Vol II
Vol II
19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
GOVERNMENT OF RAJASTHAN
PUBLIC HEALTH ENGINEERING DEPARTMENT (RAJASTHAN)
VOLUME - II
(SCOPE OF WORK AND TECHNICAL SPECIFICATIONS)
1
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
2
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Package-3A:(Cluster Pkg. for Villages of Jaisalmer Distt. From Biliya to Falsund offtakes)
This package covers only the distribution network of water supply for 106 villages of the
District Jaisalmer from different offtake points of the infra gravity main.
Package-3B: (Cluster Pkg. for Villages of Jaisalmer Distt. From Ajasar and Biliya offtakes)
This package covers only the distribution network of water supply for 71 villages of the
District Jaisalmer from different offtake points of the infra pumping main laid in
package SPR-01 as above. This work was completed in July 2019. Water supply to
villages is being done at present and the package is under O&M for 10 years.
3
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Package-4A: (Cluster Pkg. for Villages of Barmer Distt. From Bhikorai to Santra Bhakri
offtakes)
This package covers only the distribution network of water supply for 234 villages of the
District Barmer from different offtake points of the infra gravity main laid in package 2A
above. Work order issued to M/s L&T on 24.08.2012. This work was completed in 31-
10-19. Water supply to 234 villages is being done at present and the package is under
O&M for 10 years.
Package-4B: (Cluster Pkg. for Villages of Barmer Distt. from Santra Bhakri to Siwana
Samdari offtakes)
This package covers only the distribution network of water supply for 152 villages of the
District Barmer from different offtake points of the infra gravity main laid/being laid in
package 2B. The work is under progress.
Package-5:It is related to construction of RWR of Cap. 6000 ML (210 MCFT) at Biliya as
deposit work being executed by WRD Deptt.
Package-6: It is related to Survey work of the PFBS project works.
Package-7: It is related to IEC activities in the PFBS project.
Details of Packages are summarized as below:
Table 2-1: Details of Packages
WO
Package Amount
Details TC Reference WO date Amount Completetion date
No. Cr Rs
Cr Rs
01 Nachana to Biliya Infra 436th 220.40 23.07.2008 318.00 May 2014
25.04.2007
02 A Biliya onward gravity 517th 449.33 14.09.2012 230.98 Oct 2019
pipeline 21.04.2011
02 B 14.09.2012 187.01 WUP
03 A 106 Village &PokaranDist 569th 126.27 20.07.2013 143.50 UP, 90 MH comm.
Jaisalmer cluster package 27.01.2013 WUP
03 B 71 Village Dist Jaisalmer 533 116.94 24.08.2012 111.95 comm. July 19
cluster package 8.9.11
04 A 234 Village DistBarmer 580th 278.52 18.09.2013 295.00 234 MH comm. Oct
cluster package 21.05.2013 19
04 B 152 Village + 2 City 582th 369.96 18.09.2013 392.66 WUP
DistBarmer cluster package 18.06.2013
05 Deposit work RWR WRD/ 193.61 14.02.2018 149.13 Work is under
27.10.2017 progress with WRD
dept.
06 Survey work - - - -
07 IEC activity - - - -
4
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
In the clear water gravity main between Biliya to Santra Bhakri off-takes are located at
Bandhewa, Hire Ki Dhani, Gira and Santra Bhakri.
Provision for supply of water up to CWT/PSP in the villages was executed in the project.
6 new revenue villages declared after the 2001 census (in census 2011) and 174 existing
villages in total 180 villages and their 824 other habitations are to be covered in the
current JJM project. 2 NRVs and 60 villages have been sanctioned/proposed under
OTMP.
5
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The PFBS package 4A was sanctioned for 234 villages of Barmer district for the
population of 2001 census.
The water demand was calculated adopting following parameters:
• Design Period : 30 years
• Existing Base year : 2008
• Design year : 2038
• Water Supply for Rural areas : 70 LPCD
• Losses in Pipelines : 15 %
Water from this WTP is available through gravity transmission main (package 2A) to 37
ESRs/ GSRs and with Pumping to 3 ESRs from Undoo Pump House.
6
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
7
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
8
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
9
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BHEEMARLAI 1081
LORETI 451
GOOGRI 739
10
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHIBI 620
KERALA 423
SAKARI 690
DOODHWA 759
LACHHAR 587
NIMBLI 569
ROOPADEVI 1101
11
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
RAJPURA 469
KALEWA 888
KANWARLI 1268
SAJIYALI
220
ROOPJI(KANTHWARA)
KANOD 827
12
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KHARAPAR 504
OHSR 300KL/20m
PANA DEORA 272
POBOLAI 412
MALASAR 706
SIMARKHIYA 1052
KHIMPSAR 1171
OHSR 700KL/20m
RAMSARIYA 935
RIDHUSAR 660
13
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DAHANDUPURA 795
BERADPURA 472
KODUKA 1046
MEDIWASAN 460
REENCHHOLI 1993
KUMPLIYAN 814
14
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
PAWARA 932
PAREU 1640
HANUMANPURA 786
PATIYAL 144
15
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
RATEU 1476
KANAWAS 51
CHENPURA 525
PONDERI 828
UTARNEE 852
OHSR 1050KL/12m
DHOLU 618
JHUND 430
KERALA 423
16
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
SANTRA 1578
CHARNET 493
CHAURALIYA 758
SAHAR 1164
MALDETA 673
RAMPURA 989
17
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
SOHRA 1231
HANUMANPURA 786
PRAHLADPURA 1169
UNDOO 1596
Total 181240
1.2.5. VTC’s
In the executed Project, the 234 number of Village Transfer Chambers (VTC’s) has
been constructed.
18
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
19
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• Losses in Pipelines : 15 %
• Minimum terminal pressure for design year 2053 & intermediate year
2038
Inlet of ESR / CWR : 2.0Mtr
Household : 7.0Mtr
20
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHANANI
DHANANI MEGHWALO KI
1 UNDOO RAJBERA MEGHWALO KI MH 86877 382 497 586 656 35.37 41.71 46.69
DHANI
DHANI
1 UNDOO RAJBERA BHAIYO KI DHANI OH 109 142 168 187 10.11 11.96 13.31
SHER SINGH KI
1 UNDOO RAJBERA OH 123 160 189 211 11.39 13.45 15.02
DHANI
ALKHANI
1 UNDOO RAJBERA OH 131 170 201 224 12.1 14.31 15.94
MUSLMAN
MANGALIYO KI
1 UNDOO RAJBERA OH 136 177 209 234 12.6 14.88 16.66
DHANI
ANAR SINGH KI
1 UNDOO RAJBERA OH 130 169 199 223 12.03 14.16 15.87
DHANI
BRAHMANO KI
1 UNDOO RAJBERA OH 68 89 105 117 6.33 7.47 8.33
DHANI
MEGHAWAL
1 UNDOO RAJBERA OH 204 266 314 351 18.93 22.35 24.98
BASTI
DHANANIYO KI
1 UNDOO RAJBERA OH 82 106 125 140 7.54 8.9 9.96
DHANI
1 UNDOO RAJBERA HANUMANPURA HANUMANPURA MH 86875 285 371 438 490 26.41 31.18 34.88
BRAHMANO KI
1 UNDOO RAJBERA OH 43 56 66 74 3.99 4.7 5.27
DHANI
THORIYO KI
1 UNDOO RAJBERA OH 74 97 114 128 6.9 8.11 9.11
DHANI
1 UNDOO RAJBERA MAIYO KI DHANI OH 96 125 148 165 8.9 10.53 11.74
1 UNDOO RAJBERA GHATO KI DHANI OH 180 235 277 310 16.73 19.72 22.06
21
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
MUSLMANO KI
1 UNDOO RAJBERA OH 53 69 81 91 4.91 5.77 6.48
DHANI
1 UNDOO RAJBERA SIYOLO KI DHANI OH 53 69 81 91 4.91 5.77 6.48
MOODHNON KI
1 UNDOO UNDOO MOODHANON KI DHANI MH 86872 229 298 352 393 21.21 25.05 27.97
DHANI
1 UNDOO UNDOO JOGI BASTI OH 100 130 153 172 9.25 10.89 12.24
1 UNDOO UNDOO SAIYO KI DHANI OH 103 133 157 176 9.47 11.17 12.53
JAKHARO KI
1 UNDOO UNDOO OH 100 130 153 172 9.25 10.89 12.24
DHANI
1 UNDOO UNDOO BHEEL BASTI OH 72 94 111 124 6.69 7.9 8.83
1 UNDOO UNDOO SIYAGO KI DHANI OH 61 80 94 106 5.69 6.69 7.54
ISHARAMO KI
1 UNDOO UNDOO OH 86 112 132 148 7.97 9.4 10.53
DHANI
MOONDHANO KI
1 UNDOO UNDOO OH 100 130 153 172 9.25 10.89 12.24
DHANI
1 UNDOO UNDOO PANNWAS PANNAWAS MH 86878 277 361 426 477 25.69 30.32 33.95
MEGWALO KI
1 UNDOO UNDOO OH 248 322 380 425 22.92 27.05 30.25
DHANI
GODARO KI
1 UNDOO UNDOO OH 73 95 112 125 6.76 7.97 8.9
DAHNI
1 UNDOO UNDOO RAO KI DHANI OH 59 76 90 100 5.41 6.41 7.12
1 UNDOO UNDOO BHEELO KA PAR OH 73 95 112 125 6.76 7.97 8.9
1 UNDOO UNDOO SAIYO KI DHANI OH 132 171 202 226 12.17 14.38 16.09
1 UNDOO UNDOO BHEELO KI DHANI OH 73 95 112 125 6.76 7.97 8.9
1 UNDOO UNDOO PRAHLADPURA PRAHLADPURA MH 86871 465 606 715 800 43.13 50.89 56.94
1 UNDOO UNDOO DOODI BASTI OH 91 118 139 156 8.4 9.89 11.1
22
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
23
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
MEGHAWALO KI
2 RAJBEERA RAJBERA OH 57 74 87 98 5.27 6.19 6.98
DHANI
MUSLMANO KI
2 RAJBEERA RAJBERA OH 102 133 157 176 9.47 11.17 12.53
BASTI
2 RAJBEERA RAJBERA SIYAGO KI BASTI OH 79 103 122 136 7.33 8.68 9.68
DARAMONI
2 RAJBEERA RAJBERA ISARAMO KI OH 89 116 137 153 8.26 9.75 10.89
DHANI
LALONI
2 RAJBEERA RAJBERA MEGHAWALO KI OH 256 333 393 440 23.7 27.97 31.32
DHANI
2 RAJBEERA RAJBERA RAJBERA RAJBERA MH 86874 362 471 556 622 33.52 39.57 44.27
2 RAJBEERA RAJBERA HIRONI THORE OH 289 376 444 496 26.76 31.6 35.3
GENONIYO KI
2 RAJBEERA RAJBERA OH 243 316 373 417 22.49 26.55 29.68
DHANI
MOODHO KI
2 RAJBEERA RAJBERA OH 137 178 210 235 12.67 14.95 16.73
DHANI
2 RAJBEERA RAJBERA SIYOL BASTI OH 122 159 188 210 11.32 13.38 14.95
2 RAJBEERA RAJBERA JASONITHORI OH 152 198 234 261 14.09 16.66 18.58
MEGHWALO KI
2 RAJBEERA RAJBERA OH 152 198 234 261 14.09 16.66 18.58
DHANI
2 RAJBEERA RAJBERA KARN GARDH OH 152 198 234 261 14.09 16.66 18.58
2 RAJBEERA RAJBERA SAUO KI DHANI OH 61 79 93 104 5.62 6.62 7.4
MUSALMAN
2 RAJBEERA RAJBERA OH 193 251 296 331 17.87 21.07 23.56
BASTI
3033 3949 4662 5213 281.08 331.82 371.07
24
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
25
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KESUMBLA KASHUMBLA
3 SARNO KI DHANI OH 84 110 130 145 7.83 9.25 10.32
BHATIYAN BHATIYAN
KESUMBLA KASHUMBLA LOGONIYO KI
3 OH 91 119 140 157 8.47 9.96 11.17
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA RAWATONIYO KI
3 OH 64 83 98 110 5.91 6.98 7.83
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA THAKONO
3 OH 151 197 232 260 14.02 16.51 18.51
BHATIYAN BHATIYAN KIDHANI
KESUMBLA KASHUMBLA
3 BHEYA KI DHANI OH 65 84 99 111 5.98 7.05 7.9
BHATIYAN BHATIYAN
BASTONIYO
KESUMBLA KASHUMBLA
3 MEGWALO KI OH 266 346 408 457 24.63 29.04 32.53
BHATIYAN BHATIYAN
DHANI
KESUMBLA KASHUMBLA MEGWALO
3 OH 98 128 151 169 9.11 10.75 12.03
BHATIYAN BHATIYAN KIDHANI
KESUMBLA KASHUMBLA KASOOMBLA
3 KESUMBLA CHARNAN MH 86903 78 102 120 135 7.26 8.54 9.61
BHATIYAN BHATIYAN CHARNAN
KESUMBLA KASHUMBLA SUTHARO KI
3 OH 167 217 256 286 15.45 18.22 20.36
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA KASOOMBLA
3 KESUMBLA HARCHAND MH 86920 239 311 367 411 22.14 26.12 29.25
BHATIYAN BHATIYAN HARCHAND
KESUMBLA KASHUMBLA MEGHWALO KI
3 OH 180 234 276 309 16.66 19.64 21.99
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA SUTHARO KI
3 OH 156 203 240 268 14.45 17.08 19.08
BHATIYAN BHATIYAN DHANI
26
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KESUMBLA KASHUMBLA
3 CHARNET OH 179 233 275 308 16.58 19.57 21.92
BHATIYAN BHATIYAN
PURKHONIYO
KESUMBLA KASHUMBLA
3 MEGHWALO KI OH 89 116 137 153 8.26 9.75 10.89
BHATIYAN BHATIYAN
DHANI
KESUMBLA KASHUMBLA
3 SAEYO KI DHANI OH 48 62 73 82 4.41 5.2 5.84
BHATIYAN BHATIYAN
KESUMBLA KASHUMBLA MEHAK KHAN KI
3 OH 131 171 202 226 12.17 14.38 16.09
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA KHETE KHAN KI
3 OH 119 155 183 205 11.03 13.03 14.59
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA KASOOMBALA
3 KESUMBLA MAHECHAN MH 86902 86 112 132 148 7.97 9.4 10.53
BHATIYAN BHATIYAN MAHECHAN
KESUMBLA KASHUMBLA GANGANIYO KI
3 OH 87 114 135 150 8.11 9.61 10.68
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA MAHECHO KI
3 OH 102 133 157 176 9.47 11.17 12.53
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA
3 NEHRO KI DHANI OH 109 141 166 186 10.04 11.82 13.24
BHATIYAN BHATIYAN
KESUMBLA KASHUMBLA GODARO KI
3 OH 109 141 166 186 10.04 11.82 13.24
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA JANIYON KI
3 OH 96 125 148 165 8.9 10.53 11.74
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA KASOOMBLA
3 KESUMBLA PHANTA MH 86906 120 157 185 207 11.17 13.17 14.73
BHATIYAN BHATIYAN FANTA
27
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KESUMBLA KASHUMBLA
3 SARNO KI DHANI OH 102 133 157 176 9.47 11.17 12.53
BHATIYAN BHATIYAN
KESUMBLA KASHUMBLA SUTHARO KI
3 OH 79 103 122 136 7.33 8.68 9.68
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA BENIWALO KI
3 OH 63 83 98 110 5.91 6.98 7.83
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA
3 JATO KI DHANI OH 56 72 85 95 5.12 6.05 6.76
BHATIYAN BHATIYAN
SIKHSA KARMI
KESUMBLA KASHUMBLA
3 VIDHYALYA OH 158 206 243 272 14.66 17.3 19.36
BHATIYAN BHATIYAN
SHIVJI KI ANK
KESUMBLA KASHUMBLA KASOOMBLA
3 KESUMBLA SARDAR SINGH MH 86921 73 96 113 127 6.83 8.04 9.04
BHATIYAN BHATIYAN SARDAR SINGH
KESUMBLA KASHUMBLA
3 JATO KI DHANI OH 43 56 66 74 3.99 4.7 5.27
BHATIYAN BHATIYAN
KESUMBLA KASHUMBLA
3 PEHO KI DHANI OH 37 48 57 63 3.42 4.06 4.48
BHATIYAN BHATIYAN
KESUMBLA KASHUMBLA CHOTIYON KI
3 OH 34 45 53 59 3.2 3.77 4.2
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA HERAJANIYO KI
3 OH 113 147 173 194 10.46 12.31 13.81
BHATIYAN BHATIYAN DHANI (GODARA)
KESUMBLA KASHUMBLA SUJANIYO KI
3 SUJANIYO KI DHANI MH 86904 199 259 306 342 18.43 21.78 24.34
BHATIYAN BHATIYAN DHANI
KESUMBLA KASHUMBLA MUSALMANO KI
3 OH 291 379 447 500 26.98 31.82 35.59
BHATIYAN BHATIYAN SCHOOL
28
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
29
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
30
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHEERANIYON KI
4 RATEU RATEU DHIRANIO KI DHANI MH 86927 90 118 139 156 8.4 9.89 11.1
DHANI
BAWALIYA
4 RATEU RATEU OH 109 142 168 187 10.11 11.96 13.31
DHORA KD
4 RATEU RATEU BERADO KD OH 104 136 160 180 9.68 11.39 12.81
4 RATEU RATEU GHAYALO KD OH 100 131 155 173 9.32 11.03 12.31
4 RATEU RATEU PERONIYON KD OH 98 128 151 169 9.11 10.75 12.03
FATUMBEYA
4 RATEU RATEU FATUMBEYA NADI MH 86929 114 148 175 195 10.53 12.46 13.88
NADI
4 RATEU RATEU GODARO KD OH 114 148 175 195 10.53 12.46 13.88
4 RATEU RATEU JAMONIYO KD OH 174 226 267 298 16.09 19 21.21
4 RATEU RATEU MEGWALO KD OH 166 216 255 285 15.37 18.15 20.29
4 RATEU RATEU SAUO KD OH 118 154 182 203 10.96 12.95 14.45
4 RATEU RATEU PATALI NADI PATALI NADI MH 86926 260 338 399 446 24.06 28.4 31.74
4 RATEU RATEU GODARO KD OH 115 150 177 198 10.68 12.6 14.09
JAWAHRARAM
4 RATEU RATEU OH 71 93 110 123 6.62 7.83 8.75
GODAR KD
MOOLARM BONA
4 RATEU RATEU OH 147 191 225 252 13.59 16.01 17.94
KD
BAGONI &
4 RATEU RATEU OH 185 241 284 318 17.15 20.21 22.63
SADEERO KD
4 RATEU RATEU SADHO KD OH 178 232 274 306 16.51 19.5 21.78
4 RATEU RATEU RATEU RATEU MH 86924 589 767 905 1012 54.59 64.41 72.03
RAEKO &
4 RATEU RATEU OH 175 228 269 301 16.23 19.15 21.42
KUMHAR KD
4 RATEU RATEU KHETPALO KA OH 120 157 185 207 11.17 13.17 14.73
31
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
THAN
4 RATEU RATEU [Link] OH 150 196 231 259 13.95 16.44 18.43
4 RATEU RATEU KUKANO KD OH 232 302 356 399 21.5 25.34 28.4
4 RATEU RATEU BERADOKD OH 209 272 321 359 19.36 22.85 25.55
4 RATEU RATEU SAIYO KI DHANI SAIYON KD MH 86928 289 377 445 498 26.83 31.67 35.45
MUSALMANO
4 RATEU RATEU OH 128 167 197 220 11.89 14.02 15.66
KD-II
CIROGONIYO
4 RATEU RATEU OH 83 108 127 143 7.69 9.04 10.18
MUSALMANO KD
4 RATEU RATEU MALANI NADI OH 54 70 83 92 4.98 5.91 6.55
4 RATEU RATEU HUDO KD OH 66 86 101 114 6.12 7.19 8.11
4 RATEU RATEU BRHMANO KD OH 83 108 127 143 7.69 9.04 10.18
4 RATEU RATEU GODARO KD OH 97 126 149 166 8.97 10.61 11.82
GOPU GODARA
4 RATEU RATEU OH 83 108 127 143 7.69 9.04 10.18
KD
5011 6522 7696 8608 464.21 547.78 612.67
INDRONIYON KA
5 Shahar KANODA INDRANIYO KA TALA MH 87019 138 179 211 236 12.74 15.02 16.8
TALA
5 Shahar KANODA BHATIYO KD OH 55 72 85 95 5.12 6.05 6.76
5 Shahar KANODA CHTIYO KD OH 69 89 105 117 6.33 7.47 8.33
5 Shahar KANODA KAJONIYO KD OH 69 89 105 117 6.33 7.47 8.33
SATONI
5 Shahar KANODA OH 166 216 255 285 15.37 18.15 20.29
MEGWALO KD
5 Shahar KANODA PEMANI KD OH 206 268 316 354 19.08 22.49 25.2
5 Shahar KANODA KHANJI KD OH 27 35 41 46 2.49 2.92 3.27
32
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
33
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
5 Shahar SHAHAR SARNO KD-II OH 109 141 166 186 10.04 11.82 13.24
5 Shahar SHAHAR GODARO KD OH 132 172 203 227 12.24 14.45 16.16
BENIWALO &
5 Shahar SHAHAR OH 81 105 124 139 7.47 8.83 9.89
NAIYON KD
SARNO &
5 Shahar SHAHAR OH 61 80 94 106 5.69 6.69 7.54
BRAHMANO KD
5 Shahar SHAHAR DEEPONIYO KI DHANI DEEPANIYO KD MH 86930 71 92 109 121 6.55 7.76 8.61
5 Shahar SHAHAR ADONI SARNO KD OH 108 141 166 186 10.04 11.82 13.24
5 Shahar SHAHAR SARNO KD OH 91 118 139 156 8.4 9.89 11.1
5 Shahar SHAHAR SARNO KD-II OH 72 94 111 124 6.69 7.9 8.83
5 Shahar SHAHAR KUMHARO KD OH 92 119 140 157 8.47 9.96 11.17
BHOPONI
5 Shahar SHAHAR OH 66 86 101 114 6.12 7.19 8.11
BHABHUO KD
MOOLANI
5 Shahar SHAHAR OH 84 109 129 144 7.76 9.18 10.25
BHABHUO KD
5 Shahar SHAHAR MEGWALO KD OH 60 78 92 103 5.55 6.55 7.33
5 Shahar SHAHAR BHELO KD OH 66 86 101 114 6.12 7.19 8.11
GOGAJI KA
5 Shahar SHAHAR GOGAJI KA MANDIR MH 86933 188 245 289 323 17.44 20.57 22.99
MANDIR
BRAHMANO KI
5 Shahar SHAHAR OH 52 68 80 90 4.84 5.69 6.41
DHANI
5 Shahar SHAHAR MEGWALO KD OH 123 161 190 213 11.46 13.52 15.16
MEGWAL &
5 Shahar SHAHAR OH 47 61 72 81 4.34 5.12 5.77
KUMHARO KD
SUTHARO &
5 Shahar SHAHAR OH 124 162 191 214 11.53 13.59 15.23
BRAHMANO KD
34
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
5 Shahar SHAHAR GODARO KD OH 117 152 179 201 10.82 12.74 14.31
5 Shahar SHAHAR HUDO KD OH 33 43 51 57 3.06 3.63 4.06
5 Shahar SHAHAR SAHAR SAHAR MH 86931 493 642 758 847 45.7 53.95 60.29
5 Shahar SHAHAR MEGWALO KD OH 122 159 188 210 11.32 13.38 14.95
5 Shahar SHAHAR SARNO KD OH 170 221 261 292 15.73 18.58 20.78
5 Shahar SHAHAR BHELO KD OH 54 71 84 94 5.05 5.98 6.69
TARONI BHEEL
5 Shahar SHAHAR OH 111 144 170 190 10.25 12.1 13.52
KD
5 Shahar SHAHAR CHOTIYO KD OH 79 102 120 135 7.26 8.54 9.61
LUMBAJI
5 Shahar SHAHAR OH 81 105 124 139 7.47 8.83 9.89
MEGWAL KD
5 Shahar SHAHAR JEHAJI SARNO KD OH 54 71 84 94 5.05 5.98 6.69
5 Shahar SHAHAR UGROMONIYO KI DHANI UGARANIYO KD MH 86932 93 122 144 161 8.68 10.25 11.46
35
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
6 KHEENPAR KHIPSAR JONGUO KI DHANI JONGU KI DHANI MH 86937 186 242 286 319 17.22 20.36 22.71
6 KHEENPAR KHIPSAR RAIEKO KD OH 180 235 277 310 16.73 19.72 22.06
JONUORI DHANI-
6 KHEENPAR KHIPSAR OH 196 256 302 338 18.22 21.5 24.06
II
6 KHEENPAR KHIPSAR MEGWALO KD OH 262 342 404 451 24.34 28.76 32.1
6 KHEENPAR KHIPSAR KARWASARO KD OH 230 299 353 395 21.28 25.13 28.11
6 KHEENPAR KHIPSAR KHIMPSAR KHIPSAR MH 86936 381 495 584 653 35.23 41.57 46.48
6 KHEENPAR KHIPSAR MEGWALO KD OH 230 299 353 395 21.28 25.13 28.11
6 KHEENPAR KHIPSAR DARJIYO KD OH 216 282 333 372 20.07 23.7 26.48
JETHARAM JONU
6 KHEENPAR KHIPSAR OH 204 265 313 350 18.86 22.28 24.91
KD
6 KHEENPAR KHIPSAR KARWASAR KD OH 140 182 215 240 12.95 15.3 17.08
6 KHEENPAR KHIPSAR RAMSARIYA RAMSARIYA MH 86935 295 384 453 507 27.33 32.24 36.09
6 KHEENPAR KHIPSAR KARWASARO KD OH 347 451 532 595 32.1 37.87 42.35
6 KHEENPAR KHIPSAR SIYAGO KD OH 293 381 450 503 27.12 32.03 35.8
6 KHEENPAR KHIPSAR RIDHUSAR REDUSAR MH 86938 269 350 413 462 24.91 29.4 32.88
6 KHEENPAR KHIPSAR SIYAGO KD OH 234 304 359 401 21.64 25.55 28.54
LUKO &
6 KHEENPAR KHIPSAR OH 158 205 242 271 14.59 17.22 19.29
KHERADO KD
3821 4972 5869 6562 353.87 417.76 467.05
7 MAYLON JHAK MAYLON KI DHANI MAYLO KD MH 86943 158 205 242 271 14.59 17.22 19.29
MAYLO KD-
7 MAYLON JHAK OH 138 180 212 238 12.81 15.09 16.94
I(KUNDUO KD)
7 MAYLON JHAK JONIYO KD OH 107 139 164 183 9.89 11.67 13.03
36
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
RAMONIYO
7 MAYLON JHAK OH 69 90 106 119 6.41 7.54 8.47
BHAYLO KD-II
NAIYON &
7 MAYLON JHAK OH 141 184 217 243 13.1 15.45 17.3
KUKANO KD
MOTIYONI
7 MAYLON JHAK OH 83 109 129 144 7.76 9.18 10.25
MAYLO KD-II
ADONI
7 MAYLON JHAK OH 101 131 155 173 9.32 11.03 12.31
KARWASARO KD
THALESON KI
7 MAYLON JHAK THALECHO KI DHANI MH 86942 120 156 184 206 11.1 13.1 14.66
DHANI
MAYLO KD
7 MAYLON JHAK OH 100 130 153 172 9.25 10.89 12.24
(SAWROOPONI)
7 MAYLON JHAK MUNDWALO KD OH 47 61 72 81 4.34 5.12 5.77
7 MAYLON JHAK TEJONI LOLO KD OH 100 130 153 172 9.25 10.89 12.24
DAUKIYO KD
7 MAYLON JHAK OH 73 95 112 125 6.76 7.97 8.9
(NENIYA NAG)
UGRONI LOLO &
7 MAYLON JHAK OH 89 116 137 153 8.26 9.75 10.89
GODARO KD
1325 1726 2036 2280 122.84 144.9 162.29
PUNIYO KA
8 Kerali Nadi KERLI NADI KERLI NADI MH 87022 383 498 588 657 35.45 41.85 46.76
TALA
PUNIYO KA
8 Kerali Nadi SARAVO KD OH 53 70 83 92 4.98 5.91 6.55
TALA
PUNIYO KA
8 Kerali Nadi BHATIYOKD OH 53 70 83 92 4.98 5.91 6.55
TALA
PUNIYO KA
8 Kerali Nadi BHATIYO KD-II OH 80 104 123 137 7.4 8.75 9.75
TALA
37
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
PUNIYO KA
8 Kerali Nadi SAIYO KD OH 102 133 157 176 9.47 11.17 12.53
TALA
PUNIYO KA
8 Kerali Nadi BHELO KD OH 107 139 164 183 9.89 11.67 13.03
TALA
PUNIYO KA
8 Kerali Nadi GENO KD OH 140 182 215 240 12.95 15.3 17.08
TALA
PUNIYO KA
8 Kerali Nadi KUKNO KI DHANI KUKANO KD MH 87026 60 78 92 103 5.55 6.55 7.33
TALA
PUNIYO KA
8 Kerali Nadi KUKANO KD-II OH 91 119 140 157 8.47 9.96 11.17
TALA
PUNIYO KA RANA RAJPUTO
8 Kerali Nadi OH 133 174 205 230 12.38 14.59 16.37
TALA KD
PUNIYO KA
8 Kerali Nadi RADO KD OH 186 242 286 319 17.22 20.36 22.71
TALA
PUNIYO KA SUTHARO &
8 Kerali Nadi OH 128 167 197 220 11.89 14.02 15.66
TALA BHATIYA KD
PUNIYO KA
8 Kerali Nadi NIMBANIO KI DHANI NIMBANIYO KD MH 87027 114 149 176 197 10.61 12.53 14.02
TALA
PUNIYO KA NIMBANIYA
8 Kerali Nadi OH 105 137 162 181 9.75 11.53 12.88
TALA SCHOOL
PUNIYO KA
8 Kerali Nadi KHOTO KD OH 118 154 182 203 10.96 12.95 14.45
TALA
PUNIYO KA
8 Kerali Nadi BANO KD OH 123 160 189 211 11.39 13.45 15.02
TALA
38
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
PUNIYO KA
8 Kerali Nadi KUKAMO KD OH 172 223 263 294 15.87 18.72 20.93
TALA
PUNIYO KA
8 Kerali Nadi PUNIYON KA TALA PUNIYO KA TALA MH 87021 73 95 112 125 6.76 7.97 8.9
TALA
PUNIYO KA
8 Kerali Nadi PUNIYO KD OH 212 275 325 363 19.57 23.13 25.84
TALA
PUNIYO KA
8 Kerali Nadi BERADO KD OH 132 172 203 227 12.24 14.45 16.16
TALA
PUNIYO KA
8 Kerali Nadi JAKHARO KD OH 104 136 160 180 9.68 11.39 12.81
TALA
PUNIYO KA
8 Kerali Nadi BHAKRO KD OH 132 172 203 227 12.24 14.45 16.16
TALA
2801 3649 4308 4814 259.7 306.61 342.66
9 Kanod KANODA CHELA NADI CHILANADI MH 87013 117 153 181 202 10.89 12.88 14.38
9 Kanod KANODA SUTHARO KD OH 33 43 51 57 3.06 3.63 4.06
9 Kanod KANODA SAYALO KD OH 52 68 80 90 4.84 5.69 6.41
9 Kanod KANODA SUTHARO KD-II OH 33 43 51 57 3.06 3.63 4.06
9 Kanod KANODA CHOTIYO KD OH 78 101 119 133 7.19 8.47 9.47
9 Kanod KANODA GODAOR KD OH 78 101 119 133 7.19 8.47 9.47
9 Kanod KANODA RAJPUTO KD OH 65 85 100 112 6.05 7.12 7.97
9 Kanod KANODA BHEDIYO KD OH 65 85 100 112 6.05 7.12 7.97
9 Kanod KANODA AMARSINGH KD OH 137 178 210 235 12.67 14.95 16.73
GODARO KI
9 Kanod KANODA GODARO KI DHANI MH 87015 87 113 133 149 8.04 9.47 10.61
DHANI
39
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
9 Kanod KANODA BHELO KD OH 110 143 169 189 10.18 12.03 13.45
9 Kanod KANODA BERADO KD OH 108 140 165 185 9.96 11.74 13.17
9 Kanod KANODA ENDO KD OH 99 129 152 170 9.18 10.82 12.1
9 Kanod KANODA SARNO KD OH 90 118 139 156 8.4 9.89 11.1
9 Kanod KANODA BHEDIYO KD OH 121 158 186 209 11.25 13.24 14.88
9 Kanod KANODA KANOD KANOR MH 87016 190 248 293 327 17.65 20.85 23.27
SANSI & JOGIYO
9 Kanod KANODA OH 102 133 157 176 9.47 11.17 12.53
KD
9 Kanod KANODA MADANIYO KD OH 74 96 113 127 6.83 8.04 9.04
9 Kanod KANODA PURGI KD OH 129 168 198 222 11.96 14.09 15.8
9 Kanod KANODA BHAKHARO KD OH 58 75 89 99 5.34 6.33 7.05
9 Kanod KANODA GORAKHANI KD OH 74 96 113 127 6.83 8.04 9.04
9 Kanod KANODA BHELO KD OH 127 165 195 218 11.74 13.88 15.52
9 Kanod KANODA RAHARO KD OH 74 96 113 127 6.83 8.04 9.04
KHARTANIYO KA
9 Kanod KANODA KHARTHANIYON KA TALA MH 87020 103 135 159 178 9.61 11.32 12.67
TALA
9 Kanod KANODA SARNO KD OH 18 23 27 30 1.64 1.92 2.14
9 Kanod KANODA MACHOR KD OH 64 84 99 111 5.98 7.05 7.9
9 Kanod KANODA DARJIYO KD OH 52 67 79 88 4.77 5.62 6.26
9 Kanod KANODA DUNGRO KD OH 258 335 395 442 23.84 28.11 31.46
9 Kanod KANODA RAMONIYO KD OH 116 151 178 199 10.75 12.67 14.16
9 Kanod KANODA JANIYO KD OH 116 151 178 199 10.75 12.67 14.16
9 Kanod KANODA SWAMIYO KD OH 147 191 225 252 13.59 16.01 17.94
MEGWALO KI
9 Kanod KANODA MEGWALO KI BASTEE MH 87017 230 299 353 395 21.28 25.13 28.11
BASTI
40
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
9 Kanod KANODA LACHANIYO KD OH 132 171 202 226 12.17 14.38 16.09
9 Kanod KANODA TUSHAJI KD OH 79 102 120 135 7.26 8.54 9.61
9 Kanod KANODA RATHORO KD OH 92 119 140 157 8.47 9.96 11.17
9 Kanod KANODA BHELO KD OH 59 77 91 102 5.48 6.48 7.26
9 Kanod KANODA GAJRIYA NADI OH 106 138 163 182 9.82 11.6 12.95
9 Kanod KANODA UTAMO JI KD OH 157 205 242 271 14.59 17.22 19.29
MOBTONIYO KA
9 Kanod KANODA MOHABTANI KA TALA MH 87018 200 260 307 343 18.51 21.85 24.41
TALA
9 Kanod KANODA MAGHANIYO KD OH 63 82 97 108 5.84 6.9 7.69
9 Kanod KANODA RAJPUTO KD OH 58 75 89 99 5.34 6.33 7.05
9 Kanod KANODA LEGARI DHANI OH 83 108 127 143 7.69 9.04 10.18
9 Kanod KANODA PUROHITO KD OH 87 113 133 149 8.04 9.47 10.61
9 Kanod KANODA VAGTANIYO KD OH 98 128 151 169 9.11 10.75 12.03
9 Kanod KANODA NAGANA TALA NAGONA TALA MH 87014 193 252 297 333 17.94 21.14 23.7
9 Kanod KANODA SUTHARO KD OH 137 179 211 236 12.74 15.02 16.8
9 Kanod KANODA JAWAR JI KD OH 85 111 131 147 7.9 9.32 10.46
JIYONI SUTHARO
9 Kanod KANODA OH 114 149 176 197 10.61 12.53 14.02
KD
9 Kanod KANODA GODARO KD OH 85 111 131 147 7.9 9.32 10.46
9 Kanod KANODA BHOPOJI KD OH 114 149 176 197 10.61 12.53 14.02
9 Kanod KANODA KUND & LEGO KD OH 85 111 131 147 7.9 9.32 10.46
5231 6811 8034 8994 484.79 571.79 640.18
Panawara
10 PANAWARA BANDI DHORA BANDIDHORA MH 87010 476 620 732 818 44.13 52.1 58.22
Dhora
41
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BHERONI
Panawara
10 PANAWARA MEGWALO KI OH 106 138 163 182 9.82 11.6 12.95
Dhora
DHANI-II
Panawara MEGWALO KI
10 PANAWARA OH 45 59 70 78 4.2 4.98 5.55
Dhora DHANI-II
Panawara
10 PANAWARA HUDO KI DHANI OH 186 242 286 319 17.22 20.36 22.71
Dhora
Panawara MADRUPO KI
10 PANAWARA MADRUPONIO KI DHANI MH 87007 154 200 236 264 14.24 16.8 18.79
Dhora DHANI
Panawara MEGWALO KI
10 PANAWARA OH 80 104 123 137 7.4 8.75 9.75
Dhora DHANI
Panawara GODARO KI
10 PANAWARA OH 137 178 210 235 12.67 14.95 16.73
Dhora DHANI
Panawara AUNDANINYO KI
10 PANAWARA OH 85 111 131 147 7.9 9.32 10.46
Dhora DHANI
TALKHALA
Panawara
10 PANAWARA MEGWALO KI OH 110 143 169 189 10.18 12.03 13.45
Dhora
DHANI
Panawara
10 PANAWARA DELUO KI DHANI OH 137 178 210 235 12.67 14.95 16.73
Dhora
Panawara
10 PANAWARA MITHIYA SAR MITIYASARA MH 87011 433 563 664 743 40.07 47.26 52.88
Dhora
NAIYON &
Panawara
10 PANAWARA DARJIYON KI OH 109 142 168 187 10.11 11.96 13.31
Dhora
DHANI
42
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Panawara SUTHARO KI
10 PANAWARA OH 37 48 57 63 3.42 4.06 4.48
Dhora DHANI
Panawara MEGWALO KI
10 PANAWARA OH 127 166 196 219 11.82 13.95 15.59
Dhora DHANI
Panawara
10 PANAWARA PAWARA PANAWARA MH 87009 269 350 413 462 24.91 29.4 32.88
Dhora
Panawara MEGWALO KI
10 PANAWARA OH 246 320 378 422 22.78 26.9 30.04
Dhora DHANI
Panawara
10 PANAWARA BHEELO KI DHANI OH 215 280 330 370 19.93 23.49 26.34
Dhora
Panawara AMANI MEGWAL
10 PANAWARA OH 202 263 310 347 18.72 22.06 24.7
Dhora KI DHANI
Panawara JOGASAR SAIYON
10 PANAWARA PREMNAGAR (NRV 2011) MH 87012 83 108 127 143 7.69 9.04 10.18
Dhora KI DHANI
Panawara
10 PANAWARA KHODO KI DHANI OH 100 130 153 172 9.25 10.89 12.24
Dhora
Panawara BANANI GODARO
10 PANAWARA OH 209 273 322 360 19.43 22.92 25.62
Dhora KI DHANI
Panawara
10 PANAWARA SANYON KI DHANI SAIYON KI DHANI MH 87008 177 231 273 305 16.44 19.43 21.71
Dhora
Panawara JOGASAR SAIYON
10 PANAWARA OH 125 163 192 215 11.6 13.67 15.3
Dhora KI DHANI-II
RAMANI
Panawara
10 PANAWARA SUTHARO KI OH 161 209 247 276 14.88 17.58 19.64
Dhora
DHANI
43
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
44
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KHOTHON KI
11 Akdara BHADHASAR BHADASAR MH 87135 115 149 176 197 10.61 12.53 14.02
DHANI
KHOTHON KI
11 Akdara KHOTH OH 125 162 191 214 11.53 13.59 15.23
DHANI
KHOTHON KI
11 Akdara GODARA OH 106 138 163 182 9.82 11.6 12.95
DHANI
KHOTHON KI
11 Akdara BENIWAL OH 56 73 86 96 5.2 6.12 6.83
DHANI
KHOTHON KI
11 Akdara SIYOG OH 86 112 132 148 7.97 9.4 10.53
DHANI
KHOTHON KI
11 Akdara GULJI KA PANA GULJI KA PANA MH 87136 429 558 658 737 39.72 46.83 52.46
DHANI
KHOTHON KI
11 Akdara MEGWAL KD OH 97 126 149 166 8.97 10.61 11.82
DHANI
KHOTHON KI
11 Akdara RAJPUT KD OH 164 213 251 281 15.16 17.87 20
DHANI
KHOTHON KI
11 Akdara BERAD OH 165 215 254 284 15.3 18.08 20.21
DHANI
KHOTHON KI KHOTHO KI
11 Akdara KHOTHON KI DHANI MH 87138 648 843 995 1113 60 70.82 79.22
DHANI DHANI
KHOTHON KI
11 Akdara MEGWAL & SAI OH 129 168 198 222 11.96 14.09 15.8
DHANI
KHOTHON KI
11 Akdara GODARA KD OH 62 81 96 107 5.77 6.83 7.62
DHANI
45
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KHOTHON KI LADHANIYO KI
11 Akdara LADHANIYO KI DHANI MH 87137 423 551 650 727 39.22 46.26 51.75
DHANI DHANI
KHOTHON KI
11 Akdara BHAD DHANI OH 79 102 120 135 7.26 8.54 9.61
DHANI
KHOTHON KI
11 Akdara NAI & DARJI OH 133 173 204 228 12.31 14.52 16.23
DHANI
KHOTHON KI
11 Akdara LADHANI JAKHAD OH 133 173 204 228 12.31 14.52 16.23
DHANI
KHOTHON KI JAKHAD
11 Akdara SAUON KI DHANI MH 87134 227 295 348 389 21 24.77 27.69
DHANI MEGWAL
KHOTHON KI RAWANA
11 Akdara OH 183 238 281 314 16.94 20 22.35
DHANI RAJPUTO KD
KHOTHON KI
11 Akdara SENWARO KD OH 190 248 293 327 17.65 20.85 23.27
DHANI
7215 9388 11078 12391 668 788 882
Sawau
SAWAU
12 Moolraj CHARNET CHARNET MH 86918 76 99 117 131 7.05 8.33 9.32
MOOLRAJ
Dhora
Sawau
SAWAU JODHARAM
12 Moolraj OH 60 78 92 103 5.55 6.55 7.33
MOOLRAJ SUTHAR KD
Dhora
Sawau
SAWAU
12 Moolraj SUTHARO KD OH 45 59 70 78 4.2 4.98 5.55
MOOLRAJ
Dhora
Sawau SAWAU
12 RAJPUTO KD OH 29 38 45 50 2.7 3.2 3.56
Moolraj MOOLRAJ
46
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Dhora
Sawau
SAWAU
12 Moolraj SARNO KD OH 59 76 90 100 5.41 6.41 7.12
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj MEGWALO KD OH 89 116 137 153 8.26 9.75 10.89
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj ASARIYO KD OH 60 78 92 103 5.55 6.55 7.33
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj KANKRALA NADA OH 75 97 114 128 6.9 8.11 9.11
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj DHE TALAR DHETASAR MH 86919 102 133 157 176 9.47 11.17 12.53
MOOLRAJ
Dhora
Sawau
SAWAU SHARANO
12 Moolraj OH 81 105 124 139 7.47 8.83 9.89
MOOLRAJ KIDHANI
Dhora
Sawau
SAWAU
12 Moolraj LATIYO KI DHANI OH 135 176 208 232 12.53 14.8 16.51
MOOLRAJ
Dhora
Sawau
SAWAU MEGWALO KI
12 Moolraj OH 109 142 168 187 10.11 11.96 13.31
MOOLRAJ DHANI
Dhora
Sawau
SAWAU KONAUIYO KI
12 Moolraj OH 68 88 104 116 6.26 7.4 8.26
MOOLRAJ DHANI
Dhora
47
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sawau MODANI
SAWAU
12 Moolraj MEGWALO KI OH 109 142 168 187 10.11 11.96 13.31
MOOLRAJ
Dhora DHANI
Sawau LUNA S/O BINJA
SAWAU
12 Moolraj MEGWAL KI OH 60 78 92 103 5.55 6.55 7.33
MOOLRAJ
Dhora DHANI
Sawau
SAWAU
12 Moolraj RAMDERIYA RAMDERIYA MH 86916 104 135 159 178 9.61 11.32 12.67
MOOLRAJ
Dhora
Sawau
SAWAU MANGALE KI
12 Moolraj OH 52 68 80 90 4.84 5.69 6.41
MOOLRAJ DHANI
Dhora
Sawau KATRANI
SAWAU
12 Moolraj MEGWALO KI OH 78 101 119 133 7.19 8.47 9.47
MOOLRAJ
Dhora DHANI
Sawau
SAWAU UMONIYO
12 Moolraj OH 78 101 119 133 7.19 8.47 9.47
MOOLRAJ SIYAGO KI DHANI
Dhora
Sawau
SAWAU PURKHONI
12 Moolraj OH 90 118 139 156 8.4 9.89 11.1
MOOLRAJ SIYAGO KI DHANI
Dhora
Sawau
SAWAU JAGRAMANIYO KI
12 Moolraj OH 46 59 70 78 4.2 4.98 5.55
MOOLRAJ DHANI
Dhora
Sawau KIRTHARAM
SAWAU
12 Moolraj PNONIYO KI OH 58 76 90 100 5.41 6.41 7.12
MOOLRAJ
Dhora DHANI
Sawau
SAWAU
12 Moolraj SIYAGO KI DHANI OH 78 101 119 133 7.19 8.47 9.47
MOOLRAJ
Dhora
48
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sawau UGARANI
SAWAU
12 Moolraj JAKHADO KI OH 52 68 80 90 4.84 5.69 6.41
MOOLRAJ
Dhora DHANI
Sawau MUKANANI
SAWAU
12 Moolraj MEGWALO KI OH 81 105 124 139 7.47 8.83 9.89
MOOLRAJ
Dhora DHANI
Sawau
SAWAU SAWAU
12 Moolraj SAWAU MOOLRAJ MH 86917 164 213 251 281 15.16 17.87 20
MOOLRAJ MOOLRAJ
Dhora
Sawau
SAWAU KIRPANI
12 Moolraj OH 76 99 117 131 7.05 8.33 9.32
MOOLRAJ MEGWALO KD
Dhora
Sawau
SAWAU
12 Moolraj SIYOGO KD OH 174 226 267 298 16.09 19 21.21
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj SUTHRO KD OH 76 99 117 131 7.05 8.33 9.32
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj LAKHONIYO KD OH 83 108 127 143 7.69 9.04 10.18
MOOLRAJ
Dhora
Sawau
SAWAU
12 Moolraj KUBHARO KD OH 100 131 155 173 9.32 11.03 12.31
MOOLRAJ
Dhora
Sawau
SAWAU SAIRANI SARNO
12 Moolraj OH 99 129 152 170 9.18 10.82 12.1
MOOLRAJ KD
Dhora
Sawau
SAWAU
12 Moolraj JAKHARO KD OH 149 194 229 256 13.81 16.3 18.22
MOOLRAJ
Dhora
49
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sawau
SAWAU BHANANI SARNO
12 Moolraj OH 125 163 192 215 11.6 13.67 15.3
MOOLRAJ KD
Dhora
Sawau
SAWAU
12 Moolraj SIYAGO KI DHANI SIYAGO KI DHANI MH 86915 168 218 257 288 15.52 18.29 20.5
MOOLRAJ
Dhora
Sawau TAJONI SIYAGO &
SAWAU
12 Moolraj MEGWALO KI OH 52 68 80 90 4.84 5.69 6.41
MOOLRAJ
Dhora DHANI
Sawau
SAWAU MOTONI SARNO
12 Moolraj OH 30 39 46 51 2.78 3.27 3.63
MOOLRAJ KI DHANI
Dhora
Sawau
SAWAU AMEDANIYO
12 Moolraj OH 53 70 83 92 4.98 5.91 6.55
MOOLRAJ SIYAGO KI DHANI
Dhora
Sawau REDAMALANI
SAWAU
12 Moolraj MEGWAL KI OH 61 79 93 104 5.62 6.62 7.4
MOOLRAJ
Dhora DHANI
Sawau
SAWAU
12 Moolraj SARNO KI DHANI OH 76 99 117 131 7.05 8.33 9.32
MOOLRAJ
Dhora
Sawau
SAWAU PATONI MEGWAL
12 Moolraj OH 61 79 93 104 5.62 6.62 7.4
MOOLRAJ KI DHANI
Dhora
Sawau
SAWAU HANUMANSIYAG
12 Moolraj OH 61 79 93 104 5.62 6.62 7.4
MOOLRAJ KI DHANI
Dhora
Sawau GIRDHRIRAM
SAWAU
12 Moolraj GODARA OH 61 79 93 104 5.62 6.62 7.4
MOOLRAJ
Dhora KIDHANI
50
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sawau
SAWAU TAKARANI
12 Moolraj OH 55 71 84 94 5.05 5.98 6.69
MOOLRAJ JAKARO KI DHANI
Dhora
Sawau
SAWAU JEHONI SIYAGO
12 Moolraj OH 75 97 114 128 6.9 8.11 9.11
MOOLRAJ KI DHANI
Dhora
Sawau
SAWAU
12 Moolraj NAIYON KA GALA OH 30 39 46 51 2.78 3.27 3.63
MOOLRAJ
Dhora
Sawau
SAWAU SABTANI
12 Moolraj OH 61 79 93 104 5.62 6.62 7.4
MOOLRAJ MEGWAL KD
Dhora
3761 4895 5776 6459 348.41 411.11 459.71
Sawau
13 GIDA SHYAM PURA SHYAMPURA MH 87083 323 420 496 554 29.89 35.3 39.43
Padamsingh
Sawau MADRUPONIY KI
13 GIDA OH 84 110 130 145 7.83 9.25 10.32
Padamsingh DHANI
Sawau SOLANKIYO KI
13 GIDA OH 91 118 139 156 8.4 9.89 11.1
Padamsingh DHANI
Sawau JALANIYO KI
13 GIDA OH 258 336 396 444 23.92 28.19 31.6
Padamsingh DHANI
GAJESINGH
Sawau
13 GIDA DHADAL KI OH 48 62 73 82 4.41 5.2 5.84
Padamsingh
DHANI
Sawau MUSALMANO KI
13 GIDA OH 142 185 218 244 13.17 15.52 17.37
Padamsingh DHANI
51
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sawau MHENDRONIYO
13 GIDA OH 335 436 514 576 31.03 36.58 41
Padamsingh KI DHANI
Sawau RAMDAN KI
13 GIDA OH 44 57 67 75 4.06 4.77 5.34
Padamsingh DHANI
CHOONI
Sawau
13 GIDA MUSALMANO KI OH 39 51 60 67 3.63 4.27 4.77
Padamsingh
DHANI
Sawau BHOMIYA KA
13 GIDA OH 26 33 39 44 2.35 2.78 3.13
Padamsingh MANDIR
Sawau PUNIYO KA PITHOBIYO KI
13 PITHONIYO KI DHANI MH 87029 99 128 151 169 9.11 10.75 12.03
Padamsingh TALA DHANI
Sawau PUNIYO KA MEGWALONI
13 OH 163 212 250 280 15.09 17.79 19.93
Padamsingh TALA DHANI
Sawau PUNIYO KA BERADO KI
13 OH 99 128 151 169 9.11 10.75 12.03
Padamsingh TALA DHANI
KHETO &
Sawau PUNIYO KA
13 GODARO KI OH 184 240 283 317 17.08 20.14 22.56
Padamsingh TALA
DHANI
Sawau PUNIYO KA PERMANIYO KI
13 OH 108 141 166 186 10.04 11.82 13.24
Padamsingh TALA DHANI
BRAHMANO &
Sawau PUNIYO KA
13 SURTHRO OH 102 132 156 174 9.4 11.1 12.38
Padamsingh TALA
KIDHANI
Sawau PUNIYO KA
13 UDROMONIYO KI DHANI UDRAMANIYO KD MH 87030 332 432 510 570 30.75 36.3 40.57
Padamsingh TALA
52
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sawau PUNIYO KA
13 BANO KD OH 137 179 211 236 12.74 15.02 16.8
Padamsingh TALA
Sawau PUNIYO KA
13 KHECHADO KD OH 138 180 212 238 12.81 15.09 16.94
Padamsingh TALA
Sawau PUNIYO KA MANONI
13 OH 134 174 205 230 12.38 14.59 16.37
Padamsingh TALA MEGWALO KD
RAEKO JAKHARO
Sawau PUNIYO KA
13 & KARWASARO OH 161 210 248 277 14.95 17.65 19.72
Padamsingh TALA
KD
Sawau PUNIYO KA BHIKHONI
13 OH 145 188 222 248 13.38 15.8 17.65
Padamsingh TALA MEGWALO KD
Sawau SAWAU
13 SUNTLA SUNTALA MH 87033 77 100 118 132 7.12 8.4 9.4
Padamsingh MOOLRAJ
SHIVDANI
Sawau SAWAU
13 MAKADO KI OH 30 39 46 51 2.78 3.27 3.63
Padamsingh MOOLRAJ
DHANI
BHAMNI
Sawau SAWAU
13 SUTHARO KI OH 62 81 96 107 5.77 6.83 7.62
Padamsingh MOOLRAJ
DHANI
Sawau SAWAU
13 SAUO KI DHANI OH 62 81 96 107 5.77 6.83 7.62
Padamsingh MOOLRAJ
MUKANANI
Sawau SAWAU
13 SUTHARO KI OH 64 84 99 111 5.98 7.05 7.9
Padamsingh MOOLRAJ
DHANI
Sawau SAWAU
13 LEGO KI DHANI OH 77 100 118 132 7.12 8.4 9.4
Padamsingh MOOLRAJ
53
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
54
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
55
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
56
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
14 JAJWA JAJAVA KELNO KI DHANI OH 136 177 209 234 12.6 14.88 16.66
JETHONI
14 JAJWA JAJAVA MEGWALO KI OH 132 172 203 227 12.24 14.45 16.16
DHANI
DEVPURA
14 JAJWA JAJAVA DAVE PURA MH 87092 105 137 162 181 9.75 11.53 12.88
(GOGASAR)
GOGADIYO KI
14 JAJWA JAJAVA OH 49 64 76 84 4.56 5.41 5.98
DHANI
SUTHARO KI
14 JAJWA JAJAVA OH 49 64 76 84 4.56 5.41 5.98
DHANI
KHERADO KI
14 JAJWA JAJAVA OH 40 52 61 69 3.7 4.34 4.91
DHANI
KARNOTAKO KA
14 JAJWA JAJAVA OH 81 106 125 140 7.54 8.9 9.96
VAS
KARNOTO KI
14 JAJWA JAJAVA OH 40 52 61 69 3.7 4.34 4.91
DHANI
MANGAL SINGH
14 JAJWA JAJAVA BHATIYO KI OH 47 61 72 81 4.34 5.12 5.77
DHANI
NAIYON &
14 JAJWA JAJAVA JAICHANDO KI OH 65 85 100 112 6.05 7.12 7.97
DHANI
14 JAJWA JAJAVA NAIYON KI DHANI OH 49 64 76 84 4.56 5.41 5.98
PADAM SINGH
14 JAJWA JAJAVA BIATYON KI OH 49 64 76 84 4.56 5.41 5.98
DHANI
14 JAJWA JAJAVA EKLAVYA NAGAR EKLAVAY NAGAR MH 87085 329 428 505 565 30.46 35.94 40.21
14 JAJWA JAJAVA BHELO KI DHANI OH 83 108 127 143 7.69 9.04 10.18
57
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
14 JAJWA JAJAVA FATEH NAGAR FATEH NAGAR MH 87090 179 233 275 308 16.58 19.57 21.92
RANA RAJPUTO
14 JAJWA JAJAVA OH 251 326 385 430 23.2 27.4 30.61
KI DHANI
MUSALMANO KI
14 JAJWA JAJAVA OH 179 233 275 308 16.58 19.57 21.92
DHANI
14 JAJWA JAJAVA JAJWA JAJAVA MH 87091 231 300 354 396 21.35 25.2 28.19
14 JAJWA JAJAVA BHATIYO KI BAS OH 272 354 418 467 25.2 29.75 33.24
14 JAJWA JAJAVA JAJWA AI JEE JAJAVA AIJI MH 87088 126 164 194 216 11.67 13.81 15.37
ACHALANI
14 JAJWA JAJAVA OH 75 97 114 128 6.9 8.11 9.11
BHEELO KI DHANI
SEVANI RANA
14 JAJWA JAJAVA RAJPUTO KI OH 126 164 194 216 11.67 13.81 15.37
DHANI
BHEEMANI
14 JAJWA JAJAVA SUTHARO OH 76 98 116 129 6.98 8.26 9.18
KIDHANI
14 JAJWA JAJAVA NAIYON KI DHANI OH 63 82 97 108 5.84 6.9 7.69
GOJANIY
14 JAJWA JAJAVA SUTHARO KI OH 158 206 243 272 14.66 17.3 19.36
DHANI
BALVANT RADO
14 JAJWA JAJAVA OH 76 98 116 129 6.98 8.26 9.18
KI DHANI
14 JAJWA JAJAVA PANAWAS PURA PANAVASPURA MH 87089 96 126 149 166 8.97 10.61 11.82
PANONI
14 JAJWA JAJAVA MEGAWALO KI OH 60 78 92 103 5.55 6.55 7.33
DHANI
CHAMNARAM
14 JAJWA JAJAVA OH 54 70 83 92 4.98 5.91 6.55
SUTHARO KI
58
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHANI
LAKHANI
14 JAJWA JAJAVA MUSALMANO KI OH 66 86 101 114 6.12 7.19 8.11
DHANI
SUTHARO KI
14 JAJWA JAJAVA OH 102 133 157 176 9.47 11.17 12.53
DHANI
SONANI
14 JAJWA JAJAVA SUTHARO KI OH 96 126 149 166 8.97 10.61 11.82
DHANI
INDA RAJPUTO KI
14 JAJWA JAJAVA OH 82 106 125 140 7.54 8.9 9.96
DHANI
14 JAJWA JAJAVA RAJPURA RAJPURA(JAJAVA) MH 87086 69 90 106 119 6.41 7.54 8.47
14 JAJWA JAJAVA NAIYON KI DHANI OH 69 90 106 119 6.41 7.54 8.47
PADAMSINGH
14 JAJWA JAJAVA BHATIYON KI OH 83 108 127 143 7.69 9.04 10.18
DHANI
MANGALSINGH
14 JAJWA JAJAVA BHATIYO KI OH 83 108 127 143 7.69 9.04 10.18
DHANI
KARNOTO KI
14 JAJWA JAJAVA OH 69 90 106 119 6.41 7.54 8.47
DHANI
NAIYON &
14 JAJWA JAJAVA JAYCHANDO KI OH 96 125 148 165 8.9 10.53 11.74
DHANI
SARDAR PURA
14 JAJWA JAJAVA SARDAR PURA MH 87093 185 241 284 318 17.15 20.21 22.63
(JAJAVA)
PANONI BHEELO
14 JAJWA JAJAVA OH 74 96 113 127 6.83 8.04 9.04
KI DHANI
59
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
PAVANRO KI
14 JAJWA JAJAVA OH 111 145 171 191 10.32 12.17 13.59
DHANI
14 JAJWA JAJAVA NEHRO KI DHANI OH 88 115 136 152 8.19 9.68 10.82
JAMANI
14 JAJWA JAJAVA MUSALMANO OH 74 96 113 127 6.83 8.04 9.04
KIDHANI
SANCHLO &
14 JAJWA JAJAVA OH 147 192 227 253 13.67 16.16 18.01
KELNO KI DHANI
JAYCHAND
14 JAJWA JAJAVA OH 88 115 136 152 8.19 9.68 10.82
KIDHANI
BHARIYO KI
14 JAJWA JAJAVA OH 45 58 68 77 4.13 4.84 5.48
DHANI
5245 6824 8054 9008 485.73 573.24 641.15
15 Jakhra JAKHARA DANPURA DANPURA MH 87041 478 622 734 821 44.27 52.24 58.44
DANPURA
15 Jakhra JAKHARA OH 179 233 275 308 16.58 19.57 21.92
SCHOOL
15 Jakhra JAKHARA KHODO KI DHANI OH 179 233 275 308 16.58 19.57 21.92
15 Jakhra JAKHARA DELUO KI DHANI OH 179 233 275 308 16.58 19.57 21.92
SERANIYO KI
15 Jakhra JAKHARA OH 176 229 270 302 16.3 19.22 21.5
DHANI
SALWO BHEELO
15 Jakhra JAKHARA OH 175 228 269 301 16.23 19.15 21.42
KI DHANI
15 Jakhra JAKHARA GODARO KI DHANI GODARO KI BASTI MH 87040 186 242 286 319 17.22 20.36 22.71
MACHARO KI
15 Jakhra JAKHARA OH 186 242 286 319 17.22 20.36 22.71
DHANI
MACHARO KI
15 Jakhra JAKHARA OH 186 242 286 319 17.22 20.36 22.71
SCHOOL
60
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DARJIYO KI
15 Jakhra JAKHARA OH 237 309 365 408 21.99 25.98 29.04
DHANI
SIDANO GODARO
15 Jakhra JAKHARA OH 137 179 211 236 12.74 15.02 16.8
KI DHANI
15 Jakhra JAKHARA JAKHRA JAKHARA MH 87042 271 352 415 465 25.05 29.54 33.1
15 Jakhra JAKHARA NAIYO KI DHANI OH 271 352 415 465 25.05 29.54 33.1
JAKHARO KI
15 Jakhra JAKHARA OH 271 352 415 465 25.05 29.54 33.1
DHANI
15 Jakhra JAKHARA DUKIYO KI DHANI OH 271 352 415 465 25.05 29.54 33.1
GODARO KI
15 Jakhra JAKHARA OH 271 352 415 465 25.05 29.54 33.1
DHANI
NAGANI
15 Jakhra JAKHARA JAKHARO KI OH 271 352 415 465 25.05 29.54 33.1
DHANI
LOKARODO
15 Jakhra JAKHARA OH 271 352 415 465 25.05 29.54 33.1
KIDHANI
PEERANI SAUO KI
15 Jakhra JAKHARA OH 239 311 367 411 22.14 26.12 29.25
DHANI
4432 5767 6804 7615 410.42 484.3 542.04
Heera Ki HEERA KI CHAK NIMBA KI
16 CHAK NIMBA KI DHANI MH 86914 62 81 96 107 5.77 6.83 7.62
Dhani DHANI DHANI
Heera Ki HEERA KI
16 CHAK NIMBA OH 15 20 24 26 1.42 1.71 1.85
Dhani DHANI
Heera Ki HEERA KI
16 AMLKH GURU KD OH 15 20 24 26 1.42 1.71 1.85
Dhani DHANI
Heera Ki HEERA KI
16 JAKHARO KD OH 21 28 33 37 1.99 2.35 2.63
Dhani DHANI
61
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
62
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
63
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Heera Ki HEERA KI
16 KRELI NADI OH 117 152 179 201 10.82 12.74 14.31
Dhani DHANI
SONANI
Heera Ki HEERA KI
16 MEGWAL KI OH 117 152 179 201 10.82 12.74 14.31
Dhani DHANI
DHANI
Heera Ki HEERA KI PANCHANIYO KI
16 OH 60 77 91 102 5.48 6.48 7.26
Dhani DHANI DHANI
Heera Ki HEERA KI ANONI MEGWAL
16 OH 59 76 90 100 5.41 6.41 7.12
Dhani DHANI KI DHANI
Heera Ki HEERA KI
16 SIYAGO KI DHANI OH 117 152 179 201 10.82 12.74 14.31
Dhani DHANI
VAGTANI
Heera Ki HEERA KI
16 MEGWAL KI OH 36 46 54 61 3.27 3.84 4.34
Dhani DHANI
DHANI
Heera Ki HEERA KI RAJPUTO KI
16 OH 59 76 90 100 5.41 6.41 7.12
Dhani DHANI DHANIYA
PERLONI
Heera Ki HEERA KI
16 GODARO KI OH 94 122 144 161 8.68 10.25 11.46
Dhani DHANI
DHANI
RANCHODIYO
Heera Ki HEERA KI
16 MEGWALO KI OH 23 30 35 40 2.14 2.49 2.85
Dhani DHANI
DHANI
DHUDONI
Heera Ki HEERA KI
16 GODARO KI OH 78 101 119 133 7.19 8.47 9.47
Dhani DHANI
DHANI
Heera Ki HEERA KI DEVARO KI
16 OH 59 76 90 100 5.41 6.41 7.12
Dhani DHANI DHANI
64
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KONONI &
Heera Ki HEERA KI
16 ADANIYO KI OH 89 116 137 153 8.26 9.75 10.89
Dhani DHANI
DHANI
Heera Ki HEERA KI KHOTHO KI
16 KHOTHON KI DHANI MH 86911 33 43 51 57 3.06 3.63 4.06
Dhani DHANI DHANI
Heera Ki HEERA KI
16 KHOTHO KI BERI OH 26 33 39 44 2.35 2.78 3.13
Dhani DHANI
Heera Ki HEERA KI MEGWALO KI
16 OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI DHANI
Heera Ki HEERA KI
16 DADIYO KI DHANI OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI
SONANI &
Heera Ki HEERA KI
16 RAMCHANDONI OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI
DHANI
Heera Ki HEERA KI ANNODIYON KI
16 OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI DHANI
Heera Ki HEERA KI TEJANIYON KI
16 OH 33 43 51 57 3.06 3.63 4.06
Dhani DHANI DHANI
Heera Ki HEERA KI RAMDAN KI
16 OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI DHANI
Heera Ki HEERA KI GOKALONIYO KI
16 OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI DHANI
JUGRAM
Heera Ki HEERA KI
16 BENIWAL KI OH 33 43 51 57 3.06 3.63 4.06
Dhani DHANI
DHANI
65
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Heera Ki HEERA KI
16 SWAMI NADA OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI
Heera Ki HEERA KI SUTHARO KI
16 OH 33 43 51 57 3.06 3.63 4.06
Dhani DHANI DHANI
Heera Ki HEERA KI
16 JANIYO KI DHANI OH 64 84 99 111 5.98 7.05 7.9
Dhani DHANI
MANGALANI &
Heera Ki HEERA KI
16 LIKHAMARAM OH 131 170 201 224 12.1 14.31 15.94
Dhani DHANI
KHOTH KI DHANI
Heera Ki HEERA KI SERANIYON
16 OH 76 99 117 131 7.05 8.33 9.32
Dhani DHANI KIDHANI
Heera Ki HEERA KI BHOMONIYO KI
16 OH 33 43 51 57 3.06 3.63 4.06
Dhani DHANI DHANI
Heera Ki HEERA KI DHUNIYO KI
16 OH 65 85 100 112 6.05 7.12 7.97
Dhani DHANI DHANI
Heera Ki HEERA KI RAMCHANDR JI
16 OH 33 43 51 57 3.06 3.63 4.06
Dhani DHANI KI DHANI
Heera Ki HEERA KI PANCHA KI
16 PANCHA KI DHANI MH 86913 30 38 45 50 2.7 3.2 3.56
Dhani DHANI DHANI
MEGWAL &
Heera Ki HEERA KI
16 SANSHI BASTI OH 120 156 184 206 11.1 13.1 14.66
Dhani DHANI
SAMSAH GAHT
Heera Ki HEERA KI KASBAPURA-I
16 OH 31 40 47 53 2.85 3.35 3.77
Dhani DHANI KAA KI DHANI
66
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
PANONI
Heera Ki HEERA KI
16 MEGWALO KI OH 60 78 92 103 5.55 6.55 7.33
Dhani DHANI
DHANI
Heera Ki HEERA KI RAMDEO
16 OH 60 78 92 103 5.55 6.55 7.33
Dhani DHANI MANDIR
DEVONI
Heera Ki HEERA KI
16 MEGWALO KI OH 60 78 92 103 5.55 6.55 7.33
Dhani DHANI
DHANI
Heera Ki HEERA KI SALANI KASBO
16 OH 60 78 92 103 5.55 6.55 7.33
Dhani DHANI KIDHANI
Heera Ki HEERA KI NAGONI KASBA
16 OH 120 156 184 206 11.1 13.1 14.66
Dhani DHANI KI DHANI
Heera Ki HEERA KI BINJARAM KASBA
16 OH 72 94 111 124 6.69 7.9 8.83
Dhani DHANI KI DHANI
KHARTHONI
Heera Ki HEERA KI
16 MEGHWALO KI OH 61 79 93 104 5.62 6.62 7.4
Dhani DHANI
DHANI
Heera Ki HEERA KI KARWASARO KI
16 OH 31 40 47 53 2.85 3.35 3.77
Dhani DHANI DHANI
Heera Ki HEERA KI BHADUO KI
16 OH 120 156 184 206 11.1 13.1 14.66
Dhani DHANI DHANI
GENONI
Heera Ki HEERA KI
16 JAKHARO OH 31 40 47 53 2.85 3.35 3.77
Dhani DHANI
KIDHANI
Heera Ki HEERA KI PANONI
16 OH 92 119 140 157 8.47 9.96 11.17
Dhani DHANI KASBAPURA -II
67
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
68
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
LIKHAMARAM
Heera Ki HEERA KI
16 GODARA KI OH 76 99 117 131 7.05 8.33 9.32
Dhani DHANI
DHANI
Heera Ki HEERA KI SYANIN GODARO
16 OH 40 53 63 70 3.77 4.48 4.98
Dhani DHANI KI DHANI
PURONI &
Heera Ki HEERA KI
16 DAUOAONI KI OH 54 71 84 94 5.05 5.98 6.69
Dhani DHANI
DHANI
PURNONI SAUO
Heera Ki HEERA KI & RAWARAM
16 OH 40 53 63 70 3.77 4.48 4.98
Dhani DHANI GODARO KI
DHANI
Heera Ki HEERA KI
16 SIVLO KI DHANI(Siyon KD) SIYOLO KI DHANI MH 86908 22 29 34 38 2.06 2.42 2.7
Dhani DHANI
Heera Ki HEERA KI NATHNIYO KI
16 OH 12 16 19 21 1.14 1.35 1.49
Dhani DHANI DHANI
Heera Ki HEERA KI POTALIYO KI
16 OH 22 29 34 38 2.06 2.42 2.7
Dhani DHANI DHANI
Heera Ki HEERA KI KUONI & SEREBI
16 OH 112 146 172 193 10.39 12.24 13.74
Dhani DHANI KI DHANI
Heera Ki HEERA KI DARJIYO KI
16 OH 56 73 86 96 5.2 6.12 6.83
Dhani DHANI DHANI
Heera Ki HEERA KI LALARAM KI
16 OH 24 31 37 41 2.21 2.63 2.92
Dhani DHANI DHANI
Heera Ki HEERA KI
16 NIMBA KI DHANI OH 27 35 41 46 2.49 2.92 3.27
Dhani DHANI
69
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Heera Ki HEERA KI
16 SIYOL KA DHORA OH 56 73 86 96 5.2 6.12 6.83
Dhani DHANI
Heera Ki KHOKHSAR KHOKHSAR
16 KHOKASAR WEST MH 87044 200 260 307 343 18.51 21.85 24.41
Dhani PASCHIM PASCHIM
Heera Ki KHOKHSAR
16 KHOTO KI DHANI OH 90 117 138 154 8.33 9.82 10.96
Dhani PASCHIM
Heera Ki KHOKHSAR BHOORSINGH
16 OH 54 70 83 92 4.98 5.91 6.55
Dhani PASCHIM DELU KI DHANI
Heera Ki KHOKHSAR HANUMAN JI KA
16 OH 58 76 90 100 5.41 6.41 7.12
Dhani PASCHIM MANDIR
Heera Ki KHOKHSAR RAMKENONI
16 OH 73 96 113 127 6.83 8.04 9.04
Dhani PASCHIM SAUO KI DHANI
Heera Ki KHOKHSAR KAARWASARO KI
16 OH 62 81 96 107 5.77 6.83 7.62
Dhani PASCHIM DHANI
Heera Ki KHOKHSAR NARSINGONI
16 OH 116 151 178 199 10.75 12.67 14.16
Dhani PASCHIM SAUO KI DHANI
Heera Ki KHOKHSAR HERONI SAUO KI
16 OH 116 151 178 199 10.75 12.67 14.16
Dhani PASCHIM DHANI
Heera Ki KHOKHSAR ROOPONI SAUO
16 OH 69 90 106 119 6.41 7.54 8.47
Dhani PASCHIM KI DHANI
Heera Ki
16 SOHADA LEGO KI DHANI LEGO KI DHANI MH 87034 534 695 820 917 49.47 58.36 65.27
Dhani
Heera Ki BERADO KI
16 SOHADA OH 248 323 381 426 22.99 27.12 30.32
Dhani DHANI
16 Heera Ki SOHADA MAKADO KI OH 166 216 255 285 15.37 18.15 20.29
70
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Dhani DHANI
Heera Ki
16 SOHADA NIMBA KI DHANI NIMBA KI DHANI MH 87039 166 216 255 285 15.37 18.15 20.29
Dhani
Heera Ki
16 SOHADA DELUO KI DHANI OH 282 367 433 484 26.12 30.82 34.45
Dhani
BANKONI
Heera Ki
16 SOHADA SUTHARO KI OH 263 343 405 453 24.41 28.83 32.24
Dhani
DHANI
Heera Ki SUTHARO KI
16 SOHADA SUTHARO KI DHANI MH 87035 104 135 159 178 9.61 11.32 12.67
Dhani DHANI
Heera Ki MACHARO KI
16 SOHADA OH 210 274 323 362 19.5 22.99 25.77
Dhani DHANI
8308 10809 12757 14261 769.34 908.1 1015.04
17 Khokhsar KHOKHSAR BAGHTHAL BAGTHAL MH 87050 141 184 217 243 13.1 15.45 17.3
AINATH MANDIR
17 Khokhsar KHOKHSAR OH 74 97 114 128 6.9 8.11 9.11
KE PAS
SALECHA
17 Khokhsar KHOKHSAR RAJPUTO KI OH 157 205 242 271 14.59 17.22 19.29
DHANI
KHEMANI
17 Khokhsar KHOKHSAR KADWASARO KI OH 160 208 245 275 14.8 17.44 19.57
DHANI
17 Khokhsar KHOKHSAR MAYLO KI DHANI OH 149 194 229 256 13.81 16.3 18.22
DHERANI
17 Khokhsar KHOKHSAR MEGHWALO KI OH 69 90 106 119 6.41 7.54 8.47
DHANI
17 Khokhsar KHOKHSAR CHABAWAS (NRV 2011) CHABO KI DHANI MH 87049 168 219 258 289 15.59 18.36 20.57
71
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
17 Khokhsar KHOKHSAR DAHANDUPURA DHADUPURA MH 87048 196 255 301 337 18.15 21.42 23.99
SUTHRO KI
17 Khokhsar KHOKHSAR OH 215 280 330 370 19.93 23.49 26.34
DHANI
CHENANI
17 Khokhsar KHOKHSAR MEGWALO KI OH 207 270 319 356 19.22 22.71 25.34
DHANI
17 Khokhsar KHOKHSAR BANO KI DHANI OH 177 230 271 304 16.37 19.29 21.64
17 Khokhsar KHOKHSAR KHOKHSAR KHOKHSAR MH 87047 428 557 657 735 39.65 46.76 52.31
BIJALANI
17 Khokhsar KHOKHSAR MEGHWALO KI OH 144 188 222 248 13.38 15.8 17.65
DHANI
GULONI
17 Khokhsar KHOKHSAR MEGHWALO KI OH 139 180 212 238 12.81 15.09 16.94
DHANI
KANKOLA
17 Khokhsar KHOKHSAR MEGHWALO KI OH 148 193 228 255 13.74 16.23 18.15
DHANI
SHERONI BANO
17 Khokhsar KHOKHSAR OH 162 211 249 279 15.02 17.72 19.86
KI DHANI
KHOKHSAR
17 Khokhsar BERADPURA BERANGPURA MH 87043 33 44 52 58 3.13 3.7 4.13
PASCHIM
KHOKHSAR MEGHWALO KI
17 Khokhsar OH 113 147 173 194 10.46 12.31 13.81
PASCHIM DHANI
KHOKHSAR GODARO KI
17 Khokhsar OH 185 240 283 317 17.08 20.14 22.56
PASCHIM DHANI
KHOKHSAR BERADO KI
17 Khokhsar OH 141 183 216 242 13.03 15.37 17.22
PASCHIM DHANI
72
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KHOKHSAR KHOKHSAR
17 Khokhsar KHOKHSAR SOUTH MH 87053 131 171 202 226 12.17 14.38 16.09
PASCHIM DAKCIN
KHOKHSAR DARGION KI
17 Khokhsar OH 126 164 194 216 11.67 13.81 15.37
PASCHIM DHANI
KHOKHSAR
17 Khokhsar NAIYON KI DHANI OH 192 250 295 330 17.79 21 23.49
PASCHIM
KHOKHSAR MUSALMANO KI
17 Khokhsar OH 179 233 275 308 16.58 19.57 21.92
PASCHIM DHANI
HARPONI
KHOKHSAR
17 Khokhsar KADWASARO KI OH 211 275 325 363 19.57 23.13 25.84
PASCHIM
DHANI
KHOKHSAR
17 Khokhsar MAHING PURA MAHINGPURA MH 87046 175 227 268 300 16.16 19.08 21.35
PASCHIM
KHOKHSAR KHERAJANI KI
17 Khokhsar OH 185 240 283 317 17.08 20.14 22.56
PASCHIM DHANI
KHOKHSAR VAJEERO KI
17 Khokhsar OH 171 223 263 294 15.87 18.72 20.93
PASCHIM DHANI
KHOKHSAR JAKHARO KI
17 Khokhsar OH 123 160 189 211 11.39 13.45 15.02
PASCHIM DHANI
KHOKHSAR
17 Khokhsar JASODO KI DHANI OH 120 156 184 206 11.1 13.1 14.66
PASCHIM
KHOKHSAR
17 Khokhsar MUKANGARH (NRV 2011) SIYAGO KI DHANI MH 87045 417 543 641 717 38.65 45.62 51.03
PASCHIM
KHOKHSAR DAUOKIYON KI
17 Khokhsar OH 231 301 355 397 21.42 25.27 28.26
PASCHIM DHANI
73
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
74
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHANI
KHOKHSAR MAYALO KI
18 Khokhsar OH 259 336 396 444 23.92 28.19 31.6
EAST DHANI
KHOKHSAR
18 Khokhsar SINALI NADI OH 163 212 250 280 15.09 17.79 19.93
EAST
KHOKHSAR
18 Khokhsar BERDO KI DHANI OH 133 172 203 227 12.24 14.45 16.16
EAST
KHOKHSAR
18 Khokhsar SAUO KI DHANI-II OH 310 403 476 532 28.68 33.88 37.87
EAST
3650 4748 5602 6268 337.97 398.73 446.13
Khokhsar KHARADA
19 HANUMAN PURA HANUMAN PURA MH 87054 261 340 401 449 24.2 28.54 31.96
East BHARAT SINGH
Khokhsar KHARADA
19 RAEKO KIDHANI OH 212 276 326 364 19.64 23.2 25.91
East BHARAT SINGH
75
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Khokhsar KHARADA
19 MUDO KI DHANI OH 212 276 326 364 19.64 23.2 25.91
East BHARAT SINGH
Khokhsar KHARADA
19 DELUO KI DHANI OH 177 231 273 305 16.44 19.43 21.71
East BHARAT SINGH
Khokhsar KHARADA
19 BHELO KI DHANI OH 255 332 392 438 23.63 27.9 31.18
East BHARAT SINGH
76
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Khokhsar KHARADA
19 DADIYO KI DHANI OH 124 161 190 213 11.46 13.52 15.16
East BHARAT SINGH
Khokhsar KHARADA
19 MALASAR MALASAR MH 87057 491 639 754 843 45.48 53.67 60
East BHARAT SINGH
Khokhsar KHARADA
19 SIMARKHIYA SAMRAKIYA MH 87058 133 173 204 228 12.31 14.52 16.23
East BHARAT SINGH
77
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Khokhsar KHOKHSAR
19 KARALIYA BERA KARLIYA MH 87059 227 295 348 389 21 24.77 27.69
East EAST
Khokhsar KHOKHSAR DAUKIYO
19 OH 294 383 452 506 27.26 32.17 36.02
East EAST KIDHANI
Khokhsar KHOKHSAR
19 SARNO KIDHANI OH 294 383 452 506 27.26 32.17 36.02
East EAST
Khokhsar KHOKHSAR BALIHARO KI
19 OH 294 383 452 506 27.26 32.17 36.02
East EAST DHANI
Khokhsar KHOKHSAR SINDHYO KI
19 OH 294 383 452 506 27.26 32.17 36.02
East EAST DHANI
Khokhsar KHOKHSAR BERADO KI
19 OH 221 287 339 379 20.43 24.13 26.98
East EAST DHANI
Khokhsar KHOKHSAR KANORIYO KI
19 OH 187 243 287 321 17.3 20.43 22.85
East EAST DHANI
6577 8558 10101 11299 609.1 718.93 804.25
78
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BENIWALO KI
20 Pareu PARAU BENIWALO KI DHANI MH 87073 118 153 181 202 10.89 12.88 14.38
DHANI
NENANI
20 Pareu PARAU BENIWALO KI OH 59 76 90 100 5.41 6.41 7.12
DHANI
SHARANO KI
20 Pareu PARAU OH 64 83 98 110 5.91 6.98 7.83
DHANI
MALANI GODARO
20 Pareu PARAU OH 118 153 181 202 10.89 12.88 14.38
KI DHANI
GANGANI
20 Pareu PARAU GODARO KI OH 82 107 126 141 7.62 8.97 10.04
DHANI
ROOPONI
20 Pareu PARAU MEGHWALO KI OH 59 76 90 100 5.41 6.41 7.12
DHANI
JAGARAM KI
20 Pareu PARAU JAGARAM KI DHANI MH 87074 190 247 291 326 17.58 20.71 23.2
DHANI
20 Pareu PARAU RAIKO KIDHANI OH 90 117 138 154 8.33 9.82 10.96
KISNA MEGHWAL
20 Pareu PARAU OH 146 190 224 251 13.52 15.94 17.87
KI DHANI
MANGUO KI
20 Pareu PARAU OH 166 216 255 285 15.37 18.15 20.29
DHANI
20 Pareu PARAU JASNATH PURA JASNATHPURA MH 87070 164 214 253 282 15.23 18.01 20.07
20 Pareu PARAU LEGO KI DHANI OH 87 113 133 149 8.04 9.47 10.61
HEERANI SAIYON
20 Pareu PARAU OH 87 113 133 149 8.04 9.47 10.61
KIDHANI
BRAHMANO KI
20 Pareu PARAU OH 112 146 172 193 10.39 12.24 13.74
DHANOI
79
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KUMBHARAM KI
20 Pareu PARAU OH 83 107 126 141 7.62 8.97 10.04
DHANI
20 Pareu PARAU JASODO KE BERI JASODO KI BERI MH 87060 170 221 261 292 15.73 18.58 20.78
GODARO KI
20 Pareu PARAU OH 142 185 218 244 13.17 15.52 17.37
DHANI
SAHID
20 Pareu PARAU ROOPSINGH OH 162 211 249 279 15.02 17.72 19.86
NAGAR
SWAMIYON KI
20 Pareu PARAU OH 150 195 230 257 13.88 16.37 18.29
DHANI JODHPURI
20 Pareu PARAU BHEELO KI BASTI OH 136 176 208 232 12.53 14.8 16.51
BHATIYON KI
20 Pareu PARAU OH 162 211 249 279 15.02 17.72 19.86
DHANI
BHEELO KE
20 Pareu PARAU OH 129 168 198 222 11.96 14.09 15.8
SANTO KI DHANI
MAHADEO
20 Pareu PARAU MAHADEV MANDIR MH 87061 94 123 145 162 8.75 10.32 11.53
MANDIR
BHABHUO KI
20 Pareu PARAU OH 110 143 169 189 10.18 12.03 13.45
DHANI
SUTHARO KI
20 Pareu PARAU OH 137 178 210 235 12.67 14.95 16.73
DHANI
20 Pareu PARAU BHEELO KI BASTI OH 124 161 190 213 11.46 13.52 15.16
20 Pareu PARAU SIYALO KI DHANI OH 148 193 228 255 13.74 16.23 18.15
CHENANIYO
20 Pareu PARAU OH 162 210 248 277 14.95 17.65 19.72
BHEELO KI BASTI
DARJIYO KI
20 Pareu PARAU OH 186 243 287 321 17.3 20.43 22.85
DHANI
20 Pareu PARAU DAUKIYO KI OH 164 213 251 281 15.16 17.87 20
80
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHANI
MUKNANI
MUKANANIYO KA BERA
20 Pareu PARAU GODARO KI MH 87069 191 249 294 329 17.72 20.93 23.42
(NRV 2011)
DHANI
DEVANI
20 Pareu PARAU SAHARNO KI OH 207 269 317 355 19.15 22.56 25.27
DHANI
20 Pareu PARAU PAREU PAREU MH 87072 368 479 565 632 34.09 40.21 44.98
HANUMAN JI KA
20 Pareu PARAU OH 196 255 301 337 18.15 21.42 23.99
MANDIR
MEGHWALO KI
20 Pareu PARAU OH 236 307 362 405 21.85 25.77 28.83
DHANI
20 Pareu PARAU RAWALA BERA OH 98 128 151 169 9.11 10.75 12.03
20 Pareu PARAU GOGASAR NADI OH 91 118 139 156 8.4 9.89 11.1
SHOBHNI
20 Pareu PARAU GODARO KI OH 359 467 551 616 33.24 39.22 43.84
DHANI
BHAYALO KI
20 Pareu PARAU OH 162 210 248 277 14.95 17.65 19.72
DHANI
20 Pareu PARAU SAIYON KI DHANI OH 131 170 201 224 12.1 14.31 15.94
PEERANI SAUO KI
20 Pareu PARAU PEERANI SAI. KI DHANI MH 87068 161 210 248 277 14.95 17.65 19.72
DHANI
PURKHANI
20 Pareu PARAU OH 97 127 150 168 9.04 10.68 11.96
SAIYON KI DHANI
VEERDO KI
20 Pareu PARAU OH 91 119 140 157 8.47 9.96 11.17
DHANI
20 Pareu PARAU POONIYON KI BERI POONIYO KI BERI MH 87071 105 137 162 181 9.75 11.53 12.88
81
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DABANI
20 Pareu PARAU BENIWALO KI OH 103 133 157 176 9.47 11.17 12.53
DHANI
PEERANIYO
20 Pareu PARAU MANJUO KI OH 88 115 136 152 8.19 9.68 10.82
DHANI
DOLANIYO KI
20 Pareu PARAU OH 88 115 136 152 8.19 9.68 10.82
DHANI
MADHO NAI KI
20 Pareu PARAU OH 45 58 68 77 4.13 4.84 5.48
DHANI
GAJANIYO JOGO
20 Pareu PARAU OH 74 96 113 127 6.83 8.04 9.04
KI DHANI
ANDANIYO KI
20 Pareu PARAU OH 182 237 280 313 16.87 19.93 22.28
DHANI
6869 8941 10551 11803 636.42 750.98 840.14
MALWA
21 LAPOONDRA KHARAPAR MALWA PATAWATAN MH 87112 230 299 353 395 21.28 25.13 28.11
PATHVATHN
21 LAPOONDRA KHARAPAR RAEKO KI DHANI OH 140 183 216 242 13.03 15.37 17.22
21 LAPOONDRA KHARAPAR LEGO KI DHANI OH 275 358 422 473 25.48 30.04 33.67
LAPUNDARA GODARO KI
21 LAPOONDRA ANASAR BORLA (NRV2011) MH 87108 124 161 190 213 11.46 13.52 15.16
BARHTHAN DHANI
LAPUNDARA
21 LAPOONDRA RAIKO KI DHANI OH 124 161 190 213 11.46 13.52 15.16
BARHTHAN
LAPUNDARA
21 LAPOONDRA DARJIYO KA BERA DARJIYO KI BERI MH 87104 299 389 459 513 27.69 32.67 36.51
BARHTHAN
LAPUNDARA
21 LAPOONDRA PABUSAR BERA OH 206 268 316 354 19.08 22.49 25.2
BARHTHAN
82
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
MAKAWANA
LAPUNDARA
21 LAPOONDRA MEGHWALO KI OH 209 272 321 359 19.36 22.85 25.55
BARHTHAN
DHANI
LAPUNDARA GOYALO KI
21 LAPOONDRA OH 279 363 428 479 25.84 30.46 34.09
BARHTHAN DHANI
LAPUNDARA
21 LAPOONDRA DOLI NADI DOLI NADI MH 87109 205 267 315 352 19 22.42 25.05
BARHTHAN
RAWANA
LAPUNDARA
21 LAPOONDRA RAJPUTO KI OH 112 146 172 193 10.39 12.24 13.74
BARHTHAN
DHANI
LAPUNDARA LAPUNDRA
21 LAPOONDRA LAPOONDRA BARTHAN MH 87110 337 439 518 579 31.25 36.87 41.21
BARHTHAN BARHTHAN
LAPUNDARA BOKO KI DHANI
21 LAPOONDRA OH 256 333 393 440 23.7 27.97 31.32
BARHTHAN (MEG.)
LAPUNDARA
21 LAPOONDRA LEGO KI DHANI OH 124 162 191 214 11.53 13.59 15.23
BARHTHAN
LAPUNDARA
21 LAPOONDRA DETHO KI DHANI OH 199 259 306 342 18.43 21.78 24.34
BARHTHAN
LAPUNDARA GODARO KI
21 LAPOONDRA OH 122 159 188 210 11.32 13.38 14.95
BARHTHAN DHANI
LAPUNDARA LAPUNDRA
21 LAPOONDRA LAPUNDRA CHOUHAN MH 87106 228 296 349 391 21.07 24.84 27.83
BARHTHAN CHOUHAN
LAPUNDARA RAJPUTON KI
21 LAPOONDRA OH 87 114 135 150 8.11 9.61 10.68
BARHTHAN DHANI
83
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
LAPUNDARA RAMDERIYA
21 LAPOONDRA OH 131 171 202 226 12.17 14.38 16.09
BARHTHAN BERA
LAPUNDARA JAISANO KI
21 LAPOONDRA OH 104 135 159 178 9.61 11.32 12.67
BARHTHAN DHANI
LAPUNDARA
21 LAPOONDRA JAGO KI DHANI OH 61 79 93 104 5.62 6.62 7.4
BARHTHAN
PARIHAR
LAPUNDARA
21 LAPOONDRA MEGWALO KI OH 131 171 202 226 12.17 14.38 16.09
BARHTHAN
DHANI
3984 5185 6118 6846 369.05 435.45 487.27
CHIMANIYO KI
22 Kumpaliya KUMPALIYA CHIMONIYO KI DHANI MH 87066 159 207 244 273 14.73 17.37 19.43
DHANI
MAHADEO KA
22 Kumpaliya KUMPALIYA OH 127 165 195 218 11.74 13.88 15.52
MANDIR
RAVATONO
22 Kumpaliya KUMPALIYA JAGOUO KI OH 139 181 214 239 12.88 15.23 17.01
DHANI
22 Kumpaliya KUMPALIYA BHEELO KI DHANI OH 102 132 156 174 9.4 11.1 12.38
JALONI DHADIYO
22 Kumpaliya KUMPALIYA OH 114 149 176 197 10.61 12.53 14.02
KI DHANI
22 Kumpaliya KUMPALIYA JAGUO KI DHANI OH 159 207 244 273 14.73 17.37 19.43
BHATIOYN KI
22 Kumpaliya KUMPALIYA OH 195 254 300 335 18.08 21.35 23.84
DHANI
22 Kumpaliya KUMPALIYA DUNGRA NADA DUNGRA NADA MH 87063 120 156 184 206 11.1 13.1 14.66
BABHUO KI
22 Kumpaliya KUMPALIYA OH 132 172 203 227 12.24 14.45 16.16
DHANI
22 Kumpaliya KUMPALIYA MEGWALO KI OH 125 163 192 215 11.6 13.67 15.3
84
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHANI
MANJUO KI
22 Kumpaliya KUMPALIYA OH 132 172 203 227 12.24 14.45 16.16
DHANI
22 Kumpaliya KUMPALIYA JARKHA DHORA OH 124 162 191 214 11.53 13.59 15.23
GODARO KI
22 Kumpaliya KUMPALIYA GODARO KI DHANI MH 87067 65 84 99 111 5.98 7.05 7.9
DHANI
JAGMALONI
22 Kumpaliya KUMPALIYA GODARO KI OH 81 105 124 139 7.47 8.83 9.89
DHANI
GENO GODARO
22 Kumpaliya KUMPALIYA OH 95 124 146 164 8.83 10.39 11.67
KI DHANI
22 Kumpaliya KUMPALIYA BEROD KI DHANI OH 107 140 165 185 9.96 11.74 13.17
22 Kumpaliya KUMPALIYA SAIYO KI DHANI OH 130 169 199 223 12.03 14.16 15.87
SINDHIYO KI
22 Kumpaliya KUMPALIYA OH 114 148 175 195 10.53 12.46 13.88
DHANI
SUKHONI SARIYO
22 Kumpaliya KUMPALIYA OH 139 181 214 239 12.88 15.23 17.01
KI DHANI
JIMPONIYO KI
22 Kumpaliya KUMPALIYA JHEEMPONIYO KI DHANI MH 87062 281 366 432 483 26.05 30.75 34.38
DHANI
BHABUO KI
22 Kumpaliya KUMPALIYA OH 74 96 113 127 6.83 8.04 9.04
DHANI
22 Kumpaliya KUMPALIYA BHEELO KI BASTI OH 98 128 151 169 9.11 10.75 12.03
MUSALMANO KI
22 Kumpaliya KUMPALIYA OH 74 96 113 127 6.83 8.04 9.04
DHANI
22 Kumpaliya KUMPALIYA SAIYON KI DHANI OH 146 190 224 251 13.52 15.94 17.87
JANDUO KI
22 Kumpaliya KUMPALIYA JONDUO KI DHANI MH 87065 178 231 273 305 16.44 19.43 21.71
DHANI
85
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
GODARO KI
22 Kumpaliya KUMPALIYA OH 124 161 190 213 11.46 13.52 15.16
DHANI
22 Kumpaliya KUMPALIYA BHELO KI DHANI OH 155 202 238 267 14.38 16.94 19
22 Kumpaliya KUMPALIYA SIYAGO KI DHANI OH 155 202 238 267 14.38 16.94 19
22 Kumpaliya KUMPALIYA GALE KI DHANI OH 156 203 240 268 14.45 17.08 19.08
22 Kumpaliya KUMPALIYA KUMPLIYAN KUMPALIYA MH 87064 125 163 192 215 11.6 13.67 15.3
MEGHWALO KI
22 Kumpaliya KUMPALIYA OH 195 254 300 335 18.08 21.35 23.84
DHANI
HEMANIYO KI
22 Kumpaliya KUMPALIYA OH 156 203 240 268 14.45 17.08 19.08
DHANI
HADONIYO KI
22 Kumpaliya KUMPALIYA OH 174 227 268 300 16.16 19.08 21.35
DHANI
TAJONIYO
22 Kumpaliya KUMPALIYA BHABUO KI OH 163 213 251 281 15.16 17.87 20
DHANI
4613 6006 7087 7930 427.46 504.43 564.41
Kalewa GANGANIYO KI
23 KALEWA GANGANION KI DHANI MH 87297 114 149 176 197 10.61 12.53 14.02
Dhora DHANI
Kalewa JAGRUPO SARNO
23 KALEWA OH 61 79 93 104 5.62 6.62 7.4
Dhora KI DHANI
PURKHONI
Kalewa
23 KALEWA MEGHWALO KI OH 224 292 345 385 20.78 24.56 27.4
Dhora
DHANI
Kalewa BHAKHRO KI
23 KALEWA OH 66 86 101 114 6.12 7.19 8.11
Dhora DHANI
Kalewa KADWASARO KI
23 KALEWA OH 72 93 110 123 6.62 7.83 8.75
Dhora DHANI
23 Kalewa KALEWA PARBHANI OH 57 74 87 98 5.27 6.19 6.98
86
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Dhora DARJIYO KI
DHANI
Kalewa
23 KALEWA PUNIYO KI DHANI OH 61 79 93 104 5.62 6.62 7.4
Dhora
Kalewa
23 KALEWA KALEWA KALEWA MH 87298 313 407 480 537 28.97 34.16 38.22
Dhora
RAJPUTO
Kalewa
23 KALEWA SWAMIYO KI OH 109 142 168 187 10.11 11.96 13.31
Dhora
DHANI
Kalewa
23 KALEWA TARDO KI DHANI OH 98 128 151 169 9.11 10.75 12.03
Dhora
Kalewa
23 KALEWA NAIYO KI DHANI OH 66 86 101 114 6.12 7.19 8.11
Dhora
Kalewa
23 KALEWA JANIYO KI DHANI OH 61 80 94 106 5.69 6.69 7.54
Dhora
Kalewa MEGHWALO KI
23 KALEWA OH 168 219 258 289 15.59 18.36 20.57
Dhora DHANI
Kalewa RAPONI JANIYO
23 KALEWA OH 72 94 111 124 6.69 7.9 8.83
Dhora KI DHANI
Kalewa
23 KALEWA KANWARLI KANWARLI MH 87300 445 579 683 764 41.21 48.61 54.38
Dhora
Kalewa JAKHAR PUNIO KI
23 KALEWA OH 196 255 301 337 18.15 21.42 23.99
Dhora DHANI
Kalewa KUMHARO KI
23 KALEWA OH 135 176 208 232 12.53 14.8 16.51
Dhora DHANI
Kalewa RAJPUTO KI
23 KALEWA OH 164 213 251 281 15.16 17.87 20
Dhora DHANI
PADIYAR
Kalewa
23 KALEWA MEGHWALO KI OH 131 170 201 224 12.1 14.31 15.94
Dhora
DHANI
87
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Kalewa GOONANIO KI
23 KALEWA OH 131 170 201 224 12.1 14.31 15.94
Dhora DHANI
Kalewa
23 KALEWA SINGRO KI DHANI OH 66 86 101 114 6.12 7.19 8.11
Dhora
Kalewa
23 KALEWA KYAR CHARNAN KYAR CHARNAN MH 87299 178 232 274 306 16.51 19.5 21.78
Dhora
Kalewa KUMARO JATON
23 KALEWA OH 69 90 106 119 6.41 7.54 8.47
Dhora KI DHANI
Kalewa RAJPUTO KI
23 KALEWA OH 68 89 105 117 6.33 7.47 8.33
Dhora DHANI
JATON
Kalewa
23 KALEWA MEGHWALO KI OH 101 132 156 174 9.4 11.1 12.38
Dhora
DHANI
Kalewa PURONI PUNIYO
23 KALEWA OH 87 113 133 149 8.04 9.47 10.61
Dhora KI DHANI
VANONI
Kalewa
23 KALEWA MEGHWALO KI OH 237 308 363 407 21.92 25.84 28.97
Dhora
DHANI
Kalewa WAGTANIYO KI
23 KALEWA WAGTANION KI DHANI MH 87296 15 19 22 25 1.35 1.57 1.78
Dhora DHANI
KADWASARO
Kalewa
23 KALEWA GAVDIYO KI OH 72 94 111 124 6.69 7.9 8.83
Dhora
DHANI
JASOLIYO
Kalewa
23 KALEWA SUTHARO KI OH 72 94 111 124 6.69 7.9 8.83
Dhora
DHANI
VANONI
Kalewa
23 KALEWA MEGHWALO KI OH 71 92 109 121 6.55 7.76 8.61
Dhora
DHANI
88
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
SOLANKI &
Kalewa
23 KALEWA DARJIYO KI OH 72 94 111 124 6.69 7.9 8.83
Dhora
DHANI
MULANI
Kalewa
23 KALEWA GODARO KI OH 72 94 111 124 6.69 7.9 8.83
Dhora
DHANI
MADHONI
Kalewa SINGAD &
23 KALEWA OH 72 94 111 124 6.69 7.9 8.83
Dhora DAUKIYO KI
DHANI
Kalewa
23 KALEWA PUNIYO KI DHANI OH 74 96 113 127 6.83 8.04 9.04
Dhora
Kalewa
23 RICHHOLI GOLIA VIDA GOLIYA VIDA MH 87302 121 157 185 207 11.17 13.17 14.73
Dhora
Kalewa RAJPUTON KI
23 RICHHOLI OH 114 148 175 195 10.53 12.46 13.88
Dhora DHANI
Kalewa PUNO KI DHANI
23 RICHHOLI OH 94 122 144 161 8.68 10.25 11.46
Dhora NR. SCHOOL
Kalewa SAJIYALI SINDHIYO KI
23 KERLI NADI (NRV 2011) MH 87285 350 456 538 602 32.46 38.29 42.85
Dhora PADAM SINGH DHANI
Kalewa SAJIYALI SINGRO KAVO KI
23 OH 175 228 269 301 16.23 19.15 21.42
Dhora PADAM SINGH DHANI
Kalewa SAJIYALI
23 VELA NADI OH 233 303 358 400 21.57 25.48 28.47
Dhora PADAM SINGH
Kalewa SAJIYALI
23 MEETHI BERI MEETHI BERI MH 87284 189 246 290 325 17.51 20.64 23.13
Dhora PADAM SINGH
89
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KHEMANI
Kalewa SAJIYALI
23 GODARO KI OH 136 177 209 234 12.6 14.88 16.66
Dhora PADAM SINGH
DHANI
VIRDHANI
Kalewa SAJIYALI
23 KADWASRO KI OH 136 177 209 234 12.6 14.88 16.66
Dhora PADAM SINGH
DHANI
Kalewa SAJIYALI RUGHANIYO KI
23 OH 136 177 209 234 12.6 14.88 16.66
Dhora PADAM SINGH DHANI
Kalewa KHEMANIYO KI
23 SAMBHRA OH 40 52 61 69 3.7 4.34 4.91
Dhora DHANI
Kalewa SOLKIYO KI
23 SAMBHRA OH 40 52 61 69 3.7 4.34 4.91
Dhora DHANI
Kalewa
23 SAMBHRA CHIMAN JI DHANI OH 77 100 118 132 7.12 8.4 9.4
Dhora
5975 7776 9174 10265 553.46 652.99 730.63
AKARLI AKARLI
24 PATIYAL AKARLI BAKSHIRAM MH 87259 560 729 860 962 51.89 61.21 68.47
BAKSHIRAM BAKSHIRAM
AKARLI MEGHWALO KI
24 PATIYAL OH 177 231 273 305 16.44 19.43 21.71
BAKSHIRAM DHANI
AKARLI
24 PATIYAL JOGIYO KI DHANI OH 177 231 273 305 16.44 19.43 21.71
BAKSHIRAM
AKARLI AKARLI DHAN
24 PATIYAL AKARLI DHANSINGH MH 87280 277 360 425 475 25.62 30.25 33.81
BAKSHIRAM SINGH
90
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
AKARLI DEEPANIYO KI
24 PATIYAL OH 162 211 249 279 15.02 17.72 19.86
BAKSHIRAM DHANI
AKARLI
24 PATIYAL PUNIYO KI DHANI OH 217 282 333 372 20.07 23.7 26.48
BAKSHIRAM
AKARLI
24 PATIYAL PUNIYO KA TALA OH 171 222 262 293 15.8 18.65 20.85
BAKSHIRAM
AKARLI MAHADEV
24 PATIYAL MAHADEV NAGAR MH 87281 115 149 176 197 10.61 12.53 14.02
BAKSHIRAM NAGAR
AKARLI BARUPALO KI
24 PATIYAL OH 189 246 290 325 17.51 20.64 23.13
BAKSHIRAM DHANI
SAJIYALI
24 PATIYAL ROOPJI RAJA HANUMANPURA HANUMAN PURA MH 87290 171 223 263 294 15.87 18.72 20.93
BARI
SAJIYALI
DALNIYO SARNO
24 PATIYAL ROOPJI RAJA OH 180 234 276 309 16.66 19.64 21.99
KI DHANI
BARI
91
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
SAJIYALI HEMANI
24 PATIYAL ROOPJI RAJA GODARO KI OH 129 168 198 222 11.96 14.09 15.8
BARI DHANI
SAJIYALI
24 PATIYAL ROOPJI RAJA PATIYAL PATIYAL MH 87291 7 9 11 12 0.64 0.78 0.85
BARI
SAJIYALI
BHABHUIYO
24 PATIYAL ROOPJI RAJA OH 69 89 105 117 6.33 7.47 8.33
SAIYO KI DHANI
BARI
SAJIYALI
MEGHWALO KI
24 PATIYAL ROOPJI RAJA OH 69 89 105 117 6.33 7.47 8.33
DHANI
BARI
SAJIYALI
SAJIYALI
24 PATIYAL ROOPJI RAJA SAJIYALI MOOLRAJ-2 MH 87288 87 113 133 149 8.04 9.47 10.61
MOOLRAJ II
BARI
SAJIYALI
24 PATIYAL ROOPJI RAJA SINGRO KI DHANI OH 65 84 99 111 5.98 7.05 7.9
BARI
SAJIYALI
24 PATIYAL ROOPJI RAJA DAYSO KI DHANI OH 71 92 109 121 6.55 7.76 8.61
BARI
SAJIYALI
NIMBANIYO KI
24 PATIYAL ROOPJI RAJA OH 71 92 109 121 6.55 7.76 8.61
DHANI
BARI
92
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
SAJIYALI
MEGHWALO KI
24 PATIYAL ROOPJI RAJA OH 118 153 181 202 10.89 12.88 14.38
DHANI
BARI
SAJIYALI
MANANI SINGRO
24 PATIYAL ROOPJI RAJA OH 71 92 109 121 6.55 7.76 8.61
KI DHANI
BARI
SAJIYALI
KUMARO KI
24 PATIYAL ROOPJI RAJA OH 65 84 99 111 5.98 7.05 7.9
DHANI
BARI
SAJIYALI
SAJIYALI ROOPJI
24 PATIYAL ROOPJI RAJA SAJIYALI ROOPJI RAJABERI MH 87277 190 247 291 326 17.58 20.71 23.2
RAJA BERI
BARI
SAJIYALI
24 PATIYAL ROOPJI RAJA PANE KI BERI OH 102 133 157 176 9.47 11.17 12.53
BARI
SAJIYALI
MEGHWALO KI
24 PATIYAL ROOPJI RAJA OH 116 151 178 199 10.75 12.67 14.16
DHANI
BARI
SAJIYALI MEHANI
24 PATIYAL ROOPJI RAJA KADWASRON KI OH 128 167 197 220 11.89 14.02 15.66
BARI DHANI
SAJIYALI
24 PATIYAL ROOPJI RAJA SONKARO KI BERI SOKHRO KI BERI MH 87286 158 206 243 272 14.66 17.3 19.36
BARI
93
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
SAJIYALI
24 PATIYAL ROOPJI RAJA SAIYON KI DHANI OH 73 96 113 127 6.83 8.04 9.04
BARI
SAJIYALI
KADWASRO KI
24 PATIYAL ROOPJI RAJA OH 74 97 114 128 6.9 8.11 9.11
DHANI
BARI
SAJIYALI
SUTHARO KI
24 PATIYAL ROOPJI RAJA OH 123 160 189 211 11.39 13.45 15.02
DHANI
BARI
SAJIYALI
MEGHWALO KI
24 PATIYAL ROOPJI RAJA OH 269 350 413 462 24.91 29.4 32.88
DHANI
BARI
5193 6759 7977 8920 481.09 567.76 634.89
Sajiyali
SAJIYALI SAJIYALI
25 Moolraj SAJIYALI MOOLRAJ (KYAR) MH 87279 242 314 371 414 22.35 26.41 29.47
PADAM SINGH MOOLRAJ KAYR
Dhora
Sajiyali
SAJIYALI MEGHWALO KI
25 Moolraj OH 161 210 248 277 14.95 17.65 19.72
PADAM SINGH DHANI
Dhora
Sajiyali
SAJIYALI
25 Moolraj KHARI NADI OH 145 189 223 249 13.45 15.87 17.72
PADAM SINGH
Dhora
Sajiyali
SAJIYALI
25 Moolraj LOKARA NADA OH 256 333 393 440 23.7 27.97 31.32
PADAM SINGH
Dhora
94
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sajiyali
SAJIYALI JOGMAYA
25 Moolraj OH 161 210 248 277 14.95 17.65 19.72
PADAM SINGH MANDIR
Dhora
Sajiyali
SAJIYALI
25 Moolraj OPA NADA OH 206 268 316 354 19.08 22.49 25.2
PADAM SINGH
Dhora
Sajiyali
SAJIYALI PUNIYO KUMARO
25 Moolraj OH 96 125 148 165 8.9 10.53 11.74
PADAM SINGH KI DHANI
Dhora
Sajiyali
SAJIYALI SAJIYALI PADAM
25 Moolraj SAJIYALI PADAMSIGH-2 MH 87282 393 512 604 676 36.44 42.99 48.12
PADAM SINGH SINGH
Dhora
Sajiyali
SAJIYALI RABARIYO KI
25 Moolraj OH 95 124 146 164 8.83 10.39 11.67
PADAM SINGH DHANI
Dhora
Sajiyali
SAJIYALI MEGHWALO KI
25 Moolraj OH 118 154 182 203 10.96 12.95 14.45
PADAM SINGH DHANI
Dhora
Sajiyali
SAJIYALI PARIHARO KI
25 Moolraj OH 65 85 100 112 6.05 7.12 7.97
PADAM SINGH DHANI
Dhora
Sajiyali
SAJIYALI
25 Moolraj JATON KI DHANI OH 71 92 109 121 6.55 7.76 8.61
PADAM SINGH
Dhora
Sajiyali BHATIYO
SAJIYALI
25 Moolraj MEGHWALO KI OH 178 231 273 305 16.44 19.43 21.71
PADAM SINGH
Dhora DHANI
Sajiyali
SAJIYALI
25 Moolraj KEHRA NADA OH 65 85 100 112 6.05 7.12 7.97
PADAM SINGH
Dhora
95
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sajiyali
SAJIYALI BHOMANI
25 Moolraj OH 82 106 125 140 7.54 8.9 9.96
PADAM SINGH SARNO KI DHANI
Dhora
Sajiyali MANA RAM
SAJIYALI
25 Moolraj MEGHWAL KI OH 178 231 273 305 16.44 19.43 21.71
PADAM SINGH
Dhora DHANI
Sajiyali
SAJIYALI DHADUYO
25 Moolraj OH 65 85 100 112 6.05 7.12 7.97
PADAM SINGH DHAKO KI DHANI
Dhora
Sajiyali RABARIYO
SAJIYALI
25 Moolraj MEGHWALO KI OH 72 93 110 123 6.62 7.83 8.75
PADAM SINGH
Dhora DHANI
Sajiyali SAJIYALI PADAM
SAJIYALI
25 Moolraj SAMBHRA SINGH MH 87278 198 257 303 339 18.29 21.57 24.13
PADAMSINGH(KANTHWARA
Dhora (KANTHWARA)
Sajiyali
MEGHWALO KI
25 Moolraj SAMBHRA OH 226 294 347 388 20.93 24.7 27.62
DHANI
Dhora
Sajiyali
JASOR RAJPUTO
25 Moolraj SAMBHRA OH 151 196 231 259 13.95 16.44 18.43
KI DHANI
Dhora
Sajiyali DHANANI
25 Moolraj SAMBHRA DAUKIYO KI OH 151 196 231 259 13.95 16.44 18.43
Dhora DHANI
Sajiyali CHENA RAM
25 Moolraj SAMBHRA MEGHWAL KI OH 226 294 347 388 20.93 24.7 27.62
Dhora DHANI
3599 4684 5528 6182 333.4 393.46 440.01
96
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
97
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Champa Beri
26 SAMBHRA JANIO KI DHANI OH 215 280 330 370 19.93 23.49 26.34
Dhora
Champa Beri SINDHIYO &
26 SAMBHRA OH 89 116 137 153 8.26 9.75 10.89
Dhora JATON KI DHANI
Champa Beri
26 SAMBHRA PUNIO KI DHANI OH 79 102 120 135 7.26 8.54 9.61
Dhora
1705 2218 2616 2929 157.87 186.2 208.46
27 Koduka BHAKARSAR IKADANI IKARANI MH 87356 151 196 231 259 13.95 16.44 18.43
SINDHIYON KI
27 Koduka BHAKARSAR OH 87 114 135 150 8.11 9.61 10.68
DHANI
BHILO
27 Koduka BHAKARSAR MUSALMANO KI OH 86 112 132 148 7.97 9.4 10.53
DHANI
SINDHIYO KI
27 Koduka BHAKARSAR OH 65 84 99 111 5.98 7.05 7.9
DHANI II
KHEMANI
27 Koduka BHAKARSAR DALANIYO KI OH 80 104 123 137 7.4 8.75 9.75
DHANI
27 Koduka BHAKARSAR KODUKA KODUKA MH 87358 223 290 342 383 20.64 24.34 27.26
SUTHARO KI
27 Koduka BHAKARSAR OH 223 290 342 383 20.64 24.34 27.26
DHANI
KHAJURON KI
27 Koduka BHAKARSAR OH 526 685 808 904 48.76 57.51 64.34
DHANI
SADH & KARAN
27 Koduka BHAKARSAR OH 74 97 114 128 6.9 8.11 9.11
SINGH KI DHANI
27 Koduka RICHHOLI KARNISAR KARNISAR MH 87360 442 575 679 759 40.93 48.33 54.02
27 Koduka RICHHOLI BHILO KI DHANI OH 248 323 381 426 22.99 27.12 30.32
98
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
27 Koduka RICHHOLI MEDIWASAN MEDIWASAN MH 87361 260 338 399 446 24.06 28.4 31.74
JETMALON KI
27 Koduka RICHHOLI OH 115 150 177 198 10.68 12.6 14.09
DHANI
RATHODIA
27 Koduka RICHHOLI MEGHWALO KI OH 85 110 130 145 7.83 9.25 10.32
DHANI
27 Koduka RICHHOLI REENCHHOLI RINCHHOLI MH 87359 627 816 963 1077 58.08 68.54 76.66
27 Koduka RICHHOLI JATON KI DHANI OH 441 574 677 758 40.86 48.19 53.95
RABARIYO KI
27 Koduka RICHHOLI OH 222 289 341 381 20.57 24.27 27.12
DHANI
SINDHIYO KI
27 Koduka RICHHOLI OH 122 158 186 209 11.25 13.24 14.88
DHANI
27 Koduka RICHHOLI BHILO KI DHANI OH 122 158 186 209 11.25 13.24 14.88
KARWASARO KI
27 Koduka RICHHOLI OH 81 105 124 139 7.47 8.83 9.89
DHANI
27 Koduka RICHHOLI YASIN KI DHANI OH 96 125 148 165 8.9 10.53 11.74
MEGHWALO KI
27 Koduka RICHHOLI OH 67 88 104 116 6.26 7.4 8.26
DHANI
27 Koduka RICHHOLI RAJADO KI DHANI OH 81 105 124 139 7.47 8.83 9.89
ALLARAKHA KI
27 Koduka RICHHOLI OH 67 88 104 116 6.26 7.4 8.26
DHANI
27 Koduka RICHHOLI PATARIYA NADA OH 67 88 104 116 6.26 7.4 8.26
4658 6062 7153 8002 431.47 509.12 569.54
28 RAJPURA THOB RAJPURA RAJPURA MH 87416 361 470 555 620 33.45 39.5 44.13
TELIYON KI
28 RAJPURA THOB OH 151 196 231 259 13.95 16.44 18.43
DHANI
512 666 786 879 47.4 55.94 62.56
99
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Rewara
29 GOPARI NEWAI NEWAI MH 87348 527 686 809 906 48.83 57.58 64.49
Jetmalan
Rewara R.G.S. PABANIYO
29 GOPARI OH 107 139 164 183 9.89 11.67 13.03
Jetmalan KI DHANI
R.G.S.
Rewara
29 GOPARI JAMBESHWAR OH 212 276 326 364 19.64 23.2 25.91
Jetmalan
BASTI
Rewara ROOPAJI RAJPUT
29 GOPARI OH 80 104 123 137 7.4 8.75 9.75
Jetmalan KI DHANI
SUJA RAM
Rewara
29 GOPARI MEGHWAL KI OH 86 112 132 148 7.97 9.4 10.53
Jetmalan
DHANI
Rewara MALION KI
29 BHANDIYAWAS MALIO KI DHANI MH 87347 517 673 794 888 47.9 56.51 63.2
Jetmalan DHANI
MEGHWALO KI
Rewara
29 BHANDIYAWAS DHANI POKAR OH 88 115 136 152 8.19 9.68 10.82
Jetmalan
RAM
Rewara BOLO KI DHANI
29 BHANDIYAWAS OH 92 119 140 157 8.47 9.96 11.17
Jetmalan (VISHNOI)
Rewara BHAMBHUYO KI
29 BHANDIYAWAS OH 85 110 130 145 7.83 9.25 10.32
Jetmalan DHANI
Rewara SUTHARO &
29 BHANDIYAWAS OH 71 92 109 121 6.55 7.76 8.61
Jetmalan JATON KI DHANI
Rewara BHATON KI
29 BHANDIYAWAS OH 99 128 151 169 9.11 10.75 12.03
Jetmalan DHANI
100
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Rewara REWADA
29 KANAWAS KANAWAS MH 87352 51 66 78 87 4.7 5.55 6.19
Jetmalan MAIYA
Rewara REWADA
29 REWARA ASIYAN REWADA ASIYA MH 87349 63 83 98 110 5.91 6.98 7.83
Jetmalan MAIYA
Rewara REWADA RAJPUTO KI
29 OH 60 78 92 103 5.55 6.55 7.33
Jetmalan MAIYA DHANI
Rewara REWADA VISHNOI KI
29 OH 69 89 105 117 6.33 7.47 8.33
Jetmalan MAIYA DHANI
Rewara REWADA REWADA
29 REWARA BARTHAN MH 87351 166 216 255 285 15.37 18.15 20.29
Jetmalan MAIYA BARTHAN
Rewara REWADA
29 DARO KI DHANI OH 142 185 218 244 13.17 15.52 17.37
Jetmalan MAIYA
Rewara REWADA
29 REWARA JETMALA REWADA JETMAL MH 87426 504 655 773 865 46.62 55.02 61.57
Jetmalan MAIYA
Rewara REWADA PRABHUANIO KI
29 OH 148 193 228 255 13.74 16.23 18.15
Jetmalan MAIYA DHANI
Rewara REWADA VISHNOIYON KI
29 OH 114 148 175 195 10.53 12.46 13.88
Jetmalan MAIYA DHANI
Rewara REWADA
29 JATON KI DHANI OH 71 92 109 121 6.55 7.76 8.61
Jetmalan MAIYA
Rewara REWADA KALYAN SINGH KI
29 OH 69 90 106 119 6.41 7.54 8.47
Jetmalan MAIYA DHANI
Rewara REWADA SOMARAM KI
29 OH 59 77 91 102 5.48 6.48 7.26
Jetmalan MAIYA DHANI
101
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
102
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
MANANIYON KI
30 SOHRA GIDA OH 65 84 99 111 5.98 7.05 7.9
DHANI
BIRAHMANO KI
30 SOHRA GIDA OH 49 63 74 83 4.48 5.27 5.91
DHANI
30 SOHRA GIDA MALDETA MALDETA MH 87079 155 202 238 267 14.38 16.94 19
BHABUO KI
30 SOHRA GIDA OH 130 170 201 224 12.1 14.31 15.94
DHANI
BHERANIYO KI
30 SOHRA GIDA OH 32 42 50 55 2.99 3.56 3.91
DHANI
30 SOHRA GIDA JAKHDO KI DHANI OH 106 138 163 182 9.82 11.6 12.95
MORANI
30 SOHRA GIDA JAKHADO KI OH 87 113 133 149 8.04 9.47 10.61
DHANI
30 SOHRA GIDA MAGJI KI DHANI OH 87 113 133 149 8.04 9.47 10.61
MANANIYO KI
30 SOHRA GIDA OH 76 99 117 131 7.05 8.33 9.32
DHANI
MANPURA
30 SOHRA GIDA MANPURA KHARDA MH 87076 312 407 480 537 28.97 34.16 38.22
KHARDA
30 SOHRA GIDA NAIYON KI DHANI OH 42 55 65 73 3.91 4.63 5.2
MOOLANIYON KI
30 SOHRA GIDA OH 107 139 164 183 9.89 11.67 13.03
DHANI
30 SOHRA GIDA GHATO KI DHANI OH 136 177 209 234 12.6 14.88 16.66
PARJAPATO KI
30 SOHRA GIDA OH 50 65 77 86 4.63 5.48 6.12
DHANI
GODARO KI
30 SOHRA GIDA OH 255 332 392 438 23.63 27.9 31.18
DHANI
30 SOHRA GIDA SARNO KI DHANI OH 150 195 230 257 13.88 16.37 18.29
30 SOHRA GIDA RAMPURA RAMPURA MH 87075 245 319 376 421 22.71 26.76 29.97
103
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KHARDA
SOHADO KI
30 SOHRA GIDA OH 145 188 222 248 13.38 15.8 17.65
DHANIYA
BHEELO KI
30 SOHRA GIDA OH 99 129 152 170 9.18 10.82 12.1
DHANIYA
AIDAN BHEEL KI
30 SOHRA GIDA OH 104 135 159 178 9.61 11.32 12.67
DHANI
DARJIYO KI
30 SOHRA GIDA OH 110 143 169 189 10.18 12.03 13.45
DHANI
BHEELO &
30 SOHRA GIDA MEGHWALO KI OH 146 189 223 249 13.45 15.87 17.72
DHANI
30 SOHRA GIDA RAVO KI DHANI OH 140 183 216 242 13.03 15.37 17.22
SISODIYAN KA
30 SOHRA GIDA SISODIA PANA MH 87078 261 340 401 449 24.2 28.54 31.96
PANA
30 SOHRA GIDA RADO KI DHANI OH 21 27 32 36 1.92 2.28 2.56
JAWAN SINGH KI
30 SOHRA GIDA OH 122 159 188 210 11.32 13.38 14.95
DHANI
30 SOHRA GIDA SIYAGO KI DHANI OH 82 107 126 141 7.62 8.97 10.04
JAKHADO KI
30 SOHRA GIDA OH 29 38 45 50 2.7 3.2 3.56
DHANI
KIRATSINGH KI
30 SOHRA GIDA OH 198 257 303 339 18.29 21.57 24.13
DHANI
KHUSALSINGH KI
30 SOHRA GIDA OH 193 251 296 331 17.87 21.07 23.56
DHANI
KHARTHANIYO KI
30 SOHRA GIDA OH 27 36 42 48 2.56 2.99 3.42
DHANI
104
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
NAGNECHI ORAN
30 SOHRA GIDA OH 19 25 30 33 1.78 2.14 2.35
SADO KIO DHANI
30 SOHRA SOHADA DELUO KI DHANI DELUO KI DHANI MH 87037 205 266 314 351 18.93 22.35 24.98
AMARARAM KI
30 SOHRA SOHADA OH 101 131 155 173 9.32 11.03 12.31
DHANI
LADHANIYO
30 SOHRA SOHADA DELOUO KI OH 167 217 256 286 15.45 18.22 20.36
DHANI
MEGHWALO KI
30 SOHRA SOHADA MEGWALO KI DHANI MH 87036 323 420 496 554 29.89 35.3 39.43
DHANI
30 SOHRA SOHADA JATO KI DHANI OH 323 420 496 554 29.89 35.3 39.43
KUMHARO KI
30 SOHRA SOHADA OH 323 420 496 554 29.89 35.3 39.43
DHANI
RAJPUTO KI
30 SOHRA SOHADA OH 323 420 496 554 29.89 35.3 39.43
DHANI
30 SOHRA SOHADA TELIYO KI DHANI OH 182 237 280 313 16.87 19.93 22.28
30 SOHRA SOHADA SOHRA SOHADA MH 87038 416 542 640 715 38.58 45.55 50.89
30 SOHRA SOHADA BHEELO KI DHANI OH 272 353 417 466 25.13 29.68 33.17
30 SOHRA SOHADA RAEKO KI DHANI OH 272 353 417 466 25.13 29.68 33.17
MUSALMANO KI
30 SOHRA SOHADA OH 272 353 417 466 25.13 29.68 33.17
DHANI
7086 9223 10887 12170 656.46 774.9 866.22
31 GIDA GIDA CHAK UTARNI CHAK UTARNI MH 87080 86 111 131 147 7.9 9.32 10.46
SUTHARO KI
31 GIDA GIDA OH 40 52 61 69 3.7 4.34 4.91
DHANI
MEGWALO KI
31 GIDA GIDA OH 62 80 94 106 5.69 6.69 7.54
DHANI
105
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
PARIHARO KI
31 GIDA GIDA OH 46 59 70 78 4.2 4.98 5.55
DHANI
31 GIDA GIDA GIDA GIRA MH 87082 217 282 333 372 20.07 23.7 26.48
BHATIYON KI
31 GIDA GIDA OH 96 125 148 165 8.9 10.53 11.74
DHANI
31 GIDA GIDA NAIYON KI DHANI OH 125 163 192 215 11.6 13.67 15.3
MOOLSINGH KI
31 GIDA GIDA OH 25 32 38 42 2.28 2.7 2.99
DHANI
MEGWALO KI
31 GIDA GIDA OH 180 234 276 309 16.66 19.64 21.99
DHANI
SUTHARO KI
31 GIDA GIDA OH 160 208 245 275 14.8 17.44 19.57
DHANI
31 GIDA GIDA GOGSAR GOGASAR NADI MH 87084 201 261 308 345 18.58 21.92 24.56
LAKHSINGH KI
31 GIDA GIDA OH 92 120 142 158 8.54 10.11 11.25
DHANI
MEGHWALO KI
31 GIDA GIDA OH 135 176 208 232 12.53 14.8 16.51
DHANI
PATHEDO KI
31 GIDA GIDA OH 130 170 201 224 12.1 14.31 15.94
DHANI
KARNATO KI
31 GIDA GIDA OH 91 118 139 156 8.4 9.89 11.1
DHANI
31 GIDA GIDA SHIVE PURA SHIVPURA MH 87081 294 382 451 504 27.19 32.1 35.87
MEHDAN SINGH
31 GIDA GIDA OH 90 117 138 154 8.33 9.82 10.96
KI DHANI
31 GIDA GIDA BHEELO KI DHANI OH 121 158 186 209 11.25 13.24 14.88
DRJIYON KI
31 GIDA GIDA OH 86 112 132 148 7.97 9.4 10.53
DHANI
31 GIDA GIDA HEMU KHAN KI OH 92 120 142 158 8.54 10.11 11.25
106
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DHANI
HEMANIYO KI
31 GIDA GIDA OH 79 103 122 136 7.33 8.68 9.68
DHANI
31 GIDA GIDA BHELO KI DHANI OH 121 158 186 209 11.25 13.24 14.88
2568 3341 3943 4411 237.81 280.63 313.94
LAPOONDRA AMBEYDKER
32 CHEEBI AMBEDKAR NAGAR MH 87103 236 307 362 405 21.85 25.77 28.83
TARLEE NAGAR
LAPOONDRA MEGHWALO KI
32 CHEEBI OH 189 246 290 325 17.51 20.64 23.13
TARLEE DHANI
LAPOONDRA BERADO KI
32 CHEEBI OH 170 222 262 293 15.8 18.65 20.85
TARLEE DHANI
LAPOONDRA
32 CHEEBI HOLONI HOLANI MH 87102 255 332 392 438 23.63 27.9 31.18
TARLEE
LAPOONDRA MEGHWALO KI
32 CHEEBI OH 72 94 111 124 6.69 7.9 8.83
TARLEE DHANI
LAPOONDRA
32 CHEEBI LEGO KI DHANI OH 64 83 98 110 5.91 6.98 7.83
TARLEE
LAPOONDRA
32 CHEEBI SENO KI DHANIYA OH 212 277 327 366 19.72 23.27 26.05
TARLEE
LAPOONDRA
32 CHEEBI LEGO KI DHANI LEGO KI DHANI MH 87100 111 144 170 190 10.25 12.1 13.52
TARLEE
LAPOONDRA BERADO KI
32 CHEEBI OH 89 115 136 152 8.19 9.68 10.82
TARLEE DHANIYA
107
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
LAPOONDRA RAYIKO KI
32 CHEEBI OH 92 119 140 157 8.47 9.96 11.17
TARLEE DHANIYA
LAPOONDRA LAPUNDARA
32 LAPOONDRA TARLEE LAPUNDRA TARLI MH 87105 147 192 227 253 13.67 16.16 18.01
TARLEE BARHTHAN
LAPOONDRA LAPUNDARA
32 LEGO KI DHANI OH 146 190 224 251 13.52 15.94 17.87
TARLEE BARHTHAN
LAPOONDRA LAPUNDARA CHOHANO KI
32 OH 159 207 244 273 14.73 17.37 19.43
TARLEE BARHTHAN DHANI
LAPOONDRA LAPUNDARA KALYANSINGH KI
32 OH 151 196 231 259 13.95 16.44 18.43
TARLEE BARHTHAN DHANI
LAPOONDRA LAPUNDARA
32 SHODO KI DHANI OH 146 190 224 251 13.52 15.94 17.87
TARLEE BARHTHAN
LAPOONDRA LAPUNDARA SUTHARO KI
32 SUTHARO KI DHANI MH 87111 285 370 437 488 26.34 31.1 34.73
TARLEE BARHTHAN DHANI
LAPOONDRA LAPUNDARA PILANI BHOMIYO
32 OH 162 210 248 277 14.95 17.65 19.72
TARLEE BARHTHAN JI KA THAN
LAPOONDRA LAPUNDARA NAGANECHI
32 OH 194 252 297 333 17.94 21.14 23.7
TARLEE BARHTHAN MANDIR
2881 3746 4420 4945 266.64 314.59 351.97
Santra
33 CHEEBI BHEELO KI BASTEE BHEELO KI BASTI MH 87099 290 378 446 499 26.9 31.74 35.52
Bhakhari
Santra RAJPUTO KI
33 CHEEBI OH 74 97 114 128 6.9 8.11 9.11
Bhakhari DHANI
108
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Santra BHELO KI
33 CHEEBI OH 65 84 99 111 5.98 7.05 7.9
Bhakhari DHANIYA
Santra DHATARWALO KI
33 CHEEBI OH 85 111 131 147 7.9 9.32 10.46
Bhakhari DHANI
Santra
33 CHEEBI CHENPURA CHENPURA MH 87098 280 364 430 480 25.91 30.61 34.16
Bhakhari
Santra BRAHMANO KI
33 CHEEBI OH 123 160 189 211 11.39 13.45 15.02
Bhakhari DHANI
Santra
33 CHEEBI SAHUO KI DHANI OH 123 160 189 211 11.39 13.45 15.02
Bhakhari
Santra
33 CHIDIYA PONDERI PAUNDRI MH 87096 171 222 262 293 15.8 18.65 20.85
Bhakhari
Santra SUTHARO KI
33 CHIDIYA OH 114 148 175 195 10.53 12.46 13.88
Bhakhari DHANI
Santra RABARIYO
33 CHIDIYA OH 83 108 127 143 7.69 9.04 10.18
Bhakhari KIDHANI
Santra GENANIYO KI
33 CHIDIYA OH 147 191 225 252 13.59 16.01 17.94
Bhakhari DHANI
Santra KUMHARO KI
33 CHIDIYA OH 86 112 132 148 7.97 9.4 10.53
Bhakhari BASTI
Santra KHOTHO KI
33 CHIDIYA OH 86 112 132 148 7.97 9.4 10.53
Bhakhari DHANI
Santra BHIMANIYORI
33 CHIDIYA OH 142 185 218 244 13.17 15.52 17.37
Bhakhari DHANI
109
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Santra
33 CHIDIYA UTARNEE UTARNI MH 87095 218 284 335 375 20.21 23.84 26.69
Bhakhari
Santra
33 CHIDIYA BHELO KI DHANI OH 104 135 159 178 9.61 11.32 12.67
Bhakhari
GUMANANI
Santra
33 CHIDIYA GODARO KI OH 117 152 179 201 10.82 12.74 14.31
Bhakhari
DHANI
Santra MEGWALO KI
33 CHIDIYA OH 154 200 236 264 14.24 16.8 18.79
Bhakhari DHANI
Santra RANA RAJPUTO
33 CHIDIYA OH 130 169 199 223 12.03 14.16 15.87
Bhakhari KIDHANI
Santra
33 CHIDIYA SIYAGO KI DHANI OH 130 169 199 223 12.03 14.16 15.87
Bhakhari
Santra
33 SANTRA DHOLU DHOLU MH 87128 243 317 374 418 22.56 26.62 29.75
Bhakhari
Santra RANESAR
33 SANTRA OH 64 83 98 110 5.91 6.98 7.83
Bhakhari BHAKHARI
Santra KARNOTO KA
33 SANTRA OH 311 404 477 533 28.76 33.95 37.94
Bhakhari KHERA
Santra
33 SANTRA JHUND JUND MH 87124 250 325 384 429 23.13 27.33 30.53
Bhakhari
Santra
33 SANTRA JODHO KI DHANI OH 180 235 277 310 16.73 19.72 22.06
Bhakhari
Santra
33 SANTRA JUND DAKCIN JUND DAKCIN MH 87125 295 384 453 507 27.33 32.24 36.09
Bhakhari
110
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Santra
33 SANTRA SAEYON KI DHANI OH 303 395 466 521 28.11 33.17 37.08
Bhakhari
Santra
33 SANTRA KERALA KERALA MH 87126 292 380 448 502 27.05 31.89 35.73
Bhakhari
Santra BAGADVO KI
33 SANTRA OH 131 170 201 224 12.1 14.31 15.94
Bhakhari DHANI
Santra
33 SANTRA RIDIA TALAR RADIYA TALA MH 87130 349 454 536 599 32.31 38.15 42.63
Bhakhari
Santra MEGHWALO KI
33 SANTRA OH 310 404 477 533 28.76 33.95 37.94
Bhakhari DHANIYA
Santra BERADIYO KI
33 SANTRA OH 310 404 477 533 28.76 33.95 37.94
Bhakhari DHANI
Santra
33 SANTRA SANTRA SANTRA MH 87127 696 905 1068 1195 64.41 76.02 85.06
Bhakhari
Santra
33 SANTRA DERI NADI OH 272 353 417 466 25.13 29.68 33.17
Bhakhari
LACHMANANI
Santra
33 SANTRA MEGHWALO KI OH 272 353 417 466 25.13 29.68 33.17
Bhakhari
DHANI
Santra KUMHARO KI
33 SANTRA OH 339 442 522 583 31.46 37.15 41.5
Bhakhari DHANI (DOLI)
7612 9908 11692 13077 705.22 832.2 930.77
111
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
34 CHIDIYA CHIDIYA CHIDIYA CHIDIYA MH 87131 265 345 407 455 24.56 28.97 32.39
34 CHIDIYA CHIDIYA SINGH KA GALA OH 148 193 228 255 13.74 16.23 18.15
MEGWALO KI
34 CHIDIYA CHIDIYA OH 224 292 345 385 20.78 24.56 27.4
BASTI
MEGWALO KI
34 CHIDIYA CHIDIYA OH 183 238 281 314 16.94 20 22.35
DHANI-I
TEJSINGH KI
34 CHIDIYA CHIDIYA OH 62 81 96 107 5.77 6.83 7.62
DHANI
34 CHIDIYA CHIDIYA JANIYO KI DHANI OH 140 182 215 240 12.95 15.3 17.08
MOTIYANI
34 CHIDIYA CHIDIYA GODARO KI OH 183 238 281 314 16.94 20 22.35
DHANI
34 CHIDIYA CHIDIYA KERALA KARELA MH 87133 225 293 346 387 20.85 24.63 27.55
PADAMANI
34 CHIDIYA CHIDIYA MUDHO KI OH 83 108 127 143 7.69 9.04 10.18
DHANI
34 CHIDIYA CHIDIYA JANIYO KI DHANI OH 197 257 303 339 18.29 21.57 24.13
VAGTHANI
34 CHIDIYA CHIDIYA GODARO OH 65 84 99 111 5.98 7.05 7.9
KIDHANI
MUDHO KI
34 CHIDIYA CHIDIYA OH 210 273 322 360 19.43 22.92 25.62
DHANI
34 CHIDIYA CHIDIYA LOPALI LOPALI MH 87132 171 222 262 293 15.8 18.65 20.85
GODARO KI
34 CHIDIYA CHIDIYA OH 116 152 179 201 10.82 12.74 14.31
DHANI
MEGWALO KI
34 CHIDIYA CHIDIYA OH 116 152 179 201 10.82 12.74 14.31
DHANI
34 CHIDIYA CHIDIYA LEGO KI DHANI OH 135 175 207 231 12.46 14.73 16.44
112
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
34 CHIDIYA CHIDIYA SAKARI SHAKARI MH 87097 139 180 212 238 12.81 15.09 16.94
34 CHIDIYA CHIDIYA NAIYON KI DHANI OH 111 145 171 191 10.32 12.17 13.59
PEMANI JANIYO
34 CHIDIYA CHIDIYA OH 93 121 143 160 8.61 10.18 11.39
KI DHANI
REKHO JI
34 CHIDIYA CHIDIYA GODARO OH 125 163 192 215 11.6 13.67 15.3
KIDHANI
GUALNI JANIYO
34 CHIDIYA CHIDIYA OH 125 163 192 215 11.6 13.67 15.3
KI DHANI
KERNOTO KI
34 CHIDIYA CHIDIYA OH 97 126 149 166 8.97 10.61 11.82
DHANI
34 CHIDIYA SANTRA CHAK SANTRA CHAK SANTRA MH 87094 298 388 458 512 27.62 32.6 36.44
HERANI
34 CHIDIYA SANTRA BHUKARO KI OH 133 173 204 228 12.31 14.52 16.23
DHANI
THORIYO &
34 CHIDIYA SANTRA BHATIOY KI OH 71 92 109 121 6.55 7.76 8.61
DHANI
KARNATO KI
34 CHIDIYA SANTRA OH 72 94 111 124 6.69 7.9 8.83
DHANIYA
34 CHIDIYA SANTRA SIYAGO KIDHANI OH 260 338 399 446 24.06 28.4 31.74
4047 5268 6217 6952 374.96 442.53 494.82
BHIMARLAI
35 KHATOO KHATTU BHEEMARLAI STATION MH 87243 307 400 472 528 28.47 33.6 37.58
STATION
35 KHATOO KHATTU JANIYO KI DHANI OH 221 288 340 380 20.5 24.2 27.05
PUROHITO KI
35 KHATOO KHATTU OH 206 269 317 355 19.15 22.56 25.27
DHANI
35 KHATOO KHATTU AMARPURA OH 221 288 340 380 20.5 24.2 27.05
113
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BHIMARLAI
FANTA
BHAMBUO KI
35 KHATOO KHATTU OH 104 136 160 180 9.68 11.39 12.81
DHANI
MASARO KI
35 KHATOO KHATTU OH 208 270 319 356 19.22 22.71 25.34
DHANI
35 KHATOO KHATTU KHATTOO KHATTU MH 87242 477 621 733 820 44.2 52.17 58.36
DHATRAWALO KI
35 KHATOO KHATTU OH 391 509 601 672 36.23 42.78 47.83
DHANI
35 KHATOO KHATTU NAREWA BERA OH 300 391 461 516 27.83 32.81 36.73
35 KHATOO KHATTU SUKARLI BERI OH 196 255 301 337 18.15 21.42 23.99
MEGHWALO KI
35 KHATOO KHATTU OH 197 256 302 338 18.22 21.5 24.06
DHANI
35 KHATOO KHATTU LEGO KI DHANI OH 391 509 601 672 36.23 42.78 47.83
BENIWALO KI
35 KHATOO KHATTU OH 196 255 301 337 18.15 21.42 23.99
DHANI
BHATIYO NAIYO
35 KHATOO KHATTU OH 196 255 301 337 18.15 21.42 23.99
KI DHANI
PUROHITO KI
35 KHATOO KHATTU OH 196 255 301 337 18.15 21.42 23.99
DHANI
35 KHATOO KHATTU VANRO KI DHANI OH 197 256 302 338 18.22 21.5 24.06
35 KHATOO KHATTU LOLO KI DHANI OH 343 447 527 590 31.82 37.51 41.99
CHIMANI
35 KHATOO KHATTU THORIYO KI OH 261 339 400 447 24.13 28.47 31.82
DHANI
JAGRAMANI
35 KHATOO KHATTU DHATAR WALO KI OH 130 170 201 224 12.1 14.31 15.94
DHNAI
114
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
115
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BALIHARO KI
37 CHIBI CHEEBI OH 142 185 218 244 13.17 15.52 17.37
DHANIYA
37 CHIBI CHEEBI LEGO KI DHANI OH 169 220 260 290 15.66 18.51 20.64
JAYANI KI
37 CHIBI CHEEBI OH 142 185 218 244 13.17 15.52 17.37
DHANIYA
MALAWA
37 CHIBI CHEEBI MALWA GOYLAN MH 87117 79 102 120 135 7.26 8.54 9.61
GOYALAN
MEGHWALO KI
37 CHIBI CHEEBI OH 54 70 83 92 4.98 5.91 6.55
DHANI
37 CHIBI CHEEBI DELUO KI DHANI OH 76 99 117 131 7.05 8.33 9.32
37 CHIBI CHEEBI LEGO KI DHANI OH 76 99 117 131 7.05 8.33 9.32
BENIWALO KI
37 CHIBI CHEEBI OH 77 101 119 133 7.19 8.47 9.47
DHANI
37 CHIBI CHEEBI MALNG NORTH OH 152 198 234 261 14.09 16.66 18.58
37 CHIBI CHEEBI LEGOKI DHANI OH 130 169 199 223 12.03 14.16 15.87
37 CHIBI CHEEBI MALWA UTARAD MALBA UATRND MH 87101 302 393 464 519 27.97 33.03 36.94
GODELO KI
37 CHIBI CHEEBI OH 98 127 150 168 9.04 10.68 11.96
DHANI
37 CHIBI CHEEBI SHRAN NADI SRAWANI NADI MH 87119 233 303 358 400 21.57 25.48 28.47
MEGWALO KI
37 CHIBI CHEEBI OH 138 180 212 238 12.81 15.09 16.94
DHANI
MOTA BERADO KI
37 CHIBI CHEEBI OH 192 250 295 330 17.79 21 23.49
DHANI
37 CHIBI KHARAPAR KERALIYA KERALIYA MH 87114 199 259 306 342 18.43 21.78 24.34
37 CHIBI KHARAPAR HUDO KD OH 78 101 119 133 7.19 8.47 9.47
37 CHIBI KHARAPAR KUMARO KD OH 78 101 119 133 7.19 8.47 9.47
37 CHIBI KHARAPAR LORETI LORETI MH 87115 70 91 107 120 6.48 7.62 8.54
116
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BHURONI BHILO
37 CHIBI KHARAPAR OH 95 123 145 162 8.75 10.32 11.53
KI DHANI
RABARIYON KI
37 CHIBI KHARAPAR OH 95 123 145 162 8.75 10.32 11.53
DHANI
CHARNO KI
37 CHIBI KHARAPAR OH 96 125 148 165 8.9 10.53 11.74
DHANI
GOYLON MEG. KI
37 CHIBI KHARAPAR OH 95 123 145 162 8.75 10.32 11.53
DHANI
MALWA-
37 CHIBI KHARAPAR MALWA CHARNAN MH 87113 230 300 354 396 21.35 25.2 28.19
CHARNAN
37 CHIBI KHARAPAR RABARIYO KD OH 160 208 245 275 14.8 17.44 19.57
37 CHIBI KHARAPAR BHILO KD OH 160 208 245 275 14.8 17.44 19.57
37 CHIBI KHARAPAR MEGHWALO KD OH 122 158 186 209 11.25 13.24 14.88
37 CHIBI KHARAPAR RAJBERI MALWA RAJBERI MALBA MH 87116 142 185 218 244 13.17 15.52 17.37
MULA KUMAHOR
37 CHIBI KHARAPAR OH 122 159 188 210 11.32 13.38 14.95
KI DHANI
BENIWALO KI
37 CHIBI KHARAPAR OH 122 159 188 210 11.32 13.38 14.95
DHANI
4827 6282 7412 8292 447.12 527.6 590.21
DOODHWA
38 DUDHWA BARLA BARLA MH 87250 186 242 286 319 17.22 20.36 22.71
DHORA
DOODHWA
38 DUDHWA NAIYO KI DHANI OH 117 153 181 202 10.89 12.88 14.38
DHORA
DOODHWA
38 DUDHWA JATON KI DHANI OH 123 161 190 213 11.46 13.52 15.16
DHORA
117
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DOODHWA MEGHWALO KI
38 DUDHWA OH 134 175 207 231 12.46 14.73 16.44
DHORA DHANI
DOODHWA
38 DUDHWA DOODHWA DUDHWA MH 87255 305 397 468 524 28.26 33.31 37.3
DHORA
DOODHWA
38 DUDHWA BHILO KI DHANI OH 243 316 373 417 22.49 26.55 29.68
DHORA
DOODHWA
38 DUDHWA JOGIYO KI DHANI OH 211 275 325 363 19.57 23.13 25.84
DHORA
DOODHWA
38 DUDHWA DOODHWA DER DUDHWA DER MH 87249 349 455 537 601 32.39 38.22 42.78
DHORA
DOODHWA
38 DUDHWA KHALTO KI DHANI OH 151 197 232 260 14.02 16.51 18.51
DHORA
DOODHWA
38 DUDHWA JANIYO KI DHANI OH 268 349 412 461 24.84 29.32 32.81
DHORA
DOODHWA DUDHWA
38 DUDHWA DOODHWA MALINATH MH 87253 243 316 373 417 22.49 26.55 29.68
DHORA MALINATH
DOODHWA BHOMA RAM KI
38 DUDHWA OH 192 250 295 330 17.79 21 23.49
DHORA DHANI
DOODHWA MEGHWALO KI
38 DUDHWA OH 148 193 228 255 13.74 16.23 18.15
DHORA DHANI
DOODHWA
38 DUDHWA LACHHAR LACHHAR MH 87251 314 408 481 539 29.04 34.24 38.36
DHORA
DOODHWA
38 DUDHWA JATON KI DHANI OH 206 268 316 354 19.08 22.49 25.2
DHORA
118
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
DOODHWA MEGHWALO KI
38 DUDHWA OH 67 88 104 116 6.26 7.4 8.26
DHORA DHANI
119
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
39 GOL BHIMARLAI BHEEMARLAI BHEEMARLAI MH 87246 353 460 543 607 32.74 38.65 43.2
SIRIYO DEVI KI
39 GOL BHIMARLAI OH 127 165 195 218 11.74 13.88 15.52
DHANI
KHARCHI BARA KI
39 GOL BHIMARLAI OH 127 165 195 218 11.74 13.88 15.52
DHANI
KUMHARO KI
39 GOL BHIMARLAI OH 158 206 243 272 14.66 17.3 19.36
DHANI
SAWARON KI
39 GOL BHIMARLAI OH 158 206 243 272 14.66 17.3 19.36
DHANI
39 GOL BHIMARLAI BHILON KI DHANI OH 158 206 243 272 14.66 17.3 19.36
39 GOL BHIMARLAI KHAR KI DHANI KHAR KI DHANI MH 87247 279 363 428 479 25.84 30.46 34.09
DUDHWALON KI
39 GOL BHIMARLAI OH 145 189 223 249 13.45 15.87 17.72
DHANI
KHEMA BABA KA
39 GOL BHIMARLAI OH 189 246 290 325 17.51 20.64 23.13
THAN
39 GOL BHIMARLAI MEKARNA MEKARNA MH 87265 375 487 575 643 34.66 40.93 45.77
39 GOL BHIMARLAI VIDO KI DHANI OH 257 335 395 442 23.84 28.11 31.46
39 GOL GOLE STATION GOL SODA GOL SODHA MH 87264 196 256 302 338 18.22 21.5 24.06
39 GOL GOLE STATION KHOTO KI DHANI OH 148 192 227 253 13.67 16.16 18.01
39 GOL GOLE STATION CHCHITTARIYA OH 148 192 227 253 13.67 16.16 18.01
TELIYANO KI
39 GOL GOLE STATION OH 74 96 113 127 6.83 8.04 9.04
DHANI
CHOTHANI BHILO
39 GOL GOLE STATION OH 148 192 227 253 13.67 16.16 18.01
KI DHANI
39 GOL GOLE STATION GOL STATION GOL STATION MH 87263 322 420 496 554 29.89 35.3 39.43
GOL STATION
39 GOL GOLE STATION OH 249 324 382 428 23.06 27.19 30.46
(NORTH)
120
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
MUKNANI
39 GOL GOLE STATION OH 176 229 270 302 16.3 19.22 21.5
BRAHMANO KD
MEGHWALO KI
39 GOL GOLE STATION OH 176 229 270 302 16.3 19.22 21.5
DHANI
4864 6329 7469 8352 450.46 531.64 594.48
AKARLI
40 BAGUNDI BAGUNDI BAGUNDI MH 87257 583 759 896 1002 54.02 63.77 71.32
BAKSHIRAM
AKARLI MEGHWALO KI
40 BAGUNDI OH 206 268 316 354 19.08 22.49 25.2
BAKSHIRAM DHANI
AKARLI
40 BAGUNDI JATON KI DHANI OH 89 116 137 153 8.26 9.75 10.89
BAKSHIRAM
AKARLI SUTHARO KI
40 BAGUNDI OH 82 107 126 141 7.62 8.97 10.04
BAKSHIRAM DHANI
AKARLI RAJPUTO KI
40 BAGUNDI OH 75 97 114 128 6.9 8.11 9.11
BAKSHIRAM DHANI
AKARLI
40 BAGUNDI SASIYO KI DHANI OH 82 107 126 141 7.62 8.97 10.04
BAKSHIRAM
AKARLI
40 BAGUNDI BHILO KI DHANI OH 216 281 332 371 20 23.63 26.41
BAKSHIRAM
40 BAGUNDI GOLE STATION SODHON KI DHANI SODHO KI DHANI MH 87261 133 173 204 228 12.31 14.52 16.23
SANSIYO KI
40 BAGUNDI GOLE STATION OH 150 196 231 259 13.95 16.44 18.43
DHANI
1616 2104 2482 2777 149.76 176.65 197.67
Total 189306 246377 290739 325214 17536.21 20693.73 23147.7
121
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
25 mm
40 mm
90 110 125 140 160 180 200 225 90 110 125 140 160 180 200 225 280
100
125
150
200
80
1 UNDOO 507 14,12 - - 4,973 - 516 7,768 4,989 - 6,345 103 - - 1 2 1 15 5
2
2 RAJBERA_already 8,606 10,13 9,042 4,337 3,491 12,10 - 12,86 - - -
santioned 7 1 9
10 PANWARA DHORA 4,617 6,901 3,880 2,289 - - 4,062 2,989 3,075 4,643 9,571 - - 350 - 2 2 2 18 -
13 SAWAU PADAM 1,279 8,290 10,78 3,090 3,531 2,767 - - 3,992 3,984 - 2,601 4,541 4,86 1 2 4 2 23 4
SINGH 2 6
14 JAJWA 1,143 72 5,449 6,431 242 4,736 5,077 4,444 3,430 - - 3,094 - 20 - - 3 1 2 1 2 13 10
15 JAKHAR - - - - - - - - - - - - - 6,590 - - - - -
16 Hira ki dhani - 9,809 9,510 10,68 7,339 12,45 824 - 3,317 - 3,040 - - - - 2 5 4 - 30 20
2 9
122
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
25 mm
40 mm
90 110 125 140 160 180 200 225 90 110 125 140 160 180 200 225 280
100
125
150
200
80
17 KHOKHSAR SOUTH 1,249 - 2,515 4,627 - 8,460 10 5,905 4,121 2,429 - - 978 - - - 1 1 2 8 8
24 PATIYAL 1,686 977 - - 692 15,73 4,359 1,745 4,542 5,353 - 4,011 - - - - 2 2 4 1 3 21
9
25 SAJIYALI - - - 4,838 - - 2,830 39 30 - - - - - - - - 1 1 1 5 3
PADAMSINGH
26 Champa Beri Dhora 704 - 35 2,896 2,612 139 2,441 - 8,787 4,940 - - 728 1 2 4 -
27 KODUKA 4,325 - - 396 - 3,997 19 3,905 - 5,263 - 11,124 2,322 4,467 1,065 - 2 1 1 1 5 4
29 REWADA JETMAL 1,051 - 1,291 24 2,457 5,682 4,442 4,348 455 - 4,524 - - - - - - 2 1 2 3 2 2 17
30 SOHRA 3,899 - - 5,187 - 8,533 5,030 4,460 2,382 3,191 2,091 - - - 182 3,570 - 1 1 2 2 1 9 18
32 LAPUNDRA TARLI - 444 - - 4,505 - - 13 2,632 754 - 1,674 2,414 - 2,386 2,412 - 1 1 - 5
33 Santra Bhakhri 2,164 - 3,500 273 2,162 8,026 8,979 - 3,489 - - - - 1,196 - 2 2 2 6 10
123
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
25 mm
40 mm
90 110 125 140 160 180 200 225 90 110 125 140 160 180 200 225 280
100
125
150
200
80
34 CHIDIYA 1,176 12,24 2,514 - - 2,509 5,017 - - - -
7
35 KHATTOO - 1,337 9,034 - - - 179 1,333 4,351 15 - - - - - - - 1 1 10 2
36 KHARAPAR - - - - - - - - - - -
37 CHEEBI 3471 - - - - - - - - - - - - - - - - 1 3 -
TOTAL 89,38 71,11 69,96 88,52 71,57 82,20 38,92 10,29 94,30 96,50 1,12,44 41,00 1,06,05 50,72 19,23 36,61 5,59 34 31 46 46 18 31 20
5 9 6 4 7 9 5 9 6 4 3 0 9 4 5 8 4 7 6
124
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
125
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
126
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
127
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
128
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
129
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
130
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
131
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
132
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
133
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
134
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
135
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
GRAND TOTAL 3342947 3,35,823 1,77,727 74,003 58,205 14,555 10,352 2,020 32,693 50,472 1,38,234 - 33,326
136
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
KASOOMBLA
13 SH-40 20 90 Trenchless Technology
BHATIYA
with RCC NP4 casing
SAWAU PADAM
14 SH-40 20 110 Trenchless Technology
SINGH
with RCC NP4 casing
SAWAU PADAM
15 SH-40 20 90 Trenchless Technology
SINGH
with RCC NP4 casing
16 KERLI NADI SH-40 20 125 Trenchless technology
17 KANOD SH-40 20 140 Trenchless technology
PANAWARA DHORA
18 SH-40 20 125
GSR Trenchless technology
137
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
TABLE 5 STORAGE AND PUMPING SYSTEM (IN-VILLAGE) SOLAR PUMPS (UPTO &
INCL. 5 HP) AND ELECTRIC PUMPS ABOVE 5HP
Pump
HEAD HP of Capacity
SN CLUSTER NAME LOCATION Discharge
(M) pump of CWR
(LPS)
0.82 23 1.00 20
3 SHAHAR VTC DEEPANIYO KI DHANI
0.41 31 1.00 10
4 SHAHAR VTC SHAHAR
2.37 48 5.00 50
5 KERLI NADI CL- KERLI NADI PUMP AT NIMBA KD
1.59 43 3.00 50
6 KERLI NADI CL- KERLI NADI PUMP AT KERLI NADI
1.43 34 2.00 20
7 KERLI NADI CL- KERLI NADI PUMP AT KUKANO
2.16 44 5.00 50
8 KANOD PUMP AT VTC CHILANADI
1.58 47 3.00 50
9 KANOD PUMP AT VTC GODARO KI DHANI
2.15 45 5.00 50
10 KANOD PUMP AT VTC MOBTANIYO KATALA
2.48 51 5.00 50
11 KANOD PUMP AT VTC MEGHWALO KIBASTI
4.71 48 10.00 75
12 KANOD PUMP AT VTC KHARTANIYA KD
2.94 48 5.00 50
13 KANOD PUMP AT VTC KANOR
0.87 33 1.00 20
14 KANOD PUMP AT VTC NAGANA TALA
1.59 36 2.00 50
15 Panawara Dhora PUMP AT VTC BANDIDHORA
SAWAU PADAM CL- SAWAU PADAM PUMP AT VTC- 1.09 39 2.00 20
16 SINGH PITHONITO KD
100
SAWAU PADAM CL- SAWAU PADAM PUMP AT VTC- 5.71 27 5.00 (EXISITN
17 SINGH SAWAU PADAM SINGH G GSR)
SAWAU PADAM CL- SAWAU PADAM PUMP AT VTC- 4.13 31 5.00 75
18 SINGH BERINADI
SAWAU PADAM CL- SAWAU PADAM PUMP AT VTC- 2.54 50 5.00 50
19 SINGH SHAYMPURA
1.41 31 2.00 20
20 JAJWA CL-JAJWA PUMP AT VTC PANAWAS
CL-JAJWA PUMP AT VTC 1.90 31 3.00 50
21 JAJWA FATEHNAGAR1
3.66 39 5.00 75
22 Jakhra CL15 JAKHRA PUMP AT JAKHRA VTC
138
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Pump
HEAD HP of Capacity
SN CLUSTER NAME LOCATION Discharge
(M) pump of CWR
(LPS)
0.54 24 1.00 10
27 Hira Ki Dhani CL-16 HIRA KD PUMP AT Sutharo KD
1.36 44 3.00 20
28 KHOKHSAR EAST VTC KHOKHSAR SOUTH
1.25 38 2.00 20
29 Kharda Dhora PUMP AT HANUMANPURA
2.27 37 3.00 50
30 Kharda Dhora PUMP AT MALASAR
3.24 42 5.00 50
31 PAREU VTC JASOO KE BERI
0.31 30 1.00 10
32 LAPOONDRA ANASAR BORLA
2.27 57 5.00 50
33 Kumpaliya PMP AT VTC-CHIMONIYO KD
CL-KALEWA DHORA PUMPAT 1.55 50 3.00 50
34 Kalewa Dhora GANGANITO KI DHANI
0.93 51 2.00 50
35 PATIYAL CL-PATIYAL PMP AT VTC PATIYAL
2.21 46 5.00 50
36 PATIYAL CL-PATIYAL PMP AT VTC PATIYAL
CL-PATIYAL PMP AT VTC AKARLI 2.67 54 5.00 50
37 PATIYAL SUTHARO KD
SAJIYALI 2.14 35 3.00 50
38 PADAMSINGH PUMP AT SANJIYAL PADAMSINGH
SAJIYALI 3.69 28 5.00 75
39 PADAMSINGH PUMP AT SANJIYAL MOOLRAJ
40 KODUKA PUMP AT VTC KARNISAR 1.88 27 2.00 50
41 KODUKA Pump at jetmalon ki dhani 0.60 14 1.00 10
4.40 32 5.00 75
42 SOHRA PUMP AT VTC MEGWALO KI DHANI
0.60 30 1.00 10
43 SOHRA Pump at Ravo kd
0.80 11 1.00 10
44 SOHRA Pump at kirat singh ki dhani
1.95 36 3.00 50
45 GIRA PUMP AT SHIVPURA VTC
1.04 25 1.00 20
46 LAPUNDRA TARLI PUMP AT VTC SUTHARO KD
0.33 18 1.00 10
47 LAPUNDRA TARLI Pump for a part (Lapoondra Tarli)
139
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Pump
HEAD HP of Capacity
SN CLUSTER NAME LOCATION Discharge
(M) pump of CWR
(LPS)
0.33 41 1.00 10
48 SANTRA BHAKRI PUMP AT VTC JHUND SOUTH
1.94 39 3.00 50
49 SANTRA BHAKRI PUMP AT VTC JHUND
1.02 48 2.00 20
51 Doodhwa Dhora PUMP AT VTC DOODWA
2.99 37 5.00 50
52 GOL KHAR KI DHANI
1.94 42 3.00 50
53 GOL GOL SODA
1.15 31 2.00 20
54 GOL GOL STATION
1.19 34 2.00 20
55 GOL BAAWAS
2.40 41 5.00 50
56 GOL BHEEMARLAI
1.03 36 2.00 20
57 BAGUNDI SODHON KI DHANI
1.64 49 3.00 20
58 BAGUNDI VTC BAGUNDI
59 BAGUNDI VTC BAGUNDI_BIGUNDI DHANI 2.26 55 5.00 50
Note: The duty conditions of pumps are tentative and subject to vary as per actual
survey and hydraulic design
Size of Bulk
Block Habitation Census Pop
Village Name flow meter
Name id Code 2011
(mm)
BAITU PREMNAGAR (NRV 2011) 868748 87012 392 100
GIDA MUKANGARH (NRV 2011) 867619 87045 648 125
GIDA ANASAR BORLA (NRV2011) 867693 87108 248 80
GIDA KERLI NADI (NRV 2011) 868785 87285 758 125
BALOTRA NAYA DOODHWA (NRV 2011) 869671 87254 351 100
BAITU MATAJI KI BHAKHARI (NRV 2011) 867865 87129 276 80
140
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Chapter 2.
SCOPE OF WORK
2.1. INTRODUCTION
This contract aims to provide household tap connections (FHTCs) to household of 180
villages of Barmer district under Jal Jeevan Mission (JJM). Total 242 villages (234+8
NRVs) are proposed to be supplied water from PFBS 4A, out of which 62 village have
been sanctioned under "Other than Major Projects (OTMP)" category. In the present
Ongoing Project of PFBS 4A, 234 villages are connected and & 8 NRVs, which are
created till 2011 census, 6 are to be connected under the present project and 2 villages
to be covered under OTMP. Checking of adequacy of infrastructure up to Village
transfer chamber (VTC) i.e. Rising main, Cluster distribution and their upgradation /
modification and providing new infrastructure for unconnected villages to make the
Project JJM compliant and providing in-village infrastructures which includes village
distribution system, FHTC connections to habitations and other related works as
mentioned in scope of work for 180 villages and their other habitations shall be
developed under this Contract.
The Project will be executed under JJM with norms and guide lines of JJM published by
GoI from time to time. The execution and thereafter operation of system for clean and
safe drinking water to household will be monitored by State Government as well as
Government of India. It is mandatory that the contractor shall follow all the requisite
parameters to fulfil the aim of JJM. The quality of execution and O&M will therefore be
an important aspect and will be in constant surveillance of GoI/GoR. Contractor shall
follow all norms/specifications with good engineering practice and as a working partner
of the mission JJM.
141
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Engineer-In charge, removal of defects during the defect liability period and other
works as detailed in subsequent paragraphs. All these works are to be carried out under
the directions and supervision of PHED up to VTC or any other starting point of in-
village infrastructure and complete in-village infrastructure under the directions and
supervision of PHED and VWSC (Village Water and Sanitation Committee). After
completion and commissioning of water supply Project, Contractor shall be responsible
for removal of defects and O&M of the complete executed system during defect liability
period. During O&M period (after completion of defect liability period) the Contractor
shall be responsible for O&M of the complete executed system up to VTC only and the
in-village infrastructure is to be handed over to VWSC for O&M.
During Defect liability period, no additional payment shall be given to Contractor for
O&M.
142
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
consecutive points is more than 0.5 meters. All drawings of survey along with
the marked L-section of proposed pipe line, location of all types of valves etc
shall be submitted on scale approved by Engineer in Charge in soft as well as
hard copies. L-section and plan can be submitted in parts so as to take-up the
work or laying and jointing of pipes at an early date.
(d) Conducting required investigations to confirm that the provisions of system
proposed are sufficient to fulfill the required objectives of the work so that the
water can be delivered to fulfill the designed demand of respective villages. For
this, the contractor shall verify the ground levels given by the department and
shall carry out / verify the required designs to satisfy with the design provisions
made available by the department as per JJM guidelines. If, the provisions
envisaged by the department are considered to be inadequate, the Contractor
shall provide additional facilities / systems i.e. pump head. (No lower size
change in sizes/duty conditions of elevated service reservoirs, CWR’s, Pipeline
dia. & pump discharge will be accepted), so that the objective of delivery of
designed water demand in respective villages is achieved.
(e) Carrying out necessary soil investigations (bearing capacity and other
parameters) at all pumping stations, CWR and OHSR and any other important
civil structure. SBC tests shall be got done through an approved agency. For
foundations to be laid on sandy strata, the structural design and reinforcement
drawings shall be prepared on the basis of actual SBC found on testing but the
maximum SBC shall be considered as 10.0 T/ Sqm (Other than rocky strata) /
18.0 T/Sqm (Rocky strata) even if the actual SBC is more than these values.
(f) The Contractor should make a note that all Data and designs available are
Public Health Engineering Department’s Concept, which are only for the
purpose of information to the Contractor and will have no bearing on the
contractual obligations. The Contractor will have a choice to make use of the
data/designs etc. but the department does not take guarantee or responsibility
of the data / designs/ drawings. The Contractor will be solely responsible for
preparing and submitting required designs/drawings after carrying out
appropriate field surveys, data collection, designs etc. for approval of Engineer-
in-Charge.
(g) As the responsibility to supply the designed demand to the respective villages
is solely of the Contractor, the Contractor is required to review the design of
the pipe network, the pumps, etc. and the instrumentation system on his own
and if required shall use the appropriate duty conditions of the pumps, use
additional materials/equipment(s) so as to achieve the objectives of the work
as defined in clause 2.1 above.
143
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(h) Getting approval of all design and drawings, material to be used, equipment
specifications and the samples, prior to dispatching / installing /commissioning
of work on site. Unless mentioned otherwise, if for any specific provision,
references have been made in more than one specification, the provision more
stringent shall be applicable.
(i) Submission of the design/specifications, catalogs and the technical data sheets
of all the equipment, electrical/ instrumentation/ automation system, design
of the electrical components, taking into account the interfaces to the other
project components/packages and the future extensions of the project.
(j) Department has issued standard drawings/designs for ESRs, CWRs and GSRs.
These standard drawings/designs are the part of this agreement and
execution of such structures under the contract shall be as per those
drawings/designs. However, the contractor shall re-examine such
drawings/designs and may propose modification for additional
strengthening, without any extra cost. Such modified drawing/design shall be
got vetted from MNIT Jaipur / MBM Engg College/ BITS Pilani /any IIT and all
charges towards such proof checking shall be borne by the contractor. Final
responsibility of structural stability and safety shall be on part of contractor.
Contractor shall be responsible for preparation and submission of any other
Structural designs and drawings required under the Contract.
(k) Preparation and submission of all detailed working drawings on the basis of
conceptual designs and plans approved by the Employer.
(l) Providing adequately planned plinth protection works with drainage system for
all structures to be constructed.
(m) For all Campus areas and constructed buildings under the contract, the
contractor shall provide facilities of potable water and proper sanitation
without any additional charges.
(n) To co-ordinate with the VWSC, O&M staff and concerned officers of PHED,
personnel of local water supply system, personnel of ongoing contract and
other statutory authorities for necessary approvals as well as for carrying out
the work.
(o) Manufacturing, shop testing, pre-dispatch inspection, transportation to site,
providing transit insurance, storage, handling at site, installation, sectional
testing, pre-commissioning testing, commissioning and trial runs for all
components of the system including the hydraulic, mechanical and Electro-
Mechanical system.
144
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(p) All lighting work will be of LED type. All the electrical equipments shall be of 5
star rating or equivalent (if such ratings available). Electricity saving shall be
considered at every possible level without compromising objectives of Project.
(q) All crossings, road, NH/State crossing/ railway, gas/oil and canal crossings shall
be done by the contractor. For maintaining the continuity of the laying, the
contractor shall keep close liaison with the PWD, Forest, Railway, PHED,
Gas/Oil Company/WRD or concern authorities for an early approval of crossing
works. The cost of execution shall be borne by the contractor.
(r) All expenditures towards documentations, for Forest / Wild life clearances etc.
to be made in the process for approval shall be borne by Contractor.
(s) Typical drawings of units/structures/arrangements viz. P&I diagram of
pumping systems, Electrical SLD, Pump House, ESR(OHSR), CWR, VTC, etc. are
shown in the drawings contained in Volume III as indicated in the chapter.
(t) To perform the required tests to fulfill the requirement of applicable codes.
(u) Contractor should adopt all the safety measures for working labour as well as
running traffic, residents, children, cattle/ stray animals etc. Traffic hindrance
should be for minimum period of time.
(v) Arrangement of adequate security, watch and ward of the system during the
execution period to safeguard the equipment and completed section of the
work from any type of mishandling, theft, fire and other hazards, etc. shall be
made in addition to the above requirements.
(w) The submission of the As-build drawings of the works is the precondition for
the final payment of execution part. The final drawings shall be submitted in
one reproducible set and 5 copies on linen bound in an album of an approved
size. The contractor shall submit all the completion drawings (Autocad& PDF)
and approved design calculations on CD ROM / DVD/ pen drives in two copies
with proper directory structure.
(x) Operation, routine & preventive maintenance, maintenance and repairs of the
complete newly constructed system during defect liability period and
thereafter for 10 years for system laid up to VTC (except in-village
infrastructure) as defined in Special Conditions of contract in Volume I of bid
document,.
(y) Department has issued Quality Assurance and Quality Control Manual in July,
2021. Contractor has to adhere to the provisions, procedures and parameters
as specified in the Manual. The Manual shall be part of Agreement of this
Contract. Bidders are advised to go through the Manual before bidding. Soft
145
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
146
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
147
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(f) Setting out of works, Laying and jointing of pipeline including lowering, placing
at proper alignment, cutting pipes, chamfering complete in all respects. The
work of laying and jointing of pipes and pipe appurtenances should be done at
required levels. The pipeline alignment in general shall be kept on the outer
edge of the existing/ proposed road boundaries in row. Wherever this is not
possible, on approval of Engineer-In-Charge, the pipe can be laid near the road
or within the carriageway.
(g) The alignment approved by the Engineer-In-Charge shall be final and binding
on the contractor.
(h) Doing Jungle clearance and tree cutting. Cutting of trees shall be avoided as far
as possible, however if unavoidable than tree may be cut after providing
necessary permission from respective Department. PHED provide the
necessary permission from respective department.
(i) Excavation of trenches in ordinary soil/ hard dense soil/ hard dense soil mixed
with boulders/decomposed rocks/hard rock/saturated soil for laying pipeline
below ground as per approved by the department. Normally, a clear cover of
1.00 m shall generally be maintained.
(j) Preparation of trench bed, providing sand bedding where pipe is laid below
ground in stretches having boulders/rocky strata.
(k) The road crossings shall be done by the contractor himself. Cutting Cement
Concrete roads, bituminous roads or WBM along the alignment and to cross
the roads. In order to avoid excessive damage to the roads, Cutting of cement
concrete / bituminous road for laying of pipe line shall mandatorily be done
using a concrete cutter machine.
(l) The Contractor shall arrange road cutting permissions from the respective
authorities well in time. However, the department shall assist the contractor
with all possible sincere efforts in obtaining permissions for Road crossing /
road cutting from concerned authority by furnishing all details/drawing/design
and undertaking etc. required, for the same, time to time. Cost paid to
agencies for such permissions shall be borne by the department.
(m) For laying pipeline, the cost of shifting of electrical poles, transformers etc.
shall be borne by the Department. The bidder shall be responsible for any
damage occurred to the telephone lines, distribution/rising main water and gas
pipes, drains and irrigation canal or any other private/public utility etc. while
laying pipeline and shall be liable to pay the amount levied by respective
department for the repair and / or damages so occurred.
148
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(n) Wherever the road is of concrete / bitumen and its width is more than 10 mtr
and an existing distribution pipe line, if any, is laid on one side, another
distribution line shall necessarily be laid on the other side of the road so as to
minimize road cutting and its repair. House connections shall be released from
the distribution line on that side only.
(o) In case of Gaurav Path also, the above principle shall be followed.
(p) Refilling of pit / trench shall be done after proper ramming and watering in
layers not exceeding 20 cms.
(q) Wherever the pipeline is laid above ground on RCC supports, average ground
clearance of 45cm.
(r) Making Interconnection of pipelines to existing pipelines.
(s) Providing, testing and installing all materials such as bends, tees, reducers with
long radius, dismantling joints, insulating joints, rubber rings, flanges, nuts &
bolts, rubber sheets etc. of required specifications for the installations.
(t) Providing, testing and Installation of suitable dia Sluice Valves/ Air Valves, with
valve chamber as per approved design. A dismantling joint shall be provided
with each valve. It shall be noted that only Sluice Valves and dismantling joints
(if provided) shall be paid separately. In case of DI pipelines, DI specials
(flanged and socket puddles) used for installation of Valve shall be measured in
pipe length. In case of HDPE pipe, HDPE flanged adapter shall be used to
connect Sluice Valve with HDPE pipe. The HDPE flanged adapter shall be as per
IS with backing flange. The HDPE flanged adapter used for installation of Valve
shall be measured in pipe length.
(u) The work of distribution line for different distribution zones under the contract
shall fulfill all liabilities of the contractor as laid down in this contract.
(v) Sectional testing of pipeline.
(w) Compliance of all safety rules at work sites.
(x) Cleaning, Disinfections, testing and commissioning of all pipelines laid.
(y) Providing and fixing Barricading at site of work for restricting the general public
at crowded area and frequently running traffic as per the direction of engineer
in charge.
(z) The contractor shall submit geo-referenced AUTOCAD as built drawings for the
complete pipeline network laid under the contract.
149
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The scope should include but not limited to the following requirements:
(a) Collect all the required data from village as per norms of PHED/ Jal Jeevan
Mission like number of households, family units (Ration cards) family head
name with ID proof, Documents required for issuing the water connection i.e.
Panchayat Patta or registration of land or NOC/ mutation/ revenue record
from tehsil etc. (These documents should be provided by every house hold and
collected by contractor).
(b) Get connection form filled up and signed by the consumer. Contractor shall
provide hard copies to the consumer at a nominal cost to be decided by VWSC.
He shall obtain authorization from VWSC / PHED for release of FHTC.
(c) Excavation of earth in all types soil/rock up to required depth and size for fixing
of clamp and ferrule on distribution pipe line as per specifications.
(d) Dismantling of Cement concrete road/ BT road/ Kharanja/ CC Block Road in
minimum width as required for excavation pit (by manual or mechanical
means) and for laying of service line by only with concrete cutter machine (in
case of CC or bitumen road), including disposal of CC or BT rubbish as directed
by Engineer in Charge. In order to avoid excessive damage to the roads, it is
mandatory that the contractor uses a “concrete cutter machine” to make a
jhirri/ narrow trench in the road to accommodate the service line comprising
of 20 mm dia MDPE pipe.
(e) Providing and fixing of uPVC/ MS clamp saddle for providing FHTC from
uPVC/DI/AC/MS/GI pipe line and Electro fusion Saddle for providing FHTC from
HDPE pipe line, Gun metal ferrule 4.0mm (ISI marked), GM Full-way Valve
(IS:778 Mark) or wheel valve, NRV, Union, MDPE pipe PE 80 PN 16 as per ISO
4427 / 20 mm nominal dia PPR-C (Three layered) pipe PN16 SDR 7.4
(IS:15801:2008) (ISI mark) below ground and 20 mm dia PPR-C pipe with
standard PPR fittings/ 15 mm dia GI pipes with fittings above ground level from
ferrule to property line and in consumer premises for fixing a Tap (max. length
2.0m), including testing. Depth of MPDE connection pipe should be minimum
45 cm from the ground level but in case service line is laid below concrete or
bitumen road, minimum depth shall be 20 cm from the top surface of road.
(f) In addition to the ferrule, an orifice of 4.0 mm dia should also be provided in
the service line at the entry point of the consumer's property in such a way
that it should be accessible for inspection to VWSC, PHED and any other
authority which would like to inspect as and when required.
(g) P&F a 15mm Bib Cock with foam flow Chrome plated with complete brass body
including brass handle having good quality with weight 300 to 325 gms,
including accessories.
150
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(h) All material should be as per ISI mark and as per specifications.
(i) The MDPE pipe shall be PE 80 and minimum PN 16 pressure class as per ISO
4427. The raw material for MDPE pipe shall be virgin PE 80 Blue compound and
comply with the requirements of ISO/Directive of testing material : 9080 with
minimum required strength of 8 Kg/[Link]. The raw material shall be Food
grade quality. The pipes shall bear ISO marking.
(j) Refilling the pit and trench without using CC or BT rubbish with proper
consolidation and watering.
(k) Road should be motorable after refilling the trench until repair of the road as
directed by EIC & as per specifications.
(l) Repair of Road as per specification & as directed by EIC with Cement concrete/
Existing CC block/ Existing kharnja stone wherever required.
(m) In case the service line is crossing a drain, the service line should be encased
inside a metallic pipe the cost of which is to be borne by the consumer.
(n) Flushing, cleaning, disinfecting and testing of pipe line complete for making of
service connection complete in all respect.
(o) Once the house connection has been completed, name of consumer, along
with other details and Aadhar card number are to be entered in the IMIS
website of GoI. PHED shall provide necessary assistance in the beginning.
(p) The maximum permissible length of service connection shall be 30 meters
subject to the condition that at least 7 m terminal head is available at the
ferrule.
(q) Details of existing and proposed number of FHTC as worked out by department
is given in 0 of Chapter 1 Project in Brief of this Vol-II of Bid document.
151
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(e) For curing purpose, either jute cloth or water sprinklers or perforated pipes
shall be used. For curing contractor shall provide water tanker/ storage tank
wherever necessary at his own cost.
(f) If the contractor fails to do curing of the work as specified and as directed by
the Engineer in charge or his authorized representative the same shall be done
at the risk and cost of the contractor. The actual cost involved in such
departmental curing shall be recovered from the bills of the contractor.
(g) Any material not conforming to the specification collected at site shall have to
be removed by the contractor within a period of three days of the instructions
issued by the Engineer in charge in writing failing which, such material shall be
removed by the department at risk and cost of contractor after expiry of three
days period.
(h) The minimum requirements of specifications of the governing agencies shall be
followed.
(i) Road crossing is required through trenchless technology as per detailed
specifications given in BOQ. The locations identified for such road crossings are
given in TABLE 4 of Chapter 1 Project in Brief of this Vol-II of Bid document.
152
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(b) The clear water storage reservoir shall be designed and constructed in RCC
including supply of necessary material, labor, equipment etc. as per provisions
given in the “Specifications for civil works” and “Specifications for reservoirs”.
(c) The general details and RCC details of clear water storage reservoir are marked
on the standard drawing provided in Vol-III of bid document. However, the
piping details marked on drawing shall vary as per the connecting pipelines.
(d) Notwithstanding the fact that Designs shall be provided / approved by the
department, the contractor shall remain fully responsible for the soundness of
Design, construction, structural safety and water tightness.
(e) Excavation for all structures including working spaces, trench excavation for
pipes and other ancillary works in all kind of soils/ rock, refilling and disposal of
surplus earth at suitable site and dressing.
(f) Blasting on hard rocks’ is prohibited where permanent structure already exists.
(g) Providing suitable ventilation for the reservoir as per the specifications given in
the chapter of “Specifications for Reservoirs” and “Specifications for Civil
Works” and the Standard Drawing. The ventilator shall be of stainless steel as
shown in drawing.
(h) Providing MS ladder along with railing outside CWR from ground level to roof
and SS 304 ladder inside CWR as per details provided on the drawing.
(i) Providing manhole of size 750 x 750mm for access inside the reservoir.
Manhole cover shall be made of Stainless steel sheet and SS angle frame and
lockable. Manhole shall be located such as to provide ease in inspection and
facilitate easy maintenance of floats. If needed additional manhole may be
provided.
(j) Providing adequate plinth protection all around the structure in a width
starting from edge of structure at GL and extending at least up to 1.0m beyond
the edge of outer most projection (Ring Beam at the top of wall).
(k) Providing PVC water stops of 150 mm wide as per IS (with 300 mm overlap at
the ends) at construction joints or providing construction key as per provisions
of IS Codes and good engineering practice.
(l) Construction of internal sumps of for housing suction pipe of pumps in CWR.
However; for locations and CWRs where Solar submersible pumps are to be
installed, two internal sumps shall be provided to house two Solar
submersible pumps (1W+1S) and in such case the depth of sump shall be as
per height of Solar pump plus 300mm clearance at bottom.
(m) Providing one mud pit in CWR for washout.
153
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(n) The top surface of slab shall be painted with minimum two coats of anti
carbonation paint of approved shade and outer surface of tanks above ground
shall be painted with minimum two coats of cement based paint of approved
shade. All mild steel railing, posts, gate, frame, MS ladder, level gauge shall
receive a coat of red oxide primer, two under coats and one finishing coat of
an approved enamel paint and of approved shades. Concrete surface below
ground level shall be provided with bitumen paint as per specifications.
Painting of outside surface of the container shall be provided with anti-
carbonation paint as per specifications. Inside surfaces of container shall be
painted with two coats of food grade epoxy paint on bottom of flat slab and
600mm portion of vertical wall from top.
(o) Writing of Slogan and Logo as per specifications and details provided on the
standard drawing provided in Vol-III of bid document.
(p) Providing conventional float cum mechanical gauge (water level indicator)
provided on the standard drawing provided in Vol-III of bid document.
(q) Supply and installation of CI / DI puddle collars for Inlet, Outlet, Overflow and
Washout as per size approved by Engineer-in-charge.
(r) Supply and installation of DI / GI double flanged pipes, specials, duck foot
bends etc. for inlet, outlet, washout and overflow. One 80mm dia CI D/F sluice
valve with dismantling joint shall be provided on washout pipe.
(s) Inter connection of incoming mains to respective piping of reservoir using
suitable specials.
(t) Final clearance of site before handing over the work, including leveling of earth
in the campus area, disposal of surplus earth, plantation etc. as per directions
of the Engineer in Charge.
(u) Cleaning, washing and disinfecting the reservoir and making its interior free of
all foreign material, loose particles, debris etc. and making it fit for storage of
potable water.
(v) Testing of tank for water tightness and structural stability by filling it with
water including testing of performance of pipes, joints, valves, float, gauges,
and all other appurtenances and in accordance to the procedure laid down in
tender document/IS code.
154
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sn PARTICULARS SPECIFICATIONS
1. Type of Structure Masonry
2. PCC below foundation and flooring 150mm thick Cement concrete [Link]
3. Plinth Level Min. 0.60 meters above finished ground level
4. Damp Proof Course 150mm thick Cement concrete [Link] with
nominal reinforcement
5. Minimum Ceiling Height of
building above finished floor Levels
i) At Pump/motor floor area Min. 4.05 meter
ii) Areas of Switchgear Min. 3.85 meters
6. Height of Parapet wall above roof Min. 500 mm
7. External walls Below Ground Level RR stone masonry in Cement mortar 1:6
155
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sn PARTICULARS SPECIFICATIONS
8. External walls above Ground Level RR Stone / Brick masonry 350 mm thick in
Cement mortar 1:6
9. Partition walls Half Brick masonry in Cement mortar 1:6
10. Roof RCC min. M-25 grade with water proofing
and minimum thickness 125mm
11. Interior Plaster 20 mm thick in Cement mortar 1:4
12. Plaster on external Walls 25 mm thick in Cement mortar 1:4 with Grit
Wash. In case of stone masonry front facing
shall be CR stone masonry with deep groove
pointing
13. Flooring Pump/motor floor Hardener topping (Ironite) with 40mm thick
CC base
14. Flooring All Other areas Kota Stone
15. Painting (3 coats) Inner areas Oil bound Distemper
16. Doors Pressed steel frame with 38mm thick flush
doors shutter
17. Windows Glazed steel section window with wire gauge
and safety grill
18. Cooling Arrangement Fans
2.11.2. MECHANICAL WORK:
The works included are as defined below but shall not be limited to:
1. Providing Centrifugal Mono-block pumping sets along with base plate and their
accessories at 5 locations (5 Working + 5 Standby) and Solar operated
Submersible Pumping sets at 54 locations (54 Working + 54 Standby) as given
in TABLE-5 of Chapter 1 Project in Brief of this Vol-II of Bid document.
2. In case of Centrifugal Mono-block pumps, providing suction header and suction
and delivery piping of each pump set and common delivery manifold. These
shall be designed for the corresponding discharge of the pump with velocity
not more than 1.0 m/sec in suction header, 1.5 m/sec in suction and 1.8 m/sec
in delivery/ delivery manifold (Minimum pipe size 80mm). The Outlet from
CWR shall be designed with velocity not more than 1.5 m/sec.
3. In case of Centrifugal Mono-block pumps, providing One Sluice Valve with SS
Expansion Bellow on Outlet of CWR, One Sluice Valve with SS Expansion Bellow
& reducer on Suction piping and one enlarger, one dual plate check valve
followed with one SS Expansion Bellow and one sluice valve on delivery piping.
One Sluice Valve with SS Expansion Bellow shall be provided on common
156
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
delivery header. The size of valves shall be same as of respective piping. All
Sluice Valves shall be DI resilient seated and manually operated.
4. In case of Solar operated Submersible pumps, providing GI delivery piping of
each pump set and GI common delivery manifold. Their sizes shall be as
decided by the Engineer-in-charge.
5. In case of Solar operated Submersible pumps, providing One Sluice Valve and
one dual plate check valve followed with one Dismantling joint on delivery pipe
and one sluice valve on common delivery header. The size of valves shall be
same as of respective suction/delivery piping (minimum 80mm in case size of
pipe is less than 80mm). All Sluice Valves shall be DI resilient seated and all
manually operated.
6. Providing Pressure Gauge on individual delivery of each pump.
157
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Sn PARTICULARS SPECIFICATIONS
600mm (W) x 450mm (W) and
450mm (W) x 450mm (W)
4. Superstructure work Stone masonry in CM 1:6, 300mm (W) x
1650mm (Height) or
Brick masonry in CM 1:6, 230mm (W) x
1650mm (Height)
5. Plaster For Stone masonry pointing in Cement
mortar 1:3 or
For Brick masonry 20 mm thick Plaster in
Cement mortar 1:6
6. Expansion Joint At every 30M
7. Coping on top of wall 75mm thick CC [Link]
8. Pillar for main gate 350mm x 350mm
9. Painting ( 3 coats) Cement based paint
2.13. ACTIVITIES TO BE UNDERTAKEN DURING DEFECT LIABILITY PERIOD
The Contractor shall be responsible for all the Defects and deficiencies, except usual
wear and tear in the Project or any Section thereof (for the facilities developed by him),
till the expiry of period of defect liability period starting from the next day from the
date of issue of Completion Certificate of the Project. However; for in-village
infrastructure the defect liability period shall start from the next day from the date of
issue of Completion Certificate of in-village infrastructure of any particular village.
Constructional defect such as defects due to premature use of materials, works not
executed in accordance with the Contract, hidden faults in material and equipment not
discovered during inspection and testing, fault in design, manufacturing, erection and in
construction shall be pointed out by the EIC and shall have to be rectified by the
contractor during this period.
The Contractor shall repair or rectify all Defects and deficiencies observed by the
Department’s Engineer during the Defects Liability Period within a period of 7 (seven)
except material related to leakage (which will be replaced within 24 hours) days from
the date of notice issued by the Department’s Engineer in this behalf, or within such
reasonable period as may be determined by the Department’s Engineer at the request
of the Contractor, in accordance with Good Industry Practice.
For the avoidance of doubt, any repair or rectification undertaken for repair or
rectification of defects or deficiencies observed by Department’s engineer, including
any additional tests, shall be carried out by the Contractor at its own risk and cost, to
the extent that such rectification or repair is attributable to:
(a) The design of the Project;
158
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(b) Works, Plant, Materials or workmanship not being in accordance with this
Agreement and the Specifications and Standards;
(c) Improper maintenance during construction of the Project by the Contractor; or
(d) Failure by the Contractor to comply with any other obligation under this Agreement.
In the event that the Contractor fails to repair or rectify such Defect or deficiency within
the period specified above, the Department shall be entitled to get the same repaired,
rectified or remedied at the Contractor’s cost so as to make the Project conform to the
Specifications and Standards and the provisions of this Agreement. All costs consequent
thereon shall be determined as per conditions of contract agreement.
During the defect liability period, the Contractor shall also operate and maintain the
complete system executed by him including the in-village infrastructure and provide
training to the local villagers.
No payment shall be given to Contractor for O&M and training during the defect
liability period.
159
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(b) Assist the Department in identifying the Clearances that are to be necessarily
obtained by the Department for the fulfillment of the obligations of the
Contractor under the Conditions of Contract.
(c) Arrange all the necessary manpower for the operation and maintenance of the
Facility.
(d) Make all necessary arrangements for the tools and plants, machinery,
equipment, and transportation vehicles necessary for operation and
maintenance.
(e) Procure and Store all required materials, consumables, equipment, lubricants,
inventory for repair and maintenance required for operation and maintenance.
(f) Be responsible for providing Operation & Maintenance Services
(g) Be responsible for the security of the Facility and comply with applicable laws
and/or statutory requirements as may be applicable in the land from time to
time
(h) Maintain adequate stores and inventory as per the operation and maintenance
manual, for timely repairs.
(i) Co-ordination with other contractors / agencies / PHED’s O&M staff.
(j) Be responsible to minimize wastage of water by attending to leakages within
the specified period.
(k) The Contractor shall carry out his activities in the Facility in such manner that
water will not be wasted, leak or spill onto the site or elsewhere. The
Contractor shall bear the cost of correcting any adverse consequences
resulting from any such wastage, leakage or spillage, and shall make and file
any reports with respect thereto required under this Conditions of Contract
and Applicable Law.
(l) Record, monitor and reporting to the department all vital data not limited but
like the total water supplied, condition of system, repair and maintenance
undertaken.
(m) Preventive maintenance as per guidelines and frequency referred in the
manual on O&M of water supply system as published by CPHEEO.
(n) To keep the entire campus area, particularly toilets neat and clean and dis-
infected by using Phenyl , acid and other chemicals at all head works
(o) To maintain proper communication between staff deputed at various head-
works and on pipeline (via telephone/ mobiles etc.) for proper O&M of system.
160
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
2.15.1. GENERAL
Within the frame work of the contractors responsibilities given above, the contractor
shall carry out the following activities, but these shall not limit requirement of other
activities, which otherwise are required as per terms and conditions of contract or to
fulfill contractors responsibilities or are essential as per good industrial practices. The
contractor shall be responsible for:
(a) Providing water at the desired flow rates along with desired quantity to each
VTC.
(b) Providing the minimum specified staff as specified herein below during
operation and maintenance period and additional staff as per requirement
during periodic maintenance and in emergencies.
(c) Providing all required consumables required for functioning of equipment and
water supply delivery.
(d) Maintenance of all buildings/structures and their surroundings in neat and
clean position.
(e) Maintenance of the lighting fixtures and the lighting system of all areas and
replacement of all non-functional lighting fixtures within 24 hours.
(f) Maintaining;
161
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
162
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Note :
(1) The above requirement is minimum only. The contractor shall arrange
extra work force, as and when required, so as to smoothly run the
operation and maintenance including preventive maintenance, repairs
etc. and general cleanliness of the installations.
(2) The above staff strength is exclusively of leave reserve required for
different category of staff. The contractor shall ensure, the personnel
given in above table for all the seven days in a week.
(3) During Defect liability period Contractor has to maintain in-village
infrastructure and therefore he has to deploy extra O&M staff @
minimum 1 labour per village.
2.15.3. PIPELINE WORKS
(a) Repair of leaks, damaged portion of road, embankment, pipe and pipe
appurtenances, CD works and en-route structures.
(b) Emergency Repair(s) of burst(s) for maintaining regular supplies immediately
including making necessary arrangements of dewatering if required.
(c) Operation of all valves and their checking for proper functioning. Maintenance
of all valves in leak-less conditions. Quarterly inspection of surge protection
equipment/system, and to do repairs, if required. Contractor shall submit
quarterly reports of all such activities done.
(d) Maintenance of inventory for repair of pipe leak(s) and burst(s), valves (air
valve, sluice valves, butterfly valves), surge protection devices or any other
pipe appurtenances or equipment(s) installed.
(e) Quarterly lubrication of all gear boxes along the alignment.
(f) Maintenance and repairs of flow meters
(g) To maintain the valve chambers along the pipeline in clean and dry conditions.
(h) To maintain the cover on the pipe damaged due to rains, runoff or any other
reason.
(i) Cleaning of CD works along the pipeline alignment and to do required
regarding works of area between road and pipe to ensure that water is not
impounded near the pipe during rainy season.
(j) Maintaining clean conditions at saddle supports and Oil and greasing of all
supports.
(k) Taking daily readings of all installed meters and maintaining the record in
registers
(l) Maintaining flow meters installed by him in working condition.
163
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
164
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Chapter 3.
SPECIFICATIONS OF PIPELINE
3.1. GENERAL
Except as otherwise specified in this technical specification, the Indian/International
Standards and Codes of Practice it their latest version shall be adhered to for the
design, manufacturing, inspection, factory testing, packing, handling and transportation
of product. The work of laying, jointing, testing and commissioning shall also be as per
the relevant Indian standards. Should any product be offered conforming to other
standards, the equipment or products shall be equal to or superior to those specified
and the documentary confirmation shall be submitted for the prior approval of the
Engineer-in-Charge.
If any provision is prescribed in more than one Indian Standards, the specification more
stringent shall be used for the work.
The use of different types of pipe material in the contract shall be in accordance to the
provisions given in the “scope of work” and the principals defined therein.
3.2. DI PIPELINE
3.2.1. GENERAL
Following IS Standards shall be applicable.
SN Particular IS Standard
1 Specifications for DI Pipes IS 8329-2000
2 DI Fittings and Specials IS 9523-2000
3 Rubber Gasket for DI Pipes IS 5382-1985
4 Laying & Jointing of DI Pipes IS 12288-1987
All the DI pipes, DI specials and other pipe appurtenances shall be designed to
withstand the maximum pressures to which it may be subjected to under operation of
the project. All the DI Pipes shall be of minimum K-7class as per IS 8329-2000 as
detailed in table 5.
165
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The fittings should preferably be procured from the same manufacturer of the pipes. In
case they are not, it will be the responsibility of the manufacturer of the fitting to
provide fitting which commensurate with the supplied DI pipes by the department. The
contractor will however be responsible for the compatibility and quality of the
products.
Supplies of rubber gaskets shall be done by the contractor confirming to the relevant
specifications. Contractor shall preferably take them from the approved vendor of the
manufacturer of the pipe.
166
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
3.2.8. MARKING
All pipes will be marked as per provisions of IS 8329 and subjected to the following
minimum requirements:
Manufacturer name/ stamp
Batch details showing batch no, date of manufacture etc
Purchaser’s Mark “PHED ____________ (Name of Project as per directions of
EIC)”,
Nominal diameter
Class reference
Manufacturing standards to which the pipe confirms (IS: 8329) & BIS
Certification mark.
3.2.9. REQUIREMENTS FOR FITTINGS & SPECIALS
The following types of DI fittings shall be manufactured and tested in accordance with
IS: 9523 or BS: EN 545. The specials shall be provided with internal cement mortar lining
inside as per provisions of IS 9523 Annexure B.
flanged socket
flanged spigot
double socket bends (900, 450, 22 1/2 0, 11 1/4 0)
double socket branch flanged tee
all socket tee.
double socket taper.
All Flanged Tee.
All flanged taper.
All the DI fittings shall be supplied with one rubber ring for each socket. The rubber ring
shall conform to IS: 10292 and IS: 5382 as described in the respective clause. Flanged
fittings shall be supplied with one rubber gasket per flange and the required number of
nuts and bolts.
167
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
All the DI fittings and specials shall be manufactured at well equipped foundries. The
minimum requirements for all the foundries shall be as below.
1. ISO 9001 certification.
2. Induction furnace.
The QAP for the DI fittings shall include above requirements and shall necessarily
require formal approval before manufacturing.
SN Particular IS Standard
1 Specifications for HDPE Pipes IS 4984-2016
2 HDPE Fittings and Specials IS 8008 Part 1 to 9
3 Laying & Jointing of HDPE Pipes IS 7634 Part-2-2012
3.3.2. HDPE PIPES
HDPE pipes to be used in the contract shall be High density polyethylene (HDPE) pipes
for potable water supply confirming to IS 4984-2016 duly BIS certification marked. Pipes
ends shall be suitable for fusing jointing. All the HDPE pipes, specials and other pipe
168
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
169
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
170
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
minimum 165 Hrs. This test can be carried out at factory or at any laboratory
approved by BIS. Such report should not be more than 6 month old from date of
inspection.
3.3.8. MARKING
All pipes shall be marked as per the provisions of IS 4984 and subjected to following
minimum requirements:
1. Manufacturer name/ Trade mark with last two digits of year of manufacturing,
2. Lot number/ Batch number,
3. Designation of pipe material (PE 100, PE 80, etc),
4. The dimensions (Nominal outside diameter X nominal wall thickness)
5. Nominal pressure (PN)
6. Manufacturing standard to which the pipe confirms (IS 4984) and BIS
certification mark,
7. Purchaser’s Mark “PHED ____________ (Name of Project as per directions of EIC)”,
8. Mark of pre-dispatch Inspecting authority if any.
3.3.9. SPECIALS/ FITTINGS
All fittings such as bends, tees, reducers, end plugs, saddles shall conform to IS: 8008
part 1 to 9. Material used for manufacturing shall be the same compound used for
manufacturing of pipes i.e. PE-80 or PE-100. All fittings shall be of the same pressure
rating as that of pipe. The fittings shall be free from cracks, voids, blisters, holes,
distortion, dents, injurious incisions, inclusions or any other likely to impair their
performance. For each fitting the fusion time shall be the same. Saddle fusion and
tapping tee fitting may be used where required.
Unless otherwise mentioned, the specials and the jointing material for HDPE pipes shall
be Electro Fusion / Butt fusion fittings conforming to relevant IS. Fusion fittings with
integral heating element shall be used in general. The jointing method shall be as per
BOQ stipulation in general.
3.3.10. MARKING
The following information should be embossed on, or indented to a minimum depth of
0.15 mm into the fitting:
1. The name of the manufacturer
2. The size of the fitting in mm
3. Year of manufacture
4. Fusion time in seconds
171
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
172
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Bends shall be fabricated taking into account the vertical and horizontal angles for each
case.
The bends shall have welded joints and the upstream and downstream ends of each
bend shall have a straight piece of variable lengths as required.
Bends shall be designed with deflection angle between two segments as per provisions
of IS: 7322 (amended up to date).
When the point of intersection of a horizontal angle coincides with that of a vertical
angle, or when these points can be made to coincide, a single combined or compound
bend shall be used.
Details of thrust collars anchor bolts, holding down straps, saddle plates should be
furnished together with full specifications in contractor’s fabrication drawing.
3.4.4. TAPERS
Tapers shall be manufactured out of steel plates and lined internally and coated
externally. The tapers shall be suitable for connections to the sluice valves or flanged
tailpiece on one side and to MS pipe on the other side. Stiffener rings shall be provided
to afford rigidity to pipe. They shall be manufactured generally in accordance with IS:
7322.
3.4.5. MS FLANGES
Welding neck flanges conforming to BS: 6392 for nominal pressure rating 1.6, 1.0 and
0.6 N/mm2 must be used in accordance to the design pressure at the place of
installations. Nominal Size of flange shall be in conformity to the equipment or pipe
appurtenance with which they are to be used. The flange drilling shall conform to IS:
1538 for flanges up to 1500 mm ID.
Flanges shall be provided at the end of pipes or special where sluice valves, blank
flanges, tapers, etc. have to be introduced. This shall assemble the flanges in the exact
position by marginal cutting, if necessary, so as to get the desired position of the sluice
valves, etc. either vertical or horizontal and then fully welding ofthe flanges from both
sides in such a way that no part of the welding protrudes beyond the face of the
flanges. In case the welding protrudes beyond the flanges and if the Engineer-in-Charge
orders that such protrusions shall be removed, the contractor shall file or chip them off.
If required and when ordered by the Engineer-in-Charge, the contractor shall provide
and weld gusset stiffeners, as directed on site.
173
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
dragged along the ground or the loading bed of a vehicle. Pipes shall be transported on
flat bed vehicles/trailers. The bed shall be smooth and free from any sharp objects. The
pipes shall rests uniformly on the vehicle bed in their entire length during
transportation. Pipes shall be loaded and un-loaded manually or by suitable mechanical
means without causing any damage to the stacked pipes.
Whatever method and means of transportation is used, it is essential that the pipes are
carefully placed and firmly secured against uncontrolled movement during
transportation to the satisfaction of engineer in charge.
Damage to lining must be repaired, as per relevant IS code, before pipe laying according
to the instructions of the pipe manufacturer after taking approval of EiC. Pipes shall not
be thrown directly on the ground or inside the trench.
When using mechanical handling equipment, it is necessary to employ sufficient
personnel to carry out the operation efficiently with safety. The pipes should be lifted
smoothly without any jerking motion and pipe movement should be controlled by the
use of guide ropes in order to prevent damage caused by pipes bumping together or
against surrounding objects.
Rolling or dragging pipes along the ground or over other pipes already stacked shall be
avoided.
The pipe should be given adequate support at all times. Pipe should be stored on a
reasonably flat surface free from stones and sharp projections so that the pipe is
supported throughout its length. In storage, pipe racks should provide continuous
support and sharp corners of metal racks should be avoided. Pipes should not be
stacked in large piles for all pipes. Socket and Spigoted pipes should be stacked in layer
with sockets placed in alternate ends of the stack to avoid lop sided stacks.
Pipes should not be stored inside another pipe. In no one case the pipes should be
stored in stressed or bent condition or near the sources of heat. Pipes should not be
stacked more than 1.5 m high and pipes of different sizes and classes should be stacked
separately. The ends of the pipes should be protected from abrasion. The pipes should
be protected from U.V. rays and excessive heat at all times. Their storage facility should
be well ventilated.
The Contractor shall provide proper and adequate storage facilities to protect all the
materials and equipments against damage from any cause whatsoever and in case of
any such damage/theft, the Contractor shall be held responsible.
The contractor will lay the pipelines along the alignments as per the approved L section.
Layout shall be given by the Engineer in Charge of his authorized representative. The
layout shall be given keeping in view the information available regarding existing
services like water lines, sewers, telephone and electric lines/ cables. In the event some
174
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
services fall in the alignment of lines to be laid, the contractor shall have to shift the
alignment or such services. The contractor shall take all due care to avoid damage to
any such services and, in case of any damage occurring to them in progressing the work,
the Contractor shall make good the same at his own cost. No additional time and
payment shall be allowed on this account.
Rubber rings shall be handled and stored in their original packing, protected against
sunlight and contacts with petroleum product, solvents and paints.
The Contractor shall provide suitable lifting equipment for loading, unloading and laying
of the pipes.
175
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
supply, handling, laying, installation, and site testing of all material and works. The
laying of pipeline shall be done in confirmations to the following standards:
IS: 7634 for HDPE pipeline.
IS: 12288 for DI pipeline.
3.6.3. ALIGNMENT AND THE L-SECTIONS
Pipes shall be laid along the alignment given by the department, after the approval of L
section. The gradient in which the pipe alignment shall be approved will be based on
the following principles:
On average, the change in slopes per km. length shall not be more than 10 in number.
The slopes provided shall be such that in existing ground level conditions, the maximum
cover over the laid pipe is neither more than 1.5 m nor less than 0.6 m. The average
cover generally should not be less than 1.00 meters. In case of HDPE pipes, the pipes
shall have a minimum cover of 750mm when laid under footpaths and sidewalks, 1000
mm when laid under roads with light traffic or under cultivated soils and 1.25 m when
laid under roads with heavy traffic. When the soil has poor bearing capacity and is
subject to heavy traffic, the pipes shall be laid on a concrete cradle.
Pipes laid above ground on pedestals shall in general have minimum clear height of 45
cm between the pipe invert and ground level.
3.6.4. TOOLS AND EQUIPMENT
The contractor has to procure and stored at site the required tools and equipment
timely to have, efficient and professional implementation of the work as specified in the
time schedule given in the special conditions of the contract. On demand he shall
provide to the Engineer in Charge a detailed list of tools and equipment available at his
store. If in the opinion of the Engineer in Charge the progress or the quality of the work
cannot be guaranteed by the available quantity and type of tools and equipment the
contractor has to provide additional ones to the satisfaction of the Engineer in Charge.
176
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Excavated material shall be dumped in regular heaps, bunds, riprap with regular slopes
within the lead specified and leveling the same so as to provide natural drainage.
Rock/soil excavated shall be stacked properly as approved by the Engineer in Charge. As
a rule, all softer material shall be laid along the center of heaps, the harder and more
weather resisting materials forming the casing on the sides and the top. Rock shall be
stacked separately.
Topsoil shall be stock piled separately for later re-use.
3.7.2. CLEARING
The area to be excavated / filled shall be cleared of fences, trees, plants, logs, stumps,
bush, vegetation, rubbish, slush, etc. and other objectionable matter. If any roots or
stumps of trees are encountered during excavation, they shall also be removed. The
material so removed shall be disposed off as approved by the Engineer in Charge.
Where earth fill is intended, the area shall be stripped of all loose/ soft patches, top soil
containing objectionable matter/ materials before fill commences.
3.7.3. EXCAVATION
Excavation shall be taken out to such widths, lengths, depths and profiles as are shown
on the approved L-section or such other lines and grades as may be agreed with the
Engineer in Charge. Rough excavation shall be carried out to a depth of 150mm above
the final level. The balance shall be excavated with special care.
Soft pockets shall be removed below the final level and extra excavation filled up as
approved by the Engineer in Charge. The final excavation should be carried out just
prior to laying.
To facilitate the permanent works the Contractor may excavate, and also backfill later,
outside the lines shown on the drawings provided by the Contractor as agreed with the
Engineer in Charge. Should any excavation be taken below the specified elevations, the
Contractor shall fill it up with concrete of the same class as in the foundation resting
thereon, upto the required elevation at no cost to the Department.
All excavations shall be to the minimum dimensions required for safety and ease of
working. Prior approval of the Engineer in Charge shall be obtained by the Contractor in
each individual case, for the method proposed for the excavation, including dimensions,
side slopes, dewatering, disposal, etc. This approval, shall not in any way relieve the
Contractor of his responsibility for any consequent loss or damage. The excavation must
be carried out in the most expeditious and efficient manner. Side slopes shall be as
steep as will stand safely for the actual soil conditions encountered. Every precaution
shall be taken to prevent slips. Should slips occur, the slipped material shall be removed
and the slope dressed to a modified stable slope.
3.7.4. EXCAVATION FOR LAYING OF PIPE ALONG THE ROAD
177
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
While laying the pipeline below ground along the road side, the contractor shall
observe the following:
The contractor shall not be allowed to take earth from the burrow pits if excavation
required to take additional earth.
If invert of pipe is kept above the existing burrow pit level or part of pipe is above it, the
minimum side slopes of 1:1 shall be provided on the side towards the burrow pit area
so as to provide required cover. The side slopes shall be properly compacted.
If earth is taken for providing required cover to pipe from the burrow pits, the burrow
pits shall be so graded upto the nearest drain, that no impounding of water is possible
in burrow pit area.
If the pipeline is laid just near the road section, as far as practical, minimum cover of
1.00 meter shall be ensured. Whenever this requirement of cover cannot be ensured,
concrete casing of deigned thickness as per considerations for design shall be provided.
3.7.5. EXCAVATION BY THE USE OF EXPLOSIVES
Unless otherwise stated herein, I.S. Specification “ IS: 4081: Safety Code for Blasting and
related Drilling Operations” shall be followed. As far as possible all blasting shall be
completed prior to commencement of construction. At all stages of excavation,
precautions shall be taken to preserve the rock below and beyond the lines specified for
the excavation, in the soundest possible condition. The quantity and strength of
explosives used, shall be such as will neither damage nor crack the rock outside the
limits of excavation. All precautions, as directed by Engineer in Charge, shall be taken
during the blasting operations and care shall be taken that no damage is caused to
adjoining buildings or structures as a result of blasting operations. In case of damage to
permanent or temporary structures, Contractor shall repair the same to the satisfaction
of Engineer in Charge at his cost. As excavation approaches its final lines and levels, the
depth of the charge holes and amount of explosives used shall be progressively and
suitably reduced.
The contractor shall obtain a valid Blasting License from the authorities concerned.
No explosive shall be brought near the work in excess of quantity required for a
particular amount of firing to be done; and surplus left after filling the holes shall be
removed to the magazine. The magazine shall be built as away as possible from the
area to be blasted. Engineer in Charge’s prior approval shall be taken for the location
proposed for the magazine.
In no case shall blasting be allowed closer than 30 metres to any structure or to
locations where concrete has just been placed. In the latter case the concrete must be
at least 7 days old.
For blasting operations, the following points shall be observed.
178
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(i) Contractor shall employ a competent and experienced supervisor and licensed
blaster in-charge of each set of operation, who shall be held personally
responsible to ensure that all safety regulations are carried out.
(ii) Before any blasting is carried out, Contractor shall intimate Engineer in Charge
and obtain his approval in writing for resorting to such operations. He shall
intimate the hours of firing charges, the nature of explosive to be used and the
precautions taken for ensuring safety.
(iii) Contractor shall ensure that all workmen and the personnel at site are excluded
from an area within 200 m radius from the firing point, at least 15 minutes
before firing time by sounding warning whistle. The area shall also be given a
warning by sounding a distinguishing whistle.
(iv) The blasting of rock near any existing buildings, equipments or any other
property shall be done under cover and Contractor has to make all such
necessary muffling arrangements. Covering may preferably be done by MS
plates with adequate dead weight over them. Blasting shall be done with small
charges only and where directed by Engineer in Charge, a trench shall have to be
cut by chiseling prior to the blasting operation, separating the area under
blasting from the existing structures.
(v) The firing shall be supervised by a Supervisor and not more than 6 (six) holes at a
time shall be set off successively. If the blasts do not tally with the number fired,
the misfired holes shall be carefully located after half an hour and when located,
shall be exploded by drilling a fresh hole along the misfired hole (but not nearer
than 600 mm from it) and by exploding a new charge.
(vi) A wooden tamping rod with a flat end shall be used to push cartridges home and
metal rod or hammer shall not be permitted. The charges shall be placed firmly
into place and not rammed or pounded. After a hole is filled to the required
depth, the balance of the hole shall be filled with stemming which may consist
of sand or stone dust or similar inert material.
(vii) Contractor shall preferably detonate the explosives electrically.
(viii) The explosives shall be exploded by means of a primer which shall be fired by
detonating a fuse instantaneous detonator (F.I.D) or other approved cables. The
detonators with F.I.D. shall be connected by special nippers.
(ix) In dry weather and normal dry excavation, ordinary low explosive gunpowder
may be used. In damp rock, high explosive like gelatin with detonator and fuse
wire may be used. Underwater or for excavation in rock with substantial
accumulated seepage electric detonation shall be used.
(x) Holes for charging explosives shall be drilled with pneumatic drills, the drilling
pattern being so planned that rock pieces after blasting will be suitable for
handling without secondary blasting.
179
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(xi) When excavation has almost reached the desired level, hand trimming shall
have to be done for dressing the surface to the desired level.
(xii) Any rock excavation beyond an over break limit of 75 mm shall be filled up as
instructed by Engineer in Charge, with concrete of strength not less than M10.
Stopping in rock excavation shall be done by hand trimming.
(xiii) Contractor shall be responsible for any accident to workmen, public or
Employer’s property due to blasting operations. Contractor shall also be
responsible for strict observance of rules, laid by Inspector of explosives, or any
other Authority duly constituted under the State and / or Union Government as
applicable at the place of excavation.
3.7.6. STRIPPING LOOSE ROCK
All loose boulders, detached rocks partially and other loose material which might move
therewith not directly in the excavation but so close to the area to be excavated as to
be liable, in the opinion of Engineer in Charge, to fall or otherwise endanger the
workmen, equipment, or the work shall be stripped off and removed from the area of
the excavation. The method used shall be such as not to render unstable or unsafe the
portion which was originally sound and safe.
Any material not requiring removal in order to complete the permanent works, but
which, in the opinion of Engineer in Charge, is likely to become loose or unstable later,
shall also be promptly and satisfactorily removed.
3.7.7. TIMBER SHORING
Close timbering shall be done by completely covering the sides of the trenches and pits
generally with short, upright members called 'polling boards'. These shall be of
minimum 25 cm x 4 cm sections or as approved by the Engineer in Charge. The boards
shall generally be placed in position vertically side by side without any gap on each side
of the excavation and shall be secured by horizontal walling of strong wood at
maximum 1.2 metre spacing, strutted with ballies or as approved by the Engineer in
Charge. The length of the ballie struts shall depend on the width of the trench or pit. If
the soil is very soft and loose, the boards shall be placed horizontally against each side
of the excavation and supported by vertical walling, which in turn shall be suitably
strutted. The lowest boards supporting the sides shall be taken into the ground and no
portion of the vertical side of the trench or pit shall remain exposed, so as to render the
earth liable to slip out.
Timber shoring shall be 'close' or 'open' type, depending on the nature of soil and the
depth of pit or trench. The type of timbering shall be as approved by the Engineer in
Charge. It shall be the responsibility of the Contractor to take all necessary steps to
prevent the sides of excavations, trenches, pits, etc. from collapsing.
180
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Timber shoring may also be required to keep the sides of excavations vertical to ensure
safety of adjoining structures or to limit the slope of excavations, or due to space
restrictions or for other reasons. Such shoring shall be carried out, except in an
emergency, only under instructions from the Engineer in Charge.
The withdrawal of the timber shall be done carefully to prevent the collapse of the pit
or trench. It shall be started at one end and proceeded with, systematically to the other
end. Concrete or masonry shall not be damaged during the removal of the timber.
In the case of open timbering, the entire surface of the side of trench or pit is not
required to be covered. The vertical boards of minimum 25 cm x 4 cm sections shall be
spaced sufficiently apart to leave unsupported strips of maximum 50 cm average width.
The detailed arrangement, sizes of the timber and the spacing shall be subject to the
approval of the Engineer in Charge. In all other respects, the Employer’s Requirements
for close timbering shall apply to open timbering.
In case of large pits and open excavations, where shoring is required for securing safety
of adjoining structures or for any other reasons and where the planking across sides of
excavations/pits cannot be strutted against, suitable inclined struts supported on the
excavated bed shall be provided. The load from such struts shall be suitably distributed
on the bed to ensure no yielding of the strut.
3.7.8. DEWATERING
The Contractor shall ensure that the excavation and the structures are free from water
during construction and shall take all necessary precautions and measures to exclude
ground/rain water so as to enable the works to be carried out in reasonably dry
conditions in accordance with the construction program. Sumps made for dewatering
must be kept clear of the excavations/trenches required for further work. The method
of pumping shall be approved by Engineer in Charge, but in any case, the pumping
arrangement shall be such that there shall be no movement of subsoil or blowing in due
to differential head of water during pumping. Pumping arrangements shall be adequate
to ensure no delays in construction. The dewatering shall be continued for at least (7)
seven days after the last pour of the concrete. The Contractor shall, however, ensure
that no damage to the structure results on stopping of dewatering.
The Contractor shall study the sub-soil conditions carefully and shall conduct any tests
necessary at the site with the approval of the Engineer in Charge to test the
permeability and drainage conditions of the sub-soil for excavation, concreting etc.,
below ground level.
The scheme for dewatering and disposal of water shall be approved by the Engineer in
Charge. The Contractor shall suitably divert the water obtained from dewatering from
such areas of site where a build up of water in the opinion of the Engineer in Charge
obstructs the progress of the work, leads to insanitary conditions by stagnation, retards
181
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
the speed of construction and is detrimental to the safety of men, materials, structures
and equipment.
When there is a continuous inflow of water and the quantum of water to be handled is
considered in the opinion of Engineer in Charge, to be large, a well point system- single
stage or multistage, shall be adopted. The Contractor shall submit to the Engineer in
Charge, details of his well point system including the stages, the spacing, number and
diameter of well points, headers etc., and the number, capacity and location of pumps
for approval.
3.7.9. RAIN WATER DRAINAGE
Grading in the vicinity of excavation shall be such as to exclude rain/ surface water
draining into excavated areas. Excavation shall be kept clean of rain and such water as
the Contractor may be using for his work by suitably pumping out the same. The
scheme for pumping and discharge of such water shall be approved by the Engineer in
Charge.
3.7.10. FENCING, WATCHING AND LIGHTENING
The posts of the fencing shall be of timber, securely fixed in the ground not more than
2.5 m. apart. They shall not be less than 10 cm in dia. or not less than 1.25 m above the
surface of ground. There shall be two rails, one near the top of the posts and the other
about 0.5 m above the ground and each shall be of 5 cm to 10 cm in dia. and sufficiently
long to run from post to post which they shall be bound with strong ropes. The method,
of projecting rails beyond the posts and tying together where they meet will not be
allowed on any account. All along the edges of the excavated trenches, a bund of earth
about one meter high shall be formed where so required by the Engineer-in-Charge for
further protection. Proper provision shall be made for lighting at night and watchman
shall be kept to see that this is properly done and maintained. In addition to the normal
lighting arrangements, the contractors shall provide wherever such work is in progress,
battery operated blinking light (6 volts) in the beginning and end of a trench with a view
to provide suitable indication to the vehicular traffic. The contractor shall provide and
display special boards printed with fluorescent paints indicating the progress of the
work along the road. The contractor shall be held responsible for payment of all claims
for compensation as a result of accident or injury to any person or property due to
improper fencing, inadequate lighting or non-provision of red flags. The contractors
shall at their own cost provide all notice boards before opening of roads as directed by
the Engineer-in-Charge. Arrangements shall be made by the contractors to direct traffic
whenever work in through fare is in progress.
182
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Before excavating the trench the alignment of pipeline and L-section shall be approved
by Engineer-in-charge. The work of trench excavation should be commensurate with
laying and jointing of the pipeline. It should not be dug in advance for a length greater
than 3 days ahead of work of laying and jointing of pipeline unless and otherwise
directed by the Engineer in charge.
It is proposed to ensure the following:-
Safety precautions have to be incorporated in the work progress
Hindrances to the public have to be minimized
The trench shall not be allowed to erode
The trench must not be filled with water.
The trench must not be refilled before laying of the pipes.
The bed for the laying of the pipes has to be prepared according to the L-section
immediately before laying of the pipes.
The trench excavation of pipe line shall be in accordance with relevant IS. Pipe trenches
shall be excavated to the lines and levels shown on the drawings or as directed by the
Engineer. The depth of the excavated trench shall be as given in the drawings or as
directed by the Engineer. The maximum permissible width of the trench in soils and
rocks for payment shall be as under:
For HDPE pipes up to 110mm nominal dia : 300mm
For HDPE pipes of nominal dia 125mm and more : OD + 300mm
For DI pipes : OD + 400mm
No pipe shall be laid in a trench until the section of trench in which the pipe is to be
laid has been approved by the Engineer. The walls of the trench shall be cut to stable
side slopes depending on the nature of soil. However; no payment shall be admissible
for such additional excavation for such stability of side slopes. Payment for
excavation shall be allowed for rectangular section of above width and depth of
trench. All such expenses are deemed to be covered under the Percentage premium
quoted by bidder.
The depth should be sufficient to provide a cover not less than 1000 mm in general so
that the pipe line will not interfere with the cultivation of land. It may be necessary to
increase the depth of pipeline to avoid land drains or in the vicinity of roads or other
crossing. Care should be taken to avoid the spoil bank causing an accumulation of rain
water.
The bottom of the trench shall be trimmed and leveled to permit even bedding of the
pipes. It should be free from all extraneous matter which may damage the pipe or the
183
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
pipe coating. Additional excavation shall be made at the joints of the pipes, so that he
pipe is supported along its entire length.
All excavated material shall be stacked in such a distance from the trench edge that it
will not endanger the work or workmen and it will avoid obstructing footpaths, roads
and drive ways. Hydrants under pressure, surface boxes, fire or other utility controls
shall be left unobstructed and accessible during the construction work. Gutters shall be
kept clear or other satisfactory provisions made for street drainage, and natural water –
courses shall not be obstructed.
To protect persons from injury and to avoid damage to property, adequate barricades,
construction signs, torches, red lanterns and guards, as required, shall be placed and
maintained during the progress of the work and until it is safe for traffic to use the
roadways. All materials, piles equipment and pipes which may serve as obstruction to
traffic shall be enclosed by fences or barricades and shall be protected by illuminating
proper lights when the visibility is poor.
As far as possible, the pipe line shall be laid below existing services, like water and gas
pipes, cables, cable ducts and drains but not below sewers, which are usually laid at
greater depth. Where it is unavoidable, pipe line should be suitably protected. A
minimum clearance of 150 mm shall be provided between the pipe line and such other
services.
Trees, shrubbery fences, poles, and all other property and surface structures shall be
protected. Tree roots shall be cut within a distance of 50 cm from pipe joints in order to
prevent roots from entering them. Temporary support, adequate protection and
maintenance of all underground and surface structures, drains, sewers and other
obstructions encountered in the progress of the work shall be provided. The structures,
which will be disturbed shall be restored after completion of the work.
Wherever necessary to prevent caving, trench excavations in soils such as sand, gravel
and sandy soil shall be adequately sheeted and braced. Where sheeting and bracing are
used, the net trench width after sheeting shall not be less than that specified above.
The sides of the excavation shall be adequately supported at all times and, except
where described as permitted under the Contract, shall be not battered.
The Engineer in co-operation with the Contractor shall decide about the sheeting /
bracing of the trench according to the soil conditions in a particular stretch and taking
into account the safety requirements of the Contractor’s and Engineer – In – Charge’s
staff. Generally, safety measures against caving have to be provided for trenches with
vertical walls if they are deeper than 2.0 m.
Trench Excavation to Commensurate With the Laying Progress:
184
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The work of trench excavation should be commensurate with laying and jointing of the
pipe line. It should not be dug in advance for a length greater than 500 m ahead of work
of laying and jointing of pipeline unless otherwise defined by the Engineer. The
Contractor has to ensure the following:
185
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Cutting of pipes shall be reduced to a minimum required to conform with the drawings.
Cutting has to be made with suitable tools and according to the recommendations of
the manufacturer. The spigot end has to be chamfered again at the same angle as the
original chamfered end. Cutting shall be perpendicular to the center line of the pipe. In
case of ductile iron pipes the cut and chamfered end shall be painted with two coats of
epoxy paint. If there is no mark for the insertion depth on the spigot end of the (cut)
pipe it shall be marked again according to the instructions of the manufacturer.
Where the gradient of the bed slopes is more than 15 degrees, it may be necessary to
anchor pipes against their sliding downwards, by providing suitable gradient blocks and
straps. Suitable cut off walls shall also be provided in these sections to protect the
trench soil to be washed out during rains.
Before pipes are jointed they shall be thoroughly cleaned of all earth lumps, stones, or
any other objects that may have entered the interior of the pipes, particularly the
spigot end and the socket including the groove for the rubber ring. End caps are
removed only just before laying and jointing
All specials like bends, tees etc. and appurtenances like sluice or butterfly valves etc.
shall be laid in synchronization with the pipes. The Contractor has to ensure that the
specials and accessories are ready in time to be installed together with the pipes. At the
end of each working day and whenever work is interrupted for any period of time, the
free ends of laid pipes shall be protected against the entry of dirt or other foreign
matter by means of approved plugs or end caps.
When pipe laying is not in progress, the open ends of installed pipe shall be closed by
approved means to prevent entrance of trench water and dirt into the line.
No pipe shall be laid in wet trench conditions that preclude proper bedding, or when, in
the opinion of the Engineer in Charge, the trench conditions or the weather are
unsuitable for proper installation.
The pipe line laid should be absolutely straight unless planned otherwise. The accuracy
of alignment should be tested before starting refilling with the help of stretching a
string between two ends of the straight stretch of pipes to rectify possible small kinks
inlaying.
Stringing of pipes along the alignment
The pipes shall be laid out properly along the proposed alignment in a manner that they
do not create any significant hindrance to the public and that they are not damaged.
Stringing of the pipes end to end along the working width should be done in such a
manner that the least interference is caused in the land crossed. Gaps should be left at
intervals to permit the passing of equipment across the working area. Pipes shall be laid
out that they remain safe where placed and that no damage can occur to the pipes and
186
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
the coating until incorporated in the pipeline. If necessary, pipes shall be wedged to
prevent accidental movement. Precautions shall be made to prevent soil, mud etc.
entering the pipe.
Generally, the pipes shall be laid within two weeks from the date of their dispatch from
the manufacturer/store.
The joint gaskets shall be kept in wooden boxes or their original packing and stored in
cool conditions and not exposed to direct sunlight. Gaskets must not be deformed. They
shall be taken out only shortly before they are needed.
[Link]. LAYING AND JOINTING OF PIPES
The laying of pipes shall be as per the provisions relevant IS, however the specific
references given herein shall prevail on the provisions of the standards. Pipes should be
lowered into the trench with tackle suitable for the weight of pipes. For smaller sizes,
up to 200 mm nominal bore, the pipe may be lowered by the use of ropes but for
heavier pipes suitable mechanical equipment have to be used.
All construction debris should be cleared from the inside of the pipe either before or
just after a joint is made. This is done by passing a pull-through in the pipe, or by hand,
depending on the size of the pipe. All persons should vacate any section of trench into
which the pipe is being lowered.
On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot
of the pipe being laid does not move into or out of the socket of the laid pipe during the
jointing operations. As soon as the joint assembly has been completed, the pipe should
be held firmly while the trench is back filled over the barrel of the pipe. Suitable
transverse anchors shall be provided in sloping reaches as defined hereinafter.
The designed anchorage shall be provided to resist the thrusts developed by internal
pressure at bends, tees, etc.
Where a pipeline crosses a watercourse, the design and method of construction should
take into account the characteristics of the watercourse to ascertain the nature of bed,
scour levels, maximum velocities, high flood levels, seasonal variation, etc. which affect
the design and laying of pipeline. The pipe shall be laid accordingly with adequate
protection. The pipes in such cases shall be laid below ground with anchor blocks of
suitable size and design.
The socket and spigot ends/other ends of the pipes shall be brushed and cleaned. The
chamfered surface and the end of the spigot end has to be coated with a suitable
lubricant recommended by the manufacturer of the pipes. Oil, petroleum bound oils,
grease or other material which may damage the rubber gasket shall not be used as
lubricant. The rubber gasket shall be inserted into the cleaned groove of the socket. It
has to be checked for correct positioning.
187
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The two pipes shall be aligned properly in the pipe trench and the spigot end shall be
pushed axially into the socket either manually or with a suitable tool specially designed
for the assembly of pipes and as recommended by the manufacturer. The spigot has to
be inserted up to the insertion mark on the pipe spigot. After insertion, the correct
position of the socket has to be tested with a feeler blade.
188
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
189
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
normal field use. The machine can be hydraulic or pneumatic with locking system to
hold the fusion force and shall be protected against exerting over pressure on the pipe.
It shall be able to maintain the required interface force on the pipe or fitingend as long
as necessary.
The pipe ends shall be dry and free of dust. The pipe shall be cut square and the face of
the pipe shall be slightly scrapped prior to welding to remove oxidized layer. These
prepared (scrapped) surfaces should not touch each other as there is risk of
contamination of the surface which may affect the weld efficiency. Any plastic shavings
in the near vicinity shall be removed without touching the prepared surface. At the time
of welding, leveling of the pipes is essential particularly in case of larger diameter pipes.
Hot (Mirror) plate (heated upto required emprature by electric coil embedded inside)
temperature should be 200-2300C and the plate surface shoul be clean. The hot plate
surface must not be touched with hand, metal implements or tools. The pipe ends
should be held in either side of the heating mirror with a steady pressure of about
0.15 ± 0.01 MPa so that a uniform bead forms around thee circumference of both
ends. When the bead height is formed as per table 1 of IS 7634, the pressure is released
but the ends of heated surface are kept in contact with mirror plate as per pressure
build up time mentioned in same table 1 of IS 7634. When thisbead of molten material
is found, the pipe ends shall removed from the heating mirror and immediately the
joint shall be made by application of steady pressure of 0.15 ± 0.01 MPa increased
gradually to avoid squeezing out too much of the melt. The joint shall be allowed to
cool for recommended time as per table 1 of IS 7634 and thereafter pressure is
gradually released ensuring cooling time. The inside and outside bead may be removed
after the weld joint cools.
The welding should not be done in bad weather such as moisture and temperature
below 50C.
190
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
191
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
No earth fill shall commence until surface water discharges and streams have been
properly intercepted or otherwise dealt with to the approval of the Employer.
Material
To the extent available, selected surplus soil from excavations shall be used as backfill.
Backfill material shall be free from lumps, organic or other foreign material. All lumps of
earth shall be broken or removed. Where excavated material is mostly rock, the
boulders shall be broken into pieces not larger than 150 mm size, mixed with properly
graded fine material consisting of murum or earth to fill the voids and the mixture used
for filling.
If fill material is required to be imported, the Contractor shall make arrangements to
bring such material from outside borrow pits. The material and source shall be subject
to the prior approval of the Employer. The approved borrow pit areas shall be cleared
of all bushes, roots of trees, plants, rubbish, etc. Topsoil containing foreign material
shall be removed. The materials so removed shall be disposed of as directed by
Employer. The Contractor shall provide the necessary access roads to borrow areas and
maintain the same if such roads do not exist.
Sand Filling
Where backfilling is required to be carried out with local sand it shall be clean, medium
grained and free from impurities. The filled-in-sand shall be kept flooded with water for
24 hours to ensure maximum consolidation. The surface of the consolidated sand shall
be dressed to required level or slope. Construction of floors or other structures on sand
fill shall not be started until the Employer has inspected and approved the fill.
Refilling of trenches
On completion of the pipe laying operations in any section, for a length of about 100m
and while further work is still in progress, refilling of trenches shall be started by the
Contractor with a view of restricting the length of open trenches. Pipe laying shall
closely follow the progress of Trench Excavation and the Contractor shall not permit
unreasonably excessive lengths of trench excavation to remain open while awaiting
testing of the pipeline. If the Employer considers that the Contractor is not complying
with any of the foregoing requirements, he may prohibit further trench excavation until
he is satisfied with the progress of laying and testing of pipes and refilling of trenches.
Only soft earth and murrum of good quality free from stones boulders, roots,
vegetation etc., shall be utilised after the lumps are broken for filling in around the
pipes for atleast 30cm all around for pipes. Filling shall be done in layers not exceeding
150mm and compacted to 70 to 80% of max. dry density percent of the maximum dry
density as per part VII of IS:2720. The excavated material nearest to the trench shall be
used first. Care shall be taken during backfilling, not to injure or disturb the pipes, joints
or coating. Filling shall be carried out simultaneously on both sides of the pipes so that
192
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
unequal pressure does not occur. Walking or working on the completed pipeline shall
not be allowed unless the trench has been filled to height of at least 30cm over the top
of the pipe except as may be necessary for tamping etc., during backfilling work.
The remaining portion of the trench may be filled in with a mixture of hard and soft
material free from boulders and clods of earth larger than 150mm in size if sufficient
quantity of good earth and murrum are not available. Filling in shall be done in layers
not exceeding 225mm in thickness accompanied by adequate, ramming etc., so as to be
compacted to 70 to 80% of the maximum dry density as per part VII of IS:2720. Water
contents of the soil shall be as near the optimum moisture content as possible. The
trench shall be refilled so as to build up to the original ground level, keeping due
allowance for subsequent settlement likely to take place.
The Employer shall, at all times, have powers to decide which portion of the excavated
materials shall be for filling and in which portion of the site and in what manner it shall
be so used.
If any material remains as surplus it shall be disposed of as directed by the Employer,
which includes loading, unloading, transporting and spreading as directed at approved
disposal place. If the Contractor fails to remove the earth from site within 7 days after
the period specified in a written notice, the Employer may arrange to carry out such
work at the Contractor's risk and cost or may impose such fine for such omission as he
may deem fit. Particular care shall be taken to keep the trench dry during the entire
refilling operation.
If suitable material for refilling is not available for excavation the Contractor shall bring
earth, murrum of approved quality as directed by the Employer.
No mechanical plant other than approved compacting equipment shall run over or
operate within the trench until backfilling has reached its final level or the approval of
the Employer has been obtained.
In case of excavation of trenches in rock, the filling upto a level 30 cm above the top of
the pipe shall be done with fine materials such as earth, murum, etc. The filling up to
the level of the centre line of the pipe shall be done by hand compaction in layers not
exceeding 8 cm whereas the filling above the centre line of the pipe shall be done by
hand compaction or approved means in layers not exceeding 15 cm. The filling from a
level 30 cm above the top of the pipe to the top of the trench shall be done by hand or
other approved mechanical methods with broken rock filling of size not exceeding 15
cm mixed with fine material as available to fill up the voids.
Filling of the trenches shall be carried out simultaneously on both sides of the pipe to
avoid unequal pressure on the pipe.
193
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Subsidence in filling: Should any subsidence take place either in the filling of the
trenches or near about it during the maintenance period of 12 months from the
completion of the Contract Works, the Contractor shall make good the same at his own
cost or the Employer may without notice to the Contractor, make good the same in any
way and with any material that he may think proper, at the expense of the Contractor.
The Employer may also, if he anticipates occurrence of any subsidence, employ persons
to give him timely notice of the necessity of making good the same, and the expenses
on this account shall be charged to the Contractor.
194
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The fixidity saddles/ concrete pedestals and ordinary saddles/ concrete pedestals shall
be cast-at least 3 weeks before the pipeline is laid on them. After all saddles/ concrete
pedestals between successive fixity points have been cast, a line plan showing the
actual position thereof shall be prepared, after taking levels and measuring distances.
In case of any errors in casting the pedestals, corrections shall be applied. The pipe
laying work shall then start from one end and shall proceed towards the other end. The
method of jointing the pipes and erecting them on previously cast R.C.C. saddles/
concrete pedestals shall be determined by the Contractor depending upon the type of
plant equipment and personnel available with them.
The pipe strakes shall be assembled in position on the saddles/ concrete pedestals
either by the cranes, portable gantries, shear legs or any other equipment approved by
the Engineer-in-Charge. During assembly, the pipeline shall be supported on wooden
sleepers and wedges, with the free end of the pipeline held in position by slings to avoid
deflection.
195
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
196
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
horizontal and for bends more than 4 deg in MS pipes and 22 deg in DI /uPVC / HDPE
pipes in vertical alignment of the pipeline as per requirement of designs, which shall
resist the unbalanced pressure at bends. Gravity type of thrust blocks shall be provided
at horizontal and vertical deflection in pipeline and shall be designed according to the
test pressure and the soil conditions at the site of the thrust block. The thrust shall be
according to the field test pressure of the pipe, acting on the outer diameter including
the compressed rubber gasket. Before designing the thrust block the Contractor, in
coordination with the Engineer-in-Charge shall assess the stability of the soil
considering erosion due to wind and water.
The thrust blocks shall be of concrete M20 grade as, cast on site with surface
reinforcement of about 5 kg/m2. The thrust block on pipe diameters less than 150 mm
could be non reinforced, subjected to approval of EIC. The calculations for the
dimensioning and the shape of the thrust blocks have to be approved by the Engineer-
in-Charge.
Design of thrust block shall be done in accordance to the provisions laid down in IS
5330-1984.
The thrust blocks shall be of reinforced cement concrete on site as per design and
drawings to be approved by Engineer. Typical drawings of thrust blocks are enclosed in
the volume III of the tender document. However, these drawings are for indicative
purposes only. The contractor shall submit his own designs and drawings based on the
actual site conditions for the approval of the Engineer-in-charge.
The thrust blocks shall be cast directly against the undisturbed soil. If this is not
possible, the backfilled soil at the contact surface shall be compacted well to full
satisfaction of Engineer so that anchor block is not displaced during operation and
testing.
197
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
anchored in the support in a suitable manner to transfer the thrust into the floor slab of
the chamber.
Scour valves shall be installed at the locations specified by the engineer-in-charge.
198
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• Start the test by maintaining the test pressure at the desired level by adding
more make-up water; record the water added and the pressure in intervals of 15
minutes at the beginning and 30 minutes at the end of the test period.
• Water used for testing should not be carelessly disposed off on land which
would ultimately find its way to trenches. The field testing pressures for
pipelines & duration of test shall be follows;
Sn PIPE MATERIAL TEST PRESSURE TEST DURATION
6 Hours (Pipe to be filled
1.5 Times The Design
1. HDPE Pipes for 24 hours before
Working Pressure
testing)
12 Kg/Sqcm Or 1.5 Times 6 Hours (Pipe to be filled
2. DI K-7 Pipes Working Pressure for 24 hours before
Whichever Is More testing)
18 Kg/Sqcm Or 1.5 Times 6 Hours (Pipe to be filled
3. DI K-9 Pipes Working Pressure for 24 hours before
Whichever Is More testing)
Acceptance Criteria for DI pipes shall be that the required addition of water to maintain
pressure is not more than Q = 1 litre per Km per 10 mm of pipe diameter per 30 m test
pressure for 24 Hours
The acceptance criteria for HDPE pipes shall be that the test pressure should be
maintained for test duration.
• When the field test pressure is less than 2/3 the works test pressures the period
of test should be at least 24 hours. The test pressure shall be gradually raised at
a rate of 0.1 N/mm2 per minute.
• If a drop in pressure occurs, the quantity of water added in order to re-establish
the test pressure should be carefully measured. This should not exceed 0.1 litre
/ mm of pipe diameter per km of pipeline per day for each 30 m head of
pressure applied.
• On completion of a satisfactory test any temporary anchor blocks shall be
broken out and stop ends removed. Backfilling of the pipeline trench shall be
completed.
No section of the pipe work shall be accepted by the Engineer until all requirements of
the test have been obtained.
On completion of a satisfactory test any temporary anchor blocks shall be broken out
and stop ends removed. Backfilling of the pipeline trench shall be completed.
3.22.2. FAILURE TO PASS THE TEST
All pipes or joints which are proved to be in any way defective shall be replaced or
remade and re-tested as often as may be necessary until a satisfactory test shall have
199
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
been obtained. Any work which fails or is proved by test to be unsatisfactory in any way
shall be redone by the Contractor.
3.22.3. PRE-COMMISSIONING & COMMISSIONING TESTS
After successful sectional testing & leakage test, Pre-Commissioning & commissioning
tests shall be performed when the work in the section is completed in all respect and
the gaps / interconnections are made.
• The raw material shall be virgin PE 80 Blue compound and comply with the
requirements of ISO/Directive of Testing Material: 9080 with minimum
required strength of 8kg/[Link].
200
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The design stress σs of a pipe shall be obtained by applying a design coefficient of not
less than 1.25 to the M value for the material.
[Link]. Designation of material
Designation MRS at 50 years and 20° C Maximum allowable hydrostatic
of material design stress, σs
MPa MPa
PE 100 10 8
PE 80 8 6.3
The relationship between MRS and σs for various design coefficients is given in table 2.
201
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
202
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
32 - - 3.0
40 - - 3.7
50 - - 4.6
63 - 4.7 5.8
75 4.5 5.6 6.8
90 5.4 6.7 8.2
110 6.6 8.1 10.0
125 7.4 9.2 11.4
140 8.3 10.3 12.7
160 9.5 11.8 14.6
The nominal wall thicknesses in accordance with ISO 4065 (however for reasons of
jointing techniques the smallest wall thickness is limited to 2.3 mm) correspond to the
selected nominal pressure given in table 3 (σs = 8 MPa), and table 4 (σs = 6.3 MPa).
The tolerance on the minimum wall thickness permitted at any point ey min,
corresponding to the nominal wall thickness δnshall conform to ISO 119221 as follows.
Grade T for ey min, less than or equal to 16 mm
203
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
204
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
205
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
206
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
have been found suitable brass steel or copper shall not be used in the vicinity of test
specification. The test site shall be equipped with instruments to record the solar
energy received and the ambient temperature.
The equipment shall be capable of supporting specimens of pipe such that exposed
surface of the specimens is at 45° to the horizontal, facing towards the equator,
Normally, the exposure site shall be on open ground well away from trees and
buildings. For exposure in the northern hemisphere, no obstruction, including adjacent
racks. Easterly southerly or westerly direction shall subtend a vertical angle greater than
20° or in a northerly direction greater than 45°. For exposure in the southern
hemisphere, corresponding provisions apply.
[Link]. Test specimens
The test specimens shall be approximately 1 m long. They shall be selected from the
thinnest-wall pipes within a random range of diameters. The batch of pipes from which
the specimens are selected shall conform to all the requirements of this International
Standard.
[Link]. Procedure
Mark each pipe specimens to identify it, and recode the mounting position of each.
Expose the specimens to a total solar energy of at least 3.5 GJ/m2.
The specimens are to be tested in accordance with the provisions of [Link]. Where
the specimen to be tested includes only part of the pipe cross-section e.g. a tensile
dumb-bell or part of the surface layer, it shall be taken from the weathered crown of
the exposed specimen.
3.23.10. TRENCH EXCAVATION FOR PIPELINE WORKS
Pipe trenches shall be excavated to the lines and levels as directed by the Engineer in
charge. The depth of the excavated trench shall be minimum 45 cm where there is no
road but in case service line is laid below concrete / bitumen road, minimum depth
shall be 20 cm from the top surface of road. Dismantling of concrete as well as
bitumen road shall be done using a concrete cutter machine only so as to minimize
damage to the road.
The bottom of the trench shall be trimmed and levelled to permit even bedding of the
pipes. It should be free from all extraneous matter, which may damage the pipe.
All excavated material shall be stacked in such a distance from the trench edge, so that
it will not endanger the work or workmen and it will avoid obstructing footpaths, roads
and driveway. Hydrant, surface boxes, fire or other utility controls shall be dept
unobstructed and accessible during the construction work and be kept clear or other
satisfactory provisions made for street drainage.
To protect persons from injury and damage to property, adequate barricades,
207
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
construction signs torches, red lanterns and guards, as required, shall be placed and
maintained during the progress of the work and until it is safe for traffic to use the
roadways.
The pipeline shall not be laid near sewer. Where it is unavoidable, pipeline should be
suitably protected.
208
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 4.
SPECIFICATIONS FOR VALVES
4.1. GENERAL
(a) This chapter describes the minimum requirements for the provision of Sluice
Valves, Gate Valves, Check Valves and Air Valves. Prior to the procurement of
valves the Contractor shall obtain the Engineer in charge’s approval for the
materials to be used.
(b) As far as practicable all valves of the same type shall be from the same
manufacturer.
(c) General applicable Standards to be applied to the Works under this Section shall
be Indian Standards and British Standards or other approved International
Standard.
(d) Valves for pipeline installation shall comply with the relevant provisions of the
appropriate BS, IS and other international standards.
(e) A certificate from the manufacturer’s shop testing shall be provided for review
by the Engineer in charge.
(f) Before delivery to Site all working surfaces shall be thoroughly cleaned and if
metal protected with grease. The initial charges of oil, grease and similar
materials necessary for the correct setting to work and operation of valves and
penstocks shall be provided by the Contractor. Packing must be sufficient to
ensure complete protection of the fitting during transit and storage and all
valves are to have their openings sealed until installation.
(g) The valve stem, thrust washers, screws, nuts and all other components exposed
to the water shall be of a corrosion resistant grade of stainless steel. Valves shall
be free from sharp projections. Butterfly valves shall be provided with bypass
arrangement having rising spindle gate valves. Bypass may be integral with valve
or connected between pipes. Minimum size of by pass for valves in main is 150
mm.
(h) Valves shall be PN rating 1.0 as minimum unless elsewhere defined as per the
requirement or in the bid document. The pressure rating shall be based on
hydraulic considerations as per the sum of the hydraulic working pressure and
design surge pressure at the point of installation.
(i) INSTALLATION: All valves, gates, operators and appurtenances shall be installed in
accordance with the manufacturer’s recommendations and as per the
specifications laid for pipe laying, and to the locations indicated on the drawings.
The installation shall be true to alignment and rigidly supported.
209
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(j) FLANGES: Valves shall be flanged and the flange face at right angles to the valve
centerline. Backside of valve flanges shall be machined or spot faced for proper
seating of the head and nut. Flanges shall be machined on faces and edges to IS
6392 or BS 4504 for PN 10 nominal pressure rating unless otherwise required.
Flange drilling shall conform to IS 1538.
(k) Gaskets: shall be of Nitrile rubber and readymade matching with respective
flanges. Gaskets cut out from rubber sheets are not acceptable.
(l) Nuts and bolts: shall be of the best quality bright steel, machined on the shank
and under the head and nut. Nuts and bolts shall conform to IS 1363 and IS
1367, unless otherwise specified. Nuts and bolts shall be hot dip galvanized or
shall be chromium plated.
(m) As soon as installation and operating conditions permit, all valves and
appurtenances shall be given a field test to be witnessed by the Engineer in
charge to demonstrate that they meet all requirements and operating
conditions.
(n) Provision for indicator tags shall be made for identification / location of valves.
Marking shall be either cast on the bonnet or the body and shall show the
following:
• Client’s Name
4.2. OPERATION
(a) All sluice valves and butterfly valves on pipeline shall be manually operated and
they shall be provided with suitable hand wheel or key. The direction of closing
shall be clearly indicated on the hand wheel or body as appropriate.
210
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(b) Manual operation of valves shall be so that the torque effort required operating
the hand wheel manually, lever or chain shall not exceed 20 kg-m applied by an
operator.
(c) Valves shall be provided with operating hand wheels, caps, extension spindles
and valve boxes as required. Extended valve spindles shall have spindle guides
and operating caps.
(d) For sluice valves up to 600 mm diameter installed in underground chamber or
otherwise not easily accessible, the Contractor shall furnish extension spindles
and/or keys, or chains with extension oil cups or such similar fittings or
appliances as may be required to permit easy access for proper operation,
lubrication etc. Valves shall be suitable for frequent operation as well as
operation after long periods of idleness in either open or closed position.
(e) Unless detailed otherwise all hand wheels shall have the words “open” and
“close” cast in English with arrows indicating the direction of rotation. All hand
wheels shall be of a solid cast type.
(f) Operation must be possible by one man against maximum design working
pressure. For butterfly valves the gearbox shall be provided with self locking
devices. A locking facility shall be provided for the BF valve in either the fully
open, fully closed or intermediate position. Gate valves and butterfly valves shall
be provided with position indicators, to show whether the valve is in the open or
close position.
(g) Scour valves shall be provided with extension spindle with supports for
operation from operating level / ground level, as required.
211
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
of the ‘stub shaft’ type, which comprise two separate shafts inserted into the
valve disc hub.
(c) The gate face rings shall be screwed into the gate or securely pegged over the
full circumference. They shall also have renewable channel and shoe linings. The
gap between the shoe and channel shall be limited to 1.5 mm. Valves of 600 mm
and above shall be provided with thrust bearing arrangement for ease of
operation.
(d) Valve of diameter 400 mm and above shall be provided with enclosed gear
arrangement for ease of operation. The operation gear of all valves shall be such
that they can be opened and closed by one man against an unbalanced head of
15% in excess of the maximum specified rating. Valve and any gearing shall be
such as to permit manual operation in a reasonable time and not exceed a
required rim pull of 200 N.
(e) Valves spindles and hand wheels shall be positioned to give good access for
operational personnel. Hand wheels shall be arranged to turn in a clockwise
direction to close the valve, the direction of rotation for opening and closing
being indicated on the hand wheels.
(f) Valves shall have two position marked at the shut end of the scale, first one
corresponding to the position of the gate tangential to the bore of the seating
and the second position below the first, corresponding to the position of the
gate as it sits on the seating after moving a further distance equal to the depth
of the seating.
(g) The valves shall be so designed that the gates may be removed without
removing the bodies from the connecting pipe work. The gate guides shall be
cast integrally with the valve bodies and be of adequate strength and of
sufficient length to guide the gates throughout their full length of travel. In the
fully open positions, the gates shall be fully withdrawn well clear of the stream
and the spindles shall not protrude into the bores of the valves.
(h) All Sluice valves shall be open end tested.
(i) The Contractor shall provide test certificates for materials, strength and leakage
in accordance with BS 5163 / IS 750.
(j) Material of construction of Sluice valves shall comply with following
requirements:
212
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
W270
Spindle / Stem SS : AISI 316 or equivalent
Stem Nut Brass
Stem seals NBR ‘O’ rings in Bronze bush
Body, Bonnet Gasket EPDM (food grade quality)
Internal Fasteners Stainless steel SS316
Nuts, bolts & High tensile steel Hot dip galvanized for valves in chambers.
washers for pipe Stainless steel SS316 for buried valves
flanges
Coating Internal and external with powder or liquid epoxy coating with
minimum dry film thickness of 250 microns.
4.4. CI D/F SLUICE VALVES
(a) Sluice valve shall generally conform to IS 14846 and IS 780. Valves shall be
compatible for underground installation without valve chamber
(b) Material of construction shall comply with the requirements given below:
(c) Valve of diameter 400 mm and above shall be provided with enclosed gear
arrangement for ease of operation. The operation gear of all valves shall be such
that they can be opened and closed by one man against an unbalanced head
15% in excess of the maximum specified rating. Valve and any gearing shall be
such as to permit manual operation in a reasonable time and not exceed a
required rim pull of 200 N.
(d) All coating shall be carried out after satisfactory testing of valves. All the un-
machined ferrous surfaces of the valve (both inside and outside) shall be
thoroughly clean, dry and shall be free from rust and grease before painted with
one coat of aluminum red oxide primer confirming to IS 5660. Two coats of Black
213
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
214
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
4.6.4. CLEANING
Prior to factory inspection, all manufacturing waste such as metal chips debris
and all other foreign material shall be removed from interior of valve. All mill
scale, rust, oil, grease, chalk and all other deleterious material shall be removed
from the interior and exterior surfaces.
4.6.5. PAINTING
Valves shall first be given two coats of zinc base primer after completely
cleaning the surface and then it shall be coated with three coats of coal tar
epoxy paint. The resulting coating shall be uniform and smooth and shall adhere
perfectly to the surface.
215
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Valves used in pipes carrying water, the inside coating shall not contain any
constituent soluble in water or any ingredient which could import any taste or
odour to the water.
216
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(e) For outlets with above ratio less than three, then the joints will be of plate
reinforcement type.
(f) The aperture of valves must be properly designed for which the contractor shall
submit design calculations for necessary approvals before the procurement of
valves.
(g) The air valve should be as per IS: 14845
(h) All branched outlets including air valve tee’s will be provided with one ½”BSP
coupling duly plugged for measurement of pressure in due course. The closing
plug will be in Stainless Steel (AISI 304 or equivalent) with Hex. Head. and will be
provided with copper washer for sealing.
(i) All flanges will be drilled as per I.S. 1538.
(j) The gaskets shall be of EPDM/nitrile rubber.
(k) All exposed machined ferrous surfaces shall be painted with one coat of
aluminium red oxide primer conforming to IS 5660 and two coats of paint
conforming to IS 9862 or IS 2932( Non-Toxic- suitable for drinking water) applied
inside and outside.
217
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
pressures. All air valves shall be provided with isolating sluice valve and flanged
end connection.
(c) The valve shall be capable of exhausting air from pipe work automatically when
being filled, the air being released at a sufficiently high rate to prevent the
restriction of the inflow rate. Similarly the valve shall be capable of ventilating
pipe work automatically when being emptied or under water hammer condition,
the air inflow rate being sufficiently high to prevent the development of a
vacuum in the pipelines. The valve shall also automatically release air
accumulating in pipe work during normal working conditions.
(d) The valves shall be designed to prevent premature closure prior to all air having
been discharged from the line. The orifice shall be positively sealed in the closed
position with the float only raised by the liquid and not by a mixture of air and
liquid spray. The seating shall be so designed to prevent the float sticking after a
long period in the closed position.
(e) Air valves shall thus be designed to automatically operate so that they will;
(i) positively open under internal pressure less than atmospheric pressure
to admit air in bulk during pipeline draining operation;
(ii) exhaust air in bulk and positively close as water, under low head, fills the
body of the valve during filling operation;
(iii) not blow shut under high velocity air discharge; and
(iv) exhaust accumulated air under pressure while the pipe is flowing full of
water.
(f) All air valves shall be constructed so that internal working parts which may
become necessary for repairs shall be readily accessible, removable, and
replaceable without use of special tools and removing the valve from the line.
(g) Valves with air intake or exhaust facilities shall have an integral protecting cover
top shall be supplied to prevent dirt and debris from entering the outlet of the
valve.
(h) The Contractor shall verify with the supplier of the valves that the valves have
the capacity to sustain the pipeline test pressures prior to testing. In the event
that the valves do not sustain the pressure they shall be removed and the stub
pipes from the main pipeline blanked off before pressure testing the pipeline.
(i) The Contractor shall submit air discharge chart (for out flow and inflow of air)
along with the Data Sheet.
(j) The Air valve tee shall be provided with one1/2” BSP coupling duly plugged for
measurement of pressure in due course. The closing plug shall be of Stainless
218
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
steel (AISI 304 or equivalent) with hex head and will be provided with copper
washer for sealing.
(k) The outlet of big orifice will have screen to prevent temper to float.
(l) Isolating Sluice Valve shall be DI metal seated non rising stem (Is 14846
amended up to date) PN 1.6.
(m) Material of construction of air valves shall comply with following requirements:
(n) Valve shall be coated with Electrostatic Epoxy powder (EP-P) / Fusion bonded
epoxy (Non toxic and suitable for drinking water) with minimum thickness of 250
micron applied on body and cover inside and outside.
• Shafts
• Plates of thickness 20mm and above for pressed / formed parts such
219
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
as heads, etc.
• Plates, flanges and bars of thickness / diameter 40mm and above
used for fabrication of pressure and load bearing members and
rotating parts.
(iv) Radiographic testing for all butt welded parts, as per applicable codes.
(v) Hardness tests for all Hardened surfaces.
(vi) Liquid penetrating tests or magnetic particle tests (as applicable) for all
machined surfaces of pressure parts.
(vii) Visual Inspection and Dimension Checking.
(viii) Hydrostatic / Leak testing for all pressure parts, Pneumatic Leak Test
wherever applicable.
(ix) Operation check.
(x) Overload Torque Test shall be carried out on the gear boxes of the valves.
The test shall be carried out by applying 1.5 times the rated torque.
(d) The Contractor shall maintain proper identification of all materials used, along
with reports for all internal / stage inspection work carried out, based on the
specific job requirement and or based on the datasheets / drawings /
specifications.
4.10. PAINTING
(a) All components susceptible to corrosion attack shall be coated internally and
externally. Protective coating shall always be applied to the individual
components before they are assembled, following shot blasting to give good
adhesion.
(b) The contractor shall be responsible for the cleaning, preparation for painting
and priming or otherwise protecting of all parts at the place of manufacture
prior to packing
(c) Parts may be cleaned but the surface defects may not be filled in before testing
at the manufacturer’s works. Parts subject to hydraulic test shall be tested
before any surface treatment. After test, all surfaces shall be thoroughly cleaned
and dried out if necessary by washing with an approved dewatering fluid prior
to surface treatment. Except where the specifications provide to the contrary all
painting materials shall be applied in strict accordance with the paint
manufacturer’s instructions.
220
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The gearbox of quadrant type or traveling nut type must conform to the provisions of
AWWA C-504. The rated torque capability of each operator shall be sufficient to seat,
unseat and rigidly hold in any intermediate position the valve disc it controls under the
operating conditions specified. Operating torque requirements must be fulfilled.
The operator must essentially be of self-locking type with or without additional spur
gear arrangement to ensure that the effort on hand wheel is limited to the pull
specified.
All valve operators shall be equipped with adjustable mechanical stop-limiting devices
to prevent over-travel of the valve disc in the open and closed positions. Either end of
the worm shaft must be provided with needle roller bearing to take on the lateral
thrust.
The housing for the gearing must be enclosed and sealed in such a way that there is no
leakage of oil / grease even after long period of un-use and there is no ingress of rain
water. Operator for valves, which are likely to be submerged in water for long period
during the rainy season, must be water tight.
The hand wheels may be provided with extension for easy grip. The hand wheels must
have a provision for locking with a chain and pad lock. All operators when fitted to the
valve shaft must ensure clock wise closing and this must be indicated on the housing. A
mechanical indicator is to be provided to show disc travel and end of travel.
Material of construction of Gear Box shall comply with following requirements:
Housing and Cover : Grey Cast iron IS 210 Gr. FG200/ Cast Steel IS 1030 Gr
230-450W/ SG Iron IS 1865 Gr 400/12
Quadrant : SG Iron IS 1865 500/7
Spur Gears : EN-8 with hardened pinions of EN-19
Worm : EN-19, hardened
Bearings : FAG/SKF/Equivalent
“O” rings : Nitrile rubber
Hand wheel : Steel / SG Iron
4.12. NUT, BOLTS, WASHERS
The jointing material such as nuts, bolts, washers, pig lead, rubber packing, etc. shall be
provided by the Contractor.
Nuts and bolts shall be of the best quality bright steel, machined on the shank and
under the head and nut. Studs, bolts and nuts shall be galvanized. Bolts shall be of
accurate length so that only one thread shall show through the nut in the fully
tightened conditions. Nuts and bolts shall conform to IS 1363 and IS 1367.
Washers, locking devices and anti-vibration arrangements shall be provided where
221
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
necessary.
Where there is a risk of corrosion, bolts, nuts and studs shall be designed so that the
maximum stress does not exceed half the yield stress of the material under any
conditions. All bolts, nuts and screws which are subject to frequent adjustment or
removal in the course of maintenance and repair shall be made of nickel bearing
stainless steel.
The Contractor shall supply all holding down, alignment leveling bolts complete with
anchorages, nuts washers and packing required to fix the plant to its foundations, bed
plates, frames and other structural parts.
The Contractor shall procure and keep at site, reasonable excess quantities to cover
wastage of those materials which will be normally subject to waste during erection,
commissioning and setting to work.
Throughout erection, the valves shall be supported properly on wooden sleepers, etc.
and shall be concreted immediately thereafter, as directed. Before the valves are
actually fixed, they shall be cleaned and greased and it should be seen that all parts are
in perfect working condition.
222
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
shall be provided for HDPE, and DI pipelines. These joints should be capable in order to
get clearance of 30 mm in both the direction with flanges at the ends.
223
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 5.
SPECIFICATIONS OF RESERVOIRS
5.1. GENERAL
This part of the specification covers the specific requirements for construction of RCC
Reservoirs (GLR, CWR and OHSR). These should be read in conjunction with the detailed
specifications given in Chapter on Civil Works. If the specifications contradict between
these two chapters, stringent shall be followed appropriately. The RCC reservoirs are to
be constructed as per the type and size detailed in the “Scope of Work” defined in this
Chapter of Bid document.
224
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
loose mill scales, rust and coating of oil or other coatings, which may destroy or
reduce bond. Grade of Steel shall be Fe 500.
225
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
ii) Live load on all other floors walkways, stairways and platforms : 2.00 KN/m2
In the absence of any suitable provisions for live loads in I.S. Codes or as given above for
any particular type of floor or structure, assumptions made must receive the approval
of the Employer prior to starting the design work. Apart from the specified live loads or
any other load due to material stored, any other equipment load or possible
overloading during maintenance or erection/ construction shall be considered and shall
be partial or full whichever causes the most critical condition.
[Link]. Wind Load
Wind loads shall be as per IS 875 Part 3.
[Link]. Earthquake Load
This shall be computed as per I.S. 1893 taking into consideration soil foundation system,
importance factor appropriate to the type of structure basic horizontal seismic
coefficient/ seismic zone factor & average acceleration coefficient.
5.5.4. DESIGN CONDITIONS FOR UNDERGROUND OR PARTLY UNDERGROUND LIQUID RETAINING
STRUCTURES
(a) Design of elements of structures in contact with water / moisture shall be
designed on un-cracked basis and using measure to control crack as specified in
IS 3370 Part 1.
(b) Capacity of tank shall be the net volume of water which it can store between the
designed full supply level and the lowest supply level (i.e. the top level of the lip
of outlet pipe)
(c) Maximum height of live storage in water reservoirs shall be 4.0 meters (except
for OHSR).
(d) Height of dome shall be 1/5th to 1/6th of span of dome.
(e) Free board depth shall be not less than 300mm and the dead storage depth not
less than 100mm.
(f) Container having diameter more than 15 meter shall be provided with annular
and dome on the roof whereas CWR shall be provided with flat slab roof only.
(g) Staging in case of overhead reservoirs is defined as the difference of levels
between the finished ground level and bottom of the water retaining structure
226
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
and top of the bottom ring beam of bottom dome; however provision for the
same in IS:11682 would also be referred to follow more stringent of the two.
(h) All underground or partly underground liquid containing structures shall be
designed for the following conditions:
(i) liquid depth up to full height of wall : no relief due to soil pressure from
outside to be considered;
(ii) structure empty (i.e. empty of liquid, any material, etc.) : earth pressure
(at rest) and surcharge pressure wherever applicable, to be considered as
per site conditions;
(iii) partition wall between dry sump and wet sump : to be designed for full
liquid depth up to full height of wall;
(iv) partition wall between two compartments: to be designed as one
compartment empty and other full;
(v) structures shall be designed for uplift in empty conditions with the water
table as per site conditions considering due seasonal variation on higher
side. The possible flooding levels due to local drainage system shall be
accounted while designing the structures.
(vi) walls shall be designed under operating conditions to resist earthquake
forces from earth pressure mobilization and dynamic water loads;
(vii) underground or partially underground structures shall be checked against
stresses developed due to any combination of full and empty
compartments with appropriate ground/ uplift pressures from below the
slab. The design shall be such that the minimum gravity weight exceeds
the uplift pressure at least by 20%.
(i) The structures are categorized as “Severe” with regard to Environmental
Exposure conditions mentioned under clause 8.2.2 of IS 456; the requirement
shall be governed suitably to the given category. Thus minimum cement
content, maximum water cement ration and minimum grade of concrete with
normal weight aggregate of 20mm nominal size shall confirm to following:
(j) The RCC liquid retaining structure (container) shall be designed with minimum
grade of concrete M-35 whereas columns and foundation of OHSR may be
designed with minimum grade of concrete M-30.
227
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(k) OHSR shall be designed using membrane theory and then it should be checked
and corrected for continuity analysis. It implies that higher of two forces arrived
by membrane theory and continuity analysis should be used for actual structural
design.
(l) The minimum reinforcement in walls, floors and roofs in each of two directions
of right angles within each surface zone shall be as per Clause 8.1 of IS: 3370
Part 2 -2009. However; in slabs resting directly on ground with thickness up to
200mm, the calculated reinforcement shall be placed within one face as near as
possible to the upper surface consistent with nominal cover.
(m) The nominal cover of concrete for all steel, including stirrups, links, sheathing
and spacers shall be as per Table 16 of IS: 456-2000.
(n) Construction of floors and walls of Liquid Retaining structures shall be as per
Clause 11 of IS: 3370 Part 1-2009.
(o) Columns and Braces shall be joined with four haunches at their junction
(p) Foundations:
i) The minimum depth of foundations for the structures, frame foundations
and load bearing walls shall be as per IS 1904. However; in case of OHSR
the depth of foundation shall not be less than 2.0m and in case of CWR not
less than 1.0m unless it rests on solid rock. The depth may be reduced in
case of solid rock but not less than 600mm. The raft foundation of ESR’s
shall be checked not only on Cantilever theory but both in terms of radial
as well as circumferential i.e. on plate theory.
ii) Bearing capacity of soil shall be determined as per IS: 6403.
iii) Care shall be taken to avoid the foundations of adjacent buildings or
structure foundations, either existing or not within the scope of this
contract. Suitable adjustments in depth, location and sizes may have to be
made depending on site conditions. No extra claims for such adjustments
shall be accepted.
iv) A structure subjected to groundwater pressure shall be designed to resist
floatation. The dead weight of empty structure shall provide a factor of
safety of 1.2 against uplift during construction and service.
v) Lean Concrete below foundation/ floor shall be not less than 150mm thick
and not weaker than M-15. A separating layer of polyethylene sheet
minimum 125 micron thick shall be provided between floor slab and lean
concrete.
228
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
vi) Where there is level difference between the natural ground level and the
foundations of structure or floor slabs, this difference shall be filled up in
the following ways:
229
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(a) Movement joints such as expansion joints, complete contraction joints, partial
contraction joints and sliding joints shall be designed to suit the structure.
However contraction joints shall be provided at specified locations spaced not
more than 7.5 m in both right angle directions for walls and rafts.
(b) No expansion joints in wall, floor & roof of water retaining structure shall be
allowed
(c) The positions of construction joints should be specified by the designer &
indicated on the drawings. If there is a need on site to revise any specified
position or to have additional joints, the proposed positions should be agreed
with the designer.
The concrete at the joint should be bounded with that subsequently placed against it,
without provision for relative movement between the two concrete should not be
allowed to run to a feather edge & vertical joints should be formed against stop edges.
5.6.3. TESTING FOR WATER TIGHTNESS
In addition to the structural test of structures, the tanks shall also be tested for water
tightness test at full supply level as described in 12 of IS 3370 (Part I).
On completion of the Service Reservoir works and before its commissioning, the
contractor shall carry out a water tightness test for the maximum water head condition
i.e. with the water standing at Full Supply Level (FSL). This test shall be carried out
preferably in dry season in accordance with the procedure given below:
The water tightness test shall be carried out when the construction of Reservoir is done
and when it is possible to fill the reservoir and ensure that uniform settlement of the
structure as a whole or as directed by the Employer. Before the filling operations are
started the reservoir shall be inspected by the Employer and the Contractor's
Representative and the condition of surfaces of walls, contraction joints shall be noted
and it shall be ensured that the jointing material filled in the joint is in position and all
openings are closed. The Contractor shall make necessary arrangement for ventilation
and lighting of the reservoir by way of floodlights, circulators etc. for carrying out
proper inspection of the surfaces and inner conditions if so desired by the Employer.
For this purpose, it shall be verified that valves provided on the various pipes connected
to the reservoir
(a) Reservoirs shall be filled gradually at the rate not exceeding 30 cm rise in water
level per hour. Records of leakages starting at different levels of water in the
reservoir, if any, shall be kept.
(b) The reservoir once filled shall be allowed to remain so for a period of seven days
before any readings of drop in water level are recorded.
230
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(c) The level of the water shall be recorded against the subsequent intervals of 24
hours over a period of seven days.
(d) Tanks having external faces exposed, the test shall be deemed to be satisfied if
the external faces show no sign of leakage and remain apparently dry over the
period of observation of seven days after allowing a seven day period for
absorption after filling. Also there shall be no indications of the leakages around
the puddle collars.
(e) In fully or party underground or tanks resting on ground, the total drop in
surface level over a period of seven days shall be taken as an indication of the
water tightness of the reservoir, which for all practical purposes shall not exceed
40 mm.
(f) If the structure does not satisfy the condition of test and the daily drop in water
level is decreasing, the period of test may be extended for a further period of
seven days and if the specified limit is then reached the structure may be
considered as satisfactory.
(g) In case the drop in level exceeds the permissible level limit and signs of leakage
with the stipulated period of test, the Contractor shall carry out such additional
works and adopt such measures as may be directed by the Employer to reduce
the leakage within the permissible limits. The entire rectification work that shall
be carried out in this connection shall be at the Contractor's cost. The water
required for subsequent testing shall be supplied to the Contractor free of cost.
Contractor shall have to make arrangement for filling emptying the reservoir at
his own cost.
(h) If the test results are unsatisfactory, the Contractor shall ascertain the cause and
make all necessary repairs and repeat the water retaining structures test
procedures, at his own cost. Should the re-test results still be unsatisfactory
after the repairs, the structure will be condemned and the Contractor will
dismantle and reconstruct the structure, to the original specification, at his own
cost.
(i) During testing and during defect liability period the impression marks created
due to seepage shall be rectified and made good.
(j) No separate payment shall be made for water tightness test and the cost
thereof shall deem to be covered in the rates quoted for the work.
5.6.4. PRECAUTIONS TO KEEP RESERVOIRS FREE FROM CONTAMINATION
As soon as possible after completion of reservoir and after all pipes have been laid the
Contractor shall remove all dirt, debris, materials, tools etc. from the reservoir and shall
231
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
wash and brush down with water the whole of the interior. He shall also if required by
the Employer incorporate a mixture of chloride of lime in the water wash required.
The greatest care shall be taken to keep the entire reservoir free from any
contamination. Strict supervision shall be maintained over the workmen entering after
first washing down. Provision shall be made to enable workmen to wash their feet or
footwear clean and sterilize them before entering.
232
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Hand railing shall be provided along the top of reservoir, on the sides of the RCC
staircase, balcony, and at other suitable points for the requirement of safety of
maintenance and execution staff as per details given on standard drawing.
5.7.5. WATER LEVEL INDICATOR
Water level indicator shall be provided for each reservoir to be constructed in this
contract. Water level indicator consisting of an approved Stainless steel (SS 304) float
and GI counter weight connected to a flexible stainless steel wire 3mm thick passing
over aluminium pulley 70mm diameter. The pulleys shall be properly fixed with
structure and should have a guide so that the wire does not slip from the pulley.
The scale shall be calibrated in centimeters and should consist of Aluminum or stainless
steel sheet with thickness not less than 18 SWG fixed over wooden plank with an M.S.
angle iron frame of 50mm x 50mm x 5mm and painted with white enamel base and
engraved radium letters in black and red. The scale shall be located and fixed with RCC
vertical wall of OHSR/CWR. In addition, 75mm GI nipple shall be fixed in dome / slab to
make provision for fixing ultrasonic type water level sensor.
5.7.6. VENTILATOR
SS 304, 3mm thick sheet Ventilators shall be provided as per standard drawing
5.7.7. LIGHTENING ARRESTER
The conical cover of stainless steel of ventilator shall act as lightening arrester. It shall
be be connected with 2 GI strip 25 mm wide & 3mm thick which would be taken down
separately and connected to two separate chemical earthling system consisting of
50mm dia GI Class B pipe, 2M in length with backfill compound as per standard GA
drawing.
5.7.8. PLINTH PROTECTION
All the reservoirs (CWR/OHSR/GLR) shall be provided with adequate plinth protection
all around the structure in a width starting from edge of structure at GL and extending
at least up to 1.0m beyond the edge of outer most projection (Fall of Balcony or edge of
raft slab whichever is more in case of OHSR and Ring Beam at the top of wall in
CWR/GLR). It shall consist of 150mm thick layer of compacted sand fill and top PCC
150mm M-15. The minimum free space between plinth protection and the first bracing
of the OHSR shall be 3.00meters.
5.7.9. INTERNAL & EXTERNAL COATING
Inside surfaces of OHSR (inside surface of top dome / flat slab, edge beam and 600mm
portion of vertical wall from top) shall be painted with two coats of food grade anti-
corrosive epoxy paint. The paint shall be confirming to the standards of non toxic paint
suitable to be used in potable water supply systems. The external surface of top dome
shall be painted with two coats of anti carbonation paint. The outer surface of the tank,
233
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
column, bracing etc. shall be painted with three coats of cement paint. All metallic
surfaces shall be painted with one coat of red oxide primer and three coats of enamel
paint. The paints shall be of approved make & quality as per specifications. The
concrete surface below ground shall be painted with bitumen paint.
The top surface of slab /dome shall be painted with minimum two coats of anti
carbonation paint of approved shade and outer surface of container, cone wall,
balcony, columns and beams above ground shall be painted with minimum two coats of
cement based paint of approved shade. All mild steel railing, posts, gate, frame, MS
ladder, level gauge shall receive a coat of red oxide primer, two under coats and one
finishing coat of an approved enamel paint and of approved shades. Concrete surface
below ground level shall be provided with bitumen paint as per specifications. Painting
of outside surface of the container shall be provided with anti-carbonation paint as per
specifications. Inside surfaces of container (inside surface of top dome / flat slab, edge
beam and 600mm portion of vertical wall from top) shall be painted with two coats of
food grade epoxy paint.
5.7.10. SLOGAN AND LOGO
The contractor shall paint on the vertical wall of the tank portion by using 3 coats of
plastic emulsion paint of shade as approved by engineer in charge to form a base for
writing the slogan. The Size and shade for painting the slogan will be approved and
directed by Engineer in Charge. The display should indicate the PHED monogram, name
of WSS, name of village (location) & Capacity of SR / CWR in lac litres , the date of last
washing at height not less than 0.60m above plinth. The slogan shall be as directed by
the Engineer-in-charge.
5.7.11. PIPE CLAMP
At least two clamp on one staging shall be provided made out of 6mm thick 50mm wide
MS flat fixed on pipe & column.
5.7.12. MAN HOLE COVER
Square manhole cover 750X750 mm shall be provided. The cover shall be made of 3mm
thick Stainless Steel sheet with proper braces. The frame shall be made of Stainless
Steel sections of 25 x 5mm. The cover shall be connected to this frame by using two
nos. strung hinges made out of SS 304. Locking arrangement shall be provided.
5.7.13. TREATMENT OF JOINTS IN CONTINUOUS PORTION
Two hours after pouring the concrete, the slurry would be washed with high pressure
water jet & air jet. Before pouring the next layer of concrete the old surface shall be
brushed, painted with approved joining compound.
PVC water Stop of 150 mm width as per IS (with 300 mm overlap at the ends) shall be
provided at construction joints in the container walls of water retaining structures
234
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(cone wall and vertical wall) as per drawing and as instructed by the Engineer Incharge.
It shall be either of bar type, serrated with center bulb and end grips for use within
concrete elements.
5.7.14. RUBBER SHEETS AND NUT BOLTS
The nuts and bolts shall be of best quality carbon steel, machined on the shank and
electro-galvanized. Rubber gasket shall be as per IS 5382. Dimensions and drilling of flat
gasket will be as per IS 1538, suitable for making flanged joint.
235
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 6.
SPECIFICATIONS FOR CIVIL WORKS
6.1. CIVIL AND BUILDING WORKS
6.1.1. GENERAL
This part of the specification covers the design loads to be considered, specifications of
material and workmanship for the civil works. Material used and workmanship for the
civil works of pump house, campus development, civil works associated with pipeline
laying etc. to be done under the contract will adhere to the provisions laid down in this
chapter.
For materials used other than those specified, the material must conform to the
requirement of respective Indian Standards. The contractor shall get prior approval of
the materials proposed to be used under the contract as per the provisions of Special
Conditions of Contract, from the Engineer-in-Charge.
236
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
237
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The concrete at the joint should be bounded with that subsequently placed against it,
without provision for relative movement between the two concrete should not be
allowed to run to a feather edge & vertical joints should be formed against stop edges.
Expansion joints for non-liquid retaining structures shall be provided as per IS 3414.
6.3. FOUNDATIONS
1 The minimum depth of foundations for all structures, equipments, buildings
and frame foundations and load bearing walls shall be as per IS 1904.
2 Bearing capacity of soil shall be determined as per IS : 6403.
3 Care shall be taken to avoid the foundations of adjacent buildings or structure
foundations, either existing or not within the scope of this contract. Suitable
adjustments in depth, location and sizes may have to be made depending on
site conditions. No extra claims for such adjustments shall be accepted by the
department.
4 A structure subjected to groundwater pressure shall be designed to resist
floatation. The dead weight of empty structure shall provide a factor of safety
of 1.2 against uplift during construction and service.
5 Where there is level difference between the natural ground level and the
foundations of structure or floor slabs, this difference shall be filled up in the
following ways.
In case of non-liquid retaining structures the natural top soil shall be removed till a firm
strata is reached (minimum depth of soil removed shall be 500 mm) and the level
difference shall be made up by compacted backfill as per specifications. However the
thickness of each layer shall not exceed 150 mm. The area of backfilling for floor slabs
shall be confined to prevent soil from slipping out during compaction.
238
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
239
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
necessary, whether or not such items are specifically stated herein for completion of
the work in accordance with the Department’s Requirements.
The Contractor shall survey the site before excavation and set out all lines and establish
levels for various works such as grading, basement, foundations, plinth filling, roads,
drains, cable trenches, pipelines etc. Such survey shall be carried out by taking accurate
cross sections of the area perpendicular to established reference/grid lines at 8 m in
case of buildings and 30 m in case of roads and pipe lines works intervals or nearer, if
necessary, based on ground profile and thereafter properly recorded.
The excavation shall be carried out to correct lines and levels. This shall also include,
where required, proper shoring to maintain excavations and also the furnishing,
erecting and maintaining of substantial barricades around excavated areas and warning
lamps at night.
Excavated material shall be dumped in regular heaps, bunds, riprap with regular slopes
and levelling the same so as to provide natural drainage. Rock/soil excavated shall be
stacked properly as approved by the Engineer-in-charge. As a rule, all softer material
shall be laid along the centre of heaps, the harder and more weather resisting materials
forming the casing on the sides and the top. Topsoil shall be stock piled separately for
later re-use.
The area to be excavated/filled shall be cleared of fences, trees, plants, logs, stumps,
bush, vegetation, rubbish, slush, etc. and other objectionable matter. If any roots or
stumps of trees are encountered during excavation, they shall also be removed. The
material so removed shall be disposed off as approved by the Engineer-in-charge.
Where earthfill is intended, the area shall be stripped of all loose/ soft patches, top soil
containing objectionable matter / materials before fill commences.
6.6.2. EXCAVATION
Excavation for permanent work shall be taken out to such widths, lengths, depths and
profiles as are shown on the approved drawings or such other lines and grades as may
be agreed with the Engineer-in-charge Rough excavation shall be carried out to a depth
of 150 mm above the final level. The balance shall be excavated with special care. Soft
pockets shall be removed below the final level and extra excavation filled up with
material as approved by the Engineer-in-charge. The final excavation should be carried
out just prior to laying the blinding course.
To facilitate the permanent works the Contractor may excavate, and also backfill later,
outside the lines shown on the approved drawings or as agreed with the Engineer-in-
charge. Should any excavation be taken below the specified elevations, the Contractor
shall fill it up with material as approved by EIC upto the required elevation at no cost to
the department.
240
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
All excavations shall be to the minimum dimensions required for safety and ease of
working. Prior approval of the Engineer-in-charge shall be obtained by the Contractor
in each individual case, for the method proposed for the excavation, including
dimensions, side slopes, dewatering, disposal, etc. This approval, shall not in any way
relieve the Contractor of his responsibility for any consequent loss or damage. The
excavation must be carried out in the most expeditious and efficient manner. Side
slopes shall be as steep as will stand safely for the actual soil conditions encountered.
Every precaution shall be taken to prevent slips. Should slips occur, the slipped material
shall be removed and the slope dressed to a modified stable slope.
6.6.3. ROCK
All loose boulders, detached rocks partially and other loose material which might move
therewith not directly in the excavation but so close to the area to be excavated as to
be liable, in the opinion of Engineer-in-charge, to fall or otherwise endanger the
workmen, equipment, or the work shall be stripped off and removed from the area of
the excavation. The method used shall be such as not to render unstable or unsafe the
portion, which was originally sound and safe.
Any material not requiring removal in order to complete the permanent works, but
which, in the opinion of Engineer-in-charge, is likely to become loose or unstable later,
shall also be promptly and satisfactorily removed.
6.6.4. FILL, BACKFILLING AND SITE GRADING
All fill material shall be subject to the Engineer-in-charge’s approval. If any material is
rejected by Engineer-in-charge, the Contractor shall remove the same forthwith from
the site. Surplus fill material shall be deposited / disposed off as directed by Engineer-
in-charge after the fill work is completed.
No earth fill shall commence until surface water discharges and streams have been
properly intercepted or otherwise dealt with to the approval of the Engineer-in-charge.
To the extent available, selected surplus soil from excavations shall be used as backfill.
Backfill material shall be free from lumps, organic or other foreign material. All lumps
of earth shall be broken or removed unless otherwise stated. Where excavated
material is mostly rock, the boulders shall be broken into pieces not larger than 150 mm
size, mixed with properly graded fine material consisting of murrum or earth to fill the
voids and the mixture used for filling.
If fill material is required to be imported, the Contractor shall make arrangements to
bring such material from outside borrow pits. The material and source shall be subject
to the prior approval of the Engineer-in-charge. The approved borrow pit areas shall be
cleared of all bushes, roots of trees, plants, rubbish, etc. Topsoil containing foreign
material shall be removed. The materials so removed shall be disposed of as directed
241
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
242
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The Contractor shall study the sub-soil conditions carefully and shall conduct any test
necessary at the site with the approval of the Engineer-in-charge to test the
permeability and drainage conditions of the sub-soil for excavation, concreting etc.,
below ground level.
The scheme for dewatering and disposal of water shall be approved by the Engineer-in-
charge. The Contractor shall suitably divert the water obtained from dewatering from
such areas of site where a build up of water in the opinion of the Engineer-in-charge
obstructs the progress of the work, leads to unsanitary conditions by stagnation,
retards the speed of construction and is detrimental to the safety of men, materials,
structures and equipment.
When there is a continuous inflow of water and the quantum of water to be handled is
considered in the opinion of Engineer-in-charge, to be large, a well point system-single
stage or multistage, shall be adopted. The Contractor shall submit to the Engineer-in-
charge, details of his well point system including the stages, the spacing number and
diameter of well points, headers etc., and the number, capacity and location of pumps
for approval.
If any foundation pits are filled due to accumulation of surface flow during the progress
of work or during rainy season, or due to any other cause all pumping required for
dewatering the pits & removing silt shall be done without extra cost.
6.6.8. RAIN WATER DRAINAGE
Grading in the vicinity of excavation shall be such as to exclude rain/ surface water
draining into excavated areas. Excavation shall be kept clean of rain and such water as
the Contractor may be using for his work by suitably pumping out the same. The
scheme for pumping and discharge of such water shall be approved by the Engineer-in-
charge.
6.7. CONCRETE
6.7.1. GENERAL
The Engineer-in-Charge shall have the right at all times to inspect all operations
including the sources of materials, procurement, layout and storage of materials, the
concrete batching and mixing equipment and the quality control system. Such an
inspection shall be arranged and the Engineer-in-Charge’s approval obtained, prior to
starting of concrete work. This shall, however, not relieve the Contractor of any of his
responsibilities. All materials which do not conform to the Specifications shall be
rejected.
Materials should be selected so that they can satisfy the design requirements of
strength, serviceability, safety, durability and finish with due regards to the functional
requirements and the environmental conditions to which the structure will be
subjected. Materials complying with codes/standards shall generally be used. Other
243
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
materials may be used after approval of the Engineer-in-Charge and after establishing
their performance suitability based on previous data, experience or tests.
6.7.2. MATERIALS
Cement
Unless otherwise called for by the Engineer-in-charge, cement shall be ordinary
Portland cement conforming to IS : 12269. Super Sulphated cement shall be conforming
to IS 6909 or Sulphate resistant Portland cement conforming to IS 12330. Cement
manufactured in mini-cement plants shall not be used.
Only one type of cement shall be used in any one mix. The source of supply, type or
brand of cement within the same structure or portion thereof shall not be changed
without approval from the Engineer-In-Charge.
Cement which is not used within 90 days from its date of manufacture shall be tested at
a laboratory approved by the Engineer-In-Charge and until the results of such tests are
found satisfactory, it shall not be used in any work.
Aggregates (General)
It shall comply with requirement of IS 383 and as specified in IS 456-2000. Aggregates
shall consist of naturally occurring stones (crushed or uncrushed), gravel and sand.
They shall be chemically inert, strong, hard, clean, durable against weathering, of
limited porosity, free from dust/slit/organic impurities/deleterious materials such as
iron pyrites, cod, mica, slate, clay alkali, soft fragments, sea shells and conform to IS :
383. Aggregates such as slag, crushed over burnt bricks, bloated clay aggregates,
sintered fly ash and tiles shall not be used.
Aggregates shall be washed and screened before use where necessary or if directed by
the Engineer-in-Charge.
Aggregates containing reactive silica shall not be used.
The maximum size of coarse aggregate shall be as stated on the drawings but in no case
greater than ¼ of the minimum thickness of the member.
Plums 160 mm and above of a reasonable size may be used in mass concrete fill where
directed. Plums shall not constitute more than 20% by volume of the concrete when
specifically permitted. The plums shall be distributed evenly and shall not be closer
than 160 mm from the surface. For heavily reinforced concrete members as in the case
of ribs of main beams the nominal maximum size of aggregate shall be restricted to 5
mm less than minimum clear distance between the main bars or 5 mm less than the
minimum cover to reinforcement whichever is smaller. Coarse and fine aggregates
shall preferably batched separately, specially for design mix concrete.
244
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The largest possible size, properly graded should be used in order to reduce water
demand.
Fine aggregates are divided into 4 zones. Typical good sand falls in Zone II grading,
however, finer or coarse sand may be used with suitable adjustment in the ratio of
quantities of coarse to fine aggregates.
Very fine sands as included in Zone IV grading should not be used except when the
concrete is closely controlled by design mixes.
Water
Water used for both mixing and curing shall conform to IS : 456-2000 and free from
injurious amounts of oils, acids, alkalis, salts, sugar, organic materials that may be
deleterious to concrete or steel. The pH value of water shall not be less than 6.
Reinforcement
All reinforcement used shall be of Thermo Mechanically Treated steel bars only
conforming to IS: 1786 latest revision with up-to-date amendments. All steel shall be
procured from main/ primary producers, who make their own ingots/ billets. No re
rolled steel shall be incorporated in the work. Also, the steel shall not be procured from
the producers who make pencil ingots/ billets from scrap. The reinforcement bars shall
have ISI mark and shall be clean and free from loose mill scales, rust and coating of oil
or other coatings, which may destroy or reduce bond.
Admixtures
Accelerating, retarding, water reducing and air entraining admixtures shall conform to
IS : 9103 and integral water proofing admixtures to IS : 2645.
Admixtures may be used in concrete as per manufacturer’s instructions only with the
approval of the Engineer-in-Charge. An admixture’s suitability and effectiveness shall
be verified by trial mixes with the other materials used in the works. If two or more
admixtures are to be used simultaneously in the same concrete mix, their interaction
shall be checked and trial mixes done to ensure their compatibility. There should also
be no increase in risk of corrosion of the reinforcement or other embedment.
Calcium chloride shall not be used for accelerating set of the cement for any concrete
containing reinforcement or embedded steel parts. When calcium chloride is permitted
such as in mass concrete works, it shall be dissolved in water and added to the mixing
water by an amount not exceeding 1.5 percent of the weight of the cement in each
batch of concrete. The designed concrete mix shall be corrected accordingly.
Samples and Tests
All materials used for the works shall be tested before use.
245
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Manufacturer’s test certificate shall be furnished for each batch of cement /steel and
when directed by the Engineer samples shall also be got tested by the Contractor in a
laboratory approved by the Engineer-in-Charge.
Sampling and testing shall be as per IS : 2386 under the supervision of the Engineer-in-
Charge.
Water to be used shall be tested to comply with requirements of IS : 456.
The Contractor shall furnish manufacturer’s test certificates and technical literature for
the admixture proposed to be used. If directed, the admixture shall be got tested at an
approved laboratory at no extra cost.
6.7.3. CONCRETE
General
Concrete grade shall be as designated on approved drawings. In concrete grade M15,
M20 etc. the number represents the specified characteristic compressive strength of
150 mm cube at 28 days, expressed in N/sq. mm as per IS : 456. Concrete in the works
shall be “DESIGN MIX CONCRETE” or “NOMINAL MIX CONCRETE”. All concrete works of
grade M5, M7.5, M10, and M15 shall be NOMINAL MIX CONCRETE. Concrete of Grade
M20 and above shall necessarily be DESIGN MIX CONCRETE.
Mix Design and Testing
For Design Mix Concrete, the mix shall be designed according to IS : 10262 and SP 23 to
provide the grade of concrete having the required workability and characteristic
strength not less than appropriate values given in IS:456. The design mix shall be
cohesive and does not segregate and should result in a dense and durable concrete and
also capable of giving the finish as specified. For liquid retaining structures, the mix shall
also result in watertight concrete. The Contractor shall exercise great care while
designing the concrete mix and executing the works to achieve the desired result.
The minimum cement content for Design Mix Concrete shall be as per IS:456.
It shall be the Contractor’s sole responsibility to carry out the mix designs at his own
cost. He shall furnish to the Engineer-in-Charge at least 30 days before concreting
operations, a statement of proportions proposed to be used for the various concrete
mixes and the strength results obtained. The strength requirements of the concrete
mixes ascertained on 150 mm cubes as per IS : 516 shall comply with the requirements
of IS : 456.
Grades lower than M20 shall not be used for reinforced concrete (general). Grading
lower than M30 shall not be used for reinforced concrete in liquid retaining structures.
Nominal Mix Concrete
246
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Mix Designing and preliminary tests are not necessary for Nominal Mix Concrete.
However works tests shall be carried out as per IS : 456. Proportions for Nominal Mix
Concrete and w/c ratio may be adopted as per IS : 456. However it will be the
Contractor’s sole responsibility to adopt appropriate nominal mix proportions to yield
the specified strength.
Batching & Mixing of Concrete
Proportions of aggregates and cement, as decided by the concrete mix design, shall be
by weight. These proportions shall be maintained during subsequent concrete batching
by means of weigh batchers capable of controlling the weights within one percent of
the desired value.
Amount of water added shall be such as to produce dense concrete of required
consistency, specified strength and satisfactory workability and shall be so adjusted to
account for moisture content in the aggregates. Water-cement ratio specified for use
by the Engineer-in-Charge shall be maintained. Each time the work stops, the mixer
shall be cleaned out and while recommencing, the first batch shall have 10% additional
cement to allow for sticking in the drum.
Arrangement should be made by the Contractor to have the cubes tested in an
approved laboratory or in field with prior consent of the Engineer-in-Charge. Sampling
and testing of strength and workability of concrete shall be as per IS:1199, IS : 516 and
IS : 456.
Concrete shall be mixed in a mechanical mixer conforming to IS 1791. The mixing shall
be continued until there is uniform distribution of materials and the mass is uniform in
colour and consistency. If there is segregation after unloading, the concrete should be
remixed.
6.7.4. FORMWORK
Formwork shall be all inclusive and shall consist of but not be limited to shores,
bracings, sides of footings, walls, beams and columns, bottom of slabs etc. including
ties, anchors, hangers, inserts, falsework, wedges etc.
The design and engineering of the formwork as well as its construction shall the
responsibility of the Contractor. However, if so desired by the Engineer-in-Charge, the
drawings and calculations for the design of the formwork shall be submitted to the
Engineer-in-Charge for the approval.
Formwork shall be designed to fulfill the following requirements:
1. Sufficiently rigid and tight to prevent loss of grout or mortar from the concrete
at all stages and appropriate to the methods of placing and compacting.
2. Made of suitable materials.
247
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
3. Capable of providing concrete of the correct shape and surface finish within
the specified tolerance limits.
4. Capable of withstanding without deflection the worst combination of self
weight, reinforcement and concrete weight, all loads and dynamic effects
arising from construction and compacting activities, wind and weather forces.
5. Capable of easy striking out without shock, disturbance or damage to the
concrete.
6. Soffit forms capable of imparting a camber if required
7. Soffit forms and supports capable of being left in position if required
8. Capable of being cleaned and/or coated if necessary immediately prior to
casting the concrete; design temporary openings where necessary for these
purposes and to facilitate and the preparation of construction joints.
The formwork may be of timber, plywood, steel, plastic or concrete depending upon
the type of finish specified. Sliding forms and slip form may be used with the approval
of the Engineer-in-Charge. Timber for formwork shall be well seasoned, free from sap,
shakes, loose knots, worm holes, warps and other surface defects. Joints between
formwork and structures shall be sufficiently tight to prevent loss of slurry from
concrete, using seals if necessary.
The faces of formwork coming in contact with concrete shall be cleaned and two coats
of approved mould oil applied before fixing reinforcement. All rubbish, particularly
chippings, shavings, sawdust, wire pieces dust etc. shall be removed from the interior of
the forms before the concrete is placed. Where directed, cleaning of forms shall be
done by blasting with a jet of compressed air at no extra cost.
Forms intended for reuse shall be treated with care. Forms that have deteriorated shall
not be used. Before reuse, all forms shall be thoroughly scraped, cleaned, nails
removed, holes suitably plugged, joints repaired and warped lumber replaced to the
satisfaction of the Engineer-in-Charge. The Contractor shall equip himself with enough
shuttering to allow for wastage so as to complete the job in time.
Permanent formwork shall be checked for its durability and compatibility with adjoining
concrete before it is used in the structure. It shall be properly anchored to the
concrete.
Wire ties passing through beams, columns and walls shall not be allowed. In their
place bolts passing through sleeves shall be used. Formwork spacers left in-situ shall
not impair the desired appearance or durability of the structure by causing spalling, rust
staining or allowing the passage of moisture.
248
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
For liquid retaining structures, sleeves shall not be provided for through bolts nor shall
through bolts be removed if provided. The bolts, in the latter case, shall be cut at 25
mm depth from the surface and the hole made good by cement mortar of the same
proportion as the concrete just after striking the formwork.
Where specified all corners and angles exposed in the finished structure shall have
chamfers or fillets of 20 mm x 20 mm size.
Forms for substructure may be omitted when, in the opinion of the Engineer-in-Charge,
the open excavation is firm enough (in hard non-porous soils) to act as a form. Such
excavations shall be larger, as approved by the Engineer-in-Charge, than that required
as per drawing to compensate for irregularities in excavation.
The Contractor shall provide adequate props carried down to a firm bearing without
overloading any of the structures.
The shuttering for beams and slabs shall be so erected that the side shuttering of
beams can be removed without disturbing the bottom shuttering. If the shuttering for
a column is erected for the full height of the column, one side shall be built up in
sections as placing of concrete proceeds or windows left for placing concrete from the
side to limit the drop of concrete to 1.0 m or as approved by the Engineer-in-Charge.
The Contractor shall temporarily and securely fix items to be cast (embedments/
inserts) in a manner that will not hinder the striking of forms or permit loss of grout.
Formwork showing excessive distortion, during any stage of construction, shall be
repositioned and strengthened. Placed concrete affected by faulty formwork, shall be
entirely removed and formwork corrected prior to placement of new concrete at
Contractor’s cost.
6.7.5. PREPARATION PRIOR TO CONCRETE PLACEMENT
Before concrete is actually placed in position, the inside of the formwork shall be
cleaned and mould oil applied, inserts and reinforcement shall be correctly positioned
and securely held, necessary openings, pockets, etc. provided.
All arrangements- formwork, equipment and proposed procedure, shall be approved by
the Engineer-in-Charge. Contractor shall maintain separate Pour Card for each pour as
per the format enclosed.
6.7.6. CHECK FOR REINFORCEMENT AND CONCRETING
All reinforcement shall be checked and recorded prior to pouring of concrete by an
authorised representative of the engineer in Charge. Similarly the entire concrete
pouring work shall be done in the presence of authorised representative. The
contractor shall therefore give a notice of a minimum three days to the engineer in
Charge or his representative such that the works can be checked by him or his
authorised representative.
249
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
250
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
thoroughly worked around reinforcement and embedded fixtures and into all corners of
the formwork. Immersion vibrators shall be inserted vertically at points not more than
450 mm apart and withdrawn slowly till air bubbles cease to come to the surface,
leaving no voids. When placing concrete in layers advancing horizontally, care shall be
taken to ensure adequate vibration, blending and melding of the concrete between
successive layers. Vibrators shall not be allowed to come in contact with
reinforcement, formwork and finished surfaces after start of initial set. Over-vibration
shall be avoided; under vibration is likewise harmful.
The vibrator should penetrate rapidly to the bottom of the layer and atleast 15 cm into
the preceding layer if there is any. It should be held generally 5 to 15 sec. until the
compaction is considered adequate and then withdrawn slowly at thereof about 8
cm/s.
Concrete may be conveyed and placed by mechanically operated equipment after
getting the complete procedure approved by the Engineer-in-Charge. The slump shall
be held to the minimum necessary for conveying concrete by this method. When
concrete is to be pumped, the concrete mix shall be specially designed to suit pumping.
Care shall be taken to avoid stoppages in work once pumping has started.
Except when placing with slip forms, each placement of concrete in multiple lift work,
shall be allowed to set for at least 24 hours after the final set of concrete before the
start of subsequent placement. Placing shall stop when concrete reaches the top of the
opening in walls or bottom surface of slab, in slab and beam construction, and it shall
be resumed before concrete takes initial set but not until it has had time to settle as
approved by the Engineer-in-Charge. Concrete shall be protected against damage until
final acceptance.
6.7.8. MASS CONCRETE WORKS
Sequence of pouring for mass concrete works shall be as approved by the Engineer-in-
Charge. The Contractor shall exercise great care to prevent shrinkage cracks and shall
monitor the temperature of the placed concrete if directed.
6.7.9. CURING
Curing and protection shall start immediately after the compaction of the concrete to
protect it from
1. Premature drying out, particularly by solar radiation and wind;
2. leaching out by rain and flowing water;
3. rapid cooling during the first few days after placing;
4. high internal thermal gradient;
5. low temperature of frost;
251
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
6. vibration and impact which may disrupt the concrete and interfere with its
bond to the reinforcement
7. After the concrete has begun to harden i.e. 1 to 2 hr. after laying curing shall
be started.
8. All concrete, unless approved otherwise by the Engineer-in-Charge, shall be
cured by use of continuous sprays or ponded water or continuously saturated
coverings of sacking, canvas, hessain or other absorbent material for the
period of complete hydration with a minimum of 10 days. The quality of curing
water shall be the same as that used for mixing.
9. Where a curing membrane is approved to be used by the Engineer-in-Charge,
the same shall of a non-wax base and shall not impair the concrete finish in any
manner. The curing compound to be used shall be approved by the Engineer-
in-Charge before use and shall be applied with spraying equipment capable of
a smooth, even textured coat.
10. When concrete is used as subgrade for flooring, the flooring may be
commenced before the curing period of subgrade is over, but curing of
subgrade shall be continued along with the top layer of flooring for a minimum
period of 10 days.
11. Curing may also be done by covering the surface with an impermeable material
such as polyethylene, which shall be well sealed and fastened.
6.7.10. CONSTRUCTION JOINTS AND KEYS
The position and arrangement of construction joints shall be as indicated by the
contractor in his working drawings dually approved by the department. Concrete shall
be placed without interruption until completion of work between construction joints. If
stopping of concreting becomes unavoidable anywhere, a properly formed construction
joint shall be made with the approval of the Engineer-in-Charge.
Dowels for concrete work, not likely to be taken up in the near future, shall be coated
with cement slurry and encased in lean concrete as indicated on the drawings or as
approved by the Engineer-in-Charge.
Before resuming concreting on a surface which has hardened all laitance and loose
stone shall be thoroughly removed by wire brushing/hacking and surface washed with
high pressure water jet and treated with thin layer of cement slurry for vertical joints
and horizontal layers.
When concreting is to be resumed on a surface, which has not fully hardened, all
laitance shall be removed by wire brushing, the surface wetted, free water removed
and a coat of cement slurry applied. On this, a layer of concrete not exceeding 150 mm
thickness shall be placed and well rammed against the old work. Thereafter work shall
proceed in the normal way.
252
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
For horizontal joints, the surface shall be covered with a layer of mortar about 10-15
mm thick composed of cement and sand in the concrete mix. This cement slurry or
mortar shall be freshly mixed and applied immediately before placing concrete.
6.7.11. FOUNDATION BEDDING
All earth surfaces upon which or against which concrete is to be placed, shall be well
compacted and free from standing water, mud or debris. Soft or spongy areas shall be
cleaned out and filled with either soil-cement mixture, lean concrete or clean sand
compacted as approved by the Engineer-in-Charge. The surfaces of absorptive soils
shall be moistened.
Concrete shall not be deposited on large sloping rock surfaces. The rock shall be cut to
form rough steps or benches by picking, barring or wedging. The rock surface shall be
kept wet for 2 to 4 hours before concreting.
Excavation, in clay or other soils that are likely to be affected by exposure to
atmosphere, shall be concreted as soon as they are dry. Alternatively, unless otherwise
mentioned the bottom of the excavation shall be protected immediately by 8 cm thick
layer of cement concrete not leaner than M10 or in order to obtain a dry hard bottom,
the last stretch of excavation of about 10 cm shall be removed just before concreting.
6.7.12. REPAIR AND REPLACEMENT OF UNSATISFACTORY CONCRETE
Immediately after the shuttering is removed, all defective areas such as honey-combed
surfaces, rough patches, holes left by form bolts etc, shall be inspected by the Engineer-
in-Charge who may permit patching of the defective areas or reject the concrete work.
All through holes for shuttering shall be filled for full depth and neatly plugged flush
with surface.
Rejected concrete shall be removed and replaced by the Contractor at no additional
cost to the Employer.
For patching of defective areas all loose materials shall be removed and the surface
shall be prepared as approved by the Engineer-in-Charge.
Bonding between hardened and fresh concrete shall be done either by placing cement
mortar or by applying epoxy. The decision of the Engineer-in-Charge as to the method
of repairs to be adopted shall be final and binding on the Contractor. The surface shall
be saturated with water for 24 hours before patching is done with cement sand mortar.
The use of epoxy for bonding fresh concrete shall be carried out as approved by the
Engineer-in-Charge.
6.7.13. HOT WEATHER REQUIREMENTS
Concreting during hot weather shall be carried out as per IS 7861 (Part I).
253
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Adequate provision shall be made to lower concrete temperatures, which shall not
exceed 40 deg C at time of placement of fresh concrete.
Where directed by the Engineer-in-Charge, the Contractor shall spray non-wax based
curing compound on unformed concrete surfaces at no extra costs.
6.7.14. COLD WEATHER REQUIREMENTS
Concreting during cold weather shall be carried out as per IS: 7861(Part II).
The ambient temperature during placement and upto final set shall not fall below 5
deg. C. Approved antifreeze/accelerating additives shall be used where directed.
For major and large scale concreting works the temperature of concrete at times of
mixing and placing, the thermal conductivity of the formwork and its insulation and
stripping period shall be closely monitored.
6.7.15. WORKMANSHIP
Waterstops shall be cleaned before placing them in position. Oil or grease shall be
removed thoroughly using water and suitable detergents.
Waterstops shall be procured in long lengths as manufactured to avoid joints as far as
possible. Standard L or T type of intersection pieces shall be procured for use
depending on their requirement. Any non-standard junctions shall be made by cutting
the pieces to profile for jointing. Lapping of waterstops shall not be permitted. All
jointing shall be of fusion-welded type as per manufacturer’s instructions.
Waterstops shall be placed at the correct location/level and suitably supported at
intervals with the reinforcement to ensure that it does not deviate from its intended
position during concreting and vibrating. Care shall also be taken to ensure that no
honeycombing occurs because of the serrations/ end grips, by placing concrete with
smaller size aggregates in this region. Projecting portions of the waterstops embedded
in concrete shall be thoroughly cleaned of all mortar/concrete coating before resuming
further concreting operations. The projecting waterstops shall also be suitably
supported at intervals with the reinforcement to maintain its intended position during
concreting so as to ensure that it does not bend leading to formation of pockets. In
addition, smaller size aggregates shall be used for concreting in this region also.
254
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
portions of work exposed to view shall be neatly finished. Tolerances for fabrication of
steel structures conform IS 7215. Tolerances for erection of steel structures shall
conform to IS 12843.
The contractor shall prepare all fabrication working and erection drawings for the entire
work. The drawings shall preferably be of one standard size and the details shown there
in shall be clear and legible.
All fabrication drawings shall be submitted to the Engineer-In-Charge for approval.
Fabrication shall be started by the contractor only after Engineer-In-Charge’s approval
of fabrication drawings. Approval by the Engineer-In-Charge of any of the drawing shall
not relieve the contractor from the responsibility for correctness of engineering and
design of connections, workmanship, fit of parts, details, material, errors or omissions
or any and all work shown thereon.
6.8.2. WELDING
Welding shall be in accordance with IS 816, IS 819, IS 1024, IS 1261, IS 1323 and IS 9595
as appropriate.
Welding procedure shall be submitted to the Engineer-in-Charge for approval. Welding
shall be entrusted to qualified and experienced welders who shall be tested periodically
and graded as per IS 817, IS :7310 (Part 1) and IS :7318 (Part 1).
For welding any particular type of joints, welders shall give evidence acceptable to
Engineer-In-Charge of having satisfactorily completed appropriate tests as per IS 817
Part 1, IS 1393, IS 7307, IS 7310 Part 1 and IS 7318 Part 1 as appropriate.
No welding shall be done on base metal at a temperature below -5 Deg. C. Base metal
shall be preheated to the temperature as per relevant IS codes.
Electrodes other than low-hydrogen electrodes shall not be permitted for thicknesses
of 32 mm and above.
All welds shall be inspected for flaws
The correction of defective welds shall be carried out in a manner approved by the
Engineer-in-Charge without damaging the parent metal.
6.8.3. PAINTING
All fabricated steel material, except those galvanised shall receive protective paint
coating as prescribed in IS 1477 Parts 1 & 2.
All surfaces to be painted, oiled or otherwise treated shall be dry thoroughly cleaned to
remove all loose scale and loose rust.
Shop contact surfaces need not be painted unless otherwise specified.
255
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Surfaces not in contact but inaccessible after shop assembly shall receive full specified
protective treatment before assembly. This does not apply to interior of hollow
seatings.
Chequered plates shall be painted after the details of painting are approved by the
Engineer-In-Charge.
In case of surfaces to be welded, steel shall not be painted within a suitable distance of
any edges to be welded if paint would be harmful to the welder or impair the quality of
welds.
Welds and adjacent parent metal shall not be painted prior to slugging, inspection and
approved. Parts to be encased on concrete shall not be painted or oiled.
256
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Hot rolled steel sections for the fabrication of steel doors, windows and ventilators shall
conform to IS : 7452 which are suitable for single glazing.
Pressed steel door frames for steel flush doors shall be out of 1.25mm thick mild steel
sheets of profiles as per IS : 4351.
Transparent sheet glass shall conform to the requirements of IS : 2835. Wired and
figured glass shall be as per IS : 5437.
Builder’s hardware of fittings and fixtures shall be of the best quality from the approved
manufacturers.
Hot rolled sections shall confirm to IS 7452 Fire check doors shall conform to IS 3614
Part 1 & 2. Steel windows for industrial buildings shall confirm to IS 1361.
Pressed steel door frames shall be provided with fixing lugs at each jamb, hinges, lock
strike plate, mortar guards, angle threshold, shock-absorbers of rubber or similar
materials as per the requirements of IS : 4351. Pressed steel door frames shall be fixed
as built-in as the masonry work proceeds. After placing it plumb at the specified
location, masonry walls shall be built up solid on either side and each course grouted
with mortar to ensure solid contract with the door frame, without leaving any voids.
Temporary struts across the width shall be fixed, during erection to prevent bow/sag of
the frame.
Door shutters of flush welded construction of section size 105 x 60 mm shall be 45mm
thick fabricated with two outer skills of 1.25mm thick steel sheets, 1mm thick steel
sheet stiffeners and steel channel on all four edges. Double shutters shall have meeting
stile edge bevelled or rebated. Provision of glazed panel, louvres shall be made as per
the items of works and/or Drawing prepared by the Contractor. Shutters shall be
suitably reinforced for lock and other surface hardware and to prevent sagging/twisting
including hold fast of 15 x 3 mm MS oxidised fittings such as butt hinges, sliding bolts,
handles tower bolts etc. complete in all respect including applying priming coat of
approved steel primer. Single sheet steel door shutters shall be fabricated out of
1.25mm thick steel sheets, mild steel angles and stiffeners as per the Drawings
prepared by the Contractor.
MS sheet single leaf door shutter of 20 SWG in angle iron frame of 35x35x5 mm shall be
suitably diagonally braced with 25x3 mm flat iron above and below lock of size 50x5
mm shall be provided only for Toilets.
Doors, windows and ventilators shall be fixed into the prepared opening. they shall not
be “build-in” as the masonry work proceeds, to avoid distortion and damage of the
units. The dimensions of the masonry opening shall have 10mm clearance around the
overall dimensions of the frame for this purpose. Any support of scaffolding members
on the frames/glazing bars is prohibited.
257
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Glazing of the units shall be either with flat transparent glass or wired / figured glass of
the thickness as specified in the items of works prepared by the Contractor. All glass
panels shall have properly squared corner and straight edges. Glazing shall be provided
on the outside of the frames.
Fixing of the glazing shall be either with spring glazing clips and putty conforming to IS :
419 or with metal beads. Pre-formed PVC or rubber gaskets shall be provided for fixing
the beads with the concealed screws. The type of fixing the glazing shall be as indicated
in the items of work and/or in Drawings prepared by the Contractor.
Steel doors, windows and ventilators shall be provided with finish of either painting as
specified or shall be hot dip galvanised with thickness of the zinc coating as stipulated
all as described in the respective items of works prepared by the Contractor.
The material of the Builders hardware of fittings and fixtures of chromium plated steel,
cast brass, brass copper oxidised or anodised aluminium shall be as specified in the
items of works prepared by the Contractor. The number, size and type of fittings and
fixture shall be as in the Drawing / items of works prepared by the Contractor.
Installation of the units with fixing lugs, screw, mastic caulking compound at the
specified locations shall generally conform to the requirements of IS : 1081 . necessary
holes etc required for fixing shall be made by the Contractor and made good after
installation. workmanship expected is of a high order for efficient and smooth
operation of the units.
6.9.4. ALUMINIUM DOORS, WINDOWS, VENTILATORS & PARTITIONS
Aluminium alloy used in the manufacturer of extruded sections of the fabrication of
doors, windows, ventilators shall conform to designation HE9-WP of IS : 733.
Transparent sheet glass shall conform to the requirements of IS : 2835. Wired and
figured glass be as per IS : 5437.
Installation of single Unit
Units shall be fixed into prepared openings. They shall not be ‘built-in’ as the walls go
up as this practice often results in brickwork being brought right up to the frame with
no clearance allowed and usually distorts the units and increases the likely hood of
damage being done to the unit during subsequent building work. Placing of scaffolding
on frames or glazing bass shall on no account be done.
The size of the opening shall be checked and cleaned of all obstructions. Suitable
markings may be done to fix the unit in the proper position, including the fixing hole
positions. In case of masonry, holes for fixing lugs shall be cut 5 cm2 and 5 cm to10cm
deep or to fix raw plugs.
The units shall be checked to ensure that they are square and working satisfactory
before fixing. The units shall then be put in position and the lugs screwed on tight.
258
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
When fixing to flush surrounds without rendering, 3mm gap shall be pointed with
mastic on the outside before the internal plaster and rendering; the plaster and
rendering shall be applied to the surrounds after the lugs have firmly set. When fixing
to rebated surrounds without rendering, the frame shall be bedded in mastic. When
fixing to rebated surrounds with rendering, after bedding in mastic, plaster shall be
applied from outside.
In concrete, dressed stone and marble surrounds, the units shall be fixed with legs.
Wood surrounds are generally rebated and mastic be applied to the sill of the opening
and units placed on it, and screwed on to the opening. In case of steel opening, special
clips may be used to fix the unit.
In case of aluminium frames, the surfaces shall be anchored in direct contact with the
surrounds and shall be protected with two coats of alkali-resistant paints, to avoid
chemical attack from the materials of surround.
Installation of Composite Units
Composite units shall follow the procedures described earlier and in addition shall
conform to the following.
Mullions and transome of composite units shall be bedded in mastic to ensure weather
tightness. Mastic shall be applied to channels of the outside frame sections before
assembly.
If there is a cross joint of mullion and transome, the shorter coupling unit shall run
through unbroken.
Mullion normally project 2.5cm at head and sill into the surround; transomes also
project 2.5cm into surround where appropriate they shall be cut.
Builder’s hardware of fittings & fixtures shall be of the best quality from approved
manufacturers.
All aluminium doors, windows, ventilators and partitions shall be of the type and size as specified. The
doors, windows, ventilators shall conform to the requirements of IS : 1948. Aluminium windows shall
conform to IS : 1949; if so specified.
All aluminium units shall be supplied with anodized finish, the minimum anodic film
thickness shall be 0.015mm.
Doors windows and ventilators shall be of an approved manufacture. Fabrication of the
units shall be with the extruded sections, cut to correct lengths, mitred and welded at
the corners to a true right angle conforming to the requirements of IS : 1948. tolerance
in overall dimensions shall be within + 1.5 mm. The frames and shutters shall be free
from warp or buckle and shall be square and truly plane. Punching of holes, slots and
other provisions to install fittings or fixtures later shall be made at the correct locations,
as per the requirements.
259
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
260
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Slabs shall be supplied to the specified size with machine cut edges to the full depth. All
angles and edges of the slabs shall be true and square, free from any chipping giving a
plane surface. Slabs shall have the top surface machine polished (first grinding) before
being brought to site. The slabs shall be washed clean before laying.
The type, size, thickness and colour/shade etc., of the slabs for flooring/dado/skirting
shall be as specified in the respective items of works prepared by the Contractor and
approved by Employer.
6.9.6. CEMENT PLASTERING WORK
The proportions of the cement mortar for plastering shall be 1:4 (one part of cement to
four parts of sand). Cement and sand shall be mixed thoroughly in dry condition and
then just enough water added to obtain a workable consistency. The quality of water
and cement shall be as per relevant IS standards. The quality and grading of sand for
plastering shall conform to IS : 1542. The mixing shall be done thoroughly in a
mechanical mixer unless hand mixing is specifically permitted by the Engineer-in-
Charge. If so desired by the Engineer-in-Charge sand shall be screened and washed to
meet the Specifications. The mortar thus mixed shall be used as soon as possible
preferably within 30 minutes from the time water is added to cement. In case the
mortar has stiffened due to evaporation of water this may be re-tempered by adding
water as required to restore consistency but this will be permitted only upto 30 minutes
from the time of initial mixing of water to cement. Any mortar which is partially set
shall be rejected and removed forthwith from the site. Droppings of plaster shall not be
re-used under any circumstances.
Preparation of surfaces and application of plaster finishes shall generally conform to the
requirements specified in IS : 1661 and IS : 2402.
Plastering operations shall not be commenced until installation of all fittings and
fixtures such as door/ window panels, pipes, conduits etc. are completed.
All joints in masonry shall be raked as the work proceeds to a depth of 10 mm / 20mm
for brick/ stone masonry respectively with a tool made for the purpose when the
mortar is still green. The masonry surface to be rendered shall be washed with clean
water to remove all dirt, loose materials, etc., Concrete surfaces to be rendered shall be
roughened suitably by hacking or bush hammering for proper adhesion of plaster and
the surface shall be evenly wetted to provide the correct suction. The masonry surfaces
should not be too wet only damp at the time of plastering. The dampness shall be
uniform to get uniform bond between the plaster and the masonry surface.
6.9.7. CEMENT POINTING
The cement mortar for pointing shall be in the proportion of 1:3 (one part of cement to
three parts of fine sand). Sand shall conform to IS : 1542 and shall be free from clay,
shale, loam, alkali and organic matter and shall be of sound, hard, clean and durable
261
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
262
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
growth. Cracks shall be filled with Gypsum. Workmanship of painting shall generally
conform to IS : 2395.
Cement Paint
The prepared surfaces shall be wetted to control surface suction and to provide
moisture to aid in proper curing of the pain. Cement paint shall be applied with a
brush with stiff bristles. The primer coat shall be a thinned coat of cement paint. The
quantity of thinner shall be as per manufacturer’s instructions. The coats shall be
vigorously scrubbed to work the paint into any voids for providing continuous paint film
free form pinholes for effective water proofing in addition to decoration. Cement paint
shall be brushed in uniform thickness and the covering capacity for two coats on
plastered surfaces shall be 3 to 4 kg/ sq.m. A minimum of 3 coats of the same colour
shall be applied. Atleast 24 hours shall be left after the first coat to become sufficiently
hard before the second coat is applied. The painted surfaces shall be thoroughly cured
by sprinkling with water using a fog spray at least 2 to 3 times a day. Curing shall
commence after about 12 hours when the paint hardens. Curing shall be continued for
atleast 2 days after the application of final coat. The operations for brushing each coat
shall be as detailed above.
Oil bound Distemper
The prepared surfaces shall be dry and provided with one coat of alkali resistant primer
by brushing. The surface shall be finished uniformly without leaving any brush marks
and allowed to dry for atleast 48 hours. A minimum of two coats of oil bound
distemper shall be applied, unless otherwise specified. The first coat shall be of a
lighter tint. Atleast 24 hours shall be left after the first coat to become completely dry
before the application of the second coat. Broad, stiff, double bristled distemper
brushed shall be used for the work. The operations for brushing each coat shall be as
detailed above.
Acid, Alkali Resisting Paint
A minimum of 2 coats of acid/ alkali resisting paint shall be applied over the prepared
dry surfaces by brushing. Primer coat shall be as per manufacturer’s instructions.
Acrylic Emulsion Paint
Acrylic emulsion paint shall be applied in the same way as for plastic emulsion paint. A
minimum of 2 finishing coats over one coat of primer shall be provided unless
otherwise specified.
6.9.9. LIGHTING SYSTEM
Scope
This part of specifications covers supply and installation of all equipment necessary for
a complete lighting and receptacle systems at Pump Houses and surrounding area. The
263
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
type of lighting fixtures and receptacles, illumination level and approximate quantity
required shall be detailed by the contractor before execution of works.
General Requirements
The Lighting system shall include Lighting fixtures complete with Lamps and accessories.
Lighting system equipments are:
i) Light control switches, receptacle units with control switch units, lighting wires,
conduits and other similar items necessary to complete lighting system
ii) Lighting fixture supports, street lighting poles and flood light towers
iii) Lighting main distribution board, lighting panels.
iv) Multi core cables for street, boundary and flood lighting
v) Provision of automatic on-off road switches through solar system
Levels of Illumination
The design, manufacture and performance of equipment shall conform to the latest
Indian standard.
Lighting system shall be designed considering following Lux levels.
pump room area 250 Lux
Area in front of building 50 Lux
Surrounding areas 10 Lux
In order to have higher illumination for maintenance and repairs in the pump room
area outlets of 16 A SPN shall be provided for the connection of portable lamps. 16 A
SPN switch with socket shall be provided in every bay of the pump house on the suction
and delivery sidewalls. The flexible lighting fixture shall be suitable for GLS lamps.
[Link]. Lighting System Equipment
Main Distribution Boards and Lighting Panels Constructional Features
(i) Boards and panels shall be sheet steel enclosed and shall be fully dust and
vermin proof, providing a degree protection of IP 52. Outdoor panels shall in
addition be completely weatherproof with a sloping canopy for protection rain
and providing a degree of protection of IP 54. The sheet used for frame,
enclosures, doors, covers and partitions shall be cold rolled 2 mm thick.
(ii) All boards and panels shall be provided with hinged doors for access to
equipment. Doors shall be gasketted all round with neoprene gaskets. For the
main floor mounted distribution boards with the switch fuse units arranged in
tier formation, the hinged door of each unit shall be interlocked so as to
prevent opening of the door when the switch is ON and to prevent closing of
the switch with the door not fully closed. However, a device for bypassing the
interlock shall be provided to enable the operation of the switch with the door
264
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
265
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(v) Busbar supports shall be made from suitable insulating material such as Hylam
sheets, glass reinforced moulded plastic materials, permali wood or cast resin.
Separate supports shall be provided for each phase of the busbars. If a
common support is provided for all three phases, anti-tracking barriers shall be
incorporated.
(vi) The neutral bus of the main 3 phase 4 wire distribution board shall be rated
not less than 50% of the phase busbars. The neutral bus of the 1 phase ways
lighting panel shall be rated same as the phase busbars. The neutral bus should
have sufficient terminals and detachable links for full number of single-phase
outgoing lighting circuits.
Switches / Miniature Circuit Breakers (MCB)
(i) Switches / MCBs shall be hand operated, air break, quick make, quick break
type conforming to applicable standards.
(ii) The switch shall be protected by fuses and the MCB shall be provided with
overload / short-circuit protective device for protection under overload and
short-circuit conditions. The minimum breaking capacity of MCBs shall be 6 kA
r.m.s. at 415 V/220 VD.C.
(iii) Switch shall have provision for locking in both fully open and closed position.
MCBs shall be provided with locking facility.
(iv) The connections between switch and fuse shall be insulated and all live
connections shall be shrouded.
Fuses
(i) Fuses generally shall be of the HRC cartridge fuse-link type having a certified
rupturing capacity of 80 kA at 440 V. Fuses upto 63A for distribution system of
medium short circuit levels may be of HRC cartridge screw-cap, D type, having
a certified rupturing capacity of not less than 46kA at 440 V and 16kA at 250 V
D.C.
(ii) Fuses shall be provided with visible indication to show that they have
operated.
(iii) Cartridge fuses shall preferably be mounted in moulded in moulded plastic
carriers. If fuse-carriers are not provided, insulated fuses pulling handle shall
be provided for each size of fuse for each switchboard.
Indicating Lamps
Indicating lamps shall be of the filament type and low watt consumption. Lamps shall
be provided with series resistors.
Internal Wiring
266
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(i) Panels/ boards shall be supplied completely wired, ready for the external
connections at the terminal blocks. Wiring shall be carried out with 650 / 1100
V grade, PVC insulated, stranded aluminum / copper conductors of adequate
sizes shall be used to suit the rated circuit current.
(ii) Engraved identification ferrules, marked to correspond with the wiring diagram
shall be fitted at both ends of each wire.
(iii) Engraved identification ferrules, marked to correspond with the wiring diagram
shall be fitted at both ends of each wire.
(iv) All wiring shall be terminated on terminal blocks. Terminal blocks shall be on
piece rated 500 V, of reputed make, preferably stud type for higher current
ratings such that wires are connected by cable-lugs and complete with nuts
and washers. Terminals shall be adequately rated for the circuit current, the
minimum rating shall be 20A.
(v) Terminal for circuit with voltage exceeding 125 V shall be shrouded.
(vi) Terminal shall be numbered and provided with identification strip for
identification of the circuit.
(vii) Terminals blocks for C.T. secondary lead wires shall be provided with shorting
and disconnecting / earthing facilities.
Receptacle Units
(i) Receptacle units shall consist of socket outlet with associated switch and plug.
The socket outlet and switch or MCB shall be flush mounted within galvanised
18 gauge steel enclosure with insulation cover. The box may be recessed into
mounted on a wall as per requirement of project layout.
(ii) The receptacle units shall be suitable for 240 V, 1 Ph-N, 50 Hz/415 V, 3 Ph – N,
50 Hz supply as required.
(iii) Single phase receptacles shall be associated with a switch / MCB of same
current rating and receptacle shall become live only when the associated
switch / MCB is in “ON” position.
(iv) Three phase receptacles shall be associated with a TPN switch housed in the
same enclosures. The receptacle shall become live only when the associated
switch is in “ON” position.
(v) The plugs shall be provided with cord grips to prevent strain and damage to
conductors / wires at connection and entry points.
Lighting Wires
267
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(i) The wires for wiring in lighting system shall be 250 /440 V, 1/ / C, PVC
insulated, unarmoured with stranded copper conductors and shall be laid in
recessed conduit unless otherwise specified.
(ii) The minimum area of conductors shall be 1.5 sq. mm for receptacles rated 15
A and 5 A Receptacles and 2.5 sq. mm for receptacles rated 15 A and above.
(iii) The wires shall be coded white for phase / positive of D.C. and black for neutral
/ negative of D.C.
(iv) Conduits: Rigid steel / non-metallic conduits and their associated fittings as
required shall conform to applicable standards. The minimum size of conduit
shall be 20 mm for surface installation and 25 mm for concealed installation.
Steel conduits shall be seamed by welding and hot dip gavanised. They shall be
supplied in standard lengths of 5 m. Supply of conduits shall include all
associated fitting like couplers, bends and tees as required for lighting system
installation work.
(v) Junction Boxes
Junction boxes with terminals shall be supplied for branching and terminating
lighting cables when required for outdoor areas, 3 phase receptacles etc.
The Junction Boxes shall be dust and vermin proof and shall be fabricated from
14 gauge sheet steel and shall be complete with removable cover plate with
gaskets, two earthing terminals each with nut, bolt and washer. Boxes shall be
additionally weather proof.
The boxes shall have provision for wall, column, pole or structure mounting
and shall be provided with cable / conduit entry knock outs, terminal blocks,
HRC fuses as required.
The terminal blocks, with specified number of terminals, shall be mounted
securely on brackets welded to the back sheet of the box. The terminals shall
be 600 V, grade one piece construction complete with terminals, insulation
barriers, galvanised nuts, bolts and washers and provided with identification
strips of PVC. The terminals shall be made of copper alloy and shall be of box
clamp type.
The boxes shall be painted with on shop coat of red oxide zinc chromate
primmer followed by a finishing coat of paint.
Earthing
(i) Each luminaire shall be provided with an earthing terminal suitable for
connection to the earthing conductor of 12 SWG GI wire.
268
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(ii) Where separate control gear box is provided for housing the accessories the
same shall be provided with an earthing terminal suitable for connecting
earthing conductor of 12 SWG GI wire.
(iii) All metal or metal enclosed parts of the luminaire/control gear box shall be
bonded and connected to the earthing terminal so as to ensure satisfactory
earthing continuity.
It shall be possible to replace the lamp from the canopy without opening the front
glass.
269
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 7.
SPECIFICATIONS OF PUMP HOUSE AND PUMPING MACHINERY
7.1. GENERAL
The technical specifications for the Mechanical, Electro-Mechanical and electrical
material and equipment(s) are detailed below.
All valves, pipes and specials used in the pumping stations shall conform to the
specifications laid down in Chapter for specifications for valves and Chapter for
specifications for pipeline work of this volume of tender document. The design criteria,
material specifications, workmanship and testing of materials used for all civil works
shall confirm to provisions laid down in Chapter for specifications for civil works. Pre
dispatch inspection, pre commissioning tests, commissioning and trial runs shall be as
detailed in respective chapters of this volume.
7.2. STANDARDS
Except as otherwise specified in these technical specification, the Indian Standards and
Codes of Practice shall be adhered to for the design, manufacturing, inspection and
factory testing, handling, installation and site testing of all material and equipment used
for the work, or where a IS standard does not exist, to an approved national or
international standard. Only equipment supplied by reputed manufacturers and
approved by the Department will be accepted.
270
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
4. The pumps shall be capable of developing the required total head at rated
capacity for continuous operation. The Bidder shall match the performance
curves of pumps to the operating range requirements, and the pumps shall
operate satisfactorily within the operating range with respect to the
NPSH/positive head available at the lowest permissible suction water level.
The pump shall have a stable head curve, i.e. the total head-capacity curve
shall be continuously rising towards the shut off. The shut off head shall be at
least 10% more than maximum pumping head in the operating range. The
operation efficiency shall be as close to maximum efficiency as possible during
entire range of operation.
5. The duty point of the selected pump shall be as referred in Scope of Work.
Overall minimum guaranteed efficiency of pumping system (combined
efficiency) at duty point shall not be less than that specified in Figures given in
the respective IS Code of Horizontal pumps sets/ Monoblocks. The bidder, as
per the characteristic curve of the selected pump shall give the flow at duty
point. The bidder shall specify the pump performance. The pump
characteristics should be selected on the basis of layout of pumping station,
suction manifold and clear water reservoirs to ensure that the requirements
are met.
6. The power characteristic shall be non-overloading and preferably flat for flows
higher than the best efficiency flow (BEP).
7. The required pump NPSH at duty point shall be at least 0.5 meters less than
the minimum available NPSH. Accordingly the sump level of the intake
structure shall be provided.
8. Pumps must be suitable for operating alone or in parallel over the entire
operating range. The pumps shall operate satisfactorily at any point between
the maximum and minimum system resistance or at the end of pump
performance curve with respect to the NPSH available at the lowest
permissible sump water level.
9. The pumps shall be capable of reverse rotation up to 125% rated full speed of
the drive motor, due to backflow of water, without damage or loosening of
threaded components.
10. The specifications for flanges shall be as mentioned in the Chapter for
"Specifications of pipeline work".
11. Spare parts considered for O&M period, with the pump shall be identical to
respective pump components and shall be from original manufacturer.
12. Pumps shall run smooth without undue noise or vibration. Noise levels and
271
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
272
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
The impeller shall be an enclosed impeller, made in one piece and securely keyed on
the shaft. The installation will include means to prevent loosening of the impeller
during operation, including rotating in the reverse direction. The impeller shall be
statically and dynamically balanced to prevent vibration, as per ISO 2373.
Casing Ring
The pump shall be provided with a renewable type casing ring, to offer wearing
resistance. Hardness of the casing ring shall be 50 BHN (Brinell Hardness Number Units),
lower than the impeller.
Shaft
Single integral shaft, shall be designed to withstand the torque loads throughout the
whole range of operating conditions, for the selected particular impeller diameter as
well as all the impeller diameters covered between minimum and maximum impeller
diameters when coupled to the motor shaft through flexible coupling. The shaft design
should also include the possibility of running the pump with an electric motor of higher
power rating meant for future expansion with increased impeller diameters.
Shaft Sleeves
Replaceable shaft sleeves shall be provided to protect the shaft where it passes through
stuffing boxes. The end of the shaft sleeve assembly shall extend through the packing
gland. Shaft sleeves shall be securely locked or keyed to the shaft to prevent loosening.
Shaft and shaft sleeve assembly shall ensure concentric rotation.
Stuffing Boxes
Stuffing boxes at driving end and non-driving end shall be of such design that they can
be re-packed, without removing any part, other than the gland and lantern ring. An
axially split gland should be used to facilitate changing the gland packing. Sufficient
space shall be available for maintenance purposes.
Air Release Valves
Pump shall be provided with arrangement of valve to vent air which may get
accumulated in the pump.
Sealing
Self sealing water connections should be provided.
Flanges
Flanges shall be machined flat, with flange faces vertical and at right angles to the pump
mounting surface. Cast iron flange drilling and thickness shall conform to IS 1538, (part
IV and VI) for ID up to 1500mm and to IS 6392 for ID greater than 1500mm.
Bearings
273
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Bearings shall be either grease or oil lubricated and should absorb the radial and axial
thrusts, under all operating conditions. Anti-friction bearing shall be of standard type
and shall be selected to give 20,000 hours continuous operation at rated operating
conditions. The rise in bearing oil/grease temperature with continuous running of the
pump shall be within the allowable limits which shall not exceed 20°C for grease and
30°C for oil lubricated bearings above ambient temperature. Cooling arrangements
shall be provided if required. Bush bearings will not be acceptable.
Base plate
The common base plate for pump and motor shall be fabricated from mild steel
sections and have sufficient rigidity to resist vibration and distortion. Suitable holes
shall be provided for grouting and they shall be so located that the base will be able to
be grouted in place, without disturbing the pump and motor. All pumps and motors
shall be properly and accurately aligned, bolted and doweled to the base plate.
Adequate space shall be provided between pump drain connections and base plate for
installation of minimum 20 mm diameter drain pipe. Foundation bolts shall be
complete with nuts and flat and shake proof washers.
Coupling
A flexible pin bush type coupling shall be provided, duly bored and keyed to the pump
and motor shafts.
The coupling and the pump shafts have to be designed so that the breaking load of the
coupling system is slightly below that of the shaft.
Accessories
All specified accessories and any other standard accessories required for correct and
safe operation of the pump shall be furnished with the pumps. All incidental piping
(including valves) required for sealing, lubrication and cooling of stuffing box packing
and/or pump bearing shall be furnished by the Bidder.
A mild steel fabricated coupling guard shall be provided to provide a safeguard against
the open rotating parts of the pump and motor. Eye bolts (as many as required for
safety), shall be provided for ease of lifting and installation.
[Link]. Technical particulars
Features & Material of Construction
274
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Impeller SS (CF8M)
Shaft SS (AISI 410)
Shaft Sleeve SS (AISI 410)
Casing rings SS (CF8M, CA15)
Glands Bronze grade LTB2 of IS 318
Gland Packing Graphite Asbestos
Lantern Rings CI
Gaskets Manufacturers Standard durable.
Fasteners (Bolts) Forged Steel for Pressure Parts and Carbon Steel for
Non-Pressure Parts.
Drive data
1 Motor 415V motor, (TEFC) Squirrel cage induction motors For details
refer to Motor Specifications
[Link]. Accessories and services required to be supplied by the Bidder with
pump.
The bidder is supposed to provide at least the following accessories
• Base Plate
• Foundation Bolts
• Coupling
• Coupling guard
[Link]. Drawings and information to be provided
During detailed engineering the Bidder shall submit the following:
• Test reports, performance curves and other particulars, as required by the applicable
clauses of this specification.
275
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Instruction Manuals:
276
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
of cables, then the Bidder shall provide an adopter box for the same. The cable
termination box location shall be as per the layout drawings
[Link]. Technical parameters
1 Tentative motor details As per System Requirement
2 Type of motors Totally enclosed fan cooled (TEFC) Squirrel cage
induction motors energy efficiency class IE-3; suitable
for coupling with pump sets
3 Protection Class min. IP 55
4 Motor duty Continuous, S1
5 Supply voltage & Voltage: 415 V +10% to -15%
frequency conditions Frequency: 50 Hz +3% to -5%
Combined variation: + 10% to -15%
6 Insulation class Class ‘F’ but temperature limit to Class ‘B’
7 Frame Size Frame size should be selected keeping in view supply
voltage and frequency conditions/hot and cold starts.
8 Syn. speed As per driven equipment Max. 1500/2900RPM
9 Starting Method a) Direct on line (DOL) for small motors up to 5.5 kW
b) Star Delta for motors above 5.5 kW up to 37 KW
c) Softr Starter for motors above 37 kW. But the
motor should be designed for continuous
operation in DOL mode. Motor may be started on
DOL mode.
10 Starting Current Starting current for the motor in DOL mode, should
not be more than 600 % of the full load current.
11 Cable termination Cable termination box protection class IP 52.
details
12 Earthing conductor GI strip as per the sizes specified
13 Performance details Efficiency at full load - 90 % min.
14 Painting details Enamel paint of shade 631 as per IS 5.
• GA drawing of the each motor showing dimensional details and terminal box
details
• Motor selection details
• Motor Characteristics
• Instruction manual for installation, operation and maintenance for motors
7.4.4. SPECIFICATIONS OF MONO BLOCK PUMP SETS
277
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
These specification cover supply of ISI marked Electric Motor Driven Horizontal
Centrifugal pumping Sets of Monoblock type suitable for operation on 3 Phase, 50 HZ,
A.C. Supply 415 Volts for pumping clear cold fresh water generally conforming to IS:
9079 (amended or revised up to date) except for the provisions / specifications
mentioned herein. Various duty conditions, for which the Pumping Sets is required, are
given in Scope of Work.
The electric motor should be totally enclosed fan cooled. A.C. induction motor of
squirrel cage type with synchronous speed of 1500 RPM or 3000 RPM should be
designed manufactured & tested generally as per IS : 7538 and provision / specifications
mentioned herein for driving the pumping sets.
Monoblock pump set shall be capable to operate in the following range of voltage and
supply frequency.:
a) Voltage +6 percent to –15 percent of rated voltage
b) Frequency +3 percent to -3 percent of rated frequency
c) Any combination of (i) and (ii)
[Link]. Type / Material of Construction
PUMP
a) Casing: Gray Cast Iron of Grade FG 200 as per IS:210-1993 (amended or revised
up to date)
b) Casing ring and impeller ring (if provided): casting grade FG 200 of IS: 210 or
bronze grade of IS: 318 (amended up to date).
c) Impeller: Bronze grade of IS: 318 (amended up to date). The impeller should be
dynamically balance & eyed to the shaft passage provided through hubs, to
give hydraulic balance and also to relieve stuffing box of any untoward loads.
As an alternative providing of radial rings of appropriate size on the back of
impeller for hydraulic balancing is also acceptable.
d) Shaft Sleeve (if provided) - Bronze grade LTB-2 of IS: 318 or stainless steel
grades X 04 Cr. 12, X 12 Cr. 12 or X 20 Cr 13 of IS 6603 or IS 6911.
e) Stuffing box shall be water sealed or mechanically sealed.
f) Gland - Gray Cast Iron of Grade FG 200 as per IS: 210-1993 or Bronze grade
LTB-2 of IS: 318.
g) Bush: Bronze grade2,3 or 4 of IS 318 or nitrile cutless rubber
h) Water Thrower- Rubber (Optional).
i) The direction of rotation shall be clearly and securely marked by incorporating
an arrow on the pump set (The direction of rotation of pump set is designated
278
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
a) Pump shall be suitable for use up to suction lift as specified in Clause 9.2 of IS:
9079-2002. The offers not in consonance with this manometric suction lift are
liable to be rejected. The cavitations test shall be conducted as per IS.
b) The output motor rating shall be as per clause 14 of IS 9079:2002.
c) The prime mover shall be suitable for entire working range of pump and shall
not get overloaded.
279
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
(The overloading of the prime mover shall be that condition when the current
drawn by the prime mover exceeds the maximum permissible current limit
specified in table 6 of IS :9079:2002)
d) Tests for Electrical Performance: The monoblocks shall be tested by the
manufacturer as per Clause 11 of IS : 9079. All expenses and arrangements
thereto shall be borne and arranged by them. All the Routine tests shall be
carried out for each moonset. However, wherever there is variation of
specification from IS code the specification mentioned herein shall prevail and
any subsequent fall out due to variation in specification beyond IS code shall
also be applicable. Type test certificate of motors for moonset are also
required to be submitted to inspection authority for review.
[Link]. Drawings and information to be provided
During detailed engineering the Bidder shall submit the following:
a) General arrangement, cross-sectional and dimensional drawings/data
pertaining to selected model.
b) Complete performance curve with
• Discharge vs Head
280
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
281
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
7.6. MISCELLANEOUS
7.6.1. NUTS, BOLTS, STUDS AND WASHERS
Nuts and bolts shall be of the best quality bright steel, machined on the shank and
under the head and nut. Studs, bolts and nuts shall be galvanized. Bolts shall be of
accurate length so that only one thread shall show through the nut in the fully
tightened conditions. Nuts and bolts shall conform to IS 1363 and IS 1367.
Washers, locking devices and anti-vibration arrangements shall be provided where
necessary.
Where there is a risk of corrosion, bolts, nuts and studs shall be designed so that the
maximum stress does not exceed half the yield stress of the material under any
conditions. All bolts, nuts and screws which are subject to frequent adjustment or
removal in the course of maintenance and repair shall be made of nickel bearing
stainless steel.
The Bidder shall supply all holding down, alignment levelling bolts complete with
anchorages, nuts washers and packing required to fix the plant to its foundations, bed
plates, frames and other structural parts.
The Bidder shall procure and keep at site, reasonable excess quantities to cover
wastage of those materials which will be normally subject to waste during erection,
commissioning and setting to work.
7.6.2. GASKETS
Gaskets shall be of Nitrile rubber and ready made machined cut gaskets for respective
flange shall be used. Gaskets cut out from rubber sheet are not acceptable.
7.6.3. SUPPORT FOR PIPE WORK & VALVES
All necessary supports, saddles, fixing bolts & foundation bolts shall be supplied to
support the pipe work. Valves and other devices mounted in the pipe work shall be
supported independent of the pipes to which they connect. Wherever necessary RCC
supports shall also be provided
282
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
7.6.4. GALVANIZING
Wherever galvanizing has been specified the hot dip process shall be used. The
galvanized coating shall be of uniform thickness. Weight of zinc coatings for various
applications shall not be less than those indicated below:
(a) Fabricated steel
Thickness less than 2 mm but not less than 1.2 mm 340 gm/m2
Thickness 2 mm and above 460 gm/m2.
(b) Fasteners
Galvanizing shall be carried out after all drilling; punching, cutting bending and welding
operations have been carried out. Burrs shall be removed before galvanizing. Any site
modification of galvanized parts should be covered well by zinc primer and aluminum
Paint.
7.6.5. PAINTING
Painting of exposed ferrous surface of all items of plant shall be carried out by the
Bidder in accordance with provision in the Chapter 6 for “Specifications for Civil Works”.
Immediately on arrival at the site all items of plant shall be examined for condition of
the primer coat/finish paint applied at the Manufacturer's works and unsatisfactory
portions shall be cleaned down to the bare metal, all rust being removed, and the
surface made good with similar primer/paint.
After erection, such items which are not finish painted shall be finish painted, items
finish painted at the Manufacturer's works shall be touched up for any damaged paint
work.
No painting shall be carried out unless the item has been inspected and accepted by
Engineer in Charge or the person authorized by him. Shades of finish painting of
equipment shall be approved by Engineer-in-Charge.
7.6.6. LUBRICATION
A complete schedule of recommended oils and other lubricants shall be furnished by
the Bidder, in the operation and maintenance manuals. The number of types of
lubricants shall be kept to a minimum. In case of grease lubricated bearings for electric
motors, a lithium base grease is preferred.
The Bidder shall indicate the brand name of indigenously available equivalent lubricants
with complete duty specification, to enable the department to arrange procurement in
future. The Bidder shall furnish the schedule of quantities for each fill, frequency of
filling and annual requirement.
283
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
7.7. ERECTION
7.7.1. GENERAL
The contractor's staff shall include at least one competent erection engineer who
should be at least a graduate, to supervise the erection of the works using sufficient
skilled, semi-skilled and unskilled labour and to ensure completion of the Works on
time. The contractor shall not remove any representatives, erectors or skilled labour
from the site without the prior approval of the Engineer in Charge
The contractor's erection staff shall arrive on the site on dates to be agreed by the
Engineer in Charge who will give to the contractor advance notice in writing of the
dates on which they will be required. Before they proceed to the site, however, the
contractor shall first satisfy himself, as necessary, that sufficient material of his supply
has arrived on site so that there will be no delay on this account.
The contractor shall be responsible for setting up and erecting the equipment to the
line and level required.
7.7.2. LEVELING AND GROUTING OF MACHINERY
The pumps and motors shall be properly and accurately leveled and aligned on the
concrete plinth by means of tapered metal wedges and metal packing pieces before any
grout is poured. After correct alignment and leveling the foundation bolts shall be
nipped up to hold the machine firmly in position and it shall be the Bidder's
responsibility to check that the position is maintained after the grout has been poured
but before it sets. The grout which will contain an approved expanding agent will be
mixed and poured by the Bidder. ACC shrinkomph, grout mixer or equivalent as
approved by Engineer in Charge, is to be used for grouting.
The horizontality of base plate top shall be within 0.05 mm/metre. The base plate top
surface and pump motor box are to be blue matched to get a contact area of at least
80%.
After the grouting mixture has set, the foundation bolts shall be pulled up hard and the
alignment and level rechecked. The Engineer in Charge shall be informed at all times of
the progress of this work and when any checks on alignment and level are to be carried
284
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
out so that he may witness the checks if he so requires. The approval of the Engineer in
Charge or his intimation that the alignment or level of the machines is to his satisfaction
shall in no way relieve the Contract of his obligation under contract to properly install
and align the machines and Pipe work and shall in no way prejudice the Engineer in
Charge's rights to order rectification of any installation work later found to be
improperly carried out.
7.7.3. NAME PLATES
Each main and auxiliary item to the Plant shall have permanently attached to it, in a
conspicuous position, a name plate and rating plate, each of weather-resistance and
fire-resistance material. Upon these shall be engraved or stamped the manufacturer's
name, type and serial number of Plant, details of the loading and duty at which
designed to operate.
Details of proposed inscriptions shall be submitted to the Engineer in Charge for
approval before any labels are manufactured.
7.8. SPECIFICATIONS OF G.I. DOUBLE FLANGED PIPES FOR SOLAR
SUBMERSIBLE PUMPS / CWR VERTICAL PIPES
7.8.1. SCOPE
The scope includes manufacture and supply of Galvanized Mild Steel Tubes & Sockets
(Medium Class) to be used for water wells conforming to IS : 1239 (Amended up to
date) in nominal bore of pipes of 50-80 mm medium class. The pipes should be ISI
marked. The pipes are to be used for riser pipes for water wells to be constructed in
state of Rajasthan.
7.8.2. MATERIAL
a) General requirements relating to supply of Mild Steel Tubes shall conform to
IS: 1387-1967. The welded tubes shall be manufactured from hot rolled steel
skelp/strip conforming to IS : 10748-1995 (Amended upto date)
b) The tubes shall be Electric Resistance Welded (ERW). The height of the internal
weld fin shall not be greater than 60% of the specified wall thickness.
c) The chemical composition of the steel shall comply with Table 1 of IS:1239
(Part-1) - 2004 in ladle sample analysis. The maximum permissible variations in
case of product analysis ___ the maximum limits specified in table 1 shall be as
given in table 2 of IS 1239 (Part-1) - 2004. The analysis shall be carried out as
per IS: 228.
285
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
7.8.6. JOINTS
a) All screwed tubes shall be supplied with pipe threads confirming to IS : 654 -
1999. Gauging in accordance with IS : 8999 - 1979 shall be considered as an
adequate test for conformity of threads of IS:554 - 1999.
b) Tubes shall be supplied screwed with tapper threads.
7.8.7. TOLERANCES
The tolerance shall be permitted as per clause 9 and 11 of IS : 1239 (Part-1)
7.8.8. TESTS
a) Hydraulic test for leak tightness as an in-process test at manufacturer’s work
shall be carried out on each tube. This is a compulsory test.
b) Other tests on finished tubes shall be carried out as per clause 14 of IS:1239
(Part-1)
7.8.9. WORKMANSHIP
All pipes shall be clearly finished and reasonably free from injurious defects. The ends
shall be cleanly cut and reasonably square with axis of pipe. The tubes shall be
reasonably straight.
7.8.10. GALVANIZING
Tubes and sockets are required to be galvanized. The zinc coating on the tubes and
sockets shall be in accordance with IS-4736. Tubes, which are to be screwed, shall be
galvanized before screwing. For transportation all tubes shall be packed in accordance
with IS : 4740 – 1979.
7.8.12. MARKING
Each tube shall be marked as per clause 17 of IS:1239 (Part-1) with following minimum
requirements:
286
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
7.8.13. FLANGES :
Mild steel galvanized and forged neck flanges with parrelled threaded duly drilled of
following dimension confirming to BS-10 as per table - D suitable for use with G.I. pipes
fitting without raised jointing faced. The flanges should be proper galvanised (Bombay
Polish galvanised flanges) will be accepted
415V AC Voltage variation +10 to -15% Three Phase and neutral, 50 Hz,
System Freq. Variation +3 to -5% effectively earthed system, SC. rating of
50 kA
240V AC Voltage variation + 10% to -15 % Single phase and neutral, 50 Hz,
System Freq. Variation + 3% to - 5% effectively earthed system
The ambient temperature for design of the electrical equipment shall be 50° C.
287
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
288
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• Contractors should be of suitable silver alloy to ensure long life and the
contact system should be double break and designed to keep bounce to
the minimum. Provision for mechanically interlocking the contractors
should be available.
• The manner of removal of fixed and moving contacts should be easy. The
thermal connections preferable should be require disconnection during
contact replacement.
• The coil should be easily accessible and the coil replacement as well as the
contactor assembly should be simple without likely to pull out. Screws
should be provided with retaining arrangement.
(c) Timer
The change over from star to delta position shall be automatic and sharp
through thermal/pneumatic/electronic timer (adjustable approximately from 5
to 20 seconds or 2 to 12 seconds)
(d) Start and stop Push Button :
Shrouded and mounted on the cover.
[Link]. PAINTING
All steel work should undergo a process of degreasing pickling in acid and cold
rising. Body of feeder pillar panel should be powder coated and thickness of
coating should be minimum 75 microns.
[Link]. WIRING
The panel should be completely factory wired for the connection to the
equipment at site, wiring should be made in such a way that it is easily
accessible for observations repair work without disturbing other components
Contactor should be PVC insulated confirming to IS 694.
7.13.3. DRAWING AND DOCUMENTS REQUIRED AFTER AWARD OF CONTRACT
a) GA drawing of each panel with foundation details
b) Single line diagram for each panels
c) Schematic diagrams for various modules
d) Instruction manuals - installation, operation and maintenance of switchgear
7.13.4. INSPECTION AND TESTS
All routine tests shall be carried out on assembled switchboard/ panel at
manufacturer’s works and manufacturer’s test certificate shall be provided. All type test
certificate (not older than 3 years) conducted on similar panels to be forwarded.
Manufacturer test certificates shall be provided for all electrical equipments and meters
used in the LT Switchboard.
289
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• High voltage DC insulation pressure test between cores, each core to earth,
metal sheath or armour as applicable
• Insulation resistance test
• Core continuity and identification
• Conductor resistance test
290
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• Elongation test
• Smoke density test
• HCl gas generation test
• Anti rodent test (Presence of lead)
In addition type test certificates of cables shal be provided for review.
7.14.3. DRAWING AND DOCUMENTS REQUIRED
• Cable catalogue
7.15. SPECIFICATIONS OF SUBMERSIBLE CABLE
7.15.1. GENERAL
These specification cover the supply of three core flexible flat PVC insulated and
PVC sheathed cable for use with the submersible pumping sets inside/outside
the water for working voltage upto and including 1100 volts and current rating
as per relevant IS Code. These cables are to be used as weather proof cables
having bunched plain high conductivity copper conductor confirming to IS:8130-
1984 (amendment upto date) and insulated and sheathed with PVC compound
confirming to IS:5831-1984 (amendment upto date)
291
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
292
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
All cables shall be identified close to their termination point by cable numbers. Cable
numbers will be punched on aluminum straps, (2 mm thick), securely fastened to the
cable and wrapped around it.
Underground cables shall be provided with cable markers. These cable marker posts
shall be located at every 50 metres and every corner or change of direction.
All temporary ends of cables shall be protected against dust and moisture to prevent
damage to the insulation. While laying cables, the ends shall be taped with PVC tape.
Cables shall be handled carefully during installation to prevent mechanical injury to the
cables. Ends of cables leaving trenches shall be coiled and provided with protective
cover until the final termination to the equipment is completed.
All wall openings shall be effectively sealed after installation of cables.
For all outdoor buried cables a 3 metre diameter loop shall be provided at both ends
before termination.
Submersible cables shall be properly clamped with the pipe/ rope during lowering.
7.16.2. TERMINATION
All HT cables shall be terminated with HT cable termination kit of indoor or outdoor
type depending on the application.
All XLPE insulated cables shall be terminated using HT termination kit only
All PVC cables shall be terminated at the equipment/panel by means of double
compression type brass glands and tinned copper lugs.
All LT cable glands shall be made out of brass and shall be of double compression type.
All LT cable lugs shall be of tinned copper, crimping type.
Submersible cables shall be jointed with suitable submersible cable jointing kit duly
approved from Employer.
Power cable cores shall be identified with red, yellow and blue PVC tapes.
In case of control cables, all cores shall be identified at both ends by their terminal
numbers by means of PVC ferrules. Wire numbers shall be as per inter-connection
diagrams, to be furnished to the Bidder.
The cable shall be taken through an adequate size gland inside the panel or any other
electrical equipment.
Cable leads shall be terminated at the equipment terminals by means of crimped type
solderless connectors.
293
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• The entire earthing system shall fully comply with Indian electricity act and
rules. The Bidder shall carry out all changes desired by the electrical inspector,
in order to make the installation conform to I.E. Rules.
• Earthing shall be done as per IS:3043 with G.I. Earth plate of size 600mm x
600mm x 6.0mm by embodying 3 to 4 mtr below the ground level with 20 mm
dia. G.I. 'B' class watering Pipe including all accessories like nut, bolts, reducer
,nipple, wire meshed funnel, and C.C. finished chamber covered with hinged
type with locking arrangement C.I. Cover, C.I. Frame of size 300mm x 300mm
complete with alternate layers of salt and coke/charcoal, testing of earth
resistance as required.
• The earthing strips of LAs shall be directly connected to earth pit whereas
earthing strips of other equipments can be connected to a common earth strip.
• A disconnecting facility shall be provided for individual earth pit to check earth
resistance.
• All electrical equipment above 230 V shall be earthed at two points and
equipment 230 V and below shall be earthed at one point.
• Conductor size for connections to various equipment shall be as per the table
as follows:
Equipment Conductor Size
Motors Up to 11 kW 8 SWG GI wire
11 kW up to 22 kW 4 SWG GI wire
22 kW up to 37.5 kW 25 x 3 mm GI flat
37.5 kW to 90 kW 25 x 6 mm GI flat
90 kW to 200 kW 40 x 6 mm GI flat
Above 200 kW 50 x 10 mm GI flat
Street light pole & its junction box 8 SWG GI wire
294
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
295
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
This is an outer casing which contains the pressure responsive element and the
movement.
The gauge shall also have connecting link, connection, dial, element anchorage,
movement, pointer, Pointer stop, removable back plate, scale, shank, window, zero
adjustments etc.
Over range Protection:
A device shall be provided to protect the measuring element is the event of over
pressure and also to prevent disengagement of the movement gearing. This may be in
the form of internal stops.
Nominal diameter of gauge:
The gauge shall have 100 mm diameter dial and concentric scale.
Range of gauge:
The gauge shall have a range which shows the tube well pressure to about half of the
range.
7.18.8. MATERIAL OF CONSTRUCTION:
The material of construction shall be as per IS 3624:1987 suitable for measuring and
indicating water pressure in horizontal pipes.
7.18.9. DIMENSIONS FOR THE SHANK AND SCREWED CONNECTION:
As per IS : 3624 , 1987. The diameter shall be 3/8”.
7.18.10. SPECIFICATION OF PRESSURE GAUGES
1.0 Manufacturing Standard IS 3624 : 1987
2.0 Type Industrial, Weather Proof, Bourdon
3.0 Accuracy +1%
4.0 Pressure range 0 to 10 Kg / cm2 (as per site requirement)
5.0 Numbers 50 Nos (1 on each tube well)
6.0 Dial Size 100 mm
7.0 Case Die Cast Aluminum
8.0 Dial Display Background-White, Pressure Rate Marking-Black
9.0 Bourdon Material SS304
10.0 System SS304
11.0 Connection 10 mm (NPT)
12. Accessories Nipple, 10 mm 3 way gauge cock
296
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 8.
PRE DISPATCH INSPECTION
8.1. PRE-DISPATCH INSPECTIONS AND TESTS
The contractor shall submit a Quality Assurance Programme (QAP) for each item for
approval of Engineer-in-Charge. Actual manufacturing shall start only after approval of
QAP.
It is proposed to get the equipment and material listed in the table below, inspected
prior to dispatch for work site through third party/project consultants/departmental
engineer(s).
S. No. Equipment/Material
1. DI / HDPE Pipes
2. All type of Valves
3. All pumps and motors above 15 KW
4. All kinds of Panels
5. All kinds of Flow meters
The Contractor shall notify Engineer-in-Charge at least 2 weeks in advance for carrying
out the Pre-Dispatch inspection, and tests before the dispatch of materials. Failure to
Pre-Dispatch inspection/tests, the contractor shall be liable for all costs incurred against
such dispatches. No material scheduled or notified for pre-dispatch shall be accepted
until inspection have been successfully carried at manufacturers or other selected
premises and the inspection report has been approved by Engineer-in-Charge and he
has given consent for dispatch of material.
In addition to the pre-dispatch inspections, the Engineer-in-Charge may ask for
additional certificates from manufacturer to satisfy with the quality of material used
and for the compliance to respective standards.
For all materials and equipments not listed above, the contractor shall produce
manufacturers test certificates for material, performance, efficiencies, workmanship
and standard compliance etc. as directed by the Engineer-in-Charge, to satisfy with the
quality of the material to be received.
The Engineer-in-Charge may also ask for Pre-Dispatch inspections for any other item(s)
not shown in the list of items requiring pre-dispatch inspection, for which the
contractor shall make necessary arrangements, without any additional costs to the
Department.
297
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
inspection. The Engineer-in-Charge may also ask for repetition of some tests, even after
successful testing by the Department's representative/ representative of third party
inspection agency in his presence or in front of a third party authorized by the
Department. The contractor in such cases will co-operate and provide all necessary
facilities for re-testing, without any additional costs to the Department.
Testing of pipes shall govern with respective IS code.
298
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
inspected along with pumps at Pump manufacturer works and not inspected
separately.
299
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 9.
TESTING – COMMISSIONING AND TRIAL RUN
9.1. INSPECTION AND TEST AFTER ERECTION
In addition to the progressive supervision and inspection by the Engineer-in-Charge the
Contractor shall offer for inspection to Engineer in Charge, the complete, erected
System of the Project or its Parts on which tests are to be carried out. After such
inspection by Engineer in Charge, each equipment/subsystem shall be tested by the
Contractor in accordance with the applicable standards in the presence of Engineer in
Charge.
It is not the intent to specify herein all details about the commissioning activities.
However the commissioning checks in brief are given as guidance. The pre-
commissioning test results shall be documented for record purposes and compared
with the shop test certificates.
300
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
f) The valve chambers and their surroundings will be checked for its cleanliness.
301
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
9.6. ELECTRICAL
The contractor shall arrange to carry out All tests are as per IS Specification to the
satisfaction of the EIC. The contractor will ensure that all works connected with the line
and electrical plant have been completed correctly as per Indian Electricity Rules and
procedure. Any extra cost involved due to incompleteness of work or bad workmanship
found but subsequently, shall be set right forthwith by the contractor at his cost.
302
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
h) On load operation, starting and running load current (also observe vibrations &
temperature).
i) Operation of timer in case of star delta starters
303
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
304
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Commissioning Test:
a) Check control wiring for correctness of connections, continuity and IR values.
b) Manual operation of breaker.
c) Power closing / operating manually and electrically.
d) Breaker tripping and closing time.
e) Trip free and anti pumping operation.
f) IR Values, resistance and minimum pick up voltage.
g) Contact resistance.
h) Simultaneous closing and mechanical interlocks provided.
i) Check electrical and mechanical interlocks provided.
j) Checks on spring charging motor, correct operation of limit switch and time of
charging,
k) All functional tests.
305
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
e) Witnessed high voltage pressure tests shall not be carried out on PVC/SWAPVC
control cables, but it shall remain the responsibility of the Contractor to test
the insulation of these cables both between cores and between cores and
earth during installation with a ‘Megger’ 500 volt hand generator. The
Contractor shall test all cables after installation to ensure correct phasing out
of cores, continuity of cores sheath and armour over the whole length of the
cable.
306
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
307
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
properly earthed.
e) Insulation resistance test on wiring of each individual circuit.
308
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
no leakage is apparent and the water level does not drop more than 3 mm during the
last 48 hours, due allowance being made for evaporation losses. Throughout the 48-
hour period the water level shall be recorded every 4 hours by means of two hook and
vernier gauges approved by the Engineer-in-Charge and site as directed by him. In
addition to the foregoing visible leakages will not be accepted.
Following satisfactory completion of the tests the Contractor shall empty the structures
and dispose of satisfactorily the contents. He shall clean and disinfect the structures
and any equipment therein of all deposits left by the testing.
9.8. DOCUMENTATION
Set of documents shall be prepared and maintained by the Contractor and one set of
the latest revised documents shall always be kept at site. The following documents shall
be prepared by the Contractor:
309
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
immediately before the performance test is conducted. A request for this run, stating
duration and operating point must be made, in writing to the Engineer in Charge at
least three days before the performance test.
During the period of any test, the conditions shall be held as steady as possible,
compatible with safe and effective operation.
The power consumption of all continuously running auxiliary equipment shall also be
measured and recorded during the performance tests.
After the results of the performance tests have been submitted to and approved by the
Engineer in Charge, a summary of the test readings and the performance calculations
shall be incorporated in the final version of the Operating and Maintenance Instruction
Manuals.
9.10. COMMISSIONING
After successful checks and after erection and pre-commissioning tests, the entire
system shall be commissioned by the Contractor.
During commissioning, the Contractor shall supply all material and labour to supervise,
operate, keep in operation, adjust, test, service, repair and do all things necessary to
keep the System running to the satisfaction of the Engineer in Charge.
If any test results/operations show noticeable variation from the Specification
requirements for the System or any particular item of the System, the Contractor shall
immediately take steps to rectify the deficiency without any extra cost to Department.
Any repairs or replacement required during this period shall be done by the Contractor
at his own cost.
The operation of the system solely for the purpose of maintaining partial supply by or
on behalf of the Department shall not be taken as evidence that any work has fulfilled
the commissioning tests, or has been taken over unless the Engineer in Charge
specifically states so in writing.
310
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
operational conditions. The System commissioning shall commence after the work has
been physically completed to the satisfaction of the Engineer in Charge. The design and
operation conditions are as follows:
a) Design capacity of the pumps
b) Starting of pumps against closed/ open valves
c) Stopping of pumps after closure/ opening of delivery header valves
d) Power cut and sudden stop of all pumps under design flow conditions
e) Closing of the line valves against full static pressure
f) Operation of all valves (manual and motorised/ manual)
g) Operation of all air valves
h) Operation of level switches
i) Operation through switchgear
j) Operation of all measuring instruments
The timing of the commissioning tests will depend on the availability of power.
The Contractor shall prepare the entire system for the execution of the tests complete
with all required taps, branches with blank flanges, etc. All these provisions have to be
of a durable nature so that the tests can be repeated even after several years. He has to
provide all the equipment for the execution of the tests and for the measuring and
recording of:
a) pressure at various points within the pump station and the pipeline, precision
1m (0.1 bar)
b) overall energy efficiency of the pumping system at the prescribed flow rates
c) performance of the non-return valves
d) voltages, currents obtained in various circuits/ prime movers/variable
frequency drives
e) other tests required for the verification of the performance data of the pump
station system in conjunction with the pipeline system
f) Loss of water in mains
The Contractor may engage an institution for the execution of the required tests and
their monitoring at his own cost. The institution has to be approved by the Engineer in
Charge.
The system shall be treated as commissioned only when the entire system has been
successfully operated over a period of time as follows:
311
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• uninterrupted, continuous running for 8 hours per day for three days, at design
flow/ flow notified by Engineer-in-Charge. or
Any repairs or replacement required during this period shall be done by the Contractor
at his own cost.
The operation of the system solely for the purpose of maintaining partial supply by or
on behalf of the Department shall not be taken as evidence that any work has fulfilled
the commissioning tests, or has been taken over unless the Engineer in Charge
specifically states so in writing.
312
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
CHAPTER 10.
SPECIFICATIONS FOR OPERATION AND MAINTENANCE
10.1. GENERAL
This section of specifications applies to the specifications of materials used for
operation and maintenance, the workmanship, period for routine maintenance,
maintenance of records, and responsibilities during the defect liability period and
operation and maintenance period.
The contractor shall operate and maintain the system from as per the limits specified in
the scope of work which includes various pipelines laid under the Contract (except in-
village infrastructure which will be operated & maintained by VWSC) including all
equipments, instruments and appurtenances (the facility) for the entire period specified
in the Contract. Maintaining the flow meter and its batteries installed including
recording of its readings shall also be the part of this O&M contract. The contractor
shall maintain skilled staff and sufficient inventory of spares and material from the day
one of O&M as specified in this Document and as per good engineering practice to
ensure elimination partial / complete breakdown periods and minimization of repair /
replacement periods.
10.2. SPECIFICATIONS
The specification of materials used for repairs shall be the same as used in the original
work during execution. If not used during execution, specifications for such materials,
which were not used during construction shall be got approved by the department,
prior to commencement of operation and maintenance period and must be
incorporated in the O&M manual. Without being limited by this clause, during O&M
period, the contractor shall use appropriate material for repairs even if the material
required for such repair is not approved earlier, and no delay in repairs shall be
subjected to such limitation. But subsequent to such use of material, the contractor
shall submit proposals for the approval of the specifications of such material. The
submissions and approval of material shall be done in accordance to clause 10 of
special conditions of contract. The approved material, will subsequently form a part of
the O&M manual.
10.4. LUBRICATION
313
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
10.7. PIPELINE
The specials, pipe sections used must have thickness as per design requirement at the
point of installation and shall be coated internally and externally if specified. The rubber
gaskets/rings, nut & bolts etc. to be used shall be as per relevant specifications.
After each repair the damaged coating of pipes must be repaired and if in trench
conditions, the trench must be filled with approved soil so as to provide requisite cover.
314
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
Stretches along pipe alignments as already specified in pipe specification, fixity /thrust
blocks where cover is washed out or removed due to other reasons must be
rehabilitated so that the required cover is always maintained.
All cracks in pipe supporting structures, valve chambers and their edges must be racked,
filled and made good with cement sand mortar 1:2. Damaged outer coating / inner
lining shall be repaired as per specifications. The contractor to ensure daily patrolling of
pipe line with maintenance of log sheet for record of lekage detected and removed ,and
recording of flow data from each flowmeter at suitable interval as decided by EIC. These
data shall be made available to all control rooms daily by the incharge patrolling,
stationed at every head work.
315
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
• To keep the surrounding areas of the pumping stations free from shrubs, grass
and other vegetations.
• Be responsible for maintaining the required Power Factor at all the pumping
stations. Additional capacitor banks shall be added wherever required due to
de-rating or otherwise. Contractor shall be liable for recovery of power factor
surcharge billed by JVVNL for his failure to maintain power factor. No claim
against incentive given by JVVNL for maintaining PF above 0.95 shall be
admissible to contractor.
• Easing of doors and windows, monsoon repairs to roofs, attention to drains,
rainwater spouts attention to plinth protection.
• External white or color wash, external or internal painting, internal
distempering, within the campus.
• The frequency of repairs must not be more than as specified below:
S. Nature of Repair Frequency of
No. Repair
1) External finishing (cement based paint), Internal finishing In the 5th & 10th
(distemper) of pump houses after attending minor repairs years of O&M
such as damage to plaster, pointing, floor, Painting of
woodwork & steel works including shutters etc.
2) External finishing (distemper) after attending minor In the 5th & 10th
repairs of all ESRs years of O&M
[Link] WORKS
The Contractor shall maintain:
1. Frequency of spares used in maintenance of pump motors, valves (air-valve,
sluice valves and butterfly valves), and other equipments/ accessories and
protection against corrosion must be recorded for updating the contents of
manual.
2. Record of trouble shooting points and details of events causing troubles (break
down’s) during maintenance of pipelines, measuring equipment(s), and
accessories therein must be maintained and used for updating the contents of
manual.
3. The record of Inventory used must be maintained and the relevant portion of
O&M manual must be updated to list out the requirement of Inventory for
maintaining the system for entire O&M periods.
316
CEP PHED JODHPUR TENDER DOCUMENT FOR NIT NO. 19/2021-22
VOL-II SCOPE & SPECIFICATIONS PFBS PART-4A UNDER JJM
BOOKMARK
NN NIT no 19/2021-22
DT Date of NIT 14.12.2021
A1 Authority Chief Engineer
A2 Place Jodhpur
EC Estimated cost Rs. 188.44 Cr
EP Period of completion 21 months
DLP Defect Liability 12 months
Period
OMP O&M period 10 years (After completion of 12 Months Defect Liability Period) up
to VTC).
W work Execution of work of Pokaran Falsoond Balotra Siwana Water
Supply Project Part-4A Cluster Distribution, internal village pipe
distribution and Geo-Tagging along with construction of CWR and
Pumping Stations and providing FHTCs in 180 villages of District
Barmer etc. complete job including one year defect liability Period
followed by Operation and Maintenance for 10 years of facilities
executed up to Village Transfer Chambers under Jal Jeevan
Mission.
C1 Type of Contract Single responsibility Contract
C2 Type of Premium Percentage premium
VT Validity of tenders 90 days
H Cover page heading Execution of work of Pokaran Falsoond Balotra Siwana
Water Supply Project Part-4A Cluster Distribution,
internal village pipe distribution and Geo-Tagging along
with construction of CWR and Pumping Stations and
providing FHTCs in 180 villages of District Barmer etc.
complete job including one year defect liability Period
followed by Operation and Maintenance for 10 years of
facilities executed up to Village Transfer Chambers
under Jal Jeevan Mission.
CP Cover page Chief Engineer Project
Public Health Engineering Department,
Jodhpur (Rajasthan)
Tel: 0291-2651700 Email: rj_cejod@[Link]
SEAL CHIEF ENGINEER PROJECT
PHED JODHPUR
317