148
JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT Loan Agreement No. ID P-201 IFB No. GWSP/LB/5E8/2021-22/25 Date: 07.06.2021 Contract Package No. 5E8 Procurement of Works (Item rate) for Supply, Installation and Commissioning of Employer furnished D.I Pipes for the Balance works under the Distribution Network in the DMA: 5R11 , 5R12 and Part of Feeder Main of Ramsha Hill of South Central Zone. BID DOCUMENT Limited Bidding

BID DOCUMENT - gmdwsb.assam.gov.in

  • Upload
    others

  • View
    9

  • Download
    0

Embed Size (px)

Citation preview

Page 1: BID DOCUMENT - gmdwsb.assam.gov.in

JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT

Loan Agreement No. ID P-201

IFB No. GWSP/LB/5E8/2021-22/25 Date: 07.06.2021

Contract Package No. 5E8

Procurement of Works (Item rate) for Supply, Installation and

Commissioning of Employer furnished D.I Pipes for the Balance

works under the Distribution Network in the DMA: 5R11 , 5R12

and Part of Feeder Main of Ramsha Hill of South Central Zone.

BID DOCUMENT

Limited Bidding

Page 2: BID DOCUMENT - gmdwsb.assam.gov.in

Bid Document for Contract Package No. 5E8

Procurement of Works (Item rate) for Supply, Installation and Commissioning of Employer

furnished D.I Pipes for the Balance works under the Distribution Network in the DMA: 5R11

, 5R12 and Part of Feeder Main of Ramsha Hill of South Central Zone..

CONTENTS

Sl. No. Description

Page No.

From To

1 Invitation for Bids under Limited Bidding (IFB) IFB – 1 IFB – 2

2

Section I: Instructions to Bidders (ITB):

Qualification of the Bidder, Bid Prices, Preparation of Bid,

Bid Submission, Evaluation of Bids, Award of Contract,

Performance Security

ITB – 1 ITB – 6

3 Section II: Bidding Forms – Technical (BFT): Letter of

Technical Bid; Qualification Information BFT – 1 BFT –7

4

Section III: Bidding Forms – Financial (BFF):

Letter of Financial Bid; Preamble to Price Schedule BFF – 1 BFF –4

Bill of Quantities BoQ-1 BoQ-12

5 Section IV: Employer‟s Requirements: Project Brief &

Scope of Works (ER) ER-1 ER-7

6 Section V: Technical Specifications (TS) TS -1 TS - 56

7 Section VI: Contract Forms: (CF) CF-1 CF-16

8 Section VII: Major Scope (S) S - 1 S - 15

9 Section VIII: Drawings (DRG) DRG - 1 DRG - 2

10 Draft Letter of Acceptance CF - 1

11 Articles of Contract Agreement with Conditions of Contract CF - 2 CF - 7

12 Performance Bank Guarantee CF - 8 CF - 8

13 Bank Guarantee for Advance Payment CF - 9 CF - 9

Page 3: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 IFB 1

Office of the Project Director

Project Implementation Unit

JICA Assisted Guwahati Water Supply Project

1st Floor, Tripti Tower, Ganeshguri

G.S. Road, Guwahati – 781 005

Tele-Fax - +91-361-2340132; Email: [email protected]

www.gmdwsb.assam.gov.in

Invitation for Bids under Limited Bidding

IFB No.: GWSP/LB/5E8/2021-22/25 Date 07.06.2021

JICA Loan No. and Title: ID P-201 Guwahati Water Supply Project.

Government of India has received loan from the Japan International Cooperation Agency (JICA)

towards the cost of Guwahati Water Supply Project and it intends to apply part of the proceeds of this

loan to payments under the contract for Procurement of Works (Item rate) for Contract Package No.

5E8.

Project Director, JICA Assisted Guwahati Water Supply Project, Guwahati invites sealed Bids for

construction and completion of the work as detailed below:

Sl.

No.

Item IFB No.: GWSP/LB/5E8/2021-22/25

Date: 07.06.2021

1 Work Description Contract Package No. 5E8 - Procurement of Works

(Item rate) for Supply, Installation and Commissioning

of Employer furnished D.I Pipes for the Balance

works under the Distribution Network in the DMA:

5R11, 5R12 and Part of Feeder Main of Ramsha Hill

of South Central Zone.

2 Time for Completion Execution : 90 days and Testing, Trial Run &

Commissioning: 90 days

3 Duration for obtaining the Bid

documents from the Employer or for

downloading from the designated

websites: www.gmdwsb.assam.gov.in

08.06.2021 to 05.07.2021

4 Bid document fee Rs. 1,000 for purchase from the Employer and if

required through post additional cost of INR 250.

5 Bid Security INR 2.66 Lakhs

6 Joint Site Visit 21.06.2021 at 10.00 Hours.

Place: Office of the Project Director, JICA Assisted

Guwahati Water Supply Project, 1st Floor, Tripti

Tower, Ganeshguri, Guwahati - 781 005.

7 Pre-Bid Meeting 21.06.2021; Time: 14.00 Hours

Place: Office of the Project Director, JICA Assisted

Guwahati Water Supply Project, 1st Floor, Tripti

Tower, Ganeshguri, Guwahati - 781 005.

Page 4: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 IFB 2

Sl.

No.

Item IFB No.: GWSP/LB/5E8/2021-22/25

Date: 07.06.2021

8 Last Date & Time for Physical

Submission of Bids

05.07.2021; Time:15.00 Hours

9 Date & Time for Opening Technical

Bids

05.07.2021; Time:15.30 Hours

Bidding will be conducted through the Limited Bidding procedures specified in the Section 30 of Assam

Public Procurement Act 2017, are open to eligible bidders. Single-Stage-Two-Envelope Bidding will be

adopted.

The contractor or subcontractor, either single entity or a joint venture of maximum two members are

eligible to participate. For the Experience, the Bidder shall submit the credentials from any State/Central

Government Department/Undertaking or shall submit the required proof to the satisfaction of the

Employer, if he had worked as subcontractor under the ongoing JICA/INNURM/ADB funded Water

Supply Projects for Guwahati.

Interested eligible Bidders may obtain further information from the Project Director, JICA assisted

Guwahati Water Supply Project, Guwahati and inspect the Bidding documents on the working days

during 10 AM to 5 PM or seen on the website: www.gmdwsb.assam.gov.in.

The payment towards the Bid document and the Bid Security shall be through demand draft in favour of

"The Project Director, JICA Assisted Guwahati Water Supply Project" payable at Guwahati, Assam.

Bids received without Bid Security and after the time and date noted above will be rejected out rightly.

The Employer will not be responsible for any costs or expenses incurred by Bidders relating to the

preparation or delivery of Bids.

The Employer reserves the right to accept any bid, or reject any or all bids, without assigning any reason

thereof and without thereby incurring any liability to the Bidder or Bidders.

(Abhijit Baruah, IAS)

Project Director,

JICA Assisted Guwahati Water Supply Project

Guwahati – 781 005

Page 5: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 ITB 1

Section I: Instructions to Bidders

1. Scope of Works

The Project Director, JICA Assisted Guwahati Water Supply Project, Guwahati (Employer)

invites quotations for the works as detailed below:

Brief Description of the Works Period of Completion

Contract Package No. 5E8: Procurement of Works (Item rate)

for Supply, Installation and Commissioning of Employer

furnished D.I Pipes for the Balance works under the

Distribution Network in the DMA: 5R11 , 5R12 and Part of

Feeder Main of Ramsha Hill of South Central Zone..

Execution: 90 days &

Testing, Trial run &

Commissioning: 90 days

The successful Bidder will be expected to complete the works by the intended completion date

specified above.

2. Qualification of the Bidder:

2.1. Qualification Information to be provided by the Bidder: the Bidder shall provide

information on his qualification which shall include:-

a) Total monetary value of works executed by him for each year of the last 3 years;

List of works (similar to the works described in Para 1) completed satisfactorily as a

prime contractor or sub-contractor during the last 3 years, enclosing evidences from the

respective Employers in support of experience claimed or sufficient documentary proof;

b) Report on his financial standing, along with last 3 years‟ financial statements / Profit and

Loss Statements; and

c) Details of any litigation, during the last 3 years in which the bidder is involved, the parties

concerned, and disputed amount or award in each case (Give details of both completed

and pending cases).

2.2. Qualification Criteria: to qualify for award of the contract the bidder:-

a) A Bidder may be a contractor or subcontractor, either single entity or a joint venture of

maximum two members.

b) In the case of a JV, both the members shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract terms. The JV shall nominate a

Representative who shall have the authority to conduct all business for and on behalf of any

and both the members of the JV during the bidding process and, in the event the JV is

awarded the Contract, during contract execution.

Based on the “One Bid Per Bidder” principle, which is to ensure fair competition, a firm

and any affiliate that directly or indirectly controls, is controlled by, or is under common

control with that firm shall not be allowed to submit more than one Bid, either individually

as a Bidder or as a member of a JV.

Bids submitted by a JV shall include a copy of the Joint Venture Agreement or a letter of

intent to execute a Joint Venture Agreement in the event of a successful Bid, shall be signed

by both members and submitted with the Bid.

Page 6: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 ITB 2

The Bid Security of a JV shall be in the name of the JV that submits the Bid. If the JV has

not been legally constituted into a legally enforceable JV at the time of bidding, the Bid

Security shall be in the names of all future members as named in the letter of intent.

In case the Bidder is a JV, the Bid shall be signed by an authorized representative of the JV

on behalf of the JV, and so as to be legally binding on both the members as evidenced by a

power of attorney signed by their legally authorized representatives.

In case of a JV, the JV together shall satisfy the financial and work experience criteria.

c) Should be a registered Civil Contractor with Assam PHED, Assam PWD, AUWSSB,

GMC or GMDA. In case of JV, both the members shall satisfy these criteria.

d) Bidder should have satisfactorily executed as a prime contractor or sub-contractor, at least

one similar work of value not less than Rs. 79.90 lakhs between 1st April 2018 and Bid

submission deadline;

e) Should have average Annual turnover of Rs. 266.33 lakhs, calculated as total certified

payments received for contracts in progress or completed during the past 3 years, i.e.,

starting from 1st April 2018.

f) The Bidder must demonstrate access to, or availability of, financial resources such as liquid

assets, unencumbered real assets, lines of credit, and other financial means, other than any

contractual advance payments to meet: Minimum cash-flow requirement: Rs. 79.90 lakhs

during the duration of Contract.

g) Work Experience:

A Civil contractor working for Assam Public Health Engineering Department [PHED],

Assam Water Supply and Sewerage Board [AUWSSB], Guwahati Municipal

Corporation [GMC], Guwahati Metropolitan Development Authority [GMDA], Assam

Public Works Department or any other Government Departments and having experience

in Laying & jointing of DI pipelines of at least 7.5 km between 1st April 2018 and Bid

submission deadline, for which the Bidder shall submit the credentials from the

Employer, Or

A Subcontractor, if he had worked under any Main Contractor for the ongoing

JICA/JnNURM/ADB funded Water Supply Projects for Guwahati and having

Experience in Laying & jointing of DI pipelines of at least 7.5 km between 1st April 2018

and Bid submission deadline, for which the Bidder shall submit the appropriate/required

proof, such as the Work order, Contract and Proof of payment given by the main

contractor.

3. Eligibility – Conflict of Interest: A Bidder (a) shall not have conflict of interest as defined in

the JICA‟s Procurement Guidelines; and (b) should not have been (i) temporarily suspended or

debarred by the World Bank Group in compliance with the Bank‟s Anti-Corruption Guidelines

and its Sanctions Framework; or (ii) blacklisted or suspended by Central or any State

Government Departments in India.

4. Clarifications & Amendments: If the Employer receives any request for clarification of this

Bid document, it will upload its response together with any amendment to this document, on the

www. gmdwsb.assam.gov.in for information of all Bidders.

5. Bid Prices:

a) The Bid shall be for construction of the whole works as described in the Bill of

Page 7: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 ITB 3

quantities, drawings and technical specifications.

b) All duties, taxes and other levies payable by the contractor under the contract shall be

included in the total price.

c) The rates quoted by the bidder shall be fixed for the duration of the contract and shall not

be subject to adjustment on any account.

d) The rates should be quoted in Indian Rupees only.

6. Preparation of Bid:

6.1 The Bidder is advised to visit the site of works at his own expense and obtain all information

that may be necessary for preparing the Bid.

6.2 Each Bidder shall submit only one Bid. Bidders shall not contact other Bidders on matters

relating to this Bid.

6.3 The Bid shall comprise two Parts, namely the Technical Bid and the Financial Bid. Both Parts

shall be submitted simultaneously.

6.4 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid as per Format given;

(b) Authorization: Power of Attorney of signatory of Bid;

(c) Letter of Intent or JV agreement, in case of a JV [ITB Clause 2.2 (b)];

(d) Copy of registration as the Civil Contractor with Assam PHED, Assam PWD,

AUWSSB, GMC or GMDA. [ITB Clause 2.2 (c)];

(e) Annual Turnover: Confirmation showing Annual Turnover in civil Engineering

construction works of similar nature in the last three financial years. [ITB Clause 2.2

(e)];

(f) Qualifications:

(i) Qualification information and supporting documents relating to similar nature of

works executed and payments received. [ITB Clause 2.1 (a) to 2.1 (d)];

(ii) Documents to support cash flow details [ITB Clause 2.2 (f)];

(iii) Documents to support the claim for Work Experience [ITB Clause 2.2 (g)];

(g) Complete address and contact details of the Bidder having the following information:

Name of the Bidder

Address for communication

Telephone No(s): Office Mobile No.

Facsimile (FAX) No.

Electronic Mail Identification (E‐mail ID)

(h) The Technical Bid shall not include any financial information related to the Bid price.

Where material financial information related to the Bid price is contained in the

Technical Bid, the Bid shall be declared non‐responsive.

6.5 The Financial Bid shall comprise the following:

(a) Letter of Financial Bid;

(b) Priced Bill of Quantities.

Page 8: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 ITB 4

6.6 Signing of Bid: The name and position held by the person signing the Bid and related

documents must be typed or printed below the signature.

6.7 Deadline for Submission of Bid: Bids must be submitted no later than the deadline for

submission of Bids viz. time 15.00 hours and date 05.07.2021. A Bidder may modify its

Bids any number of times, before the deadline for submission of Bids.

6.8 Validity of Bid: Bid shall remain valid for a period not less than 45 days after the

deadline date specified for submission.

7. Bid Submission:

The Technical Bid and Financial Bid shall be filled, signed and shall be placed in

separate envelopes, which shall bear the Bid Invitation Number and specify whether,

Technical Bid or Financial Bid.

Then, both the sealed envelopes shall be placed in a single bigger envelope, sealed and

shall bear the Bid Invitation Number.

Both inner and outer envelopes shall bear the Bidder‟s name and address.

8. Opening and Evaluation of Technical Bids: The „Technical Bids‟ will be opened on the

specified date and time, in presence of the Bidders‟ representatives, who choose to be

present.

The Financial Bids shall remain unopened, until the subsequent opening, following the

evaluation of the Technical Bids.

(a) The Employer shall examine the technical Bid to determine whether the Bid (i) has

been properly signed; (ii) meets the eligibility criteria; (iii) is substantially

responsive to the requirements of the Bid document; and (iv) meets the qualification

criteria specified in ITB Clause 2.

(b) Only the Bids that are both substantially responsive to the Bid requirement and meet

all Qualification Criteria shall qualify for opening of the Financial Bid.

(c) Employer shall notify in writing those Bidders who have failed to meet the

Qualification Criteria or whose Bids were considered non-responsive to the

requirements in the Bid document, advising them that their Technical Bid failed to

meet the requirements and that their Financial Bid shall not be opened and return

their Bid Security.

(d) Simultaneously Employer shall notify in writing those Bidders whose Technical

Bids have been evaluated as substantially responsive and meeting the Qualification

Criteria that their Bid has been evaluated as substantially responsive to the Bid

document and that their Financial Bid will be opened on the date and time to be

specified.

9. Opening and Evaluation of Financial Bids: The „Financial Bid‟ will be opened on the

specified date and time, in presence of the Bidders‟ representatives, who choose to be

present.

(a) The Employer shall examine and confirm that the Letter of Financial Bid and Priced

Bill of Quantities are in accordance with the requirements specified in the Bid

document. If any of these documents or information is missing, the offer shall be

rejected.

Page 9: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 ITB 5

(b) During the evaluation of Financial Bid, the substantial responsiveness of the Bids

will be further determined with respect to those Bid conditions that were not

examined in evaluation of Technical Bids.

(c) During the Evaluation of Price Bids, the Employer shall correct arithmetical errors

on the following basis:

(i) where there are errors between the total of the amounts given under the column

for the price breakdown and the amount given under the Total Price, the former

shall prevail and the latter will be corrected accordingly;

(ii) if there is an error in a total corresponding to the addition or subtraction of

subtotals, the subtotals shall prevail and the total shall be corrected; and

(iii) if there is a discrepancy between words and figures, the amount in words shall

prevail, unless the amount expressed in words is related to an arithmetic error,

in which case the amount in figures shall prevail subject to (i) and (ii) above.

(d) Bidders shall be requested to accept correction of arithmetical errors. Failure to

accept the correction shall result in the rejection of the Bid.

10. Confidentiality:

Information relating to the evaluation of Bids and recommendation of Contract award,

shall not be disclosed to Bidders or any other persons not officially concerned with such

process until information on Contract award is communicated to all Bidders.

Any attempt by a Bidder to influence the Employer in the evaluation of the Bids or

Contract award decisions may result in the rejection of its bid.

From the time of Bid opening to the time of Contract award, if any Bidder wishes to

contact the Employer on any matter related to the bidding process, it shall do so in

writing.

11. Award of contract

The Employer will award the contract to the Bidder, whose Bid has been determined to

be substantially responsive and who has offered the lowest evaluated Bid price and who

meets the specified qualification criteria.

11.1 Notwithstanding the above, the Employer reserves the right to accept or reject any Bids

and to cancel the bidding process and reject all Bids at any time prior to the award of

contract.

11.2 The Bidder whose Bid is accepted will be notified of the award of contract by the

Employer prior to expiration of the Bid validity period.

12. Performance Security:

(i) Performance Security will be 10% of the contract price. Within 7 days of receiving

letter of acceptance, the successful Bidder shall deliver to the Project Director, JICA

Assisted Guwahati Water Supply Project, Guwahati (Employer), the performance

security (either a Bank guarantee or a Bank draft in favour of the Employer) for an

amount equivalent of 2.50 % of the contract price and remaining 7.50% towards the

performance security will be deducted from each of the running bills;

The Performance Security shall be valid till 28 days after the completion of the works,

Page 10: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 ITB 6

Testing, Trial Run & Commissioning. Failure of the successful Bidder to furnish

performance security and to sign the agreement within the period stipulated shall

constitute sufficient grounds for annulment of award and debarring the Bidder from

participation in bidding for works by the Employer for a period of one year, in which

case the Employer may make the award to the next lowest evaluated bidder or seek

Bids afresh.

13. Period of Testing, Trial Run & Commissioning:

After execution of the works in all respect, the Contractor shall do testing, trial run of the

entire Distribution system network in the DMA for a period of 90 days. If required by the

Employer, the period may be extended at the rates quoted in the contract, as a variation.

During the above period of testing & trial run, the contractor will be responsible for

rectifying any defects in the works done by him; and for the rectification if any required

in the lines laid earlier by the previous contractor, the required material, labour and

equipment will be provided from the Day works or Provisional Sums in the Contract.

......................

Page 11: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 1

Bid Document for Contract Package No. 5E8

IFB No. GWSP/LB/5E8/2021-22/25 Date: 07.06.2021

Procurement of Works (Item rate) for Supply, Installation and

Commissioning of Employer furnished D.I Pipes for the Balance works

under the Distribution Network in the DMA: 5R11, 5R12 and Part of

Feeder Main of Ramsha Hill of South Central Zone..

Contract Package No. 5E8:

SECTION II: BIDDING FORMS -

TECHNICAL

Page 12: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 2

Letter of Technical Bid

Bidder must prepare the Letter of Technical Bid with its letterhead showing the Bidder’s name &

address.

Date: [insert date of Bid submission]

Loan Agreement No.: ID-P-201

IFB No.: GWSP/LB/5E8/2021-22/25 Date: 07.06.2021

To

The Project Director,

Project Implementation Unit,

JICA Assisted GWSP,

1st Floor, Tripti Tower, Ganeshguri,

Guwahati-781 005

Name of work: Contract Package No. Pkg. 5E8- Procurement of Works (Item rate) for Supply,

Installation and Commissioning of Employer furnished D.I Pipes for the Balance

works under the Distribution Network in the DMA: 5R11 , 5R12 and Part of

Feeder Main of Ramsha Hill of South Central Zone..

Sir,

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including addenda

issued.

[Insert the number and issuing date of each addendum];

(b) We, meet the eligibility requirements of the Tender and We, have no conflict of interest.

(c) We are not participating in more than one Bid in this bidding process, and we have not

been temporarily suspended or debarred by the World Bank or blacklisted or suspended the

Central or any State Government;

(d) We have no conflict of interest in accordance with ITB 3;

(e) We have experience and financial capabilities and hence, we are capable and offer to

execute in conformity with the Bidding Documents the following Works:

Procurement of Works (Item rate) for Supply, Installation and Commissioning of Employer

furnished D.I Pipes for the Balance works under the Distribution Network in the DMA:

5R11 , 5R12 and Part of Feeder Main of Ramsha Hill of South Central Zone..

(f) Our Bid shall be valid for a period of forty five (45) days from the date fixed for the Bid

submission deadline in accordance with the Bidding Documents, and it shall remain

binding upon us and may be accepted at any time before the expiration of that period;

(g) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the

Bidding Documents;

(h) We understand that this Bid, together with your written acceptance thereof included in your

Letter of Acceptance, shall constitute a binding contract between us, until a formal contract

is prepared and executed;

(i) We understand that you are not bound to accept the lowest evaluated Bid or any other bid

Page 13: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 3

that you may receive; and

(j) We hereby certify that we have taken steps to ensure that no person acting for us or on our

behalf will engage in any type of fraud, corrupt, collusive, coercive, or obstructive

practices; and will be strictly observe the laws against fraud and corruption in force in

India, namely, “Prevention of Corruption Act 1988”

Name of the Bidder: [insert complete name of person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder*[insert complete

name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are

shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with

Bid.

Page 14: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 4

QUALIFICATION INFORMATION

1) IFB No.: GWSP/LB/5E8/2021-22/25 Date: 07.06.2021

2) Name & Address of the Bidder:

Single Entity or In case of

JV, lead partner In case of JV, partner

Bidder's legal name:

Bidder's actual or intended year of

incorporation:

Bidder's legal address: [insert

street/ number/ town or city]

Bidder's authorized

representative information

Name

Address:

Telephone/Fax numbers:

E-mail address:

Attach copies of original documents of:

Articles of Incorporation (or equivalent documents of constitution or association), and/or documents

of registration of the legal entity named above.

[In case the Bidder is a Joint Venture [JV], all the details below shall be furnished

individually]

1 For Individual Bidders

1.1 Principal place of business: _________________________________________

Power of attorney of signatory of Bid. [Attach copy]

1.2 Registered Civil Contractor with Assam PHED/ Assam PWD/ AUWSSB/ GMC/GMDA:

[Attach copy]

1.3. Average Annual Turnover during the past 3 years [Bid requirement: Should have

Minimum average Annual turnover of Rs. 266.33 lakhs, calculated as total certified

payments received for contracts in progress or completed during the past 3 years, i.e. from

1st April 2018.

Total value of Civil Engineering Construction work performed in the last Three years (in

Rs. Lakhs).To support your claim also submit the Audited Balance Sheets and

Auditor/Charted Accountant's certificate.

Page 15: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 5

Financial Year Annual Turnover- Rs. In Lakhs

Single Entity

2018-19

2019-20

2020-21

Average Annual

Turnover

1.4. Work performed as a prime contractor or sub-contractor, between 1st April 2018 and Bid

submission deadline:

Project

Name

Name of

Employer

Description

of work

Prime

contractor or

Sub-

contractor

Contract No.

& Date and

Value of

contract (Rs.

Lakhs)

Stipulated

period of

completion

Actual date

of

completion*

Reasons for

delay and

Work

completed

* Enclose a certificate from the Engineer concerned for completion. If the Bidder is a

Subcontractor, the Bidder shall submit the appropriate/required proof, such as the Work order,

Contract and Proof of payment given by the main contractor.

1.5. Existing Commitments:

Description of

Work

Contract No. &

Date and Value

of Contract (Rs.

Lakhs)

Name of

Employer

Stipulated

period of

completion

Value of works

remaining to be

completed (Rs.

Lakhs)

Anticipated date

of completion

1.6. Should have satisfactorily executed as a prime contractor or sub-contractor, at least one

similar work of value not less than Rs. 79.90 lakhs between 1st April 2018 and Bid

submission deadline;

Page 16: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 6

Project

Name

Name of

Employer

Description

of work

Prime

contractor or

Sub- contractor

Contract No. &

Date

Value of

contract (Rs.

Lakhs)

Stipulated

period of

completion

Actual date of

completion*

*Enclose a certificate from the Engineer concerned for completion. If the Bidder is a

Subcontractor, the Bidder shall submit the appropriate/required proof, such as the Work order,

Contract and Proof of payment given by the main contractor.

1.7. Work Experience:

A Civil contractor working for Assam Public Health Engineering Department [PHED],

Assam Water Supply and Sewerage Board [AUWSSB], Guwahati Municipal Corporation

[GMC], Guwahati Metropolitan Development Authority [GMDA], Assam Public Works

Department or any other Government Departments and having experience between

1st April 2018 and Bid submission deadline, in Laying & jointing of DI pipelines of at least

7.5 km, for which the Bidder shall submit the credentials from the Employer, or

A Subcontractor, if he had worked under any Main Contractor for the ongoing

JICA/JnNURM/ADB funded Water Supply Projects for Guwahati and having Experience

in Laying & jointing of DI pipelines of at least 7.5 km between 1st April 2018 and Bid

submission deadline, for which the Bidder shall submit the appropriate/required proof,

such as the Work order, Contract and Proof of payment given by the main contractor.

Project

Name

Name of

Employer

Description of

work -

Diameter &

Length of DI

Pipes

Prime

contractor or

Sub-

contractor

Contract No. &

Date

Value of

Contract (Rs.

Lakhs)

Stipulated

period of

completion

Actual date of

completion*

* Enclose a certificate from the Engineer concerned for completion. If the Bidder is a

Subcontractor, the Bidder shall submit the appropriate/required proof, such as the Work order,

Contract and Proof of payment given by the main contractor.

1.8. Minimum cash-flow: Demonstrate that you have access to, or availability of, financial

resources such as liquid assets, unencumbered real assets, lines of credit, and other

financial means, other than any contractual advance payments to meet: Rs. Lakhs.

[Minimum cash-flow requirement: Rs. 79.90 lakhs].

To support your claim also submit the Banker‟s letter and other documents certified by

the Company Auditor/ Charted Accountant.

Page 17: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFT - 7

Evidence of access to financial resources to meet the requirements of working capital:

cash in hand, lines of credit, etc. List them below and attach copies of support documents.

Name, address, and telephone, telex, and fax numbers of the Bidders‟ bankers who may

provide references if contacted by the Employer.

1.9. Information on litigation history in which the Bidder is involved.

Name of the

work

Agreement

number/date

Name &

address of

Employer

Contract

Value in Rs.

Cause of

dispute

Amount

Disputed

Remarks

showing

present status

Signature of the Bidder

Page 18: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFF - 1

Bid Document for Contract Package No. 5E8

IFB No.: GWSP/LB/5E8/2021-22/25 Date: 07.06.2021

Contract Package No. 5E8:

Procurement of Works (Item rate) for Supply, Installation and Commissioning

of Employer furnished D.I Pipes for the Balance works under the Distribution

Network in the DMA: 5R11, 5R12 and Part of Feeder Main of Ramsha Hill of

South Central Zone..

SECTION III: BIDDING FORMS -

FINANCIAL

Page 19: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFF - 2

Letter of Financial Bid

Date: [insert date of Bid submission]

Loan Agreement No.: ID-P-201

IFB No.: GWSP/LB/5E8/2021-22/25 Date: 07.06.2021

To

The Project Director,

Project Implementation Unit,

JICA Assisted GWSP,

1st Floor Tripti Tower, Ganeshguri

Guwahati – 781 005

Name of work: Contract Package No. 5E8- Procurement of Works (Item rate) for Supply,

Installation and Commissioning of Employer furnished D.I Pipes for the Balance

works under the Distribution Network in the DMA: 5R11 , 5R12 and Part of Feeder

Main of Ramsha Hill of South Central Zone.

Sir,

We, the undersigned, hereby submit the Financial Bid including the Priced Bill of Quantities. In

submitting our Financial Part we make the following additional declarations:

1) Validity: Our Bid shall be valid for the period of 45 days from the deadline fixed for the

Quotation submission;

2) We have examined the Instructions to Bidders, Scope of Works, Specifications, Drawings,

Schedules, Conditions of Contract, Contract forms, Site Conditions and the attached Appendices

and Addenda Nos. for the above-named Contract.

3) We have understood and checked these documents and have ascertained that they contain no

errors or other defects except as identified in our Tender. We accordingly offer to execute and

complete the Works and to do testing, trial run and commission the facility for the period and in

conformity with the terms and conditions contained in the Contract is for the total amount of:

Rs._____________________________________ [in figures]

Rs.____________________________________________________________________[in

words];

Yours faithfully,

Authorized Signature

Name & Title of Signatory In the capacity of [insert legal capacity of person signing the Letter of Quotation] Name of Bidder

Address

Dated on day of , [insert date of signing]

The Bidder must prepare the Letter of Financial Bid on its letterhead clearly showing the Bidder’s

complete name and address.

Page 20: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFF - 3

PREAMBLE TO PRICE SCHEDULE

Bill of Quantities for Procurement of Works (Item rate) for Supply, Installation and

Commissioning of Employer furnished D.I Pipes for the Balance works under the Distribution

Network in the DMA: 5R11 , 5R12 and Part of Feeder Main of Ramsha Hill of South Central

Zone. under the Contract Package No. 5E8

1. This Contract is for Installation & Commissioning of Employer furnished D.I Pipes for the

balance works under the Distribution Network, installation of valves & construction of

chambers, hydro testing the laid pipeline, road restoration, wherever necessary, etc., The DI

Pipes and available Valves & DI fittings will be provided by the Employer and the balance

requirement of Valves & DI fittings are to be procured and supplied by the Contractor.

2. The Bill of quantities shall be read in conjunction with the Scope of Works, Technical

Specifications, Conditions of contract and Drawings.

3. The Bidder is advised to examine all instructions, terms, specifications and other information in

the Bid documents and consider and evaluate fully the price implications therein contained

before filling the contract amount.

4. The Bidder should acquaint himself with the site conditions including the access to Work site.

5. There are, however, several minor items not specifically mentioned in the break-up (BOQ

items), but shall be required to complete the job as per scope and specification of works

stipulated in the tender document. The cost of such items shall deem to be distributed among

the rates and prices entered for the related items.

6. The quoted rates in the Bill of Quantities shall, except insofar as it is otherwise provided under

the Contract, include all Construction, labour, supervision, materials, erection, maintenance ,

insurance, profit, taxes and duties together with all general risks, liabilities and obligations set

out or implied in the contract.

7. It shall be deemed that Bidder has included likely expenditure in his quoted price i.e., provision

for field investigations, site clearance and final removal of all temporary works of whatsoever

nature required for construction including, dewatering and availability of material of required

quality etc., for the proper execution of works. The rates shall also be deemed to include any

works and setting out that may be required to be carried out for all the works involved.

8. However, while hydro testing and trial run of the already laid pipelines, if any defects are

noticed, cost of its rectification will be paid from either Day works or Provisional sum.

9. A rate shall be entered against each item in the Bill of Quantities, whether quantities are stated

or not. The cost of items against which the contractor has failed to enter a rate shall be deemed

to be covered under other rates and prices entered in the Bill of Quantities.

10. The quantities given in the Bill of Quantities are estimated and provisional and are given to

provide a common basis for bidding. The basis of payment will be the actual quantities of work

ordered and carried out, as measured by the Engineer (accepted by contractor) and valued at the

rates and prices quoted in the priced bill of quantities.

11. All costs associated with testing, commissioning, inspection (except the Pre-delivery Inspection

at the manufacturers' works by a Third Party) shall be deemed to be included in the items for

the works, supply and installation.

12. The pipes, specials, fittings and valves shall be inspected by a Third Party Inspection Agency to

Page 21: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 BFF - 4

be nominated by the Employer, at the manufacturers‟ premises. The inspection charges of the

Third Party Testing Agency at the rates fixed by the Employer shall be initially paid by the

Contractor, which will be reimbursed to the Contractor by the Employer, from out of the

provisional sum.

13. The available DI Pipes & fittings and valves will be supplied by the Employer and the Bidders‟

scope is limited to installation only. The balance quantities of materials to be supplied by the

Bidder are included in this Bill of Quantities.

14. The rates entered by the Bidder under the “Rate” and “Amount” columns in the Price Schedule,

shall be the Bidder‟s estimated rates for the item, inclusive of taxes and duties. The amount

quoted by the Bidder including the taxes and duties will be considered for evaluation.

15. Incomplete Bids shall be summarily rejected.

Page 22: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

1 EARTHWORK

1.1 Earth work for excavation of foundations, pipe trenches, valve chambers, thrust blocks, etc. in all kinds of ordinary soils such as murum, sand, sandy silt, clay, kankar etc. or in combination. Excavation shall include the removal of WBM roadway surfaces, brick surfacing, including dressing, compaction of the bottoms of the excavation, shoring and strutting wherever required, dewatering whenever required, removal of the excavated soil, stockpiling and disposal of surplus excavated soil off-site as directed by the Employer's Representative.

(a) 0 to 1.5 m from GL m3 5,577.62

1.2 Earth work for excavation of foundations, pipe trenches, valve chambers, thrust blocks, etc. in all kinds of ordinary rock, Excavation shall include the removal of asphalt and concrete road surfacing, including dressing, compaction of the bottoms, shoring and strutting wherever required, dewatering whenever required, removal of the excavated rock, stockpiling and disposal of surplus excavated rock off-site as directed by the Employer's Representative.

(a) 0 to 1.5 m from GL m3 5,019.85

1.3

Earth work for excavation of foundations, pipe trenches, valve chambers, thrust blocks, etc. in all kinds of hard rock (blasting prohibited), Excavation shall include dressing, compaction of the bottoms, shoring and strutting wherever required, dewatering whenever required, removal of the excavated rock, stockpiling and disposal of surplus excavated rock off-site as directed by the Employer's Representative.

(a) 0 to 1.5 m from GL m3 557.76

Page 23: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

1.4 Backfilling of pipe trenches, foundations, etc. with approved graded excavated soil (select granular material), excluding rock, including placing in layers not exceeding 20 cm in depth each, and compacting each layer, complete as per the specification and as directed by the Employer's Representative.

m3 4,462.09

1.5 Providing and backfilling excavated pipeline trench with crusher dust including watering, ramming, consolidating using portable vibratory compactor and dressing complete as per drawing, specifications around pipe and as well as above pipe and as per the instructions of the Employer's representative .

m3 5,577.62

Subtotal Item No. 1

2 PIPELINES, SPECIALS AND APPURTENANCES

2.1 Supplying spirally welded MS pipe with internal lining and external coating as per the specification of the following internal diameters and wall thicknesses. The rate shall include third party inspection, transportation, freight charges, loading, unloading and stacking at the project site, with the cost of all labor, material, taxes and duties.

(a) 100 mm ID 5 mm thick (for Nalla, River etc., Crossing) m 30.00

(b) 150 mm ID 5 mm thick (for Nalla, River etc., Crossing) m 30.00

(c) 200 mm ID 5 mm thick (for Nalla, River etc., Crossing) m 20.00

(d) 700 mm ID 20 mm thick (for Jack Push-Railway Crossing) m 38.00

Page 24: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

2.2 Supplying all types of MS Specials plain ended, socket ended and flanged as required with internal lining and external coating as per the specification, such as bends, tees, tapers, spool pieces, blind flanges, pieces for pipe connection, valve connections, dismantling joints, anchor bolts, straps, air vent pipe, etc. of different diameters, manufactured from Fe 410 grade steel. This item includes loading, transportation to the project site, unloading and stacking, etc. complete with cost of third party inspection, material, labor, taxes and duties.

MT 0.20

2.3 Handling, aligning, laying and jointing MS pipes and specials to correct line and level in trenches. The item includes transportation of pipes and specials from the store yard to the project site, stacking of pipe as per BIS requirements, loading, unloading, hoisting, lowering, marginal cutting and grinding wherever necessary, assembling, jointing, providing temporary supports, lining and coating at joints etc. for pipe of the following diameters and thicknesses. The rate also shall include radiography of field joints, field testing, etc. as specified and shown on the drawings and specification.

(a) 100 mm ID 5 mm thick (for Nalla, River etc., Crossing) m 30.00

(b) 150 mm ID 5 mm thick (for Nalla, River etc., Crossing) m 30.00

(c) 200 mm ID 5 mm thick (for Nalla, River etc., Crossing) m 20.00

2.4 Supplying Dl Specials and fittings with plain, double socket, socket & flanged and double flanged end connections as required, with lining and coating as per the specification, and IS 9523 with EPDM rubber gaskets as per IS 5382 as required for successful completion of the work. This item includes third party inspection, transportation, freight, loading and unloading, stacking etc. all complete for various sizes of Dl specials and fittings as noted with the following end connections.

Page 25: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

(a) Tee's, Socket, collar, tail pieces, flanged tapers, socketed tapers, flanged spigot short pipes, flanged socket short piece, all bends, end caps, barrel piece, dismantling joints etc. required for suitable completion of the works.

MT 12.00

2.5 Handling, aligning, laying and jointing of Employer furnished K-9 Dl pipe to other pipe and to Contractor furnished fittings and specials, with EPDM rubber O-rings (as per IS 5382) and flange gaskets (as per IS 12288) and the specifications. This item includes transportation of pipes, specials and fittings from the store yard to the project site, stacking of pipe and fittings as per BIS requirements, loading, unloading, hoisting, lowering, marginal cutting and grinding wherever necessary, assembling, jointing, providing temporary supports etc., all complete with approved equipment, for pipe of the following diameters.

(a) 100mm ID Dl - K9 pipe m 6,040.00

(b) 150 mm ID Dl - K9 pipe m 790.40

(c) 200 mm ID Dl - K9 pipe m 635.00

(d) 250 mm ID Dl - K9 pipe m 813.20

(e) 300 mm ID Dl - K9 pipe m 1,470.29

(f) 400 mm ID Dl - K9 pipe m 166.65

Subtotal Item No. 2

3 PIPE JACKING

3.1 Pipe jack for National Highway/Railway crossing with Jacking and Pushing method. The item include pushing jointing following diameter MS pipe of required length, construction of Receiving and Jacking pit with suitable shoring and strutting (if required), including installation of jacking platform, thrust resistant arrangement of required capacity including, hydraulic jacking with required accessories, required excavation inside the jacking pipe and disposal the same, etc. all complete as per drawing, specification and as directed.

(a) Jacking and pushing of 700 mm ID 20 mm thick MS pipe m 38.00

Page 26: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

3.2 Supplying of HDPE pipe including all specials confirming to IS 4984 and the specifications, including third party inspection, all taxes and duties, transportation, freight charges, loading and unloading, conveyance to the project site and stacking with cost of all labor and material for following pipe diameters

(a) 400 mm OD HDPE PE-100 PN16 (Railway Crossing) m 46.00

3.3 Handling, aligning, laying and Jointing of HDPE (PE80) pipes with specials by butt welding / spigot joints confirming to IS and specifications for pipes of following diameters.

(a) 400 mm OD HDPE PE-100 PN16 (Railway Crossing) m 46.00

Subtotal Item No. 3

4 VALVES AND APPURTENANCES

4.1 Supplying of following diameters Cast iron double flanged ends Sluice valve as per IS 14864 with end cap and all accessories required for fixing and jointing, and shall include anti-corrosive painting etc. all complete. The rate shall include all local and central taxes, third party inspection, transportation, freight charges, loading and unloading, conveyance to store yard and stacking the same, with cost of all labour and material. The item shall be as per specification, drawing and as directed.

(a) 100 mm dia PN 1.6 Nos. 204.00

(b) 150 mm dia PN I.6 Nos. 9.00

(c) 200 mm dia PN I.6 Nos. 2.00

(d) 250 mm dia PN 1.6 Nos. 5.00

(e) 300 mm dia PN 1.6 Nos. 2.00

Page 27: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

4.2 Handling, aligning and installing in true to line and level cast iron PN 1.6 rated double flanged Sluice Valves (IS 14864) of the following diameters. This item includes transportation of valves and accessories from the store yard to the project site, loading, unloading, hoisting, lowering, assembling and jointing including the cost of all jointing materials such as rubber gaskets, nuts, bolts, etc., and providing temporary supports, as per the specifications and drawings.

(a) 100 mm dia Nos. 204.00

(b) 150 mm dia Nos. 9.00

(c) 200 mm dia Nos. 2.00

(d) 250 mm dia Nos. 5.00

(e) 300 mm dia Nos. 2.00

4.3

Supply & installation of Electromagnetic Flow Meter, manufacturer should have ISO 9001:2008 certification and flow meter testing confirming to ISO 17025; Flow meter tube: SS304; Flanges: carbon steel as per DIN PN10 or higher rating as per requirement; Liner hard rubber or PTFE suitable for drinking water application; Grounding: Grounding rings SS 304 / Grounding electrodes of material SS316: coil housing and junction box: SS304 / Die cast aluminum / carbon steel with anticorrosive epoxy coating of minimum thickness 150 microns /equivalent as per EN ISO-12944 standard (as per site condition); Ingress protection: IP68 for sensor and IP67 for Transmitters; Flow transmitter accuracy; +/-0.5% of the measured value for velocities 0.5 m/sec or above; Display: Digital LCD / LED (Back lit LCD / LED) Display, Instantaneous flow, Bi-directional flow and totalized flow; Cable between flow head and Transmitter: maximum 25 m including PVC conduit; Surge arrester: To be provided; Power supply & output: 230 V AC or 24 V DC as applicable to site condition & 4-20 mA HART; Compatible to SCADA / WEB Based data

Page 28: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

acquisition system; Flow meter test lab certification should be provided from NABL approved lab / FCRI; Excluding all taxes with 5 years warranty (Make: M/s. Krohne Marshal / Endress+Hauser / Yokogawa / Siemens / Emerson / ABB / or equivalent make) Including required fittings complete as directed by the employers representative.

(a) 200mm dia Nos. 2.00

4.4

Supplying of following diameters Pressure Reducing valve with double flanged ends and shall including anti-corrosive painting etc. all complete. The rate shall include all local and central taxes, third party inspection, transportation, freight charges, loading and unloading, conveyance to store yard and stacking the same, with cost of all labour, and material. The item shall be as per specification, drawing and as directed.

(a) 200 mm dia PN1.6 Nos. 2.00

4.5

Handling, aligning, and fixing in true to line and level following diameters Pressure Reducing valve double flanged ends. The item includes transportation of valves and accessories from store yard to site, loading, unloading, hoisting, lowering, grinding wherever necessary, assembling and jointing, including cost of jointing materials such as rubber packing, nuts bolts etc., providing temporary supports, all complete with approved equipment, for all leads and lifts. The item shall be as per specification, drawing and as directed.

(a) 200 mm dia PN1.6 Nos. 2.00

Subtotal Item No. 4

Page 29: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

5 VALVE CHAMBERS

5.1 Construction of RCC and Brick masonry chambers for valves, hydrants, flow meters etc. including cost of PCC and RCC work, cost of supply and bending and binding of steel with required shuttering, cost of brick work with plaster from inside and outside, precast slabs and supply and installation of SFRC frame and coves wherever required, including all the miscellaneous items of work, but excluding the supply and installation of pipes and specials, valves etc. The item shall be as per specification, drawing and as directed.

(a) Chamber for Sluice valve TYPE S1 Nos. 64.00

(b) Chamber for Sluice valve TYPE S2 Nos. 5.00

(c) Chamber for Wash out valve TYPE W1 Nos. 53.00

(f) Chamber for Wash out valve TYPE W2 Nos. 54.00

(g) Chamber for Pressure reducing valve, Flowmeter & Sluice Valve TYPE P2f

Nos. 2.00

Subtotal Item No. 5

6 ROAD RESTORATION

6.1 Reconstruction of WBM Roads

a) Providing and laying of Granular sub base (GSB), as per specification drawing and as directed m3 1,375.35

b) Providing, laying .spreading and compacting stone aggregates of specific sizes as per specification and drawing to water bound macadam including spreading in uniform thickness, hand packing, rolling with vibratory roller 8-10 tonnes in stages to proper grade and camber, applying and brooming requisite type of stone screenings & binding material, and completer as per specification drawing and as directed by Employer's Representative.

m3 2,005.16

Page 30: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

6.2 Reconstruction of Bituminous Asphalt Roads

a) Prime coat-Providing and applying prime coat with bitumen emulsion on prepared surface of granular base including clearing of road surface and spraying primer at the rate of 0.6kb/sqm using mechanical means including cost of testing of materials at site and laboratory as directed by the department.

m2 4,444.06

b) Providing and laying of Bituminous macadam (BM), as per specification drawing and as directed

m3 177.35

c) Providing and applying tack coat with bitumen emulsion using emulsion pressure distributor at the rate of 0.2kg/sqm on the prepared bituminous/granular surface cleaned with mechanical broom including cost of testing of materials at site and laboratory as directed by the department.

m2 4,444.06

d) Premix chip carpet-Providing, laying and rolling of close graded premix chip surfacing of 20 mm thickness composed of 11.2 mm to 0.09 mm (Type A) or 13.2 mm to 0.09 mm (Type B) aggregates either using penetration grade bitumen to required line, grade and level to serve as wearing coarse on previously prepared base including mixing in a suitable plant laying , rolling with smooth wheeled roller 8 -10 Tonne capacity to the required level and grade including carriage of materials up to 10km initial lead from the mixing plant and including cost of testing of materials at site and laboratory as directed by the department.

m2 4,444.06

6.3 Reconstruction of Concrete Road ( M-20)

a) Providing, placing and finishing Cement Concrete roads to match the Existing Roadway

m3 636.42

6.4 Reconstruction of Paver Blocks (ICBP) roads

a) Providing and laying of Interlocking Concrete Block Pavement (ICBP) having thickness 80mm as per IS 15658-2006 (Compressive Strength 47.20N/mm2), all complete, as per specification and drawings.

m2 166.65

Page 31: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

b) Removal/dismantling of existing Interlocking Paver Block pavement using manual/ mechanical means and stacking properly on the road side, without, affecting the traffic and Relaying including all required material after work completion during road restoration and Providing the wastage and loss quantity from the PWD approved vendors, all complete, as per specification and drawings.

m2 3,006.15

6.5 THRUST BLOCK

a)

Providing and placing Plain Cement Concrete (PCC) of M20 grades for thrust blocks, anchor blocks, floatation blocks, etc. with 20-40mm stone aggregate (crusher broken) including finishing the surface, shuttering and staging, curing etc. as per the specifications and drawings and as directed by the Employer's Representative.

m3 80.00

b)

Providing and placing Reinforced Cement Concrete (RCC) of M20 grades with 10-20 mm stone aggregate (crusher broken) including shuttering and staging, curing etc. as per the specifications and drawings and as directed by the Employer's Representative.

m3 40.00

Subtotal Item No. 6

7 TESTING, TRIAL RUNS AND COMMISSIONING

7.1 Hydraulic testing of the distribution system piping of the following diameters in segments at the required test pressures. This item includes the costs of water, labor, pumping, etc. all complete, as per the specifications and as directed by the Employer's Representative.

(a) Above 100 mm - 200 mm internal diameter km 7.47

(b) Above 200 mm - 300 mm internal diameter km 2.28

(c) Above 300 mm - 500 mm internal diameter km 0.17

7.2 Disinfecting pipeline including flushing complete as per specification.

Km 26.76

Page 32: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

7.3 Trial Runs and Commissioning including the cost of labour, electricity, etc., all complete as per specification and as directed by the Employer's Representative.

km 26.76

Subtotal Item No. 7

Sub Total (1-7)

8 Day work - Labor

8.01 Skilled Labor Man day 170.00

8.02 Unskilled Labor Man day 290.00

8.03 Mason Man day 45.00

8.04 Pipe layer / Fitter Man day 50.00

8.05 Welder Man day 20.00

Subtotal Item No. 8

9 Day work - Material

9.01 Cement - ordinary Portland type (43 Grade) in 50 kg bags bag 120.00

9.02 Provide Fe 415 steel reinforcing bars up to 20 mm diameter as per the specification kg 1,100.00

9.03 Fine aggregate for concrete as per the specification m3 80.00

9.04 Coarse aggregate for concrete as per the specification m3 160.00

9.05 First class bricks as per the specification No. 1,100.00

9.06 Primer paint as per the specification liter 6.00

9.07 Epoxy paint as per the specification liter 6.00

9.08 Welding rods pack 14.00

Subtotal Item No. 9

10 Day work - Equipment

10.01 Dump Truck (min capacity 4 m3) day 50.00

10.02 Water tank truck ( min capacity 11,000 liters) day 30.00

10.03 Mobile crane ( up to 10 ton capacity) day 25.00

10.04 Wheeled bucket excavator (min capacity 0.45 m3) day 42.00

10.05 Compressor (at least 3.2 m3/minute capacity) day 58.00

Page 33: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP: Package 5E8

Item

No. Description Units Qty.

Rate - Rs. Amount - Rs.

Basic Taxes Basic Taxes Total

10.06 Generator (at least 15 kw capacity) day 58.00

10.07 Dewatering Pump (at least 60 m3/hour capacity and 100 mm diameter discharge) with piping and valvinq day 50.00

10.08 Concrete Mixer (at least 0.25 m3 capacity ) day 16.00

10.09 Portable vibratory plate or ramming compactor day 20.00

Subtotal Item No. 10

11 Provisional Sum - For each Provisional Sum, the Engineer may instruct: Supply of DI Pipes, Fittings, Specials, Valves required for the pipe network laid by the previous contractor for rectification during the hydro testing and trial run, Third Party Inspection fee, etc.

LS 500,000.00

500,000.00

Subtotal Item No. 11

Sub Total (1-10)

Grand Total (1-11)

Page 34: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 1 JICA assisted GWSP – Package: 5E8

Section IV: Employer Requirements Project Brief and

Scope of Works

Project Background

The Guwahati Metropolitan Area has been divided into four distribution zones for water supply,

namely (1) South East, (2) South Central, (3) South West, all located south of the Brahmaputra River

and (4) North Guwahati on the northern bank of the Brahmaputra River.

At present, there are three agencies which provide water supply in the City of Guwahati, namely the

Guwahati Municipal Corporation, Public Health and Engineering Department (PHED), and Assam

Urban Water Supply & Sewerage Board (AUWSSB). Of the three agencies the GMC covers about

30% of the population in this city. Most of the water treatment and supply facilities have outlived

their lives as a result of a budget deficiency for repair or replacement.

The Master Plan for the Guwahati Metropolitan Area 2025 sets the target of “100% houses will be

supplied with piped filtered water by the year 2025”. The on-going water supply project for the South

West Zone is being taken up under Jawaharlal Nehru National Urban Renewal Mission (JnNURM)

funding. The water supply for South East Zone is being planned under the Asian Development Bank‟s

(ADB‟s) assistance.

The water supply zones under the Japanese International Cooperation Agency (JICA) funding for this

Contract (ID-P 201) are the South Central and North Zones. The South Central Zone is the center of

the city with the highest population among the four zones. This project will receive a loan assistance

of 29,453 million Japanese Yen. The loan will fund civil works for constructing water supply

facilities, procurement of machinery and equipment, and consulting services.

This Guwahati Water Supply Project (GWSP) aims to construct water treatment, conveyance and

storage facilities in the South Central and Northern parts of the city to activate a potable water supply

system with 100% coverage of the citizens within the above areas and thus leading to upgrading the

citizen‟s living standard.

Project Objectives

This project intends to improve living conditions in the rapidly growing Guwahati area, by providing

new water supply facilities.

The main objective of Japanese loan assistance is to support India in establishing physical

infrastructure to boost and sustain economic growth. At the same time, Japanese assistance seeks to

support India‟s efforts to alleviate poverty. In keeping with these goals, the loan package strategically

covers this water supply project.

Project Description

The Guwahati Water Supply Project, (JICA Loan No.ID-P 201) has been structured to progressively

develop the water supply facilities in a phased manner in order to meet the ever increasing water

demands of the South Central and North Zones. The GWSP has been planned to be implemented in

two (2) phases. Phase 1 will be designed to accommodate the projected year 2025 water demands and

Phase 2 the projected year 2040 water demands. The transmission and distribution piping works under

Phase I will be implemented to accommodate the demand of Phase 2.

Works under Contract Package C-1 and C-03 include: Intake, Water Treatment Plant and Clear Water

Reservoir cum Pumping Station for North zone and South Central zone respectively.

Page 35: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 2 JICA assisted GWSP – Package: 5E8

Works under the Contract Package (C-04) for the South Central Zone facilities include: the

construction of a main and seven service reservoirs, service buildings with booster chlorination

facilities at all of the reservoir sites, the construction of booster pump stations, the supply and

installation of MS and DI transmission mains etc.

Distribution networks installation works are included under Contract Packages: 2, 5, 6 & 7

The DI pipes to be installed under these Contracts (C- 02, 05, 06, 07) will be supplied by the PIU.

Location of the present work and Distribution Zone under the Scope

District Metered Area (DMA): 5R11, 5R12 and Part of Feeder Main are in Ramsahill reservoir area,

wherein many gaps have been left out in the distribution system by the previous Contractor, including

fixing of valves, construction of chambers and hydro testing, trial run and commissioning. Now, it is

being intended to complete the remaining works in DMA 5R11, 5R12 and Part of Feeder Main in

view of commissioning of the Project.

Accordingly, left out works under DMA: 5R11, 5R12 and Part of Feeder Main have been grouped in

to one Contract Package named as 5E8 under Ramsahill of South - Central Zone for execution.

Distribution system of DMA: 5R11, 5R12 and Part of Feeder Main under the command of Ramsahill

Distribution reservoir of the Guwahati Water Supply Project are on the southern side of the

Brahmaputra River in South-Central Guwahati and covers areas like Ramsahill and the surrounding

hill area.

Scope of Works

This is a single–point responsibility Item rate type Contract for the supply of remaining DI specials &

fittings including Air valves and 5E8 of Ramsahill of South –Central Zone. Supply of DI K9 pipes

and gaskets and the available fittings, specials, valves shall be supplied by the employer. All other

procurements including the balance requirement of fittings, specials, valves are included under this

Contact, Package 5E8.

Works under DMA 5R11, 5R12 & Part of Feeder Main of Ramsahill:

These DMA includes the Distribution network of 26.76 km length of DI & MS Pipes. Out of this,

pipes have been laid by the previous Contractor for 16.77 km length, leaving gaps, which require

laying of DI Pipes for 9.99 km length, installation of valves & construction of chambers, hydro testing

of the laid pipeline [including left out length to be laid by the previous contractor], road restoration,

wherever necessary, etc.,

Pipes to be laid for the Gap works:

Details of the diameter wise length of the pipes proposed in the network are as given below.

Sl. No Material & Diameter (ID) Unit Length in

DMA 5R11

Length in

DMA 5R12

Length in

FM-

Ramsahill

Total length in

Pkg. 5E8

1 100 mm ID Dl - K9 pipe m 3092.00 2948.00 6040.00

2 150 mm ID Dl - K9 pipe m 0 790.40 790.40

3 200 mm ID Dl - K9 pipe m 406.00 229.00 635.00

4 250 mm ID Dl - K9 pipe m 31.00 391.10 391.10 813.20

Page 36: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 3 JICA assisted GWSP – Package: 5E8

Sl. No Material & Diameter (ID) Unit Length in

DMA 5R11

Length in

DMA 5R12

Length in

FM-

Ramsahill

Total length in

Pkg. 5E8

5 300 mm ID Dl - K9 pipe m 1470.29 1470.29

6 400 mm ID Dl - K9 pipe m 166.65 166.65

7 100 mm ID MS pipe m 30.00 30.00

8 150 mm ID MS pipe m 30.00 30.00

9 200 mm ID MS pipe m 20.00 20.00

Total 3529.00 4438.5 2028.04 9995.54

Installation of Valves:

Sluice valves:

Sl. No Diameter (ID) & Rating Unit Qty in

DMA 5R11

Qty in

DMA 5R12

Qty in FM-

Ramsahill

Total Qty in

Pkg. 5E8

1 100 mm - PN1.6 Nos. 107 94 3 204

2 150 mm – PN 1.6 Nos. 4 5 - 9

3 200 mm - PN1.6 Nos. 1 1 - 2

4 250 mm –PN 1.6 Nos. 1 3 1 5

5 300 mm –PN 1.6 Nos 2 2

Total 113 103 6 222

Valve Chambers

According to the standard drawings for various types of valves, the type of chambers to be

constructed shall be as specified below.

Sl.

No Type of Chambers Unit

Qty in DMA

5R11

Qty in DMA

5R12

Qty in FM-

Ramsahill

Total Qty in

Pkg. 5E8

1 Chamber for Sluice valve TYPE S1 Nos. 36 28 0 64

2 Chamber for Sluice valve TYPE S2 Nos. 0 2 3 5

3 Chamber for Wash out valve TYPE

W1 Nos. 23 27 3 53

4 Chamber for Wash out valve TYPE

W2 Nos. 27 27 0 54

5 Chamber for Air valve TYPE A1 Nos. 0 0

6 Chamber for Pressure reducing

valve, Flowmeter & Sluice Valve

TYPE P2f

Nos. 1 1 0 2

Total Nos 87 85 6 178

Page 37: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 4 JICA assisted GWSP – Package: 5E8

Hydro Testing

Hydraulic testing of the pipeline shall be carried out in sections as specified in Technical

specifications

Sl. No Descriptions Unit

Length in

DMA 5R11

Length in

DMA 5R12

Length in

FM-

Ramsahill

Total length

in Pkg. 5E8

1 100 mm - 200mm ID km 3.5 3.97 0 7.47

2 Above 200 mm - 300 mm ID km 0.03 0.39 1.86 2.28

3 Above 300 mm - 500 mm ID 0.17 0.17

Total km 3.53 4.36 2.03 9.92

Disinfecting pipeline including flushing and Trail run in Distribution pipe line complete

Sl. No Descriptions Unit

Length in

DMA 5R11

Length in

DMA 5R12

Length in

FM-

Ramsahill

Total length

in Pkg. 5E8

1 Total km 10.442 14.291 2.03 26.76

It is the intent of the Employer to have a project constructed which utilizes the highest standards for

construction and supply of plant and equipment to enable a sustained, reliable system for performance

over the next 50 years.

The Employer has performed a water supply network design and detailed designs of the system

components. The basic alignments of the proposed pipelines have been shown on the drawings, to be

supplied to the Contractor. The technical specifications for such have been presented in the

subsequent subsections.

The parameters and specifications delineated in these Contract Documents shall form the framework

of the Contractor‟s execution of the work. The Contractor shall be responsible for ensuring that the

Project fulfills the objectives for which it has been designed.

Scope of Work shall be read in conjunction to General Requirements and other Subsections of the

document.

General Scope of Work

The Scope of Work under this Contract includes the supply and construction of all facilities for the

water supply system in the District Metered Area (DMA): 5R11, 5R12 and Part of Feeder Main

Ramsahill of South Central Zone as described in subsequent paragraphs. Except for the supply of DI

pipes and the available fittings, valves and specials, which will be furnished by the Employer, this

Contract will consist of the works listed herein and any other work necessary to achieve the above

objective and complete the system as per the specifications and Employer‟s Requirements.

Generally the following activities shall be carried out by the Contractor for each component of this

Contract.

Page 38: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 5 JICA assisted GWSP – Package: 5E8

Pre-construction Submittals:

The contractor is required to submit and obtain the approval of the Engineer for Quality Assurance

Plan before procuring any materials under the Contract.

Submittals of samples for Materials:

Samples of materials requiring prior approval such as cement, aggregates, Asphalt, cement and

back fill materials shall be furnished by the Contractor to the Employer‟s representative with

description of data in required quantity. Samples shall be submitted at least 14 days before their usage

in the work to permit inspection and testing. Only upon approval by the Employer‟s representative,

shall be the materials be brought to the Project Site.

Project Implementation

(a) Development of suitable storage spaces, for construction materials, piping, specials,

appurtenances and equipment for the work.

(b) Identification of suitable quarries and other sources for construction materials and have them

approved by the Employer‟s Representative.

(c) Making arrangements for equipment and materials required for maintaining the safety of the

sites and the workmen at the sites (helmets, boots, jackets, safety belts, gloves, scaffolding,

barricading, etc.),as described elsewhere in the document.

(d) Submittal of an initial work program and schedule and updating the same every month for

approval by the Employer‟s Representative.

(e) Development and submittal of a Traffic Control Plan prior to the start of pipeline installation

along any rote. This plan shall identify detour routes for roads that will be closed where there is

not a second traffic lane and the means of access of residences where the access to them has

been blocked by construction activities.

(f) Site clearance and leveling of the work sites. Layout of the works shall be as per the drawings.

(g) Disposal of surplus soil and construction waste as directed by Employer‟s Representative, and

maintaining the construction sites in orderly manner.

(h) Performing tests on materials received and for the finished works and maintaining complete

records and registers required on site as per the QA/QC Manual.

(i) Participating in weekly progress meetings with the Employer and Employer‟s Representative

to review the schedule and other pertinent issues.

(j) Remedying any defects identified during the Contract period.

(k) Site clearance and restoration of the premises after completion of the work.

Water Distribution System

The scope of work is broadly listed below and shall include, but not be limited to:

(a) Supply of DI fittings, specials and Air valves

(b) Site clearing

(c) Earthwork (including road cutting)

(d) Laying, jointing, of DI(K9) pipes, fittings, specials

(e) Installation of Air valves and Sluice valves

(f) Installation of pipes across drains,

Page 39: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 6 JICA assisted GWSP – Package: 5E8

(g) Construction of Valve chambers

(h) Backfilling and compaction of trenches

(i) Construction of PCC thrust blocks, anchor blocks, pipe encasing, etc.

(j) Hydraulic testing of the pipelines to the specified test pressures.

(k) Rectification of leakages if any during hydraulic testing

(l) Restoration of roads to its original condition

(m) Trial run and rectification defects in distribution network

(n) Flushing and disinfection of Distribution system

(o) Commissioning and Handing over of Distribution system

(p) Preparation and submission of As-Built Drawing

Safety Assurance

The Contractor will take all measures required to maintain the highest industry recognized safety

standards on the project site. The measures taken shall include all but not be limited to the relevant

provisions of the Indian Standards (IS).

The Contractor shall be responsible for the safety of all workmen and other persons entering or in the

work areas and shall take all measures necessary to ensure their safety at his own expense. Such

measures shall include the provisions of helmets (hardhats), the provision of gum-boots to workers

engaged in cement concrete, and eye protection (goggles). Scaffolding or other measures required for

working at a height shall be load rated and rigid and be provided with suitable and convenient access.

Shoring required for deep excavation must be adequate and rigidly braced and strutted. Other safety

measures that the Employer‟s Representative may direct, depending on the exigencies of the location

and nature of work and other relevant factors, shall be provided by the Contractor. The Contractor is

responsible for all security, watch and ward arrangements at site till handing over of the system.

Hydro testing of Distribution System:

The Contractor is responsible for conducting hydro testing of distribution pipeline including pipelines

laid by the earlier Contractor at required sections as per the instructions of the Engineer. The

Contractor‟s scope includes mobilization and fixing of dummy, pressure gauges, filling water and

rising pressure in the pipeline to the required test pressure and carryout the hydraulic test as per

standard specifications and directions of the Engineer. Contractor quoted rate should include cost of

providing and fixing dummies, filling water, arrangement of necessary equipment for rising pressure

in the pipeline and measurement of pressure including labourers. Any failure of hydraulic test in any

particular section due to leakage in the laid distribution pipeline by the earlier Contractor, cost of

rectification of such leakages shall be paid under Provisional Sum and Day works for the materials

and Labour & equipment respectively.

Trail Run and Defects Rectification

The Contractor is responsible for Trial Run and rectification of defects in the distribution system upon

successful completion of the hydro test and Gap closing in the distribution network. For Trial Run and

Commissioning, water shall be provided at the entry point of DMA by the Employer. During Trial

run, distribution system will be flushed and cleaned to remove all the debris and mud from the

distribution system. Upon cleaning and closing the end caps of dead end of the pipelines, the

contractor would fill up the distribution system by opening the outlet valve and checkup the system

Page 40: BID DOCUMENT - gmdwsb.assam.gov.in

ER - 7 JICA assisted GWSP – Package: 5E8

for any cross connections left to be done, operate the online valves to ascertain proper opening and

closing, remove the observed leakages in the system and ascertain that the water reaches all the

pipelines and pipeline dead ends at full system pressure. System shall be allowed to stabilize for a

minimum period of 15 days keenly observed for visible leakages in the distribution system; any

defects found during this process shall be rectified by the Contractor. Any rectification is required in

the pipelines laid earlier by the previous Contractor, the required materials like DI pipes, specials &

fittings etc., and unforeseen items cost will be met from provisional sum and labour and equipment

cost will be paid from the Day works. Upon satisfactory completion of stabilization period,

distribution line to be disinfected and disinfected water to be disposed safely with all care. House

service connections should be given only after successful completion of stabilization period and

disinfection of distribution system. The trial run and commissioning period shall be for period of 90

days. In the event that any system or facilities do not satisfactorily achieve the required performance

standards during this period, with a continuous run, the trial run period shall be extended until such

time as the Contractor has satisfactorily rectified any deficiencies as may be necessary to satisfy the

performance requirements, at the risk and cost to the Contractor.

During trial run period, Contractor shall co-operate and facilitate with the House service connection

contractor in providing house service connections. If any delay on the part of the house service

connection activities, in such case, trial run period shall be extended beyond 90 days, allowing

payment at the rate quoted by the Contractor for trial run, as a variation to the Contract. The

contractor can give the trial run in sections / bits by isolating the network area wise based on the

topography and system isolation facilities.

The costs associated for the Contractor‟s and other operating non-Employer personnel during the

period of the trial run, along with costs of tools etc., which are required for operation and maintenance

of the distribution system during the trial run period shall also be borne by the Contractor and shall be

included in the Contract Price.

Commissioning and Handing Over of System

After the successful completion of the trial run, the network shall be treated as commissioned and a

Certificate in that respect will be issued by the Engineer to the Contractor. Upon Commissioning the

Employer will take over control of the facilities.

When the water supply facilities are commissioned, the Employer may begin supplying treated water

to the public.

Completion Certificate:

Completion certificate for the DMA will be issued by the Employer to the Contractor upon taking

over the works completed in all respect, subject to the Compliance of the requirements mentioned

below:

(a) Rectification of the deficiencies pointed out in the “Punch List” have been carried out

Satisfactorily.

(b) All the test records including works tests and field tests are submitted as per the requirements

specified elsewhere.

Page 41: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-1

Section V: Technical Specifications

Subsection 1 – General Requirements

1. General Requirements

Contract Scope

Left out distribution works in the District Metered area (DMA) No: 5R11, 5R12 and Part of

Feeder Main of Ramsahill of South central Zone of Contract Package 5 under JICA assisted

Guwahati Water Supply Project is being grouped and termed it as Package No: 5E8. Works

involve supply and execution of pipe laying works, fixing of valves & fittings, Construction of

Valves chambers, Hydraulic testing of pipeline, Restoration of road to original condition, trial

run and commissioning of distribution network in DMA: 5R11, 5R12 and Part of Feeder Main

of Ramsahill Details and Data Available to the Contractor.

The Employer has collected the details and data listed below and has used these in the

formulation of the bid elements. They are listed below and are enclosed in the relevant

subsections of these specifications.

Network drawing showing Gap closing details etc.,

Pipe Materials Available to the Contractor:

Employer will provide DI K9 pipes, fittings, specials, bends, tees, reducers, socket and flanged

tail pieces, duck foot bends, collars, mechanical joints, dead end caps, blank flanges etc., of

diameters 100mm to 600mm as per IS 8239 including rubber gaskets, 5% extra over number of

pipes. Contractor has to procure required socketed and flanged specials conforming to IS: 9523

including various types as per requirement including EPDM rubber gaskets suitable for tyton

joints and „O” rings required for the jointing of specials with pipes, nuts and bolts with packing

gaskets, and all that required for distribution system.

The DI pipes will be issued to the Contractor from the Employer‟s store yard at Boragaon/

Changsari. The Contractor at his cost will arrange for carting of the DI pipes and make

arrangement for storage wherever required by him for laying and jointing work.

Submittal of Samples of Materials

Samples of materials requiring prior approval, such as cement, aggregates, asphalt cement,

building specialties and backfill materials shall be furnished by the Contractor to the

Employer‟s Representative in large enough quantities (at least 0.1m3 each) with descriptive

data. Samples shall be submitted at least 14 days before their proposed usage in the work to

permit inspection and testing. The samples shall be properly marked to show the name of the

material, name of the manufacturer, applicable Specification Subsection, place of origin and

application for which it is to be used.

Only upon approval by the Employer‟s Representative, shall be the materials be brought to the

Project Site. Samples once approved shall be on an exhibition at all times, properly stored and

prevented from deterioration for the purpose of comparison with the materials brought to site of

work from time to time for use in the work.

Project Work Schedule

Within the first 7 days after issuance of the Notice to Proceed the Contractor shall submit his

proposed work schedule to complete all of the required items of work within the time frame as

Page 42: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-2

set forth in the Time of Completion. Adequate time shall be allocated for testing, the Trial Runs

and other pre-commissioning activities.

The Contractor shall update this Project Work Schedule monthly, reporting progress through a

set date such as the last workday of the month or the last Saturday of the month. The updated

Project Work Schedule shall be submitted to the Employer‟s Representative by the 7th of the

following month. A brief report shall accompany this submittal highlighting the following:

Planned work for the following month

Items of work that fell behind the planned Schedule for the preceding month, and reasons

for their delay

Alerts as to potential problems the Contractor may have in meeting the planned Schedule

Items the Contractor requires from the Employer in order to meet the planned Schedule

Any Change orders the Contractor views as being required to meet the planned Schedule

Alerts as to potential for the assessment of Liquidated Damages

The Employer‟s Representative will review the Contractor‟s submitted Project Work Schedule

on a monthly basis and will provide the Contractor with comments as to any portions of the

Schedule which he or the Employer views as being unachievable.

Quality Assurance

The Guwahati Water Supply Project stresses to achieve the highest standards for the works

(construction, equipment supply and erection). The Employer‟s Representative will issue, prior

to the issuance of the Letter to Proceed, a Quality Assurance/Quality Control (QA/QC) Manual

which will detail the minimum level of resting and control to be exercised for ensuring the

quality of the completed works. The minimum measures taken by the Contractor shall be as per

the QA/QC Manual and these specifications but not limited to it. All other measures that the

Contractor may feel necessary he may add with the approval of the Employer‟s Representative

or as may be directed by the Employer‟s Representative shall also be implemented.

The following subsections give details of the proposed Quality Assurance and Quality Control

scheme to be followed in this Project. It covers the inspections of construction material,

manufacture and supply of equipment, specials and of the works to be carried out.

Pre-Delivery Inspection of Materials

The pipes, specials, fittings and valves shall be inspected by a Third Party Inspection Agency to

be nominated by the Employer, at the manufacturers‟ premises. The inspection charges of the

Third Party Testing Agency at the rates fixed by the Employer shall be initially paid by the

Contractor, which will be reimbursed to the Contractor by the Employer, from the provisional

sum.

Safety Assurance

The Contractor shall be responsible for the safety of all workmen and other persons entering or

in the work areas and shall take all measures necessary to ensure their safety at his own

expense. Such measures shall include the provisions of helmets (hardhats), the provision of

gum-boots to workers engaged in cement concrete, and eye protection (goggles). Scaffolding or

other measures required for working at a height shall be load rated and rigid and be provided

with suitable and convenient access. Shoring required for deep excavation must be adequate

Page 43: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-3

and rigidly braced and strutted. Other safety measures that the Employer‟s Representative may

direct, depending on the exigencies of the location and nature of work and other relevant

factors, shall be provided by the Contractor.

First-Aid

The Contractor shall arrange for medical services to be promptly available when necessary. He

shall provide First-Aid stations at suitable locations within easy reach of the workmen and other

staff engaged in the work. Each First-Aid station shall be properly equipped and shall be the

charge of a suitably qualified supervisory staff member. The Contractor shall also provide for

transport of serious cases to the nearest hospital.

Relocation of Existing Utilities

The Contractor shall identify, or have identified by the particular utility agency, any utilities

which will inhibit or prevent his work from proceeding. Utilities shall include either buried or

overhead services, some of which may be owned by the Employer. Utilities shall include, but

not be limited to, electrical services, telecommunications services, water services and drainage

services.

The Contractor shall contact the local utility agencies prior to performing any work on a Project

Site or along a pipeline route. The Contractor shall have the local utility agencies identify and

locate their utilities within the path of the Contractor‟s work. The utility agency shall either

relocate their utilities around the perimeter of the Contractor‟s work area or shall authorize the

Contractor to do so. For pipeline installation this may require the utility agency to remove their

system from service in a particular area while the Contractor‟s pipeline or other work passes by

the utility.

The Contractor shall plan his overall work schedule to provide the particular utility at least 14

calendar days to relocate their utility once they are contacted to do so.

The payment for the construction work involved for utility installation shall be paid to the

Contractor out of a Provision Sum/Day work item. Any construction work to be performed by

the utility agency shall be negotiated between the Contractor, the utility agency and the

Employer‟s Representative. Identification of utilities, contacting the particular utility agency

and negotiating payment for and the scheduling of their work shall be included in the

Contractor‟s unit price for pipeline installation or site work and he will not receive any

additional payment for such from the Provisional Sum/Day work.

Traffic Control for Pipeline Installation and Road Reinstatement

Existing Signage

The Contractor shall move any existing street signs and markers and route markers out of the

construction limits of the project and install the street signs and markers and route markers so

that they will be visible to the traveling public if there is sufficient right of way for these signs

and markers outside of the construction limits.

Near the completion of the project and when so directed by the Employer‟s Representative, the

Contractor shall move the signs and markers and install them in their proper location in regard

to the finished pavement of the project.

Any signs or markers which cannot be relocated due to lack of right-of-way, or any signs and

markers which will no longer be applicable after the construction of the project, shall be

stockpiled at locations directed by the Employer‟s Representative for removal by others.

Page 44: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-4

The Contractor shall be responsible to the Employer for any damage to any street signs and

markers or route markers during the construction period.

No additional payment will be made for relocating, reinstalling, and/or stockpiling the street

signs and markers and route markers as such work will be considered incidental.

Construction Traffic Control Devices

The work covered by this Section consists of furnishing, erecting, maintaining, relocating, and

removing traffic control devices in accordance with the Specifications or as directed by the

Employer‟s Representative. All traffic control devices furnished by the Contractor shall remain

the property of the Contractor. Traffic control devices shall include, but not be limited to signs,

non-metallic drums, barricades, cones, delineators, temporary guardrail, temporary pavement

marking, raised reflective pavement markers, flaggers and pilot vehicles, as required.

Unless otherwise required, materials used in the fabrication and installation of construction

traffic control devices shall be in accordance with acceptable standards and quality. When

traffic control devices are no longer required for traffic handling in the initial phase of

construction requiring their use, they may be reused at various locations throughout the project

provided the device is not defaced, is structurally sound, clean, and otherwise conforms to the

above requirements.

The Contractor may submit for the Employer‟s Representative's consideration a method for

handling traffic. The traffic handling plans submitted by the Contractor shall not be used until

they are approved by the Employer‟s Representative in writing. Weeds, brush, trees,

construction materials, equipment, etc., shall not be allowed to obscure any traffic control

device in use.

If cones are used for delineation at night, each cone shall have any appropriate white

reflectorized cone collar or something equivalent or as directed by the Employer‟s

Representative.

Competent and properly trained flaggers, properly attired and equipped, shall be provided when

directed by the Employer‟s Representative, or when the Contractor deems it necessary to safely

handle traffic through the construction area.

The Contractor shall continuously review and maintain all traffic handling measures to assure

that adequate provisions have been made for the safety of the public and workers.

Flaggers

Any time there is only a single lane of traffic passing a construction zone, two (2) flaggers shall

be provided by the Contractor to direct only one-way traffic in either direction at phased

intervals. Each flagger shall be equipped with an orange safety vest, which will be reflectorized

if working in low lighting conditions, orange flags mounted on wooden staffs.

Payment

No extra payment shall be made for traffic control. The cost of the same shall be considered

incidental to works.

Facilities and Services to be provided by the Contractor

Storage Facilities for the Contractor

The Contractor shall provide at least One (1) storage shed of adequate capacity for storing

Page 45: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-5

materials. The shed shall be of such construction to adequately protect the materials against

deterioration. A raised platform well above the highest flood level shall be constructed for

stacking cement and other consumables. Cement and other consumables shall be organized so

the first items received are used first so as to avoid deterioration due to prolonged storage. PVC

piping, gaskets, O-rings and other items which will deteriorate from exposure to sunlight

(ultraviolet radiation) shall be stored in this facility after being delivered to Guwahati and

waiting installation.

The storage shed(s) may be located off of the Project Sites, as determined by the Contractor,

but the contents must be available for inspection by the Employer‟s Representative at any time.

If the storage units are located on one of the Project Sites, they shall be removed prior to the

end of the Contract period and shall not interfere with any of the water supply operations. The

cost for the storage facilities shall be included in the Contractors Contract Price.

Temporary Water and Electricity Provisions

The Contractor shall make his own arrangement for the supply of water for construction and

hydro testing of pipeline and electrical power that will be required for his operations. The cost

for the temporary water and electricity services shall be included in the Contractors Contract

Price.

The supply of piped water will not be available. The Contractor shall make arrangements for

supply of drinking water and non-potable water required for construction work by trucking it in

or by sinking tube wells or other suitable alternatives. The Bidder shall investigate this matter

before the submission of Tenders.

Electrical power from the Assam State Electricity Board (ASEB) or Assam Power Distribution

Company Ltd (APDC) may not be continuously available due to various reasons including load

shedding and may not be available in the voltages requested by the Contractor. In case of non-

availability of electrical power the Contractor will have to arrange for generator for his own

power services. The Contractor must include such features in his Bid Price. When drawing

power from the ASEB‟s/APDC‟s connection point, the Contractor shall have to have the

electricity metered and bear the cost of his electricity usage. The route of conveyance shall be

subject to approval by the Employer‟s Representative. No overhead lines shall be permitted in

areas to be occupied by overhead machinery, such as cranes.

Supervisory Staff for Contractor

The Contractor is required to ensure deployment of qualified and experienced staff in sufficient

numbers on site to ensure quality and adhere to the schedule.

Minimum Construction Equipment to be brought by Contractor at Site

The Contractor is required to assign at least a minimum amount of equipment on site for

ensuring quality and timely progress of works.

Handing Over of Project Site to Contractor

The sites will be made available on the date of the issuance of the Letter to Proceed and the

Contractor can plan his work accordingly.

The Employer will make the individual work sites available to the Contractor so that he will

have space available for him to carry out his work for at least the next three (3) months

unhindered as per the approved work plan. Employer is responsible for obtaining road cutting

permission from Road Cutting Permission Committee

Page 46: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-6

In the event that some local obstruction/objection arises which would impede the progress of

the Contractor‟s work in any one area, the Contractor will be required to redeploy his resources

to other unaffected areas in order to maintain the progress of work so that the overall

completion of the whole Project is not affected.

Completeness of the Work

The Contractor shall be fully responsible to ensure that the whole Project including each

individual component/stretch, is constructed in a manner so that the system as a whole operates

as a fully integrated system which is capable of achieving the required output in an efficient and

economical manner, and includes all plant, equipment and accessories required for the safe and

satisfactory operation of the facilities.

To achieve this, the Contractor shall ensure that each individual component performs in a

manner which is complementary to that of all other components. Any accessories which are not

specifically mentioned in the specifications, but which are usual or necessary for completion of

the Works and successful performance of the overall system and facilities shall be provided by

the Contractor within the Contract Price.

Time for Completion

The whole of the Work, including mobilization, reconnaissance and survey (if any),

manufacturing, transportation, construction, installation, trial runs, testing and commissioning

is to be completed within the scheduled Time for Completion as set out in the tender document.

The duration of the Trial Run and testing period is 90 days which is included within the

scheduled time for completion.

The physical completion of the System and facilities shall be achieved before commissioning.

Commissioning of the overall system will be deemed to be completed after the system trial run

period of 90 days as per relevant subsection. Any intervening breakdown period will not be

considered as a part of this period and the elapsed time shall be restarted.

Clarification

If the bidder/contractor feels lack of transparency or ambiguity in the document, he shall

request clarification and it will be resolved by the Employer‟s Representative prior to

proceeding with the specific work/purpose.

Page 47: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-7

Section V: Technical Specifications

Subsection 2 – Civil and General Works

2. Civil and General Works

Standard Specifications

In the event of any discrepancy between the provisions of the Standard Specifications and the technical

specifications contained herein, the provisions of these technical specifications shall take precedence.

General Requirements

Design Standards

All the designs of structures and associated facilities shall generally conform to the recommendations made in

the publications (latest versions) of the Bureau of Indian Standards, some of which are listed below:

IS 456: Code of Practice for plain and reinforced concrete

IS: 3764: Safety code for excavation work.

IS: 3385: Code of practice for measurement of Civil Engineering Works.

Indian Roads Congress (IRC) 6 Part II: Standard Specification and Code of Practice for road bridges loads

and stresses

Standard Practice (SP) 34: Handbook on concrete reinforcement and detailing

Approval of Materials

Approval of all sources of material for Works shall be obtained in writing from the Employer‟s Representative

before their use on the project.

Quality assurance plan (Data sheet) of the material such as pipe, pipe fittings, valves etc. shall be submitted

before the procurement/dispatch of the material from the works for the approval of the Employer‟s

Representative for third party inspection.

Cement, sand, aggregate, bricks, steel, steel frame etc. samples to be used shall be submitted for the approval

of the Employer‟s Representative.

Use of Equipment on the Work

The following conditions regarding use of equipment‟s on works shall be followed:

1. The Contractor shall be required to give list of equipment to be used during execution of works and a trial

run of the equipment(s) before commencement of the work.

2. All equipment‟s provided shall be of proven efficiency and shall be operated and maintained at all times

in a manner acceptable to the Employer‟s Representative.

3. No equipment or personnel will be removed from site without permission of Employer‟s

Representative.

Earthwork - General

The specification is to be read in conjunction to Standard Specification.

Scope

This specification covers the general requirements for earthwork excavation in different materials for the

construction of the Works includes water supply distribution lines, structures, roadways, side drains,

pipe/river crossing and railway crossing, in accordance with the lines, grades and cross-sections shown in the

Drawings or as indicated by the specifications or as directed by the Employer‟s Representative.

Excavation shall consist of the removal of material for the construction of foundations for all components

Page 48: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-8

related to pipelines, in accordance with the requirements of these Specifications and the lines and dimensions

shown on the Drawings or as indicated by the Employer‟s Representative.

This Specification includes site grading, excavation, backfilling, conveyance and disposal of surplus spoils as

and where directed by the Employer‟s Representative and all operations covered within the intent and purpose

of this Specification. It shall also include the hauling and stacking of or hauling to sites of embankment and

subgrade construction, suitable cut materials as required, as also the disposal of unsuitable cut materials in

specified manner, trimming and finishing to specified dimensions or as directed by the Employer‟s

Representative.

The work shall include construction of the necessary cofferdams and cribs and their subsequent removal, all

necessary sheeting, shoring, bracing, draining and pumping; the removal of all logs, stumps, grubs and other

deleterious matter and obstructions necessary for placing the foundations; trimming bottoms of excavations;

backfilling and clearing up the site and the disposal of all surplus material.

The work shall include dismantling of road surfacing.

The following Indian Standard Codes, unless otherwise specified herein, shall be applicable. In all cases, the

latest revision of the Codes shall take precedence.

IS 1498 Classification and identification of soils for general engineering IS 3764 Safety code for excavation

work

IS 4081 Safety code for blasting and related drilling operations

Classification of Excavated Material

The classification of excavation material shall be decided on by the Employer‟s Representative and his

decision shall be final and binding on the Contractor. The use of explosives for excavation work will not be

considered as a reason for a higher (cost) classification unless blasting is clearly necessary in the opinion of

the Employer‟s Representative.

All materials involved in excavation will be classified by the Employer‟s Representative in the following

manner:

Soil

This classification shall comprise all kinds of soil, turf, sand, silt, loam, clay, mud, peat, black cotton soil, soft

shale or loose murum, a mixture of these and similar materials. All soils covered in ordinary and hard soils

shall be covered in this category. Removal of gravel or any other nodular material having dimension in any

one direction not exceeding 75 mm occurring in such strata shall be deemed to be covered under this category.

Ordinary Rock (not requiring blasting)

This classification shall include rock types such as laterites, shales and conglomerates, varieties of limestone

and sandstone etc., which may be quarried or split with crow bars or pneumatic rams. This classification also

includes any rock which in the dry state may be hard and requires blasting, but which when wet becomes soft

and can be excavated by a means other than blasting.

Macadam surfaces such as water bound and bitumen bound road surfaces, paths etc. and hard core compact

murum or stabilized soil requiring a grafting tool or pick to excavate them will be considered in this category.

Gravel and cobble stone having a maximum dimension in any one direction between 75 and 300 mm shall

also be included.

Lime concrete, stone masonry in lime mortar and brick work in lime/cement mortar below ground level,

reinforced cement concrete which may be broken up with crow bars or picks and stone masonry in cement

mortar below ground level shall be included in this category.

Boulders which do not require blasting having a maximum dimension in any direction of more than 300 mm,

found lying loose on the surface or embedded and terrace material of dissimilar origin shall be included in this

Page 49: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-9

category.

Hard Rock (Blasting Prohibited)

Hard rock requiring blasting as described above but where blasting is prohibited for any reason and

excavation has to be carried out by chiseling, wedging or any other agreed upon method.

Note: Any surplus material or stone excavated shall be the property of the Contractor. He shall be responsible

for its off-site disposal.

The Contractor shall not consider the usage of explosives will be permissible when preparing his Bid. The

permitting process for getting the use of explosives approved will be very arduous, so the Contractor should

not place any reliance on any approvals being given by the regulatory agencies involved.

Foundations

The minimum depth of foundations for pipeline trenches is given in relevant section of the document.

Care shall be taken to avoid the interference of the foundations or any other component of the new building or

structure with the foundations of adjacent buildings or structures. Suitable adjustments in the depth, location

and size of foundations may have to be made depending on the site conditions. The Employer‟s

Representative shall accept no extra claims for such adjustments. Special attention shall be drawn to the

danger of uplift being caused by a high ground water table. The foundation raft or mat shall be designed for

uplift forces that are likely to be developed.

Safety arrangement

The activity shall include proper safety arrangement. Cost for this arrangement is deemed to be included

under the respective item of works.

General Requirements for Concrete Work

The following are the design requirements for all reinforced or plain concrete structures:

i. All blinding and leveling concrete shall be a minimum 100 mm thick with minimum concrete grade of

Class M15 (15 N/mm2 minimum compressive strength at 28 days).

ii. All structural reinforced concrete other than for water retaining structures shall at least be of Class M20

having a minimum cement content of 300 kg/m3 with 20 mm size downgraded coarse aggregates, for

all structural members.

iii. The minimum grade of concrete for water retaining structures shall be Class M25 having a minimum

cement content of 300 kg/m3 with 20 mm size downgraded coarse aggregates.

iv. All design for water retaining structures including roofing shall be based upon limiting the crack width

to 0.2 mm as per BS 8007.

v. The minimum clear cover over all reinforcement including stirrups and links shall be 40 mm for all

water retaining structures including the bottom of the roof. For other non-water bearing structures the

minimum clear cover shall be as specified in IS 456.

vi. For the walls of liquid retaining structures, the following shall be applied:

The minimum reinforcement shall be in accordance with BS 8007 and or IS: 456.

The maximum length of a panel to be concreted considering any partial construction joints shall be

7.5 m. The adjacent panels shall be poured with a minimum time lapse of 4 days. The Height of each

pour shall not exceed 2.0 m.

Note: The classes of concrete referred to in this Subsection are based upon a minimum compressive strength

at 28 days expressed in N/mm2. The classes of concrete referred to in the Standard Specifications (Civil

Works) are based upon a minimum compressive strength at 28 days expressed in kg/cm2. Therefore a Class

Page 50: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-10

M20 referred to this Part of the tender Documents will be equivalent to a Class M200 referred to in the

Standard Specifications (Civil Works). The Contractor shall make this distinction when working with these

Contract Documents.

The following minimum thicknesses shall be used for the different reinforced concrete members, irrespective

of the required design thickness:

a. Walls 150 mm

b. Roof slabs 150 mm

c. Bottom slabs 150 mm

d. Floor slabs including roof slabs, walkways, canopy slabs 150 mm

e. Walls of cables / pipe trenches, underground pits etc. 150 mm

f. Column footings 300 mm

g. Parapets 100 mm

h. Precast trench covers 150 mm

Concrete Reinforcement

All structural components to be constructed in this Contract shall be TMT (thermo-mechanical treatment) Fe

415 as defined in IS 1786 and as procured from TISCO/ SAIL /RINL or equivalent as approved by the

Employer‟s Representative for concrete reinforcement. The minimum yield stress of the bars shall be 415

N/mm2.

Valve Chambers

All valve chambers shall be constructed according to the standard chamber drawings enclosed with the bid

document. Brick masonry Chambers shall be plastered internally and externally with cement mortar (1:4)

20mm thick with water proof compound and RCC chambers shall have form finish with fine rendering. RCC

chambers shall be of M20 concrete. No plaster is required, unless otherwise directed by the Employer‟s

Representative.

Each valve chamber shall be considered as a composite item and they measured in numbers.

Other Accessories for Pipeline Works

Anchor Bolts

Anchor bolts shall be of MS as per specification and drawing.

Lifting Hooks

Lifting hook shall be of MS as per specification and drawing.

Ladders with MS Rungs

The rung shall be of MS rod as per specification and drawing. The exposed surface shall be painted with

primer.

Dismantling and Demolition

This item shall be read in conjunction to Standard Specification.

Scope

This work shall consist of removing & dismantling worn out pipes, valves, specials etc. and which are in place

but interfere with the new construction or are not suitable to remain in place, and of salvaging and

disposing/carrying of the pipes, pipe fittings, valves, and back filling the resulting trenches and pits.

Dismantling and removal operations of worn out pipes or other obstacles coming in the execution of the work

Page 51: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-11

shall be carried out with such equipment and in such a manner as to leave undisturbed any other work to be

left in place.

Dismantling/demolishing of valve chamber, thrust block etc., stacking of useful material and disposal of

surplus material/debris/rubbish.

All operations necessary for the removal of any existing worn out pipes, fittings and valves which might

endanger new construction shall be completed prior to the start of new work.

This item shall be executed as per direction of the Employer‟s Representative.

Terminology

The term „Dismantling‟ implies carefully separating the parts without damage and removing. This may consist

of dismantling one or more parts of the pipe works as specified.

The term „Demolition‟ implies breaking up. This shall consist of demolishing whole or part of work including

all relevant items as specified.

Dismantling items

Dismantling of Cement concrete, RCC, Brick work in mortar in cum within 50m lead.

Dismantling & stacking of pipes valves, steel items and other useful items (serviceable) to GMDA

Store as directed by Employer‟s Representative.

Dismantling of RCC pipes and stacking within a lead of 50m.

Disposal of building/construction rubbish by mechanical transport up to 1 Km. including loading and

unloading complete work.

Disposal of steel items and other useful items (serviceable) to GMDA Store as directed by Employer‟s

Representative.

Pipes and Specials

Water pipe lines with clamps and specials etc. shall be described by their diameter.

If the joints, special and fittings etc. are required to be separated, it shall be so stated and enumerated.

Transporting of useful material such as pipes, valves, steel items to the GMDA stores.

Measurements for Payment and Rate

There shall be no separate payment for this item. Cost for this item is deemed to be included in other items.

Public Utilities

Drawings scheduling the affected services like water pipes, sewers, cables ducts etc. owned by various

authorities including Public Undertakings and Local Authorities included in the Contract Documents shall be

collected by the Contractor for information prior to the commencement of any work.

No clearance or alterations to the utility shall be carried out unless specially ordered by the Employer‟s

Representative.

Any services affected by the Works must be temporarily supported by the Contractor who must also take all

measures reasonably required by the various bodies to protect their services and property during the progress

of the Works.

The Contractor may be required to carry out certain Works for and on behalf of the various bodies and he

shall also provide, with the prior approval of the Employer‟s Representative, such assistance to the various

bodies as may be authorized by the Employer‟s Representative.

The work of temporarily supporting and protecting the public utility services during execution of the Works

shall be deemed to be part of the Contract and no extra payment shall be made for the same.

Page 52: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-12

The Contractor may be required to carry out the removal or shifting of certain services/utilities on specific

orders from the Employer‟s Representative for which payment shall be made to him. Such works shall be

taken up by the Contractor only after obtaining clearance from the Employer‟s Representative and ensuring

adequate safety measures.

Avoidance of Existing Services

As far as possible, the pipelines shall be laid below existing services, such as cables, cable ducts and small

drains nallahs but not below sewer lines, nallahs carrying polluted water. If it is unavoidable, pipelines should

be suitably protected.

Adequate arrangements shall be made by Contractor to protect and support other services during all phases of

the work. The pipeline shall be so laid as not to obstruct access to the other services/nearby properties for

inspection, repair and replacement. When such utilities are met with during excavation, the authority

concerned shall be informed and arrangements should be made to protect the utilities in consultation with

them. If the Contractor fails to call before digging and any damage occurs to any underground utility,

Contractor shall reinstate such utilities to existing conditions at his own cost or pay for the rectification of

damages so caused.

Measurements for Payment and Rates

There shall be no separate payment for this item. Cost for this item shall be deemed to be included in other

items.

Temporary Diversion of Drains

All arrangement for providing temporary cross drainage structures including maintenance, dismantling and

cleaning debris where necessary, shall be considered as incidental to the works. There shall be no separate

payment for this item. Cost for this item shall be deemed to be included in other items.

Access to Abutting Properties

For the duration of the works the contractor shall at all times provide convenient access to paths, steps,

bridges or drives for all entrances to property abutting the site and maintain them clear, tidy, and free from

mud and objectionable matter.

In addition to the above, in order to ensure uninterrupted traffic flow in the cross roads, the contractor has to

provide and maintain suitable crossing arrangement for the existing traffic to move across the construction

work for all categories of roads crossing the roads where the work is in progress during the entire period of

execution or till such time that alternative arrangement for the traffic is made.

There shall be no separate payment for this item. Cost for this item shall be deemed to be included in other

items.

Nameplates, Signboards and Nomenclature

Each equipment item in the plant shall have permanently attached to it in a conspicuous position a nameplate,

on which shall be engraved or stamped the manufacturer's name, type and serial number, year of manufacture,

details of the design capacity etc. Such labels shall be of non-hygroscopic material to be approved by the

Employer‟s Representative.

Adjacent to or on each equipment item in the plant, shall be fixed a plate with the name and nomenclature

(code) of the item according to the Project nomenclature. It shall be visible from a distance of several meters.

The Contractor shall also provide bilingual signboards and instruction tables of durable material, throughout

the plant, for the purposes of operation, maintenance and security:

i. Danger and caution signs (English and Assamese)

ii. Preventive maintenance schedules (English and Assamese)

iii. Operating instructions (English and Assamese)

Page 53: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-13

iv. Unit names (English and Assamese)

v. Nameplates at the doors to the buildings (English and Assamese)

Signboards and nameplates shall be appropriately sized in relation to the relevant item and its surroundings.

Details of the proposed inscription, size, material and colors shall be submitted to the Employer‟s

Representative for approval before any signboards or plates are manufactured. They shall be compatible with

the instructions in the O&M Manual.

All cables shall be provided with clip-on identification numbers on both ends and at all terminations in

between, for identification. The nomenclature shall correspond to the electrical as-built drawings.

The nomenclature and labeling of the plant shall be coordinated with the Employer‟s Representative.

There shall be no separate payment for this item. Cost for this item shall be deemed to be included in other

items.

First Aid Kits

Each first aid kit shall include all materials and medicine necessary for the treatment of cuts, wounds, burns,

effects on skin due to contact of chemicals, acids, etc.

The following materials in sufficient quantities shall be provided:

a. Medical cotton, sterile cotton pads

b. Cotton Bandages, elastic bandages

c. A pair of scissors

d. A packet of new shaving blades

e. Sticking plaster for medical use.

f. Band aid stripes (25 minimum count)

g. The following chemicals and medicines shall be provided in sufficient quantities:

Tinctures iodine and mercury chrome

Burnol ointment

Bottles of spirit and of Dettol

Disinfectant soap

Skin lotions and ointments for burns, acid effects

Eye drops for soothing effects

Contract shall arrange for the above items and any others as required for the purpose. This is incidental to

work and there will be no separate payment for the same. Cost involving for the purpose shall be deemed to

be included in other items.

Safety Arrangements

Contractor has to arrange for all safety measures involved in executing the Contract. Safety procedures shall

be as described elsewhere in the document, and shall conform to SP70 (Handbook on Construction Safety

Practices). There shall be no separate payment for this item. Cost for this item shall be deemed to be included

in other items.

Page 54: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-14

Section V: Technical Specifications

Subsection 3 – Pipes and Specials

3. Pipes and Specials

The details and specifications of the various types of piping materials to be used in this Contract are contained

in this subsection.

General

All distribution network piping consists of mild steel (MS), DI Pipe K9 and HDPE- PE 80 pipes as shown on

the Data & Drawings. Piping proposed up to and including 600 mm in diameter shall be ductile iron (DI) class

K-9 pipes. MS pipes are proposed for diameters greater than 600 mm. For some specific stretches on hills and

some specific crossings, HDPE pipes are proposed.

The work of installing piping shall be carried out carefully so as not to damage it during handling, storage,

installation and back filling. The work shall be executed in a safe and efficient manner under the direction of

the Employer‟s Representative.

Supply of DI pipe K9 pipes is outside the scope of this Contract. Contractor‟s responsibility begins from

lifting and transporting DI K9 pipes from the Employer‟s Store yard.

Measurement and Payment

Pipe lengths will be measured (along the centerline) at site after laying and successful testing. The

measurement will be in linear meters and will be rounded off to two decimal places and will include the

lengths of pipe, bends, tees, etc. but exclude lengths for valves, fire hydrants, etc. The quoted rate shall

include the cost of all pipe, specials, etc. including the cost of labor, jointing, conducting hydraulic testing at

the site and commissioning.

General Requirements for Piping

Piping systems shall be manufactured and installed in accordance with internationally recognized standards.

Piping, joint details, coatings and linings for buried and exposed laying conditions shall be in accordance with

the specification schedule, unless modifications are approved by the Employer‟s Representative. Lengths of

MS pipes shall vary from 9 to 12m. Lengths ranging from 4 to 9 m may be accepted by the Employer‟s

Representative. Lengths of DI pipes being supplied by the Employer shall be

5.5 m or 6 m. shorter lengths shall only be used for transitioning to structures, valves, meters, etc. All

connections to valves shall be flanged for exposed or buried piping systems.

Ductile Iron Pipes and Fittings

General

All ductile iron pipe being supplied by the Employer will be of class K9 conforming to IS 8329 with socket &

spigot (S&S) ends. DI pipe to be buried shall be of socket & spigot (S&S) type. Flanged end connections shall

be used for connecting to valves, meters and other fittings and for exposed portions. All components (flanges,

valves, etc.) in the piping system shall have a pressure rating of PN1.6 (operating pressure 1.6 MPa or 16

kg/cm2).

Ductile Iron Fittings / Specials

DI fittings shall be supplied by the Contractor conforming to IS: 9523 or its international equivalent standard

and shall be marked as such. Fittings and accessories for this type of pipes shall be in accordance with the

same standards and Codes of Practice. Iron used in fittings shall have graphite primarily in the spheroid form.

All DI fittings shall be Class K12.

Types of Specials

The following types of DI fittings shall be manufactured and tested in accordance with IS: 9523 or BS: 4772.

Page 55: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-15

All the fittings shall be of PN 1.6 pressure rating.

flanged socket pieces

flanged spigot pieces

double socket bends (90o, 45o, 22 ½o, 11 ¼o)

flanged bends (90o, 45o, 22 ½o, 11 ¼o)

double socket branch flanged tees

all socket tees

all flanged tees

double socket tapers

double flanged and flanged and socket tapers

end caps or blind flanges

collars

double flanged pipe pieces

dismantling joints

Gaskets

Gaskets used with push-on joints for DI pipes shall be provided by the Employer along with pipes at 5% in

excess of number of pipes. Additional gaskets for jointing of specials, mechanical joints and extra quantity

required for cut pipes etc. over and above that provided by the Employer, shall be supplied by the contractor

under this contract along with specials.

Rubber gaskets used with push-on joints and mechanical joints shall conform to IS: 5382. Rubber gaskets for

use with flange joints shall conform to IS: 638. While conveying potable water the gaskets should not

deteriorate the quality of water and should not impart any bad test or foul odor.

Lubricant for Ductile Iron Pipe and Specials

The lubricant used for the assembly of Ductile Iron pipes and specials suitable for push-on rubber ring joint

shall have the following characteristics:

must have a paste like consistency and be ready for use

has to adhere to wet and dry surfaces of DI pipe and rubber rings

to be applied in hot and cold weather; ambient temperature 0 - 50 °C, temperature of exposed pipes up to

70 °C

must be non-toxic

must be water soluble

must not affect the properties of the drinking water carried in the pipes

must not have an objectionable odor

has to inhibit bacterial growth

must not be harmful to the skin

must have a shelf live not less than 2 years

Page 56: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-16

3.2 Mild Steel Pipe:

General

All mild steel ( MS) pipes shall be conforming with IS 3589 or their international equivalent standards and shall be

marked as such. The Steel Grade shall have the Fe 410 chemical requirement specifications per IS 3589, Fittings and

accessories for this type of pipe shall be in accordance with the same standards and Codes of Practice.

Pipes shall be made from plates or strips, conforming to IS 2062 rolled into a cylindrical shape of the desired

diameter. Pipe shall be welded spirally or longitudinally. Welding shall be by submerged arc welding (SAW)

including welded joints in accordance with IS 5504.

MS pipes shall be manufactured to the following tolerances.

a) Outside diameter shall not vary by more than 0.75% +/-

b) Straightness shall not vary by more than 0.2% of the total length of a length of pipe.

c) Wall thickness shall not vary by more than (+20 and -12.5%

The wall thickness for various pipe diameters shall be as specified below

a) MS pipes with internal diameter up to and including 800 mm: Wall thickness = 6 mm

d) MS pipes above 800 mm ID up to and including 1000 mm ID: Wall thickness =8mm

The piping shall be hydraulically tested at the manufacturer's facility prior to application of the lining and coating.

Material Specifications

a Steel plates or coils - The pipe shall be fabricated out of steel plates or strips of fresh mild steel coils (HR coils)

conforming to IS 2062, and having minimum specified tensile strength of 410 MPa. The steel plates for fittings,

specials and stiffeners shall be of mild steel conforming to IS 2062

b. Welding consumables - such as electrodes, filler rods and wires shall conform to IS 814 IS 3613, IS 6419 and IS

7280

C. Cement - The cement used shall be Sulphate Resisting Portland Cement conforming to IS 12330

d. Aggregate - The aggregates shall conform to IS 383.

e Water - The water used in preparation of concrete mix shall conform to the requirements of mixing water given in

IS 456

f. Steel for reinforcement shall conform to IS 1786.

g. Nuts. bolts and washers - High tensile strength steel Class 8.8 minimum conforming to IS 1363

Before fabrication of pipes and specials / fittings is commenced, the copies of the mill sheets and the manufacturer's

test certificates for plates/ coils and other materials for the fabrication shall be submitted by the Contractor to the

Employer's Representative for his approval.

Chemical Composition

The supplied steel shall conform to the chemical composition presented in the below Table, unless otherwise

modified as approved by the Employer‟s Representative. The ladle analysis of the steel shall be carried out by the

method specified in relevant parts of IS 228 or any other established international standard. However, where the

method is not given in IS 228 and its relevant parts, a suitable method shall be adopted as agreed between the

Employer‟s Representative and the Contractor. The product analysis shall be carried out on the finished plates.

Table 3.1 Chemical Requirements for Mild Steel

Element Ladle Analysis

(%

maximum)

Permissible Variations for Product Analysis Over the

Specified Limit (% max)

Carbon (C) 0.20 0.02

Page 57: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-17

Manganese (MN) 1.3 0.04

Sulphur (S) 0.04 0.005

Phosphorus (P) 0.04 0.005 Notes:

1. Carbon Equivalent (CE) = C + Mn/6 + (Cr+Mo+V)/5 + (Ni+Cu)/15

2. CE based on ladle analysis shall be 0.45 as per IS 3589

3. The minimum Si in silicon kilned steel shall not be less than 0.10%. When

the steel is Al/Al-Si kilned, the requirement regarding minimum silicon

content need not apply.

4. When micro-alloying elements like Nb, V and Ti are used individually or in combination the total content shall not exceed 0.2%.

Copper may be present between 0.20 to 0.35 percent as mutually agreed to between the Contractor (and

manufacturer) and the Employer‟s Representative. The copper bearing quality shall be designated with a

suffix Cu, for example, Fe 410 Cu + WA. Nitrogen content of the steel should not exceed 0.012%, which

shall be ensured by the Contractor (or manufacturer) by inspection analysis.

Mechanical Properties and Requirements

Separate test piece of required sizes shall be sent along with each lot to allow for the following tests:

a. Tensile Test: The tensile strength, yield strength and percentage elongation of steel shall be

determined from standard test pieces cut either lengthwise or crosswise from plates. The tests

shall be carried out on the standard test piece prepared in accordance with test edition of IS

1608 or its international equivalent standard. The tensile strength, yield strength and

percentage elongation of steel should not be less than the specified values in Table 4-5. Only

proportional test piece complying with the requirement Lo = 5.65√So should be used for the

tensile test, where Lo is the gauge length and So is the cross-sectional area of the test piece.

Number of Tensile Tests - For every 500 tons of finished steel, one tensile test shall be

conducted.

b. Bend Test: The test piece shall be either lengthwise or crosswise from plates. Bend test shall

be conducted in accordance with IS 1599 or its international equivalent standard. For bend

test, the test piece at room temperature shall withstand bending through 180o to an internal

diameter not greater than specified in clause 9.3 of IS 3589, without cracking.

Number of Bend Tests - For every 500 tons of finished steel, one bend test shall be

conducted.

Table 3.2 Mechanical Requirements for Mild Steel

Mechanical Property Units Value

Tensile Strength, minimum MPa 410

Yield Strength, minimum MPa 235

Percentage Elongation, minimum % 18

Notes: 1. Test temperature shall be agreed upon between the manufacturer/

Contractor and the Employer‟s Representative.

c. Ultrasonic Test: All plates shall be tested by ultrasonic equipment to check for

manufacturing defects such as voids, layers, etc. The Contractor shall supply test certificates

to this effect from the manufacturer.

Tolerances for Plates

The tolerances for the thickness of steel plates shall be -12.5% to +20% for SAW plates.

Page 58: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-18

Whenever any significant alteration of the curvature of the pipe shell (dent), is noticed the depth of which

shall be measured between the lowest point of the dent and the pipe shell curvature line. All dents

exceeding 2 percent of the outer diameter of the pipe shall be removed by cutting out a cylindrical portion

of the pipe and replacing the same by an undamaged piece of the pipe. The Employer‟s Representative

may permit insert patching if the diameter of the patch is less than 25 percent of the nominal diameter of

the pipe. Repairs by hammering with or without heating shall not be permitted. Any damage to the coating

shall also be carefully examined and rectified.

Inspection

All works and material under specification will be rigidly inspected during all phases of manufacture and

testing and such inspection shall not relieve the Contractor of his responsibility to furnish materials and

perform work in accordance with this specification.

The Contractor shall notify the Employer‟s Representative in advance the production of materials and

fabrication thereof, in order that the Employer may arrange for mill and shop inspection.

The Contractor shall submit the original test certificates from the manufacturer for the grade of the

material and yield strength. Samples from each lot as per IS specifications shall be tested in the approved

laboratory and by the approved agency appointed by the Employer‟s Representative (Third Party

Inspection). If the test reports are not satisfactory the entire lot will be rejected. The Contractor will not

start fabrication of pipes and specials before the test certificates from the approved laboratory are

submitted to the Employer‟s Representative.

The Employer‟s Representative may reject any or all materials or works that do not meet with any of the

requirements of the specifications. The Contractor shall rectify or replace such rejected material or

deformed work at his own cost, to the satisfaction of the Employer‟s Representative.

The Employer‟s Representative shall have free access to those parts of all plants or any other premises

and sites that are concerned with the furnishing of materials or the performance of work under this

specification.

The Contractor shall furnish to the Employer's inspector reasonable facilities and space for inspection,

testing and obtaining of any information he desires in respect of the character of material used and the

progress and manner of the work. The Contractor shall supply free of cost required specimens of materials

for testing by the Employer‟s Representative at any time during the progress of work and shall bear the

cost of all such tests or re-tests to his satisfaction.

The Contractor shall submit, with the material, results of inspection and testing as per standards specified

on the material supplied to indicate its conformity in respect of chemical and physical properties per heat.

All the tests shall be carried out at the manufacturer‟s works. The Employer‟s Representative has the right

to have the material tested independently to confirm the quality of the steel, particularly if there is no co-

relation between various test results or if ultrasonic test certificates are not provided.

Procurement

Steel, materials such as MS plates and coils of required size and thickness, and other structural steel such

as nut bolts, etc., shall be procured by the Contractor as per IS 8910 or any equivalent international

standard. All these materials should be procured from the reputed manufacturers.

The Contractor shall provide sufficient separate stacking yard for the steel materials, fabricated pipes and

specials, scrap, etc., in their factory/factories as per the requirement. No steel plates other than required

for this project shall be stored in the factory premises.

The Contractor shall procure MS plates and other structural steel required for fabricating pipes and

specials considering the wastage/scrap, etc. The Contractor should note that no claim, whatsoever it may

be, will be considered on account of wastage and/or scrap.

The Contractor shall intimate to the Employer‟s Representative one day in advance the program of

Page 59: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-19

transporting and stacking MS plates/coils and other structural steel, etc., at the Contractor‟s factory to

enable the Employer‟s Representative to make necessary arrangement for inspection and sampling for

independent tests.

Replacement of Unsatisfactory Material

If the test results in the above referred clauses are not in conformity with relevant IS or international

specifications, the Employer‟s Representative may reject the material.

The Contractor shall make good, within one month of notification of unsatisfactory material by the

Employer‟s Representative, by supply of new material at his cost to the satisfaction of the Employer‟s

Representative.

Packing and Identification

The Contractor (or Supplier) shall, after proper rust preventing coating wherever necessary, pack all the

material in a manner suitable for transport to a tropical humid climatic region in accordance with

internationally accepted practices and in such a manner so as to protect it from damage and deterioration

in transit by road, rail or sea and during storage at the Project Site until the time of use. The Contractor

shall be held responsible for all damages due to improper packing.

Each plate/coil shall carry an attached label giving the following details:

a. Number and appropriate section of complying standard.

b. Size.

c. Specific tensile/ yield strength.

d. Number.

e. Numbers of related test certificates.

Manufacturing of MS Pipe and Specials

Welded Pipe

General requirements relating to supply of spiral welded pipes shall conform to IS 1387. All spiral welded

pipes shall be manufactured as per IS 5504. The requirements for weldable hot-rolled carbon steel strip in

coils should conform to IS 3589. The normal length of each length of pipe shall be maximum 10.0 m. Pipe

shall be made from steel produced by the open hearth or electric or one of the basic oxygen processes with

approval from Employer‟s Representative. The manufacturing process shall generally be as under

Manufacturing Process of Spirally Welded Pipes:

i. Storage of coils

ii. Edge milling

iii. Pipe forming iv. Internal welding v. External welding vi. Online ultrasonic inspection

vii. Plasma cutting

viii. Beveling

ix. Hydro testing x. X-ray testing xi. Inspection xii. Stenciling

xiii. External coating

xiv. Marking

xv. Dispatch

The Contractor may utilize additional processes if required.

Pipe shall be made by rolling a strip, sheet or plate so that a helical seam is formed around the

Page 60: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-20

circumference of the pipe. The helical seam shall be welded by following process:

Automatic submerged–arc welding using at least two (2) welding passes, one of which shall

be on the inside of the pipe. All end welding of spiral seams of submerged- arc welded pipe, if

not done by automatic submerged arc welding, shall be done by a procedure and welder

qualified in accordance with IS 5504.

General requirements of longitudinal welded pipes shall conform to relevant IS Codes

Specials

Unless and otherwise mentioned below, the dimensions of all MS specials and fittings (such as tees,

bends, tapers, reducers, dismantling joints, etc.) shall in general conform to the principals of IS 7322, BS

534/AWWA C208 and ASME standards using MS plate/sheet conforming to IS 2062 and tested and laid

in the same manner as the pipes. The thickness shall not be less than the thickness of the pipe at that point.

The Contractor shall submit the detailed drawing for each special to be used in the pipeline. On approval

by the Employer‟s Representative, the Contractor will initiate the manufacturing. All specials shall be

manufactured under controlled conditions at the manufacturer's factory. In exceptional circumstances,

when welding in the trench is unavoidable and approved by the Employer‟s Representative, a flanged

opening shall be provided to provide access inside the special for internal welding. The Contractor shall

ensure the timely manufacturing of the MS specials so that they can be laid along with the pipe laying.

The joints of adjacent pipe stretches shall be made with gap pieces approved as by the Employer‟s

Representative. On completion of the manufacturing, the material shall be inspected by the Employer‟s

Representative at the manufacturer‟s works. All welding for MS specials and fitting shall be tested by

radiography.

On approval of the Employer‟s Representative, the coating and lining for the specials shall be applied by

the Contractor as per the specifications for coatings and lining. Tolerance for steel fittings shall confirm to

the requirements of IS 7322.

Standard fittings shall be used wherever possible in preference to fabricated fittings. Where fabricated

fittings are supplied, with approval of Employer‟s Representative, they shall be fully workshop fabricated

and tested in accordance with standards.

Steel specials shall have the same chemical and mechanical properties and shall be compatible in all

respects with the pipes with which they are to be used. The marking of pipes and fittings shall be as

specified.

Flanged Branches

Flanged branches for air and washout (scour) valves shall be welded into the pipe in the required position.

The branch for an air valve shall be vertical and at right angle to the longitudinal axis of pipe. The invert

of the branch for a scour valve shall be horizontal and at right angles to the axis of pipe and shall align

with the invert of the barrel of the main pipe.

All the flanges shall be machined to standard thickness, square to the axis of the pipe.

Bends

Bends to provide change of alignment in pipe laying shall be manufactured to suit the site conditions from

manufactured and tested pipes by angle cutting of the barrel or by such other standard procedure and re-

welding. Bends shall be lined internally and coated externally, as specified for the pipes. Bends shall be

fabricated taking into account the vertical and horizontal angles for each case. The bends shall have

welded joints and the upstream and downstream ends of each bend shall have a straight piece of variable

lengths as required.

Page 61: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-21

Tapers

Tapers shall be manufactured out of steel plates and lined internally and coated externally as specified for

pipes. The tapers shall be suitable for connections to valves or flanged tailpieces on one side and to the

MS pipe on the other side. They shall be manufactured generally in accordance with IS 7322.

Flanges

Welding neck flanges conforming to IS 6392, ISO 7005-1 or BS 4504 Section 3.1 for a nominal pressure

rating as required must be used in accordance to the design pressure at the place of the installation. The

nominal size of flanges shall be in conformity to the equipment or pipe appurtenance with which they are

to be used. The flange thickness and drilling shall conform to IS 6392, ISO 7005-1or BS4504 Section 3.1 . Flanges shall be provided at the end of pipes or special where sluice valves, blank flanges, tapers, etc.,

have to be introduced. The Contractor shall assemble the flanges in the exact position by marginal cutting,

if necessary, so as to get the desired position of the valves, etc., either vertical or horizontal and shall then

fully weld the flanges from both sides in such a way that no part of the welding protrudes beyond the face

of the flanges. In case the welding protrudes beyond the flanges and if the Employer‟s Representative

instructs that such protrusions shall be removed, the Contractor shall file or chip them off. If required and

when instructed by the Employer‟s Representative, the Contractor shall provide and weld gusset

stiffeners.

Blind Flanges

Blank flanges shall be provided at all ends left unattended for the temporary closure of work and also for

commissioning a section of the pipeline or for testing after the pipeline has been laid. For temporary

closures, non-pressure blank flanges consisting of mild steel plates, tack welded at the pipe ends may be

used. For pipes subjected to pressure, blank flanges or domes suitably designed shall be provided. The

thickness and drilling of the blank flanges shall be as defined in IS 7005-1 or BS 4504 Section 3.1.

Stiffener Rings

The Contractor shall provide stiffener rings wherever required by the design or directed by the

Employer‟s Representative. The Contractor shall weld the same to the pipes with one circumferential run

on each side.

Straps

In general the use of straps shall not be allowed. Whenever their use is unavoidable, approval of

Employer‟s Representative shall be required. Wherever pipe laying work is done from two faces and/or

has to be done in broken stretches due to any difficulty met with at the Project Site, the final connection

has to be made by introducing straps to cover gaps up to 300 mm in length. Straps shall also be provided

as per the procedure of fixing expansion joints by the method described. Such straps shall be fabricated in

the field by cutting pipes, slitting them longitudinally and slipping them over the ends to be connected in

the form of a collar.

The collar shall be in two halves and shall have its inside diameter equal to the outside diameter of the

pipe to be connected. A minimum lap of 80 mm on either end of the pipe shall be maintained and fillet

welds shall be run both internally and externally along the circumferential joint. The longitudinal joints of

the collar shall be butt-welded. All fillet welds shall have a throat thickness of not less than 0.7 times the

width of welding.

Manways

Manways shall be placed at the locations shown on the drawings / L-Sections, or at the locations as

directed by the Employer‟s Representative. Manways in the pipeline shall be placed in suitable position in

the top quadrant.

Page 62: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-22

For manway installations, a fabricated tee with one side flanged shall be used. The size of manway shall

not be less than 600 mm in diameter and it shall project at least 200 mm above the pipe crown. The outlet

end must be provided with a blind flange. AWWA M11 shall be referred for typical details of manways.

Flanges, blind flanges and dished ends fabricated as per IS 2062/ A515 Gr. 60 are acceptable.

Closing or Make-up Sections

Closing or make-up sections shall be furnished at appropriate locations on the line to permit field

adjustments in pipeline length to compensate for shrinkage in field welded joints, differences between

actual and theoretical lengths, and discrepancies in measurements.

Test Heads

Test heads may be ellipsoidal, standard dished as per ASME code or hemispherical shaped. They shall be

welded in the shop and removed after the testing has been completed. Allowance shall be made in the

length of the pipe section receiving the test head for the welding and removal of the head and preparation

of the plate edges for the final weld after testing.

Other Specials

Steel material required for the fabrication of other specials shall be procured by the Contractor as per

codes specified for specials above.

Composite bends shall consist of two or more pieces jointed together, to give the required curvature.

Detailed drawings in regard to the composite bends required on works shall be given during the execution

of the work. Before cutting the plates for fabrication of specials the development of the shape shall be first

computed and accurate templates made wherever possible. If the templates cannot be made the shape shall

be first drawn on the plate before a cut is taken. Wye branches and tapers shall also be fabricated in one or

more pieces as may be necessary according to the lengths and sizes of plates available. They shall have

stiffening or labyrinth rings fixed on them as per design requirements, and as approved by the Employer‟s

Representative during fabrication.

For dished manhole covers, the required shape shall be obtained by using special dies in a hydraulic press.

The plate shall be cold pressed and no heating shall be resorted to.

Plug plates shall be manufactured as per approved drawing. The size of plug shall vary from 25 mm to

40 mm as may be directed by the Employer‟s Representative. A hole for the plug shall be cut, drilled and

threaded to exact size and shall be provided with a suitable stainless steel plug.

Pipe pieces which are to be fixed near flanged adapters should not deviate by more than plus or minus 1

mm from the external circumference, and all welds shall be ground flush with the pipe barrel.Loose flange

rings shall be cut out of one plate of suitable thickness varying from 10 mm to 100 mm. The Contractor

will be allowed to cut plates in segments and welded together to form a complete ring. The protruding

portion of the welded joint shall have to be chipped off and ground smooth flush with the plate. Wherever

possible, a complete ring shall be cutout of one plate. The flange rings shall be drilled to provide bolt

holes of the required size at the exact center to center distance as may be directed. They will be mounted

and tack welded on pipes, specials, etc., and welded circumferentially as directed.

Inspection and Testing of Fittings/Specials

Each special or fittings shall be subjected to tests as per IS 7322 before inner and outer coating. The

hydraulic test pressure shall be as per IS 3589 for specials.

Welding

Upon receipt of the order and prior to the start of fabrication, the Contractor shall obtain approval from the

Employer‟s Representative of the „Welding Procedure Method Statement‟ that he intends to use in the

shop work. All the shop and field welding shall conform to IS 4353, IS 9595 and IS 816. At the same

time, approval for the field welding procedures shall also be obtained from the Employer‟s

Page 63: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-23

Representative.

All components of pipe shell, either straight or bent, etc., shall be welded by use of automatic arc welding

machine by submerged arc process with alternating current. The strength of the joint shall be at least equal

to that of the parent material. Manual welding shall be adopted only when machine welding is not

possible.

Samples of welded joints shall be prepared and tested in the presence of the Employer‟s Representative

for approval of the Welding Procedure Method Statement. Only approved welding procedures shall be

used throughout the work and if any modifications are to be made, the written permission of the

Employer‟s Representative shall be obtained.

The Contractor shall use appropriate type and size of electrodes with suitable flux covering depending on

the thickness of plate and the type of joint. They shall also use standard current and voltage required for

the machine in use as per manufacturer‟s directions. Welding electrodes shall conform to IS 814 and IS

4353. Electrodes from reputed manufacturers shall be used with the approval of Employer‟s

Representative. The Contractor shall provide suitable equipment and ovens to keep the electrodes dry at

the desired baking temperature.

All longitudinal and circumferential joints shall be double-V butt joints with or without backing plates.

After completing the welding joints of pipes or plates from one side, and before the welding on the other

side, the joints shall be back chipped/ gouged and ground to remove irregular penetration till the even

surface is exposed. Gouging shall be resorted to when the plate thickness is above 6 mm.

All circumferential welds involving plates of unequal thickness shall be so kept that the inside surface of

plates match to provide stream-lined joints without alteration to the internal diameter.

In order to maintain a good standard in welding, welders shall be tested by the Contractor before they are

entrusted with the job. Qualification standard for welding procedures, welders and welding operators shall

conform to IS 7307 and IS 7310.Field welding shall be done by welders qualified for the various welding

positions as per applicable IS codes and standards. Only those welders who pass the test shall be allowed

to work on the project. Periodic competence tests shall be conducted at suitable intervals and those found

incompetent shall be removed from the job. If an incompetent welder has already welded some pipes, all

welding done by him previously shall be fully checked by X-ray in addition to the regular X- ray

inspections. The defects, if any, shall be rectified to the satisfaction of the Employer‟s Representative. All

such check tests and rectification of defects shall be entirely at the cost of the Contractor.

A record shall be maintained showing the names of welders and operators who have worked on each

individual joint. Manual arc welding shall preferably be carried out by a pair of welders so that, by

observing proper sequence, distortion can be avoided. A joint entrusted to a particular individual or a pair

shall be, as far as possible, completed by them in all respects, including sealing run. No helper or other

unauthorized person shall be permitted to do any welding whatsoever.

Page 64: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-24

The weld shall not become brittle or sensitive to blows and there should be no loss of toughness due to

welding or heat treatment. The material after welding and heat treatment shall match with the base metal

properties including original ductility. The weld thickness shall at no point be less than the nominal

thickness of plate and a slight reinforcement, as per IS codes. Final welding of closure gaps shall be

carried out within a temperature range of average air temperature of +/- 8oC.

If the contractor‟s working methods require that the pipes shall have cable holes / entries installed in the

fabrication shop, a hole shall be provided in the pipe which is large enough to allow the passage of cables

and other paraphernalia necessary for welding the pipes, and a reinforcing plate shall be welded to the

pipe with a tapped hole in it. A screwed stainless steel plug shall be provided to close the hole.

Testing of Welds

All welding shall be checked by ultrasonic testing for all lengths of pipe (i.e. 100 % testing at the factory).

Additionally, 10% of the joints shall be tested by radiography. All specials shall be tested 100% by

radiography.

Testing of Weld Coupons

Test pieces shall be provided by the Contractor for both longitudinal and circumferential welded joints at

the positions pointed out by the Employer‟s Representative. The samples so taken out shall then be cut to

the exact shape and dimensions and machined as described in relevant standards before testing for

chemical and mechanical properties.

The entire cost of the tests including provision of test samples, machining the test pieces, transport to and

from the laboratory and testing them in a laboratory, payment of all testing fees, cleaning and painting etc.

shall be borne by the Contractor. The tests shall be carried out in a third party testing facility approved by

the Employer‟s Representative. The testing laboratory shall have instruments and equipment, which are

calibrated in accordance with the requirements of National or International standards.

The following tests shall be carried out:

a. Mechanical Tests: The test plates shall be subjected to all mechanical tests as per the

approved Method Statement, or as otherwise reasonably directed by the Employer‟s

Representative. Tests shall be carried out in accordance with relevant standards. The tests

shall include determination of yield strength, tensile strength, elongation and bend tests.

Tensile tests shall be carried out in accordance with IS 1894. If a test specimen shows

defective machining or develops flaws not associated with welding, it may be discarded and

another specimen submitted. The welded joint shall exhibit mechanical and chemical

properties not lower than those specified for IS 2062 Grade B.

b. Guided Bend Test: This testing shall be in accordance with IS 3589 and IS 3600. One bend

test shall be carried out from each lot of 50 lengths.

c. Field Joint Tests: The field welded joints shall be tested in accordance with the procedure

outlined in IS 3600. One test plate shall be taken for every 500 m of pipe laid and shall be

subjected to mechanical and chemical tests as specified above.

Re-Tests

If the results of tests of any lot do not conform to the requirements specified, retests of two additional

specimens from the same lot shall be made, each of which shall conform to the required specifications. In

case of a failure of one or both, gouging and repairing shall be carried out to the particular lot of joints

from which the samples have been taken as directed by the Employer‟s Representative before the lot can

be accepted. The rectification process also shall have adequate test plates and they shall be tested for

compliance with the IS codes/standards.

In case both the samples yield satisfactory results in the re-test described above, gouging and repairing

will be required to be carried out on the joint which has failed in the initial test only.

Page 65: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-25

Radiography of Welded Joints

As soon as practicable after the welding is done, selected longitudinal and circumferential weld lengths

shall be radiographed to detect welding defects as per the requirement of IS 4853 and as directed by

Employer‟s Representative. If the results of such radiography fail to conform to the requirements, the

Contractor shall carry out 10% radiography test for the pipe welding at the factory as well as the Site as

directed to the satisfaction of the Employer‟s Representative.

Weld ripples or weld surface irregularities and slag, etc., on both inside and outside shall be removed by

any suitable mechanical process to a degree such that the resulting radiographic contact due to any

remaining irregularities cannot mask or be confused with that of any objectionable defect. The radiograph

shall be made in strict accordance with the latest requirements and as per the latest and most efficient

technique, either with X-ray or gamma ray equipment. The safety requirements during radiography shall

be in accordance with IS 2598.

The radiographs shall be marked in such a way that the corresponding portion of the welded seam and the

welder can be readily identified. All radiographs will be reviewed by the Employer‟ Representative to

identify the defects and determine those which requires rectification. Defects that are not acceptable shall

be removed by chipping, grinding or flame gouging to sound metal and the resulting cavities shall be

welded. After rectification, the joint is to be radio-graphed again to prove the quality of the repair. The

radiographs will be judged as acceptable or unacceptable by the Employer‟s Representative based on the

latest standards prescribed by the relevant Indian Standard specification.

All X-rays shall be taken with equipment and by personnel of the Contractor. Films shall be developed

within 24 hours of exposure and be readily accessible at all times for inspection by the Employer‟s

Representative. The Contractor shall provide, for the use of the Employer‟s Representative, suitable X-

ray viewing equipment. X-ray films shall be properly maintained by the Contractor. A complete set of

radiographs and records as described in IS 2595, for each job shall be retained by the Contractor and shall

be handed over to the Employer on completion of the Contract. All films shall be identified by the number

and chart prepared indicating location of any work associated with the pipe erection and such inspection

shall be performed by the Radiographer at the discretion of the Employer‟s Representative.

Radiographers performing radiography shall be qualified in accordance with SNT-TC-1A. Supplements

and Appendices “Recommended Practice for Non-destructive Testing Personnel Qualification and

Certification” published by the American Society for Non-destructive Testing as applicable for the

technique and methods used.

Final acceptance of radiographs shall be based on the ability to see the prescribed penetrometer image and

the specified hole.

Sections of welds that are shown by radiography to have any of the following types of imperfections shall

be judged unacceptable and shall be repaired.

i. Any type of crack or zone of incomplete fusion or penetration. ii. Any elongated slag inclusion which has length greater than 6 mm. iii. Any group of slag inclusion in line that have an aggregate length greater than 12 times the

weld thickness, except when the distance between the successive imperfections exceeds 6 L

where L is the length of the longest imperfection in the group.

iv. Rounded indications in excess of that specified by the acceptance standards given earlier.

Pipe Testing in Fabrication Shop (Factory Test)

A hydraulic test shall be carried out at the fabrication shop for each pipe length fabricated, in the presence

of and to the satisfaction of the Employer‟s Representative. All pipes and specials shall be subjected to

hydraulic test at the fabrication yard after fabrication, but before application of protective coatings.

Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in welding such as slag,

porosity, etc., shall be repaired by gouging and re-welding. Each pipe shall be filled with water slowly and

the pressure increased uniformly until the required test pressure is reached. The hydraulic test pressure at

the factory shall be in accordance with Clause 10 of IS 3589.

Page 66: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-26

Each pipe to be tested shall be given a unique serial number, and shall be painted with details such as the

pipe number, shell thickness, diameter, length, date of fabrication, etc., as directed by Employer‟s

Representative. It shall be entered in the register to be maintained by the Contractor. The register shall be

maintained in suitable format giving the following information for each shell tested:

a. Serial No.

b. Pipe No.

c. Date of test

d. Specification and thickness of steel e. Weight of pipe shell tested f. Maximum test pressure g. Details of test performance

h. Details of radiographic examination of welds

i. Name of Employer‟s Representative witnessing tests

A copy of these details shall be furnished to the Employer‟s Representative. For indicating the pressure inside the pipe an accurate pressure gauge of approved make duly tested and

calibrated for the accuracy of readings shall be mounted on one of the closures, which close the pipe ends.

The pressure shall be applied gradually by approved means and shall be maintained for at least 2

minutes or till the inspection of all welded joints is done during which time the pipe shall be hammered

throughout its length with sharp blows by means of a 1 kg hand hammer.

The pipe shall withstand the test without showing any sign of weakness, leakage, oozing or sweating. If

any leak or sweating is observed in the welded joints, the same shall be repaired by gouging and re-

welding after dewatering the pipe. The repaired pipe shall be re-tested to conform to the specified

pressure.

If any leak or sweating is observed in pipe shell the pipe under test shall be rejected temporarily. The

Contractor shall stack such rejected pipes separately in his yard. The Employer‟s Representative shall

inspect the same, shall determine the nature of repairs to be carried out, and shall be supplied with two

copies of the results of all the tests carried out. The repaired pipe shall be re-tested to conform to the

specified pressure.

The internal lining and external coating of pipes to be applied in the factory shall be applied after the

successful completion of hydraulic testing.

Marking

The marking shall be done after internal and external coating of the pipeline.

All pipes and specials shall bear the following markings. The marking shall be on the side which will be

the inside of the pipe. On the specials the direction of flow shall be stamped in a prominent manner.

a. Outside diameter (mm) b. Length of pipe or angle of the bend (m / degrees) c. Plate thickness (mm)

d. Approximate weight of the pipe or special (kg or tonnes)

e. Internal lining: Material and thickness

f. External coating: Material and thickness

Stress Relieving

Stresses developed during fabrication of flange rings of above 40 mm thickness due to gas cutting and

welding in segments shall have to be relieved for smooth functioning of the same after installing in the

pipe laying works.

Stress relieving shall be done as per IS.2825 and ASME Sec VIII, by resorting to the following process

and the chart shall be submitted in proof of this process.

The flange rings shall be put into the furnace and gradually heated up to the temperature of 600oC at the

rate of 100o C per hour. This temperature of 600

oC shall be maintained for a period in hours obtained by

dividing the thickness of flange ring in mm by 25. The temperature shall be cooled down at the rate of

Page 67: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-27

100o C per hour till it reaches 300

oC. After this the flange rings shall be taken out from the furnace and

allowed to cool down to the room temperature under atmospheric temperature. No water or any liquid

shall be poured on the flange rings during the entire process.

Joints

Unless detailed otherwise, all pipes and fittings shall have welded joints. However, as necessary flanged

joints shall be provided. The use of butt welded joints for joining pipes shall be in accordance with Clause

4.3.15 and end preparation shall be in accordance with IS 3589. All connections to valves shall be

flanged.

Flanged Joints

Flanges shall comply with IS 7322 / BS 4504. The nominal pressure rating shall be at least equal to the

highest pressure rating of the pipes or fittings to which they are attached. The Contractor shall fabricate

flanges meeting the requirements of pipe sizes under this Contract or otherwise to suit the abutting valves

or other connections as required. Flanges shall be provided with all necessary nuts, bolts, washers and

gaskets, as specified herein. The Contractor shall also apply graphite grease to the bolt threads when joints

are made.

Storage

Before sending the pipes to the contractor‟s storage yard, the exposed portion of the pipe (i.e., internal

surface and portion where coating is not done) shall be cleaned with wire brush and then a layer of cement

slurry in 1:2 proportion shall be applied to all exposed portion uniformly.

Pipes and fittings shall be stored raised off the ground and shall be carefully supported, cushioned and

wedged. Special care shall be taken to ensure that steel pipes are cradled and supported in a manner that

prevents any distortion of the pipes and coatings. The pipes shall be kept protected from the direct sunrays

in factory. All pipes shall be laid within 6 weeks of the shifting them to the Project Site.

All gaskets, nuts and bolts flange adapters and other similar items shall be stored in dry conditions, raised

off the ground in sheds or covered areas.

Until required for incorporation in the Works, each rubber ring or gasket shall be stored away from direct

sunrays, electrical equipment and other materials like oil and chemicals and also from heat and cold.

Transportation and Handling

All pipes and specials fabricated in the yard and temporarily stacked at the factory shall be transported

carefully to the site of the pipe laying after internal cleaning. Any vehicles on which pipes are transported

shall have a body of such length that the pipes do not overhang. Large pipes shall be placed on cradles and

the loads properly secured during transit.

Additional precautions shall be taken to avoid deformation of flexible pipes lining and coating. To

maintain their circular cross-section internal struts shall be fitted in the pipes. Details of the proposed

strutting system shall be submitted to the Employer‟s Representative for approval and, if required by the

Employer‟s Representative, the method of strutting shall be demonstrated and tested on site.

Wide non-abrasive or other approved slings shall be used and all hooks and other metal devices shall be

well padded. Hooks engaged on the corner wall surface at pipe ends shall not be used. Steadying ropes

shall be employed. The positions of lifting slings shall ensure that stresses and tendency towards

deformation in the pipes are kept to a minimum. Pipes shall be unloaded on timber skids with steadying

ropes or by any other means. Padding shall be provided between coated pipes, fittings/ specials and timber

skids to avoid damage to the coating. As far as possible, pipes shall be unloaded on one side of the trench

only.

Under no circumstances shall pipes be dropped, be allowed to strike one another, be rolled freely or

dragged along the ground.

Page 68: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-28

Pipe handling equipment shall be maintained in good condition and any equipment, which in the opinion

of the Employer‟s Representative may cause damage to the pipes, shall be discarded.

Lining and Coating

Materials

Internal lining and external coating for MS pipes and specials shall be with liquid epoxy, factory applied.

The coating system shall meet the performance requirements of AWWA C 210.

Internal Lining

MS pipes and specials shall be internally lined with one coat of a two-part, chemically cured inhibitive

epoxy primer with not less than 30 micron dry film thickness and two coats of different two-part,

chemically cured, solvent free, airless spray applied epoxy finish coats to provide a high build inert lining

system. The minimum dry film thickness (DFT) of the internal lining shall not be less than 400 microns

including primer coat.

External Coating

MS pipes and specials shall be externally coated with one coat of a two-part, chemically cured inhibitive

epoxy primer with not less than 30 micron dry film thickness and three coats of different two-part,

chemically cured, solvent free, airless spray applied epoxy finish coats to provide a high build inert

coating system. The minimum DFT of the coating shall not be less than 600 microns including primer

coat.

Surface Preparation

The pipe‟s internal and external bare surfaces shall be free from mud, mill scale, lacquer, wax, paint, coal

tar, asphalt, oil, grease, or any other foreign material. Before blast cleaning, surfaces shall be inspected

and, if required, pre-cleaned according to SSPC-SP1 (Society for Protective Coatings) to remove oil,

grease, and loosely adhering deposits. Only solvents that do not leave a residue shall be used. Preheating

to remove oil, grease, mill scale, water and ice may be used, provided all surfaces are preheated in a

uniform manner to avoid distortion.

Blast Cleaning

All metal surfaces shall be blast cleaned to achieve a near white surface, equivalent to SSPC-SP 6/NACE

No.3.

The interior and exterior pipe surfaces shall be abrasive blast cleaned to achieve a white metal surface.

Prior to blast cleaning any sharp protuberances, surface laminations, weld spatter, etc. shall be removed by

thorough cleaning and grinding. Throughout the blast cleaning process the humidity should be less than

85%. The pipe surface should be at least 30 C above due point prior to abrasive blasting. Blast- cleaned

surface shall be protected from conditions of high humidity, rainfall or surface moisture and shall not be

allowed to flash rust before the coating is applied. If rust occurs, the surface must be prepared again by

blast cleaning in the mill or shop or by either blast cleaning or wire-brush cleaning in the field.

Surface Inspection

The cleaned pipe surfaces shall be inspected for adequate surface preparation. Surface imperfections such

as slivers, scabs, weld spatter, and gouges shall be removed by hand filing or grinding to prevent holidays

in the applied coating.

If abrasives or other loose foreign matter have entered the interior of the pipe, then clean, dry, oil-free

compressed air shall be used to remove the loose foreign matter in a manner that does not affect the

surface of the pipe that is to be coated. Vacuum cleaning or other methods may be used in place of

compressed air cleaning.

Page 69: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-29

Pipe Ends for Welded Field Joints

After blast cleaning, ends of pipes which will subsequently be welded should mask off for 150 mm back

from end of pipe.

Application of Epoxy Coating

General

Prepared surface must be completely clean of dust, dirt and grease and thoroughly dry. No coating shall

be applied in the following atmospheric conditions:

I. Relative humidity exceeding 85%

II. When the surface to be coated is less than 30 C above the dew point

III. The surface temperature is less than 70 C or greater than 50

0 C

Coating shall be curtailed 150 mm from both ends of the pipe to permit site welding of joints.

Successive Coats

Application of the successive coat/coats after primer coat application, the second coat shall be applied

within the time limits, surface conditions, and temperature recommended by the coating manufacturer. If

the period between successive coats is exceeded, then a repair procedure shall be obtained from the

coating manufacturer, and its recommendations shall be followed.

Application Temperature

The temperature of mixed coating material and of the pipe at the time of application shall not be less than

100 C. Preheating of the coating material, the use of inline heaters to heat the coating material; or heating

of the pipe, fittings or specials, may be used to facilitate the application. Heating shall confirm to the

recommendations of the coating manufacturer.

Plural Feed Hot Airless Spraying

The Base component and Activator shall be heated separately by either or a combination of the following:

i. Individual drum heaters for Base and Activator, each heater fitted with a variable thermostatic

control,

ii. In-line heaters, fitted in to the Base and Activator lines at the pump.

The Base and Activator shall be pumped individually to an airless proportioning pump and re-circulated

either through the Base and Activator lines back into the heated tanks or via the in-line heaters, through

the lines, back into the Base and Activator containers or back into the heated tanks.

The heated Base and Activator shall be kept separate throughout the system until they meet at the mixer

head at the end of each individual coating feed line. To minimize temperature losses, the paint feed lines

shall be insulated and the spray gun attached by a single airless paint line to the mixer head. The length of

this line shall be kept to a minimum.

During start up and when spraying stops, the Base and Activator shall be re-circulated down the Base and

Activator return lines and left on re-circulation to ensure that the coating in the lines is maintained at

constant temperature. When any spraying stops for lunch, moving scaffold etc., the solvent flush line shall

be activated, to flush out and clean the mixer head and whip end line.

Page 70: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-30

Coating Repair

Coating requiring repair due to scars, coating imperfections and other small defects shall be repaired using

repair materials from the same manufacturer as the epoxy or any other compatible material approved by

the Employer‟s Representative. Pipe surfaces with major coating defects such as particle coating,

unbounded coating, or inadequate film thickness, shall be reprocessed starting with surface preparation

procedures.

Touchup and Repair Procedures

The finished coating shall be inspected for damage or reduced thickness. Any such areas shall be repaired

by thoroughly degreasing the surface and abrading using 180 grade abrasive papers, the abraded area

should extend from edge of the damage for 50 mm onto surrounding sound coating. The repaired surface

can then be re-coated.

The coating shall be hard dry before the surface is abraded. No surface shall be abraded within the times

as follows:

Ambient Temperature, degrees C 7 10 15 20 25 30

Time to elapse between application and abrasion for repairs (hours)

36

32

24

16

12

8

Final Cure Time

The lined/coated pipes shall be stored for curing in accordance with the durations given as follows:

Ambient Temperature (degrees C) 45 40 35 30 25 20 15 10 7*

Minimum number of days storage 1 1 2 4 5 7 11 17 22

* Minimum possible cure temperature

Electrical Inspection for Continuity

After the coating has been properly applied, the Contractor shall conduct an electrical inspection of all

coated surfaces with an electrical holiday detector. Any defect in the coating shall be satisfactorily

repaired at the expense of the Contractor

.

The electrical equipment used for holiday detection in the shop and in the field shall be a portable, low-

amperage, adjustable-voltage pulse holiday detector that employs an audible signaling device. The holiday

detector shall use coil spring electrode or a brush electrode.

The primary input power shall be no higher than 20 watts, and the minimum pulses at crest voltage shall

be 20 Hz. The operating voltage of the detector shall be determined by the following formula:

V= 1,250 t0.5

Where

:

V = the inspection voltage

t = average coating system thickness in mils (1 mil = 25 microns)

Page 71: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-31

Because of variables, such as relative humidity and temperature, the detector voltage shall

be checked no less than twice daily that is before starting work in the morning and before

resuming work in the afternoon. To ensure proper inspection voltage the equipment shall be

properly grounded and the voltage adjusted according to the instructions of the equipment

manufacturer.

After the voltage has been properly checked, the electrode shall be passed over the coated

surface one time only, at a rate of approximately 9 to 18 m/min. If the electrode is stopped

while passing over the coated surface, the current to the electrode should be cut off

immediately to avoid possible damage to the coating.

Holiday Detection and Repair

Any holidays will be indicated by an electric spark between the electrode and the metal

surface and by an audible signal. The coating shall pass the electrical inspection test if no

electrical spark occurs. If an electric spark occurs between the electrode and the metal

surface, the holiday shall be marked with a suitable indicator such as chalk or crayon to

identify the area for repair.

After curing, but prior to installation, the coating system applied to the pipe shall be tested

for holidays according to the procedures and using the voltage settings. Any holidays

indicated by the detector shall be marked with chalk or left-tip marker to identify the area to

be repaired.

Coating of Joints After Welding

All weld joints after field welding shall be thoroughly cleaned so as to be free from mud,

oil, grease, welding flux, weld spatter, and other foreign contaminants. The cleaned metal

surfaces of the weld joints shall then be abrasive blasted, vacuum blasted, or abraded using

rotary abrading pads. The adjacent liquid epoxy coating shall be feathered by abrading the

coating surface by a distance of minimum 25 mm.

All loose dust and abrasive residue shall be removed from surface by brush or airline.

Surfaces shall be degreased with detergent solution to ensure no oil or grease resulting from

the abrading process is present.

The two-part epoxy coating shall be mixed in accordance with the manufacturer‟s product

data sheet and then hand applied to the prepared area by brush to achieve the same

thickness as the pre-coated pipe.

After curing, the coating system applied to the welded joints shall be holiday tested. Any

holidays indicated by the detector shall be repaired. Repairs shall also be electrically

inspected using holiday detector.

Tests and Inspection

The contractor shall carry out the following tests:

Surface preparation stage

I. Comparison with appropriate standards for surface preparation

II. Comparison with appropriate standards for blast profile

III. Cleanliness of surface prior to coating

IV. Humidity, dew point and surface temperature

Page 72: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-32

during blast cleaning Application stage

I. Wet film thickness

II. Visual assessment

III. Humidity, due point and surface temperature

Minimum 24 hours after application

I. Dry coating

thickness

After 48 hours curing

I. Test for porosity using holiday detector.

Jointing MS Pipe

When two (2) lengths of WS pipe are joined together the faces of the pipe shall be cut clean

perpendicular to the longitudinal axis of the pipe and the ends shall be chamfered at 30-

degree, except for the internal 2 mm, and welded externally. The pipes having thickness

more than 12 mm shall be welded externally as well as internally.

Page 73: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-31

Section V: Technical Specifications

Subsection 4 – Valves and Appurtenances

4. Valves and Appurtenances

The details and specifications of the various types of valves and appurtenances to be used in the

distribution system are contained in this subsection.

General

Throughout erection, the valves shall be supported properly on wooden sleepers, etc. and shall

be concreted immediately thereafter, as directed. Before the valves are actually fixed, they shall

be cleaned and greased and it shall be verified that all parts are in perfect working condition. In

the case of air valves, the Contractor shall take special care of the dexine joints and the ebonite

and /or vulcanite balls until they are fixed in position. They shall be kept immersed in water in

suitable containers.

The work of installing valves shall be carried out carefully so as not to damage them during

handling, erection and fixing. The work shall be executed in a workman like manner under the

direction of Employer‟s Representative.

General Requirements for Valves

Valves shall be manufactured and installed in accordance with internationally recognized

standards / Indian Standards. In-line valves shall be double flanged with the faces parallel to

each other and at right angles to the valve centerline. Backside of valve flanges shall be

machined or spot faced for proper seating of the head and nut. Valves to be buried or installed

in underground chambers, where access to a hand wheel would be impractical, shall be

operated by means of an extension spindle and/or keys. Valves shall be suitable for frequent

operation as well as operation after long periods of idleness in either the open or closed

position.

All the valves shall be manually operated. For butterfly valves the gearbox shall be provided

with self- locking devices. A locking facility shall be provided for the valve in either the fully

open, fully closed or intermediate position.

Gate (sluice) valves and butterfly valves shall be provided with position indicators, to show

whether the valve is in the open, closed or an intermediate position.

Sluice and Scour valves shall be provided with an extension spindle for operation from

operating level / ground level.

Gaskets

Gaskets and O-rings for water service shall be made of Nitrile rubber and readymade matching

with respective flanges. Gaskets and O-rings for chemical service including chlorine shall be

made of EPDM or Viton. Gaskets cut out from rubber sheets are not acceptable.

Butterfly Valves

Features of Construction

The valves shall be manufactured with integral body seats, suitable for open-closed and

throttling service. Each valve shall be capable of withstanding the rated pressure from either

side. Leakage rates shall not exceed 3.6cc/hr/cm of nominal valve diameter. The valves shall be

furnished with double flanged ends.

Page 74: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-32

The valves, where specified or shown on the Drawings, shall be manually operated with gear

box and hand wheel and shall be furnished with extension spindles. The extension spindle shall

be furnished with a universal coupling and intermediate supports.

Butterfly Valves to be installed shall be of the metal seated type generally as per BS EN 593.

Valves shall be suitable for mounting in any position. The valve seat shall be of integrally cast

and of replaceable design. When the valve is fully closed, the seal shall seat firmly. The seat

surfaces shall be machined smooth to provide a long life for the seal. All fasteners shall be set

flush so as to offer the least possible resistance to the flow through the valve. All valves shall be

suitable for throttling purpose.

All valve spindles and hand wheels shall be positioned to give good access for operational

personnel. Valve of diameter 400 mm and above shall be provided with an enclosed gear

arrangement for ease of operation. The gearing shall be such that the valve can be opened and

closed by one man against an unbalanced head of 1.15 times the specified rating. Valve and

gearing shall be such as to permit manual operation in a reasonable time and not exceed a

required rim pull of 80 N. All hand wheels shall be arranged to turn in a clockwise direction to

close the valve, the direction of rotation for opening and closing being indicated on the hand

wheels.

Butterfly valves conforming to IS 13095 or equivalent International standard are acceptable.

Pressure rating for the butterfly valves to be installed in the distribution network shall be as

specified in Table 4.1.

Table 4.1 Pressure Ratings for Butterfly Valves

Service Pressure Rating Operating Pressure

(MPa)

Body Test Pressure

(MPa)

Distribution lines PN 1.6 1.6 2.4

Materials of Construction

The materials of construction for butterfly valves shall be in accordance with Table 4.2.

Table 4.2 Materials of Construction for Butterfly Valves

Item PN 1.6 Rated Valves PN 1.0 Rated Valves

Body SGI IS 1865 Grade 500/7 CI IS 210 Grade FG 260

Disc SGI IS 1865 Grade 500/7 CI IS 210 Grade FG 260

Shaft Stainless Steel BS 970, Grade 431

S29

Stainless Steel BS 970, Grade 431

S29

Body and Disc Seat Stainless Steel AISI 316 Stainless Steel AISI 316

Bearing Steel backed PTFE (Teflon) Steel backed PTFE (Teflon)

Internal Fasteners Stainless Steel SS316 Stainless steel SS316

The butterfly valves can alternatively be supplied in fabricated steel with material components

of Body and Disc confirming to IS 2062 Gr. B / IS 2002. A minimum corrosion allowance of 3

mm shall be added. Butterfly valves conforming to IS 13095 will also be accepted.

Page 75: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-33

Gearboxes for Butterfly Valves

Gearboxes shall be of the self-locking type, with a continuous indicator. Traveling nut and

screw type of gearboxes shall not be acceptable.

Each gearbox must conform to the provisions of AWWA C504. The rated torque capability of

each operator shall be sufficient to seat, unseat and rigidly hold in any intermediate position the

valve disc it controls under the operating conditions specified. Operating torque must be as per

requirements given in AWWA C504.

The operator shall be of worm and worm wheel design, self-locking type with or without an

additional spur gear arrangement to ensure that the effort on the hand wheel is limited to the

pull specified.

All valve operators shall be equipped with adjustable mechanical stop-limiting devices to

prevent over- travel of the valve disc in the open and closed positions. Either end of the worm

shaft must be provided with a needle roller bearing to take the lateral thrust.

The housing for the gearing must be enclosed and sealed in such a way that there is no leakage

of oil / grease even after long period of idleness and there shall be no ingress of rainwater.

Operator for valves, which are likely to be submerged in water for any period of time, shall be

watertight.

The hand wheel may be provided with an extension for easy grip. The hand wheels must have a

provision for locking with a chain and pad lock. All operators when fitted to the valve shaft

shall ensure clockwise closing and this shall be indicated on the housing. A mechanical

indicator is to be provided to show disc position and end of travel.

Sluice Valves

Features of Construction

Sluice valve shall generally conform to BS: 5150 / IS 14846. They shall be of non-rising

spindle type. The gate face rings shall be securely pegged over the full circumference of the

valve.

Valves shall have two positions marked at the closed end of the scale. The first position

corresponding to the position of the gate tangential to the bore of the seating and the second

position below the first, corresponding to the position of the gate as it sits on the seat after

moving a further distance equal to the depth of the seating.

Valves in buried service or in vaults shall be furnished with extension spindles. Each extension

spindle shall be furnished with a universal coupling and intermediate supports.

Pressure rating for the sluice valves to be installed in the distribution network shall be as

specified in Table 4.3.

Table 4.3 Pressure Ratings for Sluice Valves

Service Pressure Rating Operating

Pressure (MPa)

Body Test

Pressure (MPa)

Distribution Lines PN 1.6 1.6 2.4

Materials of Construction

The materials of construction for sluice valves shall be in accordance with Table 4.4.

Page 76: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-34

Table 4.4 Materials of Construction for Sluice Valves

Item Material

Body, Wedge, Dome For PN 1.0 - CI IS 210 Grade FG 260

For PN 1.6 - SG Iron IS 1865 Grade 500/7

Hand Wheel Cast Iron IS 210 Grade FG 200

Stem IS 6603, SS 4Cr17 Ni12 Mo2 / AISI 316

Body Seat Ring and Wedge Ring IS 318 Grade LTB 2

Shoe Channel and Stem Nut IS 318 Grade LTB 2

Back Seat Bush IS 318 Grade LTB 2

Pressure Reducing Valves

Scope

Diaphragm controlled pressure reducing valves, suitable for automatic reduction of downstream

pressure shall be provided and installed. The downstream pressure shall remain constant to the

set value, independently of flow variations or upstream pressure variations. The pressure rating

of the valves shall be PN 1.6 (16 kg / cm2 operating pressure).

Product features

Product features shall be as specified below.

a. Straight-through valve of the Globe type.

b. Single chamber diaphragm control with soft seal.

c. Variation of pressure in the chamber shall cause regulation of the valve disc.

d. Capable of setting the opening and closing speed.

e. Flanges shall be conforming to ISO 7005-2

f. Face-to-face as per ISO 5752 Series 1 (DIN 3202, F1)

Material

Material for of the internal linkage /Fasteners shall be SS-304. The valves shall be suitable to

work at the designed pressure between the temperature range of -100C to + 650C.

Hydraulic Test at Works

Valve seat shall be tested for a pressure equal to PN rating of the valve and Body for 1.5 x PN

rating of the valve. The valves shall be tested by the manufacturer for various downstream set

pressures with varying upstream pressures and the contractor shall submit the manufacturer‟s

test certificate giving the observed test data.

Coating

The valve shall be coated internally and externally with electro-statically supplied blue epoxy to

WIS4-52-01 class B.

Packing and Shipping

The valves shall be dispatched to work site with suitable and strong packing to avoid any

damage during transport.

Page 77: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-35

Installation and Manufacturer’s Services

The valves shall be installed at the locations shown on the distribution network drawings. The

contractor shall be fully responsible for proper functioning of the pressure reducing valves. He

shall arrange for the visits of the manufacturer‟s representative at his cost during installation,

start-up service and necessary adjustments for pressure settings and satisfactory test and trial

after commissioning. The manufacturer‟s visit shall also be arranged by the contractor at his

cost, as and when required during the performance guarantee period, if any functioning problem

arises.

Acceptable Makes

Acceptable makes for Pressure Reducing Valves shall be VAG, TALIS, GLENFIELD,

Armstrong or equivalent as approved by the Employer‟s Representative.

Electromagnetic Flow Meter

Scope

Supply & installation of Electromagnetic Flowmeter, manufacturer should have ISO

9001:2008 certification and flow meter testing confirming to ISO 17025; Flow meter tube:

SS304; Flanges: carbon steel as per DIN PN10 or higher rating as per requirement; Liner hard

rubber or PTFE suitable for drinking water application; Grounding: Grounding rings SS 304 /

Grounding electrodes of material SS316: coil housing and junction box: SS304 / Die cast

aluminum / carbon steel with anticorrosive epoxy coating of minimum thickness 150 microns

/equivalent as per EN ISO-12944 standard (as per site condition); Ingress protection: IP68 for

sensor and IP67 for Transmitters; Flow transmitter accuracy; +/-0.5% of the measured value for

velocities 0.5 m/sec or above; Display: Digital LCD / LED (Back lit LCD / LED) Display,

Instantaneous flow, Bi-directional flow and totalized flow; Cable between flow head and

Transmitter: maximum 25 m including PVC conduit; Surge arrester: Power supply & output:

230 V AC or 24 V DC as applicable to site condition & 4-20 mA HART; Compatible to

SCADA / WEB Based data acquisition system;

Power supply or battery out of 23 V AC or 24 V DC to the Electromagnetic Flow Meter point

will be provided by the Employer and the Contractor has to liase with line department for

availing power supply and installation.

Flow meter test lab certification should be provided from NABL approved lab / FCRI;

Excluding all taxes with 5 years warranty

Packing and Shipping:

The valves shall be dispatched to work site with suitable and strong packing to avoid any

damage during transport.

Installation and Manufacturer‟s Services:

The valves shall be installed at the locations shown on the distribution network drawings. The

contractor shall be fully responsible for proper functioning of the Electromagnetic Flow Meter.

He shall arrange for the visits of the manufacturer‟s representative at his cost during

installation, start-up service and necessary adjustments for Flowmeter settings and satisfactory

test and trial after commissioning. The manufacturer‟s visit shall also be arranged by the

contractor at his cost, as and when required during the performance guarantee period, if any

functioning problem arises.

Page 78: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-36

Acceptable Makes:

Acceptable makes for Electromagnetic Flow Meter shall be M/s. Krohne Marshal /

Endress+Hauser / Yokogawa / Siemens / Emerson / ABB / or equivalent make) Including

required fittings complete as directed by the employers representative.

Air Valves

Features of Construction

Each Dual chamber air valves with inbuilt sluice valve shall be provided. Air Valve shall be

capable of exhausting air from a pipeline when it is being filled with water. Air shall be

released at a sufficiently high rate to prevent the restriction of the inflow rate. Similarly the

valve shall be capable of ventilating a pipeline automatically when it is being emptied. The air

inflow rate should be sufficiently high to prevent the development of vacuum within the

pipeline. The valve shall automatically release air accumulating in the pipeline during normal

operating conditions.

Air valves shall be double acting type. For double acting type valves, a buoyant rigid ball

(float) shall seal the large orifice and the chamber housing shall be designed to avoid premature

closing of the valve by the air being discharged. A buoyant ball shall seal the small orifice at all

pressures above atmospheric except when air accumulates in the valve chamber. All air valves

shall be provided with an inbuilt valve and a flanged end connection.

The aperture of each valve must be properly designed for the proper air release and inlet rates.

All branched outlets including air valve tees shall be provided with one ½” BSP tapped

coupling duly plugged for measurement of pressure. The closing plug shall be in Stainless Steel

(AISI 304 or equivalent) with a hexagonal head. The head shall be provided with a copper

washer for sealing.

Pressure rating of the air valves shall be PN 1.6 (16 kg/cm2 operating pressure). The valves

shall be conforming to IS 14845.

Materials of Construction

The materials of construction for Air Valves shall be in accordance with Table 4.5.

Table 4.5 Materials of Construction for Air Valves

Item Material

Body, Cover and Cowl CI IS 210 Grade FG 260

High Pressure Orifice and Plug Bronze or Stainless Steel

Bush Bronze

High Pressure Ball Rubber

Low Pressure Ball Vulcanite

Low Pressure Seat Ring Dexine (Nitrile Rubber)

Fire Hydrants

Fire hydrants shall be as per Standard Specification.

Page 79: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-37

Dismantling Joints

Dismantling joints shall be a double-ended flanged adapter that allows for longitudinal

adjustment in piping systems where flanged end pipe is utilized. This special shall provide

flanged end pipe interfaces with valves, meters or other specials and allow for dismantling of

the joint without dismantling of the connecting piping.

Dismantling joints shall be fusion bonded epoxy (FBE) coated in the factory prior to shipment

to the Project Site.

Dismantling joints shall be installed as shown on the Drawings or as specified. Dismantling

joints shall be Style 131 as manufactured by the Dresser Inc., USA, Advance Valves Ltd,

Fouress Engineering Ltd, Indian Valve Pvt Ltd, Kirloskar Brothers Ltd, or equivalent.

Drawings and Information to Be Provided By Contractor

For each valve and set of bellows being furnished, the following shall be submitted for approval

by the

Employer‟s Representative, prior to shipping any of these items to the project site:

i. Cross-sectional drawings with materials of construction listed

ii. Outline dimensional drawings with valve parameters including the weight

Miscellaneous Accessories

Isolating Cocks

For isolation of small diameter piping for gauges and other instrumentation equipment,

isolation cocks (gauge cocks) shall be installed. The cocks shall be made of 316 stainless steel,

1/4 turn ball or plug valve with the operating handle arranged to indicate the open and closed

positions. Each isolation cock shall have a spring bottom, and female by female ends.

Nuts, Bolts and Washers

The Contractor shall provide the jointing material such as nuts, bolts, washers, rubber packing,

etc. required for the installation of the valves. The Contractor shall supply all hold down,

alignment, and leveling bolts complete with anchorages, nuts washers and packing required to

fix the equipment to its foundations, bed plates, frames and other structural parts.

Nuts, bolts, screws, studs and washers (fasteners) shall be of the best quality steel, machined on

the shank and under the head and nut. Nuts and bolts for connecting pipe flanges shall be of the

hex head type, manufactured from MS rounds in accordance with IS 1363 (2002), IS 2389

(1968) and IS 4206 (1987). Nuts and bolts shall be of the high tensile strength classification and

shall be not dipped galvanized after fabrication.

Bolts shall be of adequate lengths to extend past the end of the nut, including space for a

washer, by at least 6 mm. Flange bolts may be partially threaded as long as the threaded portion

extends into the nut side flange.

Washers, locking devices and anti-vibration arrangements shall be provided where necessary.

Bolts, nuts and studs shall be designed so that the maximum stress does not exceed half the

yield stress of the material under any conditions. Bolts for joining piping shall be size M16

minimum. Bolts for securing pumps and other equipment shall be size M20 minimum. All studs

and screws shall be made of type 304 or 316 stainless steel.

Page 80: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-38

The Contractor shall procure and keep at site, reasonable excess quantities to cover wastage of

those materials, which will be normally subject to waste during erection, commissioning and

setting to work.

Pressure Gauges

Bourdon or equivalent type pressure gauge of range 0-27 kg/ cm2 shall be used to record the

pressure in the pipe line. A connection of 25 mm dia. G.I. pipe line shall be taken from main

pipe line to the adjacent pressure chamber for recording the pressure.

Inspection

During testing there shall be no visible evidence of structural damage to any of the valve

components. The testing of valves shall be inspected at the works prior to dispatch by the

Employer‟s representative or third party appointed by the Employer‟s representative. The

contractor shall inform in advance about the testing operation of the valves at works by the

manufacturer. The contractor shall arrange for all the expenses for the inspection at works

including to and fro charges, halting arrangements etc. The valves shall be accepted only after

satisfactory test results are observed. The contractor shall also furnish test certificated signed by

the manufacturer for all the tests carried out at works as specified in the relevant Indian

Standard for each type of valves. Testing shall be carried out before application of coating.

Testing Protocol

a. Butterfly Valves:

Seat leakage test at rated pressure

Body test pressure at 1.5 times the rated pressure

Disc strength test at body test pressure

b. Sluice Valves:

Seat leakage test at rated pressure

Body test pressure at 1.5 times the rated pressure

c. Check (non-return) Valves:

Seat leakage test at rated pressure

Body test pressure at 1.5 times rated pressure

d. Pressure Reducing Valves

Seat leakage test at rated pressure

Body test pressure at 1.5 times rated pressure

e. Air Valves:

Function and performance tests as specified in clause 12.4 of IS 14845

Body test pressure at 1.5 times rated pressure

f. Dismantling Joints:

Body test pressure at 1.5 times rated pressure

Marking:

The following information shall be cast on each valve body in raised letters

Manufacturer‟s name or trade mark

The nominal pressure rating of the valve

Size of the valve in mm

Year of manufacturer

Serial number of the valve in punch on top of flanges.

Coating

Coating for the valves and appurtenances shall be as per the relevant Indian Standard or

equivalent International standard.

Page 81: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-39

Section V: Technical Specifications

Subsection 5 – Pipe line Works

5. Pipeline Works

General

The pipeline work in general shall be carried out according to the specifications. Work under

this subsection shall be performed in conjunction with Subsection 3 „Pipes and Specials‟.

Preparatory Work

The contractor will inspect the route along which the pipe line is proposed to be laid. He should

observe/ find out the existing underground utilities/ construction and propose an alignment

along which the pipeline is to be laid. He should make all efforts to keep the pipe as straight as

possible with the help of ranging rods. Where ever there is need for deviation; it should be done

with the use of necessary specials or by deflection in pipe joints (limited to 3 to 50 where long

radius curves are permitted). The alignment as proposed should be marked on ground with a

line of white chalk and got approved from Employer‟s Representative.

Alignment and the L-Sections

The alignments, L-section (depth of laying) and location of specials, valves and chambers may

be changed/finalized at site in co-operation with and after approval of the Employer‟s

Representative.

Standards

Except as otherwise specified in this technical specification, the Indian Standards and Codes of

Practice in their latest version, National Building code, PWD specification of the state of

Assam and Manual on water supply and Treatment of GOI shall be adhered to for the supply,

handling, laying, installation, and site testing of all material and works.

Tools and Equipment

The contractor has to provide all the tools and equipment required for the timely, efficient and

professional implementation of the work as specified in the various sections of the contract and

as specified by the instructions of manufacturers of the pipes and other material to be handled

under this contract. On demand he shall provide to the Employer‟s Representative a detailed list

of tools and equipment available. If in the opinion of the Employer‟s Representative the

progress or the quality of the work cannot be guaranteed by the available quantity and type of

tools and equipment the contractor has to provide additional ones to the satisfaction of the

Employer‟s Representative.

Handling and Transportation of Pipes and Specials

Transportation of Pipes and Specials

All types of pipes and specials shall be received, transported, stored, installed and handled in

accordance with the manufacturer‟s recommendations subject to this Subsection and the

approval of the Employer‟s Representative. Handling operations shall be carried out with care,

with special attention paid to preserving the integrity of the factory applied coatings.

Pipe from Store yard (of Client, if applicable) shall be stacked in tiers at site. To prevent dirt

and debris from entering the pipe, the bottom tiers shall be kept 150 mm up off of the ground

on timbers, rails, or concrete supports. Pipe on succeeding tiers shall be alternated, spigot next

Page 82: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-40

to socket of the adjacent pipe. Wood 100 mm by 100 mm size shall be placed between each tier

and chocks nailed at each end to prevent movement of the pipe. Each pipe size shall be stacked

separately.

Pipes should be handled with care to avoid damage to the surface and the ends, deformation or

bending. Pipes shall not be dragged along the ground or the loading bed of a vehicle. Pipes shall

be transported on flat bed vehicles/trailers. The bed shall be smooth and free from any sharp

objects. The pipes shall rests uniformly on the vehicle bed in their entire length during

transportation. Pipes shall be loaded and un- loaded manually or by suitable mechanical means

without causing any damage to the stacked pipes.

During transport, loading and unloading, pipes and specials shall not be allowed to come in

contact with any sharp projections which may cause damage. During transit pipe and specials

shall be well secured, supported on wooden cradles and protected.

The transportation and handling of pipes shall be made as per IS 12288. All precautions set out

shall be taken to prevent damage to the protective coating, damage of the jointing surfaces or

the ends of the pipes.

Cranes or chain pulley block or other suitable handling and lifting equipment shall be used for

loading and un-loading of heavy pipes. Where using crane hooks at sockets and spigot ends

hooks shall be broad and protected by rubber or similar material, in order to avoid damage to

pipe ends and lining. Damage to lining must be repaired before pipe laying according to the

instructions of the pipe manufacturer. Pipes shall not be thrown directly on the ground.

When using mechanical handling equipment, it is necessary to employ sufficient personnel to

carry out the operation efficiently with safety. The pipes should be lifted smoothly without any

jerking motion and pipe movement should be controlled by the use of guide ropes in order to

prevent damage caused by pipes bumping together or against surrounding objects.

Rolling or dragging pipes along the ground or over other pipes already stacked shall be avoided

too.

Pipes and specials shall be delivered to and stacked singly at storage are as arranged by the

Contractor and approved by the Employer‟s Representative. Specials such as nuts and bolts,

gaskets and O-rings, taps, supports and straps shall be stored in the Contractor‟s covered

storage facility.

Any storage area used by the Contractor to store pipe shall be prepared in the following

manner:

i. Establish firm, well-drained and level are as for pipe stacking, with adequate room for

vehicle access and turning

ii. Posting supervisory staff at the site to resister the arrival of deliveries, supervise off-

loading and guard the inventory of pipe

iii. Erecting covered storage materials susceptible to damage by the weather.

iv. Installing approved supports for pipes and specials, which shall keep them at least 150

mm clear of the ground and support them securely without damage to their coatings.

Handling of Accessories

Pipe laying accessories such as joint gaskets, O-rings and nuts and bolts shall be delivered

securely packed in crates except that the Employer‟s Representative may approve delivery in

sacks or cartons. Storage of small items such as bolts, nuts, washers and small diameter gaskets

Page 83: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-41

shall be on shelves. These shall be stored inside of the temporary storage facility described in

relevant Subsection. Except for the purposes of inspection, materials shall remain inside the

crates, cartons or sacks until required for installation.

Damaged Pipes and Specials

All pipes, specials, valves etc. shall be carefully examined for damage, especially to the joints

and factory applied coatings prior to laying, joining or backfilling. If any pipe, specials or

accessories is found to be damaged in any way, the Contractor shall notify the Employer‟s

Representative. The damaged item shall be clearly marked and set aside for repair, cutting to a

shorter length or removal from the site as the Employer‟s Representative may direct. All

expenses involved in repairing, or replacement of defective or damaged pipe, specials, etc. shall

be borne by the Contractor. The Contractor shall be responsible for any delays caused thereby.

Only pipes which upon inspection are found to be sound in every respect shall be laid or

installed.

Before pipes and specials are laid, all damaged coating and lining shall be removed (cutout) and

replaced with new compatible materials as directed by the Employer‟s Representative. Cracks

or pits up to 0.8mm wide in the coatings may be filled with an approved material, provided that

the cracks are not fully circumferential. Any fully circumferential cracks in the coating or

detached areas on the internal lining that are detected in the pipes and specials, shall dictate that

the particular piece of pipe be returned to the factory for relining or the section of pipe with the

failed lining be cut off and discarded. Pipe of adequate diameter for a worker to work inside of

the pipe may allow the internal liner to be repaired on-site if the repair is minor, as determined

by the Employer‟s Representative.

All pipes, valves and specials shall be examined for rust and loss of paint prior to installation.

The ends of pipes and specials shall be wire brushed, if necessary to remove rust, or failed

coating and cleaned, primed and painted with two coats of epoxy compatible with the factory

applied material.

Pipe Trench

All excavation of pipe trenches shall be done in accordance to this specification and following

detail specification are applicable.

Pipe Installed in Trenches

Where pipelines are to be constructed in trench the contractor shall leave open no more than a

200 meter run of pipe trench ahead of the pipe laying operation, at any time, unless otherwise

approved by the Employer‟s Representative.

Pipelines shall be constructed in lengths with a separate full-time gang working on each length.

The work on lengths may proceed concurrently. Excavation for the pipeline in any one length

shall not at any time proceed more than 1 km beyond the end of a hydraulically tested,

completed and backfilled length of pipeline, unless otherwise approved by the Employer‟s

Representative. The exposed joints between tested sections shall be disregarded in the above

definition.

MS pipelines shall be laid in accordance with IS 5822 unless otherwise specified herein.

Each trench shall be excavated to the minimum width necessary to ensure an adequate working

space. Considering this requirement, trench width for various pipe sizes shall not be more than

that specified below:

Page 84: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-42

Pipe Diameter (mm) Allowable Trench Width (m)

100 to 200 0.80

250 to 400 0.90

500 to 700 1.20

800 to 1,000 1.50

Over-excavation outside the allowable trench widths on account of any reason shall not be

allowed for payment. Where bends are made by deflecting pipes at joints the trenches shall be

deflected also to permit this operation. The sides of the trenches shall be cut vertical, and shall

be protected against caving by timbering, sheeting or shoring, as required without any extra

cost.

The formation of trenches of pipelines shall be even and free from rock and other protrusions.

Pipes shall be laid in a dry trench. If the formation of the trench lies below the water table the

contractor shall install a dewatering system with the approval of the Employer‟s Representative.

Dewatering shall continue until all work below the water table has been completed or as

otherwise directed by the Employer‟s Representative. The quoted rates for pipe laying shall

cover the dewatering charges wherever required.

No metal tools or heavy objects shall be permitted to come into contact with the pipes or

fittings. External coated pipe shall be handled at all times with wide non-abrasive canvas,

rubber or leather straps or other equipment to prevent damage to the coating. The use of chains,

wire slings, or any other handling equipment found to be injurious to the coating shall not be

permitted. The timber or skids used to support the coated pipe prior to lowering into the trench

shall be properly padded with sufficient bags stuffed with sand or straw for the purpose of

protecting the coating. Alternatively, the pipe may be supported alongside the trench on

mounds of sand.

Any damage to the protective coating from any cause must be repaired before the pipes or

fittings are placed in the trench. During laying operations, no debris, tools cloth or other

material shall be placed in the pipe. Pipes and fittings shall be lowered into the trench with

equipment suitable for the weight of the pipes and fittings, and they shall be carefully cleaned

before jointing.

Before any pipe, special or valve is laid in position , ready for jointing, its internal surface shall

be thoroughly wiped, clean and free of dirt, stones etc. to ensure that no debris, sticks, stones,

rags or other foreign material left in the pipeline. The pipes shall be laid true to alignment and

gradient as indicated by the Employer‟s Representative. Each pipe shall be aligned between

sight rails so that, except where otherwise specified or ordered by the Employer‟s

Representative, the finished pipeline shall be in a straight line both in horizontal and vertical

planes.

The Contractor shall provide required man power, labor, material and instruments for giving

mark out of the pipeline section/sections, deciding the alignment, taking measurements, taking

the ground elevations etc. so as to decide the pipeline grades and depth of excavation. Based on

the working lengths and levels, the Engineers employed by the contractor for work supervision

shall prepare working drawings and get those approved by the Employer‟s Representative prior

to start of the work in any section.

Page 85: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-43

The Contractor shall as a minimum provide, fix and maintain at such points as may be directed

by the Employer‟s Representative, properly painted sight rails and boning rods of

predetermined measurement for the boning in of individual pipes to correct alignment. The

sight rails shall be situated vertically above the line of pipes or immediately adjacent thereto

and there shall at no time be less than three sight rails in position on each length of pipeline

under construction to any one gradient. Consideration will be given by the Employer‟s

Representative to alternative methods of controlling alignment such as laser beam instruments,

which are preferable to the sight rails. Pipes shall be laid accurately to the lines and levels

shown on the working drawings, within a tolerance of +/-10 mm.

Care shall be exercised to ensure that the barrel of every pipe is evenly bedded throughout its

whole length. The pipes shall be gently lowered into the trench by means of a crane or suitable

shear legs and chain blocks, with rope or canvas slings. Hooks shall not be used. No pipe shall

be rolled and dropped into a trench, or allowed to assume an inclination of more than5 degrees

to the horizontal while on the slings.

A "badger" or "bung" about 10 mm smaller than the internal diameter of the pipe shall be kept

in the pipe at all times, pulled forward as the work progresses. When pipe laying is not in

progress, including overnight, the open ends of the pipeline shall be blanked off with a

temporary watertight fitting approved by the Employer‟s Representative. The pipe shall be

suitably held down so that the pipe does not become buoyant in the event of the trench

becoming flooded.

To restrict the flow of rain runoff along the trench the Contractor shall plug the trench with

backfill material at distances not exceeding 250 m until the pipeline can be filled in. The plugs

shall be removed when trench filling is taking place. In granular bedding areas the plugs shall

be of clay and shall be left in.

In certain locations, subject to the approval of the Employer‟s Representative, air valve tees and

washout tees may be installed at the pipe joints nearest to the specified position of the special

provided that the approach gradients are amended to ensure that the air valve tees and washout

tees are installed at the highest and lowest points, respectfully, of the sections of the pipelines

concerned.

Trench Excavation

Trenching includes all excavation which is carried out either by hand or by machine and shall

be carried out in accordance with all general requirements. In addition to those general

requirements, the following requirements shall apply to pipelines.

The width of the trench shall be kept to a minimum consistent with that specified above. The

bottom of the trench shall be properly trimmed to permit even bedding of the pipeline.

Allowable trench depth shall be as specified below.

a. Depth up to pipe bottom in soft strata or with bottom Clearance of 150 mm, in the case of

rock excavation only.

These limits shall be regarded as being the “neat line dimensions” of the trench for payment

purposes. The Contractor will be responsible to adhere to these limits, and no extra payment

will be made for any over excavation beyond the prescribed limits, or for any additional cost of

providing bedding and backfill in the over excavated areas.

The clearance at joints may be increased to allow the joints to be made and inspected; any

Page 86: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-44

proposed increase shall be approved by the Employer‟s Representative.

For all trenches deeper than 2.0 m, proper stable slope shall be provided on both sides of the

trench for the excavation above 2.0 m up to ground level. However, payment shall be restricted

only to the allowable trench width as specified earlier. If required, contractor may provide

shoring and strutting to protect the trench sides, however no extra payment for this purpose will

be allowed and the quoted rate shall be deemed to have covered the cost of shoring and strutting

as and where required.

The Contractor shall erect temporary fencing around all open excavations and post warning

signs in the local language. All fencing shall be at least 1.0 m tall, rigid in nature and strong

enough to prevent people, livestock or other animals from falling into the trench. The

Contractor shall also take all other necessary measures to ensure the safety of the public and

others.

The maximum length of excavation that may be left open in any length shall be 200 m. The

opening of two lengths within 500 m of each other shall require the approval of the Employer‟s

Representative.

The excavation shall be kept free of water to allow placing of bedding, laying of pipes, jointing

/ welding of pipes, inspection and testing of joints, coating of joints, placing of backfill and

other activities within the pipe trench to be carried out in a satisfactory manner.

Pipe laying shall closely follow the progress of trench excavation and the Contractor shall not

permit excessive lengths of trench excavation to remain open while awaiting testing of the

pipeline. If the Employer‟s Representative considers that the Contractor is not complying with

any of the foregoing requirements, he may prohibit further trench excavation until he is

satisfied with the progress of laying and testing of pipes and refilling of trenches.

The trench excavation of pipe line shall be in accordance with IS 12288. Pipe trenches shall be

excavated to the lines and levels shown on the drawings or as directed by the Employer‟s

Representative. The depth of the excavated trench shall be as given in the drawings or as

directed by the Employer‟s Representative. The width of the trench at bottom between the faces

of sheeting for various pipe sizes shall be as specified under sub-section 4 of Technical

specifications. No pipe shall be laid in a trench until the section of trench in which the pipe is to

be laid has been approved by the Employer‟s Representative.

The bottom of the trench shall be trimmed and leveled to permit even bedding of the pipes. It

should be free from all extraneous matter which may damage the pipe or the pipe coating.

Additional excavation shall be made at the joints of the pipes, so that the pipe is supported

along its entire length.

All excavated material shall be stacked in such a distance from the trench edge that it will not

endanger the work or workmen and it will avoid obstructing footpaths, roads and drive ways.

Hydrants under pressure, surface boxes, fire or other utility controls shall be left unobstructed

and accessible during the construction work. Gutters shall be kept clear or other satisfactory

provisions made for street drainage, and natural water-courses shall not be obstructed.

To protect persons from injury and to avoid damage to property, adequate barricades,

construction signs, torches, red lanterns and guards, as required, shall be placed and maintained

during the progress of the work and until it is safe for traffic to use the roadways. All materials,

pipe equipment and pipes which may serve as obstruction to traffic shall be enclosed by fences

or barricades and shall be protected by illuminating proper lights when the visibility is poor.

Page 87: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-45

As far as possible, the pipe line shall be laid below existing services, like water, cables, cable

ducts and drains but not below sewers, which are usually laid at greater depth. Where it is

unavoidable, pipe line should be suitably protected. A minimum clearance of 150 mm shall be

provided between the pipe line and such other services.

Trees, shrubbery fences, poles, and all other property and surface structures shall be protected.

Tree roots shall be cut within a distance of 50 cm from pipe joints in order to prevent roots from

entering them. Temporary support, adequate protection and maintenance of all underground and

surface structures, drains, sewers and other obstructions encountered in the progress of the work

shall be provided. The structures, which will be disturbed, shall be restored after completion of

the work.

Where water forms or accumulates in any trench the Contractor shall maintain the trench free of

water during pipe laying.

Wherever necessary to prevent caving, trench excavations in soils such as sand, gravel and

sandy soil shall be adequately sheeted and braced. Where sheeting and bracing are used, the net

trench width after sheeting shall not be less than that specified above. The sides of the

excavation shall be adequately supported at all times and, except where described as permitted

under the Contract, shall be not battered.

The Employer‟s Representative in co-operation with the Contractor shall decide about the

sheeting/ bracing of the trench according to the soil conditions in a particular stretch and taking

into account the safety requirements of the Contractor‟s and Employer‟s Representative‟s staff.

Generally, safety measures against caving have to be provided for trenches with vertical walls if

they are deeper than 2.0m.

Trench Excavation to be Commensurate with the Laying Progress

The work of trench excavation should be commensurate with laying and jointing of the pipe

line. It should not be dug in advance for a length greater than 500 m ahead of work of laying

and jointing of pipeline unless otherwise defined by the Employer‟s Representative. The

Contractor has to ensure the following:

safety protections as mentioned above have to be incorporated in the work process

hindrances to the public have to be minimized

the trench must not be eroded before the pipes are laid

the trench must not be filled with water when the pipes are laid

the trench must not be refilled before laying of the pipes

The bed for the laying of the pipes has to be prepared according to the L-Section immediately

before laying of the pipes.

Bedding

Bedding for the pipeline shall be of either of two different classes depending on the soil strata

and as per the direction of the Employer‟s Representative. The bedding shall be constructed as

follows:

i. The filling and compaction shall be done up to appropriate depth.

ii. The bedding shall be compacted, at optimum moisture content and by mechanical

equipment with suitably shaped tamping feet or plates, to 95% of modified proctor

density.

Page 88: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-46

iii. The trench bottom or compacted fill shall as far as possible be in a profile to match the

pipe profile to form a “cradle” which will provide a 120 degree uniform support to the

pipe.

The profile of pipe in compacted fill for uniform support shall not be made more than 2 days

prior to actual laying of pipes.

Bedding in Ordinary Soil

When soil strata in the trench are other than soft or hard rock, the trench shall be properly

compacted and no extra bedding shall be provided. The bottom of the trench shall be prepared

in such a way that profile of the pipe shall touch the bottom of the trench at 120 degree from the

center of the pipe. This profile of pipe at the bottom of trench for uniform support shall not be

made more than 2 days prior to actual laying of pipes.

Bedding in Rock

When soil strata in the trench is rocky, or consists of any unsuitable material which is likely in

the opinion of the Employer‟s Representative to cause damage to the pipe, then bedding from

the selected excavated material consisting of soft soil, soil mixed with sand shall be provided. If

excavated material is not suitable for bedding in the opinion of the Employer‟s Representative,

sand bedding shall be provided. The sand used for bedding shall be clean, well graded and free

from topsoil, clay or vegetable matter and to the approval of the Employer‟s Representative. If

the sand supplied is unclean it shall be washed. In no case shall sand containing more than 3.5%

by dry volume or 5% by wet volume of clay, loam or silt be accepted. Tests specified for

determining silt in sand and organic impurities as described in IS 383 shall apply.

The depth of over-excavation shall be such that after excavating a minimum fill layer of 150

mm of sand bedding material shall remain below the bottom center of the pipe

Backfilling

Backfill Zones

On completion of the pipe laying operations in any section, for a length of about 100 m and

while further work is still in progress, backfilling of trenches shall be started by the Contractor

with a view to restricting the length of open trenches. For the purpose of backfilling the depth

of the trench shall be considered as divided into the following three zones, starting from the

bottom of the trench to its top.

Zone A: From the bottom of the pipe to the level of the center line of the pipe.

Zone B: From the level of the center line of the pipeline to a level 300 mm above the top of

the pipe.

Zone C: From a level 300 mm above the top of the pipe to the top of the trench.

Special care shall be taken during all backfilling operations to avoid damage to the pipe coating

or displacement of the pipe.

Backfilling in Zone A shall be done with selected approved material available from excavation,

well graded sand, fine gravel or other approved material placed in layers not exceeding 150

mm. The backfilling material shall be deposited in the trench for its full width on each side of

the pipe, fittings and appurtenances simultaneously, and shall be compacted so as to achieve 90

to 95% modified proctor density. Backfill immediately adjacent to the pipe shall be carefully

placed and compacted using suitably shaped hand tampers. Backfill in the remaining space up

Page 89: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-47

to the sides of the trench shall be compacted by mechanical means.

Backfilling in Zone B shall be done with selected approved material available from excavation,

well graded sand, fine gravel or other approved material placed in layers of 150 mm. The back

filling material shall be deposited in the trench for its full width of each side of the pipe, fittings

and appurtenances simultaneously. The column of backfill along the sides of the pipe shall be

compacted by mechanical means to achieve 90 to 95% modified proctor density, while the area

immediately above the crown of the pipe shall be compacted by hand to achieve 90% modified

proctor density. Care shall be taken to ensure that mechanical compacting equipment is not

used in the zone from the top of the pipe up to 300 mm above the crown of the pipe.

Backfilling in Zone C shall be done with excavated material which is suitable for backfilling

with the prior approval of the Employer‟s Representative. The trench shall be backfilled with

selected excavated material free from topsoil and vegetation, or boulders, clods of earth or

stones larger than 200 mm in size. Filling shall be done in layers not exceeding 200 mm in

thickness and mechanically compacted so as to achieve 90% modified proctor density. No

stones shall be allowed to touch the pipe directly.

Backfill Material

All backfill material shall be free from cinders, ashes, slag, refuse, rubbish, vegetable or organic

materials, lumpy or frozen material, boulders, rocks or stones or other material which in the

opinion of the Employer‟s Representative is unsuitable or deleterious.

Unless otherwise specified or permitted by the Employer‟s Representative, all backfill material

shall be compacted by mechanical means using equipment with suitably shaped feet or plates.

At the time of placing the backfill, the Contractor will be responsible to ensure that the

optimum moisture content is achieved so that the required degree of compaction is achieved. If

necessary, the Contractor shall be required to add water to the backfill material in such a

manner so that the moisture content is uniform throughout each layer during compaction.

Backfill Sand: Sand wherever used for backfill material shall be natural sand complying with

Clause 8.2.1 of IS 3114, graded from fine to course. The total mass of loam and clay in it shall

not exceed 10 percent. All material shall pass through a sieve of an aperture size opening of 20

mm (see IS 2405 Part 2 (1980) and not more than 5 percent shall remain on IS sieve of aperture

size opening of 30 mm.

Backfill Gravel: Gravel wherever used for backfill shall be natural gravel, complying with

Clause 8.2.2 of IS 3114 and having durable particles graded from fine to course in a reasonably

uniform combination with no boulders or stones larger than 50 mm in size. It shall not contain

an excessive amount of loam and clay and not more than 15 percent shall remain on a sieve of

aperture size opening of 75 microns.

Backfill Stone Dust: Stone Dust wherever used for backfill material shall be graded from fine to

course. The total mass of loam and slit in it shall not exceed 10 percent. As directed by

employer representative.

Backfill with Excavated Material

The excavated material can be used for backfill provided that such material consists of loam,

clay, sand, fine gravel, or other materials which are suitable for backfilling and is approved by

the Employer‟s Representative. If suitable material for refilling is not available from already

excavated material the Contractor shall import material of approved quality as directed by the

Page 90: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-48

Employer‟s Representative.

Encasement at Road and Nalla Crossings

Complete concrete encasement shall be provided to the pipe in cases of road crossings and nalla

crossings wherever directed by the Employer‟s Representative. Concrete used for this shall be

of the M15 type. Before placing concrete the pipes shall be supported near each joint with a

padding of compressive material on a pre-cast concrete block. Concrete shall not be placed until

the pipes have been joined, inspected and passed hydraulic testing.

The concrete shall be placed to ensure full contact with the pipe barrel throughout its length.

Nominal reinforcement steel shall be provided in the concrete at the bottom of the pipe as

directed by the Employer‟s Representative. The concrete encasement shall cover the pipeline on

all sides by a minimum of 200 mm or as directed by the Employer‟s Representative.

Stringing of Pipe Along the Alignment

The pipes shall be laid out properly along the proposed alignment in a manner that they do not

create any significant hindrance to the public and that they are not damaged.

Stringing of the pipes end to end along the working width should be done in such a manner that

the least interference is caused in the land crossed. Gaps should be left at intervals to permit the

passing of equipment across the working area. Pipes shall be laid out that they remain safe

where placed and that no damage can occur to the pipes and the coating until incorporated in

the pipeline. If necessary, pipes shall be wedged to prevent accidental movement. Precautions

shall be taken to prevent excessive soil, mud etc. entering the pipe.

Generally, the pipes shall be laid within two weeks from the date of their dispatch from the

manufacturer/store.

The joint gaskets shall be kept in wooden boxes or their original packing and stored in cool

conditions and not exposed to direct sunlight. Gaskets must not be deformed. They shall be

taken out only shortly before they are needed.

Laying and Jointing of Pipe

General

The pipes will be cleaned in the whole length with special care of the spigot and sockets on the

inside/ outside to ensure that they are free from dirt and unwarranted projections. The whole of

the pipes shall be placed in position singly and shall be laid true to profile and direction of slope

indicated on longitudinal sections. The pipes shall be laid without deflection in a straight

alignment between bends and between high and low points. Vertical and horizontal deflections

between individual pipes need the approval of the Employer‟s Representative. In no case the

deflection shall be more than 75% of those recommended by the manufacturer.

Laying and Jointing of DI Pipe

Pipes should be lowered into the trench with tackle suitable for the weight of pipes. For smaller

sizes, up to 250 mm nominal bore, the pipe may be lowered by the use of ropes.

All construction debris should be cleared from the inside of the pipe either before or just after a

joint is made. This is done by passing a pull-through in the pipe, or by hand, depending on the

size of the pipe. All persons should vacate any section of trench into which the pipe is being

lowered

Page 91: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-49

On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the pipe

being laid does not move into or out of the socket of the laid pipe during the jointing operations.

As soon as the joint assembly has been completed, the pipe should be held firmly in position

while the trench is back filled over the barrel of the pipe.

The designed anchorage shall be provided to resist the thrusts developed by internal pressure at

bends, tees, etc.

The assembly of the pipes shall be made as recommended by the pipe manufacturer and using

the suitable tools.

The socket and spigot ends of the pipes shall be brushed and cleaned. The chamfered surface

and the spigot end of the pipe have to be coated with a suitable lubricant recommended by the

manufacturer of the pipes. Oil, petroleum bound oils, grease or other material which may

damage the rubber gasket shall not be used as lubricant. The rubber gasket shall be inserted into

the cleaned groove of the socket. It has to be checked for correct positioning.

The two pipes shall be aligned properly in the pipe trench and the spigot end shall be pushed

axially into the socket either manually or with a suitable tool specially designed for the

assembly of pipes and as recommended by the manufacturer. The spigot has to be inserted up to

the insertion mark on the pipe spigot. After insertion, the correct position of the socket has to be

tested with a feeler blade

Deflection of the pipes -if any- shall be made only after they have fully been assembled. The

deflection shall not exceed 75 % of the values indicated by the pipe manufacturer.

Use of Tackle

Pipes should be lowered into the trench with tackle suitable for the weight of pipes. For smaller

sizes, up to 200 mm nominal bore, the pipe may be lowered by the use of ropes but for heavier

pipes suitable mechanical equipment have to be used.

Cleaning

All construction debris should be cleared from the inside of the pipe either before or just after a

joint is made. This is done by passing a pull-through in the pipe, or by hand, depending on the

size of the pipe. All persons should vacate any section of trench into which the pipe is being

lowered.

Laying on Steep Slopes

On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the pipe

being laid does not move into or out of the socket of the laid pipe during the jointing operations.

As soon as the joint assembly has been completed, the pipe should be held firmly in position

while the trench is back filled over the barrel of the pipe.

The designed anchorage shall be provided to resist the thrusts developed by internal pressure at

bends, tees, etc. Anchorage shall also be provided for pipeline on steep grades as specified

under IS: 12288 Clause 5.8

The assembly of the pipes shall be made as recommended by the pipe manufacturer and using

the suitable tools.

Jointing

The socket and spigot ends of the pipes shall be brushed and cleaned. The chamfered surface

Page 92: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-50

and the end of the spigot shall have to be coated with a suitable lubricant recommended by the

manufacturer of the pipes. Oil, petroleum bound oils, grease or other material which may

damage the rubber gasket shall not be used as lubricant. The rubber gasket shall be inserted into

the cleaned groove of the socket. It has to be checked for correct positioning.

The two pipes shall be aligned properly in the pipe trench and the spigot end shall be pushed

axially into the socket either manually or with a suitable tool specially designed for the

assembly of pipes and as recommended by the manufacturer. The spigot has to be inserted up to

the insertion mark on the pipe spigot.

Deflection of the Pipe at the Joints

Deflection of the pipe, if any, shall be made only after the lengths have fully been assembled.

The deflection shall not exceed 75 % of the values recommended by the pipe manufacturer.

Anchoring of the Pipeline

Thrust blocks shall be provided at each bend, tee, taper, end piece to prevent undue movements

of the pipeline under pressure. They shall be constructed as per design of the Employer‟s

Representative according to the highest pressure during operation or testing of the pipes, the

safe bearing pressure of the surrounding soil and the friction coefficient of the soil. This item

shall be separately payable as per the provisions under BOQ.

Measurement and Payment

The net length of pipes as laid or fixed shall be measured in running meters correct to a cm

including the length of specials. The portion of the pipe at the joints (inside the joints) shall not

be included in the length of pipe work. Payment for supply and laying, jointing shall be on

length basis as measured above, and as stated below

Thrust, Anti-floatation and Anchor Blocks

The Contractor shall construct thrust, anti-floatation and anchor blocks, as per the enclosed

drawing or as and where directed by the Employer‟s Representative as an acceptable means of

pipe restraint. RCC of Class M 20 shall be used for such blocks.

a. Anchor Blocks

Anchor blocks shall be provided on the DI mains laid on sloping ground as specified under

Clause 5.8 of IS 12228 as specified below.

Slope 1 in 2 and steeper Spacing 5.50 m

Slope1 in 2 to 1 in 4 Spacing 11.00 m

Slope1 in 4 to 1 in 5 Spacing 16.50 m

Slope1 in 5 to 1 in 6 Spacing 22.00 m

Flatter than 1 in 6 Not required

Chambers

RCC Chambers and/or Road Box Chambers, for online valves, meters, pressure reducing

valves, washout and air valves, Fire Hydrants etc. shall be constructed according to the standard

drawings enclosed with the Bid document. Chambers shall be paid as separate item under BOQ

on number basis at composite item cost based on size and type of Chamber, which shall cover

execution of all the related sub-items as per the drawing but excluding piping, specials and

Page 93: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-51

valves which shall be payable under respective BOQ items .

Assembling Flanged Joints

Flanged joints shall be properly laid true to line and level before bolting and on no account shall

drifts or dodgers be used in the bolt holes. Flange bolts shall be carefully and evenly tightened

in such sequence that diametrically opposite nuts are tightened together to ensure even pressure

on the joint ring.

For tightening of all bolts in pipe joints, the Contractor shall provide and use torque wrenches

of the “break back” type set to give the tightening torque recommended by the manufacturer.

Washers shall be included below all bolt heads and nuts. Joint O-rings and gaskets shall be

stored until needed in a cool place free from direct sunlight.

Hydraulic Testing

Pipeline Testing – Sectional Test

All pipelines shall be hydraulically tested in the presence of Employer‟s Representative in

lengths between valve stations or in such shorter lengths as the Employer‟s Representative may

direct or permit. Fittings required for temporarily closing the openings in pipelines to be tested

shall be properly designed for this purpose and shall be adequately strutted to withstand the test

pressure specified.

Each pipeline shall be tested after completion of installation with the exception of any back

filling in case reinstallation of segments will be required after testing. Permanent valves shall be

tested along with the pipelines.

The protocol for testing a pipeline shall include provision for the purging of air from the

pipeline prior to a water test. Testing shall be with water only and air testing shall not be

allowed.

The Contractor shall keep a record of all tests and their results, which shall be available for

inspection at any time and shall be submitted to the Employer‟s Representative periodically.

The water required for testing shall be arranged by the contractor himself. The Contractor shall

fill the pipe and compensate the leakage during testing. The Contractor shall provide and

maintain all requisite facilities, instruments, reciprocating pumps, pressure gauges, water

tankers etc. for the field testing of the pipelines. The testing of the pipelines generally consists

in three phases: preparation, pre-test/saturation and test, immediately following the pre-test.

Generally, the following steps are required which shall be monitored and recorded in a test

protocol:

i. Complete setting of the thrust blocks.

ii. Partial backfilling and compaction to hold the pipes in position while leaving the joints

exposed for leakage control

iii. Opening of all intermediate valves (if any)

Page 94: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-52

iv. Fixing the end pieces for tests and after temporarily anchoring them against the soil (not

against the preceding pipe stretch)

at the lower end with a precision pressure gauge and the connection to the

reciprocating pump for establishing the test pressure

at the higher end with a valve for air outlet

v. If the pressure gauge cannot be installed at the lowest point of the pipeline, an allowance

in the test pressure to be read at the position of the gauge has to be made accordingly

vi. Slowly filling the pipe from the lowest point(s).

vii. The water for this purpose shall be reasonably clear and free of solids and suspended

matter

viii. Complete removal of air through air valves along the line.

ix. Closing all air valves and scour valves.

x. Slowly raising the pressure to the test pressure while inspecting the thrust blocks and the

temporary anchoring.

xi. Keeping the pipeline under pressure for the duration of the pre-test by adding make-up

water to maintain the pressure at the desired test level. Make up water to be arranged by

Contractor himself at his own cost.

xii. Start the test by maintaining the test pressure at the desired level by adding more make-

up water; record the water added carefully and the pressure in intervals of 15 minutes at

the beginning and 30 minutes at the end of the test period.

xiii. Water used for testing shall not be carelessly disposed of on land which would ultimately

find its way to trenches.

xiv. The testing conditions for the pipelines shall be as per the test pressures and condition

laid out in IS 8329 for DI pipes.

The pipeline stretch will pass the test if the water added during the test period is not exceeding

the admissible limits. No section of the pipe work shall be accepted by the Employer‟s

Representative until all requirements of the test have been obtained.

The pipeline stretches shall be tested to the pressures equal to 1.5 times the maximum operating

pressure in the pipeline stretch under test, subject to a maximum of 200 m of water head or 20

kg/cm 2. Operating pressure shall be equal to static pressure on the pipeline invert level with

respect to zonal supply reservoir full tank level.

Test Requirements for DI Pipelines

The testing conditions for the pipelines shall be as described in IS 8329. The testing conditions

for the DI pipelines are summarized as follows:

a. Pretest and Saturation Period with addition of make-up water:

Test Pressure Duration: 24 hrs. for DI pipes with cement mortar lining

b. Pressure Test with addition of make-up water:

Test Pressure Duration: 3 hrs.

c. Testing Criteria for DI pipes:

Page 95: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 TS-53

Q = 1.0 liter per km per 10mm of pipe diameter per each 30 m of test pressure per

24 hrs.

No pipe installation shall be accepted until the leakage is less than the amount „Q‟, as

determined by the above formula.

Road Reinstatement

The Contractor shall be responsible to ensure that all existing asphalt roads, brick roads,

concrete roads, WBM roads are reinstated as stated in Road Subsection, immediately after

hydraulic testing of the pipeline and backfilling has been completed. The finished levels of

the completed reinstatement shall conform to the adjoining carriageway surface. Reinstated

road shall match as nearly as practicable to the characteristics of the existing road. .

Railway Crossing

Pipeline crossings beneath railroad tracks shall be constructed as a part of this Contract, as

detailed on the Drawings.

Laying and jointing of the distribution pipes, providing and fixing of the valves, Manhole

covers and construction of the chambers on both sides of the crossings shall be included in this

work.

The Contractor shall obtain all necessary permits to construct, from Indian Railways and the

local representative of the Ministry of Railways of the Government of India, before proceeding

with any work at the specific crossing site.

Pipe jacking where required shall be in accordance with Subsection 6.9.8.

RCC valve chambers shall be constructed at each end of the pipe or casing pipe, if shown, as

per the structural drawings. Sluice valves, washout valves, air valves and dismantling joints,

wherever applicable, shall be placed in valve chambers as shown on the relevant drawing.

Work Sequence

The work of laying or jacking of the distribution pipeline or casing pipe beneath the railway

tracks, including construction of the RCC chambers, shall be undertaken prior to installation of

the distribution mains on either side of the railway in the vicinity of the railway crossing.

All work shall be carried out under the supervision of the representative from the Railway

Authority and Employer‟s Representative.

Page 96: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-54

TS-54

Section V: Technical Specifications

Subsection 6 – Road Works

6. Road Works

The road works is basically the Road Reinstatement work. The Contractor shall be responsible

to ensure that all existing roads are reinstated to their proposed condition, as listed below,

immediately after hydraulic testing of the pipeline and backfilling has been completed, as per

specification. The finished levels of the completed reinstatement shall conform to the adjoining

carriageway or road surface. Reinstated road shall match the levels of the existing road.

Existing Road Surface Proposed Road Surface

Bituminous or Asphalt Same as Existing

Concrete Bituminous or Concrete (as per direction of

Employer‟s Representative)

Water Bound Macadam (WBM) Same as Existing

Brick Same as Existing or Bituminous (as per

direction of the Employer‟s Representative)

Earthen Same as Existing

The work shall be carried as per the Road Work Specifications (latest) of the Public Works

Department (PWD), Government of Assam. The item shall be complete in all respect as per

specification and as directed, including all lead and lift. The materials shall be tested at site and

laboratory, as directed.

Other details shall conform to the Standard Specification. Material grading shall be as per the

latest Assam PWD schedule.

Asphalt (Bituminous) Road

The roads to be reinstate as asphalt or bituminous roads. Types of roads are Type I, Type II,

Type III, whose specification is described below. Type I shall be applicable for heavy traffic

roads (5 MSA1), Type II for medium traffic roads (3 MSA1) and Type III for low traffic roads

(1 MSA1). The base earth strata shall achieve 7% CBR value, before application of road

reinstatement activity. Type of road restoration work shall be decided by the Employer‟s

Representative.

Granular Sub Base (GSB)

Construction of Granular Sub base (GSB) shall be done by providing close graded material and

spreading in uniform layers with motor grader on prepared surface, mixing by mix in place

method with rotavator at OMC and compacting with vibratory roller to achieve the desired

density, complete as per clause 401 of MoSRT&H including testing of materials at the site and

in the laboratory.

Water Bound Macadam Road

This work shall consist of providing clean and crushed aggregates, laying & compacting of

WBM sub-base / base course by rolling and bonding together with screening, binding material

where necessary and watering, including preparation and compaction of sub-base & spreading

of crushed aggregate to proper grade and camber including application of screenings for

Page 97: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-55

TS-55

interlocking, sprinkling of water & rolling with power roller as per instructions of the

Employer‟s Representative, shall be as specified below.

a. Grading No.1 material 75 to 45 mm size with stone screenings & binding material,

b. Grading No.2 material 63 to 45 mm size with stone screenings & binding material,

c. Grading No.3 material 53 to 22.4 mm size with stone screenings & binding material.

Thickness of Sub-base is according to the standard drawing of road restoration attached for

different types of roads

Prime Coat

Providing and applying a prime coat at 0.60 Kg/Sq.m with bitumen emulsion CSS-1 (IS 8887-

2004) on prepared surface of WBM including cleaning of road surface and spraying primer at

the rate specified using mechanical means.

Tack Coat

Providing and applying tack coat with bitumen emulsion, using emulsion pressure distributor at

0.2 Kg/Sq.m on the prepared surface, after cleaning with a mechanical broom. The bitumen

emulsion shall be of CSS-1h for a normal bituminous surface. The materials shall be tested at

the site and in a laboratory.

Bituminous Macadam

Providing, laying and rolling of bituminous macadam 50 mm thick from a 100-120 TPH hot

mix plant producing an average output of 75 T/hr. using crushed aggregates of Grading II (19

mm nominal size) premixed with bituminous binder, transported to the site and laid over a

prepared surface.

Premix Carpet

Providing, laying and rolling of close graded premix surfacing (by mechanical means from a

HMP of appropriate capacity not less than 75 T/hr) at a thickness of 20mm comprised of 11.2

mm to 0.09mm (Type A) aggregate, using penetration grade bitumen to serve as a wearing

coarse on a previously prepared base, including mixing in a suitable plant laying and rolling

with a smooth wheeled roller of 8 to 10 T capacity to the required level and grade, with anti-

stripping agent as per IS 14982.

Cement Concrete Road

The concrete road shall be of M20 plain concrete of 200 mm thick. This work, if applicable

anywhere as per direction of Employer‟s Representative, shall conform to Standard

specification – Cement concrete pavement under Road Section.

Brick Road

Material shall be as stipulated in Standard specification. Brick shall be laid as brick-on-edge,

and match with existing brick road. The work shall include providing and laying of bricks on

edge for road restoration on earth subgrade. The bricks shall be on edge, diagonally placed, and

gap filled up with sand, all complete, as per specification, drawing and as directed.

Paver Block General

The construction of block pavement involves preparation of subgrade, sub-base and base course

layers, bedding sand and finally the laying of blocks. The block paving can be done entirely by

Page 98: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-56

TS-56

manual labour. However, for efficient construction work, the work force has to be properly

trained for this specialized job. Paving can also be done by mechanical means. Interlocking CC

Paver block should be of minimum M40 grade concrete and 80mm thick

Preparation of Subgrade

This is the foundation layer on which the block pavement is constructed. Like in conventional

pavements the water table should be at a minimum depth of 600 mm below the subgrade.

Subgrade should be compacted in layers of 150 or 100 mm thickness as per 1RC:36-1970. The

prepared subgrade should be graded and trimmed to a tolerance of ± 20 mm of the design

levels, and its surface evenness should have a tolerance of within 15 mm under a 3 m straight

edge.

Base and Sub-base Course

Interlocking Paver block should be placed above properly compacted Base and Sub-base,

according to the site type of roads, for medium traffic roads, 150mm thick GSB and 100mm

thick WBM is minimum requirement.

Placing and Screeding of Bedding Sand

The thickness of the sand bed after compaction should be in the range of 20-40 mm, whereas, in

the loose form it can be 25 to 50 mm. It is preferable to restrict the compacted thickness to 20-

25 mm to reduce the risk of any localized pre compaction, which would affect the final block

surface level. Bedding sand should not be used to fill-up local depressions on the surface of a

base or sub-base. The depressions should be repaired in advance before placing sand.

Laying of Blocks

Blocks can be laid generally by manual labour but mechanical aids like hand-pushed trolleys

can expedite the work. Normally, laying should commence from the edge strip and proceed

towards the inner side.

When dented blocks are used, the laying done at two fronts will create problem for matching

joints in the middle. Hence, as far as possible, laying should proceed in one direction only,

along the entire width of the area to be paved.

While locating the starting line, the following should be considered:

On a sloping site, start from the lowest point and proceed uphill on a continuous basis, to avoid

downhill creep in incomplete areas.

Bonds or Patterns of Laying Blocks

The blocks can be placed to different bonds or patterns depending upon requirement. Some

Popular bonds commonly adopted for block paving are:

(i) Stretcher or running bond

(ii) HeiTingbone bond

(iii) Basket weave or parquet bond

Page 99: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-1

CF-1

Section VI: Contract Forms

LETTER OF ACCEPTANCE CUM NOTICE TO PROCEED WITH THE WORK

Dated:

To: [Name and address of the Contractor]

Dear Sir,

This is to notify you that your Bid dated for execution of the Contract

Package No. 5E8- Procurement of Works (Item rate) for Supply, Installation & Commissioning of

Employer furnished D.I Pipes for the balance works under the Distribution Network in the DMA No

5R11, 5R12 and Part of Feeder Main of Ramsahill of South- Central Zone for the contract price

of Rupees __________________________________ [amount in words and figures], is hereby

accepted by us.

You are hereby requested to furnish performance security for an amount of

Rs._____________________________________________ (equivalent to 2.50% of the contract

price) within 7 days of the receipt of the letter. The Performance Security in the form of Bank

guarantee or a Bank draft in favour of “The Project Director, JICA Assisted Guwahati Water

Supply Project, Guwahati” (Employer) shall be valid till the expiry of the period of contract and till

taking over. Failure to furnish the Performance Security will entail cancellation of the award of

contract. Also please note that the remaining amount of 7.5% of the contract price towards the

Performance Security will be deducted from your interim payments.

You are also requested to sign the agreement form and proceed with the work not later

than _________________________________under the instructions of the Employer, Project

Director, JICA Assisted Guwahati Water Supply Project, Guwahati and ensure its completion

within the contract period.

With the issuance of this acceptance letter and your furnishing the required Performance

Security, the contract, for the above said work, stands concluded.

Authorized Signature

Name and title of Signatory of

Employer

Page 100: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 2

ARTICLES OF CONTRACT AGREEMENT

1. This deed of agreement is made in the form of agreement on _________ day___________

month __________ 2021, between the Project Director, JICA Assisted Guwahati Water Supply

Project, Guwahati (Employer) or his authorized representative (hereinafter referred to as the first

party) and ________________ (Name of the Contractor), resident of ___________________

(hereinafter referred to as the second party), to execute the work of: “Procurement of Works (Item

rate) for Supply, Installation & Commissioning of Employer furnished D.I Pipes for the balance works

under the Distribution Network in the DMA No. 5A6,5A7 and 5A12 of Amiya Nagar of South –

Central Zone under Contract Package No. 5E8” (hereinafter referred to as works) on the following

terms and conditions.

2. Contract Price

The total Contract Price for the works (hereinafter referred to as the “total price”) is Rs.

__________________ as reflected in Annexure - 1.

3.1 Payments under its contract:

Payments to the second party for the work will be released by the first party in the following manner:-

On signing of agreement and Mobilization: 10% of total cost, as interest free mobilization

advance in two instalments of 5% each, after initial

mobilization and after achieving 20% financial

progress, against receipt of an unconditional Bank

Guarantee from the Contractor for an equivalent

amount, in the format attached.

Minimum Amount of Interim Payment 10% of the Contract Value

Certificate:

Final Payment Certificate: Upon completion & commissioning and handing

over.

3.2 Payments at each stage will be made by the first party:

(a) on the second party submitting an invoice for an equivalent amount;

(b) on certification of the invoice (except for the first installment) by the Engineer nominated

by the first party with respect to quality/quantity of works executed; and

(c) Payments shall be adjusted for deductions for advance payments, recoveries if any in

terms of the contract, and taxes at source, as applicable under the law.

(d) The advance (if availed by the contractor) shall be repaid through percentage deductions

in the Interim payment Certificate [IPC], which shall commence in the next IPC

following that the total certified interim payments exceeds 30% of the Accepted Contract

Amount, at the amortization rate of 20% of the amount of each IPC, provided that it shall

be completely repaid prior to the time when 80% of the Accepted Contract Amount has

been certified for payment and that the advance shall be completely repaid prior to the

expiry of the Intended Completion Date. The Bank Guarantee shall remain effective until

the advance payment has been fully repaid.

Page 101: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 3

4. Notice by the Contractor to Engineer

The second party, on the works reaching full completion including trial run & commissioning,

issue a notice to the first party or the Engineer nominated by the first party (who is responsible

for supervising the contractor, administering the contract, certifying the payments due to the

contractor, issuing and valuing variations to the contract, awarding extensions of time etc.), to

visit the site for certification of completion. Within 15 days of the receipt of such notice, the

first party or the Engineer nominated by it, will ensure issue of completion certificate after due

verification.

Upon issuing the completion certificate, the first party will take over the works.

5. Completion time

The works should be completed in 6 months from the date of this Agreement. In exceptional

circumstances, the time period stated in this clause may be extended in writing by mutual

consent of both the parties.

6. If any of the compensation events mentioned below would prevent the work being completed by

the intended completion date, the first party will decide on the intended completion date being

extended by a suitable period:

a) The first party does not give access to the site or a part thereof by the agreed period.

b) The first party orders a delay or does not issue completed drawings, specifications or

instructions for execution of the work on time.

c) Ground conditions are substantially more adverse than could reasonably have been

assumed before issue of letter of acceptance and from information provided to second

party or from visual inspection of the site.

d) Payments due to the second party are delayed without reason.

e) Certification for stage completion of the work is delayed unreasonably.

7. Any willful delay on the part of the second party in completing the construction [3 Months]

within the stipulated period will render him liable to pay liquidated damages @ 0.10% of the

contract value per day which will be deducted from payments due to him. The first party may

cancel the contract and take recourse to such other action as deemed appropriate once the total

amount of liquidated damages exceeds 3 % of the contract amount.

8. Duties and responsibilities of the first party

8.1 The first party shall be responsible for providing regular and frequent supervision and guidance

to the second party for carrying out the works as per specifications. This will include written

guidelines and regular site visit of the authorized personnel of the first party, for checking

quality of material and construction to ensure that it is as per the norms.

8.2 The first party shall supply one set of drawings, specifications and guidelines to the second

party for the proposed works.

8.3 Possession of the site will be handed over to the second party within 7 days of signing of the

agreement.

8.4 The Engineer or such other person as may be authorized by the first party shall hold meeting

once in a week, where the second party or his representative at site will submit the latest

information including progress report and difficulties if any, in the execution of the work. The

Page 102: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 4

whole team may jointly inspect the site on a particular day to take stock of activities.

8.5 The Engineer shall record his observations/instructions at the time of his site visit in a site

register maintained by the second party. The second party will carry out the instructions and

promptly rectify any deviations pointed out by the engineer. If the deviations are not rectified,

within the time specified in the Engineer‟s notice, the first party as well as the engineer

nominated by it, may instruct stoppage or suspension of the construction. It shall thereupon be

open to the first party or the Engineer to have the deviations rectified at the cost of the second

party.

8.6 In accordance with the provisions of this contract, the Employer shall pay the Contractor, on the

basis of the price Breakdown given in the section on Price Schedule. Application for payment

in respect of part deliveries may be made by the Contractor as work proceeds.

All payments shall be treated as advances till settlement of Final Account & Billing and in the

event of any over payments or wrong payments are noticed the same shall be adjusted or

recovered forthwith, from the Contractor, from any amount due to him.

For all the Contractor supplied items, Eighty five percent (85%) of the total accepted price for

the item upon supply, delivery to the site, proper storage and acceptance of the relevant item

and the remaining fifteen percent (15%) of the total accepted price of the item upon successful

completion of the installation of the relevant item, and commissioning.

8.7 The first party will provide water at the entry point to the DMA during the trial run and

commissioning period.

8.8 During the testing & trial run of the Distribution network, while the contractor will be

responsible for rectifying any defects in the works done by him; and for the rectification if any

required in the lines laid earlier by the previous contractor, the required material, labour and

equipment will be provided from the Day works or Provisional Sums in the Contract. .

9. Duties and responsibilities of the second party:

9.1 The second party shall:

a) take up the works and arrange for its completion within the time period stipulated in

Clause 5;

b) employ suitable skilled persons to carry out the works;

c) regularly supervise and monitor the progress of work;

d) abide by the technical suggestions/ direction of supervisory personnel including Engineers

etc.;

e) be responsible for bringing any discrepancy to the notice of the representative of the first

party and seek necessary clarification:

f) ensure that the work is carried out in accordance with specifications, drawings and within

the total of the contract amount without any cost escalation;

g) keep the first party informed about the progress of work;

h) be responsible for all security and watch and ward arrangements at site till handing over of

the building to the first party; and

i) be responsible for the safety of the men working at site. All safe practices shall be strictly

adhered to by the workmen of the contractor like wearing helmets, safety belts when

Page 103: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 5

working at heights, gloves when handling sharp objects and reinforcement, eye shields,

safety shoes, etc. He shall provide first aid boxes at site. In spite of following safe

methods, in case of any unfortunate accident, the contractor shall indemnify the employer

against any expenses or claims towards treatment or compensation.

j) maintain necessary insurance against loss of materials/cash, etc. or workman disability

compensation claims of the personnel deployed on the works as well as third party claims.

k) Pay all duties, taxes and other levies payable by construction agencies as per law under the

contract (First party will effect deduction (TDS) from running bills in respect of such taxes

as may be imposed under the law). Also deduct 5% as Retention money from the interim

payments, which will be released on completion and commissioning of the works.

l) shall not directly or indirectly sublet the work to other party without written permission

from the Employer.

m) shall carry out the entire work having full regard for the safety of the men working at site.

All safe practices shall be strictly adhered to by the workmen of the contractor like

wearing helmets, safety belts when working at heights, gloves when handling sharp objects

and reinforcement, eye shields, safety shoes, etc. He shall provide first aid boxes at site. In

spite of following safe methods, in case of any unfortunate accident, the contractor shall

indemnify the employer against any expenses or claims towards treatment or

compensation.

n) shall be responsible for all injury to persons / animals, any damage to building, building

structure, roads, streets and footpaths etc., by his act / during the execution of work and the

same shall be rectified at his own cost.

o) shall maintain all the inventory supplied by him including the equipment if any supplied

by the Employer.

p) After execution of the works in all respect, the Contractor shall do testing, trial run of the

entire Distribution system network in the DMA for a period of 90 days. If required by the

Employer, the period may be extended at the rates quoted in the contract, as a variation.

q) During the testing & trial run, the contractor will be responsible for rectifying any defects

in the works done by him; and for the rectification if any required in the lines laid earlier

by the previous contractor, the required material, labour and equipment will be provided

from the Day works or Provisional Sums in the Contract. .

10. Variations / Extra Items

The works shall be carried out by the second party in accordance with the approved drawings

and specifications. However, if, on account of site conditions or any other factors, variations are

considered necessary, the following procedure shall be followed:-

a) The second party shall provide the Engineer with a quotation for carrying out the Variation

when requested to do so by the Engineer. The Engineer shall assess the quotation, which

shall be given within seven days of the request before the Variation is ordered.

Page 104: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 6

b) If the quotation given by the second party is unreasonable, the Engineer may order the

Variation and recommend a change to the Contract Price, which shall be based on

Engineer‟s own forecast of the effects of the Variation on the Contractor‟s costs.

c) The second party shall not be entitled to additional payment for costs which could have

been avoided by giving early warning.

11. Securities

The Performance Security (Bank Guarantee from a Nationalized or Scheduled Bank in India in

the format attached) shall be provided to the Employer no later than the date specified in the

Letter of Acceptance and shall be issued in an amount and form and by a Bank or surety

acceptable to the Employer. The Performance Security shall be valid until a date 28 days from

the date of issue of the Certificate of Completion in the case of a Bank Guarantee.

12. Termination

12.1 The Employer may terminate the Contract if the other party causes a fundamental breach of the

Contract.

12.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the contractor stops work for 7 days and the stoppage has not been authorized by the

Engineer;

(b) the Contractor has become bankrupt or goes into liquidation other than for a

reconstruction or amalgamation;

(c) the Engineer gives Notice that failure to correct a particular Defect is a fundamental

breach of Contract and the Contractor fails to correct it within a reasonable period of

time determined by the Engineer;

(d) the Contractor does not maintain a security which is required;

(e) the Contractor has delayed the completion of the Works by the number of days for which

the maximum amount of liquidated damages can be paid, as defined in the Clause 7 of

this agreement

12.3 Notwithstanding the above, the Employer may terminate the Contract for convenience.

12.4 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe

and secure, and leave the Site as soon as reasonably possible.

13. Payment upon Termination

13.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the

Engineer shall issue a certificate for the value of the work done less advance payments received

up to the date of the issue of the certificate, less other recoveries due in terms of the contract,

less taxes due to be deducted at source as per applicable law.

13.2 If the Contract is terminated at the Employer‟s convenience, the Engineer shall issue a

certificate for the value of the work done, the reasonable cost of removal of Equipment,

repatriation of the Contractor‟s personnel employed solely on the Works, and the Contractor‟s

costs of protecting and securing the Works and less advance payments received up to the date of

the certificate, less other recoveries due in terms of the contract and less taxes due to be

deducted at source as per applicable law.

Page 105: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 7

14. Dispute settlement

If over the works, any dispute arises between the two parties, relating to any aspects of this

Agreement, the parties shall first attempt to settle the dispute through mutual and amicable

consultation.

In the event of agreement not being reached, the matter will be referred for arbitration by a Sole

Arbitrator not below the level of retired Superintending Engineer, Assam PHED/AUWSSB to

be appointed by the first party. The Arbitration will be conducted in accordance with the

Arbitration and Conciliation Act, 1996. The decision of the Arbitrator shall be final and binding

on both the parties. The Arbitrator shall give his award/decision within 60 days of start of

proceedings.

The Priced Bill of Quantities (Annexure 1), Format of Certificate (Annexure 2) and

Specification and Drawings (Annexure 3) are attached.

Signed and delivered by Mr. _______________________________________ for and on behalf of the

Contractor In the presence of the Witness:

i)

ii)

SIGNATURE

Signed and delivered by Mr. ___________________________________ Project Director, JICA

Assisted Guwahati Water Supply Project, Guwahati.

In the presence of the Witness:

i)

ii)

SIGNATURE

Page 106: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 8

PERFORMANCE BANK GUARANTEE

(To be given from a nationalized or scheduled bank in India)

To

The Project Director,

Project Implementation Unit,

JICA Assisted GWSP,

I Floor, Tripti Tower, Ganeshguri

Guwahati-781 005

WHEREAS ________________________ [name and address of Contractor] (hereinafter

called "the Contractor") has undertaken, in pursuance of Contract No.______ dated _____ to execute

“Contract Package No. 5E8: Procurement of Works (Item rate) for Supply, Installation &

Commissioning of Employer furnished D.I Pipes for the balance works under the Distribution Network

in the DMAs No. 5R11, 5R12 and Part of Feeder Main of Ramsahill of South – Central Zone”,

(hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall

furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for

compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,

on behalf of the Contractor, up to a total of ________________________________________

[amount of guarantee]1_____________________________[in words], such sum being payable in

the types and proportions of currencies in which the Contract Price is payable, and we undertake to

pay you, upon your first written demand and without cavil or argument, any sum or sums within

the limits of ______________________ [amount of guarantee]1 as aforesaid without your needing to

prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

Contract or of the Works to be performed there under or of any of the Contract documents which may

be made between you and the Contractor shall in any way release us from any liability under this

guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the date of expiry of the Defects Liability

Period.

Signature and seal of the guarantor _______________________

Name of Bank _______________________

Address _______________________

Date _______________________

Page 107: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-9

CF-9

BANK GUARANTEE FOR ADVANCE PAYMENT

To

The Project Director,

Project Implementation Unit,

JICA Assisted GWSP,

I Floor, Tripti Tower, Ganeshguri

Guwahati-781 005

Name of Contract: Contract Package No. 5E8: Procurement of Works (Item rate) for Supply, Installation

& Commissioning of Employer furnished D.I Pipes for the balance works under the Distribution

Network in the DMA No. 5R11, 5R12 and Part of Feeder Main of Ramsahill of South- Central Zone.

Gentlemen:

In accordance with the provisions of the Conditions of Contract, sub-clause 3.1 of the above

mentioned Contract, ________________________________________ [name and address of

Contractor] (hereinafter called "the Contractor") shall deposit with

________________________________________ [name of Employer] a bank guarantee to guarantee

his proper and faithful performance under the said Clause of the Contract in an amount of

____________________________________________________________________ [amount of

guarantee]1______________________________________________________[in words].

We, the _____________________________________ [bank or financial institution], as

instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator

and not as Surety merely, the payment to the Project Director, JICA Assisted Guwahati Water Supply

Project, Guwahati – 781 005 [Employer] on his first demand without whatsoever right of objection on

our part and without his first claim to the Contractor, in the amount not exceeding

___________________ [amount of guarantee]1_______________________________________ [in

words].

We further agree that no change or addition to or other modification of the terms of the

Contract or of Works to be performed thereunder or of any of the Contract documents which may be

made between Project Director, JICA Assisted Guwahati Water Supply Project, Guwahati – 781 005

[Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and

we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under

the Contract until ________________ [name of Employer] receives full repayment of the same

amount from the Contractor.

Yours truly,

Signature and seal: _______________________

Name of Bank/Financial Institution: _______________________

Address: _______________________

Date: _______________________

1 An amount shall be inserted by the bank or financial institution representing the amount of the

Advance Payment, and denominated in Indian Rupees.

Page 108: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-10

CF-10

GST INVOICE

JICA Assisted Guwahati Water Supply Project (ID-P201) Employer : PD, PIU, JICA Assisted GWSP

Contract Package…… Engineer : NJS Consultant Co Ltd (Japan) &

NJS Engineers India Pvt. Ltd. Contract No…… Contractor : Interim Payment Certificate No….. GSTN : Period : From ……… To ……… (ID-P201) Period ending :

SL NO

DESCRIPTION

Amount (INR)

Basic Taxes & Duties

Total

A The Estimated Contract Value of Works Executed upto the end of the month in question

B The actual Value certified for payment for Works Executed upto the end of the previous month in question

C The Estimated Contract Value of Works Executed for the Period in question (C=A-B)

D The Value of any variations executed upto the end of the month in question less the amount certified in the previous interim payment certificate

E Any credit or debit for the period in question in respect of materials and plant for the permanent works

F Retention as per Sub Clause 9.1(k) {5% of (C+D+E)}

G Repayment of mobilization advance as per Sub clause 3.2( c)

H Amount deducted towards the Advance Income Tax {2% of (C+D+E-F-G)}

I Amount deducted towards Labour Cess {1% of (C+D+E-F-G)}

J Others, if any

K NET TOTAL PAYBLE THIS PERIOD (C+D+E-F-G-H-I-J)

NET TOTAL PAYABLE THIS PERIOD

Basic INR……………./- (Indian Rupees in Millions)

Taxes & Duties INR……………./- (Indian Rupees in Millions)

For Contractor : For Consultant: For Consultant: For Consultant:

Authorized Signatory

Quantity Surveyor

Resident Engineer

Team Leader

PMC PMC PMC

Page 109: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-11

CF-11

JICA Assisted Guwahati Water Supply Project (ID-P201) Employer : PD, PIU, JICA Assisted GWSP

Contract Package………..

Engineer : NJS Consultant Co Ltd (Japan) &

NJS Engineers India Pvt. Ltd.

Contract No………..

Contractor :

RETENTION MONEY

Interim Payment Certificate No………..

Period : From ……………… To ………………

Period ending : ……………………..

IPC No. Period Amount

subject to Retention

Retention Money Deduction

From To For the Period Cumulative

For Contractor

For Consultant: For Consultant:

Authorized Signatory

Quantity Surveyor Resident Engineer

Date: Date: Date:

Page 110: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-12

CF-12

JICA Assisted Guwahati Water Supply Project (ID-P201) Employer: PD, PIU, JICA Assisted GWSP

Contract Package………. Engineer: NJS Consultant Co Ltd (Japan) &

NJS Engineers India Pvt. Ltd.

Contract No………. Contractor:

Status of Repayment of Advance (Basics)

Contract Amount

Advance Payment

Interim Payment Certificate No……………….. Period: ……………………..

S. No IPC No

Period Amount Subject to Repayment

Repayment for this period

Cumulative Repayment

Balance to be recovered

For Contractor For Consultant

For Consultant

Authorized Signatory Quantity Surveyor

Resident Engineer

Date: Date: Date:

Page 111: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-13

CF-13

JICA Assisted Guwahati Water Supply Project (ID-P201) Employer: PD, PIU, JICA Assisted GWSP

Contract Package………. Engineer: NJS Consultant Co Ltd (Japan) &

NJS Engineers India Pvt. Ltd.

Contract No………. Contractor:

Status of Repayment of Advance (Taxes)

Contract Amount

Advance Payment

Interim Payment Certificate No……………….. Period: ……………………..

S. No IPC No

Period Amount Subject to Repayment

Repayment for this period

Cumulative Repayment

Balance to be recovered

For Contractor For Consultant

For Consultant

Authorized Signatory Quantity Surveyor

Resident Engineer

Date: Date: Date:

Page 112: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-14

CF-14

JICA Assisted Guwahati Water Supply Project (ID-P201) Employer : PD, PIU, JICA Assisted GWSP

Contract Package……….

Engineer : NJS Consultant Co Ltd (Japan) &

NJS Engineers India Pvt. Ltd.

Contract No……….

Contractor :

ADVANCE INCOME TAX DEDUCTION

Interim Payment Certificate No……….

Period : From ……………… To ………………

Period ending : ……………………..

IPC No. Period Amount subject to

Advance Income Tax

Advance Income Tax Deduction Amount

From To For the Period Cumulative

For Contractor

For Consultant:

For Consultant:

Authorized Signatory

Quantity Surveyor

Resident Engineer

Date: Date: Date:

Page 113: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-15

CF-15

JICA Assisted Guwahati Water Supply Project (ID-P201) Employer : PD, PIU, JICA Assisted GWSP

Contract Package……….

Engineer : NJS Consultant Co Ltd (Japan) &

NJS Engineers India Pvt. Ltd.

Contract No……….

Contractor :

LABOUR CESS

Interim Payment Certificate No.02

Period : From ……………… To ………………

Period ending : ……………………..

IPC No. Period Amount subject to

Labour Cess

Labour Cess Deduction Amount

From To For the Period Cumulative

For Contractor:

For Consultant:

For Consultant:

Authorized Signatory

Quantity Surveyor

Resident Engineer

Date: Date: Date:

Page 114: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8 CF - 16

BILL OF QUANTITIES JICA Assisted Guwahati Water Supply project (ID - P201)

Employer : PD, PIU, JICA Assisted GWSP

Contract Package …………………..

Engineer : NJS Consultant Co Ltd (Japan) & NJS Engineers India Pvt. Ltd.

Contract No. …………………………..

Contractor :

Interim Payment Certificate No. ……….

Period :

Package…………………… Work Executed

Item No.

Description Units Qty

Rate - Rs. Amount - Rs. UPTO END OF THIS MONTH UPTO PREVIOUS THIS PERIOD

Basic Taxes Basic Taxes Total Quantity Basic Amount

Taxes Amount

Total Amount

Quantity Basic Amount

Taxes Amount

Total Amount

Quantity Basic Amount

Taxes Amount

Total Amount

`

Total Carried to Summary

For Contractor Authorized Signatory Date

For Consultant:

Quantity Surveyor Date

For Consultant:

Resident Engineer Date

Page 115: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-1 S-1

Section VII: Major Scope

Details of Balance Pipe Laying to be done of DMA 5R11

Sl. No. Road Name Node Type of

Pipe Length Pipe Dia Remarks

From To

1 Sati Jaymati Road 738 739 DI 54.00 100

2 Sati Jaymati Road BL 736 737 DI 64.00 100

3 Sati Jaymati Road BL 734 735 DI 115.00 100

4 Sati Jaymati Road BL 730 731 DI 16.00 100

5 Sati Jaymati Road BL 728 729 DI 12.00 100

6 Sati Jaymati Road BL 726 727 DI 73.00 100

7 SC Road 725 704 DI 16.00 100

8 Sati Jaymati Road 724 740 DI 15.00 100

9 SC Road BL 704 705 DI 38.00 100

10 SC Road 702 703 DI 18.00 100

11 Alugudam Gali 703 714 DI 216.00 100

12 Alugudam Gali BL 706 707 DI 45.00 100

13 Alugudam Gali BL 708 712 DI 108.00 100

14 Alugudam Gali BL 711 712 DI 37.00 100

15 Alugudam Gali BL 709 710 DI 90.00 100

16 K R Chowdhury Road 700 671 DI 395.00 200

17 S Chowdhury Road BL 698 699 DI 65.00 100

18 FA Road 915 691 DI 24.00 100

19 FA Road BL 691 692 DI 48.00 100

20 FA Road BL 871 694 DI 68.00 100

21 FA Road BL 695 696 DI 80.00 100

22 BR Phukan Road BL 687 688 DI 48.00 100

23 BR Phukan Road BL 689 690 DI 74.00 100

24 BR Phukan Road BL 895 681 DI 8.00 100

25 Rupnagar BL 676 681 DI 196.00 100

26 KRC Road BL 672 673 DI 10.00 100

27 KRB Road 667 668 DI 8.00 100

28 R Chowdhury Road 661 965 DI 137.00 100

29 R Chowdhury Road 662 663 DI 20.00 250

30 Kalita Path 663 664 DI 11.00 100

31 KRC Road BL 665 666 DI 8.00 100

32 Kanaklata Road 671 748 DI 14.00 100

33 KRC Road BL 674 675 DI 12.00 100

34 KRC Road BL 683 684 DI 11.00 100

35 FA Road 685 763 DI 28.00 100

36 R Chowdhury Road BL 743 744 DI 8.00 100

37 Arunodoi Path 746 745 DI 12.00 100

38 Arunodoi Path 754 758 DI 57.00 100

39 Arunodoi Path BL 755 754 DI 14.00 100

40 NS Road BL 761 762 DI 45.00 100

Page 116: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-2 S-2

Details of Balance Pipe Laying to be done of DMA 5R11

Sl. No. Road Name Node Type of

Pipe Length Pipe Dia Remarks

From To

41 FA Road BL 773 775 DI 8.00 100

42 FA Road BL 776 777 DI 10.00 100

43 NS Road 778 779 DI 22.00 100

44 FA Road BL 765 766 DI 67.00 100

45 SC Road BL 700 701 DI 8.00 100

46 SC Road BL 3 715 716 DI 10.00 100

47 SC Road BL 2 779 717 DI 407.00 100

48 SC Road BL 2 Sub BL 716 718 DI 40.00 100

49 SC Road BL 1 720 721 DI 280.00 100

50 SC Road BL 722 723 DI 73.00 100

Total Length 3243.00

Page 117: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-3 S-3

Details of Balance Valve Chamber to be done of DMA 5R11 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

1 R Chowdhury Road 662 663 662 SV+PRV+FM 250

2 Sati Jaymati Road 739 738 739 W2 100

3 Sati Jaymati Road BL 736 737 737 W2 100

4 Sati Jaymati Road 736 734 734 S1 100

5 Sati Jaymati Road BL 734 735 734 S1 100

6 Sati Jaymati Road BL 734 735 735 W2 100

7 Sati Jaymati Road BL 732 733 732 S1 100

8 Sati Jaymati Road BL 732 733 733 W2 100

9 Sati Jaymati Road 730 732 730 W1 100

10 Sati Jaymati Road BL 728 729 728 S1 100

11 Sati Jaymati Road BL 728 729 729 W2 100

12 Sati Jaymati Road BL 726 727 726 S1 100

13 Sati Jaymati Road BL 726 727 727 W2 100

14 SC Road 725 704 725 S1 100

15 SC Road 703 704 703 S1 100

16 Alugudam Gali BL 706 707 707 W2 100

17 Alugudam Gali 706 708 706 S1 100

18 Alugudam Gali 714 711 714 W2 100

19 Alugudam Gali BL 711 712 712 W2 100

20 Alugudam Gali BL 709 710 710 W2 100

21 SC Road BL 704 705 705 W2 100

22 Sati Jaymati Road 724 740 724 S1 100

23 SC Road 702 703 702 S1 100

24 S Chowdhury Road 720 722 720 W1 150

25 Sati Jaymati Path 724 740 740 W1 100

26 S Chowdhury Road BL 722 723 722 S1 100

27 S Chowdhury Road BL 722 723 723 W2 100

28 SC Road BL 1 720 721 720 S1 100

29 SC Road BL 1 720 721 720 W1 100

30 SC Road BL 1 720 721 721 W2 100

31 S Chowdhury Road 722 720 720 S1 150

32 SC Road BL 2 717 718 717 S1 100

33 SC Road BL 2 718 719 718 W1 100

34 SC Road BL 2 719 779 779 W2 100

35 SC Road BL 3 715 716 715 S1 100

36 SC Road BL 3 716 719 716 W1 100

37 SC Road BL 700 701 700 S1 100

38 SC Road BL 700 701 701 W2 100

39 FA Road BL 765 766 765 S1 100

40 FA Road BL 765 766 766 W2 100

41 FA Road 776 778 778 S1 100

42 FA Road 773 776 773 W1 100

43 FA Road BL 773 774 773 S1 100

44 FA Road BL 773 774 773 W1 100

45 FA Road 767 765 767 S1 100

46 FA Road 767 765 765 W1 100

Page 118: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-4 S-4

Details of Balance Valve Chamber to be done of DMA 5R11 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

47 R Chowdhury Road BL 683 684 683 S1 100

48 R Chowdhury Road BL 683 684 684 W1 100

49 R Chowdhury Road BL 674 675 674 S1 100

50 R Chowdhury Road BL 674 675 674 W1 100

51 S Chowdhury Road BL 761 762 762 W2 100

52 Arunodoi Path BL 758 760 759 W1 100

53 Arunodoi Path BL 758 760 760 W2 100

54 Arunodoi Path 746 754 746 W1 100

55 Kanaklata Road 671 748 748 W1 100

56 Kanaklata Road 746 748 747 S1 100

57 Kanaklata Road 746 748 747 W1 100

58 R Chowdhury Road 667 665 665 W1 250

59 R Chowdhury Road BL 665 666 665 S1 100

60 S Chowdhury Road 662 743 662 S1 150

61 S Chowdhury Road 662 743 662 W1 150

62 S Chowdhury Road BL 743 744 743 S1 100

63 S Chowdhury Road BL 743 744 744 W1 100

64 KRB Road 668 670 670 W2 100

65 S Chowdhury Road 661 965 661 W2 100

66 B R Phukan Road 895 896 896 W1 100

67 B R Phukan Road BL 681 895 681 W1 100

68 R Chowdhury Road BL 672 673 673 W2 100

69 Rupnagar BL 677 681 677 S1 100

70 B R Phukan Road 689 895 689 S1 100

71 B R Phukan Road BL 688 687 688 W2 100

72 FA Road 695 697 695 S1 100

73 FA Road 695 697 695 W1 100

74 FA Road 695 697 697 W2 100

75 FA Road BL 695 696 696 W2 100

76 FA Road BL 871 694 694 W2 100

77 FA Road BL 691 692 692 W2 100

78 FA Road 915 691 915 S1 100

79 FA Road 915 691 691 W1 100

80 S Chowdhury Road BL 698 699 698 S1 100

81 S Chowdhury Road BL 698 699 699 W2 100

82 S Chowdhury Road 698 915 915 S1 200

83 FA Road 685 686 685 S1 100

84 FA Road 685 763 685 S1 100

85 Rupnagar BL 676 677 676 S1 100

86 Rupnagar BL 676 677 676 W1 100

87 R Chowdhury Road BL 672 673 672 S1 100

Page 119: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-5 S-5

Details of Balance Valve Fixing to be done of DMA 5R11 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

1 R Chowdhury Road 662 663 662 SV+PRV+FM 250

2 Sati Jaymati Road 739 738 739 W2 100

3 Sati Jaymati Road BL 736 737 737 W2 100

4 Sati Jaymati Road 736 734 734 S1 100

5 Sati Jaymati Road BL 734 735 734 S1 100

6 Sati Jaymati Road BL 734 735 735 W2 100

7 Sati Jaymati Road BL 732 733 732 S1 100

8 Sati Jaymati Road BL 732 733 733 W2 100

9 Sati Jaymati Road 730 732 730 W1 100

10 Sati Jaymati Road BL 728 729 728 S1 100

11 Sati Jaymati Road BL 728 729 729 W2 100

12 Sati Jaymati Road BL 726 727 726 S1 100

13 Sati Jaymati Road BL 726 727 727 W2 100

14 SC Road 725 704 725 S1 100

15 SC Road 703 704 703 S1 100

16 Alugudam Gali BL 706 707 707 W2 100

17 Alugudam Gali 706 708 706 S1 100

18 Alugudam Gali 714 711 714 W2 100

19 Alugudam Gali BL 711 712 712 W2 100

20 Alugudam Gali BL 709 710 710 W2 100

21 SC Road BL 704 705 705 W2 100

22 Sati Jaymati Road 724 740 724 S1 100

23 SC Road 702 703 702 S1 100

24 S Chowdhury Road 720 722 720 W1 150

25 Sati Jaymati Path 724 740 740 W1 100

26 S Chowdhury Road BL 722 723 722 S1 100

27 S Chowdhury Road BL 722 723 723 W2 100

28 SC Road BL 1 720 721 720 S1 100

29 SC Road BL 1 720 721 720 W1 100

30 SC Road BL 1 720 721 721 W2 100

31 S Chowdhury Road 722 720 720 S1 150

32 SC Road BL 2 717 718 717 S1 100

33 SC Road BL 2 718 719 718 W1 100

34 SC Road BL 2 719 779 779 W2 100

35 SC Road BL 3 715 716 715 S1 100

36 SC Road BL 3 716 719 716 W1 100

37 SC Road BL 700 701 700 S1 100

38 SC Road BL 700 701 701 W2 100

39 FA Road BL 765 766 765 S1 100

40 FA Road BL 765 766 766 W2 100

Page 120: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-6 S-6

Details of Balance Valve Fixing to be done of DMA 5R11 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

41 FA Road 776 778 778 S1 100

42 FA Road 773 776 773 W1 100

43 FA Road BL 773 774 773 S1 100

44 FA Road BL 773 774 773 W1 100

45 FA Road 767 765 767 S1 100

46 FA Road 767 765 765 W1 100

47 R Chowdhury Road BL 683 684 683 S1 100

48 R Chowdhury Road BL 683 684 684 W1 100

49 R Chowdhury Road BL 674 675 674 S1 100

50 R Chowdhury Road BL 674 675 674 W1 100

51 S Chowdhury Road BL 761 762 762 W2 100

52 Arunodoi Path BL 758 760 759 W1 100

53 Arunodoi Path BL 758 760 760 W2 100

54 Arunodoi Path 746 754 746 W1 100

55 Kanaklata Road 671 748 748 W1 100

56 Kanaklata Road 746 748 747 S1 100

57 Kanaklata Road 746 748 747 W1 100

58 R Chowdhury Road 667 665 665 W1 100

59 R Chowdhury Road BL 665 666 665 S1 100

60 S Chowdhury Road 662 743 662 S1 150

61 S Chowdhury Road 662 743 662 W1 150

62 S Chowdhury Road BL 743 744 743 S1 100

63 S Chowdhury Road BL 743 744 744 W1 100

64 KRB Road 668 670 670 W2 100

65 S Chowdhury Road 661 965 661 W2 100

66 B R Phukan Road 895 896 896 W1 100

67 B R Phukan Road BL 681 895 681 W1 100

68 R Chowdhury Road BL 672 673 673 W2 100

69 Rupnagar BL 677 681 677 S1 100

70 B R Phukan Road 689 895 689 S1 100

71 B R Phukan Road BL 688 687 688 W2 100

72 FA Road 695 697 695 S1 100

73 FA Road 695 697 695 W1 100

74 FA Road 695 697 697 W2 100

75 FA Road BL 695 696 696 W2 100

76 FA Road BL 871 694 694 W2 100

77 FA Road BL 691 692 692 W2 100

78 FA Road 915 691 915 S1 100

79 FA Road 915 691 691 W1 100

80 S Chowdhury Road BL 698 699 698 S1 100

81 S Chowdhury Road BL 698 699 699 W2 100

Page 121: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-7 S-7

Details of Balance Valve Fixing to be done of DMA 5R11 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

82 S Chowdhury Road 698 915 915 S1 200

83 FA Road 685 686 685 S1 100

84 FA Road 685 763 685 S1 100

85 Rupnagar BL 676 677 676 S1 100

86 Rupnagar BL 676 677 676 W1 100

87 R Chowdhury Road BL 672 673 672 S1 100

88 KRP Road B/L 667 669 667 S1 100

89 KRP Road B/L 667 669 667 W1 100

90 ABHOY CHANDRA DUTTA LANE

768 767 767 S1 100

91 ABHOY CHANDRA DUTTA LANE

768 767 768 W1 100

92 ABHOY CHANDRA DUTTA LANE

768 769 768 S1 100

93 ABHOY CHANDRA DUTTA LANE

768 769 768 W1 100

94 Gajen Kalita Road 773 775 773 S1 100

95 Gajen Kalita Road 773 775 773 W1 100

96 Laxmi Path 773 774 773 S1 100

97 Laxmi Path 773 774 773 W1 100

98 ABHOY CHANDRA DUTTA LANE

768 772 768 S1 100

99 ABHOY CHANDRA DUTTA LANE

768 772 768 W1 100

100 Gajen Kalita Road 776 777 776 S1 100

101 Gajen Kalita Road 776 777 776 W2 100

102 R.K.Choudhury 774 773 774 W1 100

103 R.K.Choudhury 778 776 778 S1 100

104 R.K.Choudhury 761 756 756 S1 100

105 R.K.Choudhury 761 756 756 W1 100

106 R.K.Choudhury 756 752 756 W1 100

107 Kumarpara Road 745 746 746 W1 100

108 Kumarpara Road 774 773 774 W2 100

109 R.K.Choudhury B/L 743 966 743 S1 100

110 R.K.Choudhury B/L 743 966 743 W1 100

111 R.K.Choudhury 967 968 967 S2 100

112 R.K.Choudhury 969 968 969 S2 100

113 Satijoymoti Road 963 740 963 W1 100

Page 122: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-8 S-8

Details of Balance Pipe Laying to be done of DMA 5R12

Sl. No.

Road Name Node Type of

Pipe Length Pipe Dia Remarks

From To

1 Kalapahar Samsan Road 880 891 DI 101.20 100 GAP

2 Kalapahar Samsan Road 891 885 DI 314.30 100 GAP

3 Fayal ahmad Road B/L 878 879 DI 7.50 100 GAP

4 Lokhra Road 803 802 DI 4.00 100 GAP

5 Ak Dev Road Bye Lane 875 876 DI 7.90 100 GAP

6 Kali mandir Path 873 874 DI 18.50 100 GAP

7 Gopinath Path 872 871 DI 258.70 100 GAP

8 Rothkola Lane 869 890 DI 262.30 100 GAP

9 Raja rammohan lane 870 884 DI 134.50 100 GAP

10 Rothkola Lane Bye lane 871 887 DI 68.20 100 GAP

11 Rothkola Lane Bye lane 888 889 DI 41.20 100 GAP

12 Rothkola Lane Bye lane 886 885 DI 58.00 100 GAP

13 Dr. BR Ambetar Road 867 882 DI 31.50 150 GAP

14 Dr. BR Ambetar Road 882 883 DI 30.00 100 GAP

15 MB Road Bye Lane 859 863 DI 74.30 100 GAP

16 MB Road Bye Lane 864 865 DI 68.80 100 GAP

17 MB Road 860 859 DI 8.50 100 GAP

18 MB Road 859 858 DI 34.00 100 GAP

19 AC Carrier Road 780 781 DI 145.00 100 GAP

20 Lachit Path 831 858 DI 218.00 200 GAP

21 Bishnupur School Road 831 806 DI 140.00 250 GAP

22 Vivekanada Path 832 833 DI 10.60 100 GAP

23 Lachit Path 834 840 DI 173.00 150 GAP

24 Ananda Path 835 836 DI 12.00 100 GAP

25 Roy lane 837 838 DI 13.60 100 GAP

26 Jagdish Ghosh Path 841 842 DI 125.00 100 GAP

27 Shankar dev Path 837 839 DI 15.50 100 GAP

28 Shankar dev Path 839 843 DI 25.90 150 GAP

29 Rk Choudhury lane 843 844 DI 11.50 100 GAP

30 Shankar dev Path 843 847 DI 256.00 150 GAP

31 Shankar dev Path 845 846 DI 34.50 100 GAP

32 Shankar dev Path 847 849 DI 57.00 150 GAP

33 Shankar dev Path Byelane

847 848 DI 20.50 100 GAP

34 JLN Road 849 851 DI 32.00 100 GAP

35 Milan Path 857 855 DI 9.50 100 GAP

36 Bishnupur main Road 830 827 DI 13.60 100 GAP

37 Bishnupur Road B/L 827 828 DI 7.90 100 GAP

38 Bishnupur Road B/L 827 829 DI 68.20 100 GAP

39 Bishnupur Road B/L 824 825 DI 9.50 100 GAP

40 Bishnupur Road B/L 824 826 DI 7.00 100 GAP

41 Bishnupur Road B/L 822 823 DI 8.00 100 GAP

Page 123: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-9 S-9

Details of Balance Pipe Laying to be done of DMA 5R12 Sl.

No. Road Name

Node Type of Pipe

Length Pipe Dia Remarks From To

42 Bishnupur Road B/L 820 821 DI 8.50 100 GAP

43 Bishnupur main Road 820 813 DI 13.50 150 GAP

44 Bishnupur main Road 813 814 DI 5.00 100 GAP

45 Thana Gali 818 819 DI 45.00 100 GAP

46 Thana Gali 816 817 DI 44.00 100 GAP

47 Thana Gali 818 801 DI 56.00 100 GAP

48 Lokhra Road 799 964 DI 3.90 100 GAP

49 Arya Path Byelane 1 795 796 DI 11.60 100 GAP

50 Birubari Byelane 793 789 DI 18.20 150 GAP

51 Birubari Byelane 783 784 DI 84.90 150 GAP

52 Birubari Byelane 785 789 DI 4.20 100 GAP

53 Sati Jaimati Road 741 742 DI 4.60 100 GAP

54 Bishnupur main Road 782 806 DI 196.60 250 GAP

55 Bishnupur main Road 782 783 DI 12.30 150 GAP

56 Sati Jaimati Road 971 782 DI 5.00 100 GAP

57 Sati Jaimati Road 972 782 DI 21.50 250 GAP

58 Bishnumandir Road 812 841 DI 5.70 100 GAP

59 Bishnumandir Road 812 807 DI 8.10 150 GAP

60 Bishnumandir Road B/L 807 808 DI 7.20 100 GAP

61 Bishnumandir Road B/L 809 811 DI 100.60 100 GAP

62 Bishnumandir Road B/L 808 810 DI 82.90 100 GAP

Total Length 3676.50

Page 124: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-10 S-10

Details of Balance Valve Chamber to be done of DMA 5R12 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

1 Ak Dev Road B/L 875 876 875 S1 100

2 Ak Dev Road B/L 875 876 876 W2 100

3 Fayal ahmad Road B/L 878 879 879 W2 100

4 Kali mandir Path 873 874 874 W2 100

5 Kalapahar Samsan Road 891 890 891 W1 100

6 Gopinath Path 872 871 872 S1 100

7 Gopinath Path 872 871 871 W1 100

8 Rothkola Lane 869 871 869 S1 100

9 Rothkola Lane 869 871 871 W1 100

10 Rothkola Lane 871 890 890 S1 100

11 Raja Ram Mohan lane 870 884 870 S1 100

12 Raja Ram Mohan lane 870 884 870 W1 100

13 Rothkola Lane Bye lane 871 887 871 S1 100

14 Rothkola Lane Bye lane 871 887 887 W2 100

15 Rothkola Lane Bye lane 886 885 885 S1 100

16 JLN Road 853 850 853 W2 100

17 JLN Road 853 850 850 W2 100

18 JLN Road 847 848 848 W2 100

19 JLN Road 845 846 846 W2 100

20 Jagdish Ghosh Path 841 842 842 W2 100

21 Jagdish Ghosh Path 841 842 841 S1 100

22 Shankar dev Path 843 845 843 S1 100

23 Rk Choudhury lane 843 844 843 S1 100

24 Rk Choudhury lane 843 844 844 W2 100

25 Bishnumandir Road 839 812 840 S1 100

26 Bishnumandir Road 839 812 812 S1 100

27 Bishnumandir Road 812 807 812 W1 150

28 Bishnumandir Road B/L 808 811 811 W2 100

29 Bishnumandir Road B/L 808 810 810 W2 100

30 Bishnumandir Road 807 806 806 S1 150

31 Bishnupur School Road 831 806 806 S2 250

32 Bishnupur School Road 831 806 806 W1 250

33 Bishnupur School Road 831 858 831 S1 200

34 Bishnupur School Road 831 858 858 W1 200

35 Vivekanada Path 832 833 832 S1 100

36 Vivekanada Path 832 833 833 W2 100

37 Lachit Path 834 840 840 W1 100

38 Roy lane 837 838 837 S1 100

39 Roy lane 837 838 837 W1 100

40 Roy lane 837 838 838 W2 100

41 Dr. BR Ambetar Road 867 882 882 S1 100

42 Dr. BR Ambetar Road 867 882 882 W1 100

43 Dr. BR Ambetar Road 882 883 883 W2 100

44 Ak Dev Road 869 867 867 S1 150

45 Ak Dev Road 862 867 862 S1 100

46 Ak Dev Road 860 862 860 S1 100

Page 125: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-11 S-11

Details of Balance Valve Chamber to be done of DMA 5R12 Sl.

No. Road Name

Node Nearest Node

Type of Valve Pipe Dia Remarks From To

47 Ak Dev Road 860 862 860 W1 100

48 Ak Dev Road 860 861 861 W2 100

49 MB Road Bye Lane 863 866 866 W2 100

50 MB Road Bye Lane 863 859 859 W1 100

51 MB Road Bye Lane 863 859 859 S1 100

52 MB Road Bye Lane 864 865 865 W2 100

53 MB Road 859 858 858 S1 100

54 AC Carrier Road 780 781 780 S1 100

55 AC Carrier Road 780 781 781 W1 100

56 Fayal ahmad Road 803 804 803 W1 100

57 Vivekanada Path 803 830 803 W1 100

58 Lokhra Road 803 802 803 W1 100

59 Bishupur Road 827 830 830 W1 100

60 Bishupur Road Bye lane 827 829 829 W2 100

61 Bishupur Road Bye lane 824 825 825 W2 100

62 Bishupur Road Bye lane 814 815 815 W2 100

63 Thana Gali 814 816 816 W1 100

64 Thana Gali 801 816 816 S1 100

65 Thana Gali 801 816 818 W1 100

66 Shankarpur Road 799 800 800 W2 100

67 Arya Path Byelane 1 795 796 796 S1 100

68 Arya Path Byelane 1 795 796 796 W1 100

69 Arya Path Byelane 1 796 798 798 W2 100

70 Arya Path Byelane 1 796 797 797 W2 100

71 Birubari Byelane 790 791 791 W2 100

72 Birubari Byelane 794 790 794 W1 100

73 Birubari Byelane 783 793 789 W1 150

74 Birubari Byelane 783 793 783 S1 150

75 Bishnupur main Road 806 782 782 S2 250

76 Bishnupur main Road 806 782 782 W1 250

77 Bishnupur main Road 783 741 741 W1 100

78 Shankarpur Road 785 786 785 S1 100

79 Shankarpur Road 785 786 785 W1 100

80 Shankarpur Road 785 786 786 W2 100

81 Shankarpur Road 785 787 785 S1 100

82 Shankarpur Road 785 787 785 W1 100

83 Shankarpur Road 785 787 787 W2 100

84 Shankarpur Road 785 788 788 W1 99

85 Shankarpur Road 972 782 972 SV+PRV+FM 100

Page 126: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-12 S-12

Details of Balance Valve Fixing to be done of DMA 5R12

Sl. No.

Road Name Node Nearest

Node Type of Valve Pipe Dia Remarks

From To

1 Ak Dev Road B/L 875 876 875 S1 100

2 Ak Dev Road B/L 875 876 876 W2 100

3 Fayal ahmad Road B/L 878 879 879 W2 100

4 Kali mandir Path 873 874 874 W2 100

5 Kalapahar Samsan Road 891 890 891 W1 100

6 Gopinath Path 872 871 872 S1 100

7 Gopinath Path 872 871 871 W1 100

8 Rothkola Lane 869 871 869 S1 100

9 Rothkola Lane 869 871 871 W1 100

10 Rothkola Lane 871 890 890 S1 100

11 Raja Ram Mohan lane 870 884 870 S1 100

12 Raja Ram Mohan lane 870 884 870 W1 100

13 Rothkola Lane Bye lane 871 887 871 S1 100

14 Rothkola Lane Bye lane 871 887 887 W2 100

15 Rothkola Lane Bye lane 886 885 885 S1 100

16 JLN Road 853 850 853 W2 100

17 JLN Road 853 850 850 W2 100

18 JLN Road 847 848 848 W2 100

19 JLN Road 845 846 846 W2 100

20 Jagdish Ghosh Path 841 842 842 W2 100

21 Jagdish Ghosh Path 841 842 841 S1 100

22 Shankar dev Path 843 845 843 S1 100

23 Rk Choudhury lane 843 844 843 S1 100

24 Rk Choudhury lane 843 844 844 W2 100

25 Bishnumandir Road 839 812 840 S1 100

26 Bishnumandir Road 839 812 812 S1 100

27 Bishnumandir Road 812 807 812 W1 150

28 Bishnumandir Road Byelane

808 811 811 W2 100

29 Bishnumandir Road Byelane

808 810 810 W2 100

30 Bishnumandir Road 807 806 806 S1 150

31 Bishnupur School Road 831 806 806 S2 250

32 Bishnupur School Road 831 806 806 W1 250

33 Bishnupur School Road 831 858 831 S1 200

34 Bishnupur School Road 831 858 858 W1 200

35 Vivekanada Path 832 833 832 S1 100

Page 127: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-13 S-13

Details of Balance Valve Fixing to be done of DMA 5R12

Sl. No.

Road Name Node Nearest

Node Type of Valve Pipe Dia Remarks

From To

36 Vivekanada Path 832 833 833 W2 100

37 Lachit Path 834 840 840 W1 100

38 Roy lane 837 838 837 S1 100

39 Roy lane 837 838 837 W1 100

40 Roy lane 837 838 838 W2 100

41 Dr. BR Ambetar Road 867 882 882 S1 100

42 Dr. BR Ambetar Road 867 882 882 W1 100

43 Dr. BR Ambetar Road 882 883 883 W2 100

44 Ak Dev Road 869 867 867 S1 150

45 Ak Dev Road 862 867 862 S1 100

46 Ak Dev Road 860 862 860 S1 100

47 Ak Dev Road 860 862 860 W1 100

48 Ak Dev Road 860 861 861 W2 100

49 MB Road Bye Lane 863 866 866 W2 100

50 MB Road Bye Lane 863 859 859 W1 100

51 MB Road Bye Lane 863 859 859 S1 100

52 MB Road Bye Lane 864 865 865 W2 100

53 MB Road 859 858 858 S1 100

54 AC Carrier Road 780 781 780 S1 100

55 AC Carrier Road 780 781 781 W1 100

56 Fayal ahmad Road 803 804 803 W1 100

57 Vivekanada Path 803 830 803 W1 100

58 Lokhra Road 803 802 803 W1 100

59 Bishupur Road 827 830 830 W1 100

60 Bishupur Road Bye lane 827 829 829 W2 100

61 Bishupur Road Bye lane 824 825 825 W2 100

62 Bishupur Road Bye lane 814 815 815 W2 100

63 Thana Gali 814 816 816 W1 100

64 Thana Gali 801 816 816 S1 100

65 Thana Gali 801 816 818 W1 100

66 Shankarpur Road 799 800 800 W2 100

67 Arya Path Byelane 1 795 796 796 S1 100

68 Arya Path Byelane 1 795 796 796 W1 100

69 Arya Path Byelane 1 796 798 798 W2 100

70 Arya Path Byelane 1 796 797 797 W2 100

71 Birubari Byelane 790 791 791 W2 100

72 Birubari Byelane 794 790 794 W1 100

73 Birubari Byelane 783 793 789 W1 150

74 Birubari Byelane 783 793 783 S1 150

75 Bishnupur main Road 806 782 782 S2 250

76 Bishnupur main Road 806 782 782 W1 250

Page 128: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-14 S-14

Details of Balance Valve Fixing to be done of DMA 5R12

Sl. No.

Road Name Node Nearest

Node Type of Valve Pipe Dia Remarks

From To

77 Bishnupur main Road 783 741 741 W1 100

78 Shankarpur Road 785 786 785 S1 100

79 Shankarpur Road 785 786 785 W1 100

80 Shankarpur Road 785 786 786 W2 100

81 Shankarpur Road 785 787 785 S1 100

82 Shankarpur Road 785 787 785 W1 100

83 Shankarpur Road 785 787 787 W2 100

84 Shankarpur Road 785 788 788 W1 100

85 Shankarpur Road 972 782 972 SV+PRV+FM 250

86 Bishnupur School Road 807 808 807 S1 100

87 Satijoymoti Road 741 783 741 W1 100

88 Satijoymoti Road 741 742 741 W1 100

89 R.K.Choudhury 970 972 970 W1 100

90 R.K.Choudhury 782 780 782 W1 100

91 Fatasil Road 859 860 859 W1 100

92 Fatasil Bazar 858 882 858 S1 100

93 Fatasil Bazar 884 882 884 W1 100

94 Mahendra Nagar 857 830 857 W1 100

95 Mahendra Nagar 857 856 856 W2 100

96 Fatasil Bazar 884 885 884 S1 100

97 Fayal Ahmed Road 805 804 805 W2 100

98 Fayal Ahmed Road 881 880 881 W2 100

99 Fayal Ahmed Road 878 877 878 W1 100

100 Fatasil Market 859 860 859 S1 100

101 A.K.Dev Road 875 873 873 W1 100

102 A.K.Dev Road 867 869 867 W1 100

103 A.K.Dev Road 869 867 869 W1 100

Page 129: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-15 S-15

Details of Balance Pipe Laying to be done of Feeder Main Ramsahill Zone

Sl. No.

Road Name Node Type of

Pipe Length Pipe Dia Remarks

From To

1 Kedar Road 326 346 MS/ Jack Pushing

46.00 700

2 Kedar Road 326 346 DI 76.00 400

3 Sati Jaymati Path to KRC Rd

738 662 DI 1320.00 300

4 KRC Road 967 750 DI 66.00 300

5 NS Road 969 779 DI 54.00 300

6 NS Road 969 779 DI 11.00 300

7 NS Road 969 779 DI 12.00 300

Total Length 1585.00

Details of Balance Valve Chamber to be done of Feeder Main of Ramsahill Zone

Sl. No.

Road Name Node Nearest

Node Type of Valve

Pipe Dia Remarks From To

1 Kedar Road 619 738 619 BFV 400

2 Sati Jaymati Road 619 738 738 W1 150

3 Sati Jaymati Road 619 738 738 BFV 400

Details of Balance Valve Fixing to be done of Feeder Main of Ramsahill Zone

Sl. No.

Road Name Node Nearest

Node Type of Valve

Pipe Dia Remarks From To

1 Kedar Road 619 738 619 BFV 400

2 Sati Jaymati Road 619 738 738 W1 150

3 Sati Jaymati Road 619 738 738 BFV 400

Page 130: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-1

DRG-1

Section VI:

DRAWINGS

Page 131: BID DOCUMENT - gmdwsb.assam.gov.in

JICA assisted GWSP – Package: 5E8

TS-2

DRG-2

Page 132: BID DOCUMENT - gmdwsb.assam.gov.in

Guwahati Water Supply Project

(JICA Loan No. ID P-201)

CONTRACT PACKAGE NO:5E8

IFB NO:

Date:-

Supply, Installation and Commissioning of Employer furnished D.I Pipes forthe Balance works under the Distribution Network in the DMA: 5R-Feeder

Main Part-II, DMA 5R11 and 5R12 of Ramshahill Zone

Government of Assam, Guwahati, Assam India.

Project Director

Project Implementation Unit, JICA assisted GWSP

1st Floor, Tripti Tower, Ganeshguri, G.S. Road,

Guwahati - 781005

Page 133: BID DOCUMENT - gmdwsb.assam.gov.in

5

1 DMA DISTRIBUTION NETWORK FOR PACKAGE 5E8

SL. NO. DRAWING TITLE

GWSP /5E8LIST OF DRAWINGS

01 OF 01

DRAWING NO. SHEET NO. REMARKS

ENCLOSED

GWSP/NJS/5E8/001

2 STANDARD DRAWING - SLUICE VALVE CHAMBER (TYPE-S) 01 OF 15

ENCLOSED

GWSP/5E8/SD-01

3 WASH OUT CHAMBER (TYPE-W1) 02 OF 15

ENCLOSED

GWSP/5E8/SD-02

4 WASH OUT CHAMBER AT DEAD END (TYPE-W2)

ENCLOSED

GWSP/5E8/SD-03

BUTTERFLY VALVE CHAMBER (TYPE-B)

ENCLOSED

GWSP/5E8/SD-04

6 AIR VALVE CHAMBER (TYPE-A1)

ENCLOSED

7 THRUST BLOCK FOR HORIZONTAL BEND

ENCLOSED

8 THRUST BLOCK FOR HORIZONTAL TEE AND DEAD END

ENCLOSED

9 THRUST BLOCK FOR VERTICAL BEND

ENCLOSED

10 STANDARD DRAWING FOR ROAD REINSTATEMENT ASPHAK ROAD WITH W B M BASE

ENCLOSED

03 OF 15

04 OF 15

05 OF 15

06 OF 15

07 OF 15

08 OF 15

09 OF 15

11 VALVE CHAMBER WITH PRESSURE REDUCING VALVE, FLOW METER & SLUICE VALVE (TYPE - P2f)

ENCLOSED

10 OF 15

12 RIVER CROSSING / CULVERT CROSSING OF SMALL WIDTHS UPTO 15 M

ENCLOSED

11 OF 15

13 RIVER CROSSING / CULVERT CROSSING OF SMALL WIDTHS UPTO 6 M

ENCLOSED

12 OF 15

14 STANDARD DRAWING - ROAD RESTORATION

ENCLOSED

13 OF 15

15 DETAIL OF INTERLOCKING CONCRETE PAVER BLOCK ROAD

ENCLOSED

14 OF 15

GWSP/5E8/SD-05

GWSP/5E8/SD-06

GWSP/5E8/SD-07

GWSP/5E8/SD-08

GWSP/5E8/SD-09

GWSP/5E8/SD-10

GWSP/PMC/NJS/03/SD-11

GWSP/PMC/NJS/03/A/SD-12

GWSP/ICPB/001/SD-14

GWSP/5E8/SD-13

16 AIR VALVE CHAMBER (TYPE-A2)

ENCLOSED

15 OF 15 GWSP/5E8/SD-15

Page 134: BID DOCUMENT - gmdwsb.assam.gov.in

X

Y

400

d

AA

380

230

230

230

230

300

EQ EQ EQ

4 EQUAL PART

PRE-CAST SLAB WIDTH

SHALL BE ADJUSTED

ACCORDING TO

CHAMBER SIZE

EQ

MS RUNGS

(SEE DETAIL 'A')

PCC M15

(SEE DETAIL 'F')

D.I. D/F

DISTANCE

PIECE 1.0 M

LONG

FLANGE &

SOCKET

TAIL PIECE

D.I. D/F DISTANCE

PIECE 1.0 M LONG

DI PIPE K-9

30

0

300

20

0

.

H

SLUICE VALVE

BB

DI PIPE K-9

100 350

15

0

230

(TOP & BOTTOM)

20

0

30

0

MIN

.

10

0

4 NOS. EQUAL

PRE-CAST SLAB WIDTH

SHALL BE ADJUSTED

ACCORDING TO

CHAMBER SIZE

MASS

CONCRETE M15

CC

230

350

G.L. G.L.

RCC M20

PCC M15

MS RUNGS

(SEE DETAIL 'A')

FLANGE &

SPIGOT TAIL

PIECE

DI PIPE K-9

FLANGE &

SOCKET

TAIL PIECE

D.I. D/F DISTANCE

PIECE 1.0 M LONG

10

00

MA

X.

10

00

MA

X.

M15 PCC

SL.

NO.

1

SLUICE

VALVE DIA

d

CHAMBER DIMENSIONS

X Y

100 to 200 1000 900

CHAMBER DIMENSIONS

H (Average)

1500

TYPE

S1

2 300 1200 900 1500 S2

SECTIONAL PLAN B-B

SECTION A-ASECTION A-A

X

Y

40

0

d

MS RUNGS

(SEE DETAIL 'A')

A

A380

350

350

35

0

35

0

300

PCC M15

(SEE DETAIL 'F')

D.I. D/F

DISTANCE

PIECE 1.0 M

LONG

DI PIPE K-9

FLANGE &

SPIGOT TAIL

PIECE

FLANGE &

SOCKET

TAIL PIECE

D.I. D/F DISTANCE

PIECE 1.0 M LONG

SECTIONAL PLAN C-C

40x40x3 mm

MS ANGLE FRAME

AT TOP

16 mm DIA

HOOK FOR

LIFTING

WIDTH SHALL BE

ADJUSTED

ACCORDING TO

CHAMBER SIZE

SUBJECT TO

MAXIMUM 400 mm

AS PER

CHAMBER DETAIL

.

100

D

D

DETAIL OF R.C.C.

PRE-CAST SLAB

80

200

AS PER CHAMBER

DETAIL

SECTION D-D

16 mm DIA HOOK

FOR LIFTING

@150c/c

40x40x3 mm

MS ANGLE

FRAME AT TOP

SLEEVE

SL.

NO.

1

2

MAIN DIA

D d

SIZE OF LINE VALVE

SLUICE VALVE

DIA

400 300

300 AND BELOW PIPE SIZE

150150

13

0

10

0

200

WALL

DETAIL OF 'A'

(MS RUNG DETAIL)

75

75

PIP

E D

IA

X

X

PLAN

DETAIL OF 'F'

BRICK

WALL

75

75

PIP

E D

IA

7575

PIPE DIA

PIPE

PCC M15

SECTION X-X

DETAIL OF 'F'

Title:

Sheet No:Drawing No.

STANDARD DRAWING

GWSP/5E8/SD-01

NOTE:

(1) Brick walls shall have 20 mm thk. plaster in Cement mortar

1:4 proportion on both faces

(2) All dimensions are in mm, unless otherwise mentioned.

(3) If chamber base is more than 2 M from G.L, Chamber

Type-A to be used.

(4) For HDPE pipes , jointing shall be as per specification.

(5) For 300mm Dia sluice valve, tapers shall be provided at

both ends.

SLUICE VALVE CHAMBER

(TYPE - S) FOR 5E8

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

1 OF 15

Page 135: BID DOCUMENT - gmdwsb.assam.gov.in

X

Y

40

0

d

D

A

A

380

230

230

23

0

23

0

300

EQ EQ EQ

4 EQUAL PART

PRE-CAST SLAB WIDTH

SHALL BE ADJUSTED

ACCORDING TO

CHAMBER SIZE

EQ

MS RUNGS

(SEE DETAIL 'A')

PCC M15

(SEE DETAIL 'F')

R.C.C. NP

DIAMETER GREATER

THAN VALVE

BRICK WALL

300

300

20

0

.

H

SLUICE VALVE

DISTRIBUTION

MAIN

B

B

R.C.C. NP

DIAMETER GREATER

THAN VALVE

300

DI PIPE K-9

100 350

150

230

(TOP & BOTTOM)

200

100

4 NOS. EQUAL

PRE-CAST SLAB WIDTH

SHALL BE ADJUSTED

ACCORDING TO

CHAMBER SIZE

D

MASS

CONCRETE M15

C

C

230

350

G.L. G.L.

RCC M20

PCC M15

MS RUNGS

(SEE DETAIL 'A')

300

MIN

.

10

00

MA

X.

10

00

MA

X.

SEE

NOTE (4)

SL.

NO.

1

WASH OUT

VALVE DIA

d

CHAMBER DIMENSIONS

X Y

100 to 200 1000 900

CHAMBER DIMENSIONS

H (Average)

1500

SECTIONAL PLAN B-B

SECTION A-ASECTION A-A

X

Y

40

0

d

D

R.C.C. NP

ONE SIZE HIGHER

THAN VALVE

MS RUNGS

(SEE DETAIL 'A')

A

A380

350

350

35

0

35

0

300

PCC M15

(SEE DETAIL 'F')

BRICK WALL

SECTIONAL PLAN C-C

40x40x3 mm

MS ANGLE FRAME AT TOP

16 mm DIA

HOOK FOR

LIFTING

WIDTH SHALL BE

ADJUSTED

ACCORDING TO

CHAMBER SIZE

SUBJECT TO

MAXIMUM 400 mm

AS PER

CHAMBER DETAIL

.

100

D

D

DETAIL OF R.C.C.

PRE-CAST SLAB

80

200

AS PER CHAMBER

DETAIL

SECTION D-D

16 mm DIA HOOK

FOR LIFTING

@150c/c

40x40x3 mm

MS ANGLE

FRAME AT TOP

SLEEVE

SL.

NO.

1

2

DISTRIBUTION

MAIN DIA

D d

SIZE OF WASH OUT LINE

WASH OUT

VALVE DIA

3

1000-900 200

800-600 150

500 AND BELOW 100

150150

13

0

10

0

200

WALL

DETAIL OF 'A'

(MS RUNG DETAIL)

75

75

PIP

E D

IA

X

X

PLAN

DETAIL OF 'F'

BRICK

WALL

BRICK

WALL

75

75

PIP

E D

IA

7575

PIPE DIA

PIPE

PCC M15

SECTION X-X

DETAIL OF 'F'

Title:

Sheet No:Drawing No.

STANDARD DRAWING

GWSP/5E8/SD-02

NOTE:

(1) Brick walls shall have 20 mm thk. plaster in Cement

mortar 1:4 proportion on both faces

(2) All dimensions are in mm, unless otherwise mentioned.

(3) For Chamber base more than 2M below GL,Chamber

Type-A to be used.

(4) Level of RCC pipe will be case/site specific, and as per

Engineer in charge.

WASH OUT CHAMBER

(TYPE - W1) FOR 5E8

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

2 OF 15

Page 136: BID DOCUMENT - gmdwsb.assam.gov.in

80

200

AS PER CHAMBER

DETAIL

SECTION D-D

16 mm DIA HOOK

FOR LIFTING

@150c/c

40x40x3 mm

MS ANGLE

FRAME AT TOP

SLEEVE

DETAIL OF R.C.C.

PRE-CAST SLAB

40x40x3 mm

MS ANGLE FRAME AT TOP

16 mm DIA

HOOK FOR

LIFTING

WIDTH SHALL BE

ADJUSTED

ACCORDING TO

CHAMBER SIZE

SUBJECT TO

MAXIMUM 400 mm

AS PER

CHAMBER DETAIL

.

100

D

D

SECTIONAL PLAN C-C

X

Y

40

0

d

R.C.C. NP

ONE SIZE HIGHER

THAN VALVE

FLANGE AND

SOCKET TAIL PIECE

A

A380

350

350

35

0

35

0

300

BRICK WALL

CONCRETE THRUST

BLOCK WITH ANCHOR

PLATE

(SEE DETAIL 'Y')

MS RUNGS

(SEE DETAIL 'A')

PCC M15

(SEE DETAIL 'F')

SECTION A-ASECTION A-A

SECTIONAL PLAN B-B

SL.

NO.

1

WASH OUT

VALVE DIA

d

CHAMBER DIMENSIONS

X Y

100 1000 900

CHAMBER DIMENSIONS

H (Average)

1300

300

300

200

SLUICE VALVE

100 DIA

B

B

G.L.

300

100mm DIA D.I. K-9 PIPE /

HDPE PIPE PE-80

100 350

150

230

(TOP & BOTTOM)

10

0

C

C

230

350

200

4 NOS. EQUAL PRE-CAST SLABS

WIDTH SHALL BE ADJUSTED

ACCORDING TO CHAMBER SIZE

(SEE DETAIL 'X')

200

M 20 CONCRETE

THRUST BLOCK WITH

ANCHOR PLATE

(SEE DETAIL 'Y')

G.L.

MASS

CONCRETE M15

RCC M20

PCC M15

MS RUNGS

(SEE DETAIL 'A')

PCC M15

(SEE DETAIL 'F')

.

H

R.C.C. NP

DIAMETER GREATER

THAN VALVE

300

MIN

.

1000

MA

X.

1000

MA

X.

SEE

NOTE (4)

X

Y

40

0

d

A

A380

230

230

23

0

23

0

300

PRE-CAST SLABS

WIDTH SHALL BE

ADJUSTED ACCORDING

TO CHAMBER SIZE

4 EQUAL PART

EQEQ EQ EQ

BRICK WALL

CONCRETE THRUST

BLOCK WITH ANCHOR

PLATE

(SEE DETAIL 'Y')

MS RUNGS

(SEE DETAIL 'A')

R.C.C. NP

DIAMETER GREATER

THAN VALVE

MS ANCHOR

PLATE SIZE

50mmx3mm Thk.

MASS

CONCRETE

M15

150

150

D

200

200

DETAIL OF 'Y'

SECTION F-F

EE

M 20 CONCRETE

THRUST BLOCK

FLANGE AND

SOCKET TAIL PIECE

(NOT APPLICABLE FOR HDPE PIPE)

150150

DETAIL OF 'Y'

SECTIONALPLAN E-E

DI PIPE K-9 100mm DIA

300

150

MS ANCHOR PLATE SIZE

50mmx3mm Thk.

FF

FLANGE AND

SOCKET TAIL

PIECE

CONCRETE

THRUST BLOCK

(NOT APPLICABLE FOR HDPE PIPE)

150150

130

100

200

WALL

DETAIL OF 'A'

(MS RUNG DETAIL)

75

75

PIP

E D

IA

X

X

PLAN

DETAIL OF 'F'

BRICK

WALL

BRICK

WALL

75

75

PIP

E D

IA

7575

PIPE DIA

PIPE

PCC M15

SECTION X-X

DETAIL OF 'F'

Title:

Sheet No:Drawing No.

GWSP/5E8/SD-03

NOTE:

(1) Brick walls shall have 20 mm thk. plaster in Cement

mortar 1:4 proportion on both faces

(2) All dimensions are in mm, unless otherwise mentioned.

(3) For Chamber base more than 2M below GL,Chamber

Type-A to be used.

(4) Level of RCC pipe will be case/site specific, and as per

Engineer in charge.

STANDARD DRAWING

WASH OUT CHAMBER AT DEAD END

(TYPE - W2) FOR 5E8Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

3 OF 15

Page 137: BID DOCUMENT - gmdwsb.assam.gov.in

Y

X

A

ROOF PLAN

PRE-CAST

SLAB

(R.C.C.)

WIDTH SHALL

BE ADJUSTED

ACCORDING

TO CHAMBER

SIZE SUBJECT TO

MAXIMUM 400 MM

10

0

100

A

VERTICAL

WALL

eq

eq

eq

eq

eq

400

200 200

C C

150

100

200

(Top & bottom)

REINFORCED

CONCRETE M 20

DISMANTLING

JOINT

PUDDLE

FLANGE

BUTTERFLY

VALVE

REDUCER

P.C.C. M15

300

D

d

G.L.G.L.

200

TAPER

(SEE NOTE -1)

250 200

.

H

G.L.G.L.

400

150

200

100

(Top & bottom)

150X150

HAUNCH

Extra

Vertical bar

Hoz bar

Hoz bar

40x40x3 mm

MS ANGLE

FRAME AT

TOP

WIDTH SHALL BE

ADJUSTED

ACCORDING TO

CHAMBER SIZE

SUBJECT TO

MAXIMUM 400 MM

@150c/c

'X'

P.C.C. M15

PCC SUPPORT

M 15

RUNG

LADDER

3000(M

AX

.) - B

1

4000(M

AX

.) - B

2,B

3

30

0

450

400

Y

X

BUTTER FLY

VALVE

B

B

DETAILS AT 'X'

40x40x3 mm

MS ANGLE

FRAME AT

TOP

R.C.C.

pre-cast

slab

@150c/c

20

0

SECTION A-A

SECTIONAL PLAN C-C

SECTION B-B

SL.

NO.

Dia Of

Main

D

1

2

3

Dia Of BF

Valve

d

Size Of

Chamber

X Y

1000 800 2000 2250

900 700

800-750 600 1800 2000

H (Average)

2400

2400

2400

4 700 500 2400

5 600 400 2000

6 500 400 1750 2000

2000 2250

1800

1800

1800

1750

2000

TYPE

B3

B2

B1

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\4

.S

TA

ND

AR

D D

RA

WIN

G F

OR

B

UT

TE

RF

LY

V

AL

VE

C

HA

MB

ER

.d

wg

STANDARD DRAWING

GWSP/5E8/SD-04

NOTE:

(1) TAPER - (a) MS- Welded ends for Main line diameter

700 and above

(b) DI Flange and Sockted- for Main line diameter

600 and below

(2) All dimensions are in mm, unless otherwise mentioned.

(3) Rung ladder detail as given in Chamber Type-A.

(4) Pre-cast slab detail as per Chamber Type-S.

BUTTERFLY VALVE CHAMBER

(TYPE - B) FOR 5E8Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

1

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

4 OF 15

G.K.T

Nilotpal Goswami

Dhruv J Das

H.K.Saikia

Page 138: BID DOCUMENT - gmdwsb.assam.gov.in

X

Y

40

0

d

AA

380

230

230

23

0

23

0

EQ EQ EQ

4 EQUAL PART

PRE-CAST SLAB WIDTH

SHALL BE ADJUSTED

ACCORDING TO

CHAMBER SIZE

EQ

MS RUNGS

(SEE DETAIL 'A')

PCC M15

(SEE DETAIL 'F')

D.I. D/F

DISTANCE

PIECE 1.0 M

LONG

FLANGE &

SOCKET

TAIL PIECE

D.I. D/F DISTANCE

PIECE 1.0 M LONG

DI PIPE K-9

300

20

0

.

H

BB

DI PIPE K-9

100 350

150

230

(TOP & BOTTOM)

200

300

MIN

.

100

4 NOS. EQUAL

PRE-CAST SLAB WIDTH

SHALL BE ADJUSTED

ACCORDING TO

CHAMBER SIZE

MASS

CONCRETE M15

CC

230

350

G.L. G.L.

RCC M20

PCC M15

MS RUNGS

(SEE DETAIL 'A')

FLANGE &

SPIGOT TAIL

PIECE

DI PIPE K-9

FLANGE &

SOCKET

TAIL PIECE

D.I. D/F DISTANCE

PIECE 1.0 M LONG

10

00

MA

X.

100

0

MA

X.

M15 PCC

DOUBLE CHAMBER

AIR VALVE

WITH INBUILT

SLVICE VALVE

D.I. PIPE

D.I. BARREL

PIPE

D.I. FLANGE

SOCKETED

TEE

D.I. PIPE

PIPE JOINTING OF AIRVALVE ON D.I.

PIPE LINE

DOUBLE CHAMBER

AIR VALVE

WITH INBUILT

SLVICE VALVE

SECTIONAL PLAN B-B

SECTION A-ASECTION A-A

X

Y

40

0

d

MS RUNGS

(SEE DETAIL 'A')

A

A380

350

350

35

0

35

0

300

PCC M15

(SEE DETAIL 'F')

D.I. D/F

DISTANCE

PIECE 1.0 M

LONG

DI PIPE K-9

FLANGE &

SPIGOT TAIL

PIECE

FLANGE &

SOCKET

TAIL PIECE

D.I. D/F DISTANCE

PIECE 1.0 M LONG

SECTIONAL PLAN C-C

40x40x3 mm

MS ANGLE FRAME

AT TOP

16 mm DIA

HOOK FOR

LIFTING

WIDTH SHALL BE

ADJUSTED

ACCORDING TO

CHAMBER SIZE

SUBJECT TO

MAXIMUM 400 mm

AS PER

CHAMBER DETAIL

.

100

D

D

DETAIL OF R.C.C.

PRE-CAST SLAB

80

200

AS PER CHAMBER

DETAIL

SECTION D-D

16 mm DIA HOOK

FOR LIFTING

@150c/c

40x40x3 mm

MS ANGLE

FRAME AT TOP

SLEEVE

SL.NO

DISTRIBUTION

MAIN DIA

DIA OF

AIR VALVE

X Y

1250 - 100

80 1000 900

AIR VALVE SIZE AND CHAMBER DETAILS

H (Typical)

1500 A1

TYPE

150150

13

0

100

200

WALL

DETAIL OF 'A'

(MS RUNG DETAIL)

75

75

PIP

E D

IA

X

X

PLAN

DETAIL OF 'F'

BRICK

WALL

75

75

PIP

E D

IA

7575

PIPE DIA

PIPE

PCC M15

SECTION X-X

DETAIL OF 'F'

Title:

Sheet No:Drawing No.

GWSP/5E8/SD-05

NOTE:

(1) Brick walls shall have 20 mm thk. plaster in Cement mortar

1:4 proportion on both faces

(2) All dimensions are in mm, unless otherwise mentioned.

(3) If chamber base is more than 2 M from G.L, Chamber

Type-A to be used.

(4) For HDPE pipes , jointing shall be as per specification.

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

1

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

5 OF 15

STANDARD DRAWINGS

AIR VALVE CHAMBER(TYPE - A1) FOR 5E8

G.K.T

Nilotpal Goswami

Dhruv J Das

H.K.Saikia

Page 139: BID DOCUMENT - gmdwsb.assam.gov.in

HORIZONTAL BEND

0.3

A

_

A

PLAN

b

b

/

2

0

.

3

h

h/2

h/2

A

_

SECTION

D/2

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\6

-8

TY

PIC

AL

D

ET

AIL

S O

F T

HR

US

T B

LO

CK

.d

wg

STANDARD DETAILS

GWSP/5E8/SD-06 6 of 15

THRUST BLOCK FOR

HORIZONTAL BEND FOR 5E8

NOTE:

(1) All Dimensions are in M

(2) At specific location where safe bearing capacity

of Soil / Rock met with is noticed lower / higher

than 20T/M.Sq., thrust block size shall be

modified accordingly.

(3). Design pressure shown is filed test pressure.

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

Page 140: BID DOCUMENT - gmdwsb.assam.gov.in

BRANCH

100 MM DIA. DEAD END

A

_

A

PLAN

b

0.3

b/2

0.3 MINIMUM

b

b/2

h

100 MM DI PIPE

100 MM DIA

END CAP

h/2

h/2

h

TEE CONNECTION

PLAN

d/2 0.3

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\6

-8

TY

PIC

AL

D

ET

AIL

S O

F T

HR

US

T B

LO

CK

.d

wg

STANDARD DETAILS

GWSP/5E8/SD-07 7 of 15

NOTE:

(1) All Dimensions are in M

(2) At specific location where safe bearing capacity of Soil / Rock met with is noticed

lower / higher than 20T/M.Sq., thrust block size shall be modified accordingly.

(3) Design Pressure shown is filed test pressure.

THRUST BLOCK FOR

HORIZONTAL TEE & DEAD END

FOR 5E8

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

Page 141: BID DOCUMENT - gmdwsb.assam.gov.in

SECTIONAL ELEVATION

A

A

0.3

h

L

0.3

h

b

A

_

SECTION

VERTICAL UPWARD BEND

-

SECTIONAL ELEVATION

0.3

h

L

VERTICAL DOWNWARD BEND

A

A

h

b

.0

3M

A

_

SECTION

-

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\6

-8

TY

PIC

AL

D

ET

AIL

S O

F T

HR

US

T B

LO

CK

.d

wg

STANDARD DETAILS

GWSP/5E8/SD-08 8 of 15

THRUST BLOCK FOR

VERTICAL BEND FOR 5E8

NOTE:

(1) All Dimensions are in M

(2) At specific location where safe bearing capacity

of Soil / Rock met with is noticed lower / higher

than 20T/M.Sq., thrust block size shall be

modified accordingly.

(3) Design Pressure shown is filed test Pressure.

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

Page 142: BID DOCUMENT - gmdwsb.assam.gov.in

25

50

10

01

50

20

0

EXISTING ROAD

LEVEL

GS

B

BITUMINOUS

SURFACE

(SEE NOTE-2)

75

1

3

4

5

6

7

Trench width

EXISTING ROAD

LEVEL

ASPHALT ROAD (TYPE - I SHOWN)

SEE TABLE FOR TYPE-II & TYPE-III

25

0

WM

M

SUB BASE

AND

(SEE NOTE-1)

2

90 to 45 mm size aggregate with

binding material, 200mm thk.

REFERENCE

(TYPE-I ROAD WAY)

1

63 to 45 mm stone screenings with

binding material, 150 mm thk.

2

3

4

5

6

7

Prime coat at 6 kg / 10 sq.m.

53 to 22.4 mm size stone screenings

with binding material, 100 mm thk.

Bituminous Macadam- Coarse aggregate

53 to 2.8 mm size with bitumen spray grout

at 15 kg / 10 sq.m, 50 mm thk.

Bituminous Concrete- Course aggregate

22.4 to 2.8 mm size with bitumen spray

at 15 kg / 10 sq.m, 25 mm thk.

Pre-mix seal coat with pre-mix aggregate

size passing through 2.36 mm sieve at

0.6 kg / 10 sq.m. mixed with binder at

6.8 kg / 10 sq.m.

80

100

200

EXISTING ROAD

LEVEL

W.B.M.

BASE

380

1

2

3

7

Trench width

EXISTING ROAD

LEVEL

WBM ROAD

EXISTING ROAD

LEVEL

EXISTING ROAD

LEVEL

100

BRICK ON

EDGE

COMPACTED

EARTH SUB

GRADE

SAND FILLING AT GAP

BRICK ROAD

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\9

.S

TA

ND

AR

D D

RA

WIN

G F

OR

R

OA

D R

EIN

ST

AT

EM

EN

T A

SP

HA

K R

OA

D W

IT

H W

B

M

B

AS

E.d

wg

STANDARD DRAWING

GWSP/5E8/SD-09

9 of 15

ROAD RESTORATION FOR 5E8

NOTE:

1) The Thickness of the GSB and WBM layers shown

on the drawing are for the Type -I roadway. These layer

thicknesses for the Type -II & Type-III roads, shall be as

shown in the table given above.

2) Type -II and TYPE-III roads will have a premix carpet(pc)

surface not a bituminous surface as shown here.

MATERIAL

TYPE-I TYPE-II TYPE-III

LAYER THICKNESS (MM)

GSB

WBM

BITUMINOUS

MACADAM

PRE-MIX

CARPET

200

250

--

--

25

150

250

50

20

--

150

200

--

20

--

SEMI DENSE

BITUMINOUS

CONCRETE

DENSE GRADED

BITUMINOUS

MACADAM(DBM)

50 -- --

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

1

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

G.K.T

Nilotpal Goswami

Dhruv J Das

H.K.Saikia

Page 143: BID DOCUMENT - gmdwsb.assam.gov.in

PLAN

D.I. PIPE

DISMANTLINGJOINT

X

Y

300

100100

100

A A

FLANGE &SOCKET TAILPIECE

SLUICEVALVE

D.I. D/F DISTANCEPIECE 1.0 M LONG

B

B25

0

250

250

250FLANGE &SPIGOT TAILPIECE

D.I. D/F DISTANCEPIECE 1.0 M LONG

RCC WALL 2000

PRESSUREREDUCING VALVE

FLOW METER

400 400400 400 400

PRE-CASTSLAB

380

MS RUNGS(SEE DETAIL 'E')

100 250 X

250

Extra

Vertical bar

Hoz bar

SECTION A-A100250

250

40x40x3 mmMS ANGLEFRAME AT TOP

150X150HAUNCH

H

G.L.G.L.

200

200

300

CAST IN SITUR.C.C. SLAB M20

PRE-CAST SLAB

300

200

100 mmTHK. PCC

300

MS RUNGS(SEE DETAIL 'E')

(Top & bottom)

PUDDELFLANGE

5D FORFLOW METER

400

H

250

200

Extra

Vertical bar

Hoz bar

SECTION B-B

100 250 Y 100250

150X150HAUNCH

PCC M15

G.L.G.L.

200

100 mm THK. PCC

CAST IN SITUR.C.C. SLAB M20

(Top & bottom)

4000

(MAX

.)

40x40x3 mmMS ANGLE FRAME AT TOP

16 mm DIAHOOK FORLIFTING

DETAIL OF R.C.C. PRE-CAST SLAB

AS PERCHAMBER DETAIL

400 100

D

D

80

200

AS PER CHAMBERDETAIL

SECTION D-D

16 mm DIA HOOK FORLIFTING

@150c/c

40x40x3 mmMS ANGLE FRAMEAT TOP

SL.NO.

4

PRV DIA

CHAMBER DIMENSIONS

X Y

250

CHAMBER DIMENSIONS

H (Average)

1300

SLUICE VALVE DIA

250

20003650

MAINLINE DIA

250

1 100

2

3

100

150

200

150

200

100

150

200

EFM DIA

100

100

150

200

150150

100

200

RCC WALL

DETAIL OF 'E'(MS RUNG DETAIL)

130

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

sers\

Admi

n\Des

ktop\5

E1 T

o 5E8

\5E8\s

tanda

rd\10

.STA

NDAR

D DR

AWIN

G FO

R PR

V CH

AMBE

R W

ITH

FLOW

MET

ER.dw

g

GWSP/5E8/SD-10

NOTE:

(1) ALL DIMENSIONS ARE IN MM, UNLESS OTHERWISE MENTIONED.(2) ALL RCC MEMBER TO BE CASTED IN M20 CONCRETE AND PCC SHALL BE WITH M15 MIX.(3) IN CASE OF MAIN LINE OF 400mm DIA REDUCER SHALL BE PROVIDED ON BOTH SIDE FOR VALVE CONNECTION

STANDARD DRAWINGVALVE CHAMBER WITH PRESSURE REDUCING

VALVE, FLOW METER & SLUICE VALVE(TYPE - P2f) FOR 5E8

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

10 OF 15

Page 144: BID DOCUMENT - gmdwsb.assam.gov.in

300

SECTION Y-Y

CONCRETE GRADEM-20

MS BEND

200 200PIPE DIA

PIPE

DIA

300

10# @ 200 C/ C

10# @ 200 C/ C

10# @ 200 C/ C

10# @

200 C

/ C

10# @ 200 C/ C

50 MM THK.PCC M-10

150mmDIA MS PIPE

ROAD SURFACEROAD SURFACE

FLANGE &SOCKET TAILPIECE

D.I. PIPELINE

FLOW

100 mmDIA MS PIPE

REDUCER 100x150

FLANGE &SOCKET TAIL

PIECE

D.I. PIPELINE

100 mmDIA MS PIPE

FLOW

250+PIPE DIA +250CONCRETE THRUSTBLOCK( SEE DETAIL 'A') 250+PIPE DIA +250

CONCRETE THRUSTBLOCK( SEE DETAIL 'A')

CONCRETEBLOCK

CONCRETEBLOCK

DRAIN WIDTH (MAX. 15M)

600 MIN.

SIDE ELEVATION OF 100 mm DIA MSDRAIN CROSSING PIPE

REDUCER150x100

100

DOUBLE CHAMBERAIR VALVE (80MM DIA)WITH INBUILTSLUICE VALVE

D.I. PIPELINE

FLOW

DI FLANGE &SOCKET TAILPIECE

400 mm DIA MSPIPE

400 mm DIA MSPIPE

ROAD SURFACE ROAD SURFACE

SIDE ELEVATION OF 400 mm DIAMS DRAIN CROSSING PIPE

BUTT JOINTBUTT JOINT

CONCRETE THRUSTBLOCK( SEE DETAIL 'A')250+PIPE DIA +250

D.I. PIPELINE

FLOW

DI FLANGE &SOCKET TAIL

PIECECONCRETE THRUSTBLOCK( SEE DETAIL 'A') 250+PIPE DIA +250

400 mm DIA MSPIPE

CONCRETEBLOCK

DRAIN WIDTH (MAX. 15M)

Z = Dia of MS pipe + 300mm

DOUBLE CHAMBERAIR VALVE (100MM DIA)WITH INBUILTSLUICE VALVE

100

800 MIN.

NOTE:-1. ALL DIMENSIONS ARE IN MILLIMETRES AND LEVELS IN METRES UNLESS NOTED.2. MS PIPE IS SPIRALLY WELDED AS PER IS 3589 (or) ERW AS PER IS.GRADE OF STEEL - Fe 410, THICKNESS - 6mm.3. INTERNAL LINING - 400 MICRON FOOD GRAD EPOXY WITH A PRIMER COAT or SUITABLE LINING AFTER MECHANICAL CLEANING.4. EXTERNAL LINING - 600 MICRON SUITABLE COATING or COAL TAR EPOXY.5. CONCRETE TO BE USED SHALL BE OF GRADE M20 WITH 20mm DOWN GRADED AGGREGATES CONFORMING TO SPECIFICATIONS.6. STEEL FOR REINFORCEMENT SHALL BE HIGH YIELD STRENGTH DEFORMED BARS OF GRADE Fe415 CONFORMING TO IS:1786.7. PLAIN CEMENT CONCRETE UNDER FOUNDATION SHALL BE OF GRADE M10 CONFORMING TO SPECIFICATION.8. THE FOUNDING LEVEL FOR ALL THRUST BLOCKS/ SUPPORTING SHALL BE UPTO THE HARD STRATUM.9. CLEAR COVER TO REINFORCEMENT: BOTTOM AND SIDES - 50mm10.REINFORCEMENT WHERE SPLICED SHALL HAVE A MINIMUM LAP OF 50 x BAR DIAMETER. LAPS SHALL BE STAGGERED.11.THIS DRAWING SHOULD BE READ IN CONJUNCTION WITH RELEVANT PIPE L-S DRAWINGS. INVERT LEVELS SHALL BE AS PER RELEVANT `L' SECTION DRAWINGS.12.BACK FILL AROUND TRENCHES SHALL BE COMPACTED TO 95% MODIFIED PROCTOR DENSITY AS PER SPECIFICATIONS.13.DURING CONSTRUCTION,IF ANY GROUND WATER TABLE IS MET WITH, IT SHALL BE BROUGHT TO THE NOTICE OF THE ENGINEER FOR MAKING NECESSARY CHANGES IN DESIGN.14.NDT SHALL BE AS PER CONTRACT FOR ALL BUTT WELDING.15.WORK SHALL BE EXECUTED TO SUIT SITE CONDITION.

X

SECTION AT A-A

PCC M-20

MS PIPE

Y x Y

Z x Z

Note:-X = 400mm(min)+ Depth belowroad surface as per site (min 300 mm)Y = Dia of MS pipe + 150mmZ = Dia of MS pipe + 300mm

150 mmDIA MS PIPE

ROAD SURFACEROAD SURFACE

FLANGE &SOCKET TAILPIECE

D.I. PIPELINE

FLOW

150 mmDIA MS PIPE

FLANGE &SOCKET TAIL

PIECE

D.I. PIPELINE

150 mmDIA MS PIPE

FLOW

250+PIPE DIA +250CONCRETE THRUSTBLOCK( SEE DETAIL 'A') 250+PIPE DIA +250

CONCRETE THRUSTBLOCK( SEE DETAIL 'A')

CONCRETEBLOCK

CONCRETEBLOCK

DRAIN WIDTH (MAX. 15M)

600 MIN.

SIDE ELEVATION OF 150 mm DIA MSDRAIN CROSSING PIPE

100

DOUBLE CHAMBERAIR VALVE (80MM DIA)WITH INBUILTSLUICE VALVE

250+PIPE DIA +250

Y

Y

300

300

PIPE

DIA

TYPICAL DETAIL OF 'A'

100

FOR REINF. REFER SECTION Y-Y

CONCRETE GRADEM-20

50 MM THK.PCC M-10

A

1

B C D E F

2

3

4

A B C D E F

1

2

3

4Title:

Design by:

Sheet No:

Drawn by:

Approved by:

Checked by:

Drawing No.

Scale:Rev:

REV NO.DATE

REMARKS

0

1

2

3

NTS

11 of 15

0

GWSP/PMC/NJS/03/SD-11

RIVER CROSSING / CULVERT CROSSING

OF SMALL WIDTHS UPTO 15 M FOR 5E8

ANP

MNS

DESIGN SOLUTIONS INC.

S.C.O. 43, 2ND FLOOR,

SECTOR - 4,

PANCHKULA,

HARYANA - 134112

MUB

PKR

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

Page 145: BID DOCUMENT - gmdwsb.assam.gov.in

250+PIPE DIA +250

Y

Y

300

300

PIPE

DIA

TYPICAL DETAIL OF 'A'

100

FOR REINF. REFER SECTION Y-Y

CONCRETE GRADEM-20

50 MM THK.PCC M-10

100 mmDIA MS PIPE

ROAD SURFACEROAD SURFACE

FLANGE &SOCKET TAILPIECE

D.I. PIPELINE

FLOW

100 mmDIA MS PIPE

FLANGE &SOCKET TAIL

PIECE

D.I. PIPELINE

100 mmDIA MS PIPE

FLOW

250+PIPE DIA +250CONCRETE THRUSTBLOCK( SEE DETAIL 'A') 250+PIPE DIA +250

CONCRETE THRUSTBLOCK( SEE DETAIL 'A')

CONCRETEBLOCK

CONCRETEBLOCK

SIDE ELEVATION OF 100 mm DIA MSDRAIN CROSSING PIPE

100

DOUBLE CHAMBERAIR VALVE (80MM DIA)WITH INBUILTSLUICE VALVE

Note:-X = 400mm(min)+ Depth belowroad surface as per site (min 300 mm)Y = Dia of MS pipe + 150mmZ = Dia of MS pipe + 300mm

X

SECTION AT A-A

PCC M-20

MS PIPE

Y x Y

Z x Z

NOTE:-1. ALL DIMENSIONS ARE IN MILLIMETRES AND LEVELS IN METRES UNLESS NOTED.2. MS PIPE IS SPIRALLY WELDED AS PER IS 3589 (or) ERW AS PER IS.GRADE OF STEEL - Fe 410, THICKNESS - 6mm.3. INTERNAL LINING - 400 MICRON FOOD GRAD EPOXY WITH A PRIMER COAT or SUITABLE LINING AFTER MECHANICAL CLEANING.4. EXTERNAL LINING - 600 MICRON SUITABLE COATING or COAL TAR EPOXY.5. CONCRETE TO BE USED SHALL BE OF GRADE M20 WITH 20mm DOWN GRADED AGGREGATES CONFORMING TO SPECIFICATIONS.6. STEEL FOR REINFORCEMENT SHALL BE HIGH YIELD STRENGTH DEFORMED BARS OF GRADE Fe415 CONFORMING TO IS:1786.7. PLAIN CEMENT CONCRETE UNDER FOUNDATION SHALL BE OF GRADE M10 CONFORMING TO SPECIFICATION.8. THE FOUNDING LEVEL FOR ALL THRUST BLOCKS/ SUPPORTING SHALL BE UPTO THE HARD STRATUM.9. CLEAR COVER TO REINFORCEMENT: BOTTOM AND SIDES - 50mm10.REINFORCEMENT WHERE SPLICED SHALL HAVE A MINIMUM LAP OF 50 x BAR DIAMETER. LAPS SHALL BE STAGGERED.11.THIS DRAWING SHOULD BE READ IN CONJUNCTION WITH RELEVANT PIPE L-S DRAWINGS. INVERT LEVELS SHALL BE AS PER RELEVANT `L' SECTION DRAWINGS.12.BACK FILL AROUND TRENCHES SHALL BE COMPACTED TO 95% MODIFIED PROCTOR DENSITY AS PER SPECIFICATIONS.13.DURING CONSTRUCTION,IF ANY GROUND WATER TABLE IS MET WITH, IT SHALL BE BROUGHT TO THE NOTICE OF THE ENGINEER FOR MAKING NECESSARY CHANGES IN DESIGN.14.NDT SHALL BE AS PER CONTRACT FOR ALL BUTT WELDING.15.WORK SHALL BE EXECUTED TO SUIT SITE CONDITION.

300

SECTION Y-Y

CONCRETE GRADEM-20

MS BEND

200 200PIPE DIA

PIPE

DIA

300

10# @ 200 C/ C

10# @ 200 C/ C

10# @ 200 C/ C

10# @

200 C

/ C

10# @ 200 C/ C

50 MM THK.PCC M-10

A

1

B C D E F

2

3

4

A B C D E F

1

2

3

4Title:

Sheet No:Drawing No.

GWSP/PMC/NJS/03/A/SD-12

RIVER CROSSING / CULVERT CROSSING

OF SMALL WIDTHS UPTO 6 M FOR 5E8

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

12 of 15

Page 146: BID DOCUMENT - gmdwsb.assam.gov.in

15

0

20

0

EXISTING ROAD

LEVEL

GS

B

Back filling with approved graded excavated

soil/sand/ gravel placing and compacting

in layers not excuding 200mm

5

9

REFERENCE

(TYPE-I ROAD WAY)

1

2

3

4

5

6

7

Trench width

80

10

02

00

EXISTING ROAD

LEVEL

W.B.M.

BASE/Sub-base

38

0

EXISTING ROAD

LEVEL

ASPHALT (BITUMINOUS ) ROAD, TYPE-I

FOR HEAVY TRAFFIC (5MSA)

EXISTING ROAD

LEVEL

EXISTING ROAD

LEVEL

100

100

PCC M20

EXISTING ROAD

LEVEL

EXISTING ROAD

LEVEL

100

BRICK ON

EDGE

SAND FILLING AT GAP

BRICK ROAD

25

0

WMM

or

WBM

TO MATCH

THE

EXISTING

ROAD

SUB BASE

EXISTING ROAD

LEVEL

10

07

5

50

25

1

2

3

4

6

D1

00

0-1

20

0

15

0

15

0

EXISTING ROAD

LEVEL

GS

B

BITUMINOUS

MECADAM

Trench width

SUB BASE

EXISTING ROAD

LEVEL

10

0

50

D

10

00

-1

20

0

25

0

52

5

47

0

10

0

15

0

EXISTING ROAD

LEVEL

GS

B

PRE-MIX CARPET

Trench width

SUB BASE

EXISTING ROAD

LEVEL

10

0

.

D

10

00

-1

20

0

20

0

7

2

3

4

5

6

8

ASPHALT (BITUMINOUS) ROAD,TYPE-II

FOR MEDIUM TRAFFIC (3MSA)

ASPHALT (BITUMINOUS) ROAD,TYPE-III

FOR LOW TRAFFIC (1MSA)

2

4

5

8

75 mm down as per Gr-I T-400.1.

Prime coat at 6 kg / 10 sq.m.

63 to 45 mm stone screenings with binding

material, 150 mm thk.

53 to 22.4 mm size stone screenings with

binding material, 100 mm - 75mm thk.

Dense graded Bituminous Macadam/B.M -

Coarse aggregate 53 to 2.8 mm size with

bitumen spray grout at 15 kg / 10 sq.m, 50

mm thk.

Semi-dense of Bituminous Concrete- Course

aggregate 22.4 to 2.8 mm size with bitumen

spray at 15 kg / 10 sq.m, 25 mm thk.

Pre-mix Carpet with 20 to 50 thk. with

11.2m to 0.09m ( Type A) aggregates.

Pre-mix seal coat with size passing

through 2.36 mm sieve at 0.6 kg / 10 sq.m.

mixed with binder at 6.8 kg / 10 sq.m.

8

9

Trench width

WBM ROAD

1

A

B

C

10

00

-1

20

0D

CONCRETE ROAD

20

0

10

00

-1

20

0

D1

00

0-1

20

0

BRICK ON

EDGE

3

DBM

ZO

NE

A

30

0

ZO

NE

B

ZO

NE

C

ZO

NE

A

30

0

ZO

NE

B

ZO

NE

C

ZO

NE

A

30

0

ZO

NE

B

ZO

NE

C

ZO

NE

A

30

0

ZO

NE

B

ZO

NE

C

ZO

NE

A

30

0

ZO

NE

B

ZO

NE

C

ZO

NE

A

30

0

ZO

NE

B

ZO

NE

C

1

1

1

1

10

Tack coat with bitumen emulsion, using

emulsion pressure distributor, at 0.2 Kg/Sqm

on the prepared surface.

10

SDB

WMM

or

WBM

TO MATCH

THE

EXISTING

ROAD

WMM

or

WBM

TO MATCH

THE

EXISTING

ROAD

20mm TO 50mm as per the existing Road

.

20mm TO 50mm as per the existing Road

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\1

3 S

TA

ND

AR

D D

RA

WIN

G F

OR

R

OA

D R

EIN

ST

AT

EM

EN

T A

SP

HA

K R

OA

D W

IT

H W

B

M

B

AS

E.d

wg

STANDARD DRAWING

13 OF 15

ROAD RESTORATION

MATERIAL

Type-I

LAYER THICKNESS (MM)

GSB

WMMor WBM

BITUMINOUS

MACADAM

PRE-MIX

CARPET

200

250

--

--

25

150

250

50

20

--

150

200

--

20

--

SEMI DENSE

BITUMINOUS

CONCRETE

DENSE GRADED

BITUMINOUS

MACADAM(DBM)

50 -- --

PIPELINE

DIAMETER (D)

MAXIMUM ALLOWABLE

TRENCH WIDTH

MINIMUM FILL COVER

OVER PIPE TOP

100 to 200

250 to 400

500 to 700

800 to 1000

800

900

1200

1500

1000

1200

1000

1200

(mm) (mm) (mm)

Layer

A

B

C

Thickness

200

100

80

(mm)

Stone Size

(mm)

90-45

63-45

53-22

GWSP/5E8/SD-13

TYPE OF ASPHALT ROAD

LAYER OF WBM ROAD

NOTE:

1) All dimensions are in mm otherwise specified.

BACKFILLING :-

Zone A- Selected approved material available from excavation,well graded sand, fine gravel or other approved

materials placed in layer not exceeding 150 mm. (Bottom of pipe to centre of pipe)

Zone B- Selected approved material available from excavation,well graded sand, fine gravel or other approved

material placed in layers of 150mm (From centre of pipe to 300mm top of pipe)

Zone C- Excavated material which is suitable for backfilling.Filling shall be done in layers not exceeding 200mm.

(300 mm above top of pipe to sub base)

Type-II Type-III

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

Page 147: BID DOCUMENT - gmdwsb.assam.gov.in

Compacted backfilling materials

(Crusher Dust)

REFERENCE

1

2

3

4

5

6

75 mm down as per Gr-I T-400.1.

53 to 22.4 mm size stone screenings with

binding material, 100 mm - 75mm thk.

50 mm thk Stone dust Bedding

PCC M40 Grade for Shoulder both side.

ICPB M40 Grade as per I.S.

WBM/WMM

as per existing road

M40 Grade for cement concrete edge

block/edge resistant both side filling gap.

As per site

150

EXISTING ROAD

LEVEL

Granular

Trench width

SUB BASE

ICPB ROAD

1

300

300

250

50

SAND BEDDING

ICPB M40 Grade

2

3

4

5

680

EXISTING ICPB EXISTING ICPB

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

se

rs\A

dm

in

\D

eskto

p\5

E1

T

o 5

E8

\5

E8

\sta

nd

ard

\1

4 IC

PB

.d

wg

GWSP/ICPB/001/SD-14

14 of 15

DETAIL OF INTERLOCKING

CONCRETE PAVER BLOCK ROAD

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

Page 148: BID DOCUMENT - gmdwsb.assam.gov.in

300

(Top & bottom)

t

Vertical bar

Hoz bar

Vertical bar

Hoz bar

S.F.R.C COVER 600X600

150X150HAUNCH Extra

150

200

SECTION OF VALVE CHAMBER (AT A-A)

150

t

300t

150200

ROADLEVEL

100 MMOPENING

BOTHWAYS

X

H

PCC M-15

100

380

300

MS RUNGS(SEE DETAIL 'A')

PIPE

ROADLEVEL

DOUBLE CHAMBERAIR VALVEWITH INBUILTSLVICE VALVE

300(Top & bottom)

t

150

Vertical bar

Hoz bar

Vertical bar

Hoz bar

150X150HAUNCH Extra

150

150

(BOTH WAY)

(BOTH WAY)

200

SECTION OF VALVE CHAMBER (AT B-B)

t t

300t 150

200

350 PIPE

ROADLEVEL

ROADLEVEL

200

PUDDELFLANGE

PCC M-15

4000

(MAX

.) FO

R A

130

00 (M

AX.)

FOR

A2, A

3

DOUBLE CHAMBERAIR VALVEWITH INBUILTSLVICE VALVE

t

t

A A

VERTICAL WALL

PLAN

B

B

S.F.R.C COVER 600X600 X

Y

D

PIPE

SL.NODISTRIBUTION MAIN DIA

DIA OFAIR VALVE

X Y

1 600 - 300 100 1600 1400

AIR VALVE SIZE AND CHAMBER DETAILS

H (Typical)

1800

t (mm)

200 A2

TYPE

150150

100

100

200

WALL

DETAIL OF 'A'(MS RUNG DETAIL )

t

D.I. PIPE

D.I. BARRELPIPED.I. FLANGE

SOCKETED TEED.I. PIPE

PIPE JOINTING OF AIRVALVE ON D.I. PIPE LINE

DOUBLE CHAMBERAIR VALVEWITH INBUILTSLVICE VALVE

Title:

Sheet No:Drawing No.

CA

D file

n

am

e:

C:\U

sers\

Admi

n\Des

ktop\5

E1 T

o 5E8

\5E8\s

tanda

rd\15

.Str

Drg A

ir Valv

e Cha

mber

A2.d

wg

STANDARD DRAWINGS

GWSP/5E8/SD-15

NOTE:

(1) All dimensions are in mm, unless otherwise mentioned.

AIR VALVE CHAMBER(TYPE - A2) FOR 5E8

Design by:

Drawn by:

Approved by:

Checked by:

Scale:Rev:

GUWAHATI WATER SUPPLY PROJECT (GWSP)

(JICA ODA LOAN PROJECT: ID P-201)

PD, PIU

1st FLOOR, TRIPTI TOWER, GANESHGURI

Guwahati-5, Assam

Client:

Project:

REV NO.DATE REMARKS

0

1

2

3

(JICA ASSISTED GUWAHATI WATER SUPPLY PROJECT)

0

PROJECT MANAGEMENT

Consultants:

CONSULTANT (PMC)

NJS Consultants Co.,Limited

PMC Project Office,

Saikia Commercial Complex,

3rd Floor,

Christian Basti,

G.S.Road

Guwahati - 781005

15 OF 15