33
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017. Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in & www.eproc.rajasthan.gov.in E-mail : [email protected], [email protected] No. RCDF/Proj. /C-4008/2016-17/634-6 Dated 14.09.2016 Details of work – No. 05-Construction of Overhead Water Tank (Turnkey basis) at Barmer Dairy. Tender ID : 2016_RCDF_42367_1 1 Estimated cost of construction work - Rs. 12.00 Lacs. 2 Earnest money (By D.D. only in favour of RCDF Ltd; Jaipur) - Rs. 24,000/- 3 Tender Fees (By D.D. only in favour of RCDF Ltd; Jaipur) - Rs. 1,000/- 4 Tender Processing Fees (By D.D. only in favour of MD, RISL payable at Jaipur) - Rs. 500/- 5 Date & time of downloading of tender - 06.10.2016 9:30 AM to 21.10.2016 5.00 PM 6 Date & time of submission of tender - 06.10.2016 9:30 AM to 21.10.2016 5.00 PM 7 Date & Time of opening of technical / Financial bid - 24.10.2016 11:00 AM 8 Completion period of work - 04 Months 9 Validity of quoted rate in tender - 90 days Note : The tender fees and EMD alongwith processing fees (by D.D. only) should be deposited in physical form before 24.10.2016 (10.30 AM) in Project Section Room No. 104. For acceptance / rejection of any or all the bids, the decision of MD, RCDF shall be final and binding. 1. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on the RCDF website also with the enclosed detaild NIT and tender forms and also arrange to published the same with individual tender ID on e- procurement website. 2. Dy.Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal – Please also arrange to get the above NIT/Tenders uploaded on the State Public Procurement Portal. General Manager (DPM & Proj.)

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

Embed Size (px)

Citation preview

Page 1: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017.

Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in &

www.eproc.rajasthan.gov.in E-mail : [email protected], [email protected]

No. RCDF/Proj. /C-4008/2016-17/634-6 Dated 14.09.2016

Details of work – No. 05-Construction of Overhead Water Tank (Turnkey basis) at Barmer Dairy.

Tender ID : 2016_RCDF_42367_1

1 Estimated cost of construction work - Rs. 12.00 Lacs.

2 Earnest money

(By D.D. only in favour of RCDF Ltd; Jaipur)

- Rs. 24,000/-

3 Tender Fees

(By D.D. only in favour of RCDF Ltd; Jaipur)

- Rs. 1,000/-

4 Tender Processing Fees

(By D.D. only in favour of MD, RISL payable at Jaipur)

- Rs. 500/-

5 Date & time of downloading of tender - 06.10.2016 9:30 AM to 21.10.2016 5.00 PM

6 Date & time of submission of tender - 06.10.2016 9:30 AM to 21.10.2016 5.00 PM

7 Date & Time of opening of technical / Financial bid

- 24.10.2016 11:00 AM

8 Completion period of work - 04 Months

9 Validity of quoted rate in tender - 90 days

Note : The tender fees and EMD alongwith processing fees (by D.D. only) should be deposited in physical form before 24.10.2016 (10.30 AM) in Project Section Room No. 104. For acceptance / rejection of any or all the bids, the decision of MD, RCDF shall be final and binding.

1. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on the RCDF website also with the enclosed detaild NIT and tender forms and also arrange to published the same with individual tender ID on e-procurement website.

2. Dy.Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal – Please also arrange to get the above NIT/Tenders uploaded on the State Public Procurement Portal.

General Manager (DPM & Proj.)

Page 2: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction
Page 3: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED

SARAS SANKUL, JAWAHARLAL NEHRU MARG, JAIPUR -302017 (RAJ.) Phone No: 0141-2702501-508, Fax: 0141-2702537, 0141-2702135

Website: www.sarasmilkfed.rajasthan E-mail: [email protected], proj-rcdf-rj @gov.in

Name of Work : Construction of 50KL OHSR at Dairy Plant, Barmer.

TENDER DOCUMENT

(Turnkey – Basis)

Contractors Name and Address : ____________________________________

____________________________________

Date of opening 24.10.2016 at 11.00 AM

Page 4: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017.

Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in &

www.eproc.rajasthan.gov.in E-mail : [email protected], [email protected]

Important Information

Subject: e-Procurement/tendering system at RCDF

Government of Rajasthan has decided to implement e-procurement system for their

departments and PSU to enhance efficiency & transparency in public procurement from April

2012, in which all purchases/ works/ services etc. of value ` 10.00 Lacs or above will be

processed electronically through State e-procurement portal i.e.

www.eproc.rajasthan.gov.in.

Accordingly at RCDF, the existing process of manually submitting bids will be discontinued.

Information regarding tenders will be posted on the above mentioned website & bids will also

be accepted via the website. A registered user with a valid Digital Signature Certificate (DSC)

will be able to access the website, view & download tender details, fill in tender bids & upload

(send) to the website. At the scheduled time of tender opening, details of all bids can be

viewed by the bidders.

Requirement for participating: Internet access (details available on the home page of

website www.eproc.rajasthan.gov.in), DSC & registration on the website.

Bidders will need to get a class III digital certificate with encryption – decryption facility through

controller of certifying authorities (CCA) approved certifying agencies.

Information regarding DSC is available at the home page under ‘Information

regarding DSC’. A bidder should enroll on the e-procurement website & register the DSC.

Please arrange to fulfill the necessary requirements of e-procurement, since only the

authorized bidders can participate in the tender.

Additional fee (500/- per tender/bidder for tender value > 10.00 lacs) is payable to RajCOMP

info services ltd.(RISL) for participating in e-procurement.

Help manual for bidder is available on the home page of the website under ‘Help for

contractors’. You can also call on 0141-4022688 & 1800-233-7315 for any assistance

regarding e-procurement during office hours.

Bidders training will be provided free of cost by RISL.

You may contact concerning department for further clarification(s).

General Manager (DPM & Proj.) RCDF, Jaipur.

Page 5: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017.

Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in &

www.eproc.rajasthan.gov.in E-mail : [email protected], [email protected]

Annexure ‘A’

NAME OF WORK : Construction of 50KL OHSR at Dairy Plant, Barmer.

PART - I Schedule showing material to be supplied by department to the contractor. ELECTRICITY : Electricity for construction and fabrication work during the construction shall be supplied by Dairy Plant, Barmer as per the request of the contractor at the per unit rate according to the electricity bill (total bill amount divided by total units consumed) for the unit of electricity consumed, a separate sub-meter would be arranged by contractor necessary arrangement for electricity connection shall also be made by contractor from the place where electricity available. PART - II I/We hereby agree to abide by all the conditions of contract as laid down in appendix XI of the

Public Works Department Finance & Accounts Rules of Rajasthan as amended to date in

respect of works executed by the State P.W.D. in execution of this work and also undertake to

follow the specifications of the P.W.D. / Federation as laid down for the Building, Road, Sanitary,

Electrification, Joinery, Steel door, frames Park railing work etc., as may be applicable to similar

contract in P.W.D. I/We also hereby agree to execute the above agreement within 10 days of

issue of work order. I/We realize that my/our failure to execute the agreement within the

aforesaid 10 days will make me/us liable for forfeiture of my/our earnest money, deposited for

this tender, by the Federation without any further reference to me/us.

Signature of Contractor General Manager (DPM & Proj.)

RCDF, Jaipur.

Page 6: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED

SARAS SANKUL, JAWAHARLAL NEHRU MARG, JAIPUR -302017 (RAJ.) Phone No: 0141-2702501-508, Fax: 0141-2702537, 0141-2702135

Website: www.sarasmilkfed.rajasthan E-mail: [email protected], [email protected]

AMENDMENT NOTE/SPECIAL CONDITIONS OF CONTRACT AGREEMENT

The conditions of contract as per Appendix XI of Public Works Financial and Accounts Rules of Government of Rajasthan is attached with the Agreement with the following amendments/conditions.

In place of the Governor of State of Rajasthan or “The Governor of Rajasthan” wherever occurs in the said form, should be treated as replaced by “The Managing Director, Rajasthan Co-operative Dairy Federation Ltd.” In place of the Government of Rajasthan wherever it occurs, should be read as “The Rajasthan Co-operative Dairy Federation Ltd.” (RCDF Ltd.). In place of the Chief Engineer wherever it occurs, should be read as “The Managing Director, Rajasthan Cooperative Dairy Federation Limited”.

The authorized Engineer or the Engineer Incharge wherever it occurs denotes the General Manager (DPM & Proj.), Rajasthan Co-operative Dairy Federation Limited, Jaipur. Specifications will mean the latest specifications approved by Public Works Department unless mentioned otherwise.

(i) Agreement Clause No. 1 is amended as under:-

“The security deposit @ 10% of the gross amount of the running bill shall be deducted from each running bill and shall be refunded as per rules on completion of the contract as per terms and conditions. The EMD shall however be adjusted while deducting security deposit from the first running bill of the contractor. There will be no maximum limit of security deposit”.

“All compensations or other sums of money payable by the Contractor to the Government under the terms of his contract may be deducted from or paid by the sale of a sufficient part of his Security Deposit, or from interest arising therefrom, or from any sums, which may be due or may become due to the Contractor by the Government on any account whatsoever, and in the event of his security deposit being reduced by reason of any such deductions or sale as aforesaid, the contractor shall within ten days thereafter, make good in cash, any sum of sums which may have been, deducted from or raised by sale of his security deposit or any part thereof”.

(ii) Agreement Clause 43 stands amended as under:-

“The R.C.D.F. Ltd., shall have right to exercise proper quality control measures. The contractor shall provide all equipment and assistance to conduct such tests.”Agreement Clause 43 A will remain as such.

(iii) Agreement Clause No. 45 & 45 A stands deleted.

(iv) In Agreement Clause No. 37(e) the Defect Liability Period (DLP) for civil works costing more than Rs. 10.00 lacs. shall be three years as per the latest order of GoR.

(v) In Agreement Clause No. 37(e) the word “PWD” shall be replaced with “The RCDF Ltd.”.

(vi) All contracts with RCDF Ltd; Jaipur shall require registration of workers under the Act, 1996 & extension of benefit to such workers under the Act. One percent cess, on this account is deductible over work order value.

(vii) The tenderer should quote the rates in the prescribed ‘G’ schedule only, unless otherwise the tender would be treated as cancelled.

(Signature of the Contractor) (Signature of Authority With seal & Date)

of Rajasthan Co-operative Dairy. Federation Limited,

Page 7: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,

“SARAS SANKUL”, J.L.NEHRU MARG, JAIPUR –302017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in

E-mail : [email protected]

NIT No.31/RCDF/F.6/Proj./C-4008/2016-17/ Dated :

Name & address of firm M/S……………………………………………………………

…………………………………………………………………………………………..

…………………………………………………………………………………………..

Tender Cost deposited vides C.R. No………………. Dated……..2016 Rs..………….

1. Name of work Construction of OHSR 50 KL at Dairy Plant, Barmer on

SPR basis turnkey job contract including design and

defect liability as 3 years.

2. Estimate cost of work Rs. 12.00 lacs.

3. Earnest money Rs.24,000/-

4. Cost of Tender Document Rs. 500/-

5. Date &Time for sale of 06.10.2016 to 21.10.2016

tender document. 9.30 AM to 5.00 PM

6. Date & time for receipt 06.10.2016 to 21.10.2016

of tender. 9.30 AM to 5.00 PM

7. Date & time for opening tender 24.10.2016 11.00 AM

INFORMATION USEFUL TO CONTRACTOR

1. SHEDULE: “A” INSTUCTION TO THE TENDERER (S)

The Contractor(s) before tendering must carefully consider and understand the

conditions & terms laid down in the N.I.T. & Tender form.

I. DETAILED SPECIFICATION:

The specification work shall be carried out in accordance with detailed

specification prescribed by PHED, Rajasthan or by RCDF. The Tender shall

have an experience of construction of at least Two over Head Service Reservoir

of minimum capacity 50000 Liters.

II. Value Added Taxe (VAT) as per rate enforce shall be recovered as per

provision of Rajasthan VAT Act read with rules made there under.

Signature of Contractor

General Manager (DPM & Proj.)

R.C.D.F. Ltd. Jaipur

Page 8: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

2. SEHEDULE “B” (T&P)

The contractor should have necessary tool & equipment etc.

3. SCHEDULE “C” The contractor shall provide all necessary facility, if required to undertake

test for quality of material procured by him at site at his own cost as per directions of Engineer-

in-charge.

4. SCHEDULE “D”

The commencement period of the work shall be 10 days from the date of issue of work order.

5. SCHEDULE “E” a. Under the scope of work contractor has to construct OHSR 50 KL, providing & installation

of valves auxiliary works providing and fixing G.I. riser distribution, washout, overflow

pipe lines up to ground level complete in all respect. The material for the job will be

supplied by the contractor.

b. The commencement period of the work shall be 10 days from the date of the work order.

The work should be complete in all respect up-to the satisfaction of Engineer-in-charge

within a period 4 month from the date of commencement of work.

6. SCHEDULE “F” No extra item will be paid. The tender cost quoted by the contractor

on schedule “G” shall include all items to complete the work.

7. SCHEDULE “G” & SCHEDULE “H” Enclosed in separate sheet.

8. SCHEDULE “I” legal proceeding if any arising out of the tender contract shall have to be

lodged in any court situated in jaipur Rajasthan. If during construction work, any dismantling

of existing compound or structure (S) is required for facility of the site work, it will be got

repaired by the contractor to make It in previous original shape after construction work free of

cost. In no case extra payment shall be allowed by the department on such works, either of

dismantling or repairing & reconstruction of old structure.

9. All the terms and conditions of contract agreement as prescribed in PWF & AR, shall be

binding on contractor and department.

10. The contractor shall be furnish the bank account RTGS, NEFT details while uploading the e-

tender.

Signature of Contractor

General Manager (DPM & Proj.)

R.C.D.F. Ltd. Jaipur

Page 9: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

SCHEDULE OF PAYMENTS

Payment Terms:

(A) The price break up of OHSR in lump sum rate of OHSR for the purpose of

making payments at various stages of the progress of work shall be as follows:-

No separate payment No separate payment will be made for the

reconnaissance, preparatory work etc.

No fractional payment will be made, unless the entry works of corresponding

items completed.

Payment terms

1.1 payment schedule

The contractor shall be paid breakup of the lump sum item of the turn-key

contract as defined in the bills of quantities. The payment shall be made as per

defined stages agreed mutually after award of contract. Interim payment as per

progress in particular days will be decided by the EIC. Considering the 90% of the

overall cost of the stage and expenditure incurred by the EIC in volume of general

knowledge.

S.N. Item % of total

cost of

OHSR

1 Excavation, laying of RCC & completion of tank

up to ground level.

20%

2 Completion of staging below ring beam. 13%

3 Completion of ring beam, bottom dome, conical

wall, staircases & balcony including supply &

fixing of puddle collars, in bottom dome.

22%

4 Completion of vertical wall of tank. 10%

5 Top dome, plate form, and ventilators. 10%

6 supply & fixing of GI pipes with special & GI gate

valves including MS nut bolt, rubber sheet Ms

clamps etc.

10%

7 Fixing of aluminum ladder, lightening arrestor,

lightening conductor, railing, pipes specials,

construction of plinth protections and other

miscellaneous works painting of all exposed iron

work, water proof painting on complete structure

& complete finishing on site.

10%

8 Satisfactory testing, site cleaning, submit of as-

built drawings etc.

05%

Page 10: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

1.2 Interim payment

Payment shall be made on a monthly basis provided the amount to be billed exceeds

1.0 per cent of the contract sum. The payment will be made on the basis of the work

completed during the month as per actual measurements (as defined in part ‘C’ –Bills of

quantities) and according to the rates of the contract. All statutory deductions applicable

at the time of due payment shall be made from the payment.

1.3 final payment of works

The final payment will not be made unless the work has been fully completed as

per scope of work and the contractor submits the As-built-drawings. Liquidated damages

of other payment due from the contractor will be deducted from that payment. Security

Deposit deducted, shall be refunded after completion of two years’ defect liability period.

1.4 Form of the invoices

The contractor may present his invoice in his own forms or computer prints in the

pattern matching with the printed forms of RCDF and after approval of the Engineer-in-

charge.

1.4 Support Documents For The payments

The contractor shall submit the following documents in duplicate with his invoice:

a) Invoice indicating details of equipment/material manufactured. Supplied and installed or

work carried out, supply value of such equipment or value of such work carried out and

amount claimed.

b) Inspection report/test report/report certifying completion of activity with acceptable results

issued by PHED or agency representing PHED.

c) Report/certificate of inspections/ tests carried out by the manufacture of the contractor or

by the contractor himself.

d) Any other such details/documents as may be reasonably specified by the engineer in charge

from time to time during execution of the contract.

e) Proof of insurance of the equipment.

f) Certificates as prescribed regarding payment of sales tax, duties etc; as livable on supplies

made.

g) Other documents requested by the Engineer in charge.

PROCEDURE FOR CLAIMS

A. Claims for additional payment

If the contractor wants to claim any additional payment including the bill of quantities but

present to any clause of contractor or other shall notice of his intention to the engineer in

charge within four weeks after in giving the claim has first arisen. Together with claim, the

contractor shall detail circulars of the amount claimed & all documents & records

supporting claim.

Page 11: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

If the contractor, fails to comply with any of these provision anti trade payments in respect

to the claim shall not exceed the amount the engineer in charge order to be justified by

available records.

B. Disputed items:

If the contractor, In one of his monthly invoices, claims for payment a disputed item, the

un-disputed items of the invoice shall be paid. The contractor shall put within four weeks

detailed particulars of the disputed items & all documents & records supporting his point

of view.

If the contractor, fails to comply with any of his provision entertained payment for the

disputed items shall not exceed the amount the Engineer in charge order to be justified by

available records.

Disputed items cannot be borough forwarded to a subsequently Disputed about items

included in earlier invoices will be refused.

C. TENTAVITE TIME SCHEDULE

To operate clause No.2 of condition of contract and PWF & AR amended up to date.

Unless otherwise started by the Engineer in charge following guidelines shall be respected

for the time schedule:

a) Submission, checking from MNIT jaipur and final approval from General Manager

(DPM & Projects), RCDF, Jaipur of structural design and detailed drawings should

be completed within 7 days period. The activity starts within 10 days from the date

of issue of work order. In this activity, no financial progress involves.

b) The stipulated date of commencement of work will be 10 days from the date of

issuing of work order except OHSR. For OHSR physical execution work should be

start from 10 days +7 days’ period from the date of work order issued i.e. clause 2

of condition of contract will operate accordingly from the date of start of physical

execution (contract work of OHSR) i.e. 10 days + 7 days from the date of issue of

the work order.

c) The cleaning of the site has to be completed not later than 15 days before the

completion period.

d) The testing of the structure has to start at least 15 days before the completion date

and complete the same within the completion period.

Page 12: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

Scope of work

The work consists of construction of 50 KL RCC overhead service reservoir (Intz tank type) at Dairy

Plant, Barmer. The contractor shall be fully responsible for the soundness of the construction,

structural safety and water tightness of the structure based on the specifications, sound engineering

practices and latest I.S. provisions. The scope of work Includes :

The work of construction of OHSR shall be done at campus. The main component of the work as

envisaged by the department are as follows but not limited to Preparation & submission of drawings

and designs (shall be got approved from MINT, Jaipur before submitting) for approval to department.

Contractor is advised to test the SBC through an approved agency prior to design the OHSR at his own

cost. Providing & installation of puddle collars and duck foot bends for installation of inlet, outlet,

washout and overflow pipes. Providing & installation of double flanged CI pipes for installation of

inlet, outlet, washout and overflow pipes with specials. Interconnection of outlet & overflow pipes

to distribution main. Providing 7 installation of puddle coolers and duck foot bends for installation

of inlet, outlet, washout and overflow pipes, Valve chambers for valves shall have to be constructed.

Excavation for all structures including working spaces, trench for pipes & other ancillary work in all

sorts of soils, refilling & disposal of surplus soil and dressing as per direction of engineer in charge.

Providing plinth protection work. Providing lightning arrester on the top of OHSR with suitable

earthing. Providing access to the top and inside the OHSR. Providing ventilation & man hole.

Providing 20mm diameter GI pipe in two rows in 50x50x5mm angle iron railing up to manhole of

OHSR, on the sides of the staircase and balcony. Testing of tank for water tightness and structural

stability by filling it with water colour washing using cement paint of approved quality. Painting the

surface & putting slogan on tank. Providing level gauge. The submission of as built drawings.

Page 13: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

A. CONSTRUCTION OF OHSR’

CONSTRUCTION OF R.C.C. OVERHEAD SERVICE RESERVOIR CAPACITY 50KL AT DAIRY PLANT,

BARMER 10 M STAGING

1. It includes construction of R.C.C. overhead service reservoir 50KL capacity and 10 meter staging

at Dairy Plant, Barmer on drawing and design of the contractor (based on stipulations given in

the tender documents) approved by the competent authority of the department and its testing

to the satisfaction of Engineer in charge. Scope of work shall also include clearance of site,

supply & fixing of pipes and valves (to be arranged by the contractor as per stipulations in the

tender documents), construction of plinth protection etc., as per guidelines indicated in tender

documents and also to be subsequently given by the Engineer in charge time to time.

2. Capacity of the tank shall be the volume of water it can store between the designed full supply

level and lowest supply level (i.e. the top level of the lip of the outlet pipe). Height of staging

shall be the difference between the lowest supply level of the tank and the average ground level

at the tank site.

3. Design of container part shall be based on working stress method (Elastic theory) and concept

of ultimate load theory. Limit state theory shall not be used. However, staging and foundation

may be designed by adopting LIMIT STATE Method.

4. Tank portion shall be designed using membrane theory and then it shall be checked and

corrected for continuity analysis. It implies that higher of 2 forces arrived by membranes theory

and continuity analysis shall be used for actual structural design.

5. Depth of free board shall be adopted as under :-

a. For tank with capacity up to 200KL - 20cm

b. Free board portion shall be considered as full of water for the purpose of complete

structural design.

6. A minimum dead storage of 15cm shall be provided in addition to the required capacity as

stipulated in the tender document.

7. Thickness of various members shall be adopted as higher of value arrived by design and

minimum thickness given below:-

S. No. Member Minimum thickness (cm)

1. Top dome 12.50

2. Bottom dome 12.50

3. Beam cum balcony 15.00

4. Vertical wall with Height ˂ = 4m 15.00

5. Height > = 4m 20.00

6. Conical dome 15.00

8. In view of previous in table 3 of IS:456-1978, Environment exposure condition shall be treated

as under the purpose of structural design and construction:-

Container part and Foundation - Moderate

Page 14: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

Staging part - Mild

Minimum grade of concrete, minimum nominal cover value to be adopted, minimum cement and

maximum free water cement ratio shall be governed on the basis of exposure condition as

classified above. It is to be noted carefully that nominal mix concept shall not be allowed for mix

richer than M-20 and only design mix concrete shall be acceptable.

9. Some of important relevant standards for use in design are as below (for informative purpose).

IS : 456-2000 Plain & reinforced concrete-code of practice.

IS : 3370 Code of practice for concrete structures for the storage of liquid (part 1 to 4).

IS : 875 Code of practice for design loads (outer than earthquake) for buildings and structure.

Part – I - Dead load

Part – II - Imposed load

Part – III – Wind load

Part – IV – Special loads and load combinations.

IS : 1893-1984 Criteria for earth quake resistant design of structure

IS : 11682-1985 Criteria for design of RCC staging for over head water tanks.

IS : 2950 Code of practice for design & construction (Part I) of 1981 raft foundation.

Latest version of above standards shall be adopted.

10. The design shall be based on 28 days characteristic strength of concrete. No increase of strength

with age beyond 28 days characteristic strength of concrete shall be allowed in the design.

11. While designing staging live load on tank part shall not be reduced. Live load for design purpose

shall be adopted as under:-

For top dome 150kg./sqm

For balcony/staircase 300kg./sqm

12. In view of uncertain pattern of loading (imposed load) on top dome allowable max. Permissible

stresses are restricted to 20% of provisions in BIS for normal conditions for the purpose of

structural design of top dome.

13. As wind/earthquake are basic loads on brace, while designing brace no increase shall be allowed

over permissible stresses. Brace shall be designed using steel beam theory.

14. In vertical wall reinforcement shall be provided in 2 layers, i.e. near to both faces of the wall.

15. Circular shaft/shaft staging in not allowed.

16. For computing wind load terrain category 2 and class B structures shall be considered (if not

otherwise stated in tender documents).

17. Though the SBC has been ascertained by the department as 12.0 tonne / SQM at 3.0m DEPTH.

But it is only for guide line/rough estimation purpose. The contractor shall himself make

assessment of SBC for design purpose. Soil bearing capacity shall be got tested by the contractor

in accordance with IS:1988-1971 (amended up to date) through an approved agency (As decided

Page 15: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

by the design approving authority of the department) for which no additional payment shall be

made by the department. It is clarified that contractor is advised to test again the SBC through

an approved agency prior to design the OHSR at his own cost. The design should be based on

SBC 10 tonne per square meter at 3 meter depth and no extra payment / claim shall be

entertained by the department on this account.

18. Column foundation at the base of tower, all the columns shall be tied together above foundation

level and well within ground by a structural member such as ring beam.

19. P.C.C. below foundation shall have average minimum thickness of 15cm. The concrete mix shall

not be poor to M-10.

20. RCC STAIR CASE & LADDER.

90cm wide RCC Stair case around RCC Columns shall be provided. On stair 0.9m clear height

railing consisting of vertical post of angle 50x50x6mm firmly grouted to full depth in concrete at

every third step with GI 20mm medium class pipe in two rows at outer side in full length of stairs

is to be provided.

Form balcony to top of tank 0.45m wide MS ladder will be provided. The ladder is to be fixed in

concrete of balcony and at this point width of balcony is to taken a 1.50m in 2m length of balcony.

At roof top level landing is to be provided of 1x0.80m by casting cantilever slab. Railing around

landing is to be connected with railing up to man hole.

Inside the tank 0.45m wide aluminium ladder using round bar of aluminium 25mm dia from top

level to bottom dome is to be provided. Ladder to be fixed at top of vertical wall and at bottom

on dome. 90cms wide RCC staircase with 15-17.5 cm rise and 22.5-25 cm tread from ground

level to balcony as per approved. Wide M.S. iron ladder make up of 50x50x6mm angle iron and

16mm M.S. bars at 30cm centre to centre shall be provided.

21. Providing and fixing level indicator consisting of an approved copper float and iron counter

weight and indicator connected by steel flexible wire rope passing over frictionless aluminium

pulleys will be fixed wherever necessary. The scale shall be calibrated in foot and should consist

of iron sheet 20 gauge fixed over wooden planks within angle iron frame of 35x35x5mm and

painted with white enamel base and letters in black and red fluorescent paint.

22. 90cm high railing consisting of vertical posts of 50x50x6mm angle iron positioned vertically

grouted in pig lead at every 150 cms on both sides with 20 mm GI pipe Class-B ISI marked in two

rows on each side with GI fittings on stair from ground to around balcony and around the main-

hole. The contractor will arrange the GI pipes and all fittings required.

23. Providing and fixing lightening arrestor consisting of copper rod of 25mm dia and 2.0mtrs. long

to be provided at top connected to ground by aluminium strip 25mm wide 2.5mm thick, to be

taken 3.5mtr deep below ground level with 450x450x3mm thick copper earthing plate and

earthing with proportional mix charcoal and common salt in accordance with IS : 2309-1969

(amended up to date) have to be done.

Page 16: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

24. Ventilator of 600mm dia of CI/MS pipe with stainless steel jail and stainless steel clamp shall be

provided on top dome of the OHSR. The pipe(s) shall be fixed on the dome at the time of casting

of top dome.

25. Providing and fixing suitable 60x60 CMS square manhole at top of the tank with cover consisting

of stainless steel 50X50X6mm angle iron frame and 4mm stainless steel top with suitable lifting

and locking arrangement at roof top.

26. Four number esxtra bars shall be provided at each junction of column and bracing, which shall

be extended sufficiently on either side to develop sufficient strength by bond and ensure

transmission of bending moments adequately.

27. Supply (if not available in divisional store) and fixing of G.I. Double flanged pipes class B, with

details as under including supply of nut bolts, rubber sheet etc., shall be within scope of work.

Details of material shall be as under:-

S. No.

Material Size Specification

1. G.I. Double Flanged pipe class ‘B’ for (a) Inlet of water (b) outlet of water (c) Overflow of water (d) washout of water

80mm dia 80mm dia 80mm dia 80mm dia

2. Bell mouth end, nut bolt, rubber sheet etc.

Matching with need for fixing of pipes as detailed at S. No. 1

As per relevant BIS, Rubber sheet having ISI mark shall only be used.

3. GI gate valves for outlet and as per size of washout pipe respective pipes given at S. No. 1

28. Bell mouth end shall be provided at top of inlet pipe (i.e. within tank portion). Top end of inlet

pipe shall be above maximum water level (including free board part) by a length not less than half the dia. of pipe.

29. Plinth protection: Plinth protection works shall be constructed below overhead service reservoir. It shall be extended up to 1 meter from fall of balcony or edge of raft slab, whichever is more, all around service reservoir. It shall consist of laying lean concrete 100mm thick in M-10, over compacted soil. Over the lean concrete brick on as flooring or RR stone flooring in 1:4 cement mortar shall be provided. On this, layer of cement concrete M-15 is to be laid. Out ward side slopes shall be provided in plinth protection.

30. Construction: (a) The work shall be carried out strictly under the supervision of the Engineer in charge. The

construction material shall be stored at the side of work in proper manner so as to prevent it from deterioration or contamination. The material deteriorated or contaminated shall not be use. Safe bearing capacity of the soil at the site is to be got tested by the contractor his own cost in accordance with ISS 1988-1971 and test report on the same will be submitted to the department for justification before commencement of construction work. Minimum depth of foundation shall not be less than 2.50 mt. below ground level in case of S.R.

Page 17: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

(b) The concrete used shall be machine mixed and shall be conveyed to the place of deposit as rapidly as practicable in position concrete shall be compacted by suitable type of mechanical vibrator. Concrete shall be cured properly by keeping it constantly most adequately so as to protect it from damages, which may be caused due to change in surface temperature unit end of 3 weeks from the date of casting.

(c) All reinforcement shall be clean and free from mill scale, loose rusts and coats of paint, oil or other coatings etc., which may destroy or reduce bond.

(d) It will be the sole responsibility of the contractor to ensure the quality and strength of materials like cement; steel etc. Before it is put to use. The contractor shall get cement and steel tested from any authorized and reputed testing cement at his own and report shall be submitted to the department for judgment.

(e) Aggregate used shall comply with the requirement of ISS-456-978. (f) Storage of material at site shall be in accordance with ISS 4082-978.

31. Testing of tank by filling it with water shall be contractor’s responsibility and date of completion shall be reckoned from the date of satisfactory testing of the tank. Water for testing shall be arranged by the contractor at his cost. Testing shall be carried within one month of completion of structure.

32. All exposed ironwork shall be painted with three coats of spear enamel paint of approved shades.

33. The tank will be painted with snowcem of different shades. The capacity of SR should be painted on body of tank. Dairy Plant, Barmer logo of RCDF shall be painted as per instructions of Engineer in charge in surface area of 10 sqm.

34. Concrete block M-15 shall be cast under duck foot bend and horizontal pipes of suitable size. 35. No extra payment will be allowed for excavation in any type of soil encountered including hard

rock up to depth required for job and clearance of site. Which should be seen by the contractor before tendering.

Page 18: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

Tentative list of the material required for construction of 50 KL OHSR.

S. No.

Particulars Size (in mm dia)

Unit Qty. (Approx)

1. GI PIPES (Inlet) 80 Mtr. 19

2. GI PIPES (outlet) 80 Mtr. 15

3. GI PIPES (over flow) 80 Mtr. 20

4. GI PIPES (wash out) 80 Mtr. 15

5. GI GATE VALVES 80 Nos. 3

6. GI DUCK FOOT BEND 80 Nos. 4

7. GI BEND 80 Nos. 4

8. Bell Mouth 80 Nos. 1

9. MS NUT BOLT 20 X 75 Kg. As required

10. Rubber sheet 6mm/8mm Kg. As required

Before handing over the work, the site has to be cleaned in every respect. The earth has to be levelled at a uniform level and surplus earth, if any shall have to be disposed of as per direction of Engineer in charge. The contractor has to submit 3 sets of as built drawing in bounded from. No separate payments will be made for the reconnaissance, preliminary investigation, surveys, inspections, plinth protection, Cement paint and site clearance etc. They shall be included in the Lump-sump rates. The contractor shall be fully responsible for Technical suitability of design, soundness of the contractor, structural safety & water tightness of the structure based on the specifications, sound Engineering practices & latest IS provision. The details & the different sizes of the pipes of the 50 KL OHSR shall be as follows.

S. No. Items Details

1. Capacity in CUM 50

2. Staging in Meters 10

3. Bottom service level in Meter 110

4. Type of reservoir Intz. Tank

5. Inlet pipe size in mm 80

6. Outlet pipe size in mm 80

7. Over flow pipe size in mm 80

8. Washout pipe size in mm 80

9. Finished ground level in m 100

Note : (i) Capacity of the tank shall be the volume of water it can store between the designed full

supply level and lowest supply level (i.e. the top level of the lip of the outlet pipe). Height of staging shall be the difference between the lowest supply level of the tank and the average ground level at the tank site.

Page 19: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

(ii) Design of container part shall be based on working stress method (Elastic theory) and concept of ultimate load theory. Limit state theory shall not be used. However staging and foundation may be designed by adopting LIMIT STATE method.

(iii) Tank portion shall be designed using memberance theory and then it shall be checked and corrected for continuity analysis,. It implies that higher of 2 forces arrived b y memberance theory and continuity analysis shall be used for actual structural design.

B. TESTING FOR WATER TIGHTNESS

PREPARATORY WORK

The land proposed for construction of raw water reservoir and allied work is almost flat and will have to be finished to the levels desired as mentioned in the drawings enclosed in section 7 of part B of the Tender documents.

The design is based on the recommendations of the applicable Latest Indian Standards followed are :-

IS 3872: Lining of canal with burnt clay tiles.

IS 2508: LDPE films.

IS 9698: Lining for canal with low-density polyethylene film.

IS 456: Plain and reinforced concrete.

IS 3370: Concrete structures for the storage of liquids.

IS 875: Design loads.

The Contractor shall provide and maintain a benchmark with a level and at a location approved by the Engineer in Charge at each construction site. All levels shall be deemed to refer to that benchmark. The Contractor may establish other secondary benchmarks on the site.

During all stages of preparation and construction of the contractor has to co-operative with other contractors working on the same site. This is particularly important in the case of linkages such as incoming and outgoing pipes etc.

CEMENT (to be procured by the contractor)

The cement for use in all the units shall be ordinary Portland Cement of Grade 43 ISI marked

conforming to IS 269. Being water-retaining structures of high degree of importance, cement

manufactured by the mini cement plant shall not be used in this work. Cement manufactured by

reputed major plants shall only be used.

STEEL FOR REINFORCEMENT

For Steel reinforcement ISI Marked TMT Steel SAIL / TATA make to be used.

Page 20: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

COARSE SAND

Wherever mentioned sand for cement concrete. Grade of Bajri should be as per requirement

of work. Silt content should not be more than 8%.

SOIL INVESTIGATION FOR OHSR

The contractor has to do necessary soil investigation at his own cost and submit to EIC for

approval.

CIVIL WORKS

GENERAL

The construction of service reservoirs shall be carried out in accordance with the drawings

specifications mentioned herein & relevant IS amended up to date. In case where the

specifications given below are silent about any aspects in respect of any item. The work shall be

carried out as per relevant IS code of practice in the latest version and as per sound engineering

practice as decided by the Engineer in charge.

Some of the important IS codes to be referred during execution of the work are as follows:-

1. IS : 3764 - Safety code for excavation works.

2. IS : 3720 - Method of tests for soils.

3. Soil investigation

4. IS : 280 -Mild steel wire for general engineering purposes.

5. IS : 269 -Portland cement

6. IS : 383 -Coarse & fine aggregate

7. IS : 432 -Medium tension steel bars & hard drawn steel wire.

8. IS : 456-2000 -Code of practice for plain & reinforced cement.

9. IS : 516 -Method for testing for strength of concrete.

10. IS : 1199 -Method of sampling & analysis of concrete.

11. IS : 1156 -Fabric reinforcement.

12. IS : 2062 -Structural steel.

13. IS : 2086 -Methods of tests for aggregates of concrete.

14. IS : 2502 -Code of practice for bending & fixing of bars for concrete reinforcement

15. IS : 3370

(Part 1-4) -Code for practice for concrete structures for the storage of liquids.

16. IS : 7861 -Recommended practice for hot weather concreting (part-I).

17. IS : 4082 -Recommendation on stacking & storage of construction material on site

18. General

19. IS : 11089-1984-Code of practice for design & construction of Ring foundation.

20. IS : 875 -Code of practice for structural safety of buildings, loading standards.

21. IS : 1911 -Dead loads.

22. IS : 1893 -1984 criteria for earth quake resistance design and structure.

Page 21: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

23. IS : 2950 -Part I (1981) – Design of raft.

24. IS : 1200 -Method of measurements.

25. IS : 11682 -1985 Criteria for design of RCC staging for over-head water tanks.

Page 22: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

DETAILED DESIGN

The detailed design, structural design & drawings (including reinforcement detailing and bar bending schedule) shall have to prepared taking provisions of dead load, water load, live load, seismic load wind load, point load, due to load etc. And shall be checked for most critical condition resulting for various load combinations. The design shall be based on no crack basis for water retaining components. Capacity of the tank shall be the volume of water it can store between the designed full supply level and lowest supply level (i.e. the top level of the tip of the outlet pipe) height of staging shall be the difference between the lowest supply level of tank and the average Ground level of the tank site. The design of container part should be base on working stress method (Elastic theory) & concept of ultimate load theory, limit state theory should not be used. However, staging and foundation may be designed by adopting LIMIT STATE method. Tank portion should be designed using membrance theory and then should be checked and corrected for continuity analysis. It implies that higher of 2 forces arrived by membrance theory and continuity analysis should be used for actual structural design. Concrete strength should be based on 28 days’ characteristic strength of concrete. Circular shaft/shaft staging is not allowed LOADS Load shall be taken of all loads due to dead loads, live loads, wind loads, water pressure, soil pressure and point loads, caused during installation. Load for top dome shall be taken as 1.5 kN/Sqm. The platforms, balcony and stair designed for a live load of 3.0 kN/Sqm in addition to other loads. The seismic load shall be taken as per the proposed location of OHSR’s seismic zone. Water depth including free board and dead storage shall be considered for design of tank. A minimum dead storage of 15cm should be provided in addition to the required capacity as stipulated in tender documents. In vertical reinforcement should be provided in two layers i.e. near to both face of wall.

Four number extra bars should be provided at each junction of column and bracing which should be extended sufficiently on either side to develop sufficient strength by bond and ensure transmission of bending moment adequately. In view of uncertain pattern of loading (imposed load) on top dome, allowable max. Permissible stress are restricted to 20% of provision in BIS for normal conditions for the purpose of structural design of top dome.

Page 23: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

As wind / earth quake are basic loads on brace, while designing brace no increase should be allowed over permissible stresses. Brace should be designed using steel beam theory.

CONCRETE MIXES

In view of provisions in table 3 of IS : 456-2000, Environmental expose condition may be treated as under for the purpose of structural design and construction :

Container part & foundation moderate

Staging part mild

Minimum grade of concrete, minimum normal cover value to be adopted, minimum cement concrete and maximum free water cement ration shall be governed on the basis of exposed condition as classified above it should be noted carefully that normal mix concept should not be allowed for mix richer than M-20 & only design mix concrete should be acceptable.

The tender shall got the mix for required grade of concrete done from engineering college for which samples of cement, aggregate, sand, water etc. Shall be taken to engineering college through Engineer in charge & design shall be submitted along with design OHSR for approval.

S. No. Particulars Proportion of mix

1. PC In foundation M-15 grade concrete aggregate size 20mm nominal.

2. Foundation slab, raft and stair cases & foundation ring beam.

M-25 grade concrete only

3. Column & braces M-25 grade concrete only

4. Bottom ring beam, over column, conical wall, balcony beam & or slab, vertical wall, top ring beam, top dome bottom done i.e. parts coming in contact with water or enclosure or water tank.

M-25 grade concrete only

CONCRETE COVER AND THICKNESS

The normal cover to meet durability requirement should be sent as per table 16 of IS : 456-2000. However, the minimum clear cover of reinforcement bars shall be as following:-

In case of dry surface (shaft, platforms, foundation) 30mm

In case of Occasionally wetted surface 9top dome) 35mm * In case of permanently wetted surface reinforcement Dia upto 20mm 35mm * in case of permanently wetted surface dia above 20mm 40mm

The various dimensions shall not be less than the following :

1. Thickness of top dome 125mm

2. Thickness of bottom dome 125mm

3. Thickness of platform, landings 150mm

4. Thickness of vertical wall with height ˂ Mtr. 150mm

5. Thickness of vertical wall with hight > = 4 Mtr 200mm

Page 24: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

GENERAL RCC

The aggregate and cement shall be mentioned by weight only. The mixing shall invariably be carried out in mechanical mean and in such a way so as to avoid any loss of water or cment. No hand mixed concrete is allowed. It conveyed, placed in position and compacted by suitable of mechanical vibrator, as rapidly as practicable but in no case the time of compaction over mixing shall increase 30 minutes, standby concrete mixer and vibrator shall be available at site.

The concrete shall be cured properly curing it moist constantly until end of three weeks from the date of casting.

Ordinary Portland cement (OPC GRADE Conforming to IS:269 marks shall only be used. Cement manufactured in mini plants shall not be used. All reinforcement used shall be of TMT BAR (Fr 415) ISI marked (Thermo Mechanically Treated Bars TATA / SAIL Make) shall be clean and free from loose mill scales, rust and oil or other coating which may destroy or reduce bond. Minimum size of reinforcement bars shall be ne or in good condition without holes or dents, it has to be approved from Engineer in charge. The individual elements should be in good shape to ensure a gap free shuttering according to the drawings. The paint used shall have good base and shall not stick to the concrete surface. Suitable system has to provide or keeping the surface in place and keeping the correct distance in case of walls. Construction joints should be minimum and they have to be executed with most carefully continuing concreting the loose material has to be removed and they have to clean properly. Honeycombing has to be avoided by suitable shuttering and proper of vibrators.

The water used for concreting shall be free from all undesirable salts and other impurities and shall be fit for concreting as per IS : 456 – 2000.

For the purpose of concreting and curing only potable water is to be used. For this purpose, contractor shall provide a diesel pump set with necessary piping arrangement to ensure proper curing.

The exposed surfaces of concreting shall be continuously in wet condition by pounding or covering with a layer of sack canvas, Hussein or similar materials kept continuously wet for at least 21 days from the date of placing of concrete.

To obtain a dense concrete and to receive access of honey – combing adequate admixture approved by Engineer-in-charge shall be used an integral water proofing compound in concrete work. The quantity of admixture shall be as prescribed by the manufacture and as approved by the Engineer in charge.

6. Thickness of Conical wall / dome 150mm

7. Free board depth with capacity up to 200 KL 200mm

8. Free board depth with capacity above 200 KL 300mm

9. Minimum Dead storage depth 150mm

10. Thickness of lean concrete below foundation 150mm

11. Minimum depth of foundation excluding PCC 2500mm

12. Age factor shall not be more than 1 (one)

Page 25: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

TESTING

Material and workmanship shall come with the relevant specifications as described in subsequent clauses and in Rajasthan PWD (B&R) material or workman-ship not covered by the above specifications, shall cover with the relevant IS 9with up to date amendments)

MATERIAL

The contractor shall submit to the Engineer in charge of his representative, samples of the material which will from part of the present works, sufficiently in advance of the start of the work, so that necessary test carried out for the approval of the engineer in charge or his representative, before using such material on site. Samples for the basic material shall be submitted from every stack and from each consignment. If material differ from one consignment to another, the contractor free of cost shall replace the consignment differing from the accepted sample.

The testing of materials to be used in the works, or of the quantity of finished items shall generally be done in a laboratory approved Engineer in charge or his representative. All testing charges shall be borne by the contractor. The following tests shall be carried out on a routine basis.

(a) Gradation & specific of coarse & fine aggregate to be used for concrete work. (b) Moisture content in fine and course aggregate, bilking of sand of fine aggregate. (c) Determination of fines and deleterious materials, organic impurities ad light weight pieces in

course and fine aggregate. (d) Workability tests on concrete by means of slump cone. (e) Determination of the crushing strength, absorption and efflorescence of bricks. (f) Concrete cube crushing strength at 7 days & 28 days. (g) Determination of flakiness index and crushing value for coarse aggregate.

The above test(s) to (g) inclusive shall be done on routine basis as per the provisions of the relevant IS or as specified by PHED 7 explanatory notes shall be kept during the construction period. The following additional tests of material and workmanship shall also be carried out at contractor’s cost, if the Engineer in charge or his representative require -

(h) Chemical tests of fine and coarse aggregates, to determine the sulphate, chloride, chlorides and other deleterious material present in the aggregate.

(i) Testing of cement (Physical & chemical) as per IS 269 or IS 485, as the case may be. (j) Tess on steel (mild & high tensile ‘Tore’) as per IS 1786 to establish the Ultimate tensile strength,

yield stress, percentage elongation & chemical compositions. (k) Tests for suitability of water for concrete work.

In addition to the above tests, the Engineer in charge or his representative, may request any other test to be carried out from time to time as per the Indian Standard or the Rajasthan PWD specifications, at contractor’s cost.

CONCRETE

During the progress of construction sampling, preparation of test specimens, curing & testing of concrete shall be conducted in accordance with IS 1199 & IS 516, to determine whether the concrete being produced complies with the strength requirements as specified.

Page 26: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

At least one slump test shall be carried out for every compressive strength test carried out, or as directed by the Engineer in charge. 15cm cube shall be made as directed by the Engineer in charge of portion thereof or for each pour per grade of concrete. This number may be increased at the discretion of the Engineer in charge. Six specimens shall preferably be prepared from different batches, three being tested after 7 days & the remaining three being tested at 28 days, the contractor shall provide at his own expense, all apparatus, labour & arrange for testing at a laboratory, approved by the Engineer in charge.

ACCEPTANCE OF CONCRETE

The concrete tested in accordance with Testing of concrete clause above, shall meet the criteria for acceptance of concrete as per IS 456. The strength of concrete shall be the average strength requirement for different grades of concrete. If the 7 days’ tests show crushing strength that are too low, corrective measures shall be taken at once, at the Engineer’s directions. Without waiting for the reslt of the 28 days’ tests.

FAILURE TO MEET STRENGTH REQUIREMENT

In cases where concrete tested fails to meet the test requirement, the Engineer in charge shall have the right to require any one or all the following additional tests. The contractor at his own expense shall carry these out. The Engineer in charge shall be the final authority for interpreting the result and shall decide up on the acceptance or otherwise.

1. Curing and loading testing of the concrete member concerned representative by the test, which failed.

2. Replacement of any such potions of the structure. No payment shall be made for the dismantling of the concrete, relevant form work, or reinforcement. The contractor at own expenses shall make embedded fixtures and reinforcement of adjoining structures damaged during dismantling well.

3. Extended curing of the structure of the concrete represented by the specimen. 4. Collecting & testing of a core specimen form the hardened concrete. The location number and

size of such specimen shall be taken as directed by the Engineer in charge. 5. Any other test i.e. ultrasonic &/or rebound hummer tests to be decided by the Engineer, at the

contractor’s own cost.

CHECK OF REINFORCEMENT & CONCRETING

All reinforcement shall be got checked and recorded prior to pouring of concrete, by a representative of the Engineer in charge, not below the rank of Assistant Engineer. Similarly, the entire concrete pouring work shall be done in the presence of an officer not below the rank of Junior Engineer. The contractor shall therefore, give a notice of minimum three days to the Engineer in charge or his representative, such that the works can be checked by him or his representative.

FINAL FINISHING

The contractor will ensure that the entire structure along-with all its installation is in a finished and in new and fully operative condition when handed over. He shall have repaired and removed all signs of damage that might have been done during the course of installation ad fixing of equipment. He shall

Page 27: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

also see that the entire exterior has been finished properly and excavated soil. This shall have to be done to the satisfaction of the Engineer in charge.

C. TECHINAL SPECIFICATIONS OF OHSR ALLIED WORKS

D. 1. RCC STAIR CASE & LADDER

90cm wide RCC Stair case around RCC Columns shall be provided. On stair 0.9m clear height railing consisting of vertical post of angle 50x50x6mm firmly grouted to full depth in concrete at every third step with GI 20MM medium class pipe in two rows at outer side in full length of stairs is to be provided.

From balcony to top of tank 0.45m wide MS ladder will be provided. The ladder is to be fixed in concrete of balcony and at this point width of balcony is to taken as 1.50m in 2m length of balcony. At roof top level landing is to be provided of 1x0.80m by casting cantilever slab. Railing around landing is to be connected with railing up to man hole.

Inside the tank 0.45 m wide aluminium ladder using round bar of aluminium 25mm dia from top level to bottom dome is to be provided. Ladder to be fixed at top of vertical wall and at bottom on dome. 90cms wide RCC staircase with 15 – 17.5cm rise and 22.5 – 25cm tread from ground level to balcony as per approved and then to bottom of tank through the main hole 45cms. Wide M.S. iron ladder make up of 50x50x6mm angle iron and 25mm M.S. bars at 30cm centre to centre shall be provided.

D.2 BALCONY & ITS RAILING

Balcony 90cm wide is to be provided at the junction of vertical conical wall of tank and at the point where MS ladder from balcony to top of tank is to be fixed, the width of balcony is to be taken as 1.5m in 2m length of balcony. 1.0m height railing consisting of vertical posts of angle iron size 50x50x6mm firmly grouted to full depth in concrete at 1.5m apart with GI 20 mm medium class in one row around full length of balcony is to be provided.

D.3 TOP DOME

Top dome constructed for OHSR to be domical in shape.

D.4 VENTILATOR

1.2m dia & 0.60m high circular ventilator is be provided at the top center of tank. Ventilator frame is to be provided comprising of two circular MS flat rings of 50x6mm at top & bottom with 12mm MS vertical bars placed @ 10cm c/c duly welded to circular rings. Around his frame expanded metal size 20 to 25mm of 18 SWG is to be fixed by beading with flat of 20x6mm as first fold. Second fold of wire gauge 14 mesh x 24 gauges is to be wrapped around it. Top cover of RCC circular slab of 1.40m dia 7.5cm x 6mm flat ring of 1.4m dia having 8mm 15cm c/c mesh welded in it, is to be fabricated and then concreting of nominal mix M-25 is to be provided.

D.5 MAIN HOLE COVER

60X60cm manhole at top of tank is to be provide made of MS fabrication 75x75x6mm angle iron frame & 4 Nos. hold fast of 100 mm length same size of angle iron are to be grouted well in concreting MS cover 4mm thick MS sheet two suitable hinges of 100 mm length and locking arrangements is to be provided.

Page 28: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

D.6 LIGHTING ARRESTOR

Lighting arrestor of copper rod with ball & 3 prongs to be provided at top & to be carried to be carried to ground by aluminium strip of 25mm x 2.5mm up to earthing plate at 3.5mm below GL. Earthing with copper earth plate x 450mm x 3mm thick including accessories embedding by digging 3.5m below GL. & refilling with 8 alternate layers of salt, charcoal & providing masonry enclosure with cover plate & watering GI pipe 50mm class B with funnel etc. as per ISS 3043 complete as required.

D.7 WATER LEVEL INDICATOR

Providing and fixing level indicator consisting of an approved copper floal and iron counter weight and indicator connected by steel flexible wire rope passing over frictionless aluminium pulleys will be fixed where ever necessary. The scale shall be calibrated in centimetres and should consist of iron sheet 20 gauge fixed over wooden planks within angle iron frame of 35x35x5mm and painted with enamel base and letters in black and red fluorescent paint.

D.8 PIPE CLAMP

Fixing inlet, outlet overflow, and washout pipes shall be done by the contractor. The contractor will provide there CI D/F pipes, sluice valves etc. the CI D/F specials Rubber sheet, nut bolts shall be supplied y the contractor. However, it is mandatory for contractor to use CI D/F specials and pipes available in division sore at the rates prescribed in para No. 6 to B-4 of the tender document. All nuts and bolts (galvanized) and rubber sheet shall be provided by contractor.

Necessary clamps to fix the pipes with columns and be made out of MS FLAT 50X6MM size tow in each column height between two braces shall be provided by contractor. Galvanized nut bolts are to be provided in each clamp, which shall be supplied by the contractor at his own cost as per enclosed drawings.

D.9 SLOGAN & LOGO

The contractor shall paint an area of 10 Sqm RCDF on the vertical wall of the tank portion by using 3 coats of plastic emulsion paint of shade as approved by the Engineer in charge to from a based for writing the slogan and logo of RCDF. For writing to the slogan the letters shall be of 30cm size. The size of logo shall be 75cm. the shade for painting the slogan will be approved and directed by Engineer in charge. The capacity of OHSR should be painted as per Engineer in charge direction.

D.10 PLINTH PROTECTION

This also includes construction of plinth protection work around OHSR after fixing verticals and horizontal CI pipes and testing of pipe line at full tank level. For plinth protection 0.36m wide circular brick masonry will in 1:4 cement mortar having inside diameter of foundation raft plus minimum 1.00m thick CC 1:5:10 is to be provided. Thus total height of wall will be 1.30m. Top of wall and outer surface up to 0.75m depth is to be plastered by cement mortar 1:4 of 20mm thick in 2 layers. Then the excavated earth should be filled in layers by ramming and watering inside the circular will covering whole of the pipe and foundation. Over the filled up earth CC M 10 of 10cm thickness is to be provided in the entire area. Over it brick on edge flooring in Cement Mortar 1:4 over 12mm thick cement mortar 1:4 is tobe provided.

Page 29: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

Plinth protection work are to be constructed below the overhead service reservoir it shall be extended 1m from fall of balcony of edge of raft slab, whichever is more all around service reservoir, it shall consist of laying cement concrete 150mm thick in M10 over compacted soil.

D.11 PAINTING

If not otherwise stated metallic surfaces shall receive one initial cost at the manufacturer’s workshop, After arrival of the equipment on side the same shall be inspected and damaged portion shall be cleaned and given the primer and under coat of similar paint.

After erection all metal work shall be painted as follows:-

Painting of metallic surfaces and water proof cement paint on complete structure.

All mild steel railing, gate frame, MS ladders. Primer of red oxide, two under coats and one finishing coat of an approved enamel paint and of approved shades.

Complete RCC structure Water proofing cement paint of approved shades in two or more coats up to fine finish.

Inner Surface of Reservoir including Ceiling Food grade bituminous epoxy paint.

Recommended makes of paints :

ICI Ltd; Jenson and Nickolson Ltd; Asian paints Ltd; Godless Nerolac Ltd; Shalimar.

D.12 TESTING OF WATER TIGHTNESS

The contractor shall carry out a water tightness test for the maximum water head condition such that with the water standing at full supply level. All cost of testing shall be borne by the contractor. This test shall be carried out in accordance with the procedure given below:-

1. For water tightness test : before the filling operation are started the reservoir shall be jointly inspected by the Engineer-in-charge and the representative of te contractor and condition of surfaces of wall, construction joints etc,. shall be inspected and noted and it shall be insured that jointing material filled in the joints is in position and all opening are closed. The contractor shall make necessary arrangement for ventilation and lighting of reservoir by way of flood lights Circulators etc. for carrying out proper inspection of surfaces and internal conditions if so desired by the Engineer-in-charge.

2. The structure shall be filled with water gradually at the rate not exceeding 1m water level per hour and shall extended for a period of 75 hours. Records of leakages at different level of water in the reservoirs, if any shall be kept.

3. The reservoir once filled shall be allowed to remain filled for a period of 7 days before any drop in water level is recorded again 7 days. The total drop in surface level over a period of 7 days shall be taken as indication of the water tightness of the reservoir are practical purposes shall not exceed 40mm. There shall be no indication of leakages around the puddle collars or on te wall and bottom of te reservoir.

4. If the test not satisfy the test requirements and the daily drop in water level is decided period of tests may be extended for a further 7 days and if the specified exceeded, the structure may be considered as satisfactory.

Page 30: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

5. In case water level exceed the permissible limit with the stipulated of contractor shall carry out such additional work and adopt such measures advised by the Engineer-in-charge to reduce the leakages in the permissible limit. The rectification work shall be carried out in this condition shall be at least.

If the test result satisfactory, the contractor shall ascertain the cause and make all necessary repeated water retaining structure test procedures, at his own cost. The test shall be n satisfactory after the repairs, the structure shall be condemned and it will dismantle and reconstruct the structure, the original specification all concrete block M-20 should be cast under duck foot bend and horizontal pipes of suitable size.

E Civil works

E.1 GENERAL

The scope of work for the contractor under the contract for civil works shall include all civil construction works, including excavations, foundation, trenches, water retaining structures, together with ducts and piping etc. and clearing of the site after completion of the work.

The excavation items will include all lifts, lateral leads which limits of works, labour dewatering, shoring wherever necessary back filling around completed structures and disposal of surplus soil as directed. If any road is dug up for any purpose whatsoever, the contractor shall reinstate it to the standard required by the Engineer in charge or the statutory body at no extra cost.

The contractor shall programme his construction activities, in such a manner that all inlet and outlet arrangements are ready for testing purposes to avoid any delays.

E.2 DESIGN AND DRAWINGS

The contract is a turnkey contract and the contractor shall design and construct all works in accordance with the standard specifications.

E.3 LOADS AND GENERAL RCC

Reinforced concrete structures shall conform to the following standard specifications and codes of practice of the Indian Standards Institution. In all cases the relevant standard shall be the updated latest version :

IS : 456 – Code of Practice for plain and reinforced concrete.

IS : 875 – Code of Practice for structural safety of buildings, loading standards.

IS : 3370 – Part I – VI code of Practice for concrete structures for storage of liquids.

IS : 1893 – Criteria for earth quake resistant design and structures.

E.3.1 Seismic Load

The seismic load for the structures in the project shall be as per National Building Coad of India 1983, Group. 2.

E.3.2 Live Load

The minimum live loads will be adopted as 2.5 kN/sqm for floor areas and te roofs will be treated as approachable. All major point loads shall be adopted in addition in the design.

Page 31: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

E.3.3 Concrete Mixes

The concrete mixes to be used shall not be leaner than following :

- Water bearing structure including roof M 25 - Other structural concrete M 20 - Lean concrete in foundation M15

E.3.4 Concrete thickness and cover

The concrete thickness and the concrete cover of reinforcement of dry and wetted surfaces etc. shall be according to the IS 456-2000 amended up to date.

1. Water proofing cement paint : this shall be of approved shade and brand to given an even shade on te work in 3 or more coats on cement concrete surfaces smoothened and cleared by rubbing.

2. Cement plaster followed with water proofing cement paint : this shall provide for cement sand plaster 1:4 mix 20mm thick followed with paint as described in 1 on brick work.

Page 32: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,

“SARAS SANKUL”, J.L.NEHRU MARG, JAIPUR –302017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in

E-mail : [email protected]

Specified Makes of Equipment

S. No. PARTICULARS OF EQUIPMENT SPECIFIED MAKES

1. GI double flanged Gate valve

Leader / Audco / Casel 80mm dia.

2. G.I. pipe & fittings TATA / JINDAL ‘B’CLASS

Page 33: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Overhead BARMER.pdf · RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS ... Details of work – No. 05-Construction

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,

“SARAS SANKUL”, J.L.NEHRU MARG, JAIPUR –302017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in

E-mail : [email protected]

Name of work – Construction of 50KL OHSR at Dairy Plant, Barmer.

H – Schedule

S. No.

Particulars Unit Qty Rate to be quoted by contractor

Amount (In Rs.)

1. Construction of OHSR 50 KL Providing and installation of GI valves and all other auxiliary works at Dairy Plant, Barmer on Single Point Responsibility basis turnkey job contract including design and defect liability period of 3 years, under the jurisdiction of RCDF, Jaipur as per scope of work and technical specifications laid down in the tender document.

Per ltr. 50,000

2. Supplying & fixing of GI pipe (B Class) TATA/JINDAL make including flanges, couplings, nut-bolt, washer etc including fitting as per direction of Engineer Incharge.

(a) 80mm dia nominal bore.

Per mtr.

80

(b) 50mm dia nominal bore Per mtr.

50

(c) 25mm dia nominal bore Per mtr.

60

3. P & F full way valve (IS:778 Mark) or wheel valve of approved make.

(a) Gun metal 80mm dia nominal bore.

Each 6

(b) Gun metal 50mm dia nominal bore

Each 6

(c) Gun metal 25mm dia nominal bore

Each 10

General Manager (DPM & Proj)

RCDF, Jaipur.

Signature of the Contractor