2000, Kinetic Air Valve ,50mm CI Flanged double orifice air valve, conforming to IS
14848 / 2000, as per the direction of the engineer in charge.
5. Road Restoration (Tarring work) of all concrete cut portion, tar road edge and tar road
cut portions including pipe line road crossings should be carried out as per the
standards Procedure.
6. Construction of R.C.C valve chambers and Anchor Blocks:-
(a).Construction of minimum 9 nos of R.C.C valve chambers of inside size not less
than 1.20 m X 1.20 m,bottom slab thickness 0.15m,Side wall thickness 0.15m and
cover slab 0.20m thick with mix 1:1.5:3 as per approved drawing, with heavy duty CI
man hole cover of size 560mmdia for sluice and scour valves of size 100mm to
350mm, including earth work excavation in all classes soil,
(b).Construction of minimum 16 nos of R.C.C valve chambers of inside size not less
than 1.00mx1.00m,bottom slab thickness 0.15m,Side wall thickness 0.15m and cover
slab 0.20m thick with mix 1:1.5:3 as per approved drawing, with heavy duty CI man
hole cover of size 560mmdia for Air valves, sluice valves and scour valves of size
40mm to 80mm,
(c).Construction of R.C.C anchor block with 1:1.5:3 mix and having TMT bar of not
less than 10mm dia @200mm C/C in X,Y,Z direction should be provided in all anchor
blocks, including earth work excavation in all classes of soil wherever required as per
the direction of departmental officers and approved drawing.
7. Construction of R.C.C pipe support (pipe line bridge) with 1:1.5:3 with TMT steel as
per approved drawing including earth work excavation in all classes of soil wherever
required, as per the direction of departmental officers
8. Road cutter should be used for cutting tar/concrete before trenching the pipe line for
avoiding further damages to the existing road in the PWD/Panchayath roads.
9. A miminum of 3 scour arrangements should be provided in the clear water pumping
main.
15 4
on jointing
80 mm CI double flanged sluice Nos
16 12
valve,PN 1.6,IS14846-2000
80 mm CI Kinetic air valve with Nos
17 12
flanges valve ,IS14846-2000
560mm CI heavy duty manhole Nos
18 17
frame with cover
The scope of work also includes any other works which are required for the satisfactory
commissioning of the above work. All the work mentioned in this scope of work should be
carried out fully. The incompletion or omission of any item during execution on valid reason
should be approved by the Engineer in charge. For such work /item a proportional amount for
the quantity not carried out in each item shall be deducted from the contractor’s bill at
estimate rate or the rate as per the breakup of payment approved by the agreement authority
whichever is higher If quantity of any item is found less than the minimum quantity specified,
proportional deduction will be effected in the bill for payment. The rate for deduction shall be
taken at approved estimate rate or rate as per the breakup of payment approved by the
agreement authority whichever is greater
.
Draft #1 of File KWA/PHC/D3/TVM//4241/2023_26_4_3 Approved by SUPERINTENDING ENGINEER&PROJECT CO ORDINATER on 26-Jul-2023 06:05 PM - Page 157
8. SPECIAL CONDITIONS
The tenderer should clearly go through all these conditions and the quoted rate
will be inclusive of all these special conditions to follow as listed below.
1. The tenderer should have qualified Key personnel and engineering staff to execute
and supervise the quoted work with minimum requirements as specified.
2. The progress of work shall be updated every day by the Contractor to the concerned
officer.
3. The contractor should have mobile connection/email ID/What Sapp No. in his name
or his representative. The contractor should produce documentary proof to this
effect..
4. Pipes and other materials shall be inspected by departmental officers or third party as
per the prevailing rules in KWA. There shall be a guarantee period of 18 months for
the works executed and materials used
5. Safety measures including traffic control, protection of excavated trenches, putting
sign boards, night watchers, etc., in the site area shall be provided by the contractor.
6. If any damages occur to the utility service of other agencies during the works, the
completion cost of rectifying the damages are to be borne by the contractor. Prior
information should be given to such concerned departments before commencing the
work.
7. The contractor shall be responsible for the safety of all activities at site. The
contractor alone is responsible for the safety of his labourers, public, if any payable
under prevailing laws.
8. When excavation have been made where there is likelihood of accident, the
contractor should comply with any requirement of law on subject and shall provide
suitable fencing, lighting, watchman etc., as necessary.
9. In the event of accidents where compensation may have to be paid, the Executive
Engineer has the right to retain payments due to the contractor to meet the liability.
10. .the contractor is liable to carry out the extra items and excess over the schedule
quantities, if necessary, as per the direction of the departmental officers
11. The guidelines for the implementation of JJM and prevailing rules of KWA will be
applicable for the work.