Schedule of Prices Volume IV

Embed Size (px)

Citation preview

  • 8/2/2019 Schedule of Prices Volume IV

    1/27

    public Health Engineering Department Tender DocumentIGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    1.PREAMBLE TO PRICE SCHEDULE

    1.0Price Schedule for Work

    1.1 "This Contract is of lump sum turnkey nature on single responsibility basis for

    completion of all the works in the project so as to enable supply of desired flow

    of water upto the village transfer chamber& village transfer chamber to PSPs

    and CWTsat designed pressure. For variation in the length of pipe line

    item and numbered items like valves, chambers under contract, the

    contract amount shall be suitably adjusted with the per meter quoted

    rates per number quoted rates. For calculation of pipe lengths for

    payment purposes, the laying length of sluice valve & dismantling joints

    and any other length of pipe in scope of work of items other than pipe

    line shall be deducted from the overall length of pipe line as the same

    are being paid separately.The executed work shall be commissioned, tested

    and shall be operated during trial run period after which the operation andmaintenance and repairs period for tenyears shall be done in the contract.

    1.2The Tenderer is to quote one lump sum price for the entire work including

    Operation & Maintenance for 10years in the Tender Form. The Tenderer shall

    also fill up price breakup under major components in Schedule A and B &

    sub breakup in Schedule A-1 to A-4for intermediate payments.

    1.3There are, however, several minor items not specifically mentioned in thebreak-up but shall be required to complete the job on turnkey basis as per

    scope and specification of works stipulated in the tender document. The cost

    of such items shall deemed to be included in the quoted rates.

    1.4However in consideration of providing clubbed rates in the Schedules A 1 to

    A 4, its further breakup for individual items for intermediate payments with

    stages of work shall be got approved by competent authority, whose decision

    shall be final and binding for the contractor. In case of illogical ratesin differentSchedules A1 to A4, the Engineer-in-Charge or competent authority can make

    re-appropriation of rates for different Schedules andits sub-items so as to

    have total payment as per the agreed contract sum and to facilitate logical

    ACE(P),PHED,Ajmer, Page 1 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    2/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    intermittent payments during execution. Such decision taken by the competent

    authority shall be final and binding for the contractor.

    1.5In consideration to the fact that the pipe lengths mentioned in the tender arethe lengths based on survey and the actual length in work may vary, it is

    intended that the variation in lengths observed during execution shall be

    suitably adjusted at the end of the contract. For this purpose, the rates payable

    / deductible for increased / decreased lengths as compared to those given in

    schedule, shall be same as quoted for the respective pipe sizes in scheduleA1.

    1.6Each item is to be individually priced in ink and no column in the Schedule of

    prices shall be left blank. The item shall not be priced if it is not applicable to

    the Tenderers design, in which case the Tenderer shall add the words NOTAPPLICABLE. The wording in the item description is for subject matter

    guidance only. The prices shall allow for all the works covered under the

    Tender and all liabilities and contractual obligations whether separately

    specified or not.

    1.7For calculation of pipe length for payment purposes, the laying length of sluice

    valve & dismantling joints and any other length of pipe in scope of work ofitems other than pipeline shall be deducted from overall length, as the sameare being paid separately. Boundary of pipeline work for payment fromCWR

    and ESR shall be 6.0 meter from outer edge of plinth protection work allaround the reservoir. Total piping work within 6.0 meter of CWR /ESR for

    making payment shall be under scope of CWR/ESR.

    1.8As per central Government notification no 06/2006 dated 1-3-2006, as amended bynotification no. 06/2007 dated 1-3-2007& 26/2009 dated 4.12.09., excise duty

    exemption is available for the material used in specified components of water supply

    projects. The tenderer may study the notificationcarefully and account for the

    exemptions that are to be availed while preparing their price bid, Necessarycertificate from the District collector shall be arranged by the department as &

    when required. Department assumes that bidder has considered exemption ofexcise duties applicable for analyzing his financial offer for approval. If the

    central Government through it notification issued after submission of tender for

    exempting other components of material from excise duty and the contractor

    avails the benefit of the exemption the same shall be passed to thedepartment.

    ACE(P),PHED,Ajmer, Page 2 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    3/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    1.9Items not specifically listed in this PRICE BREAKUP SCHEDULES but

    required to be executed for satisfactory working/commissioning of the system

    as specified in the scope of work, will not be separately paid for by the

    Department when executed and shall be deemed tobe covered by other itemsand rates listed in the price sheets and Lump sum prices quoted.

    1.10Tenderer should ensure that lump sum total price quoted should be same as

    reflected in sum total of price break ups. In case, there is any discrepancy in

    the amountquoted, lower of the two amounts shall be considered for tenderevaluation.

    1.11The Tenderer is advised to examine all instructions, forms, terms,

    specifications and other information in the Tender documents and consider

    and evaluate fully the price implications therein contained before filling theLump sum contract amount.

    1.12The Tenderer should acquaint himself with the site conditions including the

    access to Work site. The successful Tenderer shall have to make suitableaccess to work sites at his own cost.

    1.13The Tenderer shall be deemed to have allowed in his price, provision forsurvey, designs, field investigations, site clearance, maintenance and finalremoval of all temporary works of whatsoever nature required for construction

    including temporary bunds, diverting water, pumping, dewatering andavailability of material of required quality etc for the proper execution of works.

    The rates shall also be deemed to include any works and setting out that may

    be required to be carried out for laying out of all the works involved.

    1.14Lowest financial responsive offer shall be the sole criteria for accepting and

    evaluating tender.

    1.15It will be entirely at the discretion of the department to accept or reject theTenderer proposals without giving any reasons whatsoever. The Tenderer

    must carefully go through the provisions laid down in the ITT regarding thedeviations allowed, and the likely reasons, which may lead to the rejection of

    Tenders and / or forfeiture of the earnest money.

    1.16The spares and tools & tackles shall bepurchased by the contractor underCapital works to ensure availability of the same on the day one of O&M. The

    spares shall be used during O&M and shall be replenished in shortest possible

    ACE(P),PHED,Ajmer, Page 3 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    4/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    period as approved by the EIC. All spares and tools & tackles as listed, shall

    be handed over to the department at the end of O&M period of 10years.

    1.17Wherever in the Price Schedule, if the contractor quotes amount against thecolumn of Any item not mentioned in Price Schedule but required to complete

    the work on turn-keybasis (as specified in tender document), then he has to

    support this amount with a separate list of items for which he is going to quote

    the rates with appropriate break up, so as to avoid any ambiguity at the time of

    making payment. Attach separate sheet however if any item is omitted and nomention by contractor as above, the amount payable for those items shall bedeemed to have been included in other items / works and that no extra

    payment shall be admissible in any case other than specified items in this

    schedule.

    1.18The lump sum prices quoted by the bidder for O&M Part in prescribed format

    given in Vol shall not be less than 7.5% of total Bid Price quoted by the bidder

    (Cost of complete execution of work & cost of O&M work). If the price quoted

    by bidder for the O&M part of the system is not justified, the department hasfull right to re-allocation of rates for the complete work and the rates for O&M

    of the system but the gross amount will be kept same as quoted by bidder.

    ACE(P),PHED,Ajmer, Page 4 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    5/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    2.TENDER FORM

    (Tendereris required to fill up all blank spaces in this Tender Form)

    Additional Chief Engineer(Project),Public Health Engineering Department,Region-Ajmer

    SUB: Tender document for Name of Work:-Work for construction of clusterdistribution net work, IEC activities, pump houses, clear water reservoirs,

    over head service reservoirs, 33 KV Switchyards village distribution net

    work under package-III of Nagaur Lift Project, Phase-I with operation and

    maintenance of completeSystem for 10 Years on single pointresponsibility

    turn key basis

    Publishedvide NIT No3/2011-12

    Dear Sir,1.Having visited the site and examined the Tender Documents, Drawings, Conditions of

    Contract, Specifications, Schedules, Annexures, Preamble to Price Tender, and thePrice Schedules etc. including Addenda to the above, for the execution of the above

    Contract, we, the undersigned, offer to procure engineered items, construct, complete,

    commission, operate and maintain the whole of the said work as given in the scope of

    work for five years period as given Tender document comprising of Vol I -IV, including

    addenda (if any) for a lump sum total price with following break up:

    S. No.ParticularsAmount in words Amount in figures

    (i)Cost for (Amount in words) (Amount in figures)Execution Rs. Rs.

    (ii)Cost for 10year (Amount in words) (Amount in figures)

    O&M Rs. Rs.

    LUMP SUM (Amount in words) (Amount in figures)TOTAL PRICE Rs. Rs.

    [ (i) + (ii) ]

    We understand that the lump sum price shall be, subjected to deductions as per termsand conditions of the contract, given in Volume I to IV".

    The breakup of the above lump sum prices have been given in the price schedules to

    ACE(P),PHED,Ajmer, Page 5 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    6/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    facilitate interim payment during execution and O&M. We understand that its breakup

    is subject to approval of Department.

    2.We undertake that if our Tender is accepted, we are prepared to complete and deliverthe Works including complete testing and trial run of all facilities in accordance with the

    Contract within 36months, from the date of commencement which is reckoned from the

    10thday afterthe date of written order to commence the work, inclusive of monsoon

    periods & 10years for O&M after defect liability period of one year.

    3.We agree to abide by this Tender within the validity period as defined in ITT clause no.

    15 (Vol 1 of Tender Document).

    4.In the event of our Tender being accepted, we agree to enter into a formal ContractAgreement with you incorporating the conditions of Contract there to annexed but until

    such agreement is prepared; this Tender together with your written acceptance 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.

    Dated this _________________day of ___________________ 2012

    Company Seal

    (Signature)

    (Name of the Person)

    (In the capacity of)

    (Name of firm)Duly authorized to sign Tender for and on behalf of

    (Fill in block capitals)

    ACE(P),PHED,Ajmer, Page 6 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    7/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE BREAK UP FOR LUMP SUM COST

    For Summary Of Capital & O&M Costs

    S. No.ParticularsPrice Amount

    Schedule RsNo.

    1.The sum of Capital Costs A

    2.The Sum of 10years O&M Cost B

    Total Lump Sum Cost

    Total Cost in Rs (In Words):

    Signature

    Name & Designation

    Company

    Date

    ACE(P),PHED,Ajmer, Page 7 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    8/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE BREAK UP SCHEDULE: A

    For Summary Of Capital Costs

    S. No.ParticularsPrice Amount

    Schedule Rs in lacs.

    No.

    1.Pumping/Gravity Water Mains A1Construction of Pump Houses

    including Pumping Machinery,

    2. A2

    Electrical & Instrumentation

    Equipment

    3.Construction of Reservoirs

    (CWRs, ESRs/OHSRs)A3

    4Tools and tackles.A4

    Total (A1+A2+A3+A4 )

    Signature

    Name & Designation

    Company

    Date

    ACE(P),PHED,Ajmer, Page 8 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    9/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE SCHEDULE : A-1(For Pumping/Gravity Water Mains)

    S. ParticularsItem UnitQuantityRateTotal Amount

    No. Code (to be Quoted)

    Rs in lacs.)

    1Providing, Laying, jointing, sectional testing, P1and commissioning of MS/DI pipes, including

    earthwork, bedding, construction of anchors

    blocks, thrust blocks, cross walls, transverseblocks, pipe support structures; road crossing

    works; cross drainage crossing works;providing & installation of specials; clearing

    the site; disinfections etc. complete in all

    respect as per the specification & scope of

    work for following diameter:

    1.11000 mm dia, 8 mm thick MS pipe lineM36000

    Cost of inner lining for 1000 mm dia MS Sqm1222581.2 pipe line having thickness 12.5 mm as per

    specifications.

    Cost of 40mm thick outer guniting for Sqm1145111000 mm dia MS pipe line, as per

    1.3specifications.

    M20000

    1.4800 mm dia, DI, K-7M38000

    1.5750 mm dia, DI, K-7

    1.6750 mm dia , DI, K-9 M5000

    M33750

    1.7500 mm dia, DI, K-7

    1.8350 mm dia, DI, K-7 M15000

    1.9300 mm dia, DI, K-7 M26500

    1.10250 mm dia, DI, K-9 M22500

    M687501.11200 mm dia, DI, K-7

    M13500

    1.12200 mm dia, DI, K-9

    M176000

    1.13150 mm dia, DI, K-7

    M34000

    1.14150 mm dia, DI, K-9

    M70750

    1.15100 mm dia, DI, K-7

    M4000

    1.16100 mm dia, DI, K-92Providing, Laying, jointing, sectional testing, P2

    and commissioning of AC/uPVC -3 / PE PN

    0.6pipe lines, including earthwork, bedding,construction of anchors blocks, thrust blocks,cross walls, transverse blocks, pipe support

    structures; road crossing works; cross

    drainage crossing works; providing &

    installation of specials; clearing the site;

    disinfections etc. complete in all respect as

    per the specification & scope of work forfollowing diameter and material: For

    ACE(P),PHED,Ajmer, Page 9 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    10/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. ParticularsItem UnitQuantityRateTotal Amount

    No. Code (to be Quoted)

    Rs in lacs.)distribution line from ESRs to VTC.

    2.175mmuPVC -3 / PE PN 0.6/AC

    M47585

    2.290mmuPVC -3 / PE PN 0.6/AC M510402.3110mmuPVC -3 / PE PN 0.6/AC M61289

    2.4125mmuPVC -3 / PE PN 0.6/AC

    M55336

    2.5140mmuPVC -3 / PE PN 0.6/AC

    M57290

    2.6160mmuPVC -3 / PE PN 0.6/ACM64454

    2.7180mmuPVC -3 / PE PN 0.6/AC M40034

    2.8200mmuPVC -3 / PE PN 0.6/AC M400

    2.9225mmuPVC -3 / PE PN 0.6/AC

    M23234

    2.10250mmuPVC -3 / PE PN 0.6/AC

    M792

    2.11280mmuPVC -3 / PE PN 0.6/AC

    M521

    2.12315mmuPVC -3 / PE PN 0.6/AC M3803Providing, Laying, jointing, sectional testing, P3

    and commissioning of AC/uPVC -3 / PE PN

    0.6pipe lines, including earthwork, bedding,construction of anchors blocks, thrust blocks,

    cross walls, transverse blocks, pipe support

    structures; road crossing works; crossdrainage crossing works; providing &

    installation of specials; clearing the site;

    disinfections etc. complete in all respect asper the specification & scope of work for

    following diameter and material: For village

    distribution line from VTC to CWT & PSPs.

    3.175 mm uPVC -3 / PE PN 0.6/AC M151000

    3.290 mm uPVC -3 / PE PN 0.6/AC

    M151000

    3.3110 mm uPVC -3 / PE PN 0.6/AC M15000

    3.4160 mm uPVC -3 / PE PN 0.6/AC

    M6000

    4Supply and installation of sluice valves/ P4butterfly valve(sectionalizing valves) with costof specials as per the specifications for

    following diameter and pressure ratings.4.11000 mm (BF) , PN 1.0 Nos7

    4.2800 mm (BF) , PN 1.0 Nos.3

    Nos.84.3750 mm (BF) , PN 1.0

    ACE(P),PHED,Ajmer, Page 10 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    11/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. ParticularsItem UnitQuantityRateTotal Amount

    No. Code (to be Quoted)

    Rs in lacs.)4.4750 mm (BF) , PN 1.6 Nos.14.5500 mm (S.V) , PN 1.0 Nos.7

    Nos.34.6350 mm (S.V) , PN 1.0

    4.7300 mm (S.V) , PN 1.0 Nos.6

    4.8250 mm (S.V) , PN 1.0 Nos.5

    Nos.154.9200 mm (S.V) , PN 1.0

    Nos.384.10150 mm (S.V) , PN 1.0

    5Supply and installation of double kinetic air P5valves with cost of specials, connecting pipesconcrete pillarsupto 300 mm dia pipe line &

    RCC chamber for more than 300 mm dia pipe

    line,as per scope of the work& drawingsand

    the specifications complete in all respect. for

    following diameter and pressure ratings.

    5.1150 mm PN-1.0 Nos35

    Nos625.2100 mm PN-1.05.380 mm PN-1.0 Nos75

    5.450 mm PN-1.0 Nos350

    6Supply and installation of Single air relief P6valves with cost of specials, connecting pipes

    concrete pillars etc as per scope of the work

    and the specifications complete in all respect.

    following diameter and pressure ratings.

    6.140 mm PN-1.0 No.4007Construction RCC sectional valve chambers P7

    to installed in the system. The chamber shall

    be as per the drawing given in tender

    document and material of construction shall

    be as given in the specifications given in thetender document.

    Nos.7

    7.11000 mm (BF)

    7.2800 mm (BF) Nos.3

    7.3750 mm (BF) Nos.9

    Nos.7

    7.4500 mm (S.V)

    7.5350 mm (S.V) Nos.3

    7.6300 mm (S.V) Nos.6

    7.7250 mm (S.V) Nos.57.8200 mm (S.V) Nos.15

    7.9150 mm (S.V) Nos.38

    ACE(P),PHED,Ajmer, Page 11 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    12/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. ParticularsItem UnitQuantityRateTotal Amount

    No. Code (to be Quoted)

    Rs in lacs.)

    8Supply and installation of scour valves with P8cost of specials etc as per scope of work and

    specifications complete in all respect.

    Nos.7

    8.1250 mm PN-1.08.2200 mm PN-1.0 Nos.128.3125 mm PN-1.0 Nos.6

    8.480 mm PN-1.0 Nos.68

    9Construction scour valve chambers for the P9valves to installed in the system. The chambershall be as per the drawing given in tender

    document and material of construction shall

    be as given in the specifications given in the

    tender document.

    9.1250 mm Nos.7

    9.2200 mm Nos.12

    9.3125 mm Nos.6

    Nos.68

    9.480 mm

    10Supply & installation of Ultrasonic type P10P3

    Bulk meters at Village Transfer Chamberswith remote reading devices (GSM based)

    including the cost of /solar panel

    assembly/battery, specials; pipes;

    pressure gauge; etc., as per the scope of

    work and specifications, complete in allrespect, of size:10.150 mm Nos.70

    10.265 mm Nos30

    10.380 mm Nos.51

    11Supply of Server Module, GSM cards, etc P11No.1to capture data from flowmeters and

    required software to encode the data

    collected

    P12Nos

    12Construction of village transfer chamber asper drawing and specifications given for

    material of construction and completion of all

    ACE(P),PHED,Ajmer, Page 12 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    13/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. ParticularsItem UnitQuantityRateTotal Amount

    No. Code (to be Quoted)

    Rs in lacs.)works of installation of meter, valves, pressuregauge etc., complete in all respect to achieve

    the work as given in the scope of work.

    12.1Type -A 19

    12.2Type-B 132

    13Construction of PSPs & CWTs in the 151 P13

    villages.

    13.1PSPs Nos929

    Nos.581

    13.2CWTsP14LS

    14Other items and accessories, works etc

    not specified above but required to

    complete the work on turn-key basis (forinter connection and railway crossing)

    15IEC activitiesin 151 villagesas per the P15Nos151

    scope of the contact in all respect.

    Total = A1 (P1+P2+.. P15) Carried A1

    over to summary Capital CostsSignatureName & Designation

    CompanyDate

    ACE(P),PHED,Ajmer, Page 13 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    14/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE SCHEDULE : A-2(For Construction of Pump Houses includingPumping machinery, Electrical & Instrumentation Equipment )

    S. Particulars Item CodeTotal

    No. Amount (to

    be Quoted)

    Rs.

    1.Civil Works HW1

    2.Mechanical Equipment & Electrical Equipment HW2

    with Accessories

    3.Instrumentation HW3

    4.Chlorination Work HW4

    Total = A2 (HW1 TO HW4) Carried over to A2

    summary Capital Costs

    Signature

    Name & DesignationCompany

    Date

    ACE(P),PHED,Ajmer, Page 14 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    15/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    Sub Break up of Price of Items given at Schedule A2 to facilitate interim

    (running) payments only are as follows.

    S. No.Item Description QuantityAmount

    (Rs.)

    HW1

    Civil

    Works1Construction of pump housebuildings as per the drawings

    & specifications given in the tender document. The

    construction shall include the cost of providing MS girder for

    the HOTat proposedHead Works as per scopeof the work,

    civil works for installation of pumpsand panels, cabletrenches, drainage etc. to complete the scope of work given

    in the tender document and the work of construction of

    thrust blocks, anchors etc., within the pump house and

    construction of chambers for electromagnetic flow meters

    and valves as per Scope of Work & Technical Specificationgiven in Tender Document at following H.Ws:

    1.1At Moondawa 1 No.

    1.2At Kuchera 1 No.1.3At Ren 1 No.

    1.4At Sankhwas 1 No.

    1.5At Gaguda 1 No.1.6At Merta Road 1 No.

    1 No.

    1.7At Gotan

    1Lot

    2Providing the required furniture at the head worksas per

    specified in tender document.Campus area development work with all works as per

    details given in scope of work anddrawings and

    3

    specification of work and workmanship as given inspecifications, at following places:

    3.1At Moondawa 1 No.3.2At Kuchera 1 No.

    3.3At Ren 1 No.

    3.4At Sankhwas 1 No.

    3.5At Gaguda 1 No.

    3.6At Merta Road 1 No.3.7At Gotan 1 No.

    4Construction of boundary wall for Head Works.2600Mtr

    5Any Other civil work required to complete the work as per 1Lot

    scope and specifications

    Total HW1

    Signature

    ACE(P),PHED,Ajmer, Page 15 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    16/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. No.Item Description QuantityAmount

    (Rs.)

    Name & Designation

    CompanyDate

    S. Item Description QuantityAmount (Rs.)

    No. in lacs.HW2 -Mechanical and Electrical Equipment & Accessories1Providing, installation, testing, trial run and commissioning

    of Pumps & Motors with base plate and other accessories,

    as per the scope of work & specifications given, to the

    complete satisfaction of Engineer in Charge, at following

    locationswith tentative head:

    1.1Moondawa to Moondawa ESR Q-49.32 Cum per hr Head 4Nos34.16 M

    1.2Moondawa to Roopasar ESR Q-35.915 Cum per hr Head 2Nos

    47.69 M

    1.3Moondawa to Balaya & Firod ESR Q-31.32 Cum per hr 2Nos

    Head 50.56 M

    1.4Moondawa to Bhadana ESR Q -24.36 Cum per hr Head 2Nos36.09 M

    1.5Moondawa to Khajwana & Janana ESR Q -58.91 Cum per 2Nos

    hr Head 65.6 M

    1.6Moondawa to Thirod. Kheda Akbarpura & Kadloo ESR Q - 2Nos

    71.59 Cum per hr Head 64.07 M

    1.7Moondawa to Palari Jodha & Gaju Q -40.23 Cum per hr 2NosHead 68.82 M

    1.8Moondawa to Gaguda CWR Q -306.80 Cum per hr Head 4Nos

    50 M

    1.9Moondawa to Kuchera CWR Q -949.75 Cum per hr Head 4Nos

    21 M1.10Moondawa to Sankhwas CWR Q -141.82 Cum per hr 2Nos

    Head 59 M

    1.11Kuchera P.H. to Bachchhawari, Punas & Chak Dhani. ESR 2NosQ-52.32 Cum Head 75.41 M

    1.12Kuchera P.H. to Nimbari Chandawata & Butati ESR Q- 2Nos

    53.18 Cum Head 58.84 M1.13Kuchera P.H. to Kuchera ESR Q-60.09 Cum Head 29.54 4Nos

    M

    1.14Kuchera P.H. to Mera City CWR Q-837 Cum Head 69 M 4Nos

    1.15Ren to Ren PH to ESR Q-48.18 Cum per hr. Head 2Nos

    29.55M

    1.16Ren to Nimbola Kallan & Choliyas ESR Q-26.45 Cum per 2Noshr. Head 50.21M

    1.17Ren to Datani & Dabriyani Khurd ESR Q-33.27 Cum per 2Nos

    hr. Head 52.66 M

    ACE(P),PHED,Ajmer, Page 16 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    17/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. Item Description QuantityAmount (Rs.)

    No. in lacs.1.18Sankhwas PH to Lalap, Silgoan & Mindiyard ESR Q- 2Nos

    48.86 Cum Head 66.02 1M

    1.19Sankhwas PH to Sankhwas ESR Q-30.82 Cum Head 2Nos

    28.92 M

    1.20Sankhwas PH to Hilori & Gwaloo ESR Q-35.86 Cum 2NosHead 78.91 M

    1.21Sankhwas PH to Bhadora ESR Q-26.27 Cum Head 52.70 2Nos

    M1.22Gaguda PH to Run ESR Q-42.82 Cum Head 61.43 M 2Nos

    1.23Gaguda PH to Sanani & Dhawa-Chitani ESR Q-49.50 2Nos

    Cum Head 84.83 M

    1.24Gaguda PH to Batiyon Ki dhani, Dhadhwara & Nokha 2Nos

    Chandawata ESR Q-44.64 Cum Head 83.69 M

    1.25Gaguda PH to Oladan ESR Q-16.14 Cum Head 56.02 M 2Nos

    1.26Gaguda PH to Merta Road CWR Q-215.22 Cum Head 2Nos

    27.36M

    1.27Gaguda PH to CWR Gotan Q-245.05 Cum Head 48M 2Nos

    1.28Merta Road PH to Kumpars ESR Q-25.82 Cum Head 2Nos

    46.52 M1.29Merta Road PH to Jaroda Kallan & Dhawa ESR Q-46.55 2Nos

    Cum Head 76.58 M

    1.30Merta Road PH to Gangarda & Lamba Jatan ESR Q-38.23 2Nos

    Cum Head 54.49 M

    1.31Merta Road PH toLai ESR Q-18.27 Cum Head 43.7 M 2Nos

    1.32Merta Road PH to Merta Road ESR Q-86.36 Cum Head 2Nos

    33.95 M1.33Gotan PH to Bhilawas ESR Q-14.50 Cum Head 47.71 M 2Nos

    1.34Gotan PH to Sodas & Tunkliya ESR Q-43.09 Cum Head 2Nos

    60.1 M

    1.35Gotan PH to Gotan ESR Q-72.23 Cum Head34.46 M 2Nos

    1.36Gotan PH to Harsolaw & Kadwasaron Ki dhani ESR Q- 2Nos

    51.50 Cum Head 57.26 M

    1.37Gotan PH to Rol Chandawata & Mangliyawas ESR Q- 2Nos

    46.05 Cum Head 72.85 M

    1.38Gotan PH to talanpur ESR, Q -17.73 Cum per hr, Head - 2Nos

    62.58 M2Providing, laying, jointing and testing of Ms suction header

    pipe with sluicevalve & dismantling joint, suctionmanifold

    pipe with eccentric reducer, sluice valveand dismantling

    joint (all specials of PN-1.0 ratingin suction side) and

    delivery manifold with enlarger, all motorized sluice &

    butterfly valves of rating PN-1.6 in delivery side as perdrawings and specifications given in the tender document

    includingNRV and dismantling joint, supply & installation of

    HOTcrane(5 MT at Moondawa & Kuchera and 2 MT at

    ACE(P),PHED,Ajmer, Page 17 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    18/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. Item Description QuantityAmount (Rs.)

    No. in lacs.Sankhwas, Gaguda, Gotan & Merta Road and 1 MT at Ren

    HW)at all head worksother accessories as per scope of

    work and specificationscomplete in all respect.

    2.1At Moondawa 1 Lot

    2.2At Kuchera 1 Lot

    2.3At Ren 1 Lot

    2.4At Sankhwas 1 Lot

    2.5At Gaguda 1 Lot

    2.6At Gotan 1 Lot

    2.7At Merta Road 1 Lot

    3Supply & installation of 33/0.415 KV( 2 Nos) & 33/6.6 KV,

    2 Nos power Transformerwith all equipments,GI

    structures,CT,PT,LA,PI,DOF and VCBs, Isolators, gate,

    fencing, Aluminum tube conductoretc as per the detailspecification & Construction of Switchyard the work in allrespect.

    3.1At Kuchera 1 Job

    4Supply & installation of 33/0.415 KV( 2 Nos) with all

    equipmentspower Transformer,GI structures,

    CT,PT,LA,PI,DOF, Isolatorsand VCB, gate, fencing& Al

    tube conductor in S/yetc as per drawing anddetailspecificationsforConstruction of Switchyard thework in all

    respectwith

    4.1At Moondawa 1 Job

    5Supply & installation of 33/0.415 KV (2 Nos) with all

    equipments power Transformer, GI structures, CT,LA,PI,DOF, Isolators, gate, fencing etc as perdrawing &

    detail specificationsforConstruction of Switchyard the

    work in all respect with

    5.1At Sankhwas 1 Job

    5.2At Ren 1 Job

    5.3At Gaguda. 1 Job5.4At Merta Road 1 Job

    5.5At Gotan 1 Job

    6Supply installation and commissioning of PMCC, MCC, lightingpanels, DCDB panel, switchyard control panel, APFCpaneletc

    including all respect as per specification.

    6.1At Kuchera (LT & HT both system) 1 Job6.2At Moondawa 1 Job

    6.3At Sankhwas 1 Job

    ACE(P),PHED,Ajmer, Page 18 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    19/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. Item Description QuantityAmount (Rs.)

    No. in lacs.6.4At Ren 1 Job

    6.5At Gaguda 1 Job

    6.6At Merta Road 1 Job

    6.7At Gotan. 1 Job

    7Supply ,installation & commissioning ofdewatering pump,Auxiliarypanel,Lighting loads,Actuators,Control supply for

    sensors, spare feedersincluding providing lighting distribution

    boards for all circuits (For out site and indoor lighting), supply,installation and commissioning of push buttons stations near all

    installed pumpscomplete in all respectat

    7.1At Moondawa 1 Job

    7.2At Kuchera 1 Job

    7.3At Ren 1 Job

    7.4At Sankhwas 1 Job

    7.5At Gaguda 1 Job7.6At Merta Road 1 Job

    7.7At Gotan 1 Job

    8Supply laying and commissioning power cables, control cablesand lighting cables for (6.6 KV & 0.415 KV both)all panels,

    motors, valves etc complete in all respect as per specification.

    8.1At Moondawa 1 Job

    8.2At Kuchera (LT & HT both system) 1 Job8.3At Ren 1 Job

    8.4At Sankhwas 1 Job

    8.5At Gaguda 1 Job

    8.6At Gotan 1 Job

    8.7At Merta Road 1 Job9Supply installation and commissioning of earthing system for LA,

    Transformers, GI strip (50mmX6mm) for motors and all other

    electrical equipments at all seven pumping stations

    9.1At Moondawa 1 Job

    9.2At Kuchera 1 Job

    9.3At Ren 1 Job9.4At Sankhwas 1 Job

    9.5At Gaguda 1 Job

    9.6At Merta Road 1 Job

    9.7At Gotan. 1 Job

    10All other items, accessories not specified but essentially required 1Lotto complete the work on turn-key basis.

    Total HW2

    Signature

    Name & DesignationCompany

    Date

    S. No.Item Description QuantityAmount

    (Rs.) in lacs.

    ACE(P),PHED,Ajmer, Page 19 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    20/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. No.Item Description QuantityAmount

    (Rs.) in lacs.

    HW3: Instrumentation Work1Providing & installation of Electro-Magnetic full

    bore meter with transmitter (to transmit data to IC

    panel located on a suitable point on pressure

    main/gravity main from including any boosters

    required for signal transfer) and Digital flow

    Indicator & flow Integrator. The full bore

    electromagnetic flow meter with a valve of metersize and shallbe installed on line including

    providing and fixing of specials such as bends,

    tees, pipe segments as per given scope of work

    and specifications, complete in all respect on each

    delivery manifold going out of the pump house at :1.1At Moondawa 1Job

    1.2At Kuchera 1Job

    1.3At Ren 1Job

    1.4At Sankhwas 1Job

    1.5At Gaguda 1Job

    1.6At Merta Road 1Job1.7At Gotan 1Job

    2Providing & installation of one Pressure sensors,transmitters and indicators on each deliver pipe

    headerinstalled in all thepump house (one on

    each pump)and also at common header pipe line

    for CWR Kuchera, CWR Gaguda at MoondawaHW and at Kuchera HW forCWR Merta.

    2.1At Moondawa 1Job

    2.2At Kuchera 1Job

    2.3At Ren 1Job

    2.4At Sankhwas 1Job

    2.5At Gaguda 1Job2.6At Merta Road 1Job

    2.7At Gotan. 1Job

    3Providing glycerin filled 150 mm diapressure 76Nosgauges on each delivery manifold pipe after he

    bulk meter

    4Providing and installation of one level sensor, 7Nostransmitter, LPU, cables etc. on each Clear water

    reservoir in the pump house

    5Providing Instrumentation, Automation and

    Communication control (IACC) panel with MMI to

    display, control and communicate data at followingpump houses

    5.1At Moondawa 1Job

    5.2At Kuchera 1Job

    5.3At Ren 1Job

    5.4At Sankhwas 1Job

    ACE(P),PHED,Ajmer, Page 20 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    21/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. No.Item Description QuantityAmount

    (Rs.) in lacs.5.5At Gaguda 1Job

    5.6At Merta Road 1Job

    5.7At Gotan. 1Job

    6.Providing and installation of interlinking system for 1

    integrating (connecting) the whole instrumentationsystem of package III & IV of Phase I of Nagaur

    Lift Project to master SCADA centre at Gogelaw

    Head Works and also connect / interlink to themaster SCADA center at WTP Nokha Daiya in

    Bikaner District.Job

    7All other items, accessories not specified but 1Lot

    essentially required to complete the work on turn-

    key basis.

    Total HW3

    Signature

    Name & DesignationCompany

    Date

    S. No.Item Description QuantityAmount

    (Rs.) in lacs.

    HW4: Chlorination Work

    1Providing and installation of Electro Chlorinationsystem for afeeding rate of 500gm/Hr, as per

    scope and specifications given in the tender

    document with construction of suitably sizes

    chlorination room and all safety equipments,

    complete in all respect at following places:1.1At Moondawa

    1 No

    1.2At Kuchera 1No

    1.3At Ren

    1 No1.4At Sankhwas

    1 No1.5At Gaguda

    1 No

    1.6At Merta Road

    1 No1.7At Gotan.

    1 No

    2All other items, accessories not specified but 1Lotessentially required to complete the work on turn-

    key basis.

    Total HW4

    ACE(P),PHED,Ajmer, Page 21 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    22/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. No.Item Description QuantityAmount

    (Rs.) in lacs.

    Total = A2 (HW1 TO HW4=) Carried over to A2

    summary Capital Costs

    Signature

    Name & Designation

    CompanyDate

    ACE(P),PHED,Ajmer, Page 22 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    23/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE SCHEDULE : A-3(For Construction of Reservoirs)

    S. No. Particulars Item

    Qty.Lump Sum

    Code Cost (to be

    Quoted) in

    lacs.1Construction of RCC Clear Water reservoirs at

    R1different locations and as per the stated capacity withitems requirement as given in scope of work and

    material of construction and workmanship as given in

    the tender document, complete in all respect,

    1.1At Moondawa, 7800KL

    1 No

    1.2At Kuchera, 4900 KL1 No

    1.3At Ren, 300 KL

    1 No

    1.4At Merta City,4050 KL

    1 No

    1.5At Sankhwas, 350 KL1 No

    1.6At Gaguda, 1600 KL 1 No

    1.7At Merta Road, 550 KL

    1 No

    1.8At Gotan, 650 KL

    1 No2Construction of RCC Elevated Service reservoirs at R2

    different locations and as per the stated capacity with

    items requirement as given in scope of work and

    material of construction and workmanship as given in

    the tender document, complete in all respect

    2.1Moondawa, 700KL, 20Mtr. Staging.

    2Nos2.2Thirod-300 KL, 20 Mtr. Staging.

    1 No

    2.3Roopasar, 500KL, 20 Mtr. Staging.1 No

    2.4Firod 200 KL, Staging 20 Mtr,1 No

    2.5Bhadana -350 KL, Staging 20 Mtr,1 No

    2.6 Paladi Jodha-300 KL, Staging 20 Mtr,1 No

    2.7Khead Akbarpura -300 KL, Staging 20 Mtr,1 No

    2.8Balaya -250 KL, Staging 20 Mtr,1 No

    2.9Janana -400 KL, Staging 20 Mtr,1 No

    2.10Khajwana-450 KL, Staging 20 Mtr,1 No

    2.11Kadloo -450 KL,Staging 20 Mtr,1 No

    2.12Gaju -300 KL, Staging 22 Mtr,1 No

    ACE(P),PHED,Ajmer, Page 23 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    24/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. No. Particulars Item

    Qty.Lump Sum

    Code Cost (to be

    Quoted) in

    lacs.

    2.13Sheel Gaon -350 KL, Staging 20 Mtr,1 No

    2.14Mundhiyad -200 KL, Staging 20 Mtr,

    1 No2.15Lalap -200 KL, Staging 20 Mtr,

    1 No

    2.16Gwaloo250 KL, Staging 20Mtr,

    1No2.17Sankhwas -450 KL, Staging 24 Mtr,

    1 No

    2.18Hilodi -250 KL, Staging 20 Mtr,1 No

    2.19Bhadora -400 KL, Staging 20 Mtr,1 No

    2.20Kuchera900KL, Staging 20 Mtr,2 Nos

    2.21Nimdi Chandawata-400 KL, Staging20 Mtr,1 No2.22Punas -250 KL, Staging 20 Mtr,

    1 No

    2.23Chak Dhani -250 KL, Staging 20 Mtr,1 No

    2.24Bachchhawari -250 KL, Staging 20 Mtr,1 No

    2.25Butati -350 KL, Staging 20 Mtr,1 No

    2.26Roon -600 KL, Staging 20 Mtr,1 No

    2.27Dhawa-Chitani -300 KL, Staging 20 Mtr,1 No

    2.28Senani -400 KL, Staging 20 Mtr,1 No

    2.29Bhatiyon Ki Dhani -100 KL, Staging 20 Mtr,1 No

    2.30Dhadhwara -250 KL, Staging 20 Mtr,1 No

    2.31Nokha Chandawata -300KL, Staging 20 Mtr,1 No2.32Oladan -250 KL, Staging 20 Mtr,

    1 No

    2.33Bhilawas -200 KL, Staging 15 Mtr,1 No

    2.34Sodas -200 KL, Staging 20 Mtr,1 No

    2.35Gotan -1050 KL, Staging 20 Mtr, 1 No2.36Harsolaw -550 KL, Staging 20 Mtr,

    1 No

    2.37Kadwasroh Ki Dhani. -150 KL, Staging 20 Mtr,1 No2.38Mangliyawas -400 KL, Staging 20 Mtr,

    1 No

    2.39Rol Chandawata -250 KL, Staging 20 Mtr,1 No

    2.40Talanpur -250 KL, Staging 20 Mtr,1 No

    2.41Tunkliya -400 KL, Staging 20 Mtr,1 No

    2.42Kumpras -350 KL, Staging 20 Mtr,

    1 No

    ACE(P),PHED,Ajmer, Page 24 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    25/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    S. No. Particulars Item

    Qty.Lump Sum

    Code Cost (to be

    Quoted) in

    lacs.

    2.43Dhawa 350 KL, Staging 20 Mtr,1 No

    2.44Jaroda Kallan -300 KL, Staging 20 Mtr,

    1 No2.45Gangarada -200 KL, Staging 20 Mtr,

    1 No

    2.46Lai -250 KL, Staging 20 Mtr,1 No

    2.47Lamba Jatan -350 KL, Staging 20 Mtr,1 No

    2.48Merta Road -1250 KL, Staging 20 Mtr,1 No

    2.49Choliyas -250 KL, Staging 20 Mtr,1 No

    2.50Nimbola Kalla 150 KL, Staging 20 Mtr,1 No

    2.51Ren -700 KL, Staging 20 Mtr,1 No

    2.52Dabriyan Khurd 200 KL, Staging 20 Mtr,1 No

    2.53Datani -300 KL, Staging 20 Mtr,1 No

    3Construction of Boundary wall and installation of Gate

    R3on the land acquired for the construction ofESRs asper drawing shownin tender document and as per

    the specification of material and workmanship given

    in the tender document

    3.1Construction of boundary wall (length in m plus minus M5300Mtr

    to applied)3.2Supply and installation of MS gateshavingMin

    Nos55Nos

    weight 350 Kg.

    R41Lot

    4All other items, accessories not specified butessentially required to complete the work on turn-key

    basis.

    TOTAL=A3 (R1+R2+ -----+R4) Carried over to

    summary Capital Costs

    Signature

    Name & Designation

    CompanyDate

    ACE(P),PHED,Ajmer, Page 25 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    26/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE SCHEDULE : A-4(For Tools & Tackles)

    S. No.Particulars QuantityTotal Amount

    (to be Quoted)Rs

    1Pipe wrench 10, 14 and 18 of ISI 4

    Sets

    mark2Screw Driver set 4 Nos

    3Hammer of 200gm, 450gm, 1kg, 4Sets

    5kg & 20kg weight

    4Set of Ring spanners & Fixed 4

    Sets

    spanners (covering all sizes)

    5Set of Tommy 4 Nos6Electrical driven submersible type 4 Nos

    de-watering pumps of 5 kW with 5

    meter hose pipe

    7Multi-meter (Digital)3 Nos

    TOTAL A-4

    ACE(P),PHED,Ajmer, Page 26 Signature of Tenderer with seal.

  • 8/2/2019 Schedule of Prices Volume IV

    27/27

    public Health Engineering Department Tender Document

    IGN-NAGAUR LIFT PROJECT PHASE-I(PACKAGE-III) Volume IV Price Schedules

    PRICE BREAK UP SCHEDULE: B(For O & M)

    S. DescriptionItem Cost for Basic Service Charges,

    No. Code Administration and Management,

    No Running of Office, Laboratory, Staff

    Quarters, Work Shops, Garage,

    Comprehensive Operation,

    Maintenance and RepairsincludingPreventive Maintenance, Cost of

    Lubricants, Consumables, Spare Parts

    as per Scope of Work & terms &

    conditions of contract, Amount in Rs.

    1For 1 Year defectNo Payment shall be made during this period as it is

    concurrent withDefects Liability Period

    liability year

    2For Year 1of O&MOM13For Year 2of O&MOM2

    4For Year 3of O&MOM35For Year 4of O&MOM4

    6For Year 5of O&MOM57For Year 6of O&MOM6

    8For Year 7of O&MOM79For Year 8of O&MOM8

    10For Year 9of O&MOM9

    11For Year 10of O&MOM10

    Totalfor O & M (OM1+OM3+-----

    +OM10)

    Signature

    Name & Designation

    Company

    Date

    ACE(P),PHED,Ajmer, Page 27 Signature of Tenderer with seal.