SBD Madhuban Dam
SBD Madhuban Dam
PROCUREMENT OF
MECHANICAL WORKS
GOVERNMENT OF GUJARAT
WATER RESOURCE DEPARTMENT
1
Index
2
INVITATION FOR BID
(IFB)
3
NATIONAL COMPETITIVE BIDDING
1. The ‘Executive Engineer, Irrigation Mechanical Gate & Store Division No. 1, Vadodara
invites bids for the construction of works detailed in the table.
The bidders may submit bids for any or all of the following works.
TABLE
Package Name of work Approximate Bid Cost of Period of #Class of
No. value of works security document completion Registration
(Rs.) (Rs.) /Category of
contractor if
required
1 2 3 4 5 6 7
1. Dismantling, Manufacturing, supply, 13,70,39,027/- 13,71,000/- 18,000/- 24 month AA
erection Work of Gate Leaf, Horizontal after site
girder, Arms and it's both side walkway clearance
platform, Trunnion Assembly, Hoist
bridge including main girder, E.R.U & C.D.U
Base Frame, Floating Shaft Platform with
shaft, Hoist Platform Chequared Plate,
Drive Unit Assembly Cover, Footbridge,
both side downstream side approach
ladder, Gentry Crane CRAB, Hoist and
Walkway Platform it's M.S Chequared
Plate, M.S Angle, Railing Pipe etc,
Replacement of Rubber seal & Colour
work of 20 No's Stoplog Gate and
Dismantling, Supply, Erection, testing and
commissioning work of All Worm Reducer
Gear box, electro- magnetic brake system,
Flexible Drum Coupling, Ele. Motor And
Its Control penal, Wiring for L.T for Drive
Bogies -2 no’s, C.T Drive unit Motor, Ele.
Motor 60 MT Main Hoist Crane, Ele. Motor
20 MT Auxiliary Crane etc for 60 MT & 20
MT Gantry crane at Madhuban dam. Radial
gate size 51’x 48.5' (Damanganga Project.)
Dismantled Scrap will be given to
Contractor. District- Valsad.
2. Prospective / Interested bidder may download the Bid Documents from website
https://tender.nprocure.comfree of cost till the Time and Date as mentioned on online
NIT at website https://tender.nprocure.com www.statetenders.gujarat.gov.in. #Tender Terms
& Conditions are available on website. Any kind of amendments will be published only on
online and it will be final & binding to all.
3. However, Bidder who is submitting the Bid Online will have to pay the Bid Document
Fee/Tender Fee through Demand Draft only of any Schedule Bank payable at
Vadodara and in favour of ‘Executive Engineer, Irrigation Mechanical Gate & Store
Division No. 1, Vadodara’. Once the Bid is received online, Bid Document / Tender Fee will
not be refundable. As Per GoG R&B Department’s Circular No.
PARACH/102/000/IB/221/(59)/C. Dated.24/01/2007.
The Demand Draft for Bid Document / Tender fee and FDR / Bank Guarantee against Bid
Security / EMD shall be submitted in electronic format through online (by scanning)
while uploading the bid, this submission shall mean that bid document / tender fee and Bid
Security / EMD has been received. Accordingly, the offer of only those shall be opened whose
Bid Document / Tender Fee and Bid Security / EMD have been received
electronically. However, for the purpose of realization of Demand Draft, and FDR / Bank
Guarantee bidder shall send the same in original through R.P.A.D./ Speed Post/ Courier. so as
4
to reach to #‘ Superintending Engineer, Irrigation Mechanical Circle No. 1, Vadodara.’
within 7 Days from the last day of bid submission.
If Tender fee and EMD is not paid as shown in bid document, action to hold his registration in
abeyance shall be taken and his E-tendering code will be cancelled for one year. In the case of
E.M.D. Exemption certificate, it shall have to be submitted electronically through online. Any
documents in supporting of tender bid shall be submitted in electronic format only through
online (by scanning etc.) & Hard copy will not be accepted separately. (As per NWRWSKD
Circular No. / / /M.I.CELL K-1 Dated 21/05/2022).
4. Bids received online, will be opened on the time, date and place as specified in the online NIT
at website https://tender.nprocure.comin the presence of the bidders or their authorized
representatives, who wish to remain present.
If the office happens to be closed on the day of opening of the bids as specified, the bids will be
opened on the next working day at the same time and venue.
5. A pre bid meeting will be held on 17/12/2024 at 12.00 hrs. at the office of Chief Engineer
(Mechanical) and Additional Secretary, Block No. 09, 4nd Floor, New Sachivalay,
Gandhinagar, Gujarat to clarify the issues and to answer questions on any matter that may
be raised at that stage as stated in clause 9.2 of ‘instructions to Bidders’ of the bidding
documents.
6. #Bid Security (EMD) is equal to 1% of Estimated Amount put to bid / tender and should be
rounded off to the next thousand rupees.
A. Agencies can prepare and edit their offers a number of times before the end of the
tender submission date and time. After the tender submission date and time, the
bidder cannot modify / edit / withdraw their submitted offer in any case. No written or
online request in this regard shall be granted.
C. Demand Draft purchased by the other then bidder and issued after the last date of
submission of Bids, will not be considered or accepted.
D. The cost incurred by the contractor for this offer for clarification or attending
discussion, conferences or site visits will not be reimbursed by the Employer or
Engineer-in-Charge.
F. Any changes, addition, alternation made in the prescribed form attached with tender
are liable to be rejected.
G. Any change in format or conditional Bank Guarantee will not be accepted and the
bidder will be considered non-responsive.
H. All the bidders are instructed to fill in information strictly in accordance with
the format given in the checklist /qualification document / tender document.
I. It is mandatory for the bidders to supply each and every information as asked strictly
in electronic format at appropriate places only.
J. Blank / insufficient information shall be treated as nil information and shall result in
disqualification.
5
K. Even if the bidder has been qualified in a similar or larger size of project in the past, it
shall not be deemed to be a ground / reason for not giving required information for
this work / bid.
L. Information supplied for earlier projects shall not be considered while evaluation of
this bid. The Government will not ask for any other information, unless it is found
absolutely necessary by the competent authority.
B. In Electronic format through online by scanning only (No separate Hard Copies
required)
(i) Fresh Registration Certificate in appropriate class (Certified Copy)
(ii) Bank Solvency Certificate which is 20% of Estimated cost of concern work)
(Issue in Current Calendar Year) (Certified Copy)
(iii) G.S.T. Registration certificate (Certified Copy)
(iv) Pan Card Copy (Certified Copy)
(v) Certificate of Experience of similar works (In Form – G) duly attested by
Notary be scanned and uploaded.
(vi) Annexure – A (See Section- 8: Securities and Other Forms) attached
herewith (if required to perform fabrication work at their own
workshop).
(vii) Annexure – B Mode of communication (See Section- 8 : Securities and
Other Forms) attached herewith. If the Bidder fail to furnish above
information in their tenders are likely to be rejected.
(viii) Other documents as required or as specified in this Bidding Documents
8.2 For the work costing more than 7.5 Crore or latest amendments (PQ Bid)
B. In Electronic format through online by scanning only (No separate Hard Copies
required)
6
(i) Fresh Registration Certificate in appropriate class (Certified Copy)
(ii) Bank Certificate and Undertaking for Evidence of Access to or Availability of
Credit Facilities
(iii) G.S.T. Registration certificate(Certified Copy)
(iv) Pan Card Copy (Certified Copy)
(v) Annual Turnover Certificate issued by Chartered Accountant of last five
financial year.(Certified Copy)
(vi) Qualification Information Form (with all supporting attachments)
(vii) Undertaking
(viii) Annexure – A (See Section- 8: Securities and Other Forms) attached
herewith (if required to perform fabrication work at their own workshop).
(ix) Annexure – B(See Section- 8 : Securities and Other Forms) attached
herewith. If the Bidder fail to furnish above information in their tenders are
likely to be rejected.
(x) Other documents as required or as specified in this Bidding Documents
9. (i) Tender Inviting Authority : Executive Engineer, Irrigation Mechanical Gate & Store
Division No. 1, Vadodara. (Email Id: eeimsdibaroda@gmail.com)
(ii) Tender Opening Authority: Superintending Engineer, Irrigation Mechanical Circle No.
1, Vadodara.
7
SECTION - 1
INSTRUCTIONS TO BIDDERS
(ITB)
8
Section 1: Instructions to Bidders
Table of Clauses
Page No. Page No.
A. General D. Submission of Bids
1. Scope of Bid 10 19. Sealing & Marking of Bids 22
2. Source of Funds 10 20. Deadline for Submission of 22
Bid
3. Eligible Bidders 10 21. Late Bids 22
4. Qualification of the 10 22. Modification and 22
Bidder Withdrawal of Bid
5. One Bid per Bidder 15 E. Bid Opening and Evaluation
6. Cost of Bidding 15 23. Bid Opening 23
7. Site Visit 15 24. Process to be Confidential 24
B. Bidding Documents 25. Clarification of Financial 24
Bids
8. Content of Bidding 16 26. Examination of Bids and 24
Documents Determination of
Responsiveness
9. Clarification of Bidding 16 27. Correction of Errors 25
Documents
10. Amendment of Bidding 17 28. Deleted 25
Documents
C. Preparation of Bids 29. Evaluation and Comparison 25
of Financial Bids
11. Language of Bid 18 30. Deleted 25
12. Documents Comprising 18 F. Award of Contract
the Bid
13. Bid Prices 18 31. Award Criteria 26
14. Currencies of Bid and 19 32. Employer’s Right to Accept 26
Payment any Bid and to Reject any
or all Bids
15. Bid Validity 19 33. Notification of Award and 26
Signing of Agreement
16. Bid Security 19 34. Performance Security 26
17. Alternative Proposals By 20 35. Advance Payment and 27
Bidders Security
18. Format and Signing of Bid 21 36. Dispute Review Expert 27
37. Correct or Fraudulent 27
Practices
9
A. GENERAL
1. Scope of Bid
1.1 The Employer (Named in Appendix to ITB) invites bids for the Construction of works
(as defined in these documents and referred to as ‘the works”) detailed in the table
given in IFB. The bidders may submit bids for any or all of the works detailed in the
table given in IFB.
1.2 The successful bidder will be expected to complete the works by the intended
completion date specified in the Contract data.
1.3 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their
derivatives (bidder/ tenderer, bid / tender, bidding/ tendering, etc.)
are synonymous.
2. Source of Funds
2.1 The expenditure on this project will be met from the budget of Govt. of Gujarat
/ Govt. of India for centrally sponsored projects.
3. Eligible Bidders
4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a
preliminary description of the proposed work method and schedule, including
drawings and charts, as necessary. The proposed methodology should include a
program of construction backed with equipment planning and deployment duly
supported with broad calculations and quality assurance procedures proposed to be
adopted justifying their capability of execution and completion of work as per
technical specifications, within stipulated period of completion.
4.2 Deleted
4.3 Deleted
4.4 Deleted
#4.5 QUALIFICATION CRITERIA:
4.5.1 Qualification will be based on Applicant’s meeting all the following minimum pass/
fail criteria regarding the Applicant’s general and particular experience, personnel
and equipment capabilities and financial positions, as demonstrated by the
applicant’s responses in the forms attached to the letter of application (
specified requirement for joint ventures are given under para 4.6 below )
Subcontractors experience and resources shall not be taken in to account in
determining the applicants compliance with the qualifying criteria.
10
To qualify for more than one contract, the applicant must demonstrate having
experience and resources sufficient to meet the aggregate of the qualification criteria
for each contract given in paragraphs 4.5.4, 4.5.5 and 4.5.9 below
Following enhancement factors will be used for the costs of works executed and the
financial figure to a common base value for works completed in India.
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above-mentioned factors.
In case the financial figures and value of completed works are in foreign
currency the above enhanced multiplying factors will not be applied. Instead,
the current market exchange rate (State Bank of India BC Selling rate as on the last
date of submission of the bid) will be applied for the purpose of conversion of the
amount in foreign currency into India rupees.
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above-mentioned factors.
In case the financial figures and value of completed works are in foreign
currency the above enhanced multiplying factors will not be applied. Instead,
the current market exchange rate (State Bank of India BC Selling rate as on the last
date of submission of the bid) will be applied for the purpose of conversion of the
amount in foreign currency into India rupees.
(a) Achieved a minimum annual financial turnover (defined as billing for works
in progress and completed in all classes of Hydro-Mechanical engineering
construction works only) in any one year, over the last five years of the
annual value of contract / contracts applied for.(Applicable for the works
which require Post Qualification)
11
(i) For the work costing up to 7.5 Crore or latest amendments
For the present work, the contractor must have completed at
least one such job of similar work** during Last Five Financial Years
for Rs. (Amount mentioned in appendix to ITB)in terms of Value
(40% of estimated value) and Total combined experience of
Fabrication, Erection & Machining (Quantity mentioned in appendix
to ITB) in terms of Quantity (40% of estimated quantity) &
Certificate of Experience of completed work (In Form – G) duly
attested by Notary be scanned and uploaded.
(ii) For the work costing more than 7.5 Crore or latest amendments.
(Applicable for the works which require Post Qualification)
The works may have been executed by the applicant as prime contractor
or as a member of a joint venture or as a nominated sub-contractor. As
subcontractor, he should have acquired the experience of execution of all
major items of works under the proposed contract. In case a project has
been executed by a joint venture, weight towards experience of the
project would be given to each joint venture in proportion to their
financial participation in the joint venture.
For these, a certificate from the employers shall be submitted along with
the application incorporating clearly the name of the work, contract
value, billing amount, date of commencement of works, satisfactory
performance of the contractor and any other relevant information.
12
4.5.4. Personnel Capabilities.(Applicable for the works which require Post Qualification)
Availability for his work of personnel with adequate experience as required; as per
Appendix.
4.5.5. Equipment Capabilities(Applicable for the works which require Post Qualification)
Based on the studies carried out by the Engineer, the minimum suggested
major equipment to attain the completion of works in accordance with the
prescribed construction schedule are shown in the Appendix.
The bidders should, however, undertake their own studies and furnish with their
bid, a detailed construction planning and methodology supported with layout and
necessary drawings and calculations to allow the employer to review their
proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the
given production capacity to match the requirements.
The Applicant should give undertaking that he has access to, or has available,
liquid assets (aggregate of working capital, cash in hand and uncommitted
bank guarantees) and / or credit facilities up to 25 percent of the value of the
contract / contracts applied.(Applicable for the works which require Post
Qualification)
OR
The contractor shall have to submit Bank Solvency certificate (issued in current
calendar year) of Amount mentioned in appendix to ITB (20 % of estimated cost
put to tender). It shall be issued by Scheduled bank or Nationalized Bank or Bank
approved for government business. Certified copy of solvency certificate be
scanned and uploaded. (Applicable For the work costing up to 7.5 Crore or latest
amendments)
4.5.7. The audited balance sheets for the last five years should be submitted, which
must demonstrate the soundness of the applicant’s financial position, showing
long – term profitability including an estimated financial projection for the
next two years If necessary, the employer will make inquiries with the applicant’s
bankers.(Applicable for the works which require Post Qualification)
4.5.9. Disqualification
Even though the applicants meet the above criteria, they are subject to
be disqualified if they have:
Made misleading or false representation in the forms, statements submitted, and / or
13
Record of poor performance such as abandoning the work, rescinding of contract for
which the reasons are attributable to the non – performance of the contractor;
consistent history of litigation awarded against the applicant or financial failure due
to bankruptcy. The rescinding of contract of a joint venture on account of
reasons other than non – performance, such as Most Experienced partner of
joint venture pulling out, court directions leading to breaking up of a joint venture
before the start of work, which are not attributable to the poor performance of the
contractor will, however, not affect the qualification of the individual partners.
#4.6 JOINT VENTURE: (Maximum 3 Members i.e. 1 Lead & 2 Others) (Applicable
only for estimated project cost of 50 Crore and above)
(i) The lead partner shall meet not less than 50 percent of all criteria given in Para
4.5.3 & 4.5.6 above. The joint venture must collectively satisfy the criteria of
para4.5.3 & 4.5.6 above. The experience of the other joint venture partners
shall be considered if it is not less than 30 percent of the qualifying criteria in Para
4.5.3 &4.5.6 above.
(ii) Individually each member must satisfy the requirements of Para 4.5.7 & 4.5.8
above.
(b) Bid shall be signed so as to legally bind all partners, jointly and severally, and shall
be submitted with a copy of the joint venture agreement providing the joint
and several liabilities with respect to the contract.
4.6.2. Qualification of a joint venture does not necessarily qualify any of its
partners individually or as a partner in any other joint venture. In case dissolution of a joint
venture, each one of the constituent firms may qualify if they meet all the qualification
requirements, subject to the written approval of the Employer.
4.7. Bid Capacity.(Applicable for the works which require Post Qualification)
Applicants who meet the minimum qualification criteria will be qualified only if their
available bid capacity at the expected time of bidding is more than the total
estimated cost of the works. The available bid capacity will be calculated as under:
A = Maximum value of work executed in any one year during the last five
years (updated to the price level of the year indicated in appendix) taking
into account the completed as well as works in Progress.
B = Value at current price level of the existing commitments and ongoing works to
be completed during the next ( period of completion of work for which
bids are invited ); and
14
N = Number of years prescribed for completion of the works for which the bids are
invited.
Note: - In Case of joint venture, the available bid capacity will be applied for
each partner to the extent of his proposed participation in
the execution of the work.
4.8 Even though the bidders meet the above qualifying criteria, they are subject to
be disqualified if they have:
5.1. Each bidder shall submit only one bid for one package. A bidder who submits or
participates in more than one bid (other than as a subcontractor or in cases of
alternatives that have been permitted or requested) will cause all the proposals with
the bidder’s participation to be disqualified.
6. Cost of Bidding
6.1. The bidder shall bear all costs associated with the preparation and submission of his
Bid and the Employer will in no case be responsible and liable for those costs.
7. Site Visit
7.1. The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit
and examine the Site of work and its surrounding and obtain all information that may
be necessary for preparing the Bid and entering into a contract for construction of
the Works.
The costs of visiting the site shall be at the Bidder’s own expense.
15
B. BIDDING DOCUMENTS
8. Content of Bidding Documents
8.1 The set of bidding documents comprises the documents listed below and addenda
issued in accordance with Clause 10:
Section Particulars Volume No.
- Invitation for Bids
1 Instructions to Bidders I
2 Qualification Information, and other forms
3 Conditions of Contract
4 Contract Data
5 Technical Specifications II
6 Form of Bid III
7 Bill of Quantities
8 Securities and other forms
9 Drawings IV
10 Documents to be furnished by bidder V
8.2. Volumes I, II, III and IV are available online and documents to be furnished by
the bidder in compliance to section 2 will be prepared by him and furnished as
Volume- V in two parts (refer clause 12).
8.3. The bidder is expected to examine carefully all instructions, conditions of contract,
contract data, forms, terms, and technical specifications, bill of quantities, forms,
Annexes and drawings in the Bid Document. Failure to comply with the requirements
of Bid Documents shall be at the bidder’s own risk. Pursuant to clause 26 here
of, bids which are not substantially responsive to the requirements of the Bid
Documents shall be rejected.
9.1 A prospective bidder requiring any clarification of the bidding documents may
notify the Employer in writing or through E-mail at the Employer’s address
indicated in the invitation to bid. The Employer will respond to any request
for clarification which he received earlier than (i) 7 Days (in case of tender
notice period is equal to 15 days)& (ii)10 days (in case of tender notice period is
more than 15 days) prior to the deadline for submission of bids. Employer’s
response will be published on website including a description of the enquiry but
without identifying its source.
16
9.2. Pre-bid meeting
9.2.1. The bidder or his official representative is invited to attend a pre-bid meeting
which will take place at the address, venue, time and date as indicated in the
appendix.
9.2.2. The purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
9.2.3. The bidder shall be required to submit any questions in writing or e-mail to reach
the Employer not later than 03 days before the meeting.
9.2.4 Minutes of the meeting, including the question raised (Without identifying the
source of enquiry) and the responses given will be published without delay on the
tender website i.e. https://tender.nprocure.comAny modification of the
bidding documents listed in sub-Clause 8.1 which may become necessary as a
result of the pre-bid meeting shall be made by the Employer exclusively through
the issue of an Addendum pursuant to Clause 10 and not through the minutes
of the pre-bid meeting.
9.2.5. Non-attendance at the pre-bid meeting will not be a cause for disqualification of a
Bidder
10.1 Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing addenda.
10.2. Any addendum thus issued shall be part of the bidding documents. The Employer
will assume no responsibility for the same.
17
C. PREPARATION OF BIDS
11.1 All documents relating to the bid shall be in the English language.
12.1. The bid be submitted by the bidder as Volume V of the bid document (refer Clause
8.1) shall be in two separate parts:
Section 2
(v) Undertaking that the bid shall remain valid for the period specified in
Clause15.1
12.2. The Bidder shall submit the details / information pertaining to each
part i.e. technical as well as financial and must be submitted online only.
18
13.1 The Contract shall be for the whole works as described in Sub-Clause 1.1, based
on the priced Bill of Quantities submitted by the Bidder.
13.2 The bidder shall fill in rates and prices and line item total (both in figures and
words) for all items of the Works described in the Bill of Quantities along with
total bid price
13.3 All duties, taxes, and other levies except GST payable by the contractor
under the contract, or for any other cause shall be included in the rates,
prices and total Bid Price submitted by the Bidder. (GST will be paid extra)
13.4 Deleted
13.5 The rates and prices quoted by the bidder are subject to adjustment during
the performance of the Contract in accordance with the provisions of Clause
47 of the Condition of Contract (Irrespective of the time limit and Bid
Amount)
14.1 The unit rates and the prices quoted by the bidder shall be entirely in Indian
Rupees.
All payments shall be made in Indian Rupees.
15.1 Bids shall remain valid for a period of not less than 120 days after the deadline
date forbid submission specified in Clause 20.
15.2 In exceptional circumstances, prior to expiry of the original time limit, the
Employer may request that the bidders may extend the period of validity for a
specified period. A bidder may refuse the request without forfeiting his bid
security. A bidder agreeing to the request will not be required or permitted
to modify his bid, but will be required to extend the validity of his security
for a period of the extension, and in compliance with Clause 16 in all respects.
16.1. The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown
in column 4 of the table of IFB for this particular work. This Bid security
shall be in favor of Employer as named in Appendix and may be in one of the
following forms;
a. Bank Guarantee from any scheduled Indian bank, in the format given in
Volume III (Bank Guarantee is applicable only for Bid Estimated
Amount of 01 Crore and above)and Bank Guarantee of Schedule and
19
Private Banks shall be considered as per GoG Finance Department’s
Circular No. FD/MSM/e- file/4/2023/0057/D.M.O. Date 21/04/2023 or as per
their latest amendment.
16.2. Bank guarantees (and other instruments having fixed validity) issued as surety
for the bid shall be valid for 45 days beyond the validity of the bid i.e. total
validity of 120+45 = 165 Days
16.3. Any bid not accompanied by an acceptable Bid Security and not secured as
indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the Employer
as non-responsive.
16.4. The Bid Security of unsuccessful bidders will be returned within 28 days of the
end of the bid validity period specified in Sub-Clause 15.1
16.5 The Bid Security of the successful bidder will be discharged when the bidder has
signed the Agreement and furnished the required Performance Security.
(a) If the Bidder withdraws the bid after Bid opening during the period
of Bid validity.
(b) If the Bidder does not accept the correction of the Bid Price, if any or
(c) In the case of a successful Bidders, if the Bidder fails the specified time
limit to
(i) Sign the Agreement; or
(ii) Furnish the requirement Performance Security.
(d) # If found necessary, the bidder will be intimated for negotiation, He
will be intimated maximum three times within the validity period for
negotiation, If contractor does not respond in time, his Bid Security (EMD) will
be forfeited and his tender will be rejected. Punitive action will be taken on such
contractors. (As per GoG R&B Dept’s Gr. No. S/22/2017/6369/D, Dt.08/06/2018)
17.1. Bidders shall submit offers that fully comply with the requirements of the
bidding documents, including the conditions of contract (including mobilization
advance or time for completion), basic technical design as indicated in
20
the drawing and specifications. Conditional offers or alternative offers will not
be considered further in the process of tender evaluation.
18.1. The Bidder shall prepare documents comprising the bid as described in Clause 12
of these Instructions to bidder as the “Technical Bid “and “Financial Bid” in
separate parts to be uploaded.
21
D. SUBMISSION OF BIDS
19. Deleted
20.1. Complete Bids must be received online by the Employer at the tender
website specified above not later than the date indicated in appendix.
20.2. The Employer may extend the deadline for submission of bids by
issuing an amendment in accordance with Clause 10, in which case all right and
obligation of the Employer and the bidders previously subject to the original
deadline will then be subject to the new deadline.
21. Deleted
22.1. Bidders may modify or withdraw their bids online before the deadline prescribed
in Clause 20 or pursuant to Clause 23.
22.2 Deleted
22.3. No bid shall be modified or withdrawn after the deadline for submission of Bid.
22
E. BID OPENING AND EVALUATION
23.1 The Employer will open all the Bids received including modifications made
pursuant to Clause 22, in the presence of the Bidders or their representatives who
choose to attend at time, date and the place specified in Appendix in the manner
specified in Clauses 20 and 23.3, In the event of the specified date of Bid opening
being declared a holiday for the Employer, the Bids will be opened at the
appointed time and location on the next working day.
23.2. Deleted.
23.3. The “Technical Bid” shall be opened. The amount, form and validity of the bid
security furnished with each bid will be announced. If the bid security furnished
does not conform to the amount and validity period as specified in the invitation
for bid (ref. Column 4 and paragraph 3), and has not been furnished in the form
specified in Clause 16, the technical bid will not be opened.
23.4.
(i) Subject to confirmation of the bid security by the issuing Bank, the bids
accompanied with valid bid security will be taken up for evaluation
with respect to the Qualification information and other information
furnished in part I of the bid pursuant to Clause 12.1.
(ii) If required, the bidder will be asked in writing to clarify his
Qualification Documents with respect to any required clarification.
(iii) The bidders will respond in not more than 7 days of issue of the clarification
letter.
(iv) Immediately (usually within 3 or 4 days), on receipt of these clarification the
Evaluation Committee will finalize the list of responsive bidders
whose financial bids are eligible for consideration.
23.5. Deleted
23.6 At the time of opening of “Financial Bid”, the names of the bidders were
found responsive in accordance with Clause 23.4(iv) will be announced. The bids
of only these bidders will be opened. The responsive Bidders’ names, the Bid
prices, the total amount of each bid, any discount and such other details as the
Employer may consider appropriate, will be announced by the Employer at the
opening.
23.7 The time of opening of “Financial Bid”, the names of the bidders were found
Responsive in accordance with Clause 23.4(iv) will be announced. The bids of
only these bidders will be opened. The responsive Bidders’ names, the Bid prices,
the total amount of each bid, any discount, and such other details as the Employer
may consider appropriate, will be announced by the Employer at the opening.
23
23.8 In case bids are invited for more than one package, the order for opening of
the “Financial Bid” shall be in order of Estimated amount of Bids from highest to
lowest.
23.9 The Employer shall prepare minutes of the Bid opening, including the information
disclosed to those present in accordance with Sub-Clause 23.6.
24 Process to be Confidential
25.1. To assist in the examination, evaluation, and comparison of Bids, the Employer
may, at his discretion, ask any Bidder for clarification of his Bid, including
breakdowns of unit rates. The request for clarification and the response shall be
in writing or by e- mail, but no change in the price or substances of the Bid shall
be sought, offered, or permitted except as required to confirm the
correction of arithmetic errors discovered by the Employer in the evaluation
of the Bids.
25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any
matter relating to his Bid opening to the contract is awarded. If the Bidder wishes
to bring additional information to the notice of the Employer, it should do so in
writing.
25.3. Any effort by the Bidder to influence the Employer in the Employer's bid
evaluation, bid comparison or contract award decision may result in the rejection
of the Bidders’ bid.
26.1 During the detail evaluation of "Technical Bid", the Employer will determine
whether each Bid (a) meets the eligibility criteria defined in Clause 3 and 4;
(b) has been properly signed; (c) is accompanied by the required
securities and; (d) is substantially responsive to the requirements of the
Bidding document. During the detailed evaluation of the “Financial Bid”, the
responsiveness of the bids will be further determined with respect to the
remaining bid conditions, i.e., priced bill of quantities, technical specifications,
and drawings.
24
26.2 A substantially responsive “Financial Bid” is one which confirms all the
terms, conditions and specifications of bidding documents, without material
deviation or reservation. A material deviation or reservation is one (a) which
affects in any substantial way the scope, quality, or performance of the Works;
(b) which limits in any substantial way, inconsistent with the Bidding documents,
the Employer’s rights or the Bidder’s obligations under the Contract; or (c) whose
rectification would affect unfairly the competitive position of other
Bidders presenting substantially responsive Bids.
26.3 If a “Financial Bid” is not substantially responsive, it will be rejected
by the Employer, and may not subsequently be made responsive by
correction or withdrawal of the non-conforming deviation or reservation.
27. Deleted.
28. Deleted
29.1. The Employer will evaluate and compare only the Bids determined to
be substantially responsive in accordance with Sub-Clause 26.2.
29.2. Deleted.
29.3. The Employer reserves the right to accept or reject any variation or
deviation.
Variation and deviations and other factors, which are in excess of the
requirements of the Bidding documents or otherwise result in unsolicited
benefits for the Employer, shall not be taken in to account in Bid evaluation.
29.4. The estimated effect of the price adjustment conditions under Clause 47 of
the Conditions of Contact, during the period of implementation of the Contract,
will not be taken in to account in Bid evaluation.
29.6. A bid which contains several items in the bill of Quantities which are
unrealistically priced low and which cannot be substantiated satisfactorily by
the bidder may be rejected as non-responsive.
30. Deleted.
25
F. AWARD OF CONTRACT
31.1. Subject to Clause 32, the Employer will award the contract to the Bidder whose
Bid has been determined.
(i) to be substantially responsive to the Bidding documents and who has offered
the lowest evaluated Bid Price; and
(ii) to be within the available bid capacity adjusted to account for his bid
price which is the lowest evaluation in any of the packages opened earlier
than the one consideration.
In no case, the contract shall be awarded to any bidder whose available bid
capacity is less than the evaluated bid price, even if the said bid is the
lowest evaluated bid. The contract will in such cases be awarded to the next
lowest bidder at his evaluation bid price.
32. Employer’s Right to Accept any Bid and to Reject any or all Bids
32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject
any Bid, and to cancel the Bidding process and reject all Bids, at any time
prior to the award of contract, without thereby incurring any liability to the
affected bidder or Bidder or any obligation to inform the affected Bidder or
Bidders of the grounds for the Employer’s action.
33.1. The Bidder whose Bid has been accepted will be notified of the award by
the Employer prior to expiration of the Bid validity period by cable, telex or
facsimile confirmed by registered letter. This letter (hereinafter and in the
condition of contract called the “Letter of Acceptance”) will state the sum that the
Employer will pay the Contractor in consideration of the execution, completion,
and maintenance of the Works by the Contractor as prescribed by the
Contract (hereinafter and in the Contract called the “Contract Price”).
33.2 The notification of award will constitute the formation of the contract, subject
only to the furnishing of a performance security in accordance with the provisions
of Clause.
33.3. The Agreement will incorporate all agreements between the Employer and
the successful Bidder. It will be signed by the Employer and to the
successful Bidder, within 28 days following the notification of award
along with the Letter of Acceptance. Within 21 days of receipt, the successful
Bidder will sign the Agreement and deliver it to the Employer.
33.4. Upon the furnishing by the successful Bidder of the Performance Security,
the Employer will promptly notify the other Bidders that their Bids
have been unsuccessful.
26
34.1. (A) Within 10 (Ten) days of receipt of Letter of Acceptance, the successful
Bidder shall furnish to the Employer an irrevocable and unconditional
guarantee from a Bank in the form set forth in Section 8 (the “Performance
Security”) for an amount equal to 5% (five percent) of its Contract
Price. In case of bids mentioned below, the successful Bidder, along with
the Performance Security, shall also furnish to the Authority an irrevocable
and unconditional guarantee from a Bank in the same form given at
Section 8 towards an Additional Performance Security (The “Additional
Performance Security”) for an amount calculated as under:
(a) If the Contract Price offered by the Selected Bidder is lower than 10%
but up to 20% of the Estimated Project Cost, then the Additional
Performance Security shall be calculated @ 20% of the difference in
the (i) Estimated Project Cost (as mentioned in Bid Document)
- Minus 10% of the Estimated Project Cost and (ii) Contract
Price offered by the selected Bidder.
(b) If the Contract Price offered by the Selected Bidder is lower than 20%
of the Estimated Project Cost, then the Additional Performance
Security shall be calculated @ 30% of the difference in the (i)
Estimated Project Cost (as mentioned in Bid Document) - Minus
10% of the Estimated Project Cost and (ii) Contract Price offered by
the selected Bidder.
(c) This Additional Performance Security shall be treated as part of
the Performance Security.
(B) The Performance Security shall be valid beyond 60(sixty) days of the Defects
Liability Period and the Additional Performance Security shall be valid
beyond 28 (twenty-eight) days of Project Completion Date.
34.3. Failure of the successful Bidder to comply with the requirement of Sub-Clause
34.1 shall constitute sufficient grounds for cancellation of the award and
forfeiture of the Bid Security.
35.1 The Employer will provide an Advance payment on the Contract Price as
stipulated in the Conditions of Contract, subject to maximum amount, as
stated in the Contract Data.
36. Deleted
37. Corrupt of Fraudulent Practices
27
37.1 The Employer will reject a proposal if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in completing for
the contract in question and will declare the firm ineligible, either indefinitely or
for a stated period of time, to be awarded a contract with National Highways
Authority of India/ State PWD and any other agencies, if it at any time
determines that the firm has engaged in corrupt or fraudulent practices in
completing for the contractor, or in execution.
37.2 Furthermore, Bidders shall be aware of the provision stated in Sub- Clause 59.2 of
the Conditions of Contract.
28
APPENDIX TO
ITB Clause
Reference With
respect to Section –I
29
As stated on online NIT
15. The bid will be opened at SE IMC1, Vadodara [Cl. 23.1 ]
As stated on online NIT
16. The Bank Draft in favor of Executive Engrineer, Irrigation
Mechanical Gate & Store Dn.No.- 1, Vadodara.
17. Deleted
18. Escalation factors (for the cost of works executed and financial [Cl.4.5.2]
figure to a common base value) for works completed
30
#LIST OF KEY PLANT & EQUIPMENT TO BE DEPLOYED ON CONTRACT WORK
1 2(a) 2(b) 3 4 5 6 7
31
List of Key Personnel to be deployed on Contract Work
(Reference Cl. 4.5.4)
The Engineer so employed for the Government work must have sufficient experience to
handle the work independently. Such an Engineer shall remain present at the site of
work and he shall be responsible for the executive of whole work along with
contractor.
Within 15 days of issue of work-order the Contractor will have to furnish to the
Deputy Executive Engineer-in-charge of the work the Name, Qualifications, copy of
marksheet, Colour Photograph and the appointment order issued such engineers
engaged for this contract work. If 15 days after issue of work order such designated
Site Engineers do not resume or do not remain present on site of work, the recovery at
the rate of Rs.15,000-00 per month per Engineer will be made from
the bills/deposit/dues of the contractor. Such recovery shall be non-refundable.
32
SECTION - 2
QUALIFICATION INFORMATION
33
QUALIFICATION INFORMATION
The information to be filled in by the Bidder in the following pages will be used
for the purpose of post qualification as provided for in Clause 4 of the Instruction to
Bidders. This information will not be incorporated in the Contract.
Place of registration
(Attach)
1.2 Total value of Hydro Mechanical Gate Work of 2019-20 : …………………..
Damperformed in the last five years(in Rs. Lakhs) 2020-21: …………………..
2021-22: …………………..
2022-23: …………………..
2023-24: …………………..
34
#1.3.2 Quantities of work executed as prime contractor, work performed, in the past as a
nominated sub-contractor, will also be considered provided the sub-
contract involved execution of all main items of work described in the
bid document, provided, further that all other qualification criteria are called (in
the same name and style) in the last five years** and in current year before the
submission of the bid.
1.4 Information on Bid Capacity (works for which bids have been submitted and
works which are yet to be completed) as on the date of this bid.
1 2 3 4 5 6 7 8
1.5 Availability of key items of Contractors Equipment for carrying out the works (Ref.
Clause 4.5.5). The Bidder should list all the information requested below.
Requirement Remarks
Availability Proposal
(from
Item of
No. Capacity Owned/Leased Nos./ Age/ whom to
Equipment
to be procured Capacity Conditions be
purchased)
35
1.6 Qualifications and experience of key personnel required for administration and
execution of the contract. Attach biographical data. Refer also to Sub Clause 9.1 of
the Conditions of Contract.
Year of
Year of
experience in
Position Name Qualification Experience
the proposed
(General)
position
Project Manager
Etc.
Sub-Contractor
Sections of the Value of Sub- Experience in
(Name &
works Contractor similar work
Address)
36
1.8 Financial reports for the last five years: balance sheets, profit and loss statements,
auditors’ reports (in case of companies/corporations), etc. List them below and
attach copies.
1.10 Name, address, and telephone, whatsapp number, Email idand fax numbers of
the Bidders bankers who may provide references if contacted by the Employer.
Remarks
Other Party Cause of Amount
Employer showing
(ies) Dispute Involved
Present Status
1.12. Statement of compliance under the requirements of Sub Clause 3.2 of the
instruction to Bidders. (Name of Consultant engaged for project preparations is
*…………………..)
1.13 Proposed work method and schedule. The Bidder should attach
descriptions, drawings and charts as necessary to comply with the
requirements of the Bidding documents. (Refer ITB Clause 4.1)
1.14 Programme
2. Deleted
3. Additional Requirements
3.1 Bidders should provide any additional information required to fulfill
the requirements of Clause 4 of the Instructions to the Bidders, if applicable.
(i) Affidavit
(ii) Undertaking
37
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR
AVAILABILITY OF CREDIT FACILITIES
(Applicable for the works which require Post Qualification)
BANK CERTIFICATE
This is to certify that M/s. is a reputed company with a good financial standing.
_______________________
(Signature)
Name of Bank
38
AFFIDAVIT
(To be notarized on 300 Rs. Stamp paper)
1. I, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm M/s.
________________________________________________________________have not abandoned any
work of Government of Gujarat/Government of India/any Board or
Corporation under Government of Gujarat/Government of India nor any contract
awarded to us for such works have been rescinded, during last five years prior
to the date of this bid.
3. The undersigned hereby authorize(s) and request (s) any bank, person, firm or
corporation to furnish pertinent information deemed necessary and requested by
the Department to verify this statement or regarding any (our) competence and
general reputation.
4. The Undersigned understands and agrees that further qualifying information may
be requested, and agrees to furnish any such information at the request of the
Department/ Project implementing agency.
______________________________
(Signed by an Authorized Officer of the Firm)
___________________________
Title of Officer
___________________________
Name of firm
___________________________
Date
39
UNDERTAKING
(Applicable for the works which require Post Qualification)
______________________________
(Signed by an Authorized Officer of the Firm)
___________________________
Title of Officer
___________________________
Name of firm
___________________________
Date
40
SECTION - 3
CONDITIONS OF CONTRACT
41
Conditions of Contract
Table of Contents
A. General Page D. Cost Control Page
No. No.
1. Definitions 43 37. Bill of Quantities 55
2. Interpretation 44 38. Changes in the Quantities 55
3. Language and Law 45 39. Variations 55
4. Engineer’s Decisions 45 40. Payments for Variations 55
5. Delegations 45 41. Cash Flow Forecasts 57
6. Communications 45 42. Payment Certificates 57
7. Sub-Contractors 45 43. Payments 57
8. Other Contractors 46 44. Compensations Events 57
9. Personnel 46 45. Tax 58
10. Employer’s & Contractor Risk 46 46. Currencies 58
11. Employers Risks 46 47. Price Adjustment 58
12. Contractor’s Risk 46 48. Retention 59
13. Insurance 46 49. Liquidated damages 59
14. Site Investigations Reports 47 50. Bonus 60
15. Queries about the Contract 47 51. Advance Payment 61
16. Contractors to Construct the works 47 52. Securities 62
17. The Works to be Completed By the 47 53. Deleted 62
Intended Completion Date
18. Approval by the Engineer 47 54. Cost of Repair 62
19. Safety 48 E. Finishing the Contract
20. Discoveries 48 55. Completion 63
21. Possession of the Site 48 56. Taking Over 63
22. Access to the Site 48 57. Final Account 63
23. Instructions 48 58. Operating and Maintenance 63
manuals
24. Disputes 48 59. Terminations 64
25. Procedure for Disputes 49 60. Payment upon Terminations 65
26. Deleted 49 61. Property 65
B. Time Control 62. Release from Performance 65
27. Programme 50 F. Special Conditions of
Contract
28. Extensions of the Intended 50 63. Labour 66
completion date
29. Deleted 51 64. Compliance with labour 66
regulations
30. Delays Ordered by The 51 65. Arbitration 69
Engineer
31. Management Meetings 51
32. Early Warning 51
C. Quality Control
33. Identifying Defects 52
34. Tests 54
35. Correction of Defects 54
36. Uncorrected Defects 54
42
CONDITIONSOFCONTRACT
A. GENERAL.
1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the
Conditions of Contract but keep their defined meaning.
The Defects Liability Period is the period named in the Contract Data
and calculated from the Completion Date.
The Employer is the party who will employ the Contractor to carry out
the Works.
The Engineer is the person named in the Contract Data (or any
other competent person appointed and notified to the contractor to act in
replacement of the Engineer) who is responsible for supervising the Contractor,
administering the Contract, certifying payments due to the Contractor, issuing
and valuing Variations to the Contract, awarding extensions of time, and
valuing the Compensations Events.
43
The Initial Contract Price is the Contract Price listed in the
Employer’s Letter of Acceptance.
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male
also means female or neuter and the other way around. Heading have no
significance. Words have their normal meaning under the language of the
Contract unless specifically defined. The Engineer will provide
instructions clarifying queries about Conditions of Contract.
44
2.3 The documents forming the Contract shall be interpreted in the
following order of priority
(1) Agreement
(2) Letter of Acceptance, notice to proceed with works
(3) Contractor’s Bid
(4) Contract Data
(5) Conditions of Contract including Conditions of Contract
(6) Specifications
(7) Drawings
(8) Bills of quantities and
(9) Any other document listed in the Contract Data as forming part of the
Contract.
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in
the Contract Data.
4. Engineers Decisions
4.1 Except where otherwise specifically stated, the Engineer will decide
contractual matters between the Employer and the Contractor in the role
representing the Employer.
5. Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other
people after notifying the Contractor and may cancel any delegation after
notifying the Contractor.
6. Communications
6.1 Communications between parties which are referred to in the conditions are
effective only when in writing. A notice shall be effective only when it is
delivered (in terms of Indian Contract Act).
7. Sub-Contracting
7.1 The Contractor may subcontract any portion of work, up to a limit specified in
contract data, with the approval of the engineer but may not assign the
Contract without the approval of the Employer in writing. Subcontracting
shall not alter the Contractor’s obligations. Sub-contracting of supply or
specific items of work is not allowed.
7.2 The sub-contractor must be registered in appropriate class and category for
the part of work to be subcontracted.
45
8. Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors,
public authorities, utilities and the Employer between the dates given in the
Schedule of other Contractor. The Contractors shall as refer to in the Contract
Data, also provide facilities and services for them as described in
the Schedule. The employer may modify the schedule of other contractors and
shall notify the contractor of any such modifications.
9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key
Personnel as referred to in the Contract Data to carry out the functions stated
in the Schedule or other personnel approved by the Engineer. The Engineer
will approve any proposed replacement of key personnel only if
their qualifications, abilities, and relevant experience are substantially equal
to or better than those of the personnel listed in the Schedule.
9.2 If the engineer asks the Contractor to remove a person who is a member of
the Contractor Staff or his work force stating the reasons the Contractor shall
ensure that the person leaves the Site within seven days and has no further
connection with the work in the Contract.
10.1 The Employer carries the risk which these Contract states are Employer’s
risks, and the Contractor carries the risks which these Contracts states
are Contractors risk.
11. Employer’s Risks
11.1 The employer is responsible for the excepted risks which are (a) in so far as
they directly affect the execution of the Works, the risks of war,
hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection
or military or usurped power, civil war, riot commotion or disorder (unless
restricted to the Contractor’s employees), and contamination from any
nuclear fuel or nuclear waste or radioactive toxic explosive.
13. Insurance
13.1 The Contractor shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start date to the end of the Defects
Liability Period, in the amounts and deductibles stated in the Contract
data for the following events which are due to the Contractor’s risks:
46
(a) Loss of or damage to the works, Plant and materials,
13.4 Alterations to the terms of an insurance shall not be made without the
approval of the Engineer.
13.5 Both parties shall comply with any conditions of the insurance policies.
16.1 The Contractor shall construct and install the works in accordance with
the specification and Drawings.
18.1 The Contractor shall submit Specifications and Drawings showing the
proposed Temporary works to the Engineer, who is to approve them if they
comply with the Specifications and drawings.
18.3 The Engineer’s approval shall not alter the contractor responsibility for
design of the Temporary works.
18.4 The Contractor shall obtain approval of third parties to the design of the
Temporary works where required.
47
18.5 All Drawings prepared by the Contractors for the execution of the temporary
or permanent work are subject to prior approval by the Engineer before their
use.
19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly
discovered on the site is the property of the Employer. The contractor is
to notify the engineer of such discoveries and carry out the
Engineer’s instructions for dealing with them.
21. Possession of the Site
21.1 The Employer shall give possession of all parts of the site to the Contractor. If
possession of a part is not given by the date stated in the Contract Data the
Employer is deemed to have delayed the start of the relevant activities
and this will be a Compensation Event.
21.2 If within 25% of the time limit of the project, 80% of possession of the site is
not handed over to the Contractor, then contractor/ Employer may fore-close
the contract. Contractor/Employer has to foreclose the work within 30 days
after lapse of 25%-time limit and after 30 days foreclosure option will
be closed.
23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer pertaining
to works which comply with the applicable laws where the site is located.
23.2 The Contractor shall permit the Employer to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and
to have them audited by auditors appointed by the Employer, if so required by
the Employer.
24. Disputes
24.1 If the Contractor is of the view that a decision taken by the Engineer was
either outside the authority given to the Engineer by the Contract or that the
decision was wrongly taken, the decision shall be referred
to #Superintending Engineer (Higher Authority)within 14 days of
the notification of the Engineer's decision. If the issue is not resolved, any
party can refer the matter for conciliation within 15 days from the decision
given by the #Superintending Engineer.
24.2
48
(a) For the work up to Rs.100 Cr., if any of the parties is not satisfied with
the decision of the #Superintending Engineer, both the parties have to
refer to the Chief Engineer concern for the conciliation process.
(b) For the work more than Rs.100 Cr., if any of the parties is not satisfied
with the decision of the #Superintending Engineer, both the parties
have to refer to the #Secretary, Narmada, Water Resource, Water
Supply & Kalpsar Department, Government of Gujarat for the
conciliation process.
If the dispute is not resolved through the conciliation process, he may refer
the dispute to Gujarat Public Works Contract Dispute Arbitration Tribunal. If
the Contractor fails to refer a claim / dispute to the Higher Authority within
14 days of the notification of the Engineer's decision, the Contractor shall not
be entitled to any additional payment/claim if he doesn’t follow the
above sequence in stipulated time and he should not stop the work.
26. Deleted
49
B. TIME CONTROL
27. Programme
27.1 Within the time stated in the Contract Data the Contractor shall submit to the
Engineer for approval a Programme showing the general
methods, arrangements orders, and timing for all the activities in the works
along with monthly cash flow forecast.
27.4 The Engineer’s approval of the programme shall not alter the Contractor’s
obligations. The Contractor may revise the programme and submit it to
the Engineer again at any time. A revised programme is to show the
effect of Variations and Compensations events.
28.2 The Engineer shall decide whether and by how much to extend the Intended
Completion Date within 35 days of the Contractor asking the Engineer for a
decision upon the effect of a compensation event or Variation and submitting
full supporting information. If the Contractor has failed to give early warning
of a delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion
Date.
28.3 The Engineer shall within 14 days of receiving full justification from the
contractor for extension of Intended Completion Date refer to the Employer
his decision. The employer shall in not more than 21 days communicate to the
engineer the acceptance or otherwise of the Engineer’s decision. If
the employer fails to give his acceptance, the Engineer shall not
grant the extension and the contractor may refer the matter under Clause
24.1
50
29. Deleted
30.1 The Engineer may instruct the Contractor to delay the start or progress of any
activity within the works.
31.2 The Engineer shall record the business of management meetings and is
to provide copies of his record to those attending the meeting and to the
Employer. The responsibility of the parties for actions to be taken is to
be decided by the Engineer either at the management meeting or after
the management meeting and stated in writing to all who attended the
meeting.
32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific
likely future events or circumstances that may adversely affect the quality of
the work, increase the Contract price or delay the execution of works.
The Engineer may require the contractor to provide an estimate of the
expected effect of the future event or circumstance on the contract
price and completion date. The estimate is to be provided by the Contractor
as soon as reasonably possible.
32.2 The Contractor shall cooperate with the Engineer in making and considering
proposals for how the effect of such an event or circumstance can be avoided
or reduced by anyone involved in the work and in carrying out any resulting
instruction of the Engineer.
51
C. QUALITY CONTROL
33.1 : Defect liability period : The contractor shall be responsible to make good and
remedy at his own expense any defect which may develop or may be noticed
before the period mentioned hereunder from the certified date of completion.
The Engineer in charge shall give the contractor a notice in writing about the
defects and the contractor shall make good the same within 15 days of receipt
of the notice. In the case of failure on the part of the contractor, the Engineer-
in-charge may rectify or remove or re-execute the work at the risk & cost of
the contractor. The Engineer-in-charge shall be entitled to appropriate the
whole or any part of the amount of security deposit towards the expenses, if
any, Incurred by him in rectification, removal or re-execution. The Defects
Liability period shall be as under….
A. For works of WRD Except Building
(a) (1) For all works costing up to Rs. 50,000 (amount put to tender), the period
shall be 3 Months from the certified date of completion. NOT APPLICABLE
(b)(1) For WRD works likes Check Dam/ Canal / Drainage / Road Structure
tender amount from RS. 50,000 to 10,00,000, the defect liability period shall
be 12 months from the certified date of completion. NOT APPLICABLE
(2) For WRD work except likes Check Dam/ Canal / Drainage / Road Structure
tender amount from RS. 50,000 to 10,00,000, the defect liability period shall
be 6 months from the certified date of completion. NOT APPLICABLE
(c) (1) For WRD works likes Check Dam/ Canal / Drainage / Road Structure
tender amount more than RS. 10,00,0000, the defect liability period shall be 3
Years from the certified date of completion. NOT APPLICABLE
(2) For WRD work except likes Check Dam/ Canal / Drainage / Road Structure
tender amount from RS. 10,00,000 to 1 Crore, the defect liability period shall
be 12 months from the certified date of completion. NOT APPLICABLE
(d)(1) For all WRD works of tender amount more than RS. 1 Crore, the defect
liability period shall be 3 Years from the certified date of completion
B. For Building works of WRD:-NOT APPLICABLE
For Building works of WRD, Follow the R&B Circular dated.03/12/2009
For original building works the defect liability period will be 4 years or elapse of 4
monsoon period following date of possession of building taken over by user
agency following the certified date of completion, whichever is later.
For the purpose of deciding the monsoon period, the 30th September shall be
treated as the last date.
WRD Circular No.Matas/102013/MICELL(K-1) Dated 13/12/2013
33.2 For Road Works:NOT APPLICABLE
Free maintenance guarantee period for works of Road/Bridge construction
(a) For resurfacing work of road free maintenance guarantee period one year
from the date of completion.
(b) In case of widening of the road/strengthening of the road/bridge, the
contractor shall have to give four years free maintenance guarantee from
the certified date of completion. During this period the contractor
shall visit the site every six months along with the concerned Section
Officer / Deputy Executive Engineer and will examine the work already
52
carried out in this contract like road work, jungle cutting, side shoulders,
side gutter, road furniture, patta etc. and will prepare Km. wise inspection
report duly signed by all concerned and any defect observed shall be done
within 15 days by the contractor at his risk and cost as per the direction of
Engineer in charge. The contractor needs to do videography of these
visits and require to submit at the time of release of FMG. If B.T. the
surface during the maintenance period of 4 years is worn out then agency
shall have to provide renewal coating as per tender item as directed by the
Engineer-in- charge. The amount equivalent to 5% of each running
bill shall be withheld and will be released after the free maintenance
guarantee period (i.e. 4 years) is over.
However, this amount shall be released against fixed deposit or bank
guarantee pledged in the name of Executive Engineer after completion
certificate of work is issued.
(1) The flakiness and elongation index (combined) for coarse aggregates
under no circumstances shall exceed the allowable limit set forth in
the relevant clause for the material in question.
(2) 2% of the amount eligible for the payment of bituminous items shall
be withheld till the miscellaneous items like earthwork in
embankment / cutting for side shoulders, side gutters, kilometer /
indicator / guard stones, sign boards etc. are completed in all respect
by the contractor. After completion of the miscellaneous items, the above
said 2% withheld amount shall be released.
(Govt. of Gujarat's G.R. No.: TNC-10-2013-3(Part-3)/C, Dtd. 13/12/2013).
(3) Videography for the surface under Maintenance Guarantee is to be done as
per Govt. letter No.: SSR/10/2015-16/26/C, Dtd. 26/11/15 for the work
costing more than Rs. 5.00 Crore.
(4) Setting up of adequate laboratory & deployment of quality engineers.
The contractor shall have to set up the laboratory with adequate
equipment. Till the setting up of adequate laboratory is completed &
reported of this to the engineer (subject to due verification by engineer’s
representative) by contractor in writing, Rs.2,00,000/- shall be withheld.
The qualified quality Engineer shall be deployed exclusively for
this contract by the contractors. If quality Engineer is not
deployed by contractor within one month after the date of work
order, the amount equivalent to Rs.20,000 per month shall be
recovered till the actual deployment of quality engineer. The amountso
53
recovered towards the deployment of quality engineers shall not be
refunded.
(5) Asphalt work will have to be cross checked as per G.R.
No.: RGN/60/2006/35/C, dtd.31/05/07 before final bill is paid.
(6) Maintenance during Construction Period
During the Construction Period, the Contractor shall maintain, at his own risk
and cost, the existing lane(s) of the road so that the traffic worthiness and
safety thereof are at no time materially inferior as compared to their condition
10 (ten) days prior to the date of the Agreement, and shall undertake the
necessary repair and maintenance works for this purpose; provided that the
Contractor may, at his cost, interrupt and divert the flow of traffic if such
interruption and diversion is necessary for the efficient progress of works
and conforms to Good Industry Practice; provided further that such
interruption and diversion shall be undertaken by the Contractor only
with the prior written approval of the Executive Engineer which approval
shall not be unreasonably withheld. For the avoidance of doubt, it is agreed
that the Contractor shall at all times be responsible for ensuring safe
operation of the road. NOT APPLICABLE
33.3 The Engineer shall check the Contractor’s work and notify the Contractor of
any defects that are found. Such checking shall not affect the Contractor’s
responsibilities the Engineer may instruct the Contractor to search for a
Defect and to uncover and test any work that the Engineer considers
may have a Defect.
34. Tests
34.1 If the engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that
it does, the Contractor shall pay for the test and any samples. If there is
no defect the test shall be a Compensation Event.
34.2 #1% of the amount of work done for works up to Rs. 10 crore of estimate cost
should be deducted from R.A. Bill of the contractor for testing the quality of
material workmanship. Whereas for estimated cost of works more than 10
crore, the charges for testing of quality of material workmanship shall be
deducted from R.A. bill of contractor as per actual charges. As Per GoGNWRWS
& K Department’s Circular No. PARCH/132023/401/MICELL Dated:
05/10/2023. As per Gov. letter
NO:NWRWSKD/GCA/efile/13/2023/13648/Section K7 Dt.16/03/2024.
34.3 Agency has to establish testing laboratory on site for the various test to
be carried out in the work for this purpose agency shall construct a
pukka laboratory building with all facility on site at location specified
by the engineer in charge. NOT APPLICABLE
54
35.1 The engineer shall give notice to the Contractor of any defects before the end
of the defects Liability Period, which begins at Completion and is defined in
the contract data. The Defects Liability Period shall be extended for as long as
Defects remain to be corrected.
35.2 Every time notice of a Defect is given, the Contractor shall correct the notified
defect within the length of time specified by the Engineer’s notice.
36. Uncorrected Defects
36.1 If the Contractor has not corrected a defect within the time specified in
the Engineer’s notice, the Engineer will assess the cost of having the
Defect corrected, and the Contractor will pay this amount.
55
D. COST CONTROL
37.1 The bill of Quantities shall contain items for the constructions, installation,
testing and commissioning work to be done by the Contractor.
37.2 The bill of Quantities is used to calculate the Contract price. The Contractor is
paid for the quantity of the work done at the rate in the Bill of Quantities for
each item.
38.1 The Engineer shall have power to make any alterations in or addition to the
original specifications , drawings, designs and instructions that may appear to
him to be necessary or advisable during the progress of the work and
the contractor shall be bound to carry out the work in accordance with
any instruction in this connection which may be given to him in writing signed
by the Engineer and such alteration shall not invalidate the contract and
any additional work which the contractor may be directed to do in the
manner above specified as part of the work shall be carried out by the
contractor on the same conditions in all respects on which he agreed to do the
main work and at the same rate as are specified in the tender for the main
work.
Except that when the quantity of any item exceeds the quantity as in
the tender by more than 130%, the contractor will be paid for the
quantity in excess of 130%, at the rate entered in the SOR of the year during
which the excess in quantity is first executed.
39. Variations
40.1 If the additional or altered work includes any class of work for which no rate
is specified in this contract, then such class of work shall be carried out
as under.
(i) At the rate derived from the item within the contract which is comparable
to the one involving additional or altered class of work; where there
are more than one comparable items, the item of the contract which
is nearest in comparison with regard to class or classes of the work
56
involved shall be selected and the decision of the Superintending
Engineer as to the nearest comparable item shall be final and binding on
the contractor.
(ii) If the rate cannot be derived in accordance with (i) above, such class of
works shall be carried out at the rate entered in the Schedule of Rates of
the division for the year in which the tender was received, increased or
decreased by the percentage by which the tender amount is more or
less as compared to the amount arrived at the rates in the “Schedule of
Rates” of the Division in the year in which the tender was received. If the
Schedule of rates of the Division does not contain all the items, the
percentage increase or decrease of the tender shall be calculated
considering such items which were included in the “Scheduled Rates” of
the division for the year and for materials consumed on such item the rate
to be charged would be the basic rate taken into account for fixing the rate
in S.O.R. referred to above.
(iii) If it is not possible to arrive at the rate from (i) and (ii) above, such class
of work shall be carried out at the rate decided by the competent
authorities on the basis of detailed rate analysis after hearing the
contractor before a Committee of two Superintending Engineers
stationed at the same place or the nearest place.
40.2 If the additional or altered work, for which no rate is entered in the “Schedule
of Rates” of the Division is ordered to be carried out before the rate is agreed
upon, then the contractor shall within seven days of the date of receipt by him
of the order to carry out the work, inform the Engineer-in-charge of the rate,
which it is his intention to charge for such class of work and if the Engineer in
charge does not agree to this rates, he shall by notice in writing be at liberty
to cancel his order to carry out such class of work and arrange to carry it out
in such manner as he may consider it advisable, provided always that if the
contractor shall commence work or incur any expenditure in regard thereof
before the rates shall have been determined as lastly herein before
mentioned, then in such cases he shall only be entitled to be paid in respect of
the work carried out or expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to such rate or rates as shall
be fixed by the Engineer-in-charge. In the event of the dispute, the decision of
the Superintending Engineer of the Circle shall be final.
Where, however, the work is to be executed according to the designs,
drawings and specifications recommended by the contractor and accepted by
the competent authority, the alternation above referred to shall be within the
scope of such designs, drawings and specifications appended to the tenders.
The time limit for the completion of the work shall be extended in the
proportion that the increase in the cost occasioned by alterations bears to the
57
cost of the original work and the certificate of the Engineer-in-charge as
to such proportion shall be final and conclusive.
42.1 The Contractor shall submit to the Engineer monthly statements of the
estimated value of the work completed less the cumulative amount certified
previously.
42.2 The Engineer shall check the Contractor’s monthly statement within 14 days
and certify the amount to be paid to the Contractor after taking in to account
any credit or debit for the month in question in respect of materials for the
works in the relevant amounts and under conditions set forth in sub-
clause 32.3 of the Contract Data (secured Advance).
42.4 The value of work executed shall comprise the value of the quantities of the
items in the Bill of Quantities completed.
42.5 The value of work executed shall include the valuation of variations and
compensation events.
42.6 The Engineer may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the
light of later information
43. Payments
58
44.1 The following are compensation Events unless they are caused by
the Contractor:
(a) The Employer does not give access to a part of the Site by the site
Possession date stated in Contract data to the Contractor
45.1 The rates quoted by the Contractor must be inclusive of all taxes prevailing on
due date of bid submission except GST. However, any subsequent changes in
the tax structure by Government after due date of bid submission will
be compensated (+/-) on availability or submission of actual
documentation. Contractor will have to intimate Engineer regarding changes
occurred in the tax structure after bid submission. If the contractor fails
to provide such information and if any financial obligation may arise due
to change in tax structure, same will be recovered from the contractor.
45.2 GST will be paid separately on the bills. Hence, it is the responsibility of the
contractor to pay the GST to the concerned Authority.
46. Currencies.
46.1 All payment shall be made in Indian Rupees.
47.1 Contract price shall be adjusted for increase or decrease in rates and price of
labour, materials, fuels and lubricants in accordance with the
following principles and procedures and as per formula given in the contract
data:
(a) The price adjustment shall apply for the work done from the start
date given in the contract data up to end of the initial intended completion
date or extensions granted by the Engineer and shall not apply to the
work carried out beyond the stipulated time for reasons attributable
to the contractor.
(b) The price adjustment shall be determined during each month from
the formula given in the contract data.
(c) Following expressions and meanings during to the work done during each
month
R = Total value of work done during the month. It would include the
amount of secured advance granted, if any, during the month less the
amount of secured advance recovered, if any during the month. It
will exclude value for works executed under variations for which
59
price adjustment will be worked separately based on the terms
mutually agreed.
47.2 To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clause in the
contract, the unit rates and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other rise or fall in costs.
48. Retention
48.1 The Employer shall retain from each payment due to Contractor the
proportion stated in the Contract Data until Completion of the whole of
the Works.
48.2 On Completion of the whole of the Works half the total amount retained
is repaid to the Contractor and half when the Defects Liability Period has
passed and the Engineer has certified that all Defects notified by the Engineer
to the Contractor before the end of this period have been corrected.
49.1 The Contractor shall pay liquidated damages to the Employer at the rate per
day stated in the Contract Data for each day that the Completion Date is later
than the Intended Completion Date (for the whole works or the milestone as
stated in the contract data). The total amount of liquidated damages shall not
exceed the amount defined in the Contract Data. The Employer may
deduct liquidated damages from payment due to the Contractor.
Payment of liquidated damages does not affect the Contractor’s liabilities.
60
49.2 If the Intended Completion Date is extended after liquidated damages
have been paid, the Engineer shall correct any overpayment of liquidated
damages by the Contractor by adjusting the next payment certificate. The
Contractor shall not be entitled for any interest on the over payment
calculated from the date of payment to the date of repayment.
49.3 If the contractor fails to comply with the time for completion as stipulated in
the tender, then the contractor shall pay to the employer the relevant
sum stated in the Contract Data as Liquidated damages for such default and
not as penalty for everyday or part of day which shall elapse between relevant
time for completion and the date stated in the taking over certificate of the
whole of the works on the relevant section, subject to the limit stated in the
contract
data.
49.4 If, before the Time for Completion of the whole of the Works or, if applicable
any Section, a Taking Over Certificate has been issued for any part of
the Works or of a Section, the liquidated damages for delay in completion of
the remainder of the Works or of that Section shall, for any period of delay
after the date stated in such Taking-Over-Certificate, and in the
absence of alternative provisions in the Contract, be reduced in the
proportion which the value of the part so certified bears to the value of the
whole of the Works or Section, as applicable. The provisions of this Sub-clause
shall only apply to the rate of liquidated damages and shall not affect the limit
thereof.
50 Bonus
50.1 If the contractor achieves completion of the whole of the works prior to the
intended Completion Date prescribed in Contract Data the Employer shall pay
to the contractor a sum stated in Contract Data as bonus for every completed
month but subjected to maximum amount as stated in Contract Data;
which shall elapse between the date of completion of all items of works
as stipulated in the contract, including variations ordered by the Engineer
and the time prescribed in Clause 17.
61
50.2 Bonus shall be paid only to works amounting to above INR 5 crore with time
limit of the works is equal or more than 6 months. The bonus would be paid as
under
51.1 The Employer shall make advance payment (not to be paid less than two
installments except in special circumstances for which the reason to be
Recorded in writing) to the Contractor of the amounts stated in the Contract
Date by the date stated in the Contract Date, against provision by
the Contactor of an Unconditional Bank Guarantee in a form and by a
bank acceptable to the Employer in amounts and currencies equal to be
at least 110% of the advance payment. The guarantee shall remain effective
until the advance payment has been repaid, but the amount of the guarantee
shall be progressively reduced by the amounts repaid by the
Contractor. The Mobilization advance would be deemed as interest
bearing advance at an interest rate of 10 % to be compounded, quarterly.
51.2 The Contractor is to use the advance payment only to pay for Equipment,
plant and Mobilization expenses required specifically for execution of the
Works. The Contractor shall demonstrate that advance payment has been
used in this way by supplying copies of invoices or other documents to
the engineer.
62
51.4 Deleted
52. Securities
52.1 The performance Security (including additional security for unbalanced bids)
shall be provided to the Employer no later than the date specified in the
Letter of Acceptance and shall be issued in an amount and form and by a bank
or surety acceptable to the Employer, and denominated in Indian Rupees. The
performance Security shall be valid until a date 60 days from the date
of expiry of Defects Liability Period and the additional security for
unbalanced bids shall be valid until a date 28 days from the date of issue of the
certificate of completion.
53. Deleted
63
E. FINISHING THE CONTRACT
55. Completion
55.1 The Contractor shall request the Engineer to issue a Certificate of Completion
of the works and the Engineer will do so upon deciding that the work is
completed.
56.1 The Employer shall take over the Site and the Works within seven days of the
Engineer issuing a certificate of Completion.
57.1 The Contractor shall supply to the Engineer a detailed final account of
the total amount that the Contractor considers payable as full and final
settlement of all claims under the Contract for items before the end of
the Defects Liability Period. The Engineer shall issue a Defect Liability
Certificate and certify any final payment that is due to the Contractor
within 56 days of receiving the Contractor's account if it is correct and
complete. If it is not, the Engineer shall issue within 56 days a schedule
that states the scope of the corrections or additions that are necessary.
If the Final Account is still unsatisfactory after it has been resubmitted, the
Engineer shall decide on the amount payable to the Contractor and issue a
payment certificate, within 56 days of receiving the Contractor’s revised
account.
57.2 If reversal in characteristic of tender (L1 becoming L2) on account of excesses
and savings in final account is observed, the Engineer/Employer shall be
at liberty to restrict the final payment of BOQ items to the lowest
amount evaluated of the bids considering the final quantities and the
rates quoted including the rebates if any. Payment of variation items
shall however be made at the rates approved by the Employer, within 90
days from the physical completion of work.
58.2 If the Contractor does not supply the Drawings and/or manuals by the dates
stated in the Contract data, or they do not receive the Engineer’s approval, the
64
Engineer shall withhold the amount stated in the Contract Data
from payments due to the Contractor.
59. Termination
59.1 The Employer or the Contractor may terminate the Contract if the other party
causes a fundamental breach of the Contract. 59.2 Fundamental breaches
of Contract include, but shall not be limited to the following:
2. The Engineer instructs the Contractor to delay the progress of the Works
and the instructions is not withdrawn within 28 days;
65
59.3 When either party to the Contract gives notice of a breach of contract to the
Engineer for a cause other than those listed under Sub Clause 59.2 above, the
Engineer shall decide whether the breach is fundamental or not.
59.4 Notwithstanding the above, the employer may terminate the Contract for
convenience.
61. Property
61.1 All materials on the Site, Plant Equipments, Temporary Works and Works are
deemed to be property of the Employer, if the Contract is terminated because
of a Contractor’s default.
66
F. SPECIAL CONDITIONS OF CONTRACT
63. LABOUR
67
SALIENT FEATURES OF SOME MAJOR LABOUR AND OTHER LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTIONS WORK
C) Employees P.F. and Miscellaneous Provision Act 1952:-The Act Provides for
monthly contributions by the employer plus workers @ 10% or 8.33% The
benefits payable under the Act are :
D) Maternity Benefit Act 1951 :- The Act provides for leave and some other
benefits to women employees in case of confinement or miscarriage etc.
E) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for
certain welfare measures to be provided by the Contractor to contract labour and
in case the Contractor fails to provide, the same are required to be provided, by
the Principal Employer by Law. The principal Employer is required to take
Certificate of Registration and the Contractor is required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor
of Principal Employer, if they employ 20 or more contract labour.
F) Minimum Wages Act 1948 :-The Employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the Act, if
the employment is a scheduled employment. Construction of Building, Roads,
Runways are scheduled employment.
G) Payments of wages Act 1936:-It lays down as to by what date the wages are to
be paid, when it will be paid and what deductions can be made from the wages of
the workers.
H) Equal remunerations Act 1979 :- The Act provides for payment of equal
wages for work of equal nature to Male and Female workers and for not making
discrimination against female employees in the matter of transfer, training and
promotions etc.
68
bonus subject to a minimum of 8.33% of wages and maximum of 20 % of wages
to employees drawing Rs. 3500/- per month or less. The bonus to be paid
to employees getting Rs, 2500/- per month or above Rs. 3500/- per month shall
be worked out by taking wages as Rs. 2500/- per month only. The Act does
not apply to certain establishments. The newly set-up establishments are
exempted for five years in certain circumstances. Some of the State
Governments have reduced the employment size from 20 to 10 for the purpose
of applicability of this Act.
J) Industrial Disputes Act 1947 :- The Act lays down the machinery and
procedure for resolutions of Industrial disputes, in what situations a strike
or lock-out becomes illegal and what are the requirements for laying
off or retrenching the employees or closing down the establishment.
L) Trade Unions Act 1926:-The Act lays the procedure for registration of
trade unions of workmen and employers. The Trade Unions registered under the
Act have given certain immunities from civil and criminal liabilities.
M) Child Labour (Prohibition & Regulation Act 1986 :-The Act prohibits
employment of children below 14 years of age in certain occupations and
process and provides for regulation of employment of children in all other
occupations and processes. Employment of Child labour is prohibited in Building
and Construction Industry.
N) Inter – State Migrant workmen’s (Regulation of Employment &Conditionsof
service) Act 1979:-The Act is applicable to an establishment which employs
5 or more inter-state migrant workmen through an intermediary (who has
recruited workmen in one state for employment in the establishment situated in
another state).The inter-state migrant workmen, is an establishment to
which this Act becomes applicable, are required to be provided certain facilities
such as housing, medical aid, traveling expenses from home upto the
establishment and back, etc.
69
1996:-All the establishments who carry on any building or other
constructions work and employ 10 or more workers are covered under this Act.
All such establishments are required to pay cess at the rate not exceeding 2% of
the cost of construction as may be modified by the government. The Employer of
the establishment is required to provide safety measures at the Building or
construction work and other welfare measures, such as canteens, First Aid
facilities, Ambulance, Housing accommodations for workers near the workplace
etc. The Employer to whom the Act applies has to obtain a
registration certificate from the Registering Officers appointed by the
Government.
P) Factories Act 1948 :-The Act lays down the procedure for approval of
plans before setting up a factory, health and safety provisions, welfare
provisions, working hours, annual earned leave and rendering
information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing 10 persons or more with
aid of power or 20 or more persons without the aid of power engaged in the
manufacturing process.
70
(b) For the work more than Rs.100 Cr., if any of the parties is not
satisfied with the decision of the Superintending Engineer, both parties
have to refer to the #Secretary, Roads & Building Department,
Government of Gujarat for the conciliation process.
If the dispute is not resolved through the conciliation process,
contractor may refer the dispute to Gujarat Public Works Contract Dispute
Arbitration Tribunal. If the Contractor fails to refer a claim / dispute to the
Higher Authority within 14 days of the notification of the Engineer's
decision, the Contractor shall not be entitled to any additional
payment/claim if he doesn’t follow the above sequence in stipulated time.
However, during such period, he would not stop the work in any case.
71
SECTION - 4
CONTRACT DATA
72
#CONTRACT DATA
Clause
Reference
Item marked “N/A” do not apply to this Contract. With respect
To section 3
1. The Employers is [CL.1.1]
Name: Executive Engineer, Irrigation Mechanical Gate & store
Dn. 1, Vadodara
Address: 7 th Floor,C- Block , Narmada Bhavan,Jail Road,
Vadodra-390001.. Email id: eeimsdibaroda@gmail.com
Name of authorized Representative (will be intimated later)
2. The Engineer is Deput Executive Engineer, Irrigation
Mechanical Store Sub Dn. 2/2, Ukai.
Name of Authorized Representative: Shri D. M. Patel, E.E.
3. The Defects Liability Period is 3 years from the date of completion. [CL.1.1&33]
4. The Start Date shall be 1st days for the date of issue of the Notice to [CL.1.1]
proceed with the work or as per availability of site clearance from
civil wings or as per site feasibility.
5. The Intended Completion Date for the whole of work is 24 Month [CL.1.1,17&2]
after start of works & as per availability of site clearance from civil
wings.***
** Stipulated time limit of 24 months shall be calculated
considering Time Schedule for completion of different designated
parts of the work shall be as per Clause No. 5.7.0 of Section – 5 of
this contract documents.
6. The Site is located at Damanganga River. Village of Madhuban. [CL.1.1]
Tal:-Kaprada. Dist: -Valsad.
7. The name and identification number of the Contract is:_______________ [CL.1.1]
8. The works consist of “Dismantling, Manufacturing, supply, [CL.1.1]
erection Work of Gate Leaf, Horizontal girder, Arms and it's
both side walkway platform, Trunnion Assembly, Hoist bridge
including main girder, E.R.U & C.D.U Base Frame, Floating Shaft
Platform with shaft, Hoist Platform Chequared Plate, Drive
Unit Assembly Cover, Footbridge, both side downstream side
approach ladder, Gentry Crane CRAB, Hoist and Walkway
Platform it's M.S Chequared Plate, M.S Angle, Railing Pipe etc,
Replacement of Rubber seal & Colour work of 20 No's Stoplog
Gate and Dismantling, Supply, Erection, testing and
commissioning work of All Worm Reducer Gear box, electro-
magnetic brake system, Flexible Drum Coupling, Ele. Motor
And Its Control penal, Wiring for L.T for Drive Bogies -2 no’s,
C.T Drive unit Motor, Ele. Motor 60 MT Main Hoist Crane, Ele.
Motor 20 MT Auxiliary Crane etc for 60 MT & 20 MT Gantry
crane at Madhuban dam. Radial gate size 51’x 48.5'
(Damanganga Project.) Dismantled Scrap will be given to
Contractor. District- Valsad.”
9. with items as per B.O.Q. The works shall, inter alia, include the
following, as Specified or as directed:
Hydro Mechanical Gate Work
Material Procurement; Fabrication & Machining of Various
Parts/components of Radial gate, Various approach ladder & other
73
misc. item specified in the work; Site Clearance; Dismantling of old
rusted parts; Erection of Newly fabricated parts; Operating; Testing,
Rectification of the defects in the completed/ongoing work; Defect
Liability Period; Correction of defects during Defect Liability
Period; Submission of “Drawing & Other related documents as
required and other item of work may be required to be carried out
for completing work in accordance with drawing, specifications,
site requirements, to ensure dam safety and the provision of the
contract.
10. The following documents also form part of the Contract: [CL.2.3(9)]
_______________As per clause 2-3 _______________
11. The law which applies to the Contract is the law of Union of India [CL.3.1]
12. The language of the Contract documents is English [CL.3.1]
13. Limit of subcontracting 25% of the Initial Contract Price N/A [CL.7.1]
14. The Schedule of Other Contractors N/A [CL.8]
15. The Schedule of Key Personnel As per Annex – II to Section IN/A [CL.9]
16. The minimum insurance cover for physical property, injury and death is [CL13]
Rs. 5 lakhs per occurrence with the number of occurrences limited to four.
After each occurrence, the contractor will pay an additional premium
necessary to make insurance valid for four occurrences always.
17. Site Investigation report [CL.14]
18. The Site Possession dates shall be as per availability of site [CL.21]
clearance.
19. The period for submission of programme for approval of the [CL. 27.1]
engineer shall be 21 days from the issue of Letter of Acceptance.
N/A
20. The period between program updates will be ……..N/A [CL.27.3]
21. The amount to be withheld for late submission of an [CL. 27.3]
updated programme shall be Rs. ……..N/A
22. The following events shall also be Compensation Events [CL. 44]
Substantially adverse ground conditions encountered during
the course of execution of work not provided for in the bidding
document.
(i) Removal of underground utilities detected subsequently
(ii) Significant changes in classification of soil requiring
additional mobilization by the contractor, e.g. ordinary soil
to rock excavation,
(iii) Removal of unsuitable material like marsh, debris dumps,
etc. not caused by the contractor.
(iv) Artesian conditions
(v) Seepage, erosion landslide
(vi) River training requiring protection of permanent work
(vii) Presence of historical, archeological or religious
structures, monuments interfering with the works
(viii) Restriction of access to ground imposed by civil, judicial,
or military authority
23. The currency of the Contract is Indian Rupees [CL. 46]
24. The formula (e) for adjustment of prices are as under: [CL.47]
74
that commodities {i.e. ‘Cement’ (Pc), ‘Steel’ (Ps) or ‘Bitumen'
(Pb) as indicated in SBD for the purpose of Price Adjustment}
shall be clubbed with the weight component of ‘Other Material’
(Pm), such that the gross % weight of the components shall remain
as 100% .
75
Adjustment for steel component
(iii) Price adjustment for increase or decrease in the cost of
steel procured by the contractor shall be paid in
accordance with the following formula
Vs = 0.85 x (Ps/100) x R x (Si– S0)/S0
So= The all India wholesale price index for steel (Mild
Steel - Long Products Rebars) on 28 days preceding
the date of opening of Bids as published by the Office of
the Economic Adviser, Department for Promotion of
Industry and Internal Trade, Ministry of Commerce &
Industry.
76
Pb = Percentage of bitumen component of the work
Vp = 0.85 x (Pp/100)
x R x (Pi– P0)/P0
77
of Industry and Internal Trade, Ministry of
Commerce & Industry.
78
The following percentage will govern the price
adjustment for the entire contract:
1. Labour -Pl 47.63%
2. Cement – Pc 00.00%
3. Steel - Ps 36.12%
4. Bitumen – Pb 00.00%
5. POL - Pf 00.00%
6. Plant & Machinery Spares Pp 00.00%
7. Other Materials - Pm 16.25%
-----------
Total 100%
-----------
25. The proportion of payments retained (retention money) shall be {CL. 48}
6% from each bill subject to a maximum of 5% of final contract
price.
26. Amount of Liquidated damages for delay For Whole of work {CL.49}
in completion of works (1/2000)thof the Initial contract price,
rounded off to the nearest Thousand, per
day.
27. Maximum limit of liquidated damages 10 percent of the Initial {CL. 49}
For delay in completion work Contract Price rounded off to
the nearest thousand
28. Amount of Bonus for early completion Amount of bonus for early completion of
work shall be given as per CL.50 of
Section-3
29. Maximum limit of bonus for early 5 percent of the Contract {CL. 50}
Completion of work Price
30. The amount of the advance payment are {CL. 51 & 52} N/A
#Nature of Advances Amount (Rs.) Conditions to
Be fulfilled
i Mobilization 10% of the contract On submission of unconditional Bank
Price Guarantee. (to be drawn before the end
of 20% of the contract period). The
contractor may furnish four bank
guarantees of 2.5 % of each valid for the
full period.
ii Equipment 90% for new and After equipment is brought to site
50% of depreciated (provided the Engineer is
value for old satisfied That the equipment is
equipment. Total
required for performance of the
amount will be
subject to a contract) and on submission of
maximum of 5% unconditional Bank Guarantee for
of the Contract amount of advance
Price
iii Secured Deleted
79
Advance for Non-
persish able material
Brought to site
(The advance payment will be paid to the Contractor no later than 28 days after
fulfillment of the above conditions).
32. Deleted
33. The securities shall be for the following minimum amounts equivalent {CL. 52}
As a percentage of the Contract Price:
Performance Security for 5 percent of contract price plus Rs. …………….. (to
be decided after evaluation of the bid) as additional security in terms of ITB Clause
29.5.
The standard form of Performance security acceptable to the Employer shall be
an unconditional Bank Guarantee of the type as presented in Section 8 of
the Bidding Documents.
34. The Schedule of Operating and maintenance Manuals…..N/A. {CL. 58}
35. The date by which “as– built” drawings (in scale as directed) in 2 sets {CL. 58}
are required within 28 days of the issue of certificate of completion of the whole
or section of the work, as the case may be. N/A.
36. The amount to be withheld for failing to supply “as built” drawings {CL. 58}
by the Date required is Rs. ………..Lakhs. N/A.
37. The following events shall also be fundamentals breach of contract: {CL.59.2}
“The Contractor has contravened Sub- clause 7.1 and Clause 9 of GCC”
38. The percentage to apply the value of the work not completed representing {Cl 60}
the Employer’s additional cost for completing the Works shall be 20 per cent.
80
SECTION - 5
TECHNICAL SPECIFICATION
81
TECHNICAL SPECIFICATION
NAME OF WORK: - Dismantling, Manufacturing, supply, erection Work of Gate Leaf,
Horizontal girder, Arms and it's both side walkway platform, Trunnion Assembly, Hoist
bridge including main girder, E.R.U & C.D.U Base Frame, Floating Shaft Platform with
shaft, Hoist Platform Chequared Plate, Drive Unit Assembly Cover, Footbridge, both side
downstream side approach ladder, Gentry Crane CRAB, Hoist and Walkway Platform it's
M.S Chequared Plate, M.S Angle, Railing Pipe etc, Replacement of Rubber seal & Colour
work of 20 No's Stoplog Gate and Dismantling, Supply, Erection, testing and
commissioning work of All Worm Reducer Gear box, electro- magnetic brake system,
Flexible Drum Coupling, Ele. Motor And Its Control penal, Wiring for L.T for Drive Bogies
-2 no’s, C.T Drive unit Motor, Ele. Motor 60 MT Main Hoist Crane, Ele. Motor 20 MT
Auxiliary Crane etc for 60 MT & 20 MT Gantry crane at Madhuban dam. Radial gate size
51’x 48.5' (Damanganga Project.) Dismantled Scrap will be given to Contractor. District-
Valsad.
5.1.0 GENERAL DESCRIPTION AND CONDITIONS OF THE WORK: -
5.1.1 LOCATION: -
The site of Madhuban dam is on Damanganga River, near Madhuban, Taluka: -Kaparada,
District:- Valsad.
The dam site is situated near Madhuban Colony. The dam is situated at a distance of 150 Km
away from Surat city and can be reached by road via silvassa from Surat. It can be also
approached by road via silvassa from Surat.
The nearest town is Silvassa connected to the main spillway about 10 Km away.
The Taluka head quarter is Valsad and District head quarter is Valsad. The site is approachable
by bus/train.
5.1.2 SUBSITE: -
If tenderer desire to do work as per drawing and scope of work included in this tender at their
workshop full details of location of work shop should be given in the tender& mention in the
tender to approve such place as sub site work as facility for fabrication work etc.
If such workshop is approved as sub site of work the tenderer shall be required transport the
material and parts on site of work at his own cost and no extra claim shall be entertained &no
extra payment will be made on account of such transport of parts and materials.
5.1.3 GUARANTEE: -
The contractor shall fully be responsible for guarantee of smooth performance of gate
82
Repairing work for gates under all operating condition to the full satisfaction of Engineer-in-
charge. The operation of the system is commenced during or after monsoon, any parts of the
gates are found defective due to bad workmanship or defective material contractor shall
repaired/replaced at his own expense as directed by the Engineer-in-charge.
5.1.4 SAFETY MEASURES: -
All safety measures should be strictly maintained by the tenderer to prevent any accident.
5.1.5 GENERAL OUTLINE RADIAL GATE: -
(A) Radial Gates: -
The general arrangement of Radial gate is given in drawing. The radial gate has an upstream
skin plate bent to an arc with convex surface of the arc on the upstream side. The center of the
arc is at the center of the trunnion pins, about which the gate rotates. The skin plate is
supported by suitably spaced vertical stiffeners; these are supported by suitably spaced
horizontal girders which are supported by radial arms. The arms transmit the water load to the
trunnion /yoke girder. Suitable seals are provided along the curved ends of the gate and along
the bottom. The upstream face of the gate rubs against the top seal as the gate is raised or
lowered. Guide rollers are also provided to limit the sway of the gate during raising or lowering.
(a) Gate Assembly:
Consisting of a skin plate strengthened by the radial ‘T’, top & bottom horizontal girders, arm
assembly, trunnion assembly, yoke girder assly, bracing angle, stiffeners plate, side and bottom
rubber seals, arm railing arrangement, ladder assembly etc.in radial gate. The spillway is located
with 10 number of radial gates of size 15.5448 x14.02 Mtr.
83
5.1.6 COMMUNICATION: -
i) Marketing: The nearest place for ordinary marketing is Silvassa situated at approx. 10
kmaway from dam site.
ii) Railways: The nearest Railway station is Vapi city nearly approx. 31 Km away from dam site.
ii) Road: The Dam site is situated on National highway 48 Ahmedabad to Mumbai highway.
84
labour.
b) Water supply: -Contractor will have to make his own arrangement for water supply for work
as well as for colonies or campus, which may be established by him. Wells of farmers exist in
nearby area. Suitability for domestic and constructional use may have to be established in
advance.
c) Medical Aids: -Government and private Hospital facilities are available at near silvassa city.
However, the contractor will have to make his own arrangement for medical services for his
labor sand staff.
d) Electric Power: - Contractor will have to arrange for supply of power including maintenance
shall be borne by the contractor and paid directly to the concerned authorities. He shall comply
with all the requirements for purchase and use of electric power.
e) Supply of Diesel, Petrol and Oil: -Contractor shall have to make his own arrangements for
procuring the fuel required by him.
f) Climate and working Season: -Since rainfall is confined mainly to the period starting from
middle of June to the end of October, it may be necessary to close the work of repairing during
the monsoon.
5.2.1 GENERAL TECHNICAL SPECIFICATION: -
TECHNICAL SPECIFICATION FOR FABRICATION: -
The structural steel material used in this work shall as per IS: 2062-2011. Testing of various
structural steel materials, Casted materials, S.S. materials, welding rods, etc. to be used in the
work as per drawing & specification will be carried out by Engineer in charge before fabrication.
WORKMANSHIP AND DEFECTIVE MATERIAL:
All work shall be performed and completed in a through workman like manner to the best
Modern practice in the manufacturer and fabrication of material of the types covered by these
specifications. The work shall be carefully performed to the satisfaction of engineer in charge.
The contractor shall check materials furnished before using the same in the work. If any
defective materials found due to workmanship during fabrication the contractor shall bear all
costs of the correction in the field of any errors for which contractor is responsible.
Workmanship shall confirm to the latest standard laid down in IS Institute and IS specification.
INSPECTION AND TESTS:
All materials, parts, equipment, furnished shall be of specification as stated in the tender. All
work performed shall subject to rigid inspection have been completed or certified copies of
reports of results of tests and analysis have been accepted. Duplicate copies of manufacturers’
85
test certificate shall be submitted to the dept. as per the tests condition of contract. The
Engineer-in charge reserved to himself the right of having at contractor’s risk and cost any
inspection or test of reasonable nature carried out in addition to the routing tests specified in
the appropriate Indian standard or British or American/DIN standard.
PLACE OF MANUFACTURER AND INSPECTION:
The tendered shall be stated in his tender the place of manufacture, testing and inspection of
various portions of the work included in the contract. Authorized representative of the Govt.may
be present at the time of any or all the tests and the tenderer shall provide all necessary facilities
for the same. Representative of Govt. shall be entitled to assess to tenderer work at anytime for
the purpose or inspection of the manufacture of equipment and materials.
STRAIGHTENING OF MEMBERS:
Before being laid off worked in any manner, structural steel shall be straight without twists,
bends, wrinkling and if straightening is necessary, it shall be done in a method which shall not
injure the metal to ensure good welding and fitting of members, all steel shall be cleaned of dirt,
mill scale and rust prior to fabrication.
SHEARING, CHIPPING AND GAS CUTTING:
Shearing, chipping and gas cutting shall be performed carefully and all portions of the work
which is exposed to view shall present a neat appearance. Planning or finishing of sheared or cut
edges of plate or shapes will not be required except as noted in this specification.
EDGES TO BE WELDED:
The edges of plates and shapes to be joined by welding shall be properly formed to suite the
type of welding selected. Where plates and shapes have been sheared the edges to be joined by
welding shall be machined or chipped to should metal plates and shapes to be fillet welded shall
have their edges prepared in the shop for the type of weld selected.
BENT PLATES AND SHAPES:
Where bending or forming of plates or shapes is required the plates or shapes shall be bent by
cold forming. Heating and hammering to correct bend shall not be permitted.
DRILLING AND REAMMING:
Except where reaming to size or tapping is required or where tight holes or dowels are to be
used, full sized drilled or reamed holes shall be not less than 0.75 mm or not more than
1.5mmlarger than the nominal diameter of the rivet or bolt used. Holes shall be accurately.
5.2.2 TECHNICAL SPECIFICATION FOR ERECTION: -
GENERAL:
86
If any changes required to be done in fabrication parts of radial gates and hoist for keeping them
in alignment while erection, the same should be done by contractor without any extra cost but
with prior approval of Engineer-in-charge. Further any minor distortion in gate and other
fabricated parts occur while transporting to erect onsite shall be attended by the contractor
without any extra cost.
GENERAL DETAILS FOR ERECTION:
Care shall be taken during erection to handle and properly support all materials and pieces so
that they are not bent, distorted or otherwise damaged. Temporary bracing as may be required
shall be provided to take care of all temporary stress of erection equipment or other
construction loads. These bracing shall be left in place as long as they may be required for
protection of work and safety of workman. In the event of any damage caused to any pieces or
material, the same shall be rectified by the tenderer as required and without any extra cost. All
parts shall be accurately assembled and erected to established lines and levels as shown in the
drawings. The match marks as marked in the fabrication shop shall be correctly and carefully
followed. Before final welding is done, dimensions and alignments of skeleton assembly made
ready for such gate shall be checked and repeated after the final welding is done or after second
stage concrete is poured as the case may be. Visual inspection of all welds shall be carried out
during and after erection.
DRAWING:
The tenderer shall check the drawing / Sketches carefully and advice the Engineer-in-charge for
any error or omissions discovered and after consultation with Engineer-in-charge and only after
obtaining his written consent regarding the changes the contractor should start further work
overreaction.
The materials required by the specifications but not definitely designated as to make type trade
name etc. shall be of standard quality, approval of which should be obtained from Engineer-in
charge.
TOLERANCE: -
Where tolerance and fits are not specified on drawing the contractor shall follow the modern
shop practice. Due consideration shall be given to special nature of function of parts and other
corresponding accuracy required to secure proper operation. The tolerance in general shall be
as per Appendix- ‘D’ of IS: 4623-2000.
STRAIGHTENING OF MEMBERS: -
Before being laid off of worked in any manner structural steel shall be checked for being straight
87
without twists, bends wrinkling and if straightening or other rectifications is necessary it shall
be done in a method which shall not injure the metal. To ensure good welding and fitting of
members, all steel shall be cleaned of dirt, mill scale and rust prior to joining and fabricating.
SHEARING, CHIPPING AND GAS CUTTING: -
Shearing, chipping and gas cutting shall be performed carefully if required and all portion of the
work which remains exposed view shall present neat appearance.
5.2.3 WELDING:
GENERAL: -
All welding shall be carried out in accordance with the code of practice for metal welding for
general construction in mild steel (IS: 814-2004) revised up to date unless otherwise specially
permitted. The electrode used for welding should as per IS: 814-2004. The make and type of
electrodes used must be got approved from Engineer-in-charge.
The sizes and shapes of welding to be done shall be shown in the drawing. In case of ambiguity
the decision of Engineer–in-charge will be final and binding. A.C. supply may be used for general
purpose welding but where the electrode manufacturer or the Engineer-n-charge recommends
the use of D.C. supply for better quality of welding for specific electrodes or job applications, the
contractor shall use D.C. arc welding generating set/ rectifier.
ELECTRODES: -
General information of the electrodes recommended to be used for manual welding is given
below. The electrodes shall be of the standard make and as per IS specification given below.
ELECTRODE FOR GENRAL PURPOSE WELDING:
A heavy titanium flux coated all position Radiography quality conforming to AWS coding E 6013
and IS 814-2004 code No- ER 4221X/4211X similar to Adwani, Oerlikon, over cord electrodes.
These electrodes may be used for welding joints and plates below 7/8” or 22 mm thickness.
ELECTRODES FOR WELDING HEAVY SECTION:
A heavy low hydrogen flux coated E-7016 and IS 814-2004 coding EB 5314 H2X nearest to
Adwani Orelikon “univers-W” electrodes suitable for AC/DC welding shall be used. These
electrodes are recommended for welding heavy sections having thickness 7/8” or more
important of complicated joint and were M.S. and cast steel are to be welded. The electrodes
must be dried in a suitable oven before use.
5.2.4 PAINTING: -
All components covered under this tender shall be cleaned, treated and painted in accordance
with the procedure stated here after.
88
PREPARATION OF SURFACE:
Surface preparation shall be in accordance with the following procedure. Weld spatter or any
other surface irregularity shall be removed by any suitable means before cleaning.
The surface to be painted shall be cleaned of all rust, dirt, mill scale, old paint and other tightly
adhering objectionable substances by proper cleaning to get uniform bright base metal as
directed by Engineer in charge. Any grit or dust remaining from the surface should be removed
by brushing, air blowing, suction or other effective means before the surfaces is painted.
In the event that rust forms of the surfaces become otherwise contained in the interval between
the cleaning and painting re-cleaning will be required. Surfaces on nickel, bronze and machined
surfaces adjacent to metal work being cleaned or painted shall be protected by marking with
taper by other suitable means during the cleaning and painting operation.
APPLICATION PROCEDURE:
The paints and primers of reputed brands namely (i) Shalimar Paints Ltd. (ii) Asian Paints (iii)
Berger India Ltd. (iv) Johnson & Johnson (v) Good lace & Nerolac(vi) Arcoy Paints and such
other brands having I.S marks shall be used only after prior approval from Engineer–in–charge.
Total paint thickness must be complete with all material, labour,tools, consumables
,scaffolding,etc. for gates & its parts as directed by the Engineer-in-charge.
5.2.5 TESTING OF MATERIALS & WORKS: -
(1) In connection with Clause No. 34 of This Contract:- The necessary testing of material will
be done by Department before using the same in the work.
(2) All materials before being incorporated in the work shall be inspected & required testing
will be done before being approved by the Engineer-in-charge. Any work on which such
materials are used without prior inspection & when necessary prior testing& without
approval or written permission of the Engineer-in-charge, it is liable to be considered as
unauthorized, Defective & not acceptable.
(3) The periodical tests to be carried out on materials shall be specified by the Engineer-in-
charge from time to time & the contractors shall allow to all facilities & co-operation
towards collection of samples etc. Unless otherwise specified elsewhere, all tests samples
as well as labour for collection of samples for tests will be supplied by contractor free of
cost to the Government.
(4) The supply of sample & carrying out of such tests is subject to approval & provided for or
clearly intended in the contract & is carried out either at site of work or manufacturer’s
place specified in the contract documents.
89
(5) The supply of the sample & carrying out of such test is not provided for or clearly
indicated in the contract, but on testing the materials if found defective it should be
rejected.
(6) Any additional tests are to be carried out or over & above those specified in the technical
specifications. The contractor shall, however supply all material required for tests & also
make good at his cost with materials & similar for other materials as maybe directed by &
to the satisfaction of the Engineer-in-charge. An authorized representative of the
contractor shall remain present at the time when the sample or cores etc. are taken &
shall be authenticated the facts if so require. When the contractor’s agent fails to remains
present at aforesaid time, the sample or cores etc. taken by the Engineer–in–charge or his
representative shall be considered as authentic. The contractor will however, be
informed about the details of such sample & cores etc. have been taken.
5.2.6 STEEL & OTHER MATERIALS: -
The steel shall be procured by the contractor. The necessary testing of material will be
done by Department before using the same in the work. As per Government GR No.
PARACH/ 1097/ 1397 (II)Part File/K-1(MI cell) Dated 12/01/2013, the testing charges
of materials will be borne by government and 1% testing charge will be deducted from
contractor’s bills.
If the quality of steel does not confirm to the required Indian standards as stated in the
tender such steel shall be removed from the site of work by the contractor at his own
risk and cost.
The contractor shall make suitable arrangements for the storage of the steel procured &
Engineer in charge or his representative shall have the authority at all times to
inspect the storage arrangements & suggest modification & improvements if any. The
contractor shall comply with the same with no extra cost. The storage arrangement shall
be such as to convenient for inspection & checking of materials.
The contractor shall at all-time maintain proper records showing the basis of the indent,
the receipt & utilization of the steel. The contractor shall keep & these all-time open for
inspection by the Engineer or his authorized representatives.
90
Materials of following “Make” will be utilized during work as per the gate work
S.O.R. of Year 2024-25 & As per Govt. Approved DTP by govt. letter no. D.T.P-2018-
70-2-H Dt. 22/01/2018. No- equivalent “Make” will be allowed.
Sr.No. Material Make
1 Structural Steel SAIL, Essar, Jindal, J.S.W, Ambica, Tata,
Monnet, Ispat, SKS Ispat
2 M. S Welding electrodes Manglam, Ador (Advani Oerlikon), Noble,
ESAB,Equator
3 S. S Welding Electrodes Manglam, Ador (Advani Oerlikon), Noble,
ESAB,Equator
4 G.I. pipe Class-B Asian, Ambica, Tata.
5 Paint Material Asian, Berger, Shalimar, Arcoy, ICI, Sarika or
equivalents
6 High Tensile Bolt Unbrako, TVS, Caparo
7 Plummer Block P S C, J & J, U S A
8 Bearing ARB, N.B.C, FAG, ZKL or SKF, Tata
9 Worm Reducer size 14" Ratio Tecon, Elecon, Premium, Yash)
60:1, Type-U, Double I/O shaft, in
put 32.88 HP, 750 RPM, Output
Torque 1640 Kg.M
10 Worm Reducer size 8" Ratio 60:1, Tecon, Elecon, Premium, Yash)
Type-U, Double I/O shaft -1 no, in
put 14.95 HP, 1000 RPM, Output
Torque 481 Kg.M
11 Worm Reducer-2no's size 7" Tecon, Elecon, premium, Yash)
Ratio-70:1, hollow shaft, HP
Rating 7.40 KW at Input speed
750 RPM Output Torque 355
kg.m.
12 Worm Reducer size 5” Ratio 70:1, Tecon, Elecon, Premium, Yash)
Double I/O Shaft, HP Rating 3.46
KW, 750 RPM, Output Torque
156.8 Kg.M
13 Thruster Operated Brake Drum Sterling, Automech
Dia. 300mm Braking Torque: 65
KGM,thrust: 45 KGS Insulation:
Class B Rating: Continuous
Supply: 415 V AC, 3 Phase, 50 Hz
14 Thruster Operated Brake Drum Sterling, Automech
91
Dia. 200mm Braking Torque: 20
KGM,thrust: 18 KGS Insulation:
Class B Rating: Continuous
Supply: 415 V AC, 3 Phase, 50 Hz
15 Thruster Operated Brake Drum Sterling, Automech
Dia: 150mm Braking Torque: 9
KGM,thrust: 18 KGS Insulation:
Class B Rating: Continuous
Supply: 415 V AC, 3 Phase, 50Hz
16 Pin Bush Flange Coupling. Elecon, Fenner
17 Electric Motor CROMPTON GREAVES, BHARAT BIJALI,
KIRLOSKAR, GEC , JYOTI , L & T , HAVELLS,
18 Control panel parts L&T, Siemens, C&S, Yaskawa, Sniders,
SCHNIEDER, ABB, Siemens,
19 Limit switches L&T, BCH, Siemens, or Jhonson
20 Paint Material Asian, Berger, Shalimar, ICI, Sarika, Arcoy,
Johnson & Johnson, Good lace, Nerolac
21 Rubber seal Natural rubber Kailash, Lion, Elphiepoly
(Extrusion Process)
22 Other Materials Approve By Engineer Incharge.
92
/purchased and transported to the concern gate sites by the Contractor.
(2) The available drawings of required gate parts will be provided to the contractor. Even
though the contractor for the work should visit the sites before carrying out any work to
ascertain the different dimensions required for gate repairing/ strengthening work.
(3) The contractor for the work should be well acquainted with the tools and tackles and
techniques of work. The entire work should be done as per the directions of the Engineer-in-
charge and in case of any disputes pertained to the work, the decision of the Engineer-in-charge
should be treated as final.
(4) All the required fabrication & erection work shall be carried out in thorough workman like
manner equivalent to best modern practice in similar equivalent type of work.
(5) Any damage to civil or mechanical structure of dam during execution of work should be the
responsibility of contractor and such damage should be rectified by contractor at his own risk
and cost as per the directions of the Engineer-in-charge and to the satisfaction to him.
(6) Any accident or damaged to mankind during the work will be the full responsibility of
Contractor.
(7) Tenderer is advised to visit site before quoting for the tender.
(8) At the time of work if situation may arise to carry out work in submerged water condition
than it has to be done at no extra cost.
(9) All the materials used for this work shall conform to the prevailing I S: All the section of
structural steel utilized in fabrication work shall be of IS: 2062-2011 and necessary testing of
material should be done by Department in Government approved/NABL approved laboratory.
All testing charges will be borne by Government. Testing charges @ 1% will be deducted from
R.A bills of contractor as per Government G.R. No. PARACH/1097/1397(II) Part File/K-1(MI
Cell) dated 12/01/2013.
5.3.0 SCOPE OF WORK:-
Dismantling, Manufacturing, supply, erection Work of Gate Leaf, Horizontal girder, Arms and it's
both side walkway platform, Trunnion Assembly, Hoist bridge including main girder, E.R.U &
C.D.U Base Frame, Floating Shaft Platform with shaft, Hoist Platform Chequared Plate, Drive Unit
Assembly Cover, Footbridge, both side downstream side approach ladder, Gentry Crane CRAB,
Hoist and Walkway Platform it's M.S Chequared Plate, M.S Angle, Railing Pipe etc, Replacement
of Rubber seal & Colour work of 20 No's Stoplog Gate and Dismantling, Supply, Erection, testing
and commissioning work of All Worm Reducer Gear box, electro- magnetic brake system,
Flexible Drum Coupling, Ele. Motor And Its Control penal, Wiring for L.T for Drive Bogies -2
93
no’s, C.T Drive unit Motor, Ele. Motor 60 MT Main Hoist Crane, Ele. Motor 20 MT Auxiliary Crane
etc for 60 MT & 20 MT Gantry crane at Madhuban dam. Radial gate size 51’x 48.5' (Damanganga
Project.) Dismantled Scrap will be given to Contractor. District- Valsad. of Total:-26 items,
which are as per as under:
1. Providing of temporary locking & fixing arrangement of arms & replacement of gate leaf,
top, 2 no’s intermediate & bottom horizontal girders, assly in gate with providing
required structural steel for locking & fixing pieces of angles & channels on spillway ogee
structure of arms in both side and Removing of said temporary locking & fixing
arrangements after rectification work in gate including cost of material, labour, gas for
cutting ,tools, tackle, scaffolding, safety equipments, transportation, dismantled scrap
material of locking & fixing removed from this work will be given to contractor etc as per
specification & instruction of engineer In Change for 51' x 48.5' size in radial gate of
Madhuban Dam (Damanganga Irri. Project). Gate Number 6,8 and 10.
2. Dismantling, Fabrication, supply, Erection work of Gate leaf it's Skin Plate, Vertical &
Horizontal stiffeners, Vertical tee, Lifting bracket, guide roller, Rubber seal & its
clamping, etc for Radial Gate No. 1,2,3,4,5,7,9. Complete work in Gate with two coats of
Zinc rich primer and two coats of black epoxy paint etc including cost of gas cutting,
welding, labours, materials, tools, tackles, scaffolding, transportations, Radiography
Testing, etc as per standard drawing and specification and Actual site situation &
Instruction of Engineer In charge for Radial Gate Size : 51' x 48.5'. Dismantled Scrap will
be given to Contractor @ Damanganga Reservoir Project, Madhuban Colony. Total-07
No’s Gate.
3. Dismantling, Fabrication, supply and Erection work For Radial Gate No-1, 2, 3, 4, 5, 7, 9 of
all Horizontal girder (4 no’s) and it's bracing, Railing angle, Railing Pipe etc. And Only
Dismantling and Re-erection of maintenance ladder. Complete work in Gate with two
coats of Zinc rich primer and two coats of black epoxy paint etc including cost of gas
cutting, welding, labours, materials, tools, tackles, scaffolding, transportations, etc as per
standard drawing and specification and Actual site situation & Instruction of Engineer In
charge for Radial Gate Size : 51' x 48.5'. Dismantled Scrap will be given to Contractor @
Damanganga Reservoir Project, Madhuban Colony. Total-07 No’s Gate.
4. Dismantling, Fabrication, supply and Erection work of all arms (8 no’s)/gate, its bracing
& Top Hand Railing on Both etc. Complete work in Gate with two coats of Zinc rich
primer and two coats of black epoxy paint etc including cost of gas cutting, welding,
94
labours, materials, tools, tackles, scaffolding, transportations, etc as per standard
drawing and specification and Actual site situation & Instruction of Engineer In charge
for Radial Gate Size : 51' x 48.5'. Dismantled Scrap will be given to Contractor @
Damanganga Reservoir Project, Madhuban Colony. Total-10 No’s Gate.
5. Fabrication, supplying and erection of new walkway platform 350 x 12000 mm long on
Middle arm 4 no's / gate includes cost of material, labour, tools, tackles, scaffolding,
transportation, painting to new steels of both walkway platform with railing, etc as per
actual requirement of site situation & specification for Radial gate Size-51' x 48.5' 10
no's of madhuban dam (Damanganga Project).
6. Removing of old Existing arm-trunnion assembly by gas cutting & erection with joining
new trunnion assembly i.e. trunnion, trunnion pin, trunnion bush , trunnion lock plate ,
H T bolts for pin locking & S S Plug / oil cup etc in new arm by welding of m s & cast steel
welding rod. Including material, labour, hydraulic jack, drilling, threading, tapping, gas,
tools, tackles, cutting, welding, scaffoldings, transportation, painting and recovery of
trunnion , trunnion pin, bush, lock plate etc dismantled scrap material will be given to
agency etc. as per direction of Engr In charge & specification of 51' x 48.5' Radial gate of
Madhuban dam (Damanganga Project.)-2 no /Gate.
7. Removing of old Existing arm-trunnion assembly by gas cutting & erection with joining
same trunnion with new arm by welding of m s & cast steel welding rod after servicing of
trunnion with replacement of trunnion pin, bush, lock plate, H T bolts for pin locking & S
S Plug / oil cup and assembling the trunnion components with oiling greasing etc.
including material, labour, hydraulic jack, drilling, threading, tapping, gas, tools, tackles,
cutting, welding, scaffoldings, transportation, painting to old trunnion and recovery of
trunnion pin, bush, lock plate dismantled scrap material coming during work will be
given to agency etc. as per direction of Engr In charge & specification of 51' x 48.5’ Radial
gate of Madhuban dam (Damanganga Project.)-2 no /Gate.
8. Replacement of existing Trunnion- Arms nut-bolt and Fitting of New Trunnion- Arms
High Tensile nut-bolt including cost of materials, labour, gas for cutting, welding, tools,
tackles, scaffolding, transportation, painting & dismantled scrap materials coming from
this work will be given to contractor etc as per actual requirement of site situation &
specification for Radial gate Size-51' x 48.5’ 10 no's at madhuban dam (Damanganga
Project).
9. Dismantling, Fabrication, and Erection work of Hoist bridge (Intermediate pier) for Hoist
95
System of Radial Gate including Main Girder, flange and base plate, stiffener plate etc
with testing at radial Gate with all accessories Including cost of material, gas cutting,
labour, site welding in pieces, tools, tackles, scaffolding, transportation, black epoxy
painting with zinc primer painting etc. Complete as per drawing, specification & direction
of Engr. In charge for Radial Gate size-51' X 48.5' of madhuban dam at Damanganga Irri.
Project. Total=9 no's.
10. Dismantling, Fabrication, and Erection work Hoist bridge (End pier) for Hoist System of
Radial Gate including Main Girder, flange and base plate, stiffener plate etc with testing
at radial Gate with all accessories, etc Including cost of material, gas cutting, labour, site
welding in pieces, tools, tackles, scaffolding, transportation, black epoxy painting with
zinc primer painting etc. Complete as per drawing, specification & direction of Engr. In
charge for Radial Gate size-51' X 48.5' of madhuban dam at Damanganga Irri. Project.
Total=2 no’s.
11. Dismantling, Fabrication, supply and Erection work End Reduction Drive Unit Assembly
base frame, Floating Shaft Hoist Platform its Main Girder, channel, ms chequared plate,
ms floating shaft with railing angle, pipe etc. with supply, fitting work of Protective Type
Pin Bush flange Coupling & Split Bush for Std. plumber block for Hoist System. And only
Dismantling & Re-Erection of Existing ERU Gear Box Assembly for Radial Gate put it into
running condition with Testing of E.R.U Drive at radial Gate with all accessories etc.
Including cost of material, gas cutting, labour, site welding in pieces, tools tackles,
scaffolding, transportation, black epoxy painting with zinc primer painting etc. Complete
as per drawing, specification & direction of Engr. In charge for Radial Gate size-51' X
48.5' of madhuban dam at Damanganga Irri. Project. Total Number of Gate= 10 nos. =2
No’s E.R.U/ Gate.
12. Dismantling, Fabrication and erection of new C.D.U base frame it's ms channel, ms Angle,
ms chequared plate and only Dismantling & re-erection work of Existing Diesel engine,
forward reverse gear box, magnetic brake, dog clutch, starter, control penal & tyre
coupling and put into running condition with testing at radial Gate with all accessories
etc. Including cost of material, gas cutting, labour, site welding in pieces, tools tackles,
scaffolding, transportation, black epoxy painting with zinc primer painting etc. complete
as per drawing, specification & direction of Engr. In charge for Radial Gate size-51' X
48.5' of madhuban dam at Damanganga Irri. Project. Total Number of Gate = 10 nos.=1
no’s/Gate = 10 No’s.
96
13. Dismantling, fabrication and Erection Work of All Hoist Platform of Intermediate pier &
End Pier its 8 mm chequared plate, channel, railing angle, railing piper etc for Hoist
System of Radial Gate with all accessories Including cost of material, gas cutting, labour,
site welding in pieces, tools, tackles, scaffolding, transportation, Enamel paint with
primer painting etc. complete as per drawing, specification & direction of Engr. In charge
for Radial Gate size-51' X 48.5’ of madhuban dam at Damanganga Irri. Project.
14. Dismantling, fabrication and Erection Work of Drive Unit Assembly cover (Intermediate
piers) its cover, frame for Hoist System for Radial Gate put it into working condition with
testing at radial Gate with all accessories etc. Including cost of material, gas cutting,
labour, site welding in pieces, tools tackles, scaffolding, transportation, applying Painting
Two coats of zinc rich primer & two coats of enamel paint etc. complete as per drawing,
specification & direction of Engr. In charge for Radial Gate size-51' X 48.5' of madhuban
dam at Damanganga Irri. Project. Total= 9 No’s.
15. Dismantling, fabrication and Erection Work of Drive Unit Assembly Cover (End piers) its
cover, frame for Hoist System for Radial Gate put it into working condition with testing
at radial Gate with all accessories etc. Including cost of material, gas cutting, labour, site
welding in pieces, tools tackles, scaffolding, transportation, Painting Two coats of zinc
rich primer & two coats of enamal paint etc. inclusive of painting, labour, scaffolding,
tools and tackles etc. complete as per drawing, specification & direction of Engr. In
charge for Radial Gate size-51' X 48.5' of madhuban dam at Damanganga Irri. Project.
Total= 2 No’s.
16. Dismantling, Manufacture, Supply, fabrication and erection of Footbridge including cost
of materials, labour, gas for cutting, welding, bending, tools, tackles, scaffolding,
transportation, painting & dismantled scrap materials coming from this work will be
given to contractor etc as per actual requirement of site situation & specification for
Radial gate Size-51' x 48.5' 10 no's at madhuban dam (Damanganga Project).
17. Dismantling, Manufacture, Supply, fabrication and erection of New Left Side (Gate No-1 )
downstream side approach ladder for footbridge of radial gate including cost of
materials, labour, gas for cutting, welding, bending, tools, tackles, scaffolding,
transportation, painting & dismantled scrap materials coming from this work will be
given to contractor etc. as per actual requirement of site situation & specification for
Radial gate Size-51' x 48.5' madhuban dam (Damanganga Project).
18. Dismantling, Manufacture, Supply, fabrication and erection of New Right Side (Gate No-
97
10 ) downstream side approach ladder for footbridge of radial gate including cost of
materials, labour, gas for cutting, welding, bending, tools, tackles, scaffolding,
transportation, painting & dismantled scrap materials coming from this work will be
given to contractor etc. as per actual requirement of site situation & specification for
Radial gate Size-51' x 48.5' madhuban dam (Damanganga Project).
19. Transportation of Stop log gates (10 nos. size: 16.50 mtr x 2.1 mtr x 1.43 mtr ) dam Store
to dam site Then after completed work Again in the same place Transportation of Stop
log gates (10 nos. size: 16.50 mtr x 2.1 mtr x 1.43 mtr ) dam site to dam store aprox 1 km
away from dam main spillway including loading, unloading and proper stacking without
damage the stop log gates at Damanganga Reservoir project, Dist Valsad.
20. Replacement of old bottom and side rubber seal and New fitting of bottom and side
rubber seal and colour work for Bottom Old Stop log Tier with all other accessories
including cost of materials and all other required materials, painting , labour,
scaffolding, tools and tackles etc. complete as per drawing, specification and instruction
of Engineer in charge at Madhuban Dam. ( BOTTOM TIER )-02 No’s.
21. Replacement of old bottom and side rubber seal and New fitting of bottom and side
rubber seal and colour work for Intermediate old Stop log Tier with all other accessories
including cost of materials and all other required materials, painting , labour,
scaffolding, tools and tackles etc. complete as per drawing, specification and instruction
of Engineer in charge at Madhuban Dam. ( INTERMEDIATE TIER )-18 No’s.
22. Providing Gantry crane operation services for stoplog gates lowering, lifting and stacking
at main spillway gate including cost of material, labour, tools, tackles etc complete as per
direction of engineer in charge for Damanganga Reservoir project Madhuban Dam at
Silvasaa, Dist.Valsad
23. Dismantling, Manufacture, Supply, fabrication and erection of CRAB Platform, Hoist
Platform, Walkway Platform its M.S Chequared Plate, M.S Angle, Railing Pipe etc. And
Dismantling, Supply, Erection, testing and commissioning work of All Worm Reducer
Gear box, electro- magnetic brake system, Flexible Drum Coupling, Protective type pin
bush coupling, Plummer Block, Bearing etc with all accessories for operating testing on
spillway stop log gate elements with including cost of all materials, machinery, labour,
cutting, bending, aligning, anchoring, welding, finishing, cleaning, greasing, applying
Painting two coats of enamel paint and two coats of zinc rich primer etc as per standard
drawing and specification and Actual site situation & Instruction of Engineer In charge
98
for size 60 MT/20 MT Gantry Crane. Dismantalled Scrap will be given to Contractor @
Damanganga Reservoir Project, Madhuban Colony.
24. Providing of temporary jacking, locking, unlocking, lifting & refitting of L H & R H side
drive boggy assly, frame of long travel drive unit and main column having counter weight
of 60 M T capacity gantry crane by providing required structural steel, wooden slippers
for locking & supporting & using of heavy capacity hydraulic jack to main frame of L.T
Drive for dismantling & repairing of main wheel in L T. Drive with reinstalled dully
repaired main wheels one by one as per actual requirement of site situation in long travel
drive unit including cost of material, labour, gas for cutting ,tools, tackles, scaffolding
,safety equipments, material handling, transportation, dismantled scrap materials
removed from this work will be given to contractor etc complete as per direction of
engineer in charge & specifications for Damanganga Reservoir project Madhuban Dam at
Silvasaa, Dist.Valsad.
25. Dismantling, Supply, fitting, testing and commissioning work of Ele. Motor And Its
Control penal, Wiring for Long Travel Mechanism for Drive Bogies -2 no’s, Crab Travel
Drive unit Motor, Ele. Motor 60 MT Main Hoist Gentry Crane, Ele. Motor 20 MT Auxiliary
Gentry Crane, etc for 60 MT/20 MT Gantry crane and Only Supply & Testing of 1 no's 15
HP Motor for CDU. Cost of material, labour, gas for cutting, tools, tackles, scaffolding,
safety equipments, material handling, transportation, dismantled scrap materials
removed from this work will be given to contractor etc complete as per direction of
engineer in charge & specifications for Damanganga Reservoir project Madhuban Dam at
Silvasaa.
26. Providing steel as per IS 2062, Fabrication and erection work for structure of gate and its
parts considering actual site requirement i.e. packing, alignment, strengthening and
requirement of necessary, work at the time of repairing etc. This Item will be operated
only if required as per actual site situation & requirement and it includes the cost of
material, labour, tools, tackles, scaffoldings consumable, transportation, etc complete as
per site requirement and instructions of Engineer- in Charge.
5.4.0 ITEMWISE SPECIFICATION: -
ITEM NO-1
Providing of temporary locking & fixing arrangement of arms & replacement of gate leaf,
top, 2 no’s intermediate & bottom horizontal girders, assly in gate with providing
required structural steel for locking & fixing pieces of angles & channels on spillway ogee
99
structure of arms in both side and Removing of said temporary locking & fixing
arrangements after rectification work in gate including cost of material, labour, gas for
cutting ,tools, tackle, scaffolding, safety equipments, transportation, dismantled scrap
material of locking & fixing removed from this work will be given to contractor etc as per
specification & instruction of engineer In Change for 51' x 48.5' size in radial gate of
Madhuban Dam (Damanganga Irri. Project). Gate Number 6, 8 and 10.
The work for this item is to be carry out by tenderer as per mentioned below in radial gate sr. no
6, 8, 10 (3 No’s) no’s radial Gate. Required structural steel material, labour, gas cutting, tools,
tackles, scaffolding, transportation etc. complete should be arranged by tenderer. The
dismantled scrap materials of structural steel coming out from work after unlocking work will
be property of contractor.
FABRICATION & ERECTION WORK-
Locking & fixing arrangement shall to be done to existing bottom horizontal girder on crest of
ogee level in both side end & center of gate by providing & fitting of box support made from 75 x
75 x 10 mm m s angles in required length, 150 x 75 mm m s channels in required length, m s R S
J Girder ISMB 250 x 125 x 6.9 mm & m s splice plate 12 mm in required size & length for
supporting to bottom girders in radial gate sr. no 6, 8, 10 radial Gate. Providing & fixing of pieces
of angles & channels on face of wall plate & side edge of gate leaf in both side of gate in required
size & length shall be done by tenderer for locking arrangement of gate. It should be done by
tenderer to both end & center of bottom horizontal girders in all gates. Unlocking of same
temporary locking & fixing arrangements in gate after replacement work of gate leaf with hook
lifting bracket, vertical radial “T” stiffeners, top, 2 no’s middle & bottom horizontal girders in
radial gate sr. no 6, 8, 10 radial Gate . Should to be done by tenderer as per instruction and
actual requirement.
Required steel material like M S angle, 75 x 75 x10 mm, IMC 150 x 75 mm, ISMB 250 x 125 mm
& M S plate 12 mm etc. should be provided by tenderer. It shall as per IS: 2062-2011 and
welding rod should be used of radio graphic quality as per IS 814-1991.
DISMANTLING WORK-
Also, this item includes dismantling of all the locking & fixing arrangement done in which were
made by using structural steel shall be removed after complete replacement work of gate leaf
assly having lifting bracket, vertical radial “T” stiffeners 29 no’s & horizontal girders (top, 2 no’s
middle & bottom) total 4 no’s with bracing angles in radial gate sr. no-6, 8, 10 no’s radial Gate .
by tenderer as per instruction of Engineer in charges. Properly cutting & grinding should be
100
done by tenderer for smooth and trouble-free operation of guide roller on wall plate in both
sides.
Any damages occur in S.S Cladding plate or any related part during the gas cutting it
should be repaired by the tenderer at his cost.
Scrap material of old dismantled parts removed during work will be given to contractor
and this old scrap material will be the property of contractor. Carting of scrap material shall be
done by contractor at his risk & cost.
All the work of this item should be done as per instruction and in notice of in-charge engineer.
ITEM NO-2
Dismantling, Fabrication, supply, Erection work of Gate leaf it's Skin Plate, Vertical &
Horizontal stiffeners, Vertical tee, Lifting bracket, guide roller, Rubber seal & its
clamping, etc for Radial Gate No. 1,2,3,4,5,7,9. Complete work in Gate with two coats of
Zinc rich primer and two coats of black epoxy paint etc including cost of gas cutting,
welding, labours, materials, tools, tackles, scaffolding, transportations, Radiography
Testing, etc as per standard drawing and specification and Actual site situation &
Instruction of Engineer In charge for Radial Gate Size : 51' x 48.5'. Dismantled Scrap will
be given to Contractor @ Damanganga Reservoir Project, Madhuban Colony. Total-07 No’s
Gate.
The work for this item is to be carry out by tenderer as per mentioned below in Radial gates
sr. No-1,2,3,4,5,7,9 (7 No Gate). Required structural steel material, labour, fabrication, erection,
joining the pieces by welding, gas cutting, tools, tackles, scaffolding, transportation, painting of
black epoxy paint with zinc primer paint to new & old parts of gate leaf assly etc. should be
arranged by tenderer.
The item consists of dismantling existing rusted gate leaf with shield having side & bottom
rubber seals, vertical radial “T’ stiffeners, lifting bracket, wearing plate, guide roller, bolt nuts for
Rubber seal & Guide rollers, etc. should be done by tenderer in radial gate as per drawing &
actual requirement of site situation & direction of engineer in charge.
Proper care must be taken during the dismantling work of old rusted gate leaf consisting
of skin plate with shield, vertical radial “T”, lifting bracket, wearing plate, Guide rollers, Rubber
seal with clamping flats, angles, s s 304 Quality bolt nuts, all approach ladders in gate. Bar type
monkey ladder 2 no’s at U/S side in gate. Dismantling work of parts should be removed & cut
very precisely to avoid any damages to the other related good structures parts. If any part of
gate damaged during the work same should be repaired by tenderer at his own cost.
101
Scrap material of old dismantled parts like rusted whole gate leaf consist of skin plate with
radial “T”, lifting hook, guide rollers, wearing plates, clamping flats & angles, stopper plate, s s
bolt nuts of side & flat rubber seal, etc. are removed during work will be given to contractor and
this old scrap material will be the property of contractor. Carting of scrap material shall be done
by contractor at his risk & cost.
Existing turn buckle set, equalizer plates, wire rope with socket & all pins / gate should
be reused & fitting by tenderer in new gate leaf in gate sr. no 1,2,3,4,5,7,9. So proper care
shall be taken during dismantling work done by tenderer.
DISASSEMBLE & REFITTING WORK: -
Disassembling and refitting work of existing old related parts like turn buckle set with hook
pins, equalizer plates, wire rope with rope socket & all pins, ladder / gate should be carried out
by tenderer as per direction engineer in charge in radial gate sr. no 1,2,3,4,5,7,9. For reutilized
same work in gate during replacement of Gate leaf. So proper care must be taken during the
dismantling work to avoid any damages to gate parts. Proper finishing & grinding work is to be
done to dismantled parts, to remove the welding spots & cuts developed on surface of parts. it
should be done smooth. If any part of gate leaf damaged during the work sa me should be
repaired by contractor at his cost.
Refitting work of above dismantled existing old related parts like turn buckle set with hook pins,
equalizer plates, wire rope with rope socket & all pins / gate in gate sr. no- 1,2,3,4,5,7,9. Should
be carried out by tenderer as per drawing & actual requirement of site situation & direction
engineer in charge.
FABRICATION & ERECTION WORK OF GATE LEAF-
The item consists of fabricating, supplying and erecting of new gate leaf assembly consisting
of skin plates, vertical radial “T’ stiffeners, lifting bracket, wearing plates, Guide rollers, m s bolt
nuts for guide rollers, steel bar type monkey ladder at U/S side in both side gate & providing &
fitting of ‘Z’ type rubber seal for both side & flat rubber seal for bottom side in gate with S S 304
quality bolt-nuts etc. complete should be done by tenderer in gate sr. no-1,2,3,4,5,7,9. As per
drawing & actual requirement of site situation. The dimensions of these parts are as given in the
drawing for gate leaf sr no-5/27, 6/27, 7/27, Detail of Side Shield Drg.No-DPD1 / D-564
/22,Detail of hook lifting Arrangement Drg.No-20/27. Details of Rubber Seals Drg. No-5/27.
The item consists of fabrication & erection work of new gate leaf assly consisting of skin plate
with shield, vertical radial “T” stiffeners & lifting hook bracket, wearing plates, guide rollers, “Z”
type side rubber seal & flat type bottom rubber seal with new s s bolt nuts, etc. shall be done by
102
tenderer as per given drawing. The vertical radial “T” 29 no’s shall be cut from the ISMB 450 x
150 mm and shall be bent in required Radius as per drawing sr no-5/27 to 7/27. Skin plate shall
be bent in required radius as per drawing & site requirement and radial “T” shall be welded on
downstream skin plate as per drawing sr. no-5/27. Hook lifting hook bracket arrangement shall
be done as per drawing & actual requirement of site situation, Guide roller assly – 6 no’s / gate
with required size 12 x 25 mm long bolt nuts shall be done as per drawing & actual requirement
of site situation. Required “Z” type rubber seal 130 x 76 x 19 mm for both sides (15.780 meter +
1.380-meter x 2 sides /gate) with 16 x 70 mm size required S S 304 quality bolt-nuts & flat type
rubber seal 115 x 19 mm 15.269 meter long with 16 x 70 mm size required S S 304 quality bolt-
nuts for bottom side in gate etc. shall be fabricated & manufactured as per site situation,
specification & drawing sr no 5/27&6/27. Steel bar type monkey Ladder size 19000 (L) x 400
(W)- 2 no's at U/S side top of gate to bottom of lifting hook in gate shall be fabricated from 20
mm round bar as per instruction of Engineer in charge.
The skin plate shall be bent in required Radius 15.240 meter (Inside of skin plate) for gate leaf
assly as per drawing sr. no-5/27. Skin plate shall be fabricating from 10 mm, 14 mm instead of
12 mm, 16 mm & 18 mm plates in pieces of whole gate leaf as per dimension mansion drawing.
Skin plate size 8335 x2912 mm x 12 mm thick instead of 14 mm thick – 2 no’s and Skin plate
size 8335 x 3048 mm x 12 mm thick instead of 14 mm thick – 3 no’s is mansion by mistake in
drawing No 5/27 in sr. no- 3 & 8, but contractor should be providing & fitting of said skin plate
size 8335 x2912 x14 mm 2 no’s and skin plate size 8335 x 3048 x14 mm 3 no’s shall be used
during work. The Wearing plate size 600 x100 x 10 mm - long 20 no’s and water protection
plate size 300 x 8805 x 6 mm should be providing & fitting by tenderer at upstream side of gate
as per actual requirement of site situation & direction of engineer in charge ( Not Mansion in
Drawing)
The Radius 15240 mm (In side of skin plate) must be maintained in new skin plate of gate
leaf assly as per drawing. Radiography test of 10 % welding joint length of total joint length in
vertical & horizontal welding joint of fabricated skin plate of each gate shall be done by
tenderer. Testing charges radiography test should be borne by tenderer. Defectives welding
joints must be rectified by tenderer at his risk & cost. Hanging joint not allowed in skin plate.
Where the all vertical skin plate jointed behind the tee, this plate 80 x 15692 x 10 mm is
required to be must used as a flange along with the tee and this plate is not given in the drawing
so the contractor has to provide it during fabrication and erection work
103
Steel bar type Ladder size 400 mm width x 19000 mm long 2 no's with 124 no’s ladder step
@ 300 mm distance between two steps should be providing & fitting by tenderer at U/S side in
gate from top of gate to bottom of lifting hook in gate & fabricated from 20 mm round bar as per
instruction of Engineer in charge. Providing & fitting of support to ladder 150 mm cleat -18 no’ /
ladder x 2 ladder / gate for fixing of ladder with skin plate of gate should be done by tenderer &
fabricated from 20 mm m s as per actual requirement of site situation & direction / instruction
of Engineer in charge (Drawing not Provided).
All category types of required structural steel such as m s plate- 10, 14,16, 18, 20, 25, 32
mm thick, m s angle 50 x 50 x 6 mm, 65 x 65 x 6 mm, 75 x 75 x 8 mm, 75 x 75 x 10 mm,100 x 100
x 10 mm, R.S.J Girder ISMB450 x 150 mm, Channel ISMC 200 x 75 x 6.1 mm & M S round bar 200
mm, 63mm, 50 mm, 25 mm, 20 mm etc. as per IS: 2062- 2011should be provided by tenderer at
site for gate assly. Required Bronze casting should be provided by tenderer as per IS:318LTB2-3
for guide rollers The welding electrodes are to be & should utilize IS: 814-2004 Medium heavy
coated arc welding electrodes, radiographic quality with minimum coating Ratio 1: 6 and as per
ER. 4221 X- AWS. E. 6013.Any minor adjustment which might be required will have to be
carried out by the contractor at no extra cost.
All parts of radial gates shall be constructed in according with the specification and the
drawings except the minor detail such as bolt spacing or shape of welds may be changed with
the prior approval of the engineer in charge. The structural steel shapes of standards other than
mentioned in the drawing will be allowed if prior permission is obtained.
The structural members of the gate shall be securely connected by bolting or welding as per
drawing. Highly important joints and connections which will be heavily stressed under load
shall be made with special precautions to ensure that such joints are made without any flow, for
bolting or welding or such connection only the best qualified riveters or welders shall be
assigned. If any instruction of the engineer in charge for welded connections the required
welded shall be done by the contractor without any extra cost to the department.
The gates shall be provided with side and bottom seals by tenderer. Care shall be taken so
that the side seals bear evenly and with uniforms pressure throughout their length on the wall
plates embedded on the pier faces and the bottom seal bear evenly on the bottom sill beam
embedded in the spillway crest.
Any minor adjustment which might be required will have to be carried out by the
contractor at no extra cost. Required Material like various sizes of m s plates, angles, bars, m s
welding rod, acetylene and oxygen gas for cutting, zinc primer paint, black epoxy paint for
104
painting, required bolts-nuts etc. should be provided by contractor. The Structural steel should
be IS 2062-2011 and testing of structural steel is to be carried out in Govt. approved or NABL
accredited laboratory. The entire work must be done as per given suggestions, Drawings,
instructions of engineer in charge & specifications to suit with existing parts.
THE PROVISION FOR THE UNDER-WATER ACTIVITIES OD THIS WORK ARE UNDER
1) The different man power like divers, supervisors & others as required, including tools-
tackles like Air Compressor, cables, under water lighting torch, ropes & others as required
should be arranged & transported to the concern gate sites by the Contractor at his own risk &
cost.
2) The contractor for the work should visit the sites before carrying out any work to ascertain
the site situation for gate repairing work
3) The contractor for the work should be well acquainted with the tools and tackles and
Techniques of work. The entire work should be done as per site situation and the directions of
the Engineer-in-charge and in case of any disputes pertains to the work; the decision of the
Engineer in charge should be treated as final.
The work also consists of providing labour services of qualified divers for above work
for Radial gate by underwater activity like cutting or welding or breaking obstructing cement
concrete, fixing of sealing material for stopping the leakage from stop log / gate etc. including
providing all accessories like air compressor, Welding M/c, cutting equipment to carry out
above work and providing labors, tools & tackles and scaffolding, etc. The different Man power
like Divers, supervisors & others as required, including tools-tackles like Air compressor,
underwater cables, under water Lighting torch, ropes & others as required should be arranged
& transported to the concern gate sites by the Contractor at his own risk & cost.
The persons e.g., qualified divers, Supervisors, welders/cutters, photographers, helpers, etc.
engaged by the contractor for above work of Radial gates of Damanganga irrigation scheme
must have required insurance. The contractor has to take required Insurance at his own cost. All
risks & costs or required underwater & other works contained in the Tender should be the
liability of the Contractor & the Department does not take any type of responsibility for this
work.
Material is be used for new gate leaf assly consist of skin plate, vertical radial “T”
stiffeners, lifting hook bracket, wearing plates, guide roller, rubber seal with clamping
flat & angles & s s 304 Quality bolt nuts, etc. components as given below.
105
Sr.No component part material to be used Specifications IS
code
1. Skin plate with lifting bracket Structural steel IS: 2062-2011
2. Guide roller pin & bracket Structural steel IS: 2062-2011
3. Guide roller Cast steel IS 1030
4. Bronze bush in guide roller IS: 318 LTB-2-3
5. S S bolt nuts for Rubber seal SS AISI 304 Quality
6. Flat & clamping angle for Structural steel IS: 2062-2011
R’seal
7 Rubber seal Natural Rubber (Extrusion IS11855/15466-
process) 2004
providing & fitting of ‘Z’ type side rubber seal size 130 x 76 x 19 mm & bottom flat type
rubber seal size 115 x 19 mm confirm to IS:11855 & IS: 15466 - 2004 as per drawing. Rubber
seal extruded continuous extrusion process. Required AISI 304 quality S.S hex. / C S K type bolt-
nuts & washers will be providing for fitting of side & bottom seal,
SPECIFICATION OF RUBBER SEAL AS PER IS 11855 /IS 15466-2004AS UNDER
The rubber for seal shall be fabricated from a high grade, trade-type compound. The basic
polymer shall be natural rubber, or neo prene or a co polymer of butadiene of butadiene and
styrene, or a blend of both natural rubbers, The compound shall contain not less than 70
percent, but volume of the basic polymer and the remainder shall consist of reinforcing carbon
black, zinc oxide, accelerators, antioxidants, vulcanizing agents, plastic lazars and containing not
less than 1% by weight of copper inhibitor The Compound shall have the following physical
properties.
a. Shore A durometer hardness - 65 +/- 5
b. Mass of water absorbed – 10% (Maximum) in seven days
c. Minimum elongation at break - 450 %
d. Ultimate tensile strength - 14.5N/mm2 (Minimum)
e. The rubber compounds should be not absorbing more than 10 percent by mass of water, The
tensile Strength of the test specimen after being subjected to an accelerated aging test of 48
hours in oxygen at 70 deg. C. and 2.1N/mm2 pressure, shall not be less than 80 percent of the
strength of the test specimen before ageing.
f. Tolerance for the dimensions would be allowed to max. As under 0.5mm width thickness 1.0
106
mm max. length
TESTS
a. The tenderer may have his own testing laboratory and he should submit the test reports duly
signed by him and by the laboratory in charge, in case of the tenderer is not having his own
laboratory the testing shall be carried out in any Government laboratory by department.
b. Rubber seal should be processed on hydraulic press machine under minimum 2000 psi
pressure and by rubber seal extruded continuous extrusion process not handy press. This is for
getting more density in final product and hence long life and better resistance to weather can be
achieved. The same will be inspected by concern Inspected by concerned Engineer during
manufacturing process.
The Required S.S Hexagonal / CSK bolt with nuts &washer’s size-12mm dia. X 70 mm long
should be provided for two sides sealing & bottom side sealing of rubber seal in Gate leaf should
be provided. All these S.S. screws/bolts-nuts-washers should be confirming as per AISI-304 IS:
1570-V Quality.
SPECIFICATION OF GUIDE ROLLER ASSLY
Guide roller assly consisting of C.S roller, m s pin, bronze bush, H T bolt - nuts etc. complete as
per drawing & actual requirement of site situation. Guide roller size 200 OD- 63 ID x 65 mm long
should be fabricated from Cast steel material & Bracket assly as per drawing for guide roller
should be fabricates from 12 mm m s plate & head type roller m s pin size 50 Dia. x 115 mm long
should be fabricates from 50 mm bar confirmed to IS:2062 & bronze Bushing size 63 OD- 50 ID
x 65 mm for m s pin should be manufactures from bronze casting-318 LT-B 2-3 as per drawing
with all H T bolts, nuts.
The C.S roller assemblies covered in this tender is required to be fitted in all gate leaf, Total 6
no's roller to be fitted in each gate. The gate will be lifted radically.
C. S steel roller of guide roller should be fabricated from structural Steel I.S.1030. A grease
nipple should be provided & fitted in roller by tenderer at his risk & cost. The complete
machined roller should be fulfilled all the geometrical requirements as per dimensions and sizes
mentioned in the drawing. Both side faces should be parallel to each other & the machining of
the roller should be accurate as per drawing. The bush should be prepared from bronze material
IS 318 LT B-2-3 as per direction of engineer in charge
After completion of fabrication & erection work and welding all parts shall properly
cleaned and one coat of zinc primer paint & black epoxy paint shall be applied by tenderer.
painting to gate leaf assly parts to be painted by two coats of black epoxy paint, one
107
intermediate coat of 150-micron thickness and one finishing coat of 150-micron thickness over
two coats of zinc rich primer (Grade-II) of thickness of 70 micron including cleaning the surface
with sand blasting and cleaning of all dirt, dust, old paint, corrosion etc. complete with all
material, labour, tools, consumables, scaffolding etc. should be done by tenderer.
The welding electrodes are to be & should utilize IS: 814 Medium heavy coated arc welding
electrodes, radiographic quality with minimum coating Ratio 1: 6 and as per ER. 4221 X- AWS. E.
6013.
Any minor adjustment which might be required will have to be carried out by the
contractor at no extra cost. Required Material like various sizes of m s plates, angles, bars, m s
welding rod, acetylene and oxygen gas for cutting, zinc primer paint, black epoxy paint for
painting, required bolts-nuts etc. should be provided by tenderer. The Structural steel should be
IS 2062-2011 and testing of structural steel is to be carried out in Govt. approved or NABL
accredited laboratory. Testing charges @ 1 % should be deducted from bills of tenderer. Testing
charges will be borne by department. The entire work must be done as per given suggestion
&drawing& instruction of engineer in charge & specification to suit with existing parts.
Following points must be noted & followed during replacement work of gate leaf angles,
ladders, hand railing etc. in gate & procedure / precautions suggested by Engineer in
Charge: -
1. Replacement work of skin plate of gate leaf by new one should be done with proper
joint welding of new parts.
2. Due to general configuration and restrained geometry of this connection, a repair that
restores the original intended strength may be difficult to achieve.
3. The newly gate leaf shall be fitting / welding in radial gate by maintaining its true
curved shape adopting radius of curvature as 15.240 Meters.
4. The use of welding electrodes, its category and the properties shall be as per relevant
IS classification.
5. All the jigs, fixtures, water tanks, gantry, winch, forms, bracing, and scaffolding
required for the erection should be prepared with his owner materials by the
contractor with no extra cost.
6. The gate should be balanced & locked for accurate workmanship.
The dimensions of these parts are as given in the drawing sr. no-2/18 & 5/18.
TECHNICAL SPECIFICATIONS FOR RADIOGRAPHIC EXAMINATION OF SKIN PLATE JOINTS:-
a) 10% Butt welds at selected places if deemed necessary shall be checked by X-rays or
108
Gamma rays (Iridium 192) to check the soundness of joints of the weld, Radiographic
testing X-ray films shall be the property of the Government & it should be kept for record.
b) Radiographic testing of joint welding between joint of a gate leaf pieces, etc. will be
carried out as per instruction of Engineer In Charge for which the testing charges borne
by the contractor as it already included in the ITEM.
c) When doubts exists to the soundness of any part, such part may be subjected to
radiographic inspection at the discretion of the Engineer in charge and the cost of such
test shall be borne by the contractor. The work found defective should have to be
rectified testing by the Contractor at his own cost, and is ordered by the Engineer-in
charge testing by radiographic method shall have to be done at his cost (Contractor’s)
after rectification of defects.
PAINTING WORK: -
After completion of fabrication & erection work and welding all parts gate assly shall properly
cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150 micron
thickness and one finishing coat of 150 micron thickness over two coats of zinc rich primer (
Grade-II) of thickness of 70 micron including, micron thikcness over two coats of zinc rich
primer cleaning the surface with sand blasting and cleaning of all dirt , dust, old paint , corrosion
etc complete with all material, labour, tools, consumables, scaffolding etc. as per IS: 14177-2004
should be done to skin plate on upstream side surface which is submerge in water should be
done by tenderer.
All the work of this item should be done as per tender drawing & instruction of in-charge
engineer.
ITEM NO-3
Dismantling, Fabrication, supply and Erection work For Radial Gate No-1, 2, 3, 4, 5, 7, 9 of
all Horizontal girder (4 no’s) and it's bracing, Railing angle, Railing Pipe etc. And Only
Dismantling and Re-erection of maintenance ladder. Complete work in Gate with two
coats of Zinc rich primer and two coats of black epoxy paint etc including cost of gas
cutting, welding, labours, materials, tools, tackles, scaffolding, transportations, etc as per
standard drawing and specification and Actual site situation & Instruction of Engineer In
charge for Radial Gate Size : 51' x 48.5'. Dismantled Scrap will be given to Contractor @
Damanganga Reservoir Project, Madhuban Colony. Total-07 No’s Gate.
The work for this item is to be carry out by tenderer as per mentioned below in Radial gates sr.
No- 1, 2, 3, 4, 5, 7, 9. Required structural steel material, labour, fabrication, erection, joining the
109
pieces by welding, gas cutting, tools, tackles, scaffolding, transportation, painting of black epoxy
paint with zinc primer paint to new & old parts of Horizontal Girder assly etc. should be
arranged by tenderer.
The item consists of dismantling existing rusted all Horizontal girder (4 no’s), bracing angles,
27 dia. x 150 mm high tensile bolt-nuts of arm fixing, bolt nuts, all diff. sizes & types of steel
ladders fitted in gate from top horizontal Girder to middle horizontal Girder to bottom
horizontal Girder for maintenance work, hand railing angle post & G I pipe on top of horizontal
girder, H T bolt nuts etc. should be done by tenderer in radial gate as per drawing & actual
requirement of site situation & direction of engineer in charge.
Proper care must be taken during the dismantling work of old rusted all Horizontal girder
(4 no’s), bracing angles, H T bolt nuts, all approach ladders with all horizontal girder in gate. M s
angle & G I pipe type hand railing arrangement on top of top horizontal girder in gate & related
parts should be done by tenderer by gas cutting for replacement of new all 4 no’s horizontal
girder in gate sr. no 1,2,3,4,5,7,9. Dismantling work of parts should be removed & cut very
precisely to avoid any damages to the other related good structures parts. If any part of gate
damaged during the work same should be repaired by tenderer at his own cost.
Scrap material of old dismantled parts like rusted whole all 4 no’s horizontal girders, bracing
angles, gusset plates, H T bolt nuts of arm end joints, 32 mm G I pipe with railing post on top of
horizontal girder in gate sr. no -1,2,3,4,5,7,9 etc. are removed during work will be given to
contractor and this old scrap material will be the property of contractor. Carting of scrap
material shall be done by contractor at his risk & cost.
Existing all approach ladders in all horizontal girder in gate should be reused & fitting by
tenderer in new all Horizontal Girder in gate sr. no-1,2,3,4,5,7,9. So proper care shall be taken
during dismantling work done by tenderer.
DISASSEMBLE & REFITTING WORK: -
Disassembling and refitting work of existing old related parts like all approach ladders
horizontal girder should be carried out by tenderer as per direction engineer in charge in radial
gate sr. no 1,2,3,4,5,7,9. for reutilized same work in gate during replacement of all 4 no’s
horizontal girders with bracing angles in gate sr. no-1,2,3,4,5,7,9. so proper care must be taken
during the dismantling work to avoid any damages to gate parts. Proper finishing & grinding
work is to be done to dismantled parts, to remove the welding spots & cuts developed on
surface of parts. it should be done smooth. If any part of gate leaf damaged during the work
same should be repaired by contractor at his cost.
110
Refitting work of above dismantled existing old related parts like all approach ladders
horizontal girder / gate in gate sr. no- 1,2,3,4,5,7,9. Should be carried out by tenderer as per
drawing & actual requirement of site situation &direction engineer in charge.
111
shall be made with special precautions to ensure that such joints are made without any flow, for
bolting or welding or such connection only the best qualified welders shall be assigned. If any
instruction of the engineer in charge for welded connections the required welded shall be done
by the contractor without any extra cost to the department.
Special Instruction:
All the Radial Gate Horizontal girder in Web Plate, Flange Plate, Stiffener & bracing angle
Contractor must Fabricated and Erection Work in Single Pieces. Welding Joint not
allowed as per drawing.
Material is be used for new 4 no’s horizontal girders top 1 no, intermediate 2 no’s &
bottom1 no horizontal girders, 28 x 150 mm H T bolt nuts with double washers, 32 dia, G
I pipe for railing etc. components as given below.
Sr.No component part material to be used Specifications IS
code
1. Top, middle & bottom horizontal Structural steel IS: 2062-2011
girders 4 no’s
2. ISA ,ISMC Structural steel IS: 2062-2011
3. H T bolt nuts with double washers High tensile steel Gr.- IS 1367
8.8 or above
PAINTING WORK: -
After completion of fabrication & erection work and welding all parts Horizontal Girder assly
shall properly cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150
micron thickness and one finishing coat of 150 micron thickness over two coats of zinc rich
primer ( Grade-II) of thickness of 70 micron including, micron thickness over two coats of zinc
rich primer cleaning the surface with sand blasting and cleaning of all dirt , dust, old paint ,
corrosion etc complete with all material, labour, tools, consumables, scaffolding etc.
All the work of this item should be done as per tender drawing & instruction of in-charge
engineer.
ITEM NO-4
Dismantling, Fabrication, supply and Erection work of all arms (8 no’s)/gate, its bracing
& Top Hand Railing on Both etc. Complete work in Gate with two coats of Zinc rich primer
112
and two coats of black epoxy paint etc including cost of gas cutting, welding, labours,
materials, tools, tackles, scaffolding, transportations, etc as per standard drawing and
specification and Actual site situation & Instruction of Engineer In charge for Radial Gate
Size : 51' x 48.5'. Dismantled Scrap will be given to Contractor @ Damanganga Reservoir
Project, Madhuban Colony. Total-10 No’s Gate.
The work for this item is to be carry out by tenderer as per mentioned below in All Radial gates
LH & RH Arms. Required structural steel material, labour, fabrication, erection, joining the
pieces by welding, gas cutting, tools, tackles, scaffolding, transportation, painting of black epoxy
paint with zinc primer paint to new parts of Arms assly etc. should be arranged by tenderer.
The item consists of dismantling existing rusted All Radial gates LH & RH Arms, bracing
angles, ISMC, G I pipe on top of horizontal girder and MS Angle etc. should be done by tenderer
in radial gate as per drawing & actual requirement of site situation & direction of engineer in
charge.
Proper care must be taken during the dismantling work of old rusted All Radial gates LH &
RH Arms, bracing angles, ISMC, G I pipe on top of horizontal girder and MS Angle etc in gate &
related parts should be done by tenderer by gas cutting for replacement of new Arms.
Dismantling work of parts should be removed & cut very precisely to avoid any damages to the
other related good structures parts. If any part of gate damaged during the work same should be
repaired by tenderer at his own cost.
Scrap material of old dismantled parts like rusted whole All Radial gates LH & RH Arms, bracing
angles, ISMC, G I pipe on top of horizontal girder and MS Angle etc etc. are removed during work
will be given to contractor and this old scrap material will be the property of contractor. Carting
of scrap material shall be done by contractor at his risk & cost.
DISMANTLING WORK-
This item includes Dismantling of old All Radial gates LH & RH Arms, bracing angles, ISMC, G I
pipe on top of horizontal girder and MS Angle etc etc in both side in gate for replacement of
arms with related parts should be done by tenderer in all 10 no’s radial gates as per direction of
in charge engineer.
During the dismantling work, no any part of the gate should be damaged. If any part of gate
leaf damaged during the dismantling work it should be repaired by tenderer without any extra
cost.
Scrap material of old dismantled parts like L H & R H side Arms with arm railing etc in all
10 no’s gates are removed during work will be given to contractor and this old scrap material
113
will be the property of contractor. Carting of scrap material shall be done by contractor at his
risk & cost.
FABRICATION & ERECTION OF L.H & R.H SIDE ARM ASSEMBLY-
The fabrication, supplying of Left & Right side Arm assembly gas per drawing sr. no 10/27
should be carried out by tenderer in all 10 no’s Radial gates at Madhuban dam site.
New L H & R H side arm assly should be fabricating from MS Plate 11768 x 450 x 16 mm
(top arms web & MS plate 11768 x 250 x 20 mm (top arms Flange) For Top Arms and MS Plate
11764 x 360 x 25 mm (Bottom & 2 no’s Intermediate arms Flange) & Ms Plate 11764 x 440 x 20
mm (Bottom & 2 no’s Intermediate arms Web Plae), angle 100 x 100 x 10 mm, ISMC 100 x 50,
ISMC 100 x 50, MS Plate 8,10 & gusset plate & other material are Fabricated and Erected as per
drawing & best modern practice shall be done by tenderer at end of lower & upper arm in all 10
no’s radial gates as per drawing. Radio graphic quality welding electrodes shall be & used for
fabrication work of arms. Radius must be maintained in new L H & R H side arms as per drawing
radius of gate leaf. All category of required structural steel MS Plate ISMC, MS Angle Etc. should
be provided & used by tenderer as per IS:2062-2011.The dimensions of these parts are as given
in the drawing Sr. no-10/27.
The hand railing on both side upper arms in gate shall be providing & fitting by tenderer in all
10 no’s gates. The hand railing shall be fabricated from m s angle 75 x 75 x 8 mm- 1200 mm-24
no’s railing post 32 mm dia. G I pipe 36 meter / gate x in 3 raw as per instruction of Engineer in
charge (Not mansion in drawing).Required m s angle 75 x 75 x 10 mm as per IS: 2062 and 32
mm dia. G I pipe class B as per IS:1239 for railing as per drawing should be provided & used by
tenderer during work.
Fabrication & Erection work should be carried out by tenderer as per drawing & instruction of
in charge engineer.
Special Instruction:
All The Radial Gate Arms in Web plate & Flange Plate Contractor must Fabricated and
Erection Work in Single Pieces. Welding Joint not allowed as per drawing.
Steel materials to be used for gate leaf assly with L H & R H side arms & Ladders etc work
given below.
Sr.No component part material to be used Specifications IS
code
1. M.S Plate Structural steel IS: 2062-2011
114
2. ISA,ISMC Structural steel IS: 2062-2011
3. G.I Pipe - IS:1239
All parts of radial gates shall be constructed in according with the specification and the
drawings except the minor detail such as bolt spacing or shape of welds may be changed with
the prior approval of the engineer in charge. The structural steel shapes of standards other than
mentioned in the drawing will be allowed if prior permission is obtained.
The structural members of the gate shall be securely connected by bolting or welding as per
drawing. Highly important joints and connections which will be heavily stressed under load
shall be made with special precautions to ensure that such joints are made without any flow, for
bolting or welding or such connection only the best qualified welders shall be assigned. If any
instruction of the engineer in charge for welded connections the required welded shall be done
by the contractor without any extra cost to the department.
Following points Must be noted & followed during fabrication & erection work of gate &
procedure / precautions suggested by Engineer In Charge.:-
1. Replacement work of L H & R H side arm by new one with old trunion assly should be
done with proper joint welding of old & new parts.
2. Due to general configuration and restrained geometry of this connection, a repair that
restores the original intended strength may be difficult to achieve.
3. The repairing must be carried out as per drawing & strict supervision of your field
Engineer.
4. The newly L H & R H side arms & old trunion shall be fitting / welding in radial gate
by maintaining its true curved shape adopting radius of curvature as 15240 mm.
5. Existing joints/alignment should not be disturbed in any case.
6. As the project is too old & all required precautions should be made to ascertain the
Strength of Welding & safety of persons.
7. The use of welding electrodes, its category and the properties shall be as per relevant
IS classification.
8. All the jigs, fixtures, water tanks, gantry, winch, forms, bracing, and scaffolding
required for the erection should be prepared with his owner materials by the
contractor with no extra cost.
9. The gate should be balanced & locked for accurate workmanship.
115
PAINTING WORK: -
After completion of fabrication & erection work and welding all Radial Gate Arms assly shall
properly cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150
micron thickness and one finishing coat of 150 micron thickness over two coats of zinc rich
primer ( Grade-II) of thickness of 70 micron including, micron thickness over two coats of zinc
rich primer cleaning the surface with sand blasting and cleaning of all dirt , dust, old paint ,
corrosion etc complete with all material, labour, tools, consumables, scaffolding etc.
All the work of this item should be done as per tender drawing & instruction of in-charge
engineer.
ITEM NO-5
Fabrication, supplying and erection of new walkway platform 350 x 12000 mm long on
Middle arm 4 no's / gate includes cost of material, labour, tools, tackles, scaffolding,
transportation, painting to new steels of both walkway platform with railing, etc as per
actual requirement of site situation & specification for Radial gate Size-51' x 48.5' 10 no's
of madhuban dam (Damanganga Project).
The work for this item is to be carry out by tenderer as per mentioned below in all 10 no’s
Radial gates.
Required structural steel material, labour, tools, tackles, scaffolding, transportation, applying
black epoxy painting with zinc primer painting to walkway platform with hand railing & spice
plates provides for strengthening of horizontal girder stiffener in gate etc. should be arranged
by tenderer.
The item includes proving & fitting of new walkway platform size 350 x 12000 mm long on
flange of middle arm 2 no’s / gate x both side = 4 no’s / gate with G I pipe type & angle post type
hand railing arrangement in one side of walkway platform of middle arm 2 no’s / side x 2 side /
gate in gate shall be done by tenderer in all 10 no’s radial gates shall be done in all 10 no’s radial
gate of Madhuban dam at Daman Ganga Project.
FABRICATION, SUPPLYING& ERECTION WORK: -
(1)-Fabrication, supplying & erecting work of new walkway platform size 350 x 12000 mm
long Total 4 no’s / gate on flange of middle arm 2 no’s / side x 2 side / gate in gate with 32 mm
dia. G I pipe type & angle post type hand railing arrangement in one side of walkway platform of
middle arm 2 no’s / side x 2 side / gate in gate should be carried out by tenderer in all 10 no’s
gates as per tender drawing No-10/27.
The walkway platform size 350 x 12000 mm long shall be fabricated from 75 x 75 x 10-350 mm
116
long angle 12 no’s cleat / platform for railing post, & m s Chequared plate size 350 x 12000 mm
x 6 mm thick 1 no / platform for walkway, angle 50 x 50 x 6 mm-12 mt long 1 no / platform for
framing & support of railing as per instruction of Engineer in charge (Not mansion in drawing).
The one side 3 raw type hand railing arrangement in walkway platform on flange of middle arm
2 no’s / side x 2 side / gate in gate should be providing & fitting by tenderer in all 10 no’s gates.
The hand railing shall be fabricated from m s angle 65 x 65 x 8 mm- 1200 mm height -12 no’s
post / platform for railing & 32 mm dia. G I pipe 12-meter x 3 raw / side / walkway platform as
per instruction of Engineer in charge (Not mansion in drawing). Required m s angle 75 x 75 x 10
mm, 65 x 65 x 8 mm & 50 x 50 x 6 mm as per IS: 2062 & m s Chequared plate 6 mm thick as per
IS: 3502-2009 should be provided & used by tenderer and 32 mm dia. G I pipe class-B as per
IS:1239 reputed make like“TATA”, “Ambica”, “ASIAN” for railing as per drawing should be
provided & used by tenderer during work.
PAINTING WORK: -
After completion of fabrication & erection work and welding of Walk way Plateform assly
shall properly cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150
micron thickness and one finishing coat of 150 micron thickness over two coats of zinc rich
primer (Grade-II) of total thickness of 70 micron including, micron thickness over two coats of
zinc rich primer cleaning the surface with sand blasting and cleaning all dirt, dust, old paint,
corrosion etc complete with all materials, labour tools, consumables, scaffolding etc for skin plat
of gates and its embedded parts and/or as directed by engineer in charge. (Full scheduled coat
painting). Required all paint material, labour, tools, consumables, scaffolding etc. should be
arranged by tenderer at risk & cost. Paint material should be used by reputed paint
manufacturing company approved by Engineer-in-charge.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-6
Removing of old Existing arm-trunnion assembly by gas cutting & erection with joining
new trunnion assembly i.e. trunnion, trunnion pin, trunnion bush , trunnion lock plate ,
H T bolts for pin locking & S S Plug / oil cup etc in new arm by welding of m s & cast steel
welding rod. Including material, labour, hydraulic jack, drilling, threading, tapping, gas,
tools, tackles, cutting, welding, scaffoldings, transportation, painting and recovery of
trunnion , trunnion pin, bush, lock plate etc dismantled scrap material will be given to
117
agency etc. as per direction of Engr In charge & specification of 51' x 48.5' Radial gate of
Madhuban dam (Damanganga Project.)-2 no /Gate.
The work for this item is to be carry out by tenderer as per mentioned below in only 1
no’s Radial Gate LH & RH Arms-trunnion Assembly i.e: trunnion, trunnion pin, trunnion bush ,
trunnion lock plate , H T bolts for pin locking & S S Plug / oil cup etc Required structural steel
material, labour, fabrication, erection, joining the pieces by welding, gas cutting, tools, tackles,
scaffolding, transportation, painting of black epoxy paint with zinc primer paint to new & old
parts of Arms-trunnion Assembly etc. should be arranged by tenderer.
The item consists of dismantling existing only 1 no’s Radial Gate LH & RH Arms-trunnion
Assembly i.e: trunnion, trunnion pin, trunnion bush , trunnion lock plate , H T bolts for pin
locking & S S Plug / oil cup etc etc. Should be done by tenderer in radial gate as per drawing &
actual requirement of site situation & direction of engineer in charge.
Proper care must be taken during the dismantling work of only 1 no’s Radial Gate LH &
RH Arms-trunnion Assembly i.e: trunnion, trunnion pin, trunnion bush , trunnion lock plate , H T
bolts for pin locking & S S Plug / oil cup etc in gate & related parts should be done by tenderer
by gas cutting for replacement of new trunnion Assembly. Dismantling work of parts should be
removed & cut very precisely to avoid any damages to the other related good structures parts. If
any part of gate damaged during the work same should be repaired by tenderer at his own cost.
Scrap material of old dismantled parts like rusted whole 1 no’s Radial Gate LH & RH Arms-
trunnion Assembly i.e: trunnion, trunnion pin, trunnion bush , trunnion lock plate , H T bolts for
pin locking & S S Plug / oil cup etc. are removed during work will be given to contractor and this
old scrap material will be the property of contractor. Carting of scrap material shall be done by
contractor at his risk & cost.
Special Note For Contractor:-
This Work Cary on Only 1 no’s Radial Gate Trunnion Assembly LH & RH. Before the
Continue the work Read the Full Description in Item No-6
DISASSEMBLE WORK: -
Disassembling work of existing old related parts like 1 no’s Radial Gate LH & RH Arms-
trunnion Assembly i.e: trunnion, trunnion pin, trunnion bush , trunnion lock plate , H T bolts for
pin locking & S S Plug / oil cup etc should be carried out by tenderer as per direction engineer in
charge in radial gate. so proper care must be taken during the dismantling work to avoid any
damages to gate parts. Proper finishing & grinding work is to be done to dismantled parts, to
remove the welding spots & cuts developed on surface of parts. it should be done smooth. If any
118
part of gate leaf damaged during the work same should be repaired by contractor at his cost.
FABRICATION & ERECTION OF TRUNNION ASSEMBLY
2 no / gate, Trunnion Hub I.e Hub Cylinder, Arms (Horizontal & Vertical Portion, Cast
Steel Trunnion Pin Size 619.80 mm OD x 510 mm ID x 1156 mm long, Lock plate 300 x 200 x 25
x 25 mm, Bronze bush, 28 dia Bolt for Locking plate shall be fabricated as per drawing sr. no
(DEG:NO.DPD-1/D-422, 11/27) & (DEG:NO.DPD-1/D-425, 14/27) & actual requirement of
site situation. Required steel cast IS: 1030 Grade-1, Bronze IS305, MS should be providing &
fitting by tenderer in only 1 no’s radial gate as per actual requirement of site situation &
direction of engineer in charge Drg No. 11/27 & 14/27
Required 28 dia nut for locking plate 4 no’s shall be providing & fitting by tenderer
All category types of required steel such as Trunnion Hub, Trunnion pin should be Fabricate as
Per Cast steel IS: 1030-1989 Gr.280-520W. The bush of trunnion should be made from high
tensile bronze casting confirm to IS: 305 grade-B-2 & trunion bronze bush shall be machined as
per drawing and press fitted to hub. Trunnion pin hard chrome plating as per drawing 14/27.
The trunnion pin shall be annealed or stress relived prior to machining. & Hard chrome plating
should be done by tenderer. The trunnion pin shall be nickel plated or hard chromium
electroplated to resist corrosion, impact and rubbing. The hard chrome plating shall be done on
surface of trunnion pin (minimum thickness of chrome plating shall be 80 micron) in total 2 no’s
trunnion of 1 no’s gates. The clearance between the pin and bush shall not be excessive or a very
less. Providing and fitting Lock plate 300 x 200 x25 mm-2 no/trunnion & per drawing for
existing hub & bracket of trunnion with locking arrangement should be done by tenderer in all 2
no’s trunnion of 1 no’s gates. M S spacer& lock plate as per drawing should be provides & fitting
by tenderer as per IS: 2062. Providing and fitting of the rubber rings, O-ring and gasket shall be
done, with utmost care so there is no water ingress in the assembly by the contractor at his cost
and risk.
Utmost care should be taken for mandating the dimension shown in the drawing sr no
14/24 and suitable fits and tolerance per modern practice while machining. Accurate matching
of the counter parts characteristics of interchangeability should properly be maintained. All the
components shall be assembled in such a way so as to allow trouble free rotation of hub about
the trunnion pin. S S 304 quality oil cup shall be provided & fitted in hub for greasing purpose in
trunion by contractor
Complete trunnion assembly shall be supplied on dam site & joining the hub of trunnion
with new L H & R H arm by fitting of various size of splice plate as per drawing at end joint on
119
flanges & web of arm & hub at end of upper & lower arm-joint should be carried by contractor.
Suitable welding rods should be used for m s to cast for welding of trunnion hub with arm by
contractor. Required m s welding rod E-7016 x-ray quality is to be used for welding m s arm &
Cast steel hub of trunnion joint in all radial gates. Oiling should be carried out in all serviced
trunion through nipple/ plug. S S oil cup shall be provided for oiling.
All components shall be painted with black epoxy painting with zinc primer painting and
greasing shall be done where required.
Material is be used for new trunnion Assembly i.e: trunnion, trunnion pin, trunnion bush ,
trunnion lock plate , H T bolts for pin locking & S S Plug / oil cup etc. components as given
below.
Sr.No component part material to be used Specifications IS
code
1. Trunnion Hub its assembly i.e Hub Cast steel IS: 1030-1989
cylinder, Arms (Horizontal & Gr.280-520W
Vertical Portion.
2. Trunnion Pin hard chrome plated. Cast steel IS: 1030-1989
Gr.280-520W
3. Trunnion bush. High tensile Al. IS 305 Grade-B-2
Bronze bush.
4. Lock Plate , Thruster washer, spacer Structural steel MS IS: 2062-2011
5. Bolt Nut. High tensile steel IS 1367
6 O-Ring, Gasket and sealing ring Rubber
120
radiographic inspection at the discretion of the Engineer in charge and the cost of such
test shall be borne by the contractor. The work found defective should have to be
rectified testing by the Contractor at his own cost, and is ordered by the Engineer-
incharge testing by radiographic method shall have to be done at his cost (Contractor’s)
after rectification of defects. All cost of radiographic inspection shall be borne by the
Contractor.
PAINTING WORK: -
After completion of fabrication & erection work and welding Trunnion assly shall properly
cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150 micron
thickness and one finishing coat of 150 micron thickness over two coats of zinc rich primer
(Grade-II) of total thickness of 70 micron including, micron thickness over two coats of zinc rich
primer cleaning the surface with sand blasting and cleaning all dirt, dust, old paint, corrosion etc
complete with all materials, labour tools, consumables, scaffolding etc for skin plat of gates and
its embedded parts and/or as directed by engineer in charge. (Full scheduled coat painting).
Required all paint material, labour, tools, consumables, scaffolding etc. should be arranged by
tenderer at risk & cost. Paint material should be used by reputed paint manufacturing company
approved by Engineer-in-charge.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-7
Removing of old Existing arm-trunnion assembly by gas cutting & erection with joining
same trunnion with new arm by welding of m s & cast steel welding rod after servicing of
trunnion with replacement of trunnion pin, bush, lock plate, H T bolts for pin locking & S
S Plug / oil cup and assembling the trunnion components with oiling greasing etc.
including material, labour, hydraulic jack, drilling, threading, tapping, gas, tools, tackles,
cutting, welding, scaffoldings, transportation, painting to old trunnion and recovery of
trunnion pin, bush, lock plate dismantled scrap material coming during work will be
given to agency etc. as per direction of Engr In charge & specification of 51' x 48.5’ Radial
gate of Madhuban dam (Damanganga Project.)-2 no /Gate.
The work for this item is to be carry out by tenderer as per mentioned below in total 18
no’s trunnion assly of 9 no’s Radial gate .Required structural steel, cast steel, bronze etc.
material, labour, fabrication, erection, joining the pieces by welding, gas cutting, tools, tackles,
121
scaffolding, oiling, transportation, applying black epoxy painting with zinc primer painting
works and recovery of old trunnion pin, spacer, lock plates,bush etc dismantled in old trunnion
etc. should be arranged by tenderer.
The item includes the removing & cutting of existing old trunnion by gas cuting & repairing
& servicing of old trunnion by replacement of new trunnion pin, lock plates, spacers, bush,
nipple & S S Plug / oil cup etc by new one in trunnion with disassembling of old parts from
trunnion & assembling of old & new parts in trunnion & joining same dully repaired & serviced
old trunnion with new arm by welding of m s & cast steel welding rod with erection of arm-
trunnion assly in gate etc. shall be done tenderer in all 18 no’s trunnion of radial gate. (2 no’s
trunnion / gate x 9 gate = Total 18 no’s trunnion).
DISASSEMLING & RE-FITTING WORK :-
The item includes the removing & cutting of Removing of old Existing arm-trunnion
assembly by gas cutting & erection with joining same trunnion with new arm by welding of m s
& cast steel welding rod after servicing of trunnion with replacement of trunnion pin, bush, lock
plate, & S S Plug / oil cup etc. in trunnion. Disassemble the old trunnion components like old
jammed trunnion pin, bush, spacer, lock plate etc. from trunnion hub & bracket by using
hydraulic jack, cleaning of parts by diesel / Kerosene and providing & fitting of new cast steel
trunnion pin, trunnion bush, lock plate, spacer, H T bolts for pin locking & S S Plug / oil cup etc.
& assembling the trunnion components with oiling greasing etc. including material, labour,
hydraulic jack, drilling, threading, tapping, gas, tools, tackles, cutting, welding, scaffoldings,
transportation, painting to old trunnion and recovery of trunnion pin, bush, lock plate
dismantled scrap material coming during work will be given to contractor.
The scrap material of old dismantled cast steel trunion pin, spacer, and lock plates, Bush ,
bolt etc. are removed during this work will be property of contractor
All 18 no’s arm trunnion assly & repairing & servicing of existing trunnion assly total 18
no’s trunnion assly with disassembling the components of trunnion like pin, hub, bracket,
spacers, lock plates, bolts, bush etc. is to be done by tenderer in 18 no’s trunnion of 9 no’s gates
for accommodate of trunnion servicing & Removing of the existing jammed trunnion pin from
trunnion bracket is to be done by using of hydraulic press if require. The tenderer shall be
arranging for cleaning of the trunnion components by pressurized diesel / kerosene and
pressurized air through air compressor machine in all 18 no’s trunion assly of 9 no’s gates. All
dismantled parts should be cleaned by diesel & kerosene. Providing & fitting of new cast steel
trunion pin, spacer, lock plate, bush, H T bolts for pin locking etc. should be carried out by
122
contractor during servicing of total 18 no’s trunnion assly of 9 no’s radial gates.
123
The material to be used for the various components covered under this item shall be as under.
Sr.no Components parts Material to be used & required specification
1 Trunnion pin Cast steel IS: 1030-1989 Gr.280-520W
2 Lock plate, spacer MS IS: 2062-2011
3 Thrust Washer MS IS: 2062-2011
4 Trunnion bush High tensile Bronze IS : 305 Grade-B-2
5 Bolts High tensile steel IS1367
6 O-Ring, Gasket and sealing ring Rubber
Dismantled parts like trunnion hub, trunnion bracket are to be re-utilized for trunnion
servicing so proper care shall be taken during cutting the old trunnion assly from arms to avoid
any damage to the existing part & adjacent structure. Proper finishing & grinding work is to be
done to dismantled parts, the welding spots & cuts developed on surface by gas cutting. it should
be done by tenderer. If any part of gate damaged during the work same should be repaired by
contractor at his cost. providing & fitting of grease nipple/ s s oil cup for oiling in trunnion
should be done by tenderer. Oil & greasing to be done by tenderer in all 18 no’s serviced
trunnion.
TECHNICAL SPECIFICATIONS FOR RADIOGRAPHIC EXAMINATION OF TRUNNION HUB:-
a) 1 shote Butt welds at selected places if deemed necessary shall be checked by X-rays or
Gamma rays (Iridium 192) to check the soundness of joints of all arms and Trunnion
weld, Radiographic testing X-ray films shall be the property of the Government & it
should be kept for record. (Total 8 shot/Gate)
b) Radiographic testing of joint welding between joint of all arms and Trunnion Hub will be
carried out as per instruction of Engineer in Charge for which the testing charges borne
by the contractor as it already included in the ITEM. (Total 8 shot/Gate)
c) When doubts exists to the soundness of any part, such part may be subjected to
radiographic inspection at the discretion of the Engineer in charge and the cost of such
test shall be borne by the contractor. The work found defective should have to be
rectified testing by the Contractor at his own cost, and is ordered by the Engineer-
incharge testing by radiographic method shall have to be done at his cost (Contractor’s)
after rectification of defects. All cost of radiographic inspection shall be borne by the
contractor
124
PAINTING WORK: -
After completion of fabrication & erection work and welding Trunnion assly shall properly
cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150 micron
thickness and one finishing coat of 150 micron thickness over two coats of zinc rich primer
(Grade-II) of total thickness of 70 micron including, micron thickness over two coats of zinc rich
primer cleaning the surface with sand blasting and cleaning all dirt, dust, old paint, corrosion etc
complete with all materials, labour tools, consumables, scaffolding etc for skin plat of gates and
its embedded parts and/or as directed by engineer in charge. (Full scheduled coat painting).
Required all paint material, labour, tools, consumables, scaffolding etc. should be arranged by
tenderer at risk & cost. Paint material should be used by reputed paint manufacturing company
approved by Engineer-in-charge.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-8
Replacement of existing Trunnion- Arms nut-bolt and Fitting of New Trunnion- Arms
High Tensile nut-bolt including cost of materials, labour, gas for cutting, welding, tools,
tackles, scaffolding, transportation, painting & dismantled scrap materials coming from
this work will be given to contractor etc as per actual requirement of site situation &
specification for Radial gate Size-51' x 48.5' 10 no's at madhuban dam (Damanganga
Project).
The item includes replacement of high tensile bolt nuts of fixing of trunnion of arm with
trunnion assembly of gate by new one with dismantling work of existing rusted H T bolt nuts of
4 jaw type L.H & R.H arm-trunion fixing with trunnion assembly by gas cutting & providing
fitting of new M33 x 150 mm high tensile bolt nuts for fixing of 4 jaw type L.H & R.H arm-trunion
assly in gate shall be done in all radial gate sr. No- 1 to 10 of Madhuban dam at Daman Ganga
Irri. Project.
Required material, labour, tools, tackles, scaffolding, transportation, painting etc. should be
arranged by tenderer.
DISMANTLING WORK: -
Dismantling work of existing rusted corroded high tensile bolt nuts size M33 x 150 mm 8 no’s /
arm x 4 no’s arm / side x 2 side / gate (Total 64 no’s /gate) for fixing of arm-trunion assly. shall
be carried out by tenderer in all 10 no’s radial gates. Proper care shall be taken during removing
125
& dismantling work of existing corroded & rusted H T bolt Nuts for fitting of arm-trunion assly
in gate by tenderer in all 10 no’s gates. Dismantling work very precisely in respect to existing
gate assly so that there should not be any damages to other related steel structure parts. If any
damages will be occurring during work it must be repaired by contractor without any extra cost.
After gas cutting of edges of related parts should be properly clean by grinding by tenderer as
per direction & instruction of Engineer-in charge.
All dismantled scrap material of H T bolt nuts removing from all 10 gates will be property of
contractor. Carting of scrap material shall be done by contractor at his risk & cost.
MANUFACTURING, SUPPLYING & ERECTION WORK: -
Manufacturing, supplying & fitting of M 33 dia. X 150 mm stud type high tensile (Gr.-8.8 or
Above) hex. bolt with double Nuts/Washers-64 set / gate for fitting of arm-trunion assly in gate
by tenderer in all radial gates. (Total- 10 gate) Replacing work of high tensile bolt nuts in gate
very precisely in respect to existing gate assly so that there should not be any disturbs or
damages and alignment to other related steel structure parts. If any will be occurring during
work it must be repaired by contractor without any extra cost. After fixing of all H T bolt nuts
should be properly tighten & painting shall be done by tenderer as per direction & instruction of
Engineer-in charge. The entire new M 33 x 150 mm long arm-trunion stud with double nuts
should be properly fitting by tenderer. Required high tensile bolt nuts 8.8 grade or above as
per IS: 1367 reputed make like Unbrako, TVS, Caparo etc. should be provided & used by
tenderer during work.
Following points Must be noted & followed during repairing work of gate & procedure /
precautions suggested by Engineer in Charge.: -
1. Replacement work of H T bolt Nuts of 4 jaw type arm trunion assly of gate by new one
in old arm-trunion assly should be checked with proper joint of old & new parts.
2. The repairing must be carried out as per drawing & strict supervision of your field
Engineer.
3. Existing joints/alignment should not be disturbed in any case.
4. Entire work shall be performed and completed in a through workman like manner
equal to the best modern practice in fabrication & erection. The work shall be
carefully performed to the satisfaction of engineer-in-charge
5. The gate should be balanced & locked for accurate workmanship.
126
PAINTING WORK: -
After completion fitting of M 33 dia. X 150 mm stud type high tensile hex. bolt with double
Nuts/Washers-64 set / gate for fitting of arm-trunion assly shall properly cleaned and Painting
two coats of black epoxy paint, one intermediate coat of 150 micron thickness and one finishing
coat of 150 micron thickness over two coats of zinc rich primer (Grade-II) of total thickness of
70 micron including, micron thickness over two coats of zinc rich primer cleaning the surface
with sand blasting and cleaning all dirt, dust, old paint, corrosion etc complete with all materials,
labour, tools, consumables, scaffolding etc for skin plat of gates and its embedded parts and/or
as directed by engineer in charge. (Full scheduled coat painting)
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-9
Dismantling, Fabrication, and Erection work of Hoist bridge (Intermediate pier) for Hoist
System of Radial Gate including Main Girder, flange and base plate, stiffener plate etc
with testing at radial Gate with all accessories Including cost of material, gas cutting,
labour, site welding in pieces, tools, tackles, scaffolding, transportation, black epoxy
painting with zinc primer painting etc. Complete as per drawing, specification & direction
of Engr. In charge for Radial Gate size-51' X 48.5' of madhuban dam at Damanganga Irri.
project. Total=9 no's.
The work for this item is to be carry out by tenderer as per mentioned below in 9 no’s pier
between radial gate sr. no-1 to 10. Required structural steel material, labour, fabrication,
erection, joining the pieces by welding, gas cutting, tools, tackles, scaffolding, transportation,
applying black epoxy painting with zinc primer painting works and recovery of old dismantled
parts of hoist bridge should be arranged by tenderer.
The item consists of dismantling of existing hoist bridge on intermediate pier and fabrication,
supplying & erection of new hoist bridge on intermediate pier between gate sr. no 1 to 10 for
hoist system consisting of parts like main horizontal girders, cross girders, base plates, nut for
25 dia. anchor bolts etc. for E R Units & C D Unit of hoist mechanism shall be carried out by
tenderer in all 10 no’s gates as per drawing & actual requirement of site situation. The
dimensions of these parts are as given in the drawing Sr. no-25/27.
DISMANTLING WORK & RECOVERY OF SCRAP MATERIAL -
Dismantling of existing hoist bridge erected on intermediate pier between gate sr. no 1 to 10 for
127
hoist system consisting of parts like main horizontal girders, cross girders, flange plate, base
plates nut for 25 dia. anchor bolts etc. for E R Units & C D Unit of hoist mechanism should be
done by tenderer in 9 no’s pier of gate sr. No-1 to 10 (Total 9 no’s Pier).
Existing hoist bridge 9200 mm long shall be made from ISMB 500 x 180 mm- 9206 mm long- 4
no’s / Pier, ISMB 500 x 180 mm- 3962 mm Long - 1 no / Pier, flange plate (bottom side) 8962 x
380 x 10 mm thick - 4 no’s/ pier, flange plate (Top side) 8962 x 560x 10 mm thick 4 no’s/ pier,
Stiffener plate 500 x80 x 10 mm thick 14 no’s / side x 2 side / R S J Girder x 4 no’s Girder =112
no’s / pier & Base plate 400 x 400 x 16 mm- 12 no’s / pier & nut of 25 mm dia. Anchor bolt of
girder in hoist bridge of hoist system.
Dismantling of existing rusted hoist bridge 9200 mm long erected on intermediate pier shall be
done by tenderer in all 9 no’s intermediate piers of gate. Proper care must be taken during the
dismantling work of existing rusted hoist bridge by gas cutting on 9 no’s intermediate pier in all
10 gates. If any part of hoist system damaged during the work same should be repaired by
contractor at his cost.
Scrap material of old dismantled parts like old rusted hoist bridge of hoist system is
removed on intermediate pier in all 10 gates during work will be given to contractor and this old
scrap material will be the property of contractor. Carting of scrap material shall be done by
contractor at his risk & cost.
FABRICATION & ERECTION WORK: -
Providing, supplying & fitting of new hoist bridge for hoist system on existing intermediate pier
of gate should be done by tenderer in all intermediate pier between gate sr. no 1 to 10 as per
drawing & actual requirement of site situation. The hoist bridge is consisting of parts like main
horizontal girders, cross girders, flange plates, base plate’s nut for 25 dia. anchor bolts etc. for E
R Units & C D Unit of hoist mechanism.
The item consists of fabricating, supplying and erecting of new hoist bridge platform size 9200
mm long / pier is consisting of main horizontal girders ISMB 500 x 180 mm- 9206 mm long- 4
no’s / Pier, ISMB 500 x 180 mm- 3962 mm Long - 1 no / Pier, flange plate (bottom side) 8962 x
380 x 10 mm thick - 4 no’s / pier, flange plate (Top side) 8962 x 560 x 10 mm thick 4 no’s / pier,
Stiffener plate 500 x80 x 10 mm thick 14 no’s / side x 2 side / R S J Girder x 4 no’s Girder =112
no’s / pier & Base plate 400 x 400 x 16 mm- 12 no’s / pier & nut of 25 mm dia. Anchor bolt of
girder etc. complete should be done by tenderer as per tender drawing sr. no 25/27 & actual
requirement of site situation & direction engineer in charge in 9 no’s intermediate pier of 10
no’s Radial gates. The dimensions of these parts are as given in the tender drawing Sr. no-25/27.
128
The erection of new hoist bridge platform on intermediate pier for hoist system should be
carried out by tenderer in line & level on top of pier of spillway gate as per drawings & direction
of engineer in charge in 9 no’s intermediate pier of all 10 no’s radial gates. The main horizontal
girders, flange plate are not allowing in two or more pieces so all R S J main horizontal 500 x 180
mm & flange plate are to be providing & fitting in only single piece joint are not allowed. All 9
no’s intermediate pier of 10 no’s gates. All R S J main horizontal girders shall be checked for
being straight without twists, bends wrinkling and if straightening or other rectifications is
necessary it shall be done by tenderer in a method which shall not injure the metal. Proper care
should be taken during erection of all main & cross girders of hoist bridge are in one line & level.
Required cutting, straightening, threading work in parts of hoist bridge platform is to be done by
contractor as per instructions of Engineer-in-Charge.
All category types of required structural steel such as R.S.J Girder ISMB 500 x 180 mm, m s plate
10mm& 16 mm thick etc. as per IS; 2062- 2011should be provided by tenderer at site. Welding
rod should be used radio graphic quality as per IS:814-2004.
PAINTING WORK: -
After completion of fabrication & erection work and welding Hoist assly shall properly cleaned
and Painting two coats of black epoxy paint, one intermediate coat of 150 micron thickness and
one finishing coat of 150 micron thickness over two coats of zinc rich primer (Grade-II) of total
thickness of 70 micron including, micron thickness over two coats of zinc rich primer cleaning
the surface with sand blasting and cleaning all dirt, dust, old paint, corrosion etc complete with
all materials, labour tools, consumables, scaffolding etc for skin plat of gates and its embedded
parts and/or as directed by engineer in charge. (Full scheduled coat painting). Required all paint
material, labour, tools, consumables, scaffolding etc. should be arranged by tenderer at risk &
cost. Paint material should be used by reputed paint manufacturing company approved by
Engineer-in-charge.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-10
Dismantling, Fabrication, and Erection work Hoist bridge (End pier) for Hoist System of
Radial Gate including Main Girder, flange and base plate, stiffener plate etc with testing
at radial Gate with all accessories, etc Including cost of material, gas cutting, labour, site
welding in pieces, tools, tackles, scaffolding, transportation, black epoxy painting with
129
zinc primer painting etc. Complete as per drawing, specification & direction of Engr. In
charge for Radial Gate size-51' X 48.5' of madhuban dam at Damanganga Irri. Project.
Total=2 no’s.
The work for this item is to be carry out by tenderer as per mentioned below in 2 no’s end piers
at both side end of radial gate sr. no-1 & 10. Required structural steel material, labour,
fabrication, erection, joining the pieces by welding, gas cutting, tools, tackles, scaffolding,
transportation, applying black epoxy painting with zinc primer painting works and recovery of
old dismantled parts of hoist bridge etc. should be arranged by tenderer.
The item consists of dismantling of existing hoist bridge on end pier and fabrication, supplying
& erection of new hoist bridge on end pier at both side end of radial gate sr. no-1 & 10 for hoist
system consisting of parts like main horizontal girders, cross girders, flange plates, base plates,
nut for 25 dia. anchor bolts etc. for E R Units & C D Unit of hoist mechanism shall be carried out
by tendererin both side end of radial gate sr. no-1 & 10as per tender drawing & actual
requirement of site. The dimensions of these parts are as given in the drawing Sr. no-25/27.
DISMANTLING WORK & RECOVERY OF SCRAP MATERIAL -
Dismantling of existing hoist bridge erected on end pier 2 no’s at both side end of radial gate sr.
no-1 & 10 for hoist system consisting of parts like main horizontal girders, cross girders, flange
plates, base plates nut for 25 dia. anchor bolts etc. for E R Units & C D Unit of hoist mechanism
should be done by tenderer in 2 no’s end pier of gate at both side end of radial gate sr. no-1 &
10(Total 2 no’s end Pier).
Existing hoist bridge 5670 mm long shall be made from ISMB 500 x 180 mm- 5670 mm long- 4
no’s / Pier, ISMB 500 x 180 mm-3048 mm long - 1 no / Pier, flange plate (bottom side) 5548 x
380 x 10 mm thick - 4 no’s / pier, flange plate (Top side) 5548 x 560 x 10 mm thick 4 no’s / pier,
Stiffener plate 500 x80 x 10 mm thick 9no’s / side x 2 side / R S J Girder x 4 no’s Girder =72no’s
/ pier, Base plate 400 x 400 x 16 mm- 12 no’s / pier, Base plate 200 x 400 x 16 mm- 4 no’s / pier
&nut of 25 mm dia. Anchor bolt of girder in hoist bridge of hoist system.
Dismantling of existing rusted hoist bridge 5670 mm long erected on end pier shall be done by
tenderer in both side 2 no’s end piers of gate. Proper care must be taken during the dismantling
work of existing rusted hoist bridge by gas cutting on 2 no’s end pier in both side of radial gate
sr. no-1 & 10. If any part of hoist system damaged during the work same should be repaired by
contractor at his cost.
Scrap material of old dismantled parts like old rusted hoist bridge of hoist system is
removed on end pier in both side end pier of gate sr. no 1 & 10 during work will be given to
130
contractor and this old scrap material will be the property of contractor. Carting of scrap
material shall be done by contractor at his risk & cost.
FABRICATION & ERECTION WORK: -
Providing, supplying & fitting of new hoist bridge for hoist system on existing end pier of both
side of gate sr. no- 1 & 10 should be done by tenderer in 2 no’s end pier at both side end of gate
sr. no 1 & 10 as per drawing & actual requirement of site situation. The hoist bridge is consisting
of parts like main horizontal girders, cross girders, top & bottom flange plates, base plates & hex.
Nuts 50 no’s for 25 dia. anchor bolts etc. for E R Units & C D Unit of hoist mechanism.
The item consists of fabricating, supplying and erecting of new hoist bridge platform size 5670
mm long / pier is consisting of main horizontal girders R S J ISMB 500 x 180 mm- 5670 mm
long- 4 no’s / Pier, ISMB 500 x 180 mm- 3048 mm Long - 1 no / Pier, flange plate (bottom side)
5548 x 380 x 10 mm thick - 4 no’s / pier, flange plate (Top side) 5548 x 560 x 10 mm thick 4 no’s
/ pier, Stiffener plate 500 x 80 x 10 mm thick 9no’s / side x 2 side / R S J Girder x 4 no’s Girder
=72no’s / pier, Base plate 400 x 400 x 16 mm- 12 no’s / pier, Base plate 200 x 400 x 16 mm- 4
no’s / pier & nut of 25 mm dia. Anchor bolt of girder in hoist bridge of hoist system etc. complete
should be done by tenderer as per tender drawing sr. no 25/27 & actual requirement of site
situation &direction engineer in charge in 2 no’s end pier of both side end of radial gate sr. no-1
& 10 The dimensions of these parts are as given in the tender drawing Sr. no-25/27.
The erection of new hoist bridge platform on end pier for hoist system should be carried out by
tenderer in line & level on top of end pier of spillway gate as per drawings & direction of
engineer in charge in 2 no’s end pier of both side end of gate sr. no 1 & 10. The main horizontal
girders, flange plate are not allowing in two or more pieces so all R S J main horizontal 500 x
180 mm, flange plate are to be providing & fitting in only single piece joint are not allowed. All R
S J main horizontal girders shall be checked for being straight without twists, bends wrinkling
and if straightening or other rectifications is necessary it shall be done by tenderer in a method
which shall not injure the metal. Proper care should be taken during erection of all main & cross
girders of hoist bridge are in one line & level. Required cutting, straightening, threading work in
parts of hoist bridge platform is to be done by contractor as per instructions of Engineer-in-
Charge.
All category types of required structural steel such as R.S.J Girder ISMB 500 x 180 mm, m s plate
10mm& 16 mm thick etc. as per IS; 2062- 2011should be provided by tenderer at site. Welding
rod should be used radio graphic quality as per IS:814-2004.
PAINTING WORK: -
131
After completion of fabrication & erection work and welding Hoist assly shall properly cleaned
and Painting two coats of black epoxy paint, one intermediate coat of 150 micron thickness and
one finishing coat of 150 micron thickness over two coats of zinc rich primer (Grade-II) of total
thickness of 70 micron including, micron thickness over two coats of zinc rich primer cleaning
the surface with sand blasting and cleaning all dirt, dust, old paint, corrosion etc complete with
all materials, labour tools, consumables, scaffolding etc for skin plat of gates and its embedded
parts and/or as directed by engineer in charge. (Full scheduled coat painting). Required all paint
material, labour, tools, consumables, scaffolding etc. should be arranged by tenderer at risk &
cost. Paint material should be used by reputed paint manufacturing company approved by
Engineer-in-charge.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-11
Dismantling, Fabrication, supply and Erection work End Reduction Drive Unit Assembly
base frame, Floating Shaft Hoist Platform its Main Girder, channel, ms chequared plate,
ms floating shaft with railing angle, pipe etc. with supply, fitting work of Protective Type
Pin Bush flange Coupling & Split Bush for Std. plumber block for Hoist System. And only
Dismantling & Re-Erection of Existing ERU Gear Box Assembly for Radial Gate put it into
running condition with Testing of E.R.U Drive at radial Gate with all accessories etc.
Including cost of material, gas cutting, labour, site welding in pieces, tools tackles,
scaffolding, transportation, black epoxy painting with zinc primer painting etc. Complete
as per drawing, specification & direction of Engr. In charge for Radial Gate size-51' X 48.5'
of madhuban dam at Damanganga Irri. Project. Total Number of Gate= 10 nos. =2 No’s
E.R.U/ Gate.
The work for this item is to be carry out by tenderer as per mentioned below 10 No’s E R Unit
set (L H & R H side 2 no’s E R unit / set/gate) for 10 no’s Radial gates.
Required steel material for new frame of both E R U set, ISMB 500 x 180, High tensile Allu.
Bronze bush 2 No’s /ERU set / Gate for wire rope drum, High tensile Allu. bronze bush 2 No’s /
ERU set / Gate for Wheel of rope drum, High tensile Allu. bronze split type bush 2 No’s / ERU set
/ Gate for shaft of Wheel No-2, Protective pin bush type flange Coupling 6 no’s / ERU set / Gate
for floating, split bush type Plummer block for 100 dia. floating shaft 8 No’s/ ERU set / Gate,
Plummer Block assly SNA 520 with bearing- 8 no’s / ERU set / Gate, Plummer Block assly SNA
132
532 with bearing- 4 no’s / ERU set / Gate etc. bought out materials, labour, machining, tools,
tackles, machinery, transportation, epoxy painting etc. & recovery of old dismantled rusted of
base frame of both E R units, H T bronze type bushes of rope drum & wheel of rope drum,
protective pin type bush flange coupling of floating shaft, split bush type Plummer block for 100
dia. floating shaft, SNA 520 plumber block assly with bearing & SNA 532 plumber block assly
with bearing etc. parts of 10 no’s E R U set in all 10 no’s radial gate during work at dam site
should be arranged by tenderer.
DISMANTLING WORK & RECOVERY OF SCRAP MATERIAL -
Dismantling of existing components like rusted base frame of existing old L H & R H side 2 no’s
ER Unit / Set/ Gate should be done by tenderer in 10 no’s set E R Unit of gate sr. No-1 to 10
(Total 10 no’s set of E R U). Existing base frame are made from ISMB 500 x 180 mm, Angle 100 x
100 x 6 mm& various size m s plate 12 mm tk, 32 mm tk 55 mm tk used in frame of E R Unit.
Proper care must be taken during the dismantling work of existing rusted base frame from E R
Unit by gas cutting in all 20 no’s E R U / 10 Gates. If any part of E R Unit damaged during the
work same should be repaired by contractor at his cost.
Dismantling of existing fitted old components like High tensile Allu. Bronze bush 2 No’s / ERU
set / Gate for rope drum, High tensile Allu. bronze bush 2 No’s / ERU set / Gate for Wheel of
rope drum, High tensile Allu. bronze split type bush 2 No’s / ERU set / Gate for shaft of Wheel
No-2, Protective pin bush type flange Coupling 6 no’s / ERU set / Gate for floating, split bush
type Plummer block for 100 dia. floating shaft 8 No’s/ ERU set / Gate, Plummer Block assly SNA
520 with bearing- 8 no’s / / ERU set / Gate, Plummer Block assly SNA 532 with bearing- 4 no’s /
ERU set / Gate etc. shall be done for replacement work of same components in existing L H & R
H side E R Unit of drive unit assly of hoist mechanism of gate in all 10 no’s gate. If any part of E R
Unit damaged during the work same should be repaired by contractor at his cost.
Dismantling of existing components like rusted of Beam For Floating Shaft of Spill way Radial
Gate Hoist its Existing Base Frame are Made From ISMB 500 x 180 x 16394 mm long 2 no’s,
ISMC 100 x 50, Angle 65 x 65 x 6 mm, Floating Shaft 100 mm Dia x 15084 mm long, Floating
Shaft 100 mm Dia x 2020 mm long worm Reduction end, MS plate Various Size like 10, 16, 18, 8
mm MS chequared Plate, 32 dia G.I Pipe Floating Shaft assy of gate in all 10 no’s gate. If any part
of Floating Shaft assy damaged during the work same should be repaired by contractor at his
cost.
Scrap material like m s scrap & bronze scrap of old dismantled parts like old rusted base
frame of both RH & L H side E R Unit& B O Q parts like High tensile Allu. bronze bush 2 No’s /
133
ERU set / Gate for rope drum, High tensile Allu. bronze bush 2 No’s / ERU set / Gate for Wheel of
rope drum, High tensile Allu. bronze split type bush 2 No’s / ERU set / Gate for shaft of Wheel
No-2,Protective pin bush type flange Coupling 6 no’s / ERU set / Gate for floating, split bush type
Plummer block for 100 dia. floating shaft 8 No’s / ERU set / Gate, Plummer Block assly SNA 520
with bearing- 8 no’s / ERU set / Gate, Plummer Block assly SNA 532 with bearing- 4 no’s / ERU
set / Gate etc. in L H & R H side E R unit set all 10 no’s gates during work will be given to
contractor and this old scrap material will be the property of contractor. Carting of scrap
material shall be done by contractor at his risk & cost.
DISMANTLING & REFITTING WORK
Dismantling work of existing good condition in existing L H & R H Side E R Unit – 10 set of drive
unit assly shall be carried out in all 10 no’s radial gate sr. no- 1 to 10. Refitting existing good
condition of drive unit assly to new fabricated base frame of L H & R H Side E R Unit shall be
carried out by tenderer in all 10 no’s radial gate sr. no- 1 to 10. Proper care should be taken
during dismantling of old cabin cover by cutting of hinges from old base frame of both E R Units
in all 10 no’s gates. Heavy duty hinges should be used best quality for refitting of new cabin
cover of E R Unit. Providing & fitting of required m s bolt- nuts12 X 40 mm for fixing the old
cabin cover bolted with new base frame of E R U cover shall be done by tenderer.
Dismantling work of existing good condition old related parts like all differ size spur gear pinion
set having shafts assly, rope drum with wheel Gear, wheel Gear no-2, wire rope with clamp etc.
components should be done by tenderer in all 10 no’s E R Unit set (2 no’s / set) of 10 no’s radial
gates. Refitting existing good condition old related parts like all differ size spur gear & pinion set
having driven shafts assly, rope drum with wheel Gear, wheel Gear no-2, wire rope with clamp
etc. components should be done by tenderer in all 10 no’s E R Unit set (2 no’s / set) of 10 no’s
radial gates. Dismantled old good components shall be clean & servicing before use for refitting
in new fabricated base frame of L H & R H side E R Unit set in all gate. All differ size spur gear &
pinion set having shafts assly, rope drum with wheel Gear, wheel Gear no-2, wire rope with
clamp etc. parts shall be erecting in line level & alignment with respect horizontally & vertically
direction by tenderer during assembling of L H & R H Side E R units 20 no’sin all 10 no’s gates.
The setting & alignment of all gears pinions in respect of all drive shafts having pedestal shall be
done by tenderer by providing & fitting of required packing plate, bolt-nut etc. should be carried
out by tenderer as per direction of engineer in charge & specification in all 10 no’s gates.
Necessary cleaning & oiling-greasing is also to be carried out by tenderer in all E R Units.
Require grease nipple shall be provides for greasing to all bearing of Plummer blocks should be
134
arranged by the Contractor. Grease on gears, plumber block , pedestal and pinions etc. shall be
provides & applying by tenderer as per requirement of site situation.
Re-Erection of Existing ERU Gear Box Assembly for Radial Gate put it into properly
working condition with testing of E.R.U Drive on new fabricated base frame of radial Gate by the
full responsibility of Contractor
FABRICATION,MANUFACTURING, SUPPLYING & ERECTION WORK: -
(1). This item consists of providing & fitting of new base frame made form M S R S J girder,
M S angles & various size of m s plates as per drawing in existing L H & R H side E R Unit 2
no’s / set / gate should be done by tenderer as per requirement of site situation in all 20
no’s E R Unit in gate Sr. no 1 to 10. & Footing Shaft Unit its MS 100 mm Dia Shaft, Worm
Reduction end dia shaft, M S R S J girder, M S angles & various size of m s plates as per
drawing
Fabricating & erecting of new base frame of L H & R H side 2 no’s E R U / set / gate as per
drawing & suit with actual requirement of site situation should be carried out by tenderer in all
10 no’s E R U set in all 10 radial gates.(Two units make one set.) New base frame of E R Unit
shall be all fabricated from m s r s j girder ISMB 500 x 180 mm in only single peace joint are not
allowed, m s angle 100 x 100 x 6 mm & various size m s plate 12 mm, 32 mm, 55 mm thick as
required quantity as per drawing & actual requirement of site situation for match to existing
cabin cover of L H & R H side E R Units by tenderer in all 10 no’s radial gates. Required quantity
of m s girder, m s angles & plates shall be providing & fitting by tenderer as per drawing. Proper
care should be taken by tenderer for fabrication & erection work to be suit with existing cabin
cover of E R Unit. Proper edge grinding in new base frame should be done by tenderer. Required
structural steel material for floating shaft platform like m s ISMB 500 x 180 mm, m s angle 100 x
100 x 6 mm, m s plates 12 mm, 32 mm & 55 mm, MS Floating Shaft 100 mm Dia x 15084 mm
long, EN9 Floating Shaft 100 mm Dia x 2020 mm long use for worm Reduction end portion, all
key material use of EN9 . should be provided by tenderer in all 10 no’s gates as per IS:2062
quality & drawing. Welding rod should be used radio graphic quality as per IS:814-2004.The
dimensions of these parts are as suit with existing cabin cover of E R Unit & as per requirement
of site situation & direction of engineer in charge. The dimensions of these parts are as given in
the drawing. 27.
Floating Shaft 100 mm dia. for connecting Combined Drive unit and End reduction unit
floating shaft i.e. 2 pieces for one gate as per drawing & specification are to be provided. The
actual required length of the shaft would be given by the Engineer in charge as per position of
135
erected End reduction unit and combined drive unit. Key slot & machining shall be done by the
contractor without any extra cost as per modern practice and instruction of Engineer-in-charge.
The shafts shall be turned to have smooth finish and dimensions shall be kept as per
drawing. The bearing seats on the shaft shall be ground if necessary. Suitable oil grooves with
caps for greasing and oiling shall be provided for oiling the bush and greasing to bearings, as per
directions of Engineer in charge.
(2). This item consists of providing& fitting of new High tensile Allu. Bronze bush 2 No’s /
ERU set / Gate for rope drum, High tensile Allu. Bronze bush 2 No’s / ERU set / Gate for
Wheel of rope drum, High tensile Allu. bronze split type bush 2 No’s / ERU set / Gate for
shaft of Wheel No-2, Protective pin bush type flange Coupling 6 no’s / ERU set / Gate for
floating, split bush type Plummer block for 100 dia. For floating shaft 8 No’s / ERU set /
Gate, Plummer Block assly SNA 520 with bearing- 8 no’s / ERU set / Gate, Plummer Block
assly SNA 532 with bearing- 4 no’s / ERU set / Gate etc. should be done by tenderer as per
requirement of site situation in all 20 no’s E R Unit in gate Sr. no 1 to 10.
(a)-Manufacturing, supplying & fitting of High tensile Allu. Bronze bush 2 No’s / ERU set / Gate
for rope drum should be done by tenderer in all 10 no’s E R Uni set (2 no’s / set) of 10 no’s
radial gates. The dimensions of high tensile alum. Bronze casting bush size ID 295 mm, OD 335
mm - 160 Thick should be made from H T All. Bronze casting confirm as per IS: 305Grade AB1
for Bushing of rope drum as per drawing& actual requirement f site situation. The bush shall be
press fitted in Drum.
(b)-Manufacturing, supplying & fitting of High tensile Allu. bronze bush 2 No’s / ERU set / Gate
for Wheel of rope drum should be done by tenderer in all 10 no’s E R Unit set (2 no’s / set) of 10
no’s radial gates. The dimensions of high tensile alum. Bronze casting bush size ID 295 mm, OD
335 mm- 400 mm Thick should be made from H T All. bronze casting confirm as per IS: 305
Grade AB1 for Bushing for Gear wheel of rope drum as per drawing & actual requirement f site
situation. The bush shall be press fitted in Gear wheel.
(C)-Manufacturing, supplying & fitting of High tensile Allu. bronze bush in split type 2 No’s /
ERU set / Gate for shaft of Wheel No-2 in E R U should be done by tenderer in all 10 no’s E R Unit
set (2 no’s / set) of 10 no’s radial gates. The dimensions of high tensile alum. Made bronze
casting of split bush size ID 180 mm, OD 200 mm -170 mm thick for shaft of Wheel No-2 in E R U
should be made from H T All. Bronze casting confirm as per IS: 305 Grade AB1 for split bush for
driven shaft of Wheel No-2 in E R U as per drawing & actual requirement f site situation. The
split bush shall be press fitted in Gear wheel No-2.
136
(d)-Manufacturing, supplying & fitting of heavy duty Protective pin bush type flange Coupling 6
no’s / ERU set / Gate for 100 mm diameter size floating in E R U should be done by tenderer in
all 10 no’s E R Unit set (2 no’s / set) of 10 no’s radial gates. The suitable size of flange coupling
having protective pin bush fitted 2 piece/ pair x 2 pair / set x 2set/E R U set / gate should be
carried out by tenderer in all 10 no’s gates for 100 mm diameter size floating shaft as per
requirement of site situation & specification including rubber bush. Required size m s bolts &
nuts & key for fixing of flange coupling in gate shall be provides & fitting by tenderer in all 10
no’s gates..The dimensions of these parts are as given in the drawing & actual requirement of
site situation.
(e)-Manufacturing, supplying & fitting of split bush type Plummer block for 100 dia. floating
shaft 8 No’s / ERU set / Gate for 100 mm dia. Floating shaft in E R U should be done by tenderer
in all 10 no’s E R Uni set (2 no’s / set) of 10 no’s radial gates. The suitable size heavy duty split
bush type C I pedestal for 100 mm dia. For Floating shaft for C I pedestal should be made from C
I material confirm as per IS: 210 FG-200 & split bush should be made from bronze casting
confirm as per IS: 305 Grade AB1 for floating shaft of E R U as per actual requirement of site
situation. The C I C I pedestal with split bush shall be press fitted in floating shaft of E R Unit.
Split Bush type Plummer block assembly (Heavy Duty) with Bolt-nut suitable for 100mm Dia.
line shaft.
(f)-Manufacturing, supplying & fitting of SNA 520 size Plummer block with H320 Sleeve & self-
align ball bearing no-2220K8 16 no’s / ERU set / Gate for L H & R H side E R Unit of hoist
mechanism of gate shall be carried out by tenderer in all gates. SNA520 Plummer block should
be standard make likePSC,J & J, USA. The self-align roller bearing2220Kshall be standard make
like A.R.B, N.B.C, FAG, ZKL or S.K.F. Tata. Proper fitting of Plummer block assly in respect of
matching of gear & pinion set in horizontal & vertical direction with drive shaft for smooth, and
trouble-free operation of gates must be done by tenderer.
(g)-Manufacturing, supplying & fitting of SNA 532 size Plummer block with H3132 Sleeve & self-
align ball bearing no-22232CK 8 no’s / ERU set / Gate for L H & R H side E R Unit of hoist
mechanism of gate shall be carried out by tenderer in all gates. SNA532 Plummer block should
be standard make likePSC,J & J, USA. The self-align roller bearing 22232CK shall be standard
make like A.R.B, N.B.C, FAG, ZKL or S.K.F. Tata. Proper fitting of Plummer block assly in respect
of matching of gear & pinion set in horizontal & vertical direction with drive shaft for smooth,
and trouble-free operation of gates must be done by tenderer.
The following tests are required for bronze casting IS: 305 Grade AB1 & Cast Iron IS: 210-FG-
137
200 to be carried out at laboratory approved by Engineer-in-charge. (1) Tensile test. (2)
Hardness test. (3) chemical composition test (4) Hardness test (5)manufacture certificate.
Fabricating & erecting of new base frame Floating shaft Unit Assembly RSJ 500 x 180 x 16394
mm long 2 no’s as per IS 2062, ISMC 100 x 50 x 1115 mm long 24 no’s as per IS 2062, ISMC 100
x 50 x 468 mm long 12 no’s as per IS 2062, chequared Plate 1000 x 8tk x 15544 mm long as per
IS 3502-2009 , ISA 65 x 65 x 6 mm 1200mm long 18 no’s, 100 dia x 15084 mm long ms floating
shaft as per IS2062, worm reduction end floating shaft 100 x 2020 mm long 2 no’s as per EN-9
and for Railing 40 dia G.I pipe-93.26 mtr/2 no E.R.U/gate should be provided as per drawing &
requirement of site situation & direction of engineer in charge. The dimensions of these parts
are as given in the drawing No-6-V-D1.
PAINTING WORK: -
After completion of fabrication & erection work and welding Drive Unit & Floating Shaft assly
shall properly cleaned and Painting two coats of black epoxy paint, one intermediate coat of 150
micron thickness and one finishing coat of 150 micron thickness over two coats of zinc rich
primer (Grade-II) of total thickness of 70 micron including, micron thickness over two coats of
zinc rich primer cleaning the surface with sand blasting and cleaning all dirt, dust, old paint,
corrosion etc complete with all materials, labour tools, consumables, scaffolding etc for skin plat
of gates and its embedded parts and/or as directed by engineer in charge. (Full scheduled coat
painting). Required all paint material, labour, tools, consumables, scaffolding etc. should be
arranged by tenderer at risk & cost. Paint material should be used by reputed paint
manufacturing company approved by Engineer-in-charge.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-12
Dismantling, Fabrication and erection of new C.D.U base frame it's ms channel, ms Angle,
ms chequared plate and only Dismantling & re-election work of Existing Diesel engine,
forward reverse gear box, magnetic brake, dog clutch, starter, control penal & tyre
coupling and put into running condition with testing at radial Gate with all accessories
etc. Including cost of material, gas cutting, labour, site welding in pieces, tools tackles,
scaffolding, transportation, black epoxy painting with zinc primer painting etc. complete
as per drawing, specification & direction of Engr. In charge for Radial Gate size-51' X 48.5'
of madhuban dam at Damanganga Irri. Project. Total Number of Gate = 10 nos.=1
138
no’s/Gate = 10 No’s.
The work for this item is to be carry out by tenderer as per mentioned below in C D Unit
Combined D H Unit of drive unit of hoist mechanism of radial gate is to be carry out by tenderer
in all 10 no’s gate as per instruction engineer in charge.
Required steel material, labour, tools, tackles, drilling, machining, scaffolding, Epoxy painting,
transportation, etc. &recovery of old dismantled rusted base frame of C D Unit should be done &
arranged by tenderer.
DISMANTLING WORK & RECOVERY OF SCRAP MATERIAL -
Dismantling of existing components like rusted base frame of existing C D unit combined D H
Unit should be done by tenderer in 10 no’s C D Unit of gate sr. No-1 to 10 (Total 10 no’s C D U).
Existing steel rectangular base frame size 2340 mm long x 1180 mm width with cross members
shall be made from ISMC 250 x 80 mm, Angle 100 x 100 x 10 mm, 65 x 65 x 6 mm in C D Unit.
Dismantling of existing old rusted ms Chequared plate size 1000 x 1300 x 8 mm thick 1 no shall
be done by tenderer in all 10 No’s C D unit.
Dismantling of existing rusted base frame size 2340 mm long x 1180 mm width with cross
members of C D Unit shall be done by tenderer. Proper care must be taken during the
dismantling work of existing rusted base frame of existing C D Unit by gas cutting in all gates. If
any part of C D Unit damaged during the work same should be repaired by contractor at his cost.
Scrap material of old dismantled parts like old rusted base frame of C D Unit is removed
in C D Unit in all gates during work will be given to contractor and this old scrap material will be
the property of contractor. Carting of scrap material shall be done by contractor at his risk &
cost.
DISMANTLING & REFITTING WORK
Disassemble the existing good condition component like old dial indicator, diesel engine,
forward reverse gear box, electromagnetic brake, dog clutch, tyre coupling, electric Motor &
Worm reduction gear box, hand operation etc. related parts of C D Unit shall be carried out in all
10 no’s radial gate sr. no- 1 to 10. Refitting existing good condition old dial indicator, diesel
engine, forward reverse gear box, electromagnetic brake, dog clutch, tyre coupling, electric
Motor & Worm reduction gear box, hand operation etc. on new fabricated base frame of C D Unit
shall be carried out in all 10 no’s radial gate sr. no- 1 to 10. proper care should be taken during
dismantling of all good condition old component in C D Unit in all 10 no’s gates. Reused existing
good condition bolt nuts in work & other required missing m s bolt- nuts shall be provides &
fitting by tenderer.
139
Dismantling work of existing good condition old dial indicator, diesel engine, forward reverse
gear box, electromagnetic brake, dog clutch, tyre coupling, electric Motor & Worm reduction
gear box, hand operation etc. components should be done by tenderer in all C D Unit set of 10
no’s of radial gates. Refitting existing good old components like dial indicator, diesel engine,
forward reverse gear box, electromagnetic brake, dog clutch, tyre coupling, electric Motor &
Worm reduction gear box, hand operation etc. with new fabricated base frame should be done
by tenderer in all C D unit set of 10 no’s radial gates. All old dismantled components shall be
clean & refitting in horizontally & vertically in line & level by tenderer in new fabricated base
frame C D Unit in all 10 no’s gates. The setting & alignment of all old & new components by
providing & fitting of required packing plate, bolt-nut etc. should be carried out by tenderer as
per direction of engineer in charge & actual requirement of site situation in all 10 no’s gates.
Necessary epoxy painting to new fabricated base frame of C D Unit. Setting of forward-reverse
gear box shall be done by tenderer if required. Checking of all type of lubricating oil level in
moving parts & topping of oil if required in components should be done by tenderer in all 10
no’s C D unit.
Re-Erection of Existing CDU Assembly for Radial Gate put it into properly working condition
with testing of C.D.U Drive on new fabricated base frame of radial Gate by the full responsibility
of Contractor.Neoprene rubber gasket of 5 mm thick is to be provided as engine foundation to
minimize the vibration. Cut to shape M.S Plate 6 mm thick is to be provided & fitted as forward-
Reverse Type Gear Box foundation to minimize the vibration
FABRICATION & ERECTION WORK: -
Providing & fitting of new base frame made form m s ISMC, m s angles for existing C D
Unit should be done by tenderer as per requirement of site situation in all 10 no’s C D
Unit in gate Sr. no 1 to 10.Providing & fitting of new m s Chequared plate size 1000 x 1300
x 8 mm thick 1 no shall be done by tenderer in all 10 No’s C D unit.
Providing & fitting of new base frame with cross members size 2340 mm long x 1180 mm
width1 no in existing C D Unit should be done by tenderer in all 10 no’s C D Unit in all gates. The
base frame & support cross members shall be fabricated from ISMC 250 x 80 mm, Angle 100 x
100 x 10 mm, Angle 65 x 65 x 6 mm etc. as per actual requirement of site situation & direction of
engineer in charge. The rectangular base frame will be suit with existing metal cabin housing
cover of C D Unit in all 10 no’s C D Units. The base frame size 2340 x 1180mm with cross
members shall be fabricating from ISMC 250 x 80 mm 770 mm long 4 no’s/ C D Unit , ISMC 250
x 80 mm 1180 mm long 2 no’s/ C D Unit, ISMC 250 x 80 mm 2340 mm long 2 no’s/ C D Unit,
140
1180 mm long 2 no’s / C D Unit, cross members is to be made ISMC 250 x 80 mm–1170 mm
long 3 no’s/ C D Unit for components, Angle 100x100x 10 mm size 1170 mm long 6 no’s / C DU
for parts, Angle 65 x 65 x 6 mm size 1000 mm 9 no’s / C D U & Angle 65 x 65 x 6 mm size 2200
mm long 2 no’s / C.D.U Should be done by tenderer in all 10 No’s C D Units. Other required
modification shall be done by tenderer with suit in existing cabin cover of C D Unit, Other
required packing plate, m s bolt nuts, spring washer, lever, handle for components should be
providing & fitting by tenderer. Necessary drilling of holes to be done if required in base frame
should be arranged by the Contractor.
Providing & fitting of new m s Chequared plate size 1000 x 1300 x 8 mm thick 1 no shall be done
by tenderer in all 10 No’s C D unit. All category of required structural steel for base frame of C D
Unit shall be providing by tenderer as per IS; 2062-2011.welding rod should be used radio
graphic quality as per IS: 814-2004.
PAINTING WORK: -
After completion of fabrication & erection work and welding CDU Base frame assly shall
properly cleaned and Painting two coat of aluminium paint, one intermediate coat of 20 micron
thickness and one finishing coat of 20 micron thickness over two coats of metal primer of total
thickness 70 micron including cleaning the surface with sand blasting cleaning all dirt,dust,old
paint, corrosion etc. Complete with material ,labour, tools consumables, scaffolding etc for end
reduction with cover and its frame CDU, driver shaft and pipe railing etc. complete and or as
directed by engineer in charge..
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-13
Dismantling, fabrication and Erection Work of All Hoist Platform of Intermediate pier &
End Pier its 8 mm chequared plate, channel, railing angle, railing piper etc for Hoist
System of Radial Gate with all accessories Including cost of material, gas cutting, labour,
site welding in pieces, tools, tackles, scaffolding, transportation, Enamel paint with
primer painting etc. complete as per drawing, specification & direction of Engr. In charge
for Radial Gate size-51' X 48.5’ of madhuban dam at Damanganga Irri. Project.
The work for this item is to be carry out by tenderer as per mentioned below in whole 1 no job
for replacement of hoist platform in 9 no’s intermediate pier & 2 no’s end pier of from radial
141
gate sr. no-1 to 10.
Required structural steel material, labour, fabrication, erection, joining the pieces by welding,
gas cutting, tools, tackles, scaffolding, transportation, applying enamel paint painting with zinc
primer painting works and recovery of old dismantled parts of hoist platform in all gates etc.
should be arranged by tenderer.
The item consists of dismantling of existing differ size of hoist platform of 9 no’s intermediate
pier & 2 no’s end pier in hoist system of all gates with fabrication, supplying & erection of new
hoist platform of 9 no’s intermediate pier & 2 no’s end pier of hoist system in all gate from radial
gate sr. no-1 to 10. The various size of hoist platform on intermediate pier size 10900 x 800 x 8
mm- 1 no / pier, 2200 x 1050 x 8 mm – 1 no / pier, 4000 x 750 x 8 mm 1 no/ & 6200 x 900 x 8
mm 1 no/ pier in all 9 no’s intermediate pier & hoist platform on end pier size 5100 x 900 x 8
mm- 1 no / pier, 3070 x 1750 x 8 mm – 1 no / pier, 4400 x 950 x 8 mm 1 no/ pier, 3800 x 700 x
8 mm 1 no/ pier & 2200 x 1050 x 8 mm 1 no / pier in both side of 2 no’s end pier consisting of
parts like support channels & angles members, m s Chequarred plate etc. for hoist mechanism
shall be carried out by tenderer in all radial gate sr. no-1 to 10 as per tender drawing & actual
requirement of site. The dimensions of these parts are actual as per site situation (Not provides
drawing).
DISMANTLING WORK & RECOVERY OF SCRAP MATERIAL -
(A). Dismantling of existing differ size 4 no’s of hoist platform size 10900 x 800 mm- 1 no /
pier+ 2200 x 1050 mm 1 no / pier + 4000 x 750 mm 1 no/ pier + 6200 x 900 mm 1 no/ pier
should be carried out by tenderer in 9 no’s intermediate pier. The different sizes of hoist
platform on 9 no’s intermediate pier is made from support channels & angles members, m s
Chequared plate etc. dimensions as under...
(1). Existing hoist platform size 10900 x 800 x 8 mm- 1 no / pier are made from ISMC 75 x 40
mm- 800 mm long 10 no’s / pier for frame, m s angle 50 x 50 x 5-10900 mm long -1 no’s/pear, m
s angle 50 x 50 x 5-800 mm long -2 no’s/pear for frame, m s Chequared plate 10900 x 800 x 8
mm thick 1 no / pier for walkway of platform in total 9 no’s intermediate pier of hoist
system.(2) Existing hoist platform size 2200 x 1050 mm- 1 no / pier are made from ISMC 75 x
40 mm- 1050 mm long 4 no’s / pier for frame, m s angle 50 x 50 x 5 mm 2200 mm 2 no’s / pier
for frame, angle 50 x 50 x 5 mm1100 mm long 12 no’s / pier for frame & m s Chequared plate
2200 x 1050 x 8 mm thick 1 no / pier for walkway of platform in total 9 no’s intermediate pier of
hoist system.(3)Existing hoist platform size 4000 x 750 mm- 1 no / pier are made from ISMC 75
x 40 mm- 750 mm long 8 no’s / pier for frame, m s angle 50 x 50 x 5 mm 750 mm 2 no’s / pier
142
for frame & m s Chequarred plate 4000 x 750 x 8 mm thick 1 no / pier for walkway of platform
in total 9 no’s intermediate pier of hoist system.(4)Existing hoist platform size 6200 x 900 mm-
1 no / pier are made from ISMC 75 x 40 mm- 900 mm long 6 no’s / pier for frame, m s angle 50 x
50 x 5 mm 6200 mm 1 no / pier for frame, angle 50 x 50 x 5 mm 900 mm long 2 no’s / pier,
angle 75 x 75 x 8 mm 1200 mm long 8 no’s / pier for frame & m s Chequarred plate 6200 x 900 x
8 mm thick 1 no / pier for walkway of platform in total 9 no’s intermediate pier of hoist system.
(B). Dismantling of existing differ size 5 no’s of hoist platform size 5100 x 900 mm- 1 no / pier +
3070 x 1750 mm1 no / pier + 4400 x 950 mm 1 no/ pier + 3800 x 700 mm 1 no / pier + 2200 x
1050 mm 1 no / pier should be carried out by tenderer in 2 no’s end pier with floating shaft of
gate at both side end of gate sr. no 1 & 10 for hoist system. The different sizes of hoist platform
on 2 no’s end piers with floating shaft are made from support channels & angles members, m s
Chequarred plate etc. dimensions as under...
(1). Existing hoist platform size 5100 x 900 mm- 1 no / pier are made from ISMC 75 x 40 mm-
900 mm long 5 no’s / pier for frame, m s angle 50 x 50 x 5 mm 5100 mm 1 no/ pier for frame,
angle 50 x 50 x 5 mm- 900 mm long 2 no’s / pier for frame & m s Chequarred plate 5100x 900 x
8 mm thick 1 no / pier for walkway of platform in total 2 no’s end piers of hoist system. (2)
Existing hoist platform size 3070 x 1750 mm- 1 no / pier are made from ISMC 75 x 40 mm- 1750
mm long 3 no’s / pier for frame, m s angle 50 x 50 x 5 mm 3070 mm 1 no / pier for frame & m s
Chequarred plate 3070 x 1750 x 8 mm thick 1 no / pier for walkway of platform in total 2 no’s
end piersof hoist system.(3) Existing hoist platform size 4400 x 950 mm- 1 no / pier are made
from ISMC 75 x 40 mm- 950 mm long 4 no’s / pier for frame, m s angle 50 x 50 x 5 mm 4400 mm
1 no / pier for frame,m s angle 50 x 50 x 5 mm 950 mm 2 no’s / pier for frame & m s Chequared
plate 4400 x 950 x 8 mm thick 1 no / pier for walkway of platform in total 2 no’s end piers of
hoist system.(4) Existing hoist platform size 3800 x 700 mm- 1 no / pier are made from ISMC 75
x 40 mm- 700 mm long 3 no’s / pier for frame, m s angle 50 x 50 x 5 mm 700 mm 1 no / pier for
frame& m s Chequarred plate 3800 x 700 x 8 mm thick 1 no / pier for walkway of platform in
total 2 no’s end piersof hoist system.(5) Existing hoist platform size 2200 x 1050 mm- 1 no /
pier are made from ISMC 75 x 40 mm- 1050 mm long 2 no’s / pier for frame, m s angle 50 x 50 x
5 mm 2200 mm 1 no / pier for frame, m s angle 50 x 50 x 5 mm 1100 mm 2 no’s / pier, angle 75
x 75 x 8 mm for railing 8 no’s/pier for frame & m s Chequarred plate 2200 x 1050 x 8 mm thick
1 no / pier for walkway of platform in total 2 no’s end piers of hoist system.
Proper care must be taken during the dismantling work of existing rusted hoist platform as
above by gas cutting. If any part of hoist system damaged during the work same should be
143
repaired by contractor at his cost.
Scrap material of old dismantled parts like old rusted hoist platform on 9 no’s
intermediate pier + 2 no’s end pier of hoist system is removed from radial gate sr. no 1 to 10
during work will be given to contractor and this old scrap material will be the property of
contractor. Carting of scrap material shall be done by contractor at his risk & cost.
FABRICATION & ERECTION WORK: -
(A). The item consists of providing, supplying & fitting of new differ size 4 no’s of hoist platform
size 10900 x 800 mm- 1 no / pier + 2200 x 1050 mm 1 no / pier + 4000 x 750 mm 1 no / pier +
6200 x 900 mm 1 no / pier should be carried out by tenderer in 9 no’s intermediate pier &
floating shaft of gate from gate sr. no 1 to 10 for hoist system as per actual requirement of site
situation. The different sizes of hoist platform on 9 no’s intermediate pier with floating shaft
shall be made from support channels & angles members, m s Chequared plate etc. dimensions as
under...
(1).Fabricating, supplying and erecting of new hoist platform size 10900 x 800 mm- 1 no / pier
shall be made from ISMC 75 x 40 mm- 800 mm long 10 no’s / pier for frame, m s angle 50 x 50 x
5 mm 10900 mm 1 no/ pier for frame, angle 50 x 50 x 5 mm- 800 mm long 2 no’s / pier for
frame & m s Chequared plate 10900 x 800 x 8 mm thick 1 no / pier for walkway of platform in
total 9 no’s intermediate pier of hoist system. (2) Fabricating, supplying and erecting of new
hoist platform size 2200 x 1050 mm- 1 no / pier shall be made from ISMC 75 x 40 mm- 1050
mm long 4 no’s / pier for frame, m s angle 50 x 50 x 5 mm 2200 mm 2 no’s / pier for frame,
angle 50 x 50 x 5 mm1100 mm long 12 no’s / pier for frame & m s Chequared plate 2200 x 1050
x 8 mm thick 1 no / pier for walkway of platform in total 9 no’s intermediate pier of hoist
system.(3) Fabricating, supplying and erecting of new hoist platform size 4000 x 750 mm- 1 no /
pier shall be made from ISMC 75 x 40 mm- 750 mm long 8 no’s / pier for frame, m s angle 50 x
50 x 5 mm 750 mm 2 no’s / pier for frame & m s Chequared plate 4000 x 750 x 8 mm thick 1 no
/ pier for walkway of platform in total 9 no’s intermediate pier of hoist system.(4) Fabricating,
supplying and erecting of new hoist platform size 6200 x 900 mm- 1 no / pier shall be made
from ISMC 75 x 40 mm- 900 mm long 6 no’s / pier for frame, m s angle 50 x 50 x 5 mm 6200 mm
1 no / pier for frame, angle 50 x 50 x 5 mm 900 mm long 2 no’s / pier, 75 x 75 x 8 mm 1200 mm
long 8 no’s / pier for Railing frame, 40 Dia G.I Pipe 22.5 mtr / pier & m s Chequared plate 6200 x
900 x 8 mm thick 1 no / pier for walkway of platform in total 9 no’s intermediate pier of hoist
system.
(B).The item consists of providing, supplying & fitting of new differ size 5 no’s of hoist platform
144
Chequared plate size 5100 x 900 x 8 mm- 1 no / pier + 3070 x 1750 x 8 mm 1 no / pier + 4400 x
950 x 8 mm 1 no / pier + 3800 x 700 x 8 mm 1 no / pier + 2200 x 1050 x 8 mm 1 no / pier
should be carried out by tenderer in 2 no’s end piers with floating shaft of gate at both side end
of gate sr. no 1 & 10 for hoist system as per actual requirement of site situation. The different
sizes of hoist platform on 2 no’s end piers with floating shaft etc. Shall be made from support
channels & angles members, m s Chequared plate etc. dimensions as under...
(1).Fabricating, supplying and erecting of new hoist platform size 5100 x 900 mm- 1 no / pier
shall be made from ISMC 75 x 40 mm- 900 mm long 5 no’s / pier for frame, m s angle 50 x 50 x 5
mm 5100 mm 1 no/ pier for frame, angle 50 x 50 x 5 mm- 900 mm long 2 no’s / pier for frame &
m s Chequared plate 5100 x 900 x 8 mm thick 1 no / pier for walkway of platform in total 2 no’s
end piers of hoist system. (2) Fabricating, supplying and erecting of new hoist platform size
3070 x 1750 mm- 1 no / pier shall be made from ISMC 75 x 40 mm- 1750 mm long 3 no’s / pier
for frame, m s angle 50 x 50 x 5 mm 3070 mm 1 no / pier for frame & m s Chequared plate 3070
x 1750 x 8 mm thick 1 no / pier for walkway of platform in total 2 no’s end piers of hoist
system.(3) Fabricating, supplying and erecting of new hoist platform size 4400 x 950 mm- 1 no /
pier shall be made from ISMC 75 x 40 mm- 950 mm long 4 no’s / pier for frame, m s angle 50 x
50 x 5 mm 4400 mm 1 no / pier for frame, m s angle 50 x 50 x 5 mm 950 mm 2 no’s / pier for
frame & m s Chequared plate 4400 x 950 x 8 mm thick 1 no / pier for walkway of platform in
total 2 no’s end piers of hoist system.(4) Fabricating, supplying and erecting of new hoist
platform size 3800 x 700 mm- 1 no / pier shall be made from ISMC 75 x 40 mm- 700 mm long 3
no’s / pier for frame, m s angle 50 x 50 x 5 mm 700 mm 1 no / pier for frame & m s Chequared
plate 3800 x 700 x 8 mm thick 1 no / pier for walkway of platform in total 2 no’s end piers of
hoist system.(5) Fabricating, supplying and erecting of new hoist platform size 2200 x 1050
mm- 1 no / pier shall be made from ISMC 75 x 40 mm- 1050 mm long 2 no’s / pier for frame, m s
angle 50 x 50 x 5 mm 2200 mm 1 no / pier for frame, m s angle 50 x 50 x 5 mm 1100 mm 2 no’s
/ pier, angle 75 x 75 x 8 mm 8 no’s /pier for railing, 40 mm dia G.I pipe 24 mtr /pier for frame &
m s Chequared plate 2200 x 1050 x 8 mm thick 1 no / pier for walkway of platform in total 2
no’s end piers of hoist system.
The erection of New 40 mm Dia G.I Pipe hoist bridge platform on 9 no’s intermediate pier + 2
no’s end pier = 250.50 mtr Total.
The erection of new hoist bridge platform on 9 no’s intermediate pier + 2 no’s end pier for hoist
system in all radial gates should be carried out by tenderer in line & level as per actual
requirement of site situation (Drawing not Provides) & direction of engineer in charge. All ISMC
145
& angles for support members shall be checked for being straight without twists, bends
wrinkling and if straightening or other rectifications is necessary it shall be done by tenderer in
a method which shall not injure the metal. Proper care should be taken during erection of all
differ size hoist platform on 9no’s + 2 no’s piers of hoist mechanism system to be in one line &
level. Required cutting, straightening, threading work in parts of hoist bridge platform is to be
done by contractor as per instructions of Engineer-in-Charge.
All category types of required structural steel such as per IS; 2062- 2011 should be provided by
tenderer at site. M s Chequared plate 8 mm thick as per IS:3502-2009 should be provided by
tenderer at site. Welding rod should be used radio graphic quality as per IS:814-2004.
Chequered plates will be supplied in the 8 mm thickness sizes which shall be cut and fixed
by welding as per requirement. Chequered plate’s expansion joint at ends dully supported on
cross members who are fabricated in required sizes are to be erected and welded as per
requirement.
For chequered plate side gap joint welding shall be done of about 2” length at every 300 mm
distance. Suitable manhole cover with heavy duty hinges at chequered plate on intermediate
pier shall be provided by contractor with no cost as per the direction of Engineer-in-Charge for
inspection and repair purpose.
Cutting, straightening, threading, welding and fitting of stand post angles for railing is
required to be done by contractor, as per instructions of Engineer-in-Charge. Suitable holes shall
be done in the angle posts for fitting of 40 mm dia. G.I. pipe- B class as per drawing.
40 mm dia. G.I. Pipe “Medium Class-B” for Hoist platform railing should be supplied & fitted
by contractor at the best quality approved by the Engineer-in Charge. As per actual requirement
for erection of railing arrangement in three raw on Hoist platform in all sides.
PAINTING WORK: -
After completion of fabrication & erection work and welding hoist platform on 9 no’s
intermediate pier + 2 no’s end pier assly shall properly cleaned and Painting two coats of
enamel paint, one intermediate coat of 40 micron thickness and one finishing coat of 40 micron
thickness over two coats of zinc rich primer ( Grade-I) of total thickness 70 micron, including
cleaning surface of all dirt, dust, old paint, corrosion and other foreign metter without existing
and new structure etc complete with all materials, labour, tools, consumables, scaffolding etc .
as per specification and directed by the engineer in charge.
All work shall be performed and completed in through workman line manner equal to the
146
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-14
Dismantling, fabrication and Erection Work of Drive Unit Assembly cover (Intermediate
piers) its cover, frame for Hoist System for Radial Gate put it into working condition with
testing at radial Gate with all accessories etc. Including cost of material, gas cutting,
labour, site welding in pieces, tools tackles, scaffolding, transportation, applying Painting
Two coats of zinc rich primer & two coats of enamel paint etc. complete as per drawing,
specification & direction of Engr. In charge for Radial Gate size-51' X 48.5' of madhuban
dam at Damanganga Irri. Project. Total= 9 No’s.
The work for this item is to be carry out by tenderer as per mentioned below dismantling
&providing & fitting of new cabin cover 9 no’s to drive Unit assembly consisting C D Unit & E R
Unit of hoist mechanism erected on intermediate pier in Radial gate sr. No-1 to 10. This item is
to be carry out by tenderer as per mentioned below in total 9 no’s job for replacement cabin
cover of drive unit assly (Intermediate pier) for radial gates.
Required bought out components, structural steel material, fabrication, erection, labour,
welding, machining, tools, tackles, scaffolding, transportation, painting etc. in works should be
arranged by tenderer.
DISMANTLING WORK-
Dismantling work of existing 9 no’s rusted cabin cover of drive unit assly (Intermediate
pier)should be done by tenderer for replacement of cabin cover new one in 9 no’s Drive unit
assly of in gate sr. No-1 to 10 (Total 9 no’s JOB). Existing drive unit assly consist of C D U & E R U
of hoist mechanism are covering in cabin cover and erected on intermediate pier of gate.
Existing steel cabin cover having post & bracing with door shall be made from 3.15 mm m s
sheets, 50 x 50 x 5 mm m s angle and 35 x 35 x 5 mm m s angle as per actual requirement of
sitesituation.(not Provided drawing). Proper care must be taken during the dismantling work of
cabin cover by gas cutting in 9 no’s drive unit assly. If any part of drive unit assly damaged
during the work same should be repaired by contractor at his cost.
All dismantled Scrap material of old parts like old rusted cabin cover9 no’s are removed
in 9 no’s drive unit assly in all gate during work will be given to contractor and this old scrap
material will be the property of contractor. Carting of scrap material shall be done by contractor
at his risk & cost.
FABRICATION & ERECTION WORK: -
147
Providing & fitting of new 9 no’s cabin cover of drive unit assly (Intermediate pier) should be
done by tenderer in existing erected Drive unit assly of gate sr. No-1 to 10 (Total 9 no’s JOB).
New 9 no’s steel cabin cover of drive unit Assly (intermediate pier) shall be made from 3.15 mm
sheet, 50 x 50 x 5 mm m s angle and 35 x 35 x 5 mm m s angle for post & bracing of cover &
doors with locking arrangement should be done by tenderer as per existing cover and actual
requirement of site situation & direction of Engineer In- charge.(not Provided drawing)
The top shape of cabin cover of drive unit assly should be fabricated in existing shape &
provides suitable cabin box of dial indicator gauge in all cabin cover as per direction of engineer
in charge. The square framing shall be providing in doors of Cover. The handle & locking
arrangement shall be providing in new cabin cover. Required heavy duty hinges 3" long 34 no’s
/ cover for fixing of door of cabin cover should be providing & fitting by tenderer in all covers.
Heavy duty Aldrop 5/8" x 10"-8 no’s / cover & Heavy-duty Stopper size 6"- 8 no’s / Cover for
locking of door in cover should be provides & fitting by tenderer. New cabin cover should be
match with existing size of drive unit assly. If any modification work required during cover
replacement work it shall be done by tenderer. The front & rear side cover plate of cabin cover
should be fixing by suitable 10 x 25 mm size of m s bolt nuts so easy accommodation during
repairing work / replacement/maintenance of parts to be done in feature. Providing & fitting of
required 10 x 25 mm size M S bolt-nuts for fitting of front & rear cabin cover bolting with angle
frame of cabin cover shall be done by tenderer. Proper care should be taken for fabrication work
of cabin cover. Proper edge grinding of cabin cover & doors should be carried out by tenderer.
Hinges type doors on both sides of the cabin, should be provided to facilitate operation
inspection and repairs. Hinges type doors with framing shall be provided as directed by the
Engineer-in-charge. Foundation holes shall be provided on the bottom of the cabin with nuts,
bolts and washer of suitable size. Doors with heavy duty hinges and locking arrangements from
outside should be provided. Heavy duty stoppers should be provided for locking the door in side
of cabin. The Structural steel like M.S Channel, angle, Plate etc. used in fabrication of base frame
as per drawing & it should be I.S 2062. Painting should be done by one coat of primer and two
coats of enamel paint of shade approved by Engineer-in-charge.
PAINTING WORK: -
Painting two coat of aluminum paint, one intermediate coat of 20 micron thickness and one
finishing coat of 20 micron thickness over two coats of metal primer of total thickness 70
148
micron including cleaning the surface with sand blasting cleaning all dirt, dust, old paint,
corrosion etc. should be apply to new steel type cabin cover 9 no’s of drive unit assly by
tenderer. Required surface cleaning of all dirt, dust, old paint, corrosion etc. complete work
should be done by tenderer. Required all paint material, labour, tools, consumables, scaffolding
etc. should be arranged by tenderer at risk & cost. Paint material should be used by reputed
paint manufacturing company approved by Engineer-in-charge.
Required & used structural steel material like m s sheet 3.15 mm, m s angle 50 x 50 x 5
mm &m s flat should be provided by tenderer as per IS:2062-2011 quality welding rod should
be used radio graphic quality as per IS:814-2004.
ITEM NO-15
Dismantling, fabrication and Erection Work of Drive Unit Assembly Cover (End piers) its
cover, frame for Hoist System for Radial Gate put it into working condition with testing at
radial Gate with all accessories etc. Including cost of material, gas cutting, labour, site
welding in pieces, tools tackles, scaffolding, transportation, Painting Two coats of zinc
rich primer & two coats of enamal paint etc. inclusive of painting, labour, scaffolding,
tools and tackles etc. complete as per drawing, specification & direction of Engr. In charge
for Radial Gate size-51' X 48.5' of madhuban dam at Damanganga Irri. Project. Total= 2
No’s.
The work for this item is to be carry out by tenderer as per mentioned below dismantling &
providing & fitting of new cabin cover 2 no’s to drive Unit assembly consisting E R Unit of hoist
mechanism erected on both side end pier in Radial gate sr. No-1 & 10. This item is to be carry
out by tenderer as per mentioned below in total 2 no’s job for replacement cabin cover of drive
unit assly (end pier) for radial gates.
Required bought out components, structural steel material, fabrication, erection, labour,
welding, machining, tools, tackles, scaffolding, transportation, painting etc. in works should be
arranged by tenderer.
DISMANTLING WORK-
Dismantling work of existing 2 no’s rusted cabin cover of drive unit assly (both side end pier)
should be done by tenderer for replacement of cabin cover new one in 2 no’s Drive unit assly of
in gate sr. No-1 & 10 (Total 2 no’s JOB). Existing end drive unit assly consist of E R U of hoist
mechanism are covering in cabin cover and erected on both side of end pier of spillway gate.
Existing steel cabin cover having post & bracing with doors shall be made from 3.15 mm m s
sheets, 50 x 50 x 5 mm m s angle and 35 x 35 x 5 mm m s angle as per actual requirement of site
149
situation.(not Provided drawing).
Proper care must be taken during the dismantling work of cabin cover by gas cutting in 2 no’s
drive unit assly. If any part of drive unit assly damaged during the work same should be
repaired by contractor at his cost.
All dismantled Scrap material of old parts like old rusted cabin cover 2 no’s are removed in 2
no’s drive unit assly of both side of end pier during work will be given to contractor and this old
scrap material will be the property of contractor. Carting of scrap material shall be done by
contractor at his risk & cost.
FABRICATION & ERECTION WORK: -
Providing & fitting of new2 no’s cabin cover of drive unit assly (both side End pier) should be
done by tenderer in existing erected Drive unit assly of gate sr. No-1 & 10 (Total 2 no’s JOB).
New 2 no’s steel cabin cover of drive unit Assly (End pier) shall be made from 3.15 mm sheet ,
50 x 50 x 5 mm m s angle and 35 x 35 x 5 mm m s angle for post & bracing of cover & doors with
locking arrangement should be done by tenderer as per existing cover and actual requirement
of site situation & direction of Engineer In- charge.(not Provided drawing)
The top shape of cabin cover of drive unit assly should be fabricated in existing shape &
provides suitable cabin box of dial indicator gauge in cabin cover as per direction of engineer in
charge. The square framing shall be providing in doors of Cover. The handle & locking
arrangement shall be providing in new cabin cover. Required heavy duty hinges 3" long 18 no’s
/ cover for fixing of door of cabin cover should be providing& fitting by tenderer in all covers.
Heavy duty Aldrop 5/8" x 10" -3 no’s / cover &Heavy-duty Stopper size 6"- 4 no’s / Cover for
locking of door in cover should be provides & fitting by tenderer. New cabin cover should be
match with existing size of drive unit assly at erected at both side of end pier. If any modification
work required during cover replacement work it shall be done by tenderer. The front & rear
side cover plate of cabin cover should be fixing by suitable 10 x 25 mm size of m s bolt nuts so
easy accommodation during repairing work / replacement/maintenance of parts to be done in
feature. Providing & fitting of required 10 x 25 mm size M S bolt-nuts for fitting of front & rear
cabin cover bolting with angle frame of cabin cover shall be done by tenderer. Proper care
should be taken for fabrication work of cabin cover. Proper edge grinding of cabin cover & doors
should be carried out by tenderer.
Hinges type doors on both sides of the cabin, should be provided to facilitate operation
inspection and repairs. Hinges type doors with framing shall be provided as directed by the
Engineer-in-charge. Foundation holes shall be provided on the bottom of the cabin with nuts,
150
bolts and washer of suitable size. Doors with heavy duty hinges and locking arrangements from
outside should be provided. Heavy duty stoppers should be provided for locking the door in side
of cabin. The Structural steel like M.S Channel, angle, Plate etc. used in fabrication of base frame
as per drawing & it should be I.S 2062. Painting should be done by one coat of primer and two
coats of enamel paint of shade approved by Engineer-in-charge.
PAINTING WORK: -
Painting two coat of aluminum paint, one intermediate coat of 20 micron thickness and one
finishing coat of 20 micron thickness over two coats of metal primer of total thickness 70
micron including cleaning the surface with sand blasting cleaning all dirt, dust, old paint,
corrosion etc. should be apply to new steel type cabin cover 2 no’s of drive unit assly by
tenderer. Required surface cleaning of all dirt, dust, old paint, corrosion etc. complete work
should be done by tenderer. Required all paint material, labour, tools, consumables, scaffolding
etc. should be arranged by tenderer at risk & cost. Paint material should be used by reputed
paint manufacturing company approved by Engineer-in-charge.
Required & used structural steel material like m s sheet 3.15 mm, m s angle 50 x 50 x 5
mm &m s flat should be provided by tenderer as per IS:2062-2011 quality. Welding rod should
be used radio graphic quality as per IS: 814-2004.
ITEM NO-16
Dismantling, Manufacture, Supply, fabrication and erection of Footbridge including cost
of materials, labour, gas for cutting, welding, bending, tools, tackles, scaffolding,
transportation, painting & dismantled scrap materials coming from this work will be
given to contractor etc as per actual requirement of site situation & specification for
Radial gate Size-51' x 48.5' 10 no's at madhuban dam (Damanganga Project).
The work for this item is to be carry out by tenderer as per mentioned below in all 10 no’s
Radial gates.
Required structural steel material, labour, tools, tackles, scaffolding, transportation, applying
black epoxy painting with zinc primer painting to walkway foot bridge etc. should be arranged
by tenderer.
This item consisting dismantling of existing, fabrication, supplying & erection work of
curve type radial shape steel truss type walk way foot bridge size 1300 mm x 15546 mm
consisting of upper & lower chord, vertical & diagonal support, Rockers assembly, Chequared
Plate, gusset plates, base & bearing Plates, 20 mm Ø X 100 mm H T bolts etc. should be done by
tenderer with painting by black epoxy Paint etc. complete as per drawing no- 21/27 and sketch
151
drawing and as per actual requirement of site situation & direction of Engineer In- charge of
specification for radial gate size-51' X 48.5’ in all 10 no's gates of Madhuban dam at Daman
Ganga Irri. Project.
Dismantling work: -
Dismantling work shall be carried out of existing corroded walk way foot bridge size 1300 mm x
15546 mm with related parts at downstream side should be carried out by tenderer on
cantilever of pier in all for radial gate size-51' X 48.5’ in all 10 no's gates of Madhuban dam at
Daman Ganga Irri. Project.
Existing walk way foot bridge size 1300 mm x 15546 mm 1 no is fabricated as per drawing
No-21/ 27. But some item old walk way foot bridge made from m s angle 90 x 90 x 8 mm back to
back 63440 mm long in pieces for both side upper chord & m s angle 90 x 90 x 8 mm back to
back 64568 mm long in pieces for both side lower upper chord and m s angle 65 x 65 x 6 mm
total 62520 mm long in pieces for all vertical & diagonal bracing to support of upper & lower
chord and m s angle 80 x 80 x 8 mm total 38200 mm long in pieces for all diagonal bracing for
both side support to rocker, m s channel ISMC 100 x 50 x 4.7 mm 2930 mm 13 no’s / footbridge
for cross rocker assly, m s plate size 180 x 1730 x 8 mm 13 no’s / footbridge for cross rocker
assly, m s Chequared Plate size 1300 x 15546 x 8 mm- 1 no / footbridge as per drawing or
actual, various size cut to shape type gusset plates 56 no’s / footbridge made from 10 mm m s
plate, Bearing / base plate 300 x 300 x 20 mm thick 8 no’s / footbridge, MS Flat Plate 50 x 10
mm-13836 mm long 2 no’s, MS Flat Plate 50 x 10 mm-11530 mm long 2 no’s, MS Flat Plate 50 x
10 mm-9224 mm long 2 no’s, etc. as per drawing or actual, 20 mm Ø X 100 mm H T bolt-nuts, 20
mm Ø double nut & other related steel in foot bridge in all 10 no’s gate.
Proper care must be taken when dismantling of existing old rusted walk way foot bridge
size 1300 mm x 15546 mm at downstream side from radial gate sr. no 1 to 10. If any part of gate
damages during the dismantling work same should be repaired by tenderer at his owner cost.
The dismantled scrap material of existing rusted walk way foot bridge with nut bolts etc. parts
removing from gates will be property of contractor. Carting of scrap material shall be done by
contractor at his risk & cost.
FABRICATING & ERECTING OF TRUSS WITH WALKWAY FOOT BRIDGE-
The scope of work under this item is fabrication & erection of steel truss type walkway foot
bridge at downstream side portion etc. with painting by epoxy paint etc. complete shall be done
by tenderer in radial gate size-51' X 48.5’ in all 10 no's gates of Madhuban dam at Daman Ganga
Irri. Project
152
Fabrication of curve type radial shape steel truss type walk way foot bridge shall be carried
out by tenderer as per drawing No-21/27 and sketch drawing and as per actual requirement of
site situation & direction of Engineer In- charge. The steel truss with walkway foot bridge
consists of Upper & lower Chord angle type members, diagonal angle members of chord, Vertical
angle members of chord, Rockers bracing angles, rockers assly made from ISMC, ISA, Gusset
plates for all bracing, Chequarred plates, base / bearing plates, bolt nuts etc. shall be providing &
fitting on cantilever in pier of spillway bridge in all 10 no’s Radial gates by tenderer as per
drawing.
The curve type steel trusses with walkway foot bridge are to be fabricated from m s angle
90 x 90 x 8 mm back to back 63440 mm long in pieces for both side upper chord, m s angle 90 x
90 x 8 mm back to back 64568 mm long in pieces for both side lower chord, m s angle 65 x 65 x
6 mm total 62520 mm long in pieces for all vertical & diagonal bracing to support of upper &
lower chord, m s angle 80 x 80 x 8 mm total 38200 mm long in pieces for all diagonal bracing
for both side support to rocker, Cheq’d plate support m s angle 50 x 50 x 5 mm-1400 mm long
14 no’s, m s channel ISMC 100 x 50 mm 2930 mm long-13 no’s / footbridge for cross rocker
assly, m s plate size 180 x 1730 x 8 mm 13 no’s / footbridge for cross rocker assly, m s
Chequarred Plate size 1300 x 15546 x 8 mm- 1 no / footbridge as per drawing or actual, various
size cut to shape gusset plates as per drawing 56 no’s / footbridge made from 10 mm m s plate,
Bearing / base plate 300 x 300 x 20 mm thick 8 no’s / footbridge etc. as per drawing or actual,
required 20 mm Ø X 100 mm H T bolt-nuts 4 no’s/ base plate x 4 no’s = 16 no’s / foot bridge &
20 mm Ø double nut 8no’s/plate X 4no’s plate = 32 no’s/ footbridge etc. in foot bridge of gate
should be fabricating & erecting in line & level carried out by tenderer in 10 no’s gate as per
specification & direction of engineer in charge.
The required m s bolt nuts with check nut shall be provides & used by welding with existing
erected anchor “J” bolts in block out in pier shall be done by tenderer in line and level as per
actual requirement of site situation. All the welding work shall be as per standard practice or as
specified in drawing. The use of welding rods, its category and the properties shall be as per
relevant IS classification.
All the work of Fabrication and Erection this item must be done as per actual requirement of site
situation & instruction of in-charge engineer by contractor without any extra cost.
PAINTING WORK: -
Painting two coat of aluminum paint, one intermediate coat of 20 micron thickness and one
finishing coat of 20 micron thickness over two coats of metal primer of total thickness 70
153
micron including cleaning the surface with sand blasting cleaning all dirt, dust, old paint,
corrosion etc. complete with material, labour, tools consumables, scaffolding etc complete and
or as directed by engineer in charge. (Full scheduled coat painting). Complete work should be
done by tenderer. Required all paint material, labour, tools, consumables, scaffolding etc. should
be arranged by tenderer at risk & cost. Paint material should be used by reputed paint
manufacturing company approved by Engineer-in-charge.
Required structural steel for above work like m s angle 90 x 90 x 8 mm, 65 x 65 x 6 mm, 80 x
80 x 8 mm, m s channel 100 x 50 x 4.7 mm, m s plates 8 mm, 10 mm & 20 mm etc. Should be
provided by tenderer as per IS: 2062-2011 Quality. Required m s Chequarred plate 8 mm thick
should be provided & used by tenderer as per IS: 3502-2009 Quality. The use of welding
electrodes is to be used as relevant IS classification code IS 814 -1991.midium heavy duty
coated Radiographic quality.
All work shall be performed and completed in through workman line manner equal to the
best modern practice in fabrication & erection. All the work of this item should be done as per
tender drawing & instruction of in-charge engineer.
ITEM NO-17
Dismantling, Manufacture, Supply, fabrication and erection of New Left Side (Gate No-1)
downstream side approach ladder for footbridge of radial gate including cost of
materials, labour, gas for cutting, welding, bending, tools, tackles, scaffolding,
transportation, painting & dismantled scrap materials coming from this work will be
given to contractor etc. as per actual requirement of site situation & specification for
Radial gate Size-51' x 48.5’ madhuban dam (Damanganga Project).
The work for this item is to be carry out by tenderer as per mentioned below 1 job for this item
is to be carry out by tenderer as per specification.
This item includes dismantling work of existing rusted zig zag type steel ladder size 800 mm
(Width) x 20100 mm (Long) in 7no’s pieces of ladder having hand riling with 8 no’s walkway
platform having hand railing arrangements fitted at left side end of foot bridge near Gate No-1 at
downstream of spillway gate should be carried out by tenderer.
This item includes providing, fabrication & erection of new zig zag type steel ladder size 800
mm (Width) x 20100 mm (Long) in 7no’s pieces of ladder with 8 no’s walkway platform & hand
railing arrangements provides at left side end of foot bridge near Gate No-1 at downstream of
spillway gate should be carried out by tendereras per actual requirement of site situation &
direction of engineer in charge.
154
Required material, labour, gas cutting, fabrication, tools, tackles scaffolding, painting,
transportation etc. as actual requirement of site situation should be arranged out by tenderer.
DISMANTLING WORK-
Dismantling work of existing rusted zig zag type steel ladder size 800 mm (W) x 20100 mm
(Long) in 7 no’s pieces of ladder with 8 no’s walkway platform & angle post & 50 mm dia. G I
pipe type railing arrangement fitted in ladder at left side end of foot bridge near Gate sr. no-1 of
spillway gate should be carried out by tenderer. If any part of gate or civil structure damaged
during the dismantling work same should be repaired by tenderer at his owner cost.
This existing rusted zig zag type 7 no’s steel ladder in pieces with railing & 8 no’s difference size
walkway platform with hand railing in whole steel ladder size 800 mm (W) x 20100 mm long
which is fitted at left side of foot bridge near gate sr. no-1 for approach from foot bridge to hoist
platform of radial gate. The ladder no-1 size 800 x 3900 mm long with walkway platform No-1
size 1100 x 1800 mm+ ladder no-2 size 800 x4000 mm long with walkway platform No-2 size
1200 x 2000 mm + ladder No-3 size 800 x 3300 mm long with walkway platform No-3 size 1100
x 2100 mm + ladder No-4 size 800 x 2400 mm long with walkway platform No-4 in size 1060 x
1660 mm + ladder No-5 size 800 x 3000 mm long with walkway platform No-5 in size 1160 x
1650 mm + ladder No-6 in size 800 x1200 mm long with walkway platform No-6 in size 1200 x
1650 mm + ladder No-7 in size of 800 x 2800 mm long with walkway platform No-7 in size 1180
x 1660 mm and walkway platform No-8 in size 1000 x 7600 mm of whole ladder with walkway
platform& hand railing should be dismantling by tender as per direction of engineer in charge.
The total 7th no’s ladder length 20100 mm having total step 67 no’s are made from M S angle
main vertical ladder post size 100 x 100 x 10 mm- Total 21600 mm length - 2 no’s for 7no’s
ladder, Ladder step size 800 x 300 mm- Total 67 no’s step in 7 no’s pieces of ladder made from 8
mm thick M S Chequared plate, step frame made from m s angle 50 x 50 x 5 mm in
pieces(300x2+800x2) =2200 mm / step x Total 67 no’s in 7 no’s pieces of ladder, railing post
made from angle size 75 x 75 x 8 mm- 1200 mm height -Total 25 no’s in 7 no’s pieces of ladder.
Hand railing made from 50 Dia. G.I Pipe in single raw or 3raw or 4 raw Total length of pipe 81
meter long in 7 no’s pieces of ladder in all ladder as per actual of site situation (not Provided
drawing).
Walkway Platform No- 1 size 1100 x 1800 mm -1 No+ Walkway Platform No- 2 size 1200 x 2000
mm -1 No+ Walkway Platform No- 3 size 1100 x 2100 mm -1 No+ Walkway Platform No- 4size
1060 x 1660 mm -1 No +Walkway Platform No- 5 size 1160 x 1650 mm -1 No+ Walkway
Platform No- 6size 1200 x 1650 mm -1 No+ Walkway Platform No- 7size 1180 x 1660 mm -1
155
No+ Walkway Platform No- 8size 1000 x 7600 mm -1 No= Total 8th no’s walkway platform
should be dismantling by tender as per direction of engineer in charge.
The total 8th no’s different size as above walkway platform No- 1 to 8 having hand railing are
made from m s angle 100 x 100 x 10 mm Total 58.24 meter long & ISMC 75 x 40 mm- Total 6
meter for 8 no’s rectangular base frame of platform, various size of m s Chequared plate 8 mm
thick Total 21.90 square meter quantity for top plate of 8 no’s rectangular type walkway
platform, railing post made from angle size 75 x 75 x 8 mm- 1200 mm height -Total 27 no’s in
total 8 no’sof walkway platform. Hand railing made from 50 Dia. G.I Pipe in raw or 3 raw or 4
raw Total length of pipe 90.23 meter long in total 8 no’s of walkway platform as per actual of
site situation (not Provided drawing).
Dismantling work of 800 x 21600 mm long steel ladder in 7 no’s pieces with different size
walkway platform total 8 no’s having railing arrangement should be done by tenderer very
precisely in respect to existing civil structure of spillway bridge. There should not be any
damages to other related civil structure of spillway bridge. If any damages will be occurring
during work it must be repaired by contractor without any extra cost. After gas cutting of edges
of related parts should be properly clean by grinding by tenderer as per direction & instruction
of Engineer-in charge.
All dismantled scrap material of 800 x 21600 mm long steel ladder in 7 no’s pieces with
different size walkway platform total 8 no’s having railing arrangement at left side near Gate
sr.no-1 in downstream will be property of contractor. Carting of scrap material shall be done by
contractor at his risk & cost.
FABRICATION & ERECTION WORK-
Providing, fabrication & erection of new zig zag type steel ladder size 800 mm (W) x 21600 mm
(Long) in 7 no’s pieces of ladder with 8 no’s walkway platform & angle post & 40 mm dia. G I
pipe type railing arrangement in ladder at left side end of foot bridge near Gate sr. no-1 of
spillway gate should be carried out by tenderer.
New zig zag type steel ladder size 800 mm width x 21600 mm long in 7 no’s pieces of ladder-1
no in differ length if 1st ladder- 3900 mm long with walkway platform size 1100 x 1800 mm +
2nd ladder- 4000 mm long with walkway platform size 1200 x 2000 mm + 3rd ladder- 3300 mm
long with walkway platform size 1100 x 2100 mm + 4th ladder- 2400 mm long with walkway
platform size 1060 x 1660 mm + 5th ladder- 3000 mm long with walkway platform size 1160 x
1650 mm + 6th ladder- 1200 mm long with walkway platform size 1200 x 1650 mm + 7th
ladder- 2800 mm long with walkway platform size 1180 x 1660 mm and 8th walkway platform
156
size 1000 x 7600 mm with 8 th difference rectangular size walkway platform with hand railing
should be fabricating & erecting by tenderer as per direction of engineer in charge.
The total 7th no’s ladder length 21600 mm having total step 67 no’s are made from ms
angle size 100 x 100 x 10 mm- Total 21600 mm length - 2 no’s for main vertical ladder post of
7no’s ladder, Ladder step size 800 x 300 mm- total 67 no’s step in 7 no’s pieces of ladder made
from 8 mm thick M S Chequared plate, frame of ladder step made from m s angle 50 x 50 x 5 mm
in pieces(300x2+800x2) =2200 mm / step x Total 67 no’s in 7 no’s pieces of ladder, railing post
made from angle size 75 x 75 x 8 mm- 1200 mm height -Total 25 no’s in 7 no’s pieces of ladder.
Hand railing made from 40 Dia. G.I Pipe in single raw or 3 raw or 4 raw Total length of pipe
93.15 meter long in 7 no’s pieces of ladder in all ladder shall be done by tenderer as per actual of
site situation (not Provided drawing).
Walkway Platform No- 1 size 1100 x 1800 mm -1 No+ Walkway Platform No- 2 size 1200 x 2000
mm -1 No+ Walkway Platform No- 3 size 1100 x 2100 mm -1 No+ Walkway Platform No- 4 size
1060 x 1660 mm -1 No +Walkway Platform No- 5 size 1160 x 1650 mm -1 No+ Walkway
Platform No- 6 size 1200 x 1650 mm -1 No+ Walkway Platform No- 7 size 1180 x 1660 mm -1
No+ Walkway Platform No- 8 size 1000 x 7600 mm -1 No= Total 8th no’s walkway platform
should be fabricating & erecting by tender as per direction of engineer in charge.
The total 8th no’s different size as above walkway platform No- 1 to 8 having angle & G I pipe
type hand railing are made from m s angle 100 x 100 x 10 mm Total 58.24 meter long & ISMC
75 x 40 mm- total 6 meter for 8 no’s differ size rectangular base frame of walkway platform,
various size of m s Chequared plate 8 mm thick Total 21.90 square meter quantity at top in
platform in 8 no’s differ size rectangular type walkway platform, railing post made from angle
size 75 x 75 x 8 mm- 1200 mm height -Total 27 no’s in total 8 no’sof differ size walkway
platform. Hand railing made from 40 Dia. G.I Pipe in raw or 3 raw or 4 raw Total length of pipe
90.23 meter long in total 8 no’s of walkway platform shall be done by tenderer as per actual of
site situation (not Provided drawing).
All 7 no’s differ length of steel ladder with 8 no’s differ walkway platform having railing shall
be provides & fitting by tenderer in existing civil structure at left of foot bridge near Gate No-1.
Drilling work for fixing of hole fasteners on concrete shall be done by tenderer. The complete
work should be done in proper line and level and as per direction of engineer in charge.
All required Structural Steel material like M S Chequared plate 8 mm as per I S:3502-2009 & M
S angle size 100 x 100 x 10 mm, 75 x 75 x 8& 50 x 50 x 5 mm, M S channel 75 x 40 mm etc.
material as per IS: 2062-2011 for above work should be provided by tenderer. Required 40 mm
157
Dia. G I pipe-B class confirming to IS: 1239 reputed make like TATA, Ambica, ASIAN should be
providing & fitting by contractor at dam site as per actual requirement of site situation &
instruction of Engineer In-Charge. The welding electrodes to be utilized for job work should be
IS: 814 Medium heavy coated arc welding electrodes, radiographic quality with minimum
coating Ratio 1: 6 and as per ER. 4221 x AWS. E. 6013.
All the work of Fabrication and Erection this item must be done as per actual requirement of site
situation & instruction of in-charge engineer by contractor without any extra cost.
PAINTING WORK: -
After completion of fabrication & erection work and welding New Left Side (Gate No-1)
downstream side approach ladder assly shall properly cleaned and Painting two coats of
enamel paint, one intermediate coat of 40 micron thickness and one finishing coat of 40 micron
thickness over two coats of zinc rich primer ( Grade-I) of total thickness 70 micron, including
cleaning surface of all dirt, dust, old paint, corrosion and other foreign metter without existing
and new structure etc complete with all materials, labour, tools, consumables, scaffolding etc .
as per specification and directed by the engineer in charge.
ITEM NO-18
Dismantling, Manufacture, Supply, fabrication and erection of New Right Side (Gate No-
10) downstream side approach ladder for footbridge of radial gate including cost of
materials, labour, gas for cutting, welding, bending, tools, tackles, scaffolding,
transportation, painting & dismantled scrap materials coming from this work will be
given to contractor etc. as per actual requirement of site situation & specification for
Radial gate Size-51' x 48.5' madhuban dam (Damanganga Project).
The work for this item is to be carry out by tenderer as per mentioned below 1 job for this item
is to be carry out by tenderer as per specification.
This item includes dismantling work of existing rusted zig zag type steel ladder size 800 mm
(Width) x 27400 mm long in 3no’s pieces of ladder having hand railing with 4 no’s differ size
walkway platform having hand railing arrangements fitted at rightside end of foot bridge near
Gate No-10 at downstream of spillway gate should be carried out by tenderer.
This item includes providing, fabrication & erection of new zig zag type steel ladder size 800
mm (Width) x 27400 mm long in 3no’s pieces of ladder having hand railing with 4 no’s differ
size walkway platform having hand railing arrangements shall be provides at right side end of
foot bridge near Gate No-10 at downstream of spillway gate should be carried out by tenderer
as per actual requirement of site situation & direction of engineer in charge.
158
Required material, labour, gas cutting, fabrication, tools, tackles scaffolding, painting,
transportation etc. as actual requirement of site situation should be arranged out by tenderer.
DISMANTLING WORK-
Dismantling work of existing rusted zig zag type steel ladder size 800 mm (W) x 27400 mm long
in 3 no’s pieces of ladder having angle post & 50 mm dia. G I pipe type hand railing with 4 no’s
differ size walkway platform having angle post & 50 mm dia. G I pipe type railing arrangement
fitted at right side end of foot bridge near Gate sr. no-10of spillway gate should be carried out by
tenderer. If any part of gate or civil structure damaged during the dismantling work same
should be repaired by tenderer at his owner cost.
This existing rusted zig zag type 3 no’s steel ladder with railing & 4 no’s difference size
walkway platform with hand railing in whole steel ladder size 800 mm (W) x 27400 mm long
which is fitted at right side of foot bridge near gate sr. no-10 for approach from foot bridge to
hoist platform of radial gate. The ladder no-1 size 810 x 9400 mm long with walkway platform
no-1 size 1200 x 1900 mm + ladderno-2 size 800 x 9000 mm long with walkway platform no-2
size 1000 x 26700 mm + ladderno-3 size 800 x 9000 mm long with walkway platform no-3 size
1100 x 1230 mm & walkway platform no-4 size 1250 x 1200 mmof whole ladder with walkway
platform & hand railing should be dismantling by tender as per direction of engineer in charge.
The total 3 no’s ladder in length of 27400 mm having total step 75 no’s are made from M S
channel 200 x 75 mm Total length 27400 mm x 2 no’s for main vertical post of 3 no’s ladder,
Ladder step size 800 x 300 mm- Total 75 no’s step in 3 no’s pieces of ladder made from 8 mm
thick M S Chequared plate, step frame made from m s angle 50 x 50 x 5 mm in
pieces(300x2+800x2) =2200 mm / step x Total 75 no’s in 3 no’s pieces of ladder, railing post
made from angle size 75 x 75 x 8 mm- 1200 mm height -Total 26 no’s in 3 no’s pieces of ladder.
Hand railing made from 50 Dia. G.I Pipe in single or double side in 1 raw raw or 3 raw or 4 raw
Total length of pipe 95 meter long in 3 no’s pieces of ladder in all 3 no’s ladder as per actual of
site situation (not Provided drawing).
Walkway Platform No- 1 size 1200 x 1900 mm -1 No+ Walkway Platform No- 2 size 1000 x
26700 mm -1 No+ Walkway Platform No- 3 size 1100 x 1230 mm -1 No+ Walkway Platform No-
4 size 1200 x 1250 mm -1 No= Total 4 no’s differ size rusted walkway platform should be
dismantling by tender as per direction of engineer in charge.
The total 4 no’s different size as above walkway platform having hand railing are made from
ISMB girder 200 x 100 mm, ISMC 75 x 40 mm,m s angle 100 x 100 x 10 mm, m s Chequared plate
8 mm thick, m s angle railing post 75 x 75 x 8 mm,50 mm dia. G I railing pipe etc.
159
(1) The Walkway Platform No- 1 size 1200 x 1900 mm -1 No made from m s angle 100 x 100 x
10 mm-3100 mm– 2 no’s for base support of rest platform, m s Chequared plate 1200x1900mm-
1 no , m s angle for railing post 1200 mm-3 no’s& 50 mm dia. G I railing pipe 9.3 meter in 3raw
for hand railing in walkway platform as per actual of site situation (not Provided drawing).
(2) The Walkway Platform No- 2 size 1000 x 26700 mm -1 No made from ISMB girder 200 x 100
mm-27700 mm 2 no’s, ISMC 75 x 40 mm- 1000 mm long- 26 no’s, m s Chequared plate 1000x
26700mm 1 no, m s angle for railing post 1200 mm-16 no’s & 50 mm dia. G I railing pipe 80.10
meter in 3raw for hand railing in walkway platform as per actual of site situation (not Provided
drawing).
(3) The Walkway Platform No- 3 size 1100 x 1230 mm -1 No made from ISMB girder 200 x 100
mm-2330 mm – 2 no’s, ISMC 75 x 40 mm- 1100 mm long- 2 no’s, m s Chequarred plate 1100 x
1230 mm 1 no, m s angle for railing post 1200 mm-4 no’s & 50 mm dia. G I railing pipe 3.70
meter in 3raw for hand railing in walkway platform as per actual of site situation (not Provided
drawing).
(4) The Walkway Platform No- 4 size 1200 x 1250 mm -1 No made from ISMB girder 200 x 100
mm-2450 mm – 2 no’s, m s Chequared plate 1200 x 1250 mm 1 no, m s angle for railing post
1200 mm-4 no’s & 50 mm dia. G I railing pipe 7.75 meter in 3 raw for hand railing in walkway
platform as per actual of site situation (not Provided drawing).
Dismantling work of 800 x 27400 mm long steel ladder in 3 no’s pieces with different size
walkway platform total 4 no’s having railing arrangement should be done by tenderer very
precisely in respect to existing civil structure of spillway bridge. There should not be any
damages to other related civil structure of spillway bridge. If any damages will be occurring
during work it must be repaired by contractor without any extra cost. After gas cutting of edges
of related parts should be properly clean by grinding by tenderer as per direction & instruction
of Engineer-in charge.
All dismantled scrap material of 800 x 27400 mm long steel ladder in 3 no’s pieces with
different size walkway platform total 4 no’s having railing arrangement at right side near Gate
sr.no-10 in downstream will be property of contractor. Carting of scrap material shall be done
by contractor at his risk & cost.
FABRICATION & ERECTION WORK-
Providing, fabrication & erection of new zig zag type steel ladder size 800 mm width x 27400
mm long in 3 no’s pieces of ladder having angle post & 40 mm dia. G I pipe type hand railing
with 4 no’s walkway platform with angle post & 40 mm dia. G I pipe type hand railing
160
arrangement at right side end of foot bridge near Gate sr. no-10of spillway gate should be
carried out by tenderer as per actual requirement of site situation.
This existing rusted zig zag type 3 no’s steel ladder with railing & 4 no’s difference size walkway
platform with hand railing in whole steel ladder size 800 mm (W) x 27400 mm long should be
fabricating & erecting by tenderer at right side of foot bridge near gate sr. no-10 for approach
from foot bridge to hoist platform of radial gate.
The ladder no-1 size 810 x 9400 mm long with walkway platform no-1 size 1200 x 1900
mm + ladderno-2 size 800 x 9000 mm long with walkway platform no-2 size 1000 x 26700 mm
+ ladderno-3 size 800 x 9000 mm long with walkway platform no-3 size 1100 x 1230 mm &
walkway platform no-4 size 1250 x 1200 mm of whole ladder with walkway platform & hand
railing should be providing & fitting by tender as per direction of engineer in charge.(not
Provided drawing).
The total 3 no’s ladder in total length of 27400 mm having total step 75 no’s shall be made
from M S channel 200 x 75 mm Total length 27400 mm x 2 no’s for main vertical post of 3 no’s
ladder, Ladder step size 800 x 300 mm- Total 75 no’s step in 3 no’s pieces of ladder made from 8
mm thick M S Chequared plate, step frame made from m s angle 50 x 50 x 5 mm in pieces (300 x
2 + 800 x 2 ) =2200 mm / step x Total 75 no’s in 3 no’s pieces of ladder, railing post made from
angle size 75 x 75 x 8 mm- 1200 mm height -Total 26 no’s in 3 no’s pieces of ladderetc. Should
be fabricating, supplying & erecting by tenderer as per actual requirement of site situation&
direction of engineer in charge. Hand railing arrangement shall be made from 40 Dia. G.I Pipe in
single or double side in 1 raw or 3 raw or 4 raw as required should be done by tenderer as per
actual requirement of site & direction of engineer in charge. Required total length of pipe
approx. 95 meter long in 3 no’s pieces of ladder should be provides & fitting by tenderer as per
actual of site situation (not Provided drawing).
New walkway Platform No- 1 size 1200 x 1900 mm -1 No+ New walkway Platform No- 2 size
1000 x 26700 mm -1 No+ new walkway Platform No- 3 size 1100 x 1230 mm -1 No+ new
walkway Platform No- 4 size 1200 x 1250 mm -1 No= Total 4 no’s differ size of new walkway
platforms should be fabricating, supplying & erecting by tenderer as per actual requirement of
site & direction of engineer in charge.(not Provided drawing).
The total 4 no’s different size of above walkway platform having hand railing shall be made
from ISMB girder 200 x 100 mm, ISMC 75 x 40 mm, m s angle 100 x 100 x 10 mm, m s
Chequared plate 8 mm thick, m s angle railing post 75 x 75 x 8 mm, 40 mm dia. G I railing pipe
etc. should be done by tenderer. Walkway platform size as under...
161
(1) The Walkway Platform No- 1 size 1200 x 1900 mm -1 No shall be fabricating from m s
angle 100 x 100 x 10 mm-3100 mm 2 no’s for base support of rest platform, m s Chequared
plate 1200x1900 mm- 1 no, m s angle for railing post 1200 mm-3 no’s &40 mm dia. G I railing
pipe 9.3 meter in 3raw for hand railing in walkway platform should be done by tenderer as per
actual of site situation (not Provided drawing).
(2) The Walkway Platform No- 2 size 1000 x 26700 mm -1 No shall be fabricating from ISMB
girder 200 x 100 mm-27700 mm 2 no’s, ISMC 75 x 40 mm- 1000 mm long- 26 no’s, m s
Chequared plate 1000 x 26700 mm 1 no, m s angle for railing post 1200 mm-16 no’s &40 mm
dia. G I railing pipe 80.10 meter in 3raw for hand railing in walkway platform should be done by
tenderer as per actual of site situation (not Provided drawing).
(3) The Walkway Platform No- 3 size 1100 x 1230 mm -1 No shall be fabricating from ISMB
girder 200 x 100 mm-2330 mm – 2 no’s, ISMC 75 x 40 mm- 1100 mm long- 2 no’s, m s
Chequared plate 1100 x 1230 mm 1 no, m s angle for railing post 1200 mm-4 no’s &40 mm dia.
G I railing pipe 3.70 meter in 3 raw for hand railing in walkway platform should be done by
tenderer as per actual of site situation (not Provided drawing).
(4) The Walkway Platform No- 4 size 1200 x 1250 mm -1 No shall be fabricating from ISMB
girder 200 x 100 mm-2450 mm – 2 no’s, m s Chequared plate 1200 x 1250 mm 1 no, m s angle
for railing post 1200 mm-4 no’s &40 mm dia. G I railing pipe 7.75 meter in 3 raw for hand railing
in walkway platform should be done by tenderer as per actual of site situation (not Provided
drawing).
All 3 no’s differ size steel ladder having railing with 4 no’s differ size walkway platform
having railing shall be provides & fitting by tenderer in existing civil structure at right of foot
bridge near Gate No-10. Drilling work for fixing of hole fasteners on concrete shall be done by
tenderer. The complete work should be done in proper line and level and as per direction of
engineer in charge.
All required Structural Steel material like M S Chequared plate 8 mm as per I S:3502-2009 & M
S angle size 100 x 100 x 10 mm, 75 x 75 x 8& 50 x 50 x 5 mm, M S channel 75 x 40 mm, M S ISMB
girder 200 x 75 mm etc. steel material as per IS: 2062-2011 for above work should be provided
by tenderer. Required 40 mm Dia. G I pipe-B class confirming to IS: 1239 reputed etc. make like
TATA, Ambica, ASIAN should be providing & fitting by contractor as per instruction of Engineer
In-Charge. The welding electrodes to be utilized for job work should be IS: 814 Medium heavy
coated arc welding electrodes, radiographic quality with minimum coating Ratio 1: 6 and as per
ER. 4221 x AWS. E. 6013.
162
All the work of Fabrication and Erection this item must be done as per actual requirement of site
situation & instruction of in-charge engineer by contractor without any extra cost.
PAINTING WORK: -
After completion of fabrication & erection work and welding New Right Side (Gate No-10)
downstream side approach ladder assly shall properly cleaned and Painting two coats of
enamel paint, one intermediate coat of 40 micron thickness and one finishing coat of 40 micron
thickness over two coats of zinc rich primer ( Grade-I) of total thickness 70 micron, including
cleaning surface of all dirt, dust, old paint, corrosion and other foreign metter without existing
and new structure etc complete with all materials, labour, tools, consumables, scaffolding etc .
as per specification and directed by the engineer in charge.
ITEM NO-19
Transportation of Stop log gates (10 nos. size: 16.50 mtr x 2.1 mtr x 1.43 mtr ) dam Store
to dam site Then after completed work Again in the same place Transportation of Stop
log gates (10 nos. size: 16.50 mtr x 2.1 mtr x 1.43 mtr ) dam site to dam store aprox 1 km
away from dam main spillway including loading, unloading and proper stacking without
damage the stop log gates at Damanganga Reservoir project, Dist Valsad.
The work for this item is to be carry out by tenderer as per mentioned below 1 job for this item
is to be carry out by tenderer as per specification.
This item includes Transportation of Stop log gates (10 nos. size: 16.50 mtr x 2.1 mtr x 1.43 mtr
) dam Store to dam site Then after completed work Again in the same place Transportation of
Stop log gates (10 nos. size: 16.50 mtr x 2.1 mtr x 1.43 mtr ) dam site to dam store aprox 1 km
away from dam main spillway of spillway gate should be carried out by tenderer. as per actual
requirement of site situation & direction of engineer in charge
Required material, labour, gas cutting, fabrication, tools, tackles scaffolding, painting,
transportation etc. as actual requirement of site situation should be arranged out by tenderer.
SPECIAL INSTRUCTION TO TENDERER FOR THE SHIFTINGWORK:
(1) Contractor should have to arrange all the auxiliaries and facilities required for shifting
work at his own cost. No any facility provided by department.
(2) All safety standards regarding job must be followed by the tenderer to prevent any
accident. There will be no responsibility of department in case of accident.
(3) Proper care must be taken during the Transportation of Stop log gates work of parts
should be avoid any damages to the other related good structures parts. If any part of
gate damaged during the work same should be repaired by tenderer at his own cost.
(4) All the work of this item should be done as per Required Site Situation & instruction of
in-charge engineer.
(5) After Completion of the work Again in the same place Transportation of Stop log gates
163
dam site to dam store.
ITEM NO-20
Replacement of old bottom and side rubber seal and New fitting of bottom and side
rubber seal and colour work for Bottom Old Stop log Tier with all other accessories
including cost of materials and all other required materials, painting , labour, scaffolding,
tools and tackles etc. complete as per drawing, specification and instruction of Engineer
in charge at Madhuban Dam. ( BOTTOM TIER )-02 No’s.
The work for this item is to be carry out by tenderer as per mentioned below in Bottom Tier
Stoplog Gate. Required structural steel material, labour, fabrication, erection, joining the pieces
by welding, gas cutting, tools, tackles, scaffolding, transportation, painting of coal tar based
black epoxy paint to Bottom Tier Stoplog Gate assly etc. should be arranged by tenderer.
providing & fitting of ‘P’ type side rubber seal size 45 x 100 x 12 mm thick 1.430 mtr (Total
Length for Tier = 1.430 x 2 side= 2.86 mtr) & bottom flat type rubber seal size 100 x 12 mm ,
length 15.650 mtr for 1 no’s Bottom Tier Stop Log Gate confirm to IS:11855 & IS: 15466 - 2004
as per drawing. Rubber seal extruded continuous extrusion process. Required AISI 304 quality
S.S hex. / C S K type bolt-nuts & washers will be providing for fitting of side & bottom seal,
Proper care must be taken during the dismantling work of old bottom and side rubber
seal. Dismantling work of parts should be removed & cut very precisely to avoid any damages to
the other related good structures parts. If any part of gate damaged during the work same
should be repaired by tenderer at his own cost.
SPECIFICATION OF RUBBER SEAL AS PER IS 11855 /IS 15466-2004AS UNDER
The rubber for seal shall be fabricated from a high grade, trade-type compound. The basic
polymer shall be natural rubber, or neo prene or a co polymer of butadiene of butadiene and
styrene, or a blend of both natural rubbers, The compound shall contain not less than 70
percent, but volume of the basic polymer and the remainder shall consist of reinforcing carbon
black, zinc oxide, accelerators, antioxidants, vulcanizing agents, plastic lazars and containing not
less than 1% by weight of copper inhibitor The Compound shall have the following physical
properties.
a) Shore A durometer hardness - 65 +/- 5
b) Mass of water absorbed – 10% (Maximum) in seven days
c) Minimum elongation at break - 450 %
d) Ultimate tensile strength - 14.5N/mm2 (Minimum)
e) The rubber compounds should be not absorbing more than 10 percent by mass of water,
164
the tensile Strength of the test specimen after being subjected to an accelerated aging test
of 48 hours in oxygen at 70 deg. C. and 2.1N/mm2 pressure shall not be less than 80
percent of the strength of the test specimen before ageing.
f) Tolerance for the dimensions would be allowed to max. As under 0.5mm width thickness
1.0mm maxim length
Special Instruction
Rubber Seal should be of make of Kailash, Lion, Elphiepoly
Rubber seal should be as per IS. 15466:2004 & IS. 11855:2004. These Rubber
Seals are required for gates of Irrigation Projects. The purpose of seal is to
minimize the leakage of water.
Rubber seal should be manufactured by continuous Extrusion process, vulcanized
on Hydraulic press machine under minimum 2000 psi pressure and not by handy
press. This is for getting more density in final product so that long life and better
Resistance to weather can be achieved. The same will be inspected by concern
Engineer during manufacturing process.
MATERIAL: The basic polymer shall be natural rubber, or a co-polymer of
butadiene and styrene, or a blend of both and the compound shall contain not less
than 70 per cent, by volume, of the basic polymer and the remainder shall consist
of reinforcing carbon black, zinc oxide, accelerators, antioxidants, vulcanizing
agents, plasticizers'. The compound shall have the physical properties as per IS
15466-2004:
Specific weight of the rubber seals should be 1.2 to 1.3 kg/cm3 only and the
rubber compound material shall be properly cured in a manner to ensure a dense
homogeneous cross section free from fitting blisters porosity and other
imperfection recessed on indented surface at any location shall be the cause for
REJECTION. Dimensions given in the DRAWING are of finished size. All the surface
of the seal should be smooth and accurate in dimensions.
The Required 14 dia C.S.K screw for Side Seal & 14 dia C.S.K screw for Bottom Seal should be
provided for two sides sealing & bottom side sealing of rubber seal in Bottom Tier Stop Log Gate
should be provided. All these S.S. screws/bolts-nuts-washers should be confirming as per AISI-
304 IS: 1570-V Quality.
165
PAINTING WORK: -
After completion of work gate assly shall properly cleaned and Painting two coats of coal tar
based black epoxy paint, one intermediate coat of 150 micron thickness and one finishing coat
of 150 micron thickness on steel surface to give even shade including cleaning the surface of all
dirt, dust, corrosion and other foreign matter without damaging existing paint and with cost of
all materials, labour, tools, consumables, scaffolding safety measures etc complete. for gates and
embedded parts, platform, girder and or as directed by engineer in charge. (For reviver coat
paint).
PAINT MATERIALS: -
1. COLTAR EPOXY PAINT (BLACK):
The black epoxy shall confirm to IS – 14984 and shall be of standard manufacturing company
and got approved by Engineer – in – charge. The shade of the paint shall be black and shall
remain uniform for throughout the work. The paint shall not show curding, levering, calking or
colour separation and shall be free from lumps and stains. Paint shall not show excessive
setting. The paint shall brush easily and can capable of being readily mixed with solvent
approved by manufactures for application by airless spray without showing any precipitation.
The paint shall contain following characteristics.
Colour : Black
Application : By brush / airless spray / roller
Solid % by volume : 65 ± 5 Minimum
Coverage: 4/5 Sq.mt. / Lit. for DFT 175 Microns& 6/7 Sq.mt./Lit. for DFT 100 Microns.
Application temp. : 10 to 49° C
Pot life : 4 Hrs. at 25° C
Drying time :
(a) Surface dry: 2 Hrs. at 30° C
(b) Hard dry: 16 Hrs. at 30° C
(c) Full case: 7 days
Chemical Resistance : Excellent
Usable temperature : Up to 75° C
Hardness (Shore D) : 60 – 70
Hard dry : 7 days
Cure : 3 days
166
Specific Gravity: 1.30 mm.
Salt spray : Passes
Self-life : At least 12 months from date of manufacturing
Flexibility &addition: No visible damage or detachment after 96 Hrs. of air drying.
Scratch hardness: No just scratch as to show base.
167
Proper care must be taken during the dismantling work of old bottom and side rubber
seal. Dismantling work of parts should be removed & cut very precisely to avoid any damages to
the other related good structures parts. If any part of gate damaged during the work same
should be repaired by tenderer at his own cost.
SPECIFICATION OF RUBBER SEAL AS PER IS 11855 /IS 15466-2004AS UNDER
The rubber for seal shall be fabricated from a high grade, trade-type compound. The basic
polymer shall be natural rubber, or neo prene or a co polymer of butadiene of butadiene and
styrene, or a blend of both natural rubbers, The compound shall contain not less than 70
percent, but volume of the basic polymer and the remainder shall consist of reinforcing carbon
black, zinc oxide, accelerators, antioxidants, vulcanizing agents, plastic lazars and containing not
less than 1% by weight of copper inhibitor The Compound shall have the following physical
properties.
g) Shore A durometer hardness - 65 +/- 5
h) Mass of water absorbed – 10% (Maximum) in seven days
i) Minimum elongation at break - 450 %
j) Ultimate tensile strength - 14.5N/mm2 (Minimum)
k) The rubber compounds should be not absorbing more than 10 percent by mass of water,
the tensile Strength of the test specimen after being subjected to an accelerated aging test
of 48 hours in oxygen at 70 deg. C. and 2.1N/mm2 pressure shall not be less than 80
percent of the strength of the test specimen before ageing.
l) Tolerance for the dimensions would be allowed to max. As under 0.5mm width thickness
1.0mm maxim length
Special Instruction
Rubber Seal should be of make of Kailash, Lion, Elphiepoly
Rubber seal should be as per IS. 15466:2004 & IS. 11855:2004. These Rubber
Seals are required for gates of Irrigation Projects. The purpose of seal is to
minimize the leakage of water.
Rubber seal should be manufactured by continuous Extrusion process, vulcanized
on Hydraulic press machine under minimum 2000 psi pressure and not by handy
press. This is for getting more density in final product so that long life and better
Resistance to weather can be achieved. The same will be inspected by concern
Engineer during manufacturing process.
168
MATERIAL: The basic polymer shall be natural rubber, or a co-polymer of
butadiene and styrene, or a blend of both and the compound shall contain not less
than 70 per cent, by volume, of the basic polymer and the remainder shall consist
of reinforcing carbon black, zinc oxide, accelerators, antioxidants, vulcanizing
agents, plasticizers'. The compound shall have the physical properties as per IS
15466-2004:
Specific weight of the rubber seals should be 1.2 to 1.3 kg/cm3 only and the
rubber compound material shall be properly cured in a manner to ensure a dense
homogeneous cross section free from fitting blisters porosity and other
imperfection recessed on indented surface at any location shall be the cause for
REJECTION. Dimensions given in the DRAWING are of finished size. All the surface
of the seal should be smooth and accurate in dimensions.
The Required 14 dia C.S.K screw for Side Seal & 14 dia C.S.K screw for Bottom Seal should be
provided for two sides sealing & bottom side sealing of rubber seal in Bottom Tier Stop Log Gate
should be provided. All these S.S. screws/bolts-nuts-washers should be confirming as per AISI-
304 IS: 1570-V Quality.
PAINTING WORK: -
After completion of work gate assly shall properly cleaned and Painting two coats of coal tar
based black epoxy paint, one intermediate coat of 150 micron thickness and one finishing coat
of 150 micron thickness on steel surface to give even shade including cleaning the surface of all
dirt, dust, corrosion and other foreign matter without damaging existing paint and with cost of
all materials, labour, tools, consumables, scaffolding safety measures etc complete. for gates and
embedded parts, platform, girder and or as directed by engineer in charge. (For reviver coat
paint).
PAINT MATERIALS: -
1. COLTAR EPOXY PAINT (BLACK):
The black epoxy shall confirm to IS – 14984 and shall be of standard manufacturing company
and got approved by Engineer – in – charge. The shade of the paint shall be black and shall
remain uniform for throughout the work. The paint shall not show curding, levering, calking or
colour separation and shall be free from lumps and stains. Paint shall not show excessive
setting. The paint shall brush easily and can capable of being readily mixed with solvent
169
approved by manufactures for application by airless spray without showing any precipitation.
The paint shall contain following characteristics.
Colour : Black
Application : By brush / airless spray / roller
Solid % by volume : 65 ± 5 Minimum
Coverage: 4/5 Sq.mt. / Lit. for DFT 175 Microns& 6/7 Sq.mt./Lit. for DFT 100 Microns.
Application temp. : 10 to 49° C
Pot life : 4 Hrs. at 25° C
Drying time :
(a) Surface dry: 2 Hrs. at 30° C
(b) Hard dry: 16 Hrs. at 30° C
(c) Full case: 7 days
Chemical Resistance : Excellent
Usable temperature : Up to 75° C
Hardness (Shore D) : 60 – 70
Hard dry : 7 days
Cure : 3 days
Specific Gravity: 1.30 mm.
Salt spray : Passes
Self-life : At least 12 months from date of manufacturing
Flexibility &addition: No visible damage or detachment after 96 Hrs. of air drying.
Scratch hardness: No just scratch as to show base.
170
engineer.
ITEM NO-22
Providing Gantry crane operation services for stoplog gates lowering, lifting and stacking
at main spillway gate including cost of material, labour, tools, tackles etc complete as per
direction of engineer in charge for Damanganga Reservoir project Madhuban Dam at
Silvasaa, Dist.Valsad.
The facilities should be providing when as when required the operation of existing 60 M T
gantry crane for existing stop log are lifting, lowering, shifting etc. activities & up-down in its
groove in upstream portion for stopping the water with closing the radial gate sr. no-1 to 10.
During repairing radial gate work shall be done by concern of agency. The stop log tiers are to
be lowered in stop log groove shall be provided in upstream of stopping the water in gate during
repairing radial gate work. These stop-logs are operated by contractor with the help of 60 MT
gantry crane as per requirement.
The work for this item is to be carry out by tenderer as per mentioned below in Radial gates sr.
No- 1 to 10. (10 No’s Gate). Required structural steel material, labour, joining the pieces by
welding, gas cutting, tools, tackles, scaffolding, transportation, etc. should be arranged by
Contractor.
ITEM NO-23
Dismantling, Manufacture, Supply, fabrication and erection of CRAB Platform, Hoist
Platform, Walkway Platform its M.S Chequared Plate, M.S Angle, Railing Pipe etc. And
Dismantling, Supply, Erection, testing and commissioning work of All Worm Reducer
Gear box, electro- magnetic brake system, Flexible Drum Coupling, Protective type pin
bush coupling, Plummer Block, Bearing etc with all accessories for operating testing on
spillway stop log gate elements with including cost of all materials, machinery, labour,
cutting, bending, aligning, anchoring, welding, finishing, cleaning, greasing, applying
Painting two coats of enamel paint and two coats of rich primer etc as per standard
drawing and specification and Actual site situation & Instruction of Engineer In charge
for size 60 MT/20 MT Gantry Crane. Dismantalled Scrap will be given to Contractor @
Damanganga Reservoir Project, Madhuban Colony.
The repairing work for this item is to be carry out by tenderer as per mentioned below whole 1
no job for (1) Replacement of worm Reduction Gear box size 14”Ratio 60:1 Type- U -1 no for
main lifting hoist 60MT capacity, worm Reduction Gear box size 8” Ratio 60:1 Type-U -1 no for
171
Auxiliary lifting hoist 20M T capacity, worm Reduction Gear box size 7”Ratio 70:1 hollow shaft 2
no’s for long traveling, worm Reduction Gear box size 5” Ratio 70:1 double shaft 1 no for cross
traverse etc. in 60 MT capacity Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross
travelers & Crane long travelers System in Gantry crane. (2) Replacement of thruster operated
Brake for 300mmɸ Drum with flexible brake drum coupling -1 no for main lifting hoist 60 M T
capacity, thruster operated Brake for 200mmɸ Drum with flexible brake drum coupling -3 no’s
for Auxiliary lifting hoist 20M T capacity & long traveling of crane, thruster operated Brake for
150 mmɸ Drum with flexible brake drum coupling-1 no for cross traverse etc. in60 MT capacity
Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross travelers & Crane long travelers
System in Gantry crane. (3) Replacement of Pin bronze bush type Flange coupling -6 no’s for 75
ɸ shaft & Plummer Block SNA 522 with H322 Sleeve 2 no’s having self-align bearing no- 2222 K-
4 no’s & Plummer Block SNA 517with H317 Sleeve 2 no’s having self-align bearing no- 2217 K- 4
no’s etc. in 60 MT capacity Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross
travelers & Crane long travelers System in Gantry crane.(4) Replacement of hoist platform made
from various size of m s channels, m s angles & m s Chequared plate with hand railing in crab as
per actual requirement of site situation in existing 60 M T main / 20 M T Aux. Gantry crane.
Required steel structure material, B O Q item, labour, gas cutting, welding, tools, tackles,
scaffolding, safety equipment, testing, transportation, enamel paint to new steel etc. should be
arranged by tenderer. Any type of machining shall be done by tenderer during repairing work.
The dismantled scrap materials of structural steel & brought out parts coming out from work
after repairing work will be property of contractor.
DISMANTLING WORK & RECOVERY OF SCRAP MATERIAL -
Dismantling & disassemble the worn-out component like worm Reduction Gear box size 14”
Ratio 60:1 Type- U -1 no, thruster operated Brake for 300mmɸ Drum with flexible brake drum
coupling -1 noin60 M T capacity main lifting hoist, worm Reduction Gear box size 8” Ratio 60:1
Type-U -1 no, thruster operated Brake for 200mmɸ Drum with flexible brake drum coupling 1
noin20M T capacity Auxiliary lifting hoist, worm Reduction Gear box size 7”Ratio 70:1 hollow
shaft 2 no’s, thruster operated Brake for 200mmɸ Drum with flexible brake drum coupling 2
no’s in L H & R H side long traveling drive unit of gantry crane, worm Reduction Gear box size 5”
Ratio 70:1 double shaft 1 no, thruster operated Brake for 150 mm ɸ Drum with flexible brake
drum coupling 1 no in cross traverse drive unit of gantry crane etc. should be done by tenderer
in60 MT capacity main hoist Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross
travelers & Crane L H & R H side long travelers System in Gantry crane.
172
Dismantling of worn-out pin bronze bush type Flange coupling -6 no’s for 75 ɸ shaft &
Plummer Block SNA 522 with H322 Sleeve 2 no’s having self-align bearing no- 2222 K- 4 no’s
&Plummer Block SNA 517with H317 Sleeve 2 no’s having self-align bearing no- 2217 K- 4 no’s
etc. in 60 MT capacity Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross travelers
& Crane long travelers System in Gantry crane.
Proper care should to be taken by tenderer during dismantling work of above all components
like worm Gear box Total 5 no’ with Thruster operated brake with brake drum & coupling 5 set,
Plummer block with bearing 8 set, steel of hoist platform of CRAB of Gantry crane. If any
damages occurred during this dismantling work, it must be repaired by tenderer without any
extra cost.
Dismantling of rusted existing various sizes of hoist platform of hoisting in CRAB are made
from of m s channels 100x50, m s angles 75 x 75 x 10 mm & 65 x 65 x 8 mm & m s Chequared
plate 8 mm thick with 40 mm ɸ G I pipe type hand railing of platform in 60 M T main lifting
hoisting unit& 20 M T auxiliary lift hoisting unit in CRAB of Gantry Crane as per actual
requirement of site situation in Gantry crane.
Dismantling of existing rusted 8 mm Chequared plates size 13.0 x 1.20 meter- 4 no’s, angle
support cleat size 75 x 75 x 8 mm- 500 mm- 16 no’s, angle post size 75 x 75 x 8 mm- 1200 mm- 8
no’s etc. should be done by tenderer in platform of CRAB of Gantry crane as per actual of site
situation.
Dismantling of existing rusted 8 mm Chequared plates size 1300 x 5000 mm-1 no + 1300 mm x
2500 mm -2 no + 1000 x 1600 mm -2 no’s, 600 x 7800 mm- 1 no with angle post size 65 x 65 x 8
mm- 1200 mm- 14 no’s etc. should be done by tenderer in platform of 60 MT & 20 MT (LH &
RH) Hoist platform as per actual of site situation.
Dismantling of existing rusted walkway platform No-1 made from 8 mm Chequared plates size
650 mm x 9600 mm long 1 no, support channel 100 x 50 mm- 650 mm long-7 no’s , support
angle 65 x 65 x 8 mm- 960 mm long- 2 no’s, support angle 65 x 65 x 8 mm- 650 mm long- 2 no’s,
incline support angle 65 x 65 x 8 mm-1000 mm- 7 no’s , angle railing post size 65 x 65 x 8 mm-
1200 mm- 9 no’s, 40 mm dia. Pipe- 9 meter – 1 no raw for railing etch should be done by
tenderer in 60 MT & 20 MT Right side Walkway Hoist Plate Form No-1 of Gantry crane as per
site situation.
Dismantling of existing rusted walkway platform No-2 made from 8 mm Chequared plates size
750 mm x 2300 mm long 1 no, support channel 100 x 50 mm- 1400 mm long-4 no’s , support
angle 65 x 65 x 8 mm- 2300 mm long- 2 no’s, support angle 65 x 65 x 8 mm- 800 mm long- 2
173
no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 4 no’s , angle railing post size 65 x 65 x 8
mm- 1200 mm- 3 no’s, 40 mm dia. Pipe- 4.1 meter – 1 no raw for railing etch should be done by
tenderer in Walkway Hoist Plate Form No-1 of Gantry crane as per site situation.
Dismantling of existing rusted walkway platform No-3 made from 8 mm Chequared plates size
650 mm x 5200 mm long 1 no, support channel 100 x 50 mm- 650 mm long-3 no’s , support
angle 65 x 65 x 8 mm- 5200 mm long- 2 no’s, support angle 65 x 65 x 8 mm- 650 mm long- 2
no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 3 no’s , angle railing post size 65 x 65 x 8
mm- 1200 mm- 5 no’s, 40 mm dia. Pipe- 4.0 meter – 1 no raw for railing etch should be done by
tenderer in 1.00 x 5.20 meter size hoist platform of of Gantry crane as per site situation.
Dismantling of existing rusted walkway platform No-4 made from 8 mm Chequared plates size
650 mm x 1500 mm long 1 no, support channel 100 x 50 mm- 1300 mm long-4 no’s , support
angle 65 x 65 x 8 mm- 1500 mm long- 2 no’s, support angle 65 x 65 x 8 mm- 700 mm long- 2
no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 4 no’s , angle railing post size 65 x 65 x 8
mm- 1200 mm- 2 no’s, 40 mm dia. Pipe- 3.10 meter – 1 no raw for railing etch should be done by
tenderer in 1.00 x 1.50 meter size Walkway platform of Gantry crane as per site situation.
Dismantling of existing rusted walkway platform No-5 made from 8 mm Chequared plates size
650 mm x 2500 mm long 1 no, support channel 100 x 50 mm- 650 mm long-2no’s, support angle
65 x 65 x 8 mm- 2500 mm long- 2 no’s, support angle 65 x 65 x 8 mm- 650 mm long- 2 no’s,
incline support angle 65 x 65 x 8 mm-1000 mm- 2no’s, angle railing post size 65 x 65 x 8 mm-
1200 mm- 2 no’s etc. Should be done by tenderer in 1.00 x 2.50-meter size hoist platform
Walkway of Gantry crane as per site situation.
Proper care should be taken by tenderer during dismantling work of rusted hoist platform so to
avoid any damages. If any part of 60 MT & 20 MT Hoist assly damaged during the dismantling
work same should be repaired by contractor at his cost.
Scrap material of old dismantled above components like worm Reduction Gear box Total 5 no’s,
Thruster operated brake assly with flex. brake drum coupling- 5 no’s set, SNA 532 Plummer
block with bearing 2 set, SNA 517 Plummer block with bearing 2 set, Bush type flange coupling
for 75 mm dia. Shaft- 6 no’s, m s scrap material like Chequared plate 8 mm, m s channels, m s
angles& 40 dia. Pipe etc removed from hoist platform of hoisting platform in CRAB Assly of
Gantry crane during work are received during work will be given to contractor and this old
scrap material will be the property of contractor. Carting of scrap material shall be done by
contractor at his risk & cost.
DISMANTLING & RE-ERECTION WORK-
174
Dismantling & disassemble the good condition component like cabin housing cover of all 5 no’s
worm reduction gear unit, electric motor, 110 mm ɸ & 75 mm ɸ size drive shaft with gear
pinion assly, pedestal with bearing, bolt nuts & wiring & cable connection etc. should be done by
tenderer in 60 MT capacity Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross
travelers & Crane long travelers System in Gantry crane.
Re-installed of above good condition dismantled old component like cabin housing cover of all 5
no’s worm reduction gear unit, electric motor, drive shaft with gear pinion assly, pedestal with
bearing, bolt nuts & rewiring & cable connection etc. should be done by tenderer in 60 MT
capacity Gantry crane with 20 MT capacity Auxiliary Hoisting, Crab cross travelers & Crane long
travelers System in Gantry crane.
Special Instruction For Contractor:-
Reconstruction of old components with new components shall be fixing in proper line
& level by providing and fitting of required material like H T bolt with double nuts,
locking key, pins, packing etc. should be provides by tenderer during repairing work
in all drive unit of gantry crane.
All new parts must be match with existing old parts in all drive unit of gantry crane.
Proper care should be taken during fitting of electric motor with new worm reducer
unit, thruster operated brake with flexible brake drum, gear coupling, split bush type
pedestal, gear & pinion set with drive shaft etc. with alignment of drive shaft of all
drive unit. The entire work should be done in manner that it should be gives smooth
operation of gantry crane. It any damages occurred during replacement of above parts
it must be repaired by contractor without any extra cost.
All new worm reduction gear unit during of erection time gear oil, grease ,nut –bolt &
etc provided by contractor
All new items are must be installation & work on existing structure of gantry crane.
All worm reducer unit, thruster operated brake with flexible brake drum, gear
coupling, split bush type pedestal, gear & pinion set with drive shaft coupling must
work with existing structure of Gantry crane full responsibility of contractor.
No extra charge pay of contractor for modification in old structure of gantry crane for
fitting of all new items.
MANUFACTURING, SUPPLYING, FABRICATION & ERECTION WORK-
(1) Providing & fitting of new worm Reduction Gear box size 14” Ratio 60:1 Type- U -1 no
for main lifting hoist 60 M T capacity, worm Reduction Gear box size 8” Ratio 60:1 Type-U
175
-1 no for Auxiliary lifting hoist 20M T capacity, worm Reduction Gear box size 7” Ratio
70:1 hollow shaft 2 no’s for long traveling, worm Reduction Gear box size 5” Ratio 70:1
double shaft 1 no for cross traverse etc. should be done by tenderer in 60 MT capacity
Gantry crane with 20 M T capacity Auxiliary Hoisting, Crab cross travelers & Crane long
travelers System in Gantry crane.
(1.1). New Worm reduction Gear unit, center distance 14" having Gear ratio 60:1 Type-U, double
input& output shaft, in put 32.88 KW, 750 RPM, Output Torque 1640 Kg.M– 1 no should be
providing & fitting by tender in 60 M T capacity main lifting hoist of Gantry crane. Required 37-
liter Quantity of Gear oil HP 90 or as required shall be providing & filling in W. R. Gear box by
tenderer.
(1.2). New Worm reduction Gear unit, center distance 8" having Gear ratio 60:1 Type-U, double
input & output shaft, in put 14.95 KW, 1000 RPM, Output Torque 481 Kg.M 1 no should be
providing &fitting by tender in 20M T capacity Auxiliary lifting hoist of Gantry crane. Required
12-liter Quantity of Gear oil HP 90 or as required shall be providing & filling in W. R. Gear box by
tenderer.
(1.3). New Worm reduction Gear unit, center distance 7" having Gear ratio 70:1 hollow Shaft, HP
Rating 7.40 KW at Input speed 750 RPM Output Torque 355 kg.m- 2 no’s should be providing &
fitting by tender in L H & R H side for long travelled drive unit of Gantry crane. Required 9-liter
Quantity of Gear oil HP 90 / W.R. Gear box x 2 no’s Gear box or as required oil shall be providing
& filling in 2 no’s W. R. Gear box by tenderer.
(1.4). New Worm reduction Gear unit, center distance 5" having Gear ratio 70:1 double input &
output shaft, HP Rating 3.46 KW, 750 RPM, Output Torque 156.8 Kg/M 1 no should be providing
& fitting by tender in cross traveled drive unit in CRAB of Gantry crane. Required 5-liter
Quantity of Gear oil HP 90 or as required oil shall be providing & filling in W. R. Gear box by
tenderer.
The all above Total 5 no’s Worm reduction unit shall be supplied at Daman Ganga dam site by
tenderer his risk & cost. New all 5 no’s Worm reduction Gear unit shall be of reputed make like
tecon, elecon, Premium, yash etc. as per direction of Engineer in charge. Necessary company
testing certificate of all 5 no’s Worm reduction Gear unit which is manufacturer is to be
producing by tenderer. It’s should be taken care during fitting of worm reduction gear unit with
alignment of drive shaft in all drive Unit. Required material like locking key, pin, shaft coupling
for joining of motor & worm unit & bolt Nuts etc. shall be provides by tenderer. If any repair
required, tenderer have to attend. During replacement work of Worm reduction unit should be
176
carried out very precisely & repairing work should be match with existing components of C D.
Unit.
(2) Providing & fitting of new thruster operated Brake for 300 mm ɸ Drum with flexible
brake drum coupling -1 no for main lifting hoist 60 M T capacity, thruster operated Brake
for 200 mm ɸ Drum with flexible brake drum coupling - 3 no’s for Auxiliary lifting hoist
20M T capacity & long traveling drive of crane, thruster operated Brake for 150 mm ɸ
Drum with flexible brake drum coupling -1 no for cross traverse drive etc. should be
done by tenderer in 60 MT capacity Gantry crane with 20 M T capacity Auxiliary Hoisting,
Crab cross travelers & Crane long travelers System in Gantry crane.
(2.1). New thruster operated Brake assly 1 no for 300 mm ɸ Drum with flexible brake drum
coupling -1 no of 300 mm ɸ Drum etc. shall be done by tenderer in existing main lifting hoist 60
M T capacity of gantry crane as per instruction of engineer in charge. It's used for brake during
operation of main lifting hoisting drive unit in up & down direction of gantry crane.
Heavy duty thruster operated brake assly 1 no for 300 mm ɸ Drum having braking torque: 65
KGM, thrust: 45 KGS Insulation: Class B Rating: Continuous Supply: 415 V AC, 3 Phase, 50 Hz as
per make of Sterling & Automech. The brake should be adjusted so that plunger should be fully
picked up in the coil and brake drum should be released within no time. Required material like
brake oil providing & filling in thruster operated brake, packing, high tensile bolt Nuts etc.
during fixing work should be done by tenderer. Test certificate of product of thruster operator
brake assly etc. should be provides at the time of delivery to confirm the required specification.
The thruster operated brake assly shall be fitting in respect of 30 H P electric motor in drive unit
in proper line & level.
Manufacturing and supplying of C.I. flange coupling of flexible break drum coupling 2
piece/set– 1 no set for 300 mm ɸ Drum shall be used approved make of Sterling & Automech &
manufacturing from cast iron IS: 210 FG-200 (Commercial Grade) The flange coupling should be
fitment & matching with existing shaft of drive unit. Required material like packing, high tensile
bolt Nuts etc. during fixing work should be done by tenderer.
(2.2). New thruster operated Brake assly 1 no for 200 mm ɸ Drum with flexible brake drum
coupling -1 no of 200 mm ɸ Drum etc. shall be done by tenderer in existing auxiliary lifting hoist
20 M T capacity of 60 M T gantry crane as per instruction of engineer in charge. It's used for
brake during operation of 20 M T capacity auxiliary lifting hoisting drive unit in up & down
direction of gantry crane.
177
Heavy duty thruster operated brake assly 1 no for 200 mm ɸ Drum having braking torque:
20 KGM, thrust: 18 KGS Insulation: Class B Rating: Continuous Supply: 415 V AC, 3 Phase, 50 Hz
as per make of Sterling and Automech . The brake should be adjusted so that plunger should be
fully picked up in the coil and brake drum should be released within no time. Required material
like brake oil providing & filling in thruster operated brake, packing, high tensile bolt Nuts etc.
during fixing work should be done by tenderer. Test certificate of product of thruster operator
brake assly etc. should be provides at the time of delivery to confirm the required specification.
The thruster operated brake assly shall be fitting in respect of 10 H P electric motor in drive unit
in proper line & level.
Manufacturing and supplying of C.I. flange coupling of flexible break drum coupling 2 piece/set
– 1 no set for 200 mm ɸ Drum shall be used approved make Sterling and Automech &
manufacturing from cast iron IS:210 FG-200 (Commercial Grade)The flange coupling should be
fitment & matching with existing shaft of drive unit. Required material like packing, high tensile
bolt Nuts etc. during fixing work should be done by tenderer.
(2.3). New thruster operated Brake assly 2 no’s for 200 mm ɸ Drum with flexible brake drum
coupling -2 no’s set of 200 mm ɸ Drum etc. shall be done by tenderer in existing long travelers
drive unit of 60 M T gantry crane as per instruction of engineer in charge. It's used for brake
during operation of long travelling in forward & reverse direction on rail track of 60 MT gantry
crane.
Heavy duty thruster operated brake assly 2 no’s for 200 mm ɸ Drum having braking torque:
20 KGM, thrust: 18 KGS Insulation: Class B Rating: Continuous Supply: 415 V AC, 3 Phase, 50 Hz
as per make of Sterling, Automech & approved by engineer in charge. The brake should be
adjusted so that plunger should be fully picked up in the coil and brake drum should be released
within no time. Required material like brake oil providing & filling in thruster operated brake,
packing, high tensile bolt Nuts etc. during fixing work should be done by tenderer. Test
certificate of product of thruster operator brake assly etc. should be provides at the time of
delivery to confirm the required specification. The thruster operated brake assly shall be fitting
in respect of electric motor(12.5 HP) in long travelers drive unit in proper line & level.
Manufacturing and supplying of C.I. flange coupling of flexible break drum coupling 2 piece/set –
2 no’s set for 200 mm ɸ Drum shall be used approved make Sterling, Automech &
manufacturing from cast iron IS:210 FG-200 (Commercial Grade)The flange coupling should be
fitment & matching with existing shaft of drive unit. Required material like packing, high tensile
178
bolt Nuts etc. during fixing work should be done by tenderer.
(2.4). New thruster operated Brake assly 1 no for 150 mm ɸ Drum with flexible brake drum
coupling -1 no set of 150 mm ɸ Drum etc. shall be done by tenderer in existing cross travelers
drive unit in CRAB of 60 M T gantry crane as per instruction of engineer in charge. It's used for
brake during operation of cross travelling in forward & reverse direction with 60 & 20 M T
hoisting system.
Heavy duty thruster operated brake assly. 1 no for 150 mm ɸ Drum having braking torque:
9 KGM, thrust: 18 KGS Insulation: Class B Rating: Continuous Supply: 415 V AC, 3 Phase, 50Hzas
per make of Sterling, Automech. The brake should be adjusted so that plunger should be fully
picked up in the coil and brake drum should be released within no time. Required material like
brake oil providing & filling in thruster operated brake, packing, high tensile bolt Nuts etc.
during fixing work should be done by tenderer. Test certificate of product of thruster operator
brake assly etc. should be provides at the time of delivery to confirm the required specification.
The thruster operated brake assly shall be fitting in respect of electric motor (3 HP) in cross
travelers drive unit of Gantry in proper line & level.
Manufacturing and supplying of C.I. flange coupling of flexible break drum coupling 2 piece/set –
1 no set for 150 mm ɸ Drum shall be used approved make Sterling, Automech & manufacturing
from cast iron IS:210 FG-200 (Commercial Grade)The flange coupling should be fitment &
matching with existing shaft of drive unit. Required material like packing, high tensile bolt Nuts
etc. during fixing work should be done by tenderer.
(3) Manufacturing, Providing & fitting of new Pin bronze bush type Flange coupling -6
no’s for 75 ɸ shaft & Plummer Block SNA 522 with H322 Sleeve 2 no’s having self-align
bearing no- 2222 K- 4 no’s & Plummer Block SNA 517 with H317 Sleeve 2 no’s having self-
align bearing no- 2217 K- 4 no’s etc. should be done by tenderer in 60 MT capacity Gantry
crane with 20 M T capacity Auxiliary Hoisting, Crab cross travelers & Crane long travelers
System in Gantry crane.
(3.1)Manufacturing & fitting of bronze bush type flange coupling- 6 no’s for 75 mm ɸ line shaft /
drive shaft of cross traveling & auxiliary lifting hoist drive unit of Gantry Cranes hould be done
by tenderer as per actual requirement of site situation. Bronze bush shall be made from High
tensile aluminum bronze casting IS:304 AB-1 Grade. Manufacturing and supplying of C.I. flange
coupling of flexible break drum coupling 2 piece/set – 1 no set for 75 mm ɸ line shaft / drive
shaft shall be used approved make by engineer in charge & manufacturing from cast iron IS:210
179
FG-200 (Commercial Grade) The flange coupling should be fitment & matching with existing 75
mm ɸ line shaft / drive shaft of drive unit. Required material like packing, high tensile bolt Nuts
etc. during fixing work should be done by tenderer. The dimension of standard coupling for 75
mm ɸ line shaft / drive shaft shall confirm to actual requirement of site situation. Required
machining should be done by tenderer in new pin type bush type flange during work. The
bearing seats on bronze bush as per existing shaft shall be ground if necessary. Suitable oil
grooves to be provides in side of bush. Suitable grease nipple or oil caps shall be provided in
flange coupling for greasing and oiling to the bush as per directions of Engineer in charge.
(3.2)Manufacturing, supplying & fitting of SNA 522 size Plummer block with H 322 sleeve 2 no’s
with self-align ball bearing 2222 K etc. 4 no’s for Plummer block shall be carried out by tenderer
in main lifting hoisting unit or long travelled drive unit of Gantry Crane. SNA 522 Plummer block
should be manufacturing from Cast Iron as per IS: 210-1978-FG-200 & H 222 Sleeve shall be
manufacturing from m s steel as per IS: 2062-2011. The self-align roller bearing 2222K shall be
standard make like A.R.B, N.B.C, FAG, ZKL or S.K.F, Tata. Necessary painting is also to be carried
out to Plummer block body. Proper fitting of Plummer block assly in respect of matching of drive
shaft of gear-pinion set in horizontal & vertical direction for smooth and trouble-free operation
of drive unit must be done by tenderer.
(3.3) Manufacturing, supplying & fitting of SNA 517 size Plummer block with H 317 sleeve 2 no’s
with self-align ball bearing 2217 K etc. 4 no’s for Plummer block shall be carried out by tenderer
in Auxiliary lifting hoisting unit or cross travelled drive unit of Gantry Crane. SNA 517 Plummer
block should be manufacturing from Cast Iron as per IS: 210-1978-FG-200 & H 317 Sleeve shall
be manufacturing from m s steel as per IS: 2062-2011. The self-align roller bearing 2217 K shall
be standard make like A.R.B, N.B.C, FAG, Z K L or S.K.F, Tata. Necessary painting is also to be
carried out to Plummer block body. Proper fitting of Plummer block assly in respect of matching
of drive shaft of gear-pinion set in horizontal & vertical direction for smooth and trouble-free
operation of drive unit must be done by tenderer.
(4) Providing & fitting of new various sizes of hoist platform of hoist mechanism in CRAB
shall be fabricating from various size of m s channels, m s angles & m s Chequarred plate
with 40 mm dia. G I pipe type hand railing in platform should be carried out by tenderer
in 60 M T main lifting hoisting unit & 20 M T auxiliary lift hoisting unit in CRAB of Gantry
Crane as per actual requirement of site situation in Gantry crane.
Providing & fitting of new hoist platform shall be fabricating from 8 mm Chequared plates
size 13.0 x 1.20 meter- 4 no’s, angle support cleat size 75 x 75 x 8 mm- 500 mm- 16 no’s,
180
angle post size 75 x 75 x 8 mm- 1200 mm- 8 no’s etc. should be done by tenderer in platform
of CRAB of Gantry crane as per actual of site situation.
Providing & fitting of 60/20 MT LH & RH new hoist platform shall be fabricating 8 mm
Chequared plates size 1300 x 5000 mm-1 no + 1300 mm x 2500 mm -2 no + 1000 x 1600
mm- 2, 600 x 7800 mm 1 no with angle post size 65 x 65 x 8 mm- 1200 mm- 14 no’s etc.
should be done by tenderer in platform of Gantry crane as per actual of site situation.
Providing & fitting of new hoist Walkway platform no-1 shall be fabricating from 8 mm
Chequared plates size 650 mm x 9600 mm long 1 no, support channel 100 x 50 mm- 650 mm
long-7 no’s , support angle 65 x 65 x 8 mm- 960 mm long- 2 no’s, support angle 65 x 65 x 8
mm- 650 mm long- 2 no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 7 no’s , angle
railing post size 65 x 65 x 8 mm- 1200 mm- 9 no’s, 40 mm dia. Pipe- 9 meter – 1 no raw for
railing etch should be done by tenderer in Walkway platform no-1 of Gantry crane as per site
situation.
Providing & fitting of new hoist Walkway platform no-2 shall be fabricating from 8 mm
Chequared plates size 750 mm x 2300 mm long 1 no, support channel 100 x 50 mm- 1400
mm long-4 no’s , support angle 65 x 65 x 8 mm- 2300 mm long- 2 no’s, support angle 65 x 65
x 8 mm- 800 mm long- 2 no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 4 no’s , angle
railing post size 65 x 65 x 8 mm- 1200 mm- 3 no’s, 40 mm dia. Pipe- 4.1 meter – 1 no raw for
railing etch should be done by tenderer in Walkway platform no-2 of Gantry crane as per site
situation.
Providing & fitting of new hoist Walkway platform no-3 shall be fabricating from 8 mm
Chequared plates size 650 mm x 5200 mm long 1 no, support channel 100 x 50 mm- 650 mm
long-3 no’s , support angle 65 x 65 x 8 mm- 5200 mm long- 2 no’s, support angle 65 x 65 x 8
mm- 650 mm long- 2 no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 3 no’s , angle
railing post size 65 x 65 x 8 mm- 1200 mm- 5 no’s, 40 mm dia. Pipe- 4.0 meter – 1 no raw for
railing etch should be done by tenderer in Walkway platform no-3 of Gantry crane as per site
situation.
Providing & fitting of new hoist Walkway platform no-4 shall be fabricating from 8 mm
Chequared plates size 650 mm x 1500 mm long 1 no, support channel 100 x 50 mm- 1300
mm long-4 no’s , support angle 65 x 65 x 8 mm- 1500 mm long- 2 no’s, support angle 65 x 65
x 8 mm- 700 mm long- 2 no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 4 no’s , angle
railing post size 65 x 65 x 8 mm- 1200 mm- 2 no’s, 40 mm dia. Pipe- 3.10 meter – 1 no raw
for railing etch should be done by tenderer in Walkway platform no-4 of Gantry crane as per
181
site situation.
Providing & fitting of new hoist Walkway platform no-5 shall be fabricating from 8 mm
Chequared plates size 650 mm x 2500 mm long 1 no, support channel 100 x 50 mm- 650 mm
long-2 no’s, support angle 65 x 65 x 8 mm- 2500 mm long- 2 no’s, support angle 65 x 65 x 8
mm- 650 mm long- 2 no’s, incline support angle 65 x 65 x 8 mm-1000 mm- 2 no’s, angle
railing post size 65 x 65 x 8 mm- 1200 mm- 2 no’s etc. Should be done by tenderer in
Walkway platform no-5 of Gantry crane as per site situation.
Proper welding of M S Chequared plate is to be done with existing cross members at list
minimum distance of 300 mm & joint of M S Chequared plate should be setting with cross
members in walkway & hoist platform. Joint tack welding should be done minimum in 3” to 4”
length. Before fixing of new 8 mm thick Chequared plate, on platform must be in proper line &
level. After cutting of edges of plate should be properly cleaning etc. complete work should be
done as per actual requirement and direction & instruction of Engineer-in charge. Preparing
suitable size of drain shall be done by tenderer in new M S Chequared plate as per direction of
engineer in charge
Required structural steel material like M S channel 100 x 50 mm, M S angle 75 x 75 x 10
mm, M S angle 65 x 65 x 8 mm isto be as per IS: 2062-2011quality & M S Chequared plate 8 mm
thick shall be as per IS: 3502-2009 quality for above work should be providing by tenderer.
ITEM NO:-24
Providing of temporary jacking, locking, unlocking, lifting & refitting of L H & R H side
drive boggy assly, frame of long travel drive unit and main column having counter weight
of 60 M T capacity gantry crane by providing required structural steel, wooden slippers
for locking & supporting & using of heavy capacity hydraulic jack to main frame of L.T
Drive for dismantling & repairing of main wheel in L T. Drive with reinstalled dully
repaired main wheels one by one as per actual requirement of site situation in long travel
drive unit including cost of material, labour, gas for cutting ,tools, tackles, scaffolding
,safety equipments, material handling, transportation, dismantled scrap materials
removed from this work will be given to contractor etc complete as per direction of
engineer in charge & specifications for Damanganga Reservoir project Madhuban Dam at
Silvasaa, Dist.Valsad.
The work for this item is to be carry out by tenderer as per mentioned below Providing of
temporary jacking, locking, unlocking, lifting & refitting of L H & R H side drive boggy assly,
frame of long travel drive unit and main column having counter weight of 60 M T capacity
182
gantry crane by providing required structural steel, wooden slippers for locking & supporting &
using of heavy capacity hydraulic jack to main frame of L.T Drive for dismantling & repairing of
main wheel in L T. Drive with reinstalled dully repaired main wheels one by one as per actual
requirement of site situation in long travel drive unit
Required bought out components, structural steel material, fabrication, erection, labour,
welding, machining, tools, tackles, scaffolding, transportation, painting etc. in works should be
arranged by tenderer.
DISMANTLING & REPAIRING WORK-
Before the Dismantling tenderer Proper temporary jacking, locking, unlocking, lifting of L H & R
H side drive boggy assly, frame of long travel drive unit and main column having counter weight
of 60 M T capacity gantry crane by providing required structural steel, wooden slippers for
locking & supporting & using of heavy capacity hydraulic jack to main frame of L.T Drive. Proper
care should be taken for temporary jacking, locking, unlocking, lifting & refitting of L H & R H
side drive boggy assly. Any Damage of Existing parts of Gentry Crane tenderer Should Provide
and Repair on His & On cost should be carried out by tenderer.
Locking arrangement should be done by tenderer as per actual requirement of site situation &
direction of Engineer In- charge. (not Provided drawing)
After Proper jacking, locking, unlocking, lifting of L H & R H side drive boggy assly, frame of long
travel drive unit then Dismantling Work & repairing of main wheel in L T. Drive with reinstalled
dully repaired main wheels one by one as per actual requirement of site situation in long travel
drive unit of 60 MT & 20 MT Hoist Unit Gantry Crane.
During Repairing Work If any part of long travel drive unit of 60 MT & 20 MT Hoist Unit Gantry
Crane. assly damaged during the work same should be repaired by contractor at his cost.
ITEM NO-25
Dismantling, Supply, fitting, testing and commissioning work of Ele. Motor And Its Control
penal, Wiring for Long Travel Mechanism for Drive Bogies -2 no’s, Crab Travel Drive unit
Motor, Ele. Motor 60 MT Main Hoist Gentry Crane, Ele. Motor 20 MT Auxiliary Gentry
Crane, etc for 60 MT/20 MT Gantry crane and Only Supply & Testing of 1 no's 15 HP
Motor for CDU. Cost of material, labour, gas for cutting, tools, tackles, scaffolding, safety
equipments, material handling, transportation, dismantled scrap materials removed
from this work will be given to contractor etc complete as per direction of engineer in
charge & specifications for Damanganga Reservoir project Madhuban Dam at Silvasaa.
183
The repairing work for this item is to be carry out by tenderer as per mentioned below whole 1
no job for:-
(1) Replacement of Ele. Motor 2 no’s For LT Drive , 12.5 HP(5.5KW)925 RPM, SQ cage crane
Duty 40% CDF 540 Starts/Hrs, Tec shaft Extended on either sides, working on 400/440 V.A.C, 3
phase 50 Cycle/ sec/confirming to IS:325, Frame size ND 132-S Crane long travelers System in
Gantry crane.
(2) Replacement of Ele. Motor 1 no’s For Crab travel, 3 HP(2.2 KW) 700 RPM, SQ cage crane
Duty 40% CDF 150 Starts/Hrs, Class-B,TEFC S4, shaft Extended on either sides, working on
400/440 V.A.C, 3 phase 50 Cycle/ sec/confirming to IS:325, Frame size ND 112 M For Crab
travel System in Gantry crane.
(3) Replacement of Ele. Motor 1 no’s for 60 MT Main Hoist Gentry Crane, 30 HP (22KW) 720
RPM, Squirrel cage crane Duty 40% CDF, 150 Starts/Hrs, TEFC class-B insulation. Shaft
Extended on either side-1no, working on 400/440 V.A.C, 3 phases 50 Cycle/ sec/confirming to
IS: 325, Frame size 225 M, For 60 MT Main Hoist System in Gantry crane.
(4) Replacement of Ele. Motor 1 no;s for 20 MT Auxilury Gentry Crane, 10 HP (7.5 KW) 925
RPM, Squirrel cage crane Duty 40% CDF, 150 Starts/Hrs, TEFC class-B insulation. Shaft
Extended on either side-1no, working on 400/440 V.A.C, 3 phase 50 Cycle/ sec/confirming to IS:
325, Frame size 132 M 20 MT Main Hoist System in Gantry crane.
Required steel structure material, B O Q item, labour, gas cutting, welding, tools, tackles,
scaffolding, safety equipment, testing, transportation, etc. should be arranged by tenderer. Any
type of machining shall be done by tenderer during repairing work. The dismantled scrap
materials of structural steel & brought out parts coming out from work after repairing work will
be property of contractor.
Special Note For Contractor:-
Reconstruction of old components with new components shall be fixing in proper line
& level by providing and fitting of required material like H T bolt with double nuts,
locking key, pins, packing etc. should be provides by tenderer during repairing work
in all drive unit of gantry crane.
All new parts shall be match with existing old parts in all drive unit of gantry crane.
Proper care should be taken during fitting of new electric motor with new worm
reducer unit, thruster operated brake with flexible brake drum, gear coupling, split
bush type pedestal, gear & pinion set with drive shaft etc. with alignment of drive
shaft of all drive unit. The entire work should be done in manner that it should be
184
gives smooth operation of gantry crane. It any damages occurred during replacement
of above parts it must be repaired by contractor without any extra cost.
All new items are must be installation & work on existing structure of gantry crane.
All new motor must work with existing structure of Gantry crane full responsibility of
contractor.
No extra charge pay of contractor for modification in old structure of gantry crane for
fitting of all new items.
MANUFACTURING, SUPPLYING, FABRICATION & ERECTION WORK-
(1) Providing & fitting of new 2 no’s Ele. Motor 15.5 HP For LT, 1 no’s Ele. Motor 3 HP for
CRAB, 1 no’s Ele. Motor 30 HP for 60 MT Hoist System, 1 no’s Ele. Motor 10 HP for 20 MT
Hoist System etc. should be done by tenderer in 60 MT capacity Gantry crane with 20 M T
capacity Auxiliary Hoisting, Crab cross travelers & Crane long travelers System in Gantry
crane. And 1 no’s Ele. Motor 15 HP for C.D.Unit. Only for Sapir.
(1.). Providing and Erecting New Ele. Motor 2 no’s For LT Drive , 12.5 HP(5.5KW)925 RPM, SQ
cage crane Duty 40% CDF 540 Starts/Hrs, Tec shaft Extended on either sides, working on
400/440 V.A.C, 3 phase 50 Cycle/ sec/confirming to IS:325, Frame size ND 132-S Crane long
travelers System in Gantry crane. By tenderer.
(2). Providing and Erecting New Ele. Motor For 1 no’s for Crab travel, 3 HP(2.2 KW) 700 RPM,
SQ cage crane Duty 40% CDF 150 Starts/Hrs, Class-B,TEFC S4, shaft Extended on either sides,
working on 400/440 V.A.C, 3 phase 50 Cycle/ sec/confirming to IS:325, Frame size ND 112 M
For Crab travel System in Gantry crane by tenderer.
(3). Providing and Erecting New Ele. Motor 1 no’s for 60 MT Main Hoist Gentry Crane, 30 HP
(22KW) 720 RPM, Squirrel cage crane Duty 40% CDF, 150 Starts/Hrs, TEFC class-B insulation.
Shaft Extended on either side-1no, working on 400/440 V.A.C, 3 phases 50 Cycle/
sec/confirming to IS: 325, Frame size 225 M, For 60 MT Main Hoist System in Gantry crane by
tenderer.
(4). Providing and Erecting New Ele. Motor 1 no;s for 20 MT Auxilury Gentry Crane, 10 HP (7.5
KW) 925 RPM, Squirrel cage crane Duty 40% CDF, 150 Starts/Hrs, TEFC class-B insulation. Shaft
Extended on either side-1no, working on 400/440 V.A.C, 3 phases 50 Cycle/ sec/confirming to
IS: 325, Frame size 132 M 20 MT Main Hoist System in Gantry crane by tenderer.
(5). Supply & Commissioning and Testing of New Ele. Motor 1 no;s for center drive Unit, 15
H.P 960 RPM, Minimum 200% starting Torque, S4 Duty 3 phase, 415 +/- 10%, A.C. Squirrel Cage
induction motor with Both side extended Shaft Insulation class-F, Encloser IP 55 as per IS-325
185
or Latest IS. For CDU Unit by tenderer. Contractor must be Commissioning and Testing of motor
in C.D. unit in any 1 to 10 gate number.
The all above Total 6 no’s Electric Motor shall be supplied at Madhuban dam site by tenderer his
risk & cost. New all 6 no’s Electric Motor shall be of reputed make like Crompton greaves,
Bharat Bijlee, Kirloskar, GEC, Jyoti, L & T and Havells. as per direction of Engineer in charge.
Necessary company testing certificate of all 6 no’s Electric Motor which is manufacturer is to be
producing by tenderer. It’s should be taken care during fitting of 6 no’s Electric Motor with
alignment of drive shaft in all drive Unit. Required material like locking key, pin, shaft coupling
for joining of motor & worm unit & bolt Nuts etc. shall be provides by tenderer. If any repair
required, tenderer have to attend. During replacement work of Worm reduction unit should be
carried out very precisely & repairing work should be match with existing components of C D.
Unit.
All electric motor must be erection and testing by contractor @ Madhuban dam.
Various Sub Item Are the Providing & Fitting/erecting as Under:-
(6) Providing and Erecting Control Panel for Gantry crane, Consisting the following Items (1)
Incoming 125 A TP SFU - 1no ( L&T, Siemens, C&S make) (2) CT operated Digital VAF Meter (
Snider's make) (3) LED Phase Indicating Lamp Set-1no.(4) Main Hoist Incoming 100 A TP MCCB
- 1no ( L&T, Siemens, C&S make) (5) Variable Frequency Drive 40 HP -1no for main hoist motor(
Yaskawa make) (6) Auxiliary Hoist Incoming 40 A TP MCB - 1no ( L&T, Siemens, C&S make)(7)
Variable Frequency Drive 15 HP -1no for Auxiliary hoist motor( Yaskawa make) (8) Long travel
Incoming 40 A TP MCB - 1no ( L&T, Siemens, C&S make)(9) Variable Frequency Drive 20 HP -
1no for Long Travel motor( Yaskawa make) (10) Cross travel Incoming 16 A TP MCB - 1no (
L&T, Siemens, C&S make)(11) Variable Frequency Drive 5 HP -1no for Cross Travel motor(
Yaskawa make) (12) Control Transformer 200 VA or As required Burden 415V input and 24V &
230 V Output (13) Lighting Transformer 250 VA or As required Burden 415V input and 230 V
Output (14)Contactors, Auxiliary Relay , Push button (15) Cooling fan( 100 VA) for panel Board
- 2 no. (16) Hooter (Annunciator) - 1no. Panel manufactured as per technical specification
including Internal wiring and Accessories like terminals, Studs, Lugs, Ferrule, Fuse etc. Complete
for gantry crane operation.( make will be as approved by Engineer in charge unless & otherwise
specified.)
(7) Providing and Erecting Cable Reeling Drum by spring operated for flexible cable. Approx. 50
meter.
(8) Providing & erecting pendant box with 8 no's push button with 1 no NC contract, + 1
186
emergency stop with 1 N C contract, + start/alarm with 2 no's contract of speedo control make
model SV/10S or equivalent make approved by engineer in charge.
(9) Providing and erecting XLPE(IS:7098)(I)-88 ISI or rubber Insulated flexible cable multistr
and Copper conductor for 1.1 KV. to be laid on Cable reeling Drum of following size of cables 4
core 16 Sq. mm.
(10) Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size of
cables. Cable Gland for flex. (A) 4 core 1.5 Sq. mm.
(11) Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size of
cables. Cable Gland for flex. (A) 4 core 2.5 Sq. mm
(12) Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size of
cables. Cable Gland for flex.(B) 4 core 4 Sq. mm.
(13) Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size of
cables. Cable Gland for flex. (C) 4 core 6 Sq. mm.
(14) Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size of
cables. Cable Gland for flex. (D) 4 core 10 Sq. mm.
(15) Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC
insulated armoured cable complete with out going tails, insulating tape etc for following size of
cables. Cable Gland for flex. (D) 4 core 16 Sq. mm.
(16) Supplying & erecting XLPE(IS:7098)(I)-88 or rubber insulated ISI unarmored copper cable
1.1 KV grade to be erected as directed of following size (M) 4 core 10 Sq.mm Make: Avocab,
Finolex, RR cable, Poly cab, Havells.
(17) Supplying & erecting XLPE(IS:7098)(I)-88 or rubber insulated ISI unarmored copper cable
1.1 KV grade to be erected as directed of following size.(L) 4 core 6 Sq. mm Make: Avocab,
Finolex, RR cable, Poly cab, Havells.
(18) Supplying & erecting XLPE(IS:7098)(I)-88 or rubber insulated ISI unarmored copper cable
1.1 KV grade to be erected as directed of following size.(K) 4 core 4 Sq. mm Make: Avocab,
Finolex, RR cable, Poly cab, Havells.
(19) Supplying & erecting XLPE(IS:7098)(I)-88 or rubber insulated ISI unarmored copper cable
187
1.1 KV grade to be erected as directed of following size.(J) 4 core 2.5 Sq. mm Make: Avocab,
Finolex, RR cable, Poly cab, Havells.
(20) Supplying and erecting LED street light / Flood light fittings with High power White LEDs
wattage of 3 Watt and above assembled on single MCPCB, efficiency more than 130 lm/w and
corrosion free High pressure die cast aluminum housing with smooth finish powder coated and
heat sink extruded aluminium with diffuser and Polycarbonate optics/ lenses, with toughened
glass with company mark/name engraved or embossed 160 to 270 V, Power Factor more than
0.95, THD < 10 %, CCT 3000 K to 5700K,Uniformity ratio >0.45, Luminaire efficacy> 100
lumens/watt. LED driver efficiency > 85 %.( fittings required LM-79 & LM-80
certificates)(NOTE: Below description have shown ranges of Wattage capacity of LED fittings.
(B) Flood Light (IP-65), Surge protection -4KV integral and , Light must have 440VAC line supply
with over-voltage protection. It Should withstands 48 hours for 440VAC line supply.(v) 160
watts- Cat II (Philips, Crompton, Surya, Bajaja, Havells Make)
(21) Supplying and erecting Cable Gland for fl.Cable 19 core 1.5 Sq.mm.
(22) providing & erecting XLPE(IS:7098)(I)-88 ISI marked / IS 1554 part (i):1988 or rubber
insulated armored multistand copper conductor cable for 1.1 KV grade to laid on wall or in
existing cable running with necessary clamps etc. of following size of cable. (b) 19 core 1.5 Sq.
mm (Make: Avocab, Finolex, RR cable, Poly cab, Havells. )
(23) Providing & erecting roller type limit switch with 1 no + 1 no contact, 110/230 v. having
aluminum housing with I.P.68 protection (/L&T, BCH, siemens, or Jhonson).
(24) Providing & erecting perforated G.I. cable tray size 100 x 100 x 2 mm with all necessary
accessories for fitting like coupler S.S nut bolt. Cable tray with cover fabricated from Galv. I. M. S
sheet having thickness 2 mm.
Special Note For tenderer FIELD TEST AND ACCEPTANCE :-
Testing of gantry crane will be done after completion of supply and erection
work. For testing, at least 2 stoplogs of the radial gate on the main spill-way
shall be inserted into its groove and the gantry crane shall be tested as directed
188
All electrical components included in the tender supplied by the contractor
shall be Check through Engineer in Charge (Electrical). After confirmation all
Item by Engineer in Charge (Electrical). As per tender specification then
Contractor start the erection and Fitting work of this Item.
Contractor after Completion Of electrical work they are checking all electrical
item and its wiring are proper fitting and working condition by Engineer in
Charge (Electrical).
The crane shall also be operated with a test load of 125% of the rated capacity.
The overload test will demonstrate that the hoist can rise, lower or hold in any
position without damage or excessive deflection or vibration. The test will be
made under supervision of the contractor or his representative, Engineer in
charge and project authority officers of civil wing. The labour, Structural steel
materials/other material, test loads & necessary lifting tackles required for the
field tests shall be arranged/provided by the contractor and shall be included
in the price bid
ITEM NO-26
Providing steel as per IS 2062, Fabrication and erection work for structure of gate and its
parts considering actual site requirement i.e. packing, alignment, strengthening and
requirement of necessary, work at the time of repairing etc. This Item will be operated
only if required as per actual site situation & requirement and it includes the cost of
material, labour, tools, tackles, scaffoldings consumable, transportation, etc complete as
per site requirement and instructions of Engineer- in Charge.
This item is consisting of fabrication, supplying & erection of m s plate & sheet 515 kg, m s angle
515 kg & m s Chequared plate 206 kg & RSJ up to 550 mm-515 kg etc. of required size & length
for material required for alignment, strengthening work during tender work including cost of
gas for cutting, labour, tools & tackles, scaffolding, safety equipment, transportation etc.
complete as per drawing & specification & instruction of in charge engineer for Madhuban dam,
Daman Ganga reservoir project.
Fabrication, supplying & erection work to be done for required extra misc. repairing
work during tender work in radial gates& gantry work as per instruction of engineer in charge.
189
Required size & length of various type of m s plate & sheet 515 kg, m s angle 515 kg & m s
Chequared plate 206 kg & RSJ up to 550 mm-515 kg etc. shall be used for fabrication; supplying
& erection for any type of extra items misc. repairing work are to be done by tenderer during
tender work in radial gates & 60 M T Capacity Gantry crane work.
Required material, labour, gas for cutting, tools, tackles, Jigs & fixtures, scaffolding, safety
equipment, welding, transportations etc. for above work shall be arranged by tenderer
Whichever size of m s plates, sheets, angles, girders & Chequarred plate, channels etc. for
whole job of require misc. extra repairing work during tender work in radial gate & gantry crane
work should be carried out by tenderer. Structural steel like m s plate & sheet 515 kg, m s angle
515 kg, RSJ up to 550 mm-515kg etc. should be provided by contractor as per IS: 2062 quality. M
S Chequared plate 206 kg as per IS: 3502-2009 quality & The entire work must be done as per
given suggestion & drawing & instruction of engineer in charge & specification to suit with
existing parts.
Fabrication, supplying & erection work should be carried out in such a manner that it must
be match with original work all work should be carried out in line & level.
During Misc. repairing work with related to fabrication & erection work in radial gate&
gantry crane carried out very precisely so no any damages of the other portion, if any damages
occurred during misc. extra repairing work. It must be repaired by tenderer without any extra
cost & repairing / new work should be match with original work. The use of welding rod should
be radio graphic quality as per IS 814.1991.
190
proportionate manner of the actual work after completion of (a) Fabrication,
Machining & completed item brought at dam site or tender’s workshop (b)
Bought out items brought at dam site or tender’s workshop as per specifications
and after receipt of required test certificates. Remaining 10% payment will be
made only after successful completion of Erection and Acceptance as per
specification & furnishing all the tests required.
(ii) For FULL/REDUCED RATE ITEM: Intermediate payment through R.A. Bill will
be made as per actual measurements after successful completion & acceptance
of each work as per specifications and furnishing all the tests required.
(3) All intermediate payment shall be regarded as payment by way of advance against
final payment only and not as payment for work actually done and completed and
shall not preclude the Engineer in charge from requiring bad, unsound, imperfect
or unskilled work to be removed and taken away and reconstructed or re-erected,
nor shall any such payment to be considered not shall it conclude, determine or
affect in any way the power of the Engineer in charge as to the final settlement and
adjustment of the accounts or otherwise or in any other way vary or effect the
contract.
(4) The final bill will be made only after completion of each work satisfactorily
including furnishing all the test required.
(5) The Charges in the Bill shall be always at the rates specified in the agreement or
partly reduced/part rate subject to approval by the Engineer In Charge in case of
item not completed/executed fully as per agreements or in case of any extra work
ordered in pursuance of these conditions and not mentioned or provided for
tender, at the rate decided by the competent authorities as per clause no. 40 of
section - 3 under this bidding documents for such work.
(6) The payment will be done as per actual quantity of work. The quantity may vary as
required. The Engineer in charge’s certificate of the measurements and of the total
amount payable for the work shall be final and binding on all parties
(7) As per Govt. G.R .no.GST/1017/1097/GST/cell dated 15/09/2018 2% GST (1% SGST,
1%CGST) will be deducted from every bill of contractor.
(8) Total Estimated Qty of all items is probable and it will be executed as per actual site
situation and instruction of Engineer in-Charge. Hence payment for Said Items will
be paid only if it requires.
191
(9) The third party inspection charges will be borne by the Department.
(10) As per the Government No. PARACH/1097/1397 (II)Part File/K-1(MI cell) Dated
12/01/2013, the Testing charges of materials will be borne by Government and 1%
testing charge will be deducted from Contractor’s Bill.
2. 1 to 25 Dismantling, Fabrication, erection & 700 Days All the work at the site will
192
machining Step by step of Item have to be completed
number 1 & 25. Miscellaneous and within the stipulated time
gate testing work limit & The work of each
item will have to be done as
per the instructions of the
Engineer in-charge.
Time to be consider after site clearance
Net Days required to complete all repair/replacement work 730 Days.
However, The Contractor shall have to be carried all other work excluding above such
as material procurement, fabrication, machining etc within stipulated time-limit after
awarding work order. Moreover, The Contractor shall have to inform concern Engineer
In Charge in case of stoppage of work due to whatsoever reason.
5.7.1 Testing, Correction & Other misc. work .
The Contractor shall have to be carried all type of Testing, Correction& Other misc.
work (such as transportations, site set up, scaffolding, loading & unloading or any type
of work which are required for satisfactory work completion)during any stages of work
within stipulated time-limit as specified in Contract Data of this Bidding documents (
this is also includes the days specified in Clause No. 5.7.1 & 5.7.2) as required & as
instructed by the Engineer In Charge. No separate extension of time-limit for such work
shall be provided to the contractor. Moreover, Contract will be finalized only after
successful completion/acceptances of test & correction as instructed by the Engineer In
Charge.
5.8.0 OTHER CONDITIONS:-
(1)Inspection: -
The inspection of the work will be carried out as under-:
a) By the Engineer-in-charge & it’s subordinate as required.
b) By the Executive Engineer or higher authorities as required.
c) By Quality control wing of the Department as per the Govt. Letter no .PRC-
2018-42-1-Hdt.10-04-2018. The inspection note should be complied before
final bill payment.
d) By third party inspection in presence of the Engineer-in-charge or
Representative .The third party inspection will be carried out by the third
party agency approved by the government.
e) By the Electrical Engineer-in-charge & it’s subordinate as required for only
Item no-25 in BOQ.
(2)PHOTOGRAPHY & VIDEOGRAPHY OF THE WORK:-
193
a) Photography & Videography of all the works (i.e. before starting the work,
during the work & after the completion of work) should be produced at the
time of each payment.
b) The charges of photography/Videography should be borne by the contractor.
No extra claim shall be entertained & no extra payment will be made.
194
SECTION – 6
FORM OF BID
195
FORM OF BID
-------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------------------------------
BID
To :
Address :
1. We offer to execute the Works described above and remedy any defects therein in
conformity with the conditions of Contract, specification, drawings, Bill of Quantities
and Addenda for the sum (s) of
(------------------------------------------------------------------------------------------------------)
3. We agree to abide by this Bid for the period of 120 Days from the date fixed
for receiving the same, and it shall remain binding upon it and may be accepted at
any time before the expiration of that period.
4. Unless and until a formal Agreement is prepared and executed this Bid,
together with your written acceptance thereof, shall constitute a binding
contract between us.
5. We understand that you are not bound to accept the lowest or any tender you may
receive.
196
Address
________________________________________________________________________________________________________
________________________________________________________________________________________________________
Witness
________________________________________________________________________________________________________
________________________________________________________________________________________________________
Address
________________________________________________________________________________________________________
________________________________________________________________________________________________________
Occupation
________________________________________________________________________________________________________
________________________________________________________________________________________________________
197
SECTION - 7
BILL OF QUANTITIES
198
BILL OF QUANTITIES
Preamble
1. The bill of Quantities shall be read in conjunction with the Instructions to Bidder,
Conditions of Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and
are given to provide a common basis for bidding. The basis of payment will be the
actual quantities of work ordered and carried out, as measured by the Contractor
and verified by the Engineer and valued at the rates and prices tendered in the
priced Bill of Quantities, where applicable, and otherwise at such rates and prices
as the Engineer may fix within the terms of the Contract.
3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far
as it is otherwise provided under the Contract, include all constructional
plant, layout, supervision, materials, erection, maintenance, insurance, profit,
taxes and duties, together with all general risks, liabilities and obligations set out
or implied in the Contract.
5. A rate or prices shall be entered against each item in the Bill Quantities, whether
quantities are stated or not. The cost of Items against which Contractor has failed
to enter a rate or price shall be deemed to be covered by other rates and prices
entered in the Bill of Quantities (in case of Item rate contract).
6. The whole cost of complying with the provisions of the Contract shall be included
in the items provided in the priced Bill of Quantities, and where no Items
are provided the cost shall be deemed to be distributed among the rates and
prices entered for the related items of Work.
7. General direction and descriptions of work and materials are not necessarily
repeated or summarized in the Bill of Quantities. References to the relevant
sections of the contract documentation shall be made before entering rates
or prices against each item in the Bill of Quantities.
9. Errors will be corrected by the Employer for any arithmetic errors pursuant to
Clause 29 of the Instructions to Bidder.
10. Rock is defined as all materials which, in the opinion of the Engineer,
required blasting, or the use of metal wedges and sledgehammers, or
the use of compressed air drilling for its removal, and which cannot be
extracted by ripping with a tractor of at least 150 kw with a single rear mounted
heavy duty ripper.
199
BILL OF QUANTITIES
(A)Percentage Rate Tender (Up to INR 50 Cr. )
Item Description of Item (with brief Quantity Unit Rate in Amount
No specification and reference to figure
book of specifications)
(B) For Item Rate Tender (For above INR 50 Cr.): Deleted
Item Description of Item (with Quantity Unit Rate Amount
No brief specification and In In
reference to book of figures Words
specifications)
Deleted
200
SECTION - 8
SECURITIES AND OTHER FORMS
201
BID SECURITY (BANK GUARANTEE)
SEALED with the Common Seal of the said Bank this ---------------------- day of ------ 20
(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity
specified in the Form of Bid;
Or
(2) If the Bidder has been notified of the acceptance of his bid by the Employer
during the period of Bid Validity:
C. does not accept the correction of the Bid Price pursuant to Clause 27
(Correction of Errors)
We undertake to pay to the Employer up to the above amount upon receipt of his
first written demand, without the employer having to substantiate his demand, provided
that in his demand the Employer will note that the amount claimed by him is due to
him owing to the occurrence of one or any of the three conditions, specifying the occurred
conditions or conditions.
This Guarantee will remain in force up to and including the date -------------------**
days after the deadline for submission of Bids as such the deadline is stated in the
Instructions to Bidders or as it may be extended by the Employer, notice of which
202
extension (s) to the Bank is hereby waived. Any demand in respect of this
guarantee should reach the Bank not later than the above date
* The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as shown in
Clause 16.1(Bid Security) of the Instructions to Bidders.
**45 days after the end of the validity period of the Bid. Date should be inserted
by the Employer before the Bidding documents are issued.
203
PERFORMANCE SECURITY
TO,
Executive Engineer,
Irrigation Mechanical Gate & Store Division No. 1, Vadodara,
Room No.703, 7th Floor, “C” Block, Narmada Bhavan, Jail Rod
Vadodara-390001.
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract.
AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of ------------------------------------------
(amount of guarantee)* ---------------------------- (in words), such sum being payable in
types and proportions of currencies in which the Contract prices is payable, and we
undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ----------------------------------------
(amount of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor
before presenting is with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract to of the Works to be performed there under or of any of the Contract
documents which may be made between your and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such charge, addition or modifications.
This guarantee shall be valid until 60 days from the date of expiring of the Defect
Liabilities period.
Date ---------------------------------------------------
*An amount shall be inserted by the Guarantor, representing the percentage the Contract price
specified in the Contract denominated in Indian Rupees.
204
ADDITIONAL PERFORMANCE SECURITY
[Clause 34.1. (A)]
TO,
Executive Engineer,
Irrigation Mechanical Gate & Store Division No. 1, Vadodara,
Room No.703, 7th Floor, “C” Block, Narmada Bhavan, Jail Rod
Vadodara-390001.
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with
the Contract.
AND WHEREAS we have agreed to give the Contractors such a bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of ------------------------------------------
(amount of guarantee) ---------------------------- (in words), such sum being payable in
types and proportions of currencies in which the Contract prices is payable, and we
undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of ----------------------------------------
(amount of guarantee) as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor
before presenting is with the demand
We further agree that no change or addition to or other modification of the terms of the
Contract to of the Works to be performed there under or of any of the Contract
documents which may be made between your and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such charge, addition or modifications.
This guarantee shall be valid until 28 days from the project completion date.
Address ------------------------------------------------
Date --------------------------------------------------
205
BANK GUARANTEE FOR ADVANCE PAYMENT
TO,
Executive Engineer,
Irrigation Mechanical Gate & Store Division No. 1, Vadodara,
Room No.703, 7th Floor, “C” Block, Narmada Bhavan, Jail Rod,
Vadodara-390001.
Gentlemen:
We further agree that no change or addition to or other modifications of the terms of the
Contractor or Works to be performed there under or of any of the Contract
documents which may be made between --------------------------------- (name of
Employer) and the Contractor, shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or
modifications.
This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract until -------------------------------------- (name of employer)
receives full repayment of the same amount from the contractor.
YOUR’S TRULY
* An amount shall be inserted by that Bank or Financial Institution representing the amount of the
Advance Payment, and denominated in Indian Rupees
206
Letter of Acceptance
(Letter head paper of the Employer)
_____________________________(date)
To,
_______________________________ (Name and address of the Contractor)
_______________________________
_______________________________
Dear Sirs,
This is to notify you that your Bid dated______________________________ for execution of the
_________________________ (Name of the contract and identification number, as given in the
Instructions to Bidders) for the Contract Price of Rupees ______________
(______________)(amount in words and figures) as corrected and modified in
accordance with the Instructions to Bidders* is hereby accepted by our agency.
You are requested to furnish performance security, in the form detailed in para
34.1 of ITB for an amount equivalent to Rs. __________ within 10 days of the receipt of this
letter of acceptance up to beyond 60 days from the date of expiry of defects Liability period
i.e. up to and the Additional Performance Security for an amount equivalent to Rs. shall be
valid beyond 28 (twenty-eight) days of Project Completion Date i.e. up to and sign the
contract, failing which action as stated in Para 34.3 of ITB will be taken.
Yours Faithfully
Authorized Signature
Name and title of Signatory
Name of Employer
* Delete “Corrected and” or and modified if only one of these actions applies. Delete
as corrected and modified in accordance with the Instructions to Bidders, if corrections
or modifications have not been affected.
207
Issue of Notice to proceed with the work
(Letterhead of the Employer)
_____________________________(date)
To,
_______________________________ (Name and address of the Contractor)
_______________________________
_______________________________
Dear Sirs,
Pursuant to your furnishing the requisite security in ITB Clause 34.1 and
signing of the Contract for the construction of
________________________________________________________________________________________________________
__________________________________________________________ at a bid price Rs.
_____________________________.
You are hereby instructed to proceed with the execution of the said works in
accordance with the contract documents.
Yours faithfully
208
AGREEMENT FORM
This agreement, made on the _____________________ day of ____________________ between
Executive Engineer, Irrigation Mechanical Gate & Store Division No. 1, Vadodara, (name
and address of Employer) (Hereinafter called “the Employer) and
____________________________________ (name and address ofcontractor) hereinafter
called “the Contractor” of the other part.
Name and identification number of contract (hereinafter called “the works”) and the
employer has accepted the Bid by the Contractor for the execution and completion of
such works and the remedying of any defects therein, at a cost of Rs. ___________________
1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the conditions of contract hereinafter referred to
and they shall be deemed to form and be read construed as part of this
Agreement.
4. The Following documents shall be deemed to form and be ready and construed as
part of this Agreement viz
i) letter of Acceptance
ii ) Notice to proceed with the works:
iii ) Contractor’s Bid
209
v) Contract Data
vi) Additional conditions
vii ) Drawings
viii ) Bill of Quantities and
ix ) Any other documents listed in the Contract
data as forming part of the Contract.
In the presence of
210
UNDERTAKING
(For Investment)
_
(Signed by an Authorized officer of the firm)
Title of officer
Name of firm
DATE
211
UNDERTAKING
(For Validity)
_
(Signed by an Authorized officer of the firm)
Title of officer
Name of firm
DATE
212
Annexure – A
(Sub site as per Clause No. 5.1.2)
To,
Executive Engineer,
Irrigation Mechanical Gate & Store Division No. 1,
Vadodara,
Contact Person:
Contact Number:
I/we have carefully read all condition specified in the clause no. 5.1.2 (Section-5:
Technical Specifications) of bidding documents and agree to do work as per specified
clause.
** (1) Above annexure is mandatory for only those contractor who wish to do fabrication work at
their own workshop. Those contractors who desire to do fabrication work at their workshop give
full details of location of workshop.
(2) Instruction to fill this form.
a) Please take print out of this annexure.
b) Duly fill all details with signature & stamp.
c) Scan filled form in JPG or PDF.
d) Upload soft copy online compulsory.
213
Annexure – B
(MODE OF COMMUNICATION)
Executive Engineer,
Irrigation Mechanical Gate & Store Division No. 1,
Vadodara,
2 Name Of Tenderer
6 E-Mail Address
** (1) Above annexure is mandatory for all bidders who want to participate in the Bid. If the Bidders
fail to furnish above information in their tenders are likely to be rejected.
(2) Instruction to fill this form.
a) Please take print out of this annexure.
b) Duly fill all details with signature & stamp.
c) Scan filled form in JPG or PDF.
d) Upload soft copy online compulsory.
214
SECTION – 9
DRAWINGS
215
“Please refer separately attached file”
216
SECTION - 10
DOCUMENTS TO BE FURNISHED BY BIDDER
217