WATER AUTHORITY

STATE PLAN 2017-18 : WSS TO VILLAGE IN PANCHAYATH, PANCHAYATH (Part) AND NARANAMOOZHY PANCHAYATH (Part) PHASE I- REMAINING COMPONENTS

NOTICE INVITING TENDER

VOLUME II

Tender No. :12/2017-18/KWA/ PHC/TVLA (RT-1)

DUE DATE : 17.07.2018

OFFICE OF THE SUPERINTENDING ENGINEER

Public HealthCircle, Kerala Water Authority , Pathanamthitta Tel: 0469 – 2600162 e-mail – [email protected]

1

CONTENTS

1. GENERAL INFORMATION ABOUT THE PROJECT AREA

2. GENERAL INFORMATION ABOUT THE PROJECT

3. SPECIFIC SCOPE OF THE WORK

4. OTHER GENERAL CONDITIONS

2

1. GENERAL INFORMATION ABOUT THE PROJECT AREA

Kollamula village encloses areas of Vechoochira, Perunad and Naranamoozhy Panchayaths. The boundaries of this village are Perunad Village on South, Chethakkal and villages on West, Erumely Villages of Kottayam district and Kumily Village of Idukki District on North and east. River Pampa bifurcates this village into two parts; a portion of Vechoochira Panchayath on right side of River and that of Naranamoozhy and Perunad Panchayath comes on left side of river.

The people depend mainly on shallow wells and small streams for their drinking water needs. Due to the impermeable rocks, presence of water in shallow depth is rare. During summer season, potable drinking water becomes an expensive item. Kollamula Village is identified as a quantity affected village and main quality problem is the presence of high iron content. The existing water supply schemes – RWSS to Vechoochira, RWSS to Arayanjilymon, RWSS to Kurumbanmoozhy are found inadequate to meet the present and future demand of the whole area due to the deficiencies and handicaps in the schemes. This project intended to distribute 2.36 MLD water taken from the 10MLD capacity Treatment Plant of RWSS to Erumely near MES College of Engineering Erumely which was commissioned last year. The completed Components of the present scheme are 1) Clear Water Gravity Main From WTP to Venkurinji Sump ( 250 mm DI K9 - 2300 mtr) 2) 3 LL Capacity Sump and Pumphouse The work of Clear Water Pumping Main From Venkurinji Sump to proposed OlikkalSump and Pumphouse (250 mm DI K9 -1300 mtr) already arranged and will start soon.

2. SCOPE OF WORK AND GENERAL REQUIREMENT

Following are the general scope of the work a) Construction of 6.00 LL GLSR and pump house at Olikkal b) Construction of 3.20 LL GLSR at Thalamuttiyani c) Supply and laying 150 mm DI k9 clear water pumping main from Olikkal pump

3

house to Thalamuttiyani GLSR d) Supply, erection and commissioning of clear water pumpset at Venkurinji sump for Olickal Sump cum pumphouse.(100 HP C/F pumps with total head 119m) d) Supply, erection and commissioning of clear water pumpset at Venkurinji sump for Pampirikkumpara GLSR (30 HP C/F pumpset with total head of 170m) e) Supply, erection and commissioning of clear water pumpset at Olikkal sump for Thalamuttiyani ( 20HP C/F pumpsets with total head of 68m)

3. SPECIFIC SCOPE OF THE WORK

The above project includes the execution of the below described items of work as per the standard specifications and directions from the Departmental Officers.

3.1. DESIGN CONSTRUCTION AND COMMISSIONING OF 6.00 LL GLSR, PUMP HOUSE AND COMPOUND WALL AT OLIKKAL

The work includes the preparation and submission of design and construction after getting approval of a 6.00 Lakhs Litre capacity GLSR and a pump house of inside area of 22.40 m2 with an inside toilet provision of size 1.5 x 1.2 m. The entire structure should be protected by a compound wall with lockable Gate of length 3.60m and height 1.50 m. The scope of work includes; 1 The structure should be constructed over mat layer Cement Concrete 1:3:6 of required thickness. 2 Sufficient dowel bars should be provided for the stability of the structure. 3 The columns should be provided with RCC trapezoidal column footing with strength not less than M30 and size 1.5 x 1.5 m .The columns for the GLSR should be constructed in RCC with size 0.3 x 0.3 m and the same of the Pump House with size 0.3 x 0.2 m. 2 The minimum height of the pump house is 3.60 m. Floor slab of sump shall have a minimum thickness of 30 cm and roof slab have minimum thickness of 12 cm. 3 The foundation of the Pump House and Compound walls should be constructed with Random Rubble masonry in cement mortar 1:5 4 The structural members should be constructed in RCC as water retaining with strength not less than M30. 5 The RCC members should be reinforced with branded Thermo Mechanically Treated Bars, free of corrosion and rust. The steel reinforcement should be provided as per the approved drawing and directions from the Departmental Officers. 6 The RCC members should be casted on a properly designed centering and shuttering framework after accounting the contraction and material properties of the formwork.

4

7 The pump house wall shall be constructed with solid concrete blocks masonry 20 cm tick in cement mortar 1:5 by using precast concrete solid blocks, exposed surface of all structures including compound wall has to be plastered with cement mortar 1:4 and concrete surface with CM 1:3.. etc. complete 8 The GLSR should be provided with 250 mm dia. Ductile Iron K9 Double Flanged Pipe (6 m) for Overflow arrangement, (6 m) for inlet arrangement 250 mm dia. Ductile Iron Wall casting pipe for inlet, overflow and distribution, 250 mm dia. PN 1.6 Sluice Valve (1 No.), 150 mm dia. PN 1.6 Sluice Valve (3 No.), 150 mm dia. Wall Casting Pipe ( 3Nos.) 9 The GLSR should be provided with GI ventilation at 14 points in the roof slab. 10 The GLSR should be provided with a KWA standard water level indicator. 11 The inside portions of the GLSR and all the RCC members should be plastered with Cement Mortar 1:3 with water proofing compound and all other plastering should be with Cement Mortar 1:4 12 The cement plastered surfaces should be finished with two coat of textured exterior paint of required shade over a coat of water thinnable cement primer of approved brand and manufacturer. The wood work, window grills, rolling shutter etc. should also be given a protective coating of two coats over a priming coat as per the direction of Engineer in Charge. 13 The GLSR should be provided with MS ladder both inside and outside, both of which fixed firmly to avoid accidents in the future. 14 The GLSR should be provided with 2 manholes over which suitable manhole cover of Cast Iron should be ensured. 15 Toilet door with UPVC door of size 0.75mx 2.1m and one glazed ventilator using 4 mm glass panes (with 12 mm MS rod @ 12 cm c/c for grill) of size 0.7x0.50m painting with enamel paint of approved quality over a priming coat as directed by dept. officers. 16 Toilet Floors are finished with vitrified/ceramic floor tiles of size not less than 300x300mm and 1st quality conforming to IS:1562 of approved make laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), including pointing the joints with white cement and matching pigment etc., complete. 17 Toilet walls up to 2.1 m are finished with 1st quality ceramic glazed wall tiles conforming to IS : 15622 (thickness to be specified by the manufacturer), of approved make, of any size as approved by Engineer-in-Charge, in skirting, risers of steps and dados, over12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry@ 3.3 kg per sqm, including pointing in white cement mixed with pigment of matching shade complete.

5

18 Providing and fixing white vitreous China pedestal type W/C with seat and 10 litre low level flushing cistern including all fittings. Supply and installing readymade PVC septic tank of capacity 20 users per day including necessary connection from W/C pan with ventilation arrangements. Providing 300 litre capacity PVC tank, fixing 25 mm C P tap, 25mm GM gate valve, 1No Wash Basin and giving water connection from the near distribution line using 25 mm PVC pipe etc for water supply facility to the toilet 19 Providing gantry crane arrangements with 5T capacity with three dimensional movement shall be provided for lifting/erection of pump sets, with required number of RCC /Steel columns and Girder beams. 20 This work includes the supply and fitting of 1 no. rolling shutter of size 1.8 x 2.4m, 4 Nos. UPVC glazed windows with 12mm MS rods spaced @10 cm c/c for safety bars shall be provided. 21 Cement plastered surface shall be painted with 2 coat, textured exterior paint of best quality over one coat priming coat etc. complete. The window grills, rolling shutter etc. should also be given a protective coating two coats over a priming coat as per the direction of engineer in charge.

22 This work includes Pump house wiring, including supplying & fixing of minimum 8 Nos of LED tube light, 2 Nos. of fan, 2 plug points etc. as per the direction of departmental officers. These electrical items and installations shall be of approved brand and manufacturer. 23 The contractor shall carry out all the interconnection works with already laid gravity main/ pumping main as per the directions of departmental officers. 24 Maintaining components supplied installed and constructed as well as a part of this contract during the maintenance period from the date of commissioning of the scheme in a satisfactory Manner acceptable to the Executive Engineer in accordance with Clause 8.24 Vol.I. 25 Handing over all the components supplied installed and constructed under this contract to Kerala Water Authority with necessary documents and list of items after completing the works to the store/site in accordance with Clause 8.26 Vol. I. 26 All the specials required for the work shall be supplied by the contractor for the satisfactory completion of the scheme. 27 The name of Department and the scheme shall be legibly marked on the structure with approved brand paint, with suitable size and colour over the face of the pump house as per the direction of engineer in charge. 28 Any further requirement related to the construction work if directed by concerned engineer shall be met with. All the designs including of collection chamber, pump house etc. shall be in

6

accordance with IS 456:2000, IS 3370(Part II):1971 with latest amendments..However the contractor shall conduct the soil exploration if necessary at his own cost for designing the structures. The design shall be got approved by the tendering authority before the starting of the construction work. 29 MS ladder with side hand rail shall be provided from the ground level up to the roof level. Hand rails of 90 cm height with 32 mm Dia GI pipe shall be provided for the balcony of the GLSR.

30 Manholes and ventilating cowls shall be provided on top of the sump. Exteriors of the sump shall be evenly finished with textured exterior paints as per specifications.

31 This Work includes the construction of Compound wall Up to a length of 100 mtr with 1.50 mtr height and 20 cm thick with necessary pillars including 1 no Gate with locking arrangements.

32 Filling the newly constructed tank with water

3.2. DESIGN, CONSTRUCTION AND COMMISSIONING OF 3.20 LL GLSR AT THALAMUTTIYANI 1. The work includes the preparation and submission of design and construction after getting approval of a 3.20 LL GLSR The entire structure should be protected by a compound wall with lockable Gate of length 3.00m and height 1.50 m. The scope of work includes; 2 The structure should be constructed over mat layer Cement Concrete 1:3:6 of required thickness 3 Sufficient dowell bars should be provided for the stability of the structure. 4 The columns should be provided with RCC trapezoidal column footing with strength not less than M30 and size 1.5 x 1.5 m .The columns for the GLSR should be constructed in RCC with size 0.3 x 0.3 m . 5 The roof slab have minimum thickness of 12 cm, 6 The foundation of compound walls should be constructed with P C C 1:3:6, Sufficient dowell bars should be provided for the stability of the structure. 7 The structural members should be constructed in RCC as water retaining with strength not less than M30. 8 The RCC members should be reinforced with branded Thermo Mechanically Treated Bars, free of corrosion and rust. The steel reinforcement should be provided as per the approved drawing and directions from the Departmental Officers. 9 The RCC members shall be casted on a properly designed centering and shuttering framework after accounting the contraction and material properties of the formwork. 7

10 The compound wall shall be constructed with solid concrete blocks masonry 20 cm tick in cement mortar 1:5 Up to a length of 80 mtr by using precast concrete solid blocks, exposed surface of all structures including compound wall has to be plastered with cement mortar 1:4 and concrete surface with CM 1:3.. etc. complete 11 The GLSR shall be provided with 150 mm dia. Ductile Iron K9 Double Flanged Pipe (6 m) for Overflow arrangement, (6 m) for inlet arrangement 150 mm dia. Ductile Iron Wall casting pipe for inlet, overflow and scour, 250 mm dia. PN 1.6 Sluice Valve (1 No.), 150 mm dia. PN 1.6 Sluice Valve (2 No.), 250 mm dia. Wall Casting Pipe ( 1Nos.) 12 The GLSR shall be provided with G.I ventilation at 7 points in the roof slab. 13 The GLSR shall be provided with a KWA standard water level indicator. 14 The inside portions of the GLSR and all the RCC members shall be plastered with Cement Mortar 1:3 with water proofing compound and all other plastering should be with Cement Mortar 1:4 15 The cement plastered exterior surfaces should be finished with two coat of textured exterior paint of required shade over a coat of water thinnable cement primer of approved brand and manufacture. The and rail, ladder etc. should also be given a protective coating two coats over a priming coat as per the direction of Engineer in Charge. 16 The GLSR shall be provided with M.S ladder both inside and outside, both of which fixed firmly to avoid accidents in the future. 17 The GLSR shall be provided with 2 manholes over which suitable manhole cover of Cast Iron should be ensured 18 The contractor shall carry out all the interconnection works with already laid gravity main/ pumping main as per the directions of departmental officers. 19 Maintaining components supplied installed and constructed as well is part of this contract during the maintenance period from the date of commissioning of the scheme in a satisfactory Manner acceptable to the Executive Engineer in accordance with Clause 8.24 Vol.I. 20 Handing over all the components supplied installed and constructed under this contract to Kerala Water Authority with necessary documents and list of items after completing the works to the store/site in accordance with Clause 8.26 Vol. I. 21 All the specials required for the work should be supplied by the contractor for the satisfactory completion of the scheme. 22 The name of Department and the scheme shall be legibly marked on the structure with approved brand paint, with suitable size and colour over the face of the pump house as per the direction of engineer in charge.

8

23 Any further requirement related to the construction work if directed by concerned engineer shall be met with. All the designs including of collection chamber, pump houseetc. shall be in accordance with IS 456:2000, IS 3370(Part II):1971 with latest amendments..However the contractor shall conduct the soil exploration if necessary at his own cost for designing the structures. The design shall be got approved by the tendering authority before construction work starting. 24 MS ladder with side hand rail shall be provided from the ground level up to the roof level. 25 Manholes and ventilating cowls shall be provided on top of the sump. Exteriors of the sump shall be evenly finished with textured exterior paints as per specifications.

26 This Work includes the construction of Compound wall Up to a length of 80 mtr with 1.50 mtr height and 20 cm thick with necessary pillars including 1 no Gate with locking arrangements.

27 Filling the newly constructed tank with water

28 A single piece non liner resister type lightning arrestor as per design shall be provided.

4. LAYING CLEAR WATER PUMPING MAINS FROM OLIKKAL PUMP HOUSE TO

THALAMUTTIYANI

This work includes laying clear 1250 m of 150 mm DI K9 water pumping mains from Olikkal pump house to Thalamuttiyani. This clear water pumping main should be provided with 150 mm D/F pip e of 1 m length (5 nos) 150 mm D/F pip e of 2 m length (5 nos) 150 mm dia. Class I Sluice Valve (1 No), 100 mm dia. Class I Sluice Valve (1 No), 80 mm dia. Class I Sluice Valve (1 No) and 50 mm air Valve (3 Nos.) as per the requirement of the situation

4.1 Laying DI Pipelines

4.1.1 Supply of pipes. Supplying of DI K9 pipes of dia 150 mm for clear water pumping main The DI pipes shall be of centrally cast (spun) ductile iron pressure pipes, manufactured in approved plants as per IS standard. The DI pipes shall be lined, centrifugally with cement mortar inside and coated with metallic Zinc with bituminous finishing layer outside, both conforming to IS 8329-2000 with latest amendments. The total quantity of pipe to be supplied should include the pipe for future maintenance as per the list attached in Annexure I & II

9

The contractor shall assess the specials required at site and supply the quantity prior to the work for getting approval from the Executive Engineer. The contractor shall supply DI Specials and mechanical joints with rubber gasket wherever found necessary as per the direction of Departmental Officers

The specials such as bends, Tees, Tail pieces, collars etc for DI pipes shall be of ductile iron All specials shall conform to the relevant IS specifications. The contractor shall conduct detailed survey along the alignment of pipelines and assess the actual requirement of each type of specials needed at site. The contractor shall supply additional 2% DI specials of actually used in pipe laying works for future maintenance with minimum one number of specials for each type as spares without any additional cost. The rate quoted /meter of pipeline by the contractor shall be included the cost of specials and spares. So there must be a deduction of 5 % of amount as cost of specials in claim amount against the supply of pipes and the same can be claimed only after satisfactory completion of laying works.  M S fabrication works if needed for the interconnection, culvert crossing and bridge crossing work shall also be done by the contractor as per the requirement of the site and as per the direction of the departmental officers in charge .  Constructing Air / Scour / Control valve chambers in pipe lines at suitable locations as per the direction of the departmental officers in charge  The scope of the work include the supply of Air valve (DI) each conforming to relevant BIS/ISO standards should be provided with C.I. Double flanged isolation Valves (PN 1.6) same size as that of the Air valve in all crest points along the alignment as per the directions of the officers of the Kerala Water Authority. The air valve shall be placed suitably to the side of road by using D.I/C.I pipes and specials of the same size as that of the Air valve , as per the direction of the departmental officers in charge  The pipe line laid should be connected with the vertical connection of the GL sump GL tanks at the point of entrance to sump with necessary specials as per the direction of the departmental officers in charge

 Preparation and submission of as laid map showing all the facilities installed as a part of this contract with chainage and reference structures are essential requirement for the work to be considered as complete. The as laid map shall be prepared in 1:2000 scale and shall be submitted to the engineer in charge with copy to agreement authority. The as laid map shall indicate locations of culverts, 10

important buildings nearby, all valve chambers etc. with typical cross sections of valve chambers, specifications and particulars of valves and specials and all such details regarding the completed work. On approval of the as laid map, 5 copies of the same neatly bounded shall be submitted to the engineer in charge together with 2 nos. soft copies in CD-ROM.

 Maintaining components supplied installed and constructed as well in part of this contract during the maintenance period (12months) from the date of commissioning of the scheme in a satisfactory manner acceptable to the Executive Engineer in accordance with Clause 8.24 Vol.I.

 Handing over all the components supplied installed and constructed under this contract to Kerala Water Authority with necessary documents and list of items after completing the works to the store/site in accordance with Clause 8.26 Vol. I.

 All the specials and accessories required for the work should be supplied by the contractor for the satisfactory completion of the scheme.

 Sufficient number of anchor blocks of appropriate size shall be provided at all the bends in the pipeline -as per the standards & specifications of Kerala Water Authority/CPHEO. All thrust/anchor blocks shall be constructed in CC M15 and the typical designs shall be got approved by the Engineer in charge before the actual construction. Clamps wherever necessary are to be provided as approved by the Engineer in charge. The minimum 8 mm thickness & 100 mm width and painted with epoxy paints.

 Necessary anchor block shall be provided at the bend and other places if necessary for satisfactory completion to avoid the dislocation 6.048 m3 minimum quantity.

 While laying of pipe line through the culvert, bridges if any, the laying should be done with necessary RCC support and slab, supporting using MS clamp etc. if required While laying the pipe line, if there any damages happened for any culvert or a part of bridge etc, its rectification should be done by the contractor.

 While trenching, care shall be taken for minimizing damages to the tar surface of PWD roads and concrete or tar surface of the Panchayaths roads. The damages caused to the Panchayaths roads while trenching is to be rectified by the contractor including restoration of concrete surface

11

 Earth filling and necessary cushioning shall be done at the blasted / chiseled portions of hard and medium rock portions minimum 600m3 quantity.

 Necessary rubble packing / cross bar of thick 22.5 cm if required is to be made at sloping portions to avoid the erosion of soil from the top of the pipe as per the direction of engineer in charge 27m3 minimum quantity.

 Fencing with reflectors shall be done as safety measure for avoiding accidents. Caution boards and traffic cones should be provided at all work places

 Scouring arrangement shall be provided in the pipelines as per direction of departmental officers with suitable specials, pipes and valves in CI / DI pipe lines

4.1.2 Supply of control Valves

Control valves and scour valves for each type of pipe lines shall be supplied and is to be fitted at various locations with necessary specials as per the direction of the departmental officers. The valves shall conform to the relevant IS standards and shall bear ISI marking. The valves shall be of reputed make approved by KWA.

The list of different types and sizes of valves that shall be supplied and fixed is given as Annexure II

The contractor shall supply additional quantity as described in Anexure II for future maintenance with minimum one number of the DI/CI valves of each type actually used in pipe laying works

4.1.3.Supply of air valves Air valves of suitable size shall be supplied and is to be fitted at various locations with necessary specials including a control valve wherever required, as per the direction of departmental officer. The air valves shall be of automatic having single chamber , single/double orifice with triple function ( venting, admitting and venting during operation ) , tamper proof in one piece construction with capacity to handle air up to sonic velocity (300m/s) PN 1.6 conform to the relevant IS standards and shall bear ISI marking The list of different types of air valves that shall be supplied and fixed is given as Annexure III. The air valves shall be of reputed make approved by KWA. The contractor shall supply additional quantity for future maintenance as described in Anexure II. .

12

4.1.4 Storage of Materials

The conveyance, unloading and stacking of materials procured for the project will be the responsibility of the tenderer. It must take extreme care against damage of external coating , inner cement lining and other damages of DI pipes and specials while conveying loading, unloading , laying and if any found can be rejected and returned by department officers .Authority takes no responsibility for providing material stock yard. Tenderers will not be allowed to stack the materials on road side in such a way to causes hindrance to normal traffic. The balance pipes, specials and valves after completion of works shall be brought to store/stacking place at the expense of the contractor as per direction of departmental officers

4.1.5 Trenching

The soil type along the proposed alignment varies from “Ordinary soil to Hard rock”. The trenching shall be done so as to provide a minimum cover of 1.00 m above the pipe crown and care should be taken to avoid sudden change in gradient and alignment. Vertical bends shall not be provided as far as possible. Socket pits shall be taken at every joint before the laying of pipes to enable the body (shell) of the pipe rest directly on the leveled compacted bed in the trench. Wherever the trenching in clay or slushy soil is encountered, sand bedding (150 mm) shall be provided for the pipe and the trenching shall have minimum 100 mm extra depth for such portions. Any usable materials or valuables retrieved during excavation shall be the property of Kerala Water Authority and the same shall be stored separately under intimation to the Engineer in charge. Proper fencing dewatering and close timbering as per specification shall be done.

Cross trenching shall be done at an interval of 50m along the proposed pipe line route to find the position of existing pipe lines, cables etc. Clear cut visible markings of trench shall be made in the ground at least for 500m in front of the face of trenching in advance to get an awareness to the public and PWD/KSEB/BSNL personals.

The trenches at tar road crossings shall be filled with quarry dust/muck for its full depth, and shall be concreted using M15 mix for a minimum thickness of 30cm. Only select fill material free of stones and sharp aggregates shall be used to refill the pipe trench to a height of 30 cm to the top of the pipe line. All the back filling shall be watered and compacted using mechanical compactors in layers to avoid any further settlement of refilled portion. Any excess soil after refilling of the trench shall have to be removed by the contractor and disposed off from the site within a distance of 5 km as directed by the Engineer in charge. In locations where specified depth is not possible to maintain due to un avoidable site conditions, concrete anchor blocks in CC 1:2:4 of size specified by the Engineer in charge shall be provided for every length of pipe to 13

compensate the reduction in soil anchorage. For such works prior permissions shall be obtained from the officer not below the rank of an Asst: Exe: Engineer. This clause is only for exceptional case and in general the pipes shall be laid in trenches of standard specification. Only selected fill materials ie free of stones and sharp aggregates shall be used for refilling the trenches to a height of 30cm from the top of pipe line. All the backfilling shall be watered and compacted using mechanical compactors in layers to avoid further settlement of refilled portion. Any excess of soil after refilling the trenches shall be removed by the contractor and disposed off from site within a distance of 5 km as directed by the Executive Engineer. In locations where road widening or road improvements are already proposed by other Government Agencies, the pipe line shall be laid as close to the proposed road boundary. Additional excavation if required shall be done in such a way that the clear depth of the pipe line after laying will be 0.90 m from the proposed ground level. The charges to be paid to PWD against restoration of road surface for this work shall be paid by KWA. However the contractor shall take care to minimize the damages to road surface while trenching is done for pipe laying and construction of valves chambers anchor blocks etc. Damages to structures like culverts, retaining walls, buildings etc caused during pipe laying works shall be fully rectified by the contractor at his own cost to the satisfaction of the respective owners of the structures. Compensation, if any, for such damages shall be met by the contractor alone. Contractor shall use asphalt cutters to minimize damages to tar surface Restoration of roads owned by Panchayath and other local bodies (whether tarred or concreted) should be done by the contractor with cement concrete in1:2:4 by using 20 mm broken stone having a minimum thickness of 15 cm.

The contractor is liable to restore the damaged PWD road crossing location by using cement concrete in1:2:4 by using 20 mm broken stone having a minimum thickness of 30 cm, if found necessary as per direction of departmental officers. Concrete road cutting should be rectified by the contractor in time

4.1.6 Laying of Pipes Every care shall be taken while trenching to avoid damage to existing pipes. If any damage occurs the contractor is liable to rectify the same within 24 hours at his risk and cost. Pipes shall be laid in straight line in trenches as per the standard specifications described in respective IS codes for laying pipes so that the body directly rests on the soil bed. The contractor shall adhere the specifications of the following IS codes with latest amendments regarding laying of pipes. IS 3114 – 1985 - Code of practice for laying CI pipes IS 12288 – 1987- Code of practice for use and laying of DI pipes.

Handling of pipes to lay in trenches or on any support structure must be done carefully and proper equipments should be used for the purpose. Any deviation from

14

straight line shall be done using standard bends. In case where standard bends are not available for a particular shape of bend, specials fabricated with M.S. sheets of thickness not less than 10 mm may be used with prior approval of the Engineer in charge. The pipe shall be laid in accordance with approved lay out plan. However the Executive Engineer has the authority to change the alignment, type, size and class of pipe for better benefits to public and department during execution,because some changes is inevitable due to the change in physical condition of the site after the preparation of estimate. In such cases the contractor shall lay pipelines as per direction of the Executive Engineer without any additional cost, but the total length of laying each type of pipes shall not exceed the specified lengths.

4.1.7 Crossing of bridges and culverts The contractor shall consult with the local PWD / local body authorities to finalize the alignment and method of pipe laying at culvert and bridge crossings. The culvert / Bridge crossings shall be done with suitable DI, MS or GI, specials & with pipes of same size of the main pipe .Where the pipeline crosses over the culvert / Bridge an air valve shall be provided at the crust to avoid air block. Care shall be taken to avoid 90-degree bends as far as possible. Culvert/bridge crossings may also have to be done at reaches where the above methods are not possible by carrying the pipe line outside the culvert body and supporting it on RCC pillars but without obstructing the vent way. The discretion in this regard shall however-be finalized by the Engineer in charge. Protection to the exposed pipes in the form of anchor blocks or casing pipes shall be provided. The contractor shall assess the actual number of culverts/bridges at site before supplying and laying pipes. All the lines shall be laid in full length as above without leaving any gaps under any circumstances.

4.1.8 Jointing Jointing of DI pipes shall be with Tyton rubber rings. The rubber rings used shall be of best quality and approved make. The rubber shall not be prone to attack by termite or any such insects. Jointing of valves shall be done in such a way that removal is easy. Use of mechanical joints of reputed make will be appreciated

4.1.9 Anchor Blocks Sufficient number of anchor blocks of appropriate size shall be provided at all the bends steep slopes and at places as directed by the Engineer in charge as per standards and specification of KWA/ CPHEEO. All thrust/anchor blocks shall be constructed in CC M15 and the typical designs shall be got approved by the Engineer in charge before the 15

actual construction. Clamps wherever necessary are to be provided as approved by the Engineer in charge. The clamps shall be in MS flats of minimum 8 mm thickness & 100 mm width and painted with epoxy paints.. When pipe lines are to be laid outside of a culvert or bridge, as insisted by the PWD officials, proper support pillars in RCC M20 or higher mixes shall be provided. The design of such support pillars shall be got approved by the Executive Engineer before construction 4.1.10 Valve Chambers

Valve chambers shall be constructed in RCC (M20) for control valves & scour valves. The inner size of valve chambers shall be as follows . All the valve chambers shall be neatly plastered inside with CM 1:4 and there shall not be any seepage from bottom or sides. Valve chambers deeper than 1.20m shall be provided with CI foot rests on sides. All the valve chambers shall be provided with RCC cover designed for class AA loading. The design of valve chambers shall be submitted to the Engineer in charge and got approved before commencing construction.

Number of Thickness of Inside Thickness of valve cover slab dimensions (m) side wall (cm) chambers (cm) required

1.00 x 1.00 15 15 3 nos

4.1.11 Road Crossings and Bends All road crossings shall have to be planned in advance and carried out with the concurrence of the Engineer in charge. As far as possible 90o bends should be avoided at the road crossings and road bends etc. Contractors will not be permitted to take angular deviation at pipe joints more than 2/3rd of the maximum angle, provided as “allowable” in the relevant specifications/product information. Contractor is liable to make the surface of the road finished, where trenching is carried out with RCC 1:2:4 as and when the road crossing work is completed

4.1.12 Fabrication and Welding

Any fabrication work for bends & specials shall be done with minimum 10 mm thick MS plates and shall be got approved by the Engineer in charge before actual fabrication. The schedule of such shop/site fabrication shall be intimated to the Engineer in charge in advance to enable him to inspect the fabrication and welding work. The contractor shall submit a welding procedure to the Engineer along with the

16

data regarding certification, experience and other relevant details of the welders and got approved by the Engineer, before the commencement of any welding work for steel structures/specials. The corrosion protection planned for the fabricated components shall also be reported to the Engineer in charge and got approved. The location of the welding shop should be within the area of work and shall be easily accessible for the inspecting officers. No extra claim shall be allowed for the fabrication material/work if any required in pipe laying work.

4.1.13 Hydrostatic pressure testing of pipe lines at field

After laying the pipe lines, hydrostatic pressure shall be tested in reaches of 200 m. Tenderers will not be allowed to proceed with the work leaving more than 400 m (ie. 2 reaches) of pipe line untested. The joints of all pipes/specials shall preferably be kept open until the testing is completed satisfactorily. The water required for testing of pipe line, the dummy pipes and test pumps etc. shall be arranged by the contractors and water authority shall not be responsible for providing any such assistance. Hydrostatic pressure testing on pipe lines shall be conducted as per the guidelines in CPHEEO Manual on Water Supply and Treatment. 4.1.14. Restoration of access to buildings During trenching works, care shall be taken by the contractor to avoid damages of access to various buildings located aside the trenches. Damages, if any, happened to such access and to the concrete surfaces shall be rectified and made to its original condition by the contractor.

4.1.15 Safety at Site

Contractors alone shall be responsible for any damage to men and materials that may occur at site due to lapses in safety measures. Contractors shall provide necessary caution boards and fencing as per the directions/ specifications of KWA for the trenches during the progress of work. Minimum 3 Nos caution boards shall be placed in the approaching side & 2 nos at the leaving side at the required distance as per the relevant safety codes. They shall also provide sufficient shoring to the sides of trenches to prevent collapse of the sides of the trenches and consequent damages to men and materials whenever the depth of trench exceeds 1.50 m or while excavating near other civil structures. During night hours, contractors shall provide sufficient lighting and watching at the site. Failure to adhere to these clauses shall attract fine and penalties by 17

way of deductions from the payments to contractors at an amount worked out at department rates.

4.1.16 Stacking and returning balance pipes and specials After completing the pipe laying work the contractor shall collect the balance pipes, specials, valves and other materials which were stacked at various places for laying, to the treatment plant yard or to a suitable and safe place as directed by Engineer in charge within two weeks from the date of completion of pipe laying works. The contractor shall convince the Assistant Engineer in charge the balance materials stacked at suitable and safe place and get a signed copy of list of such from the Assistant Engineer and shall be attached to final bill for claiming the payment. If the contractor failed to do so the cost of balance materials will be recovered from him. 4.1.17. Compensation for damages during maintenance period The contractor shall pay all the compensation for the damages caused to various structures and facilities due to breakages /repairs of pipelines during the maintenance period. Such compensation will include road restoration charges, compensation to BSNL/other agencies, compensation for damages caused to civil structures etc.

4.1.18 Rectification works during the maintenance period. All the rectification works related to the components included in this work and with site during the maintenance period should be done by the contractor

4.1.19 Deduction for short fall of work If there is a short fall in any items of work due to site conditions during the execution of work, corresponding deductions will be made in accordance with the rates approved as per the estimate and break up of payment.

4.1.20 As laid Map Preparation and submission of as laid map showing all the facilities installed as a part of this contract with chainage and reference structures are an essential requirements for the work to be considered as complete. The as laid map shall be prepared in 1:2000 scale and shall be submitted to the engineer in charge with copy to agreement authority. The as laid map shall indicate locations of culverts, important buildings near by, all valve chambers etc. with typical cross sections of valve chambers, specifications and particulars of valves and specials and all such details regarding the completed work. On approval of the as laid map, 5 copies of the same neatly bounded shall be submitted to the engineer in charge together with 2 nos. soft copies in CD-ROM. The contractor should carry out the GIS mapping of all 18 the components included in the scheme (including water connections) and submit necessary documents. 4.1.21 Vendors List Two copies of complete list of Vendors/Manufacturers from whom the valves, specials etc. can be procured with the product specification brochure/product identification number etc. shall be submitted by the contractor on completion of the work. 5. SUPPLY ERECTION AND COMMISSIONING OF PUMP SETS

5.1. SUPPLY ERECTION AND COMMISSIONING OF CLEAR WATER PUMP SETAT VENKURINJI SUMP FOR OLIKKAL (2 NOS, CENTRIFUGAL PUMP SET WITH TOTAL HEAD OF 119 M AND DISCHARGE OF 41 LPS)

This work includes the supply and erection of Two numbers of Centrifugal Clear Water Pump Sets at Venkurinji pumphouse to Olikkal with one working at a time and the other is standby having a dischage of 41 LPS against a total head of 119 m and is suitable for pumping through 250mm DI pumping main having a length of 1300mtr. The scope of work includes;

i. All other components such as motor, starter, panel board, cabling work, earthing, capacitor, control valves, reflux valves, zero velocity valves, suction and delivery pipe connections etc. mentioned in the circular KWA/HO/SP/333/2014 dated 19.03.2016 should be accommodated in the work as per the standard specifications and directions from the Departmental Officers. ii. This work includes the supply & installation of Soft Starters, fabrication of delivery connection using MS pipes of 250 mm dia , 8 mm thick,for a minimum length of 12 mtr length)& flanges, of 250 mm dia , 12 mm thick,for a minimum 6 nos iii. This work includes construction of suitable anchor blocks for the mains as per the standard specifications and directions from the Departmental officers. The contractor should be verify and assess the actual head required for the site before supplying the pump in order to ensure correct discharge as per this NIT.

5.2. SUPPLY ERECTION AND COMMISSIONING OF CLEAR WATER PUMP SET AT VENKURINJI SUMP FOR PAMPIRIKKUMPARA (2 NOS, CENTRIFUGAL PUMP SET WITH TOTAL HEAD OF 170 M AND DISCHARGE OF 9 LPS )

This work includes the supply and erection of Two numbers of Centrifugal Clear Water Pump Sets at Venkurinji Sump cum pumphouse to Pampirikkumpara with one working at a time and the other is standby having a dischage of 9 LPS against

19

a total head of 170 m and is suitable for pumping through 150mm DI pumping main having a length of 6700mtr. The scope of work includes;

iv. All other components such as motor, starter, panel board, cabling work, earthing, capacitor, control valves, reflux valves, zero velocity valves, suction and delivery pipe connections etc. mentioned in the circular KWA/HO/SP/333/2014 dated 19.03.2016 should be accommodated in the work as per the standard specifications and directions from the Departmental Officers. v. This work includes the supply & installation of Soft Starters, fabrication of delivery connection using MS pipes of 150 mm dia , 8 mm thick,for a minimum length of 12 mtr length)& flanges, of 150 mm dia , 12 mm thick,for a minimum 6 nos vi. This work includes construction of suitable anchor blocks for the mains as per the standard specifications and directions from the Departmental officers. The contractor should be verify and assess the actual head required for the site before supplying the pump inorder to ensure correct discharge as per this NIT.

5.3. SUPPLY, ERECTION AND COMMISSIONING OF CLEAR WATER PUMP SET AT OLIKKAL PUMP HOUSE TO TALAMUTTIYANI LSR (2 NOS, 20 HP CENTRIFUGAL PUMP SET WITH TOTAL HEAD OF 68 M AND DISCHARGE OF 14 LPS)

This work includes the supply and erection of Two numbers of Centrifugal Clear Water Pump Sets at Olikkal pumphouse to Talamuttiyani with one working at a time and the other is standby having a dischage of 14 LPS against a total head of 68 m and is suitable for pumping through 150mm DI pumping main having a length of 1250mtr. The scope of work includes; vii. All other components such as motor, starter, panel board, cabling work, earthing, capacitor, control valves, reflux valves, zero velocity valves, suction and delivery pipe connections etc. mentioned in the circular KWA/HO/SP/333/2014 dated 19.03.2016 should be accommodated in the work as per the standard specifications and directions from the Departmental Officers. viii. This work includes the supply & installation of Soft Starters, fabrication of delivery connection using MS pipes of 150 mm dia , 8 mm thick,for a minimum length of 12 mtr length)& flanges, of 150 mm dia , 12 mm thick,for a minimum 6 nos ix. This work includes construction of suitable anchor blocks for the mains as per the standard specifications and directions from the Departmental officers. The contractor should be verify and assess the actual head required for the site before supplying the pump in order to ensure correct discharge as per this NIT.

20

5.4 GENERAL SPECIFICATION OF PUMP, MOTOR AND OTHER ACCESSORIES The tenderers other than pre-qualified manufactures shall give 3 options with respect to the make for the supply of pump and motor from the prequalified firm list. Among those three, the department will have the liberty to select any one and the contractor has to supply the selected pump and motor on award of work. The specification of materials that the tenderer intended to supply shall be furnished in the ‘PROFORMA-2’ (separately attached) and shall be submitted along with the tender. In addition to ‘PROFORMA – 2’ the tenderer may submit the detailed specification of pump, motor and other accessories separately. 1) Specification of Centrifugal pump: KWA pre-qualified reputed make centrifugal pump set with bronze / SS impeller, SS Shaft and CI Pump casing with suitable type base plate with coupling guard foundation bolt and nuts etc. Complete including suitable concrete foundation including cost of cement, sand, metal etc. complete with duty conditions as specified in the BoQ. Sluice valves of suitable size shall be provided at the suction side in the case of positive suction conditions. Specification of Motor for Centrifugal Pump : KWA prequalified reputed make horizontal solid shaft foot mounted TEFC squirrel cage induction motor suitable for the above pump working 3 phases 50 Hz, AC Supply , working voltage 415V.Speed less than 1500rpmthe motor shall confirm to EEFI/IS 325 including providing suitable concrete foundation including cost of cement sand and metal etc. complete. Flexible coupling shall be used for coupling of pumps and motors. . 2) Specification of starter: Supply and erection, testing and commissioning of suitable rating fully automatic starter with air break contact starter suitable for the above motor with over voltage and under voltage protection. Single phase preventer, overload relay with motor protection relay with main contractor and bypass contractor as per IE rules and code of practice etc. 3) Specification of Panel Boardfor CF Pump set: Supply and erection testing and commissioning of cubical type floor mounted MS fabricated dust and vermin roof common control panel board consisting of one number suitable capacity MCCB as incomer and 6 Numbers suitable capacity MCCB as outgoing (the two sets of MCCBs are interlocking with each other) 1no 250A MCCB as spareand 1 no. for light connections, providing suitable size aluminium bus / interconnect the above MCCBs and fitted with of indicator lamps, ammeters, PF meter with selector switch for each etc. complete and provided with a common earth bus for the entire panel and interconnect with the MCCBs as per IE rules and code of practice. The panel shall be fitted on a common base frame on suitable foundation 21

4) Details of cabling work : Supply, laying, testing and commissioning of suitable size XLPE cables for the above pump set from panel board to starter and from starter to motor considering energy conservation 5) Earthing: Supply of all materials and providing suitable earthing by using suitable size pipe / plate earthing GI / copper stripe buried in ground and giving double earthing to motor, starter, panel board etc. as per IE standards. 6) Capacitor: Supply and erection testing and commissioning of heavy duty APP Capacitor for the motor to get a power factor above 0.95. The capacitor shall confirm to IS 2834. 7) Delivery valves: Supply of suitable size best quality heavy duty ISI marked CI D/F sluice valve and NRV (A bye pass with GM Valve shall be provided to NRV for CF Pumps)with PN 2 pressure rating and size not lesser than that of the delivery of the pump. Fitting of valves shall include proper RCC supports especiallyfor non return valves.

8) Suction, delivery and Scour pipe connection : Suction side :The suction side of each clear water CF pump shall be connected with the clear water sump by using suitable size Eccentric type enlarger, CI flanged pipes& bends, foot valve. Delivery Side :The delivery of each pair of pumps after the NRV, Suitable capacity heavy duty Pressure gauge and C.I. D/F sluice valve shall be connected to a common pipe and then to therespective pumping line kept outside the pump house. Provide suitable passage over the pipes for easy crossing of operating staff inside the pump house shall be provided. CI / DI/MS specials and CI / DI/ MS double flanged pipes shall be used as far as possible for taking the delivery connections and connecting with respective pumping mains. Sufficient anchor blocks in cement concrete shall be provided for suction and delivery pipe connection work and for interconnecting with existing pumping mains. Side drain inside the pump house: An RCC drain shall be provided inside the pump house to drain out the water dripping from the pump set and valves. For connecting the delivery side and suction side Cast Iron / Double flanged pipes and standard specials shall be used except where only MS fabrications are possible. 13) The quoted rate shall be inclusive of all taxes and duties. 14) The materials supplied should bear the ISI marking wherever applicable. 15) The accessories of scheme should confirm to the Electrical Inspectorates approval and standards. If any item found unsuitable or un approvable it should be replaced by the supplier. No extra claim will be allotted for this at any case. 16) The Motor and all other electrical installations should be as per BIS standards. 22

17) Electrical works to be got done through qualified and approved “A Class” licensed electrical wiring contractor. The tenderer, who is not a competent electrical contractor, shall have an MOU with electrical licensee who is competent to carryout the present work as per KSEB and IE rules. A copy of such MOU shall also be submitted along with the tender. 18) The characteristic curves of pump - make and type should be submitted along with the tender Clearance for all electrical installation included in this tender should be obtained by the Contractor. 19) The minimum efficiency of all pump sets shall be 70% in all cases. 20) For pumps with capacity of 100 HP and above, FCMA starter shall be used. 21)The motor shall be energy efficient motor and supporting certificate/documents to prove EF1 shall be attached. 22) On completion of the works the power factor of the system should be more than 0.95. 23) The scope of supply shall include the accurate digital metering /instrumentation at the power input side (KW, KWh recorder, PF, V, A etc.) 24) Pre commissioning and commissioning shall be carried out at site after installation by actual measurements, confirming to standards of energy input, Discharge , Head and shall be guaranteed energy efficiency shall be demonstrated. 25) Vibration should be limited as per HIS9.6.4.3 standard for pump sets. 26) Impeller should be dynamically balanced as per ISO 1940 grade 3 standards. 27) Pump performance tolerance should be subject to Hydrate Institute Standard Class A. (No negative tolerance is applicable in efficiency and no positive tolerance in power.) 28) The bidder shall refer the notification / Circular/ orders of Government of issued from time to time regarding the GST and quote accordingly. 29) The pump sets and other accessories shall be installed in convenient locations in accordance with IE rules and regulations.

30) SAFETY AT SITE

Contractors alone shall be responsible for any damage to men and materials that may occur at site due to lapses in safety measures. Contractors shall provide necessary caution boards and fencing as per the direction/specification of KWA for the trenches during the progress of work. Minimum 3 Nos. caution boards shall be placed in site at the required distances as per the relevant safety codes. They shall also provide sufficient shoring to the sides of trench to prevent collapse of trenches and consequent damages to men and materials whenever excavating near other civil

23

structures. During night hours contractors shall provide sufficient lighting and watching at site. Failure to adhere to these directions shall attract fines and penalties by way of deduction from payments to the contractors at an amount worked out at department rates.

31) SUPPLY OF MATERIALS

All the materials supplied for this work should possess the standard specification and should be confirmed before supplying them on site. Care should be ensured while loading and unloading of materials especially pipes and pump sets and if any damages caused so, is the sole responsibility of the contractor. If any locally available materials or the materials extracted from the site such as stones are used in the project, it should be confirmed with the Departmental Officers to verify their quality.

32)EXECUTION OF WORK

All works in this project shall executed as per the approved designs, standard specifications and directions from the Departmental Offices. Any alteration/ suggestions/ in this project shall be presented before the Executive Engineer and shall be adopted only after confirmation from the same.

33) MATERIALS EXTRACTED FROM THE SITE

All the materials extracted from the site such as earth, stones etc. should be effectively used in the project. If any such extraction is found in a major quantity, should be strictly accounted by the Departmental Officers. These items can be subjected to public auction or can be used in the Project vide the cost of the same may be deducted from the Contractor. Also if any valuables or treasures obtained, shall strictly be the property of the Government.

34)TIME BOUND EXECUTION

The entire project should be completed within the agreed time limit and no relaxation in time may be allowed on any basis. The contractor should plan the construction activities at the Intake considering the monsoons, and other activities considering various factors, & so no relaxation in time may be allowed on any basis. Any extension of time requested from the contractor should be granted after proper inspection and if may be allowed, only after imposing suitable penalty from the contractor.

24

The financial conditions of the contactor/ pending bills in Kerala Water Authority or any other agencies/ monsoons /any other weather or natural conditions/any other personal matters/ political matters/ strikes shall not be considered in granding relaxation in time of completion.

35) EMPLOYMENT OF LABOURERS AND MACHINERIES

All the labourers and machineries employed in the project should work as per the rules and regulations of the Government. The Contractor should ensure that the Rights and basic necessities of the labourers are not hindered, and any cases so shall be the sole responsibility of the Contractor. He should also ensure that no child labourers are employed in the project and no women labourers in his team for this project has undergone any harassment in any form.

36) GUARANTEE / MAINTENANCE PERIOD AND RESPONSIBILITY OF THE CONTRACTOR DURING GURANATEE/MAINTENANCE PERIOD

The maintenance/ guarantee period for the work shall be two years after the commissioning. The defects to any Civil, Mechanical , Electrical, Electro mechanical items shall be rectified/ replaced with new one within a minimum time at the Contractor;s own cost to the satisfaction of the Engineer in Charge. If it becomes necessary to replace any part of the installation, the maintenance/ guarantee period for such replaced part will be further extended to two years from the date of replacement. Rewinding if required is also be included in the maintenance/ guarantee. The electricity charges and labour charges for operating during the guarantee period will be paid by KWA but the contractor shall ensure that the power factor is within the acceptable limit. The penalty if charged by the KSEB Ltd. on account of the power factor deficiency shall be a liability of the contractor.

37) DAMAGES& LEGAL ACTIONS

The damages caused to the nearby civil structures or any other damages to any components in any form shall be the sole responsibility of the Contractor and so its legal implications should be faced by the contractor himself. The Kerala Water Authority and its staff have no liability in this regard.This criteria should accord also to complaints from the public or any other Government agencies regarding the construction activities in this Project.

25

PROFORMA 1 – SPECIFICATIONS OF PUMPSET- OFFERED Sl. Item Specification No. 1. Pump Make Option 1 : Option 2 : Option 3 : Head : Discharge : No. of stages: Suction& Delivery size(for CF): Column pipe size and Delivery Size(for VT): 2. Motor Make Option 1 : Option 2 : Option 3 : HP : Speed in RPM: 3. Starter Make : Capacity : 4. Panel Board Incoming MCCB Capacity : Outgoing MCCB Number : Capacity : 5. Foot Valve Make : Size : Pressure Rating : 6. Delivery Valves Make : Size : Pressure Rating : 7. Non Return Valves Make : Size : Pressure Rating : 9. Cable from Panel Board to Size : Starter & Starter to Motor CONTRACTOR SUPERINTENDING ENGINEER 26

1. LIST OF PRE-QUALIFIED MANUFACTURERS OF LT/HT MOTORS SUITABLE FOR DIFFERENT TYPES OF PUMPS HAVING CAPACITY ABOVE 25 HP FOR WATER SUPPLY AND SEWERAGE SCHEMES (Subject to amendments)

Sl. Name of Manufacturer Type of motors pre-qualified No. 1. M/s.ABB Ltd, 6th Floor, Noel Focus, Sea Both LT (MV) and HT Port-Airport Road, Near SEZ, Kakkanadu, Kochi - 682 037 2. M/s.L&T Ltd, Skybright Building, M.G.Road, For LT (MV) only Ravipuram, Kochi-682 016 3. Ms/.Jyoti Ltd, Nanubhai Amin Marg, Both LT (MV) and HT Industrial Area, P.O.Chemical Industries, Vadodara 390 003 4. M/s.Kirloskar Brothers Ltd, Veejay Towers, For LT (MV) only SalimRajan Road, Gandhi Nagar, Kochi 682 017 5. M/s.Crompton Greaves Ltd, Cherupushpan Both LT (MV) and HT Building, 5th Floor, 300-6, Shanmugham Road, Kochi-682 031 6. M/s.Marathon Electric Motors (I) Ltd, Flat Both LT (MV) and HT No.7, First Floor, No.9, Thiru.Vi.Ka Road, Royapettah (Opp:Sathya Theatre), Chennai 600 014 7. M/s.Kirloskar Electric Company Ltd, Both LT (MV) and HT 39/1880A, olaparath, A.M.Thomas Road, Valanjambalam, Kochi 686 016 8. M/s.Siemens Ltd, 39/4609, 3rd Floor, 3A, Both LT (MV) and HT K.G.Oxford Business Centre, Srikandath Road, Ravipuram, Kochi 682 016 9. M/s.Aqua Machineries (P) Ltd, Plot Both LT (MV) and HT, for all No.3821, GIDC, Phase-IV, Vatva, ranges of motors, to be used Ahmedabad - 382 445 for their make pumps only. 10. M/s.Lubi Industries LLp, Near Kalyan Mills, For LT (MV) only, shall be Naroda Road, Ahmedabad, Gujarat. limited to motors upto 50 HP

CONTRACTOR SUPERINTENDING ENGINEER

27

2. LIST OF PRE-QUALIFIED MANUFACTURERS OF CENTRIFUGAL PUMP HAVING CAPACITY ABOVE 25 HP FOR PARTICIPATING IN TENDERS FOR THE SUPPLY AND ERRECTION OF PUMPS OF VARIOUS TYPES FOR WATER SUPPLY SCHEMES (Subject to amendments) Sl.No. Name of Manufacturer Address Ambattur, Regd Office 28/C, M/s. Best & Crompton Ambattur Industrial Estate 1 Pumps (North), Chennai 600 098 443, udyogVihar, Phase III, 2 M/s. Flomore Ltd Gurgaon, Hryana 122 016 SFS No:s 136/3 &137, Myleripalayam Road, 3 Flowserve India Pvt Ltd Myleripalayam Post, Othakkalmangapam, Coimbatore 641 032 Nanubhai Amin Marg, 4 M/s. Jyoti Ltd Industrial Area P.O, Chemical Industries, Vadodara 390 003 Raj Paris Triemeni Towers, 2nd Floor, 147, G.N.Chetty 5 M/s. Kirloskar Brothers Ltd Road, T Nagar, Chennai 600 017 Near Kalyan Mills, 6 M/s. Lubi Electrical ltd Naroda Road, Ahmedabad Empire Estate CB-2, Office No:201-206(2nd Floor) M/s. Mather & Platt Pumps 7 Mumbai Pune Road, Ltd Chinchwad, Pune 411 019 M/s. Maxflow Pumps India 1/5, Khandsa Road, Gurgaon, 8 Ltd Haryana C-189/190, Bulandshahar M/s. Sintech Precision Road Industrial Area, Site 9 Products Ltd No.I, Ghaziabad-201 001 (UP), India 2B, Mahindra Appartments, 10 M/s. WPIL Ltd 2nd Floor, 23C, Dr.B.N.Road, T-Nagar, Chennai 600 017 Plot No.731, GIDC, Savli, M/s. Xylem Water Solutions 11 Manjusar, Savli Road, India (P) Ltd Vadodara 391 770, Gujarat M/s. Aqua Machineries (P) Plot No.3821, GIDC, Phase-IV, 12 Ltd Vatva, Ahmedabad 382 445

28

Annexure I

FORM TP1

GENERAL ABSTRACT OF VARIOUS COMPONENTS AND FACILITIES FOR THE TENDER

Sl.No Particulars Provision offered in the tender 1 Design and construction of 6.00LL GLSR and pump house at Olikkal 2 Design and construction of 3.20 LL GLSR and pump

house at Olikkal

3 Laying 150 mm DI pipes & specials Laying 150 mm DI k9 clear water pumping main from Olikkal pump house to Thalamuttiyani GLSR Supply and erection of clear water pumpset at Venkurinji sump to Olikkal 4 Supply and erection of clear water pumpset at Venkurinji sump for Pampirikkumpara 5 Supply and erection of clear water pumpset at Olikkal sump for Thalamuttiyani 6 Supply of materials for laying 150 mm DI k9 clear water pumping main from Olikkal pump house to Thalamuttiyani GLSR 7 Future maintenance

29

Annexure - II

Tentative Quantities of pipes and specials required for the work

Spares for Needed at future No Item Unit site maintenance Total DI K9 Pipes

1275 1 150 mm DI K9 pipe M 1250 25 6 2 150 mm DI, 1 m length D/F pipe E 5 1 6 3 150 mm DI, 2 m length D/F pipe E 5 1

DI K9 Fittings 7 1 150mm DI 900 bend E 6 1 11 2 150mm DI 450 bend E 10 1 16 3 150mm DI 22.50 bend E 15 1 21 4 150mm DI 11.250 bend E 20 1 5 2 150mm wall casting pipe E 4 1 2 3 150mm DI/CI(PN 1.6) Sluice Valve E 1 1 2 3 100mm DI/CI(PN 1.6) Sluice Valve E 1 1 2 3 80mm DI/CI(PN 1.6) Sluice Valve E 1 1 4 3 50mm air Valve E 3 1 11 4 150 mm Collar/ mechanical joint E 10 1

30

Annexure –III VENDOR LIST OF PIPES AND SPECIALS Butterfly Valves 1. M/s. Audco India Ltd. Chennai 2. M/s. Kirloskar Brothers Ltd, Chennai 3. M/s Tyco Valves & Controls (Pvt) Ltd., Mumbai 4. M/s Jash Engineering Works, Indore Sluice Valves –IS 14846 1. M/s Kirloskar Brothers Ltd., Chennai 2. M/s R & D Multiltiplies (Metal Cast) Ltd., Mumbai 3. M/s Upadhyaya Valves Mfg.) Pvt., Ltd., Howrah 4. M/s Indian Valves Company 5. M/s Kejrawal Castings, Calcutta 6. M/s Sivadurga Iron Works (P) Ltd., Howrah Air Valves – IS 14845 1. M/s VAG-Valves(India)Pvt.Ltd, Madhapur, A.P 2. M/s B.K.Equipments Pvt.Ltd, Chennai 3. M/s Fouress Engineering India Ltd., Bombay 4. M/s Amflow Technologies, Mumbai 5. M/s Kirloskar Brothers Ltd., Chennai 6. M/s Upadyaya Valves Manufacturing Pvt.Ltd., Howrach 7. M/s Kejrawal Castings, Calcutta Bulk water Meters 1. M/s ABB Hi – Tech systems Services Ltd. 2. M/s Chetas Control Systems Pvt. Ltd., Pune 3. M/s Anand Zenner, Coimbatore

NOTE : The list given above is a provisional select list. The tenderes may propose any tested superior products from National / Inter National reputed manufactures

Superintending Engineer

31

Annexure IV

LIST OF INSPECTION AGENCIES

1. SGS India Ltd. Bombay 2 Rites - Delhi 3. PDIL – Delhi 4. DGS &D – Delhi

The above list is not conclusive / final. Tenders shall propose any inspection agency professionally equivalent/ superior to the above firms.

Superintending Engineer.

32