Вы находитесь на странице: 1из 23

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)

PART I
BID DOCUMENT
Tender For Horizontal Directional Drilling and PLB Pipe Laying works
TENDER No.AGMCP/ENK/100-1530/11-12/1 dtd at Ernakulam the 7 APRIL 2010
th

SL. No 1

Section No. HDD EKM 01/11

Location HDD works in various routes under the jurisdiction of Ernakulam SSA

O/o PGMT,Eranakulam Eranakulam

TABLE OF CONTENTS PART I Section Content Table of contents Sale details i ii iii
Appendix A

Page No. i ii 1-2 3 4-7 8-20

Notice Inviting Tender Bid Form Tenderers Profile Access Network Specifications

Bidders Signature
Part 1 Table of Contents Page i

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)


OFFICE OF THE ASSISISTANAT GENERAL MANAGER, O/o PGMT,ERANAKULAM.
Telephone :AGM 2378005; SDE 2378005 Fax STD code - 04842377777

Tender Schedule No : Tender Schedule for Horizontal Directional Drilling Works in Optical Fibre Cable Route Part I Name of the OFC Route : Section No :

Issued to M/s

Received Rs.563/- (Rupees Five hundred and sixty three only) towards the cost of Tender document as per the details given below: D.D.No. dated

Name of the Bank: Branch:

Bidders Signature
Part 1 Sale details Page ii

BHARAT SANCHAR NIGAM LIMITED

(A Government of India Enterprise)


OFFICE OF THE ASSISISTANAT GENERAL MANAGER, O/o PGMT,ERANAKULAM.
Telephone :AGM 2378005; SDE 2378005 Fax STD code - 04842377744

TENDER NOTICE (HORIZONTAL DIRECTIONAL DRILLING) NIT No : AGMCP/EKM/100-1530/11-12/1 dated at Ernakulam the 7th APRIL, 2011

On behalf of BSNL, sealed tenders are invited from reputed, reliable and capable contractors for the work of Horizontal Directional Drilling (HDD) and associated works, at various locations under the jurisdiction of Ernakulam SSA. The date of events is given below.
Period of sale of Tender Document Last Date & time for submission of tender Due Date for Opening of Bid Cost of Tender document

: From 07-05-2011 to 27-05-2011 (During office hours: 09:30 to 05:00 Hrs) : Up to 14.30 Hrs of 28-05-2011 : 15.00 Hrs of 28-05-2011 : Rs 563/- (direct purchase) + Rs 100/- extra if required by post

Interested tenderers may purchase the tender document from the office of Assistant General Manager,Cable Planning ,O/o PGMT,Eranakulam[Tel: 0484-2378005, 2378100/ Fax: 04842377777], by submitting the DD for the required amount drawn in favour of Accounts Officer(Cash),O/o PGMT, BSNL, Ernakulam. If tender document is required by post, additional amount of Rs 100/-, is to be included. Non-MICR DDs will not be accepted. EMD is to be submitted in the same manner. The Tender document can also be downloaded from our website http://www.bsnl.co.in also. In such case, the cost of the Tender document in the form of DD has to be furnished along with the offer, failing which, the tender will be summarily rejected. Amendments if any to the Tender document will be notified in the above website as and when they are made. It is the responsibility of the bidders to note these amendments and submit tenders accordingly. Tenderers who are downloading from the web site or purchasing the document may ensure the document is for the work they intend to quote. The work of HDD and associated works, includes the work of obtaining permissions from road, police, district authorities concerned. HDD machines deployed shall be powerful machines , capable of drilling in very Hard Laterite, sandy, water logging terrains etc. Excuses of machine problem etc. will not be entertained. Progress shall be monitored on a daily basis, and proportional progress shall be given. If proportional progress is not achieved, the tender is liable to be Bidders Signature
Section I:NIT Page 2

terminated without any notice. Contractors who are having the resources and capable of doing the work as per specifications and completing the work in the targeted time need only participate. Further information regarding the tender, venue & time of tender opening etc., can be had from the officer calling the tender or from this office on any working day between 10:00 Hrs and 16:00 Hrs, till the close of sale of tender document. The Section details are as below:
SL. No. Section No. Location HDD work in mtrs (Approx) RCC Chamber - nos (Approx) Manhole Estimated Bid Covers at Cost (in Rs) Security (in Entry/ Exit Rs) Point in nos (Approx) 55 5921000/148000/Time

HDD ENKSSA 01/11

HDD Works in various routes under the jurisdiction of Ernakulam SSA

17000

17

1YEAR

CAUTION - IMPORTANT THE INTERESTED BIDDERS ARE ADVISED NOT TO WAIT TILL THE LAST DATE EITHER FOR PURCHASE OF THE TENDER DOCUMENT OR TO SUBMIT THE TENDER AS EVEN MINOR MISTAKES DUE TO LAST MINUTE RUSH COULD MAKE YOUR TENDER INVALID. PLEASE FOLLOW THE INSTRUCTIONS CONTAINED IN THE TENDER DOCUMENT, FAILING WHICH THE TENDERS ARE LIABLE TO BE REJECTED. IN CASE OF ANY DOUBTS ABOUT FILLING THE TENDER ETC., PLEASE CONTACT THE DIVISIONAL ENGINEER CONCERNED.

http://www.bsnl.co.in Sd/SDE Cable planning for AGM CP,Ernakulam

Bidders Signature
Section I:NIT Page 2

SECTION-II
BID FORM
NIT No : AGMCP/EKM/100-1530/11-12/1 dated at Ernakulam the 7th APRIL, 2011

To, The Assistant General Manager(CP) O/o PGMT,BSNL Ernakulam.


Dear Sir, Having examined the conditions of contract and specifications including addenda No.. the receipt of which is hereby duly acknowledged, we, undersigned, offer to execute the work of Trenching and pipe laying in Section No. of .route in conformity with said drawings, conditions of contract and specifications as may be ascertained in accordance with the schedule of prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, we will execute the work in accordance with specifications, time limits & terms and conditions stipulated in the tender document. If our Bid is accepted, we shall submit the securities as per the conditions mentioned in the contract. We agree to abide by this Bid for a period of 240 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiry of that period. The contract shall be valid for a period of 1 year from the date of signing of Agreement, and the rates approved shall be firm and valid for all work orders including that for any extension of the same route or modification of the route or branching in case of spur routes that may be issued within the above period (1 year) and remain so until the completion of the work assigned under such a work order. Until a formal Agreement is prepared and executed this Bid together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement. We have enclosed DD towards Bid Security (EMD), as per the details given below.

EMD particulars

D.D.No. Name of the Bank: Branch:

dated

Dated this ...day of....(the year) Signature of Authorized Signatory. In capacity of.. Duly authorized to sign the bid for and on behalf of. Witness.. Address.. Signature..

Bidders Signature
Section II:Bid Form Page 3

SECTION-III
TENDERERS PROFILE
General : 1. 2. Name of the tenderer/firm Name of the person submitting the tender whose photograph is affixed Sri/Smt

Passport size photograph of the tenderer /authorized signatory holding power of attorney

(In case of Proprietary/partnership firms, the tender has to be signed by Proprietor/Partner only, as the case may be) 3. Address of the firm

4.

Telegraphic Address e-mail id :

5.

Telephone No. (With STD Code)

(Off) (Fax) (Res) (Mobile)

6.

Registration & Incorporation particulars of the firm : (Please attach attested copies of documents of registration/incorporation of your firm with the competent authority as required by business law) i) ii) iii) iv) Proprietorship Partnership Private Limited Public Limited

Bidders Signature
Section III: Tenderers Profile Page 4

7.

Name of the Proprietor/Partners/Directors

8.

Permanent Income Tax Number, Income Tax circle (Attach a copy of PAN card) Service Tax Registration No. EPF Registration No. VAT/ TIN Registration No, License No. issued by Labour officer

9. 10. 11. 12.

13.

Tenderers bank, its address and his current account number

14.

Infrastructural capabilities:
a)Capacity of trenching per day (In Metres)

b)Capacity of pipe laying per day (In Metres)

c)Capacity of engaging mazdoors per day

d)Particulars of vehicles available with the

tenderer : Type of Vehicle(s) Registration Number

Bidders Signature
Section III: Tenderers Profile Page 5

e)Particulars of other machines possessed by the contractor which can help in trenching, pipe

laying:

15.

Details of Technical and Supervisory Staff :

CERTIFICATE (FOR NEAR RELATIVES IN BSNL) I. S/o....hereby certify that none of my relative(s) as defined in the Tender document is/are employed in BSNL unit as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any prior intimation to me. I/We hereby declare that the information furnished above is true and correct. Place : Signature of tenderer/Authorized Signatory

Date :

Name of the Tenderer

Seal of the Tenderer

Bidders Signature
Section III: Tenderers Profile Page 6

CERTIFICATE (FOR DOWNLOADING OF TENDER DOCUMENT FROM WEB SITE) I.(authorized signatory) hereby declare that the tender document submitted has been downloaded from the website http://www.bsnl.co.in and no addition / deletion / correction has been made in the proforma downloaded. I also declare that I have enclosed a DD for Rs.towards the cost of tender document along with the EMD. Place : Signature of tenderer/Authorized Signatory

Date :

Name of the Tenderer

Seal of the Tenderer

DECLARATION (FOR EPF & Misc provisions Act 1952) I --------------------------------------------(name of the contractor/agency) hereby declare compliance towards conditions of the EPF and Misc provisions Act 1952 and authorize BSNL to recover any payment that arises due to failure to comply with any of the Labour legislations and statutory conditions viz., Labour, EPF,ESI etc., or any other acts dealing with the same and all other acts mentioned in the tender document. Place : Signature of tenderer/Authorized Signatory

Date :

Name of the Tenderer

Seal of the Tenderer

Bidders Signature
Section III: Tenderers Profile Page 7

APPENDIX A (to Part I) ACCESS NETWORK SPECIFICATION


All construction and installation shall be performed in thorough and workman like manner in accordance with approved standards and shall be subject to inspection and testing during construction and also final acceptance testing before take over by BSNL. The Pipe laying for Access Network is similar to that for long distance, except for having multiple pipes, and some changes in laying/ protection; higher dimensions of protection pipes etc., The terms and specifications given here supplement that given in Part II of the tender. A.1 i. ii BRIEF DESCRIPTION OF WORK Obtain way leave permission in the most cost effective manner, within the time allotted. The work which shall be carried out as per Construction Specification contained in Part II of the Tender. The work shall involve Conventional Trenching and Reinstatement (CTR); Horizontal Directional Drilling (HDD); Related Allied Works (RAW). The various works can be summarised as below. The construction specification given below covers Conventional trenching and reinstatement and allied works. The specification for Horizontal directional drilling is specified in subsequent clauses. Open trenching at 165 cm depth & width of 48 cms at top and 40 cms at bottom. The width of trench can be more if required to lay the requisite number of pipes. However no additional payment will be made for the extra width. Permanently lubricated HDPE pipes (PLB pipes) will be supplied by BSNL in coils of varying lengths from 200 meter onwards. Spools should be decoiled using jack mechanism and bends removed by proper forming so that the pipes are straight. This will be part of contractors works and no extra payment will be paid . In addition to the laying of PLB pipes, there may be cases where PVC pipes of straight lengths may have also to be provided. The pipes will be laid in a bunched form or layered structure as per the decision of Engineerin-charge. Wherever necessary, the pipes should be laid in the trench in layered structure (nest formation) using spacers at intervals of 5 mts, as per the instructions of the site-in charge. In case of the layered structure, the nest formation will normally be (a) 4 pipes X 2 layers of 40 mm pipes or (b)3 pipes x 2 layers of 40 mm pipes or (c) 5 pipes x 2 layers (5 X 2) of 40 mm over which two pipes of 75 mm pipe will be laid . The number of pipes to be laid and the structure to be followed could change as per the requirement of BSNL and this will be in the scope of the contract. In between every layer, 5 cm of soil should be laid to provide cushion. The position of the pipes in the spacers once designated at the beginning of the trench should be followed till the end of duct. i.e., no crisscrossing of pipes in the layered structure is allowed unless a transition is required where the layered structure cannot be maintained like bridges, culverts etc., This transition will be done only with the concurrence of Engineer-in-charge.

iii

iv

vi

15 cm of soil should be refilled on the top layer of duct over which the cuddapah slab / RCC slabs should be laid through out the trench. However additional protective pipes GI / RCC or cement concreting, should be used in case of less than nominal depth as per the spec .

Bidders Signature
Appendix A to Part I : Page 8

Where trench depth is between 120 cm to 90 cm, additional protection will be by way of cement concrete 1:2:4 with 6mm jelly, 10cm thick on 3 sides except bottom, with wire mesh as specified in Part II or it can be C type RCC slab. When trench depth is less than 90 cm, protection by GI pipe will be provided which will be embedded in 1:2:4 concrete. vii Chambering or concreting around the PLB pipes / GI pipes as additional protection on bridges, culverts and also stretches wherever required as decided by the Engineer-incharge. Reinstatement of the excavated trench with proper compaction with sand filling as required by the local agencies including removal of excess mud. Asphalting is to be done where required as per the specification of the road authorities. Fixing of MS clamps for suspending GI pipes/ troughs at culverts and bridges, if necessary. Construction of concrete chambers and manholes. Duct integrity Test : Testing of the pipe before and after laying for holding of pressure, detection of air leak etc., Offering the completed work for acceptance testing for depth, quality, air leakage & all aspects of the constructions. Preparation of 3 dimensional offset diagram showing depth, offset from Center line,edge of road, road boundary with cross- sectional views, details of all important buildings, landmarks etc., shall be incorporated.

viii

ix x xi

xii

xiii

xiv

While trenching, the contractor shall not cause damage to any underground installations. A minimum free clearance of 15 cms shall be maintained from any existing underground installations. Contractor shall be responsible for care and protection of existing services. If the services are damaged during excavation or subsequent works, contractor shall pay the damages claimed by the concerned authority, otherwise, the same shall be deducted from bills of contractor and paid to authorities concerned. In the limits of built up area along the highways and across, the contractor shall ensure no damage is caused to any underground or surface installation belonging to other public utility services and / or private parties.

xv

The Contractor shall provide adequate precautionary measures to prevent caving in of the trenches while excavation, due to soil condition. At such location width of the trenches shall be kept sufficiently wide or necessary shuttering / propping shall be provided for the trenches, without any extra payment.

xvi

In order to prevent damage to PLB pipe over a period of time, due to the growth of trees, roots, bushes, etc., the contractor shall cut them if encountered in the path of alignment of trench without any additional charges.

xvii

Horizontal Directional Drilling (HDD): Wherever the trench has to be taken in major roads,

Bidders Signature
Appendix A to Part I : Page 9

where, the local authorities insist for laying pipes, without conventional trenching, this method has to be adopted to. The work involves preparation of pit and making arrangement for horizontal boring, Horizontal boring at a maximum diameter of 25 cm along and/or across the road/rail/canal at a nominal depth of 300cm, Inserting multiple PLB HDPE pipes through the bore holes, and, Reinstatement of the pit taken for boring the hole. A.2 I PERMISSION TO BE OBTAINED BY THE CONTRACTOR: The approved bidder shall obtain way leave permission (right of way) from the concerned road authorities, including permission for working from police / District authorities. This will include the works of preparing the requisition for permission along with the necessary drawings as required by the highway authorities, get the same duly signed by the Divisional Engineer (Projects) in charge of the work, and submit the same to the road authorities. They shall peruse the case on a continuous basis and get the permission in the shortest time. The rate quoted for trenching/ HDD shall also include the charges for undertaking the work to get permission. No separate rates will be applicable for getting permission. The permission shall be obtained within the time specified in the Part II and delay beyond the time allotted for the work, will invite penalty as mentioned in Part II of the document. Further the permission shall be obtained as per standard rates and for standard width for each pit/ chamber location and as per actual berm/ BT. The permission should be obtained in the most cost effective method for BSNL. The permission shall be applied under the supervision of the SDE-in-charge, and after satisfaction of the DE-in charge .

ii

iii The restoration charges shall be payable to the highways directly by BSNL on obtaining the estimate along with written permission; provided a) the rates are as per standard rates of the respective agency; b) the BT/ Berm claimed are not more than the actuals. A.3 Payment shall be a. 75% of running bills shall be paid for the work completed if RCC chambers, Manhole covers and DIT is completed for the stretch. b. 90% will be paid after completion of all associated works and cable blowing. c. Balance in the final bill. LAYING OF PLB PIPES After the trench is excavated to the specified depth, the bottom of the trench has to be cleared of all stones and pieces of rock, which may damage ducts and leveled up properly to maintain a proper gradient. In case the gradient cannot be maintained, the decision of Engineer-in-charge shall be final. A layer of ordinary soil of not less than 5 cm is to be used for leveling the trench to ensure that the PLB pipe when laid will follow a straight alignment and the same are not subjected to any damage or strain. The ducts shall be laid to a depth so that the distance from the top of the upper most duct pipe to the finished ground / road surface will be at least 1.3 m below the carriage way, unless otherwise specified. Nest formation of the duct shall be maintained by the use of spacers at every 5.0m interval. If the duct formation has to be re-arranged due to obstructions, the re- arrangement of formation shall be made in such a way that the pipes are to be bent minimum, nothing extra shall be payable on this account. The ducts so formed should be laid straight without any undulations. In case of curves, the bending radius shall not be less than 2m for 75mm pipes

A.4 I

ii

iii

Bidders Signature
Appendix A to Part I : Page 10

and 1m for 40 mm pipes. A.5 SAND FILLING Sand filling is to be done to the specified width and depth (30 cm x 20 cm) . The rate for sand filling shall be quoted per cu. Mtr. Decision w.r.t sand filling for stretches in a section, or for the entire section will be decided at the time of execution based on the condition of the terrain, and as per instructions of the road authorities if any. Decision w.r.t sand filling is at the discretion of the Engineer-in-charge. In case Engineer-in- charge decides that sand filling is not required the same shall not be done, and in case it is decided that sand filling is required the quantum of sand filling will be as perthe decision of Engineer in charge. However normal quantum of sand filling will be 30cm width x 20 cm depth surrounding the PLB pipes laid, (exclude volume of PLB pipes in calculation) . In case additional sand has to be filled, if insisted by the road authorities/ engineer in charge, the contractor is bound to do the sand filling at approved rates. When no sand filling is done, the amount payable shall be excluding the rate for sand filling. If sand filling is done, payment towards sand filling shall be as per the actual quantity filled. A.6 MANHOLES Manholes shall be constructed if desired by BSNL. The manholes shall be provided at intervals varying from 200 m to 1000m. NOTE : All iron items MS angles, channel, sheet, rods etc., which remain exposed after construction, shall be hot dipped galvanized as per IS specifications for CC/RCC/ Prefab chambers including the inside of angles where the slabs rest. I Manholes and Joint Chambers will be provided at intervals of about 200 metres for cable blowing and also for access points. The chambers will normally be provided in the footpath. However if required the same has to be provided in the road. Therefore two types of chambers are envisaged. a) CC Chambers : This walls will be built up of solid CC blocks. The top will be covered with removable CC slabs. This type of chamber will be used when manholes are provided in footpath b) RCC Chambers :Here the wall will be made by RCC cast at site. The roof will also be heavy duty RCC slabs. The duct and manhole construction is to be proceeded and completed together in a particular stretch. Manhole concreting / construction can be achieved independent of the laying of duct. Manholes chambers of nominal internal dimension 1.6m x 1 m x 1.65 m (lxbxd) shall be provided for the PLB pipes at an average interval of 200 metres or as instructed by the Site Engineer, while laying the PLB pipes. In a similar manner, manholes chamber may also be kept at the bends that the pipe line may take, approaches to the bridges, road crossings, etc., as instructed by the Site Engineer. The location of the manhole chamber and the length for which the PLB pipes are to be laid continuously will be decided by Site Engineer. Specification for RCC Chambers Manhole/ Joint chambers, due to constraints of the location, may have to be constructed on the road. In such cases, they should be constructed using RCC as specified below. These may also be required at critical places where caving in due to the soil condition is possible and such location where RCC construction is required will be decided by the Engineer-incharge. The general construction practice & dimensions will be as for the CC chamber given earlier. The wall, roof and floor thickness will be 15 cm, and the drawings for manhole may be referred for reinforcement details.

II

A.7 I

Bidders Signature
Appendix A to Part I : Page 14

NOTE : All iron items MS angles, channel, sheet, rods etc., which remain exposed after construction, shall be hot dipped galvanized as per IS specifications. II The Manhole chamber with the said measurement should be constructed using reinforced cement concrete (RCC) casting. The top of the manhole should be covered with RCC roof with provision for two openings with cover. The RCC slabs so covered should be flush with the level of the adjacent ground, footpath etc., All chambers shall be provided with a sump of size 300 x 300 x 300 mm (depth)placed at center of manhole / hand hole. After excavation, bottom of the pit shall be leveled and shall be free from stones and other objects and obstructions. Necessary space shall be prepared to accommodate sump. 75mm cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) shall be laid in level as a base course. Over this 10 cm RCC with 1: 1 : 3 mix shall be laid with 6 mm rod and 10x 10 cm grid. Curing of concrete: After the concrete hardens, it shall be protected from quick drying with moist gunny bags, sand or any other materials approved by Engineer-in-charge. The curing shall be done for a minimum period of 5 days or as determined by the Engineer - in - charge. Finishing chambers/ pedestal : The internal faces of roof, walls and neck of chamber and exposed areas of pedestals shall be finished smooth with cement mortar 1:3 (1 cement : 3 coarse sand) finished smooth with a floating coat of neat cement. Finishing of outer surface of chambers : Finishing of outer face of the chamber shall be done with 12 mm thick cement plaster 1:3 (1 Cement : 3 fine sand). Finishing of floor of chambers : The floor of manhole / hand hole including sump shall be finished with 40 mm thick (av) cement concrete flooring by providing adequate slope. Fixtures pulling - in eyelet : It shall be secured to the reinforcement bar in the manhole floor and embedded in such way that a pulling force of 3 Tones can be withstood. An eyelet shall always be provided for each duct nest assembly and placed in the center line of the duct at the opposite corner or rear corner in the base of the manhole / handhole. Ladder hook: The ladder hook shall be secured to reinforcement bar in the manhole roof / collar. The direction of ladder hook should be such that it allows the vision of incoming traffic immediately to the person coming out of the manhole using the ladder fixed to it. Holding bolts for pedestals: These shall be fixed during casting of pedestals. To maintain their position, templates shall be used after obtaining their approval from Engineer-in-charge. Covering plate for pedestal hole : The pedestal hole shall be covered with an SFRC cover plate 10mm thick carrying suitable holes to fit in the location of pedestal bolts. The pedestal plate shall be fixed in position with nuts of appropriate size and the number around the bolt shall be sealed with plaster of pares for easy retrieval of the nuts at the time of opening. Termination of ducts in the joint / manhole chambers : Concrete or mortar will not bond well with PLB duct forever. It is, therefore, advisable not to embed the PLB pipes directly into the

III iv

vi

vii

viii

ix

xi

xii

xiii

Bidders Signature
Appendix A to Part I : Page 14

manhole walls. For this purpose, a sand end of the pipe to be terminated using solvent cement. The surface is made rough by means of smooth file. Then a thin coat of solvent cement, is applied all over about 15 minutes. When the wall is concreted the sand faced socket comes in contact with the concrete andtherefore, a water tight sealing is obtained at the termination joint of manholes. xiv Vertical Racking : The arrangement for fixing channels can be done by providing and fixing holding bolts during concreting by providing and fixing stainless steel expander bolt assembly by drilling only. The expander bolt assembly shall be able to withstand a load of 500 Kg. The vertical racking shall be fixed with horizontal separation as specified by Engineer-in-charge. Arrangement or fixing horizontal racking to the vertical racking with welding or with nuts and bolts or both shall be done as per the direction of Engineer-in-charge. Galvanized vertical channels shall be made from MS Channel ISMC 75 as per drawing. For fixing racking suitable holes shall be made in web of the channel. To allow vertical fixing of cable bearers, holes shall be made at intervals in flanges (both sides). Tie bolts for fixing the racking shall be designed to withstand a load of 500 Kg Frame and cover assembly: The frame for the cover shall be fixed as per standard drawings. The top level of frame shall be flush with road level or footpath level as the case may be. The RCC collar top 20 cm of the chamber shall be with double reinforcement as per the diagram. Locking Arrangement For Manholes : It shall be fixed below the opening of manhole cover and frame. The angle iron shall be properly fixed in the walls. Alternatively, if fixed to the ceiling, the fixing arrangement shall be able to withstand its self load in addition to load of 250 kg on grill arrangement. The locking arrangement shall be provided as directed by the Engineer-in-charge. M.S. channel shall be embedded and fixed to manhole walls at least 75mm inside without causing damaged to the reinforcement. The arrangement shall be fixed just below top slab of manholes as per directions of Engineer-in-charge. Loading : The manhole cover and frame shall be able to withstand heavy duty grade of loading conforming to relevant IS Code, square type and shall be galvanized according to ISO : 1460 R & R 1461 or IS4736 1968 unless otherwise specified. Manufacture : Manhole cover and frame shall be MS Galvanized. Channels for cover and frames shall be folded with MS Galvanized sheet as per direction of the Engineer- in-charge. The inner cover shall be filled with cement concrete 1:1:2 (1 Cement : 1 coarse sand : 2 graded stone aggregated of 12.5 mm nominal size). The inner cover consists of three blocks in each cover placed in the size of square of 1150mm outer frame. Key Holes And Key : Suitable keyholes or / and lifting arrangements shall be provided in manhole cover to facilitate proper handling. Marking : Each manhole cover and frame shall have a permanent marking sunk cast on them providing following information. Year of manufacture. Figure of BSNL emblem. Sump : It shall be located at center of manhole or at location decided by the Engineer- incharge. The space shall be made in the floor so that sump cover properly rests on it and does not rock. Sump cover assembly shall be fixed on the sump chamber. It shall be flush with the floor level. The sump shall be covered with galvanized G.I Grating of size 330 x 330 mm (having weight not less than 10 Kg. each without frame) of standard pattern and as per direction of Engineer-in-charge.

. xv

xvi

xvii

xviii

xix

xx

xxi

Bidders Signature
Appendix A to Part I : Page 14

A.8 I

SPECIFICATION FOR CONCRETING The nominal dimension of concreting shall be instructed by Site Engineer during the execution of work. Depending on the situation at site and number of the pipes to be laid / used, the cross sectional dimension may vary to ensure proper protection to the pipes as well as uniformity with any existing structure base on which the GI pipes / GI troughs are placed as demanded by the road authorities. At both the ends of the Bridges / Culverts were the GI pipes / Troughs slope down and get buried, the concreting shall be carried out to ensure that no portion of GI Pipe / Trough is exposed and further down as required by the site Engineer to protect the Pipe / Trough from any possible damage externally caused. Any damages caused to the existing structure such as Foot path or base of the parapet or Kerb wall on which GI pipes / Troughs are placed shall be repaired and original condition restored to the satisfaction of Road Authorities. The Contractor shall provide all the material required for the cement concreting work at the site. Cement Concrete Mixture used shall be of 1:2:4 composition i.e. 1 Cement, 2. Coarse Sand , 4. graded Coarse Stone aggregate of 20 mm nominal size. Smooth finishing of exposed surface shall be done with a mixture of 1:3 i.e. 1. Cement 3. Fine Sand. Portions where cement concreting have been done shall be cured with sufficient amount of water for reasonable time to harden the surface. After curing, refilling of the balance depth of the trench has to be done with excavated soil. It may be noted that no extra payment is admissible for arranging material, labour, tools and machine while carrying out the work. STORES : PLB / GI / RCC / Collars / end caps / Rope and other materials shall be collected by the Contractor from the store dumps of BSNL. The basic rate quoted for the purpose of tender shall therefore take care of all expenses incidental to loading, transportation, unloading and distribution at site of all materials.

ii

iii

iv

v.

A.9

A.10 I

STORES TO BE PROCURED BY THE CONTRACTOR All items except PLB pipes and related accessories will be procured by the contractor. The items to be procured by the contractor will include the following : a) River Sand b) Construction material steel, cement, jelly, sand etc., for Manholes and concreting works c) Warning boards, warning tape, warning cones, flags, signals,barricades, electric warning lamps, and bands. d) Jacks, uncoiling mechanism. Etc., All materials for use shall be new and duly tested as per approved standards and shall comply the material specifications. Where no spec is specified, it shall conform to BIS/ ISI / CPWD standards. Construction of chambers (manhole) should be done as per the specification at places as

ii

iii

Bidders Signature
Appendix A to Part I : Page 14

Tender for HDD works Part 1


instructed by the Site Engineer. The cost shall be paid at, with count on basic unit. In case dimensional variation is required due to site condition, the payment will be proportional to the volume of material used for chamber (outer volume inner volume). iv The stores procured by the contractor will be tested for meeting standards prescribed and only such material which meets the standards will be accepted and allowed to be utilized. This does not absolve the contractor from his responsibility to replace and redo the work in case of failure of the construction during 1 year from date of completion of construction. SPECIFICATION FOR STONE AGGREGATES, COARSE SAND, FINE SAND Stone aggregate : Stone aggregate to be used in the work shall be hard broken stone and shall be conform to CPWD specification 1996 volume II. Coarse sand : Coarse sand to be used shall conform to CPWD specifications 1996,Volume II. Fine sand : Fine sand for finishing to be used in the work shall conform to CPWD specifications 1996 volume II Note : Where only one variety of sand is available, the sand will be sieved for use in finishing work as directed by the Engineer-in-charge in order to obtain smooth surface and nothing extra will be paid on this account. SPACERS : The spacers shall be 2 way, 4 way or 5 way suitable for 40 mm and 70 mm as required. These shall be made of ABS thermos plastic material, in any shade other than black as approved by Engineer-in-charge. Spacers shall be dimensionally stable and withstand extreme weather conditions/temperature variations and shall not break on twisting. Spacers shall give snug fitting to the pipes. They shall ensure 20mm gap between the pipes. The spacers shall be 2.5 cm thick and as per the drawing with a tolerance of +5%. Length shall be as per number of duct ways. The spacers shall be placed at 5 mt intervals. WORK SPECIFICATIONS TRENCHLESS /Horizontal directional drilling All the specifications mentioned in the Open Trench will hold good unless otherwise specifically mentioned. The specification given here under is only for laying PLB pipes by No Dig also called as TRENCHLESS /Horizontal directional drilling method using Trench less Technology. Description of work : The work involves laying PLB duct using No Dig method with Trench less Technology. The trench less method is to be used for laying PLB duct at road/rail/canal crossings, low road margins, and also laying along road, at different places with varying lengths . This method has also to be adopted where the Local and Highways authorities insist for the trench less method. Underground Services: Ground Penetrating Radar Survey shall be done by the contractor to identify and prevent damage to Telephone Cables and other underground services. The contractor will be responsible for all damages to the underground utilities and the compensation claimed by the service provider should be paid by the contractor failing which the same will be adjusted against any amounts due to the contractor including running/ final bills of this work. The contractor should collect all available information regarding underground services and take necessary care to protect them.He should also have sufficient arrangements to identify and protect such underground services.

A.11 I

ii iii

A.12

A.13 I

ii

iii

iv

Bidders Signature
Appendix A to Part I : Page 15

Tender for HDD works Part 1

The contractor shall carry out Ground Penetrating radar survey along the proposed cable route at his own cost to identify the underground services and for setting out the rules as directed by Construction Officer. The contractor shall prepare a route map to and plot the existing utilities and set the route for horizontal drilling. The contractor shall take necessary insurance of atleast for Rs. 1 crore (Rs. 1crore per occasion liability), for payment of compensation in case of any damages. The contractor is liable to pay damages to all third party damages whether these damages are as a direct consequence to the work or indirect consequence. The damages shall also be payable to BSNL in case of damages to BSNL property like cables, concrete ducts, pipes etc.,

vi

A.14 I

PLB DUCT LAYING STANDARDS - HDD: Horizontal Boring and Insertion of PLB pipes: Horizontal Boring and Inserting PLB Pipe along road and under railway/road/canals/streams crossing in all type of soil, at prescribed depth, including all civil works. Supply of all tested lifting tools and tackles & other required equipment and consumable, labour etc., and making all such necessary arrangements will be the contractors responsibility. Total job has to be completed within time schedule mentioned in work order. In this system of pipe laying, following job specifications should be maintained: a) Guided boring/drilling technology is to be used b) Radio of any other detection system should be used for avoiding damage to existing underground utilities c) The depth of boring should be such as to clear any underground utilities/ obstacles. However, in no case the depth of boring be less than 2.5 m, from the road surface d) At the launching point, launching pit with depth of at least 2.0 mtr should be taken and the boring should be launched at minimum 1.65 mtr depth. The trench should be taken upto a minimum horizontal distance of 300 mtr. e) In Horizontal and Vertical boring, the system should be capable of going up to 10 meter below the ground level f)In a shift of 8 hours at least 300 meters of drilling longitudinal or 3 to 4 road crossings should be possible g)As far as possible pipe should be laid in drum length and cutting of pipe should be avoided while laying along road

ii

iii

The HDD location (entry and exit points of bore) marking shall be given by the site engineer. The contractor has to remove the interlocking blocks, foot path stones and / or the foot path dividers (iron railings) in order to keep the HDD M/s. At the entry and exit points , pits have to be taken to a depth of at least 2.0 m. As per the marking of the site engineer, the boring shall be done. After the bore reaches the exit point on the remote pit, the site engineer, shall record in M.Book, the depths enroute, every 5 metres and the alignment (offset). If the site engineer is satisfied with the depth, the pipes are inserted and the bore is pulled back. The pipes are supplied in the coil form and they should be decoiled and laid parallel on the ground. The pipes should be properly formed so that there is no coiling tendency for the pipes. The number of pipes to be laid will be instructed by the site engineer, and shall be

Bidders Signature
Appendix A to Part I : Page 16

Tender for HDD works Part 1


bundled and tied every 2 meters with a tie. The pipes shall be brought above surface in the entry pit and end plugs are fixed tightly. In the exit pit, the excess pipe is cut and the end plugs are tightly fixed. In case duct laying is completed on the other side, these pipes shall be connected to the existing ducts through couplers. The coupling at all HDD pits, shall be done with the pipes in horizontal level and not at an angle, for which necessary trench required shall be taken, and the pipes couples at sufficient depth. After the boring work is completed, the pit shall be closed and the foot path shall be restored to original form. The bore size should be sufficient to take upto 4+2 pipes. iv At the time of completion of work, the records of actual depths of cable at which it is being laid is to be transferred to the Engineer - in charge along with other necessary documents and drawing. The record of depth should be given at the interval of 5 meters. QUALITY The quality of items that are to be supplied shall be consistently of the highest quality, and as per specifications. This clause along with the clause Time is the essence of this contract is of prime importance, and any lapse on either of the clauses will imply immediate termination, blacklisting and invoking of other penalty clauses. The material supplied should be made as per specifications, and consistent quality should be maintained throughout the period of supply. Failure to maintain quality will invoke stringent penalty clauses, including rejection of material, termination and forfeiture of EMD and SD, and blacklisting from future tenders. To ensure quality, quality evaluation will be a continuous process. W.r.t RCC items, the items shall be put up for inspection at least 1 month before the actual utilisation. BSNL officers may be present to verify reinforcement material used and concrete mix and curing. Samples of cement, metal, sand, concrete will be collected and sent for analysis. Sample concrete cube of size 15 cm/ as specified by standards, will be tested for strength along with strength of item manufactured. Firm name, lot no, etc., will have to be embedded/ marked on the items. Random samples form each lot of material supplied will also be tested, and in case of failure to meet the specifications, the entire lot is liable to be rejected. Testing will also be done during use in the field, and sample test may be done after deployment in the network. W.r.t items other than RCC, quality evaluation will be done to ascertain the material supplied is as per the specifications. Conditions of penalty as applicable will be imposed. W.r.t RCC items, if the purchaser desires that the items be made at the store godown or any other place, for better quality monitoring, the tenderer is bound to manufacture the items at the desired location. However, the contractor will make necessary arrangement for water, power etc., at his own cost.

A.15

Bidders Signature
Appendix A to Part I : Page 17

Tender for HDD works Part 1


No scrap or rusted iron etc., shall be used in the manufacture of these items. A.16 SPECIFICATIONS : RCC MANHOLE COVERS NOTE : The RCC manhole covers are to be provided at every entry and exit pit of HDD. If the number of manhole covers exceed 8 per Km, the cost of additional manhole covers (above 8) will be provided by the contractor at his own cost. This is to ensure a minimum shot length of at least 125mtr. a) RCC manhole covers consists of two parts (i) GI angle frame (ii) RCC manhole cover slabs. b) GI angle frame shall be made of mild steel 90 x 90 x 8 mm to the dimensions as per the drawing. Vertical and Horizontal clamps as per the drawing should be provided. All joint shall be welded. The mild steel frame shall be hot dipped galvanized as per IS standards. C) RCC manhole cover slabs shall be made as per the drawing. A mild steel C channel frame shall be made in which the reinforcement as per the details welded. Cement concrete of 1:1.5:3 shall be used (1 cement, 1.5 coarse sand, 3 Grade stone of 12.5 mm size) for concreting. Lifting mechanism can be of two types. (a) GI pipe and hook arrangement or (b) Flattened C type handle . Lifting mechanism shall be provided as per the requirement which will be indicated in the purchase order. d) Reinforced cement concrete slabs along with the GI frame shall be embedded on the road surface at places where manholes / trench have been taken. The strength should confirm to heavy duty, as vehicles will be passing over the same. e) All the materials used should be capable of withstanding the effect of water, mud chemical & corrosive effects of the soil and atmosphere. & other

f)The materials used shall be of the best quality of several kinds procurable. The materials used should comply with the requirements given in IS spec. g) Mild steel bars used for the work shall be of specified quality mentioned in the h) Sand used shall be of fine quality, river sand. i)Cement concrete proportion should be 1:1.5:3 (1 cement : 1.5 sand : 3 Jelly of 12.5 mm size). Cement used should be rapid hardening Portland cement. Concrete shall be mixed in a mechanical mixer, and the mixing shall be continued until there is a uniform distribution of the materials and the mass is uniform in colour and consistency. Water cement ratio shall be less than 0.5 .The concrete shall be consolidated by with vibrations. The concrete slabs shall be straight and free from cracks. The outside surfaces shall be smooth, dense and hard. For better bond, inner surface of the collar may be finished rough. k) Slabs manufactured in compliance with this standard shall be water cured for a period of not less than 2 weeks in case of slabs made from ordinary Portland cement, and not less than 1 week in case of pipes made from rapid hardening portland cement. Curing should be carried out by immersing the slabs completely in water tank. l)Tests: All slabs and frames for testing purposes shall be selected at random from the stock. IS.

Bidders Signature
Appendix A to Part I : Page 18

Tender for HDD works Part 1


The manufacturer shall supply, when required to do so by the purchaser or his representative, the results of compressive tests of concrete cubes and split tensile tests of concrete cylinders made from the concrete used for the slabs. A break test should be conducted after the curing of the item, and before acceptance of the same. When the item is dropped from a height of five feet, it should not break and should not develop any cracks. Other tests as mentions in the IS will be carried out. m) Quality should be consistently of the highest quality, and supply of poor quality material will lead BSNL to reject the material, and summarily terminate the contract without further notice. The C-channel welded should be shown to the Divisional Engineer or his representative, and concrete mixing and concreting should be done in front of the Divisional Engineer or his representative if so desired. n) The following information should be clearly marked on each pipe. i) Name of manufacturer & his registered trade mark, ii) Date of manufacture iii) BSNL Southern Telecom Project Circle - Kerala. o) Compressive strength tests shall be conducted on 15 cm cubes in accordance relevant requirements of IS. with the

p) The manufacturer shall give a certificate indicating the quantity of cement in the concrete mix. q) The drawings may be referred for reinforcement details etc., r) Payment shall be made as per the actual quantity supplied after deducting IT, levies, SD etc., as envisaged in the tender. other

s) Warranty : Items should be warranted for a period of 2 years from the date of installation. Any items damaged or broken will be replaced by the contractor during the period of warranty free of cost, failing which the EMD/SD/performance bank guarantee will be forfeited to BSNL. A.17 SPECIFICATIONS : FIXING OF MANHOLE FRAME AND SLABS a) The manhole frame as per the dimensions above shall be fixed at places where test pit for horizontal drilling has been taken, where open trenching is taken etc., as per the directions of Engineer-in-charge. b) The frame shall be placed on the surface and marking done. The road surface shall be chipped to the required depth, and the GI frame fixed after casting cement concrete (1:1.5:3) to a depth of 20 cm and width of 15 cm. Rapid hardening Portland cement shall only be used. The GI frame may be required to be projected above the road for a height of 5 to 15 cm (approx) as per the requirement of road authorities. c) The top 90 cms of mud from the road surface should be removed from the pit and the pit should be consolidated by ramming and then excavated mud shall be filled for 30 cm in layers of 10 cm and properly rammed with water. After consolidation the top 60 cm shall be filled with river sand . The dimensions of the pit will be approx. 1mt x 1.5 mt x 0.90 mt.) After proper consolidation, the RCC slabs supplied should be fixed thoroughly and evenly.

Bidders Signature
Appendix A to Part I : Page 20

Tender for HDD works Part 1


e) The distance from the outer GI frame to the road surface will be concreted with proper slope using concrete of 1:1.5:3 and plastered neatly. The structure shall be cured for a minimum period of 7 days. f)Cement concrete proportion should be 1:1.5:3 (1 cement : 1.5 sand : 3 Jelly of 12.5 mm size). Cement used should be rapid hardening Portland cement. Concrete shall be mixed in a mechanical mixer, and the mixing shall becontinued until there is a uniform distribution of the materials and the mass is uniform in colour and consistency. Water cement ratio shall be less than 0.5.The concrete shall be consolidated by with vibrations. g) While doing the work and for the period curing is done, the sides should be and warning lights/ flags should be provided. barricaded

h) Payment shall be made as per the actual quantity of work done after deducting IT, other levies, SD etc., as envisaged in the tender. W.r.t concrete, sand filling payment will be in proportion to the actual measurements. i)In case the terrain is sandy, some / full portion will have to be filled and consolidate with existing sand, in which case no payment toward sand filling will be given. In case sand is bought, then only payment is applicable. Decision of Engineer in charge will be final. j)Warranty : Work done should be warranted for a period of 2 years from the date of installation. Any damage or substandard work will have to be redone by the contractor during the period of warranty free of cost, failing which the EMD/SD/performance bank guarantee will be forfeited to BSNL.

Bidders Signature
Appendix A to Part I : Page 20

Вам также может понравиться