Vous êtes sur la page 1sur 97

ADDENDUM NO.

1
TO
BIDDING DOCUMENTS
FOR
REHABILITATION AND UPGRADING OF
PANJNAD BARRAGE
(CONTRACT NO. TPBIP/ICB-02)
ADDENDUM NO. 1
BIDDING DOCUMENTS FOR
REHABILITATION AND UPGRADING OF PANJNAD BARRAGE

(CONTRACT NO. TPBIP/ICB-02)

ADDENDUM NO. 1

Following revisions and additions are made to the Bidding Documents for Rehabilitation and Upgrading
of Panjnad Barrage in terms of Sub-section 8 (Amendment of Bidding Document) of the Instructions to
Bidder Section 1 of Volume No. 1: -

A. VOLUME I (BIDDING DOCUMENTS) (PART I, Section 2)

1. Refer Section 2 (Bid Data Sheet), Part C (Preparation of Bids) Sub-section ITB 10.1
Add following at the end of the description text:
and attested by the embassy of the country of origin in Pakistan
2. Refer Section 2 (Bid Data Sheet), Part D (Submission and Opening of Bids) Sub-section ITB
22.1.
Replace the deadline date for Bid submission i-e. 21st July 2017 with 10th August 2017.
3. Refer Section 2 (Bid Data Sheet), Part D (Submission and Opening of Bids) Sub-section ITB
25.1
Replace the opening date of the Technical Bids 21st July 2017 with 10th August 2017.

B. VOLUME I (BIDDING DOCUMENTS) (PART I, Section 4)

4. Refer Section 4 (Bidding Forms), Sub-section Appendix to Bid (Tables of Adjustment Data).
Replace the Table A Local Currency with the Table A attached as Annexure-A
5. Refer Section 4 (Bidding Forms), Sub-section Appendix to Bid (Tables of Adjustment Data).
Replace the Table B Foreign Currency with the Table B attached as Annexure-B
6. Refer Section 4 (Bidding Forms), Sub-section Bill of Quantities.
Replace Bill of Quantities with the Annexure-C

C. VOLUME I (BIDDING DOCUMENTS) (PART II, Section 6)

7. Refer Section 6 (Employers Requirements), Sub-section Equipment Requirements,.


Replace the number 1 (one) with 2 (two) for the following description of serial 1: Concrete
Batching Plant 30 m3/hr
8. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-2, Sub-Clause 2.2.
Add word floors, before the word abutments in the text at line 4.
9. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-5.
Add following word at the end of heading for the Clause-5: ,Diversion Roads, Deep
excavation support system
10. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-5, Sub-Clause 5.1.
Add following text at the end of the last paragraph: The Contractor shall design and
construct the roads for diversion of traffic and support system for deep excavation. The cost
related to the above obligations by the Contractor shall be covered under BoQ Item 2.1
11. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-5, Sub-Clause 5.2.

Page 1 of 22
ADDENDUM NO. 1
Add following text at the end of the first paragraph: The Contractor shall provide required
resources/labour for operation of gates for main barrage and off taking canals since
commencement of the Works up to taking over certification at his own cost.
12. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-13, Sub-Clause 13.11.
Replace the following last sentence: The Contractor shall provide security guards and
watchmen, and other personnel and facilities required for security and public safety. With
the following sentence: The Contractor shall provide security guards, watchmen and other
personnel from Government approved security agency, CCTV cameras, walk through
gates, pop-up barriers and other facilities required for security and public safety.
13. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-14, Sub-Clause 14.4.
Replace the following text in line 1 and 2 of first paragraph: The Contractor shall service
and maintain the office and laboratory facilities for the Portable Field Office cabins,
Employer and Engineer in accordance with good standards as approved by the Engineer.
With the following text: The contractor shall serve and maintain Engineers/Employers
Office and Engineers Portable Field Office Cabins in accordance with standards approved
by the Engineer
14. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-14, Sub-Clause 14.7.
Delete the words Testing Laboratories from the heading of the Sub-Clause.
15. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-14, Sub-Clause 14.10.
Delete the entire Sub-Clause and replace with text 14.10 Not Used
16. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-24, Sub-Clause 24.2.
Replace the following text in second sentence of first paragraph The film shall be of 60
minutes duration fully edited and with commentary in English language. With the following
text The films shall be of 1 minute, 5 minute and 60 minutes duration fully edited and with
commentary in English language.
17. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-25.
Replace the following text in line 3 of first paragraph: and six other items with the following
text Two Gates Repairs Items, two items for modernization of Gates Hosing System, item
for strengthening of superstructure, and item for Rehabilitation of balancing
counterweights.
18. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-31, Sub-Clause 31.7, Sub-heading (Measurement).
Replace the following list at the end of first paragraph:
"1. Couloured Progress Photographs 25%
2. One Minute (Short Film for TV advertisement 5%
3. Sixty (60) Minute (Full detailed movie) 70%
With the following list:
"1. Colored Progress Photographs 25%
2. One Minute Movie (Short Film for TV advertisement) 5%
3. Five (5) Minute Movie 10%
4. Sixty (60) Minute Movie (Full detailed movie) 60%
19. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-31, Sub-Clause 31.9.
Replace the following words in the first line of first paragraph Sub-Clause SP-13.70 with
Sub-Clause SP-14.70

Page 2 of 22
ADDENDUM NO. 1
20. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-31, Sub-Clause 31.10.
Delete the following words from the first line of first paragraph specified in sub-clause 14.70
hereof
21. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-31, Sub-Clause 31.13, SPS-5.
Replace the following words A provisional sum and from third line of first paragraph with
the word A provisional sum for.
22. Refer Section 6 (Employers Requirements), Sub-section - Specifications (Part A) Special
Provisions, Clause SP-31, Sub-Clause 31.13, SPS-5.
Add following text at the end of the first paragraph Percentage (10%) as mentioned in
particular condition of Contract Part A against provisional sums shall not be applicable.

D. VOLUME I (BIDDING DOCUMENTS) (PART III, Section 8)

23. Refer Section 8 (Particular Conditions of Contract), Part B Specific Provisions, Sub-
section Ref.GCC 4.21.
Replace the size of photographs 6 x 5 with the 10 x 8.
E. VOLUME II (TECHNICAL SPECIFICATIONS AND ENVIRONMENTAL MANAGEMENT
PLAN) Part A. CIVIL WORKS

24. Refer Section 3 (Care and Handling of Water and Diversion Road), Sub-clause 3.2 (Scope
of Work).
Add the following at serial iv. at the end of the sentence:
by providing all kind of resources required.
25. Refer Section 3 (Care and Handling of Water and Diversion Road), Sub-clause 3.2 (Scope
of Work).
Add the following at serial vii. at the end of the list:
vii. Design, construct and maintain deep excavation support system like soldier piles or
other arrangements as approved by the Engineer
26. Refer Section 6 (Cement), Sub-clause 6.1 (Scope).
Replace the words Sulphate Resistant Cement in the first line of first paragraph with
Ordinary Portland Cement
27. Refer Section 6 (Cement), Sub-clause 6.2 (Requirements).
Replace the words Sulphate Resistant Cement in the second line of first paragraph with
Ordinary Portland Cement
28. Refer Section 6 (Cement), Sub-clause 6.2 (Requirements).
Add the following paragraph after the first paragraph:
Granulated blast furnace slag may be used to cater for S.A.R (Silica Alkali Reaction) and
to reduce Heat of Hydration, substituting equal quantity of cement.
29. Refer Section 7 (Earthwork, Excavation, Filling), Sub-clause 7.7.1 (General).
Add the words including compaction after the word structures in third line of paragraph at
serial ii.
30. Refer Section 8 (Concrete), Sub-clause 8.6.14.3 (Removal of Forms).
Replace the words Sulphate Resistant Cement in the second line of second paragraph
with Ordinary Portland Cement
31. Refer Section 8 (Concrete), Sub-clause 8.6.20 (Repairing of Concrete Surfaces).
Replace the words Sulphate Resistant Cement in the third line of description at serial iii.
with Ordinary Portland Cement.
32. Refer Section 8 (Concrete), Sub-clause 8.6.26.1 (Concrete).
Replace the words 150 sq. in the third and fourth line with the following: 100 sq.

Page 3 of 22
ADDENDUM NO. 1
33. Refer Section 9 (Building Concrete under Floor Slabs and Foundations of Structures), Sub-
clause 9.2 (General).
Replace the words Sulphate Resistant Cement in the first line of description at serial iii.
with Ordinary Portland Cement.
34. Refer Section 10 (Reinforced Concrete Excluding Cost of Steel Reinforcement), Sub-
clause 10.2 (Reinforced Concrete using Sulphate Resistant Cement).
Replace the words Sulphate Resistant Cement under the title of the sub-clause with
Ordinary Portland Cement
35. Refer Section 10 (Reinforced Concrete Excluding Cost of Steel Reinforcement), Sub-
clause 10.2 (Reinforced Concrete using Sulphate Resistant Cement).
Replace the words Sulphate Resistant Cement in the first line of description at serial i.
with Ordinary Portland Cement.
36. Refer Section 10 (Reinforced Concrete Excluding Cost of Steel Reinforcement), Sub-
clause 10.2 (Reinforced Concrete using Sulphate Resistant Cement).
Replace the words Sulphate Resistant Cement in the first line of description at serial vi.
with Ordinary Portland Cement.
37. Refer Section 10 (Reinforced Concrete Excluding Cost of Steel Reinforcement), Sub-
clause 10.3 (Measurement and Payment).
Replace the words Sulphate Resistant Cement in the first line of description at serial i.
with Ordinary Portland Cement.
38. Refer Section 10 (Reinforced Concrete Excluding Cost of Steel Reinforcement), Sub-
clause 10.3 (Measurement and Payment).
Replace the words Sulphate Resistant Cement in the second line of description at serial
ii. with Ordinary Portland Cement.
39. Refer Section 10 (Reinforced Concrete Excluding Cost of Steel Reinforcement), Sub-
clause 10.3 (Measurement and Payment).
Replace the words Sulphate Resistant Cement in the third line of description at serial iii.
with Ordinary Portland Cement.
40. Refer Section 15 (Drilling and Grouting), Sub-clause 15.4.3 (Grout Materials).
Replace the words Sulphate Resistant Cement in the first line of second paragraph with
Ordinary Portland Cement.
41. Refer Section 15 (Drilling and Grouting), Sub-clause 15.7.1 (General).
Add following description at the end of the list:
Core samples from existing concrete shall be extracted and tested in laboratory as
per the instructions of the Engineer at the cost of the Contractor.
F. VOLUME II (TECHNICAL SPECIFICATIONS AND ENVIRONMENTAL MANAGEMENT
PLAN) Part B. MECHANICAL AND ELECRTRICAL WORKS
42. Refer Section 2 (General), Sub-clause 2.1 (Introduction).
In the fourth (4th) line of first paragraph, replace the words; 04 bays with the following
words: 03 bays.
43. Refer Section 2 (General), Sub-clause 2.1 (Introduction), Table (New Gate Equipment after
Modification).
Replace the following value: 4 in the last row of column 3 (No. of Bays) with the following
value: 3
44. Refer Section 2 (General), Sub-clause 2.1 (Introduction), Table (New Gate Equipment after
Modification).
Replace the following value: 54.5 in the last row of column 4 (Span) with the following
value: 60
45. Refer Section 2 (General), Sub-clause 2.1 (Introduction).
Delete the following word: (Equipment) in the third line of last paragraph
46. Refer Section 2 (General), Sub-clause 2. (Introduction).

Page 4 of 22
ADDENDUM NO. 1
Add the word: etc. after the words: and transportation in the 5th line of last paragraph.
47. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), a. (Embedded
Parts).
Add the following word: associated before the following words: civil works, in the 2nd line
of serial 1.
48. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), a. (Embedded
Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 2.
49. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), a. (Embedded
Parts).
Replace the following words in the second line of description at serial 3: up to 14 Ft. height
with the following words: up to groove height
50. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), b. (Gate Leaf
Assemblies).
Delete the following words in the first line of serial 1: check the stability of the existing gates
and.
51. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), b. (Gate Leaf
Assemblies).
Replace the following sentence at serial 6: Removal of existing rocker assemblies and
provision of new rocker assemblies as per existing design,. With the following sentence:
Rehabilitation/ Repair of rocker assemblies as per existing design.
52. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), b. (Gate Leaf
Assemblies).
Replace the word grit in the first line of serial 7 with the word sand.
53. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), c. (Hoisting
Equipment).
Add following words at the end of description at serial 1: Lifting speed of the gate shall be
1 ft./min electrically and 4 inch/min manually.
54. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the words all the bays of barrage in the second line of serial 1 with 4 bays of Left
Under-sluice
55. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the words all bays in the first line of serial 2 with 4 bays of Left Under-sluice
56. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the words all bays in the last line of serial 4 with 4 bays of Left Under-sluice

Page 5 of 22
ADDENDUM NO. 1
57. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), A. (60ft. SPAN
STONEY TYPE LEFT UNDERSLUICE GATE EQUIPMENT, 04 BAYS), e. (Credit to old
materials/equipment).
Replace the words received in the second line of serial 1 with retrieved
58. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 2nd line
of serial 1.
59. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 2.
60. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), a. (Embedded Parts).
Replace the following words in the second line of description at serial 3: up to 14 Ft. height
with the following words: up to groove height
61. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), b. (Gate Leaf Assemblies).
Delete the following words in the first line of serial 1: check the stability of the existing gates
and.
62. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), b. (Gate Leaf Assemblies).
Replace the following sentence at serial 6: Removal of existing rocker assemblies and
provision of new rocker assemblies as per existing design,. With the following sentence:
Rehabilitation/ Repair of rocker assemblies as per existing design.
63. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), b. (Gate Leaf Assemblies).
Replace the word grit in the first line of serial 7 with the word sand.
64. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), c. (Hoisting System).
Add following words at the end of description at serial 1: Lifting speed of the gate shall be
1 ft./min electrically and 4 inch/min manually.
65. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the following words in the second line at serial 1: all the bays of barrage with the
following words: 29 bays of Main Weir.
66. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the following words in the first line at serial 2: all bays with the following words:
29 bays of Main Weir.
67. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the following words in the second line at serial 3: all the bays of barrage with the
following words: 29 bays of Main Weir.
68. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Delete the description at serial 4 and rearrange the serial nos. accordingly

Page 6 of 22
ADDENDUM NO. 1
69. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Add the following words at the end of the description of serial no. 5: of Main Weir complete
in all respect
70. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the word fiber glass in the first line of serial 6 with Wooden
71. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), B. (60 ft. SPAN
STONEY TYPE MAIN WEIR GATE EQUIPMENT, 29 BAYS), e. (Credit to old
materials/equipment).
Replace the word received in the second line of paragraph with the following word:
retrieved
72. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 2nd line
of serial 1.
73. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 2.
74. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), a. (Embedded Parts).
Replace the following words in the second line of description at serial 3: up to 14 Ft. height
with the following words: up to groove height
75. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), b. (Gate Leaf
Assemblies).
Delete the following words in the first line of serial 1: check the stability of the existing gates
and.
76. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), b. (Gate Leaf Assemblies).
Replace the following sentence at serial 6: Removal of existing rocker assemblies and
provision of new rocker assemblies as per existing design,. With the following sentence:
Rehabilitation/ Repair of rocker assemblies as per existing design.
77. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), b. (Gate Leaf
Assemblies).
Replace the word grit in the first line of serial 7 with the word sand.
78. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), c. (Hoisting System).
Add following words at the end of description at serial 1: Lifting speed of the gate shall be
1 ft./min electrically and 4 inch/min manually.
79. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the following words in the second line at serial 1: all the bays of barrage with the
following words: 14 bays of Annexe Weir.

Page 7 of 22
ADDENDUM NO. 1
80. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the following words in the first line at serial 2: all bays with the following words:
14 bays of Annexe Weir.
81. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Replace the following words in the second line at serial 3: all the bays of barrage with the
following words: 14 bays of Annexe Weir.
82. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Delete the description at serial 4 and rearrange the serial nos. accordingly
83. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Add the following words at the end of the description of serial no. 5: of Annexe Weir
complete in all respect
84. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (60 ft. SPAN
STONEY TYPE ANNEXE WEIR GATE EQUIPMENT, 14 BAYS), e. (Credit to old
material/equipment).
Replace the word received in the second line of paragraph with the following word:
retrieved
85. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 2nd line
of serial 1.
86. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 2.
87. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 3.
88. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), b. (Gate Leaf
Assemblies).
Replace the word grit in the second line of serial 1 with the word sand.
89. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), b. (Gate Leaf
Assemblies).
Replace the word grit in the first line of serial 7 with the word sand.
90. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), b. (Hoisting
Equipment).
Add following words at the end of description at serial 1: Lifting speed of the gate shall be
1 ft./min electrically and 4 inch/min manually.

Page 8 of 22
ADDENDUM NO. 1
91. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), D. (PANJNAD
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 12), b. (Credit to old
material/equipment).
Replace the word received in the second line of paragraph with the following word:
retrieved
92. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), E. (ABBASIA
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 2), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 1.
93. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), E. (ABBASIA
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 2), b. (Gate Leaf
Assemblies).
Replace the word grit in the second line of serial 1 with the word sand.
94. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), E. (ABBASIA
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 2), c. (Hoisting
Equipment).
Add following words at the end of description at serial 1: Lifting speed of the gate shall be
1 ft./min electrically and 4 inch/min manually.
95. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), E. (ABBASIA
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 2), c. (Hoisting
Equipment).
Replace the word grit in the second line of serial 3 with the word sand.
96. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), E. (ABBASIA
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 TO 2), e. (Credit to old
material/equipment).
Replace the word received in the second line of paragraph with the following word:
retrieved
97. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), F. (ABBASIA LINK
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 to 6), a. (Embedded Parts).
Replace the word necessary in the second line of serial 2 with the following word:
associated.
98. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), F. (ABBASIA LINK
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 to 6), e. (Gate Leaf
Assemblies).
Delete the following words from the first line of serial 1: and Wheel Assemblies including.
99. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), F. (ABBASIA LINK
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 to 6), b. (Gate Leaf
Assemblies).
Replace the word grit with the word sand in the last line of serial 1.
100. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), F. (ABBASIA LINK
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 to 6), d. (Hoisting
Platform/Superstructure, Stairs and Railing).
Add the following words at the end of the paragraph; complete in all respect.
101. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), F. (ABBASIA LINK
CANAL HEAD REGULATOR GATE EQUIPMENT - BAYS # 1 to 6), e. (Credit to old
material/equipment).
Replace the word received in the second line of paragraph with the following word:
retrieved
102. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT).

Page 9 of 22
ADDENDUM NO. 1
Replace the title of Sub-section C NEW GATE EQUIPMENT with the following: G
NEW GATE EQUIPMENT.
103. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT).
Replace the words 04 bays in the first line of first paragraph with the following words: 03 bays.
Replace the words span of 54.4 feet in the second line of first paragraph with the following
words: Span of 60.0 feet.
104. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT), a. (Embedded Parts).
Add the following word: associated before the following words: civil works, in the 3rd line
of serial 1.
105. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT), a. (Embedded Parts).
Add following words: for side seals after the words steel bearing plates in the second
line of serial 2.
106. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT), b. (Gate Leaf Assemblies).
Replace the word grit with the word sand in the second line of serial 1.
107. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT), c. (Hoisting Equipment).
Add following words at the end of description at serial 1: Lifting speed of the gate shall be
1 ft./min electrically and 4 inch/min manually.
108. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT), c. (Hoisting Equipment).
Replace the word grit in the second line of serial 2 with the word sand.
109. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT), c. (Hoisting Equipment).
Add the following words at the end of the paragraph at serial 3: shall be provided to new
design for trouble free operation
110. Refer Section 2 (General), Sub-clause 2.2.2 (Barrage Gate Equipment), C. (NEW GATE
EQUIPMENT).
Add the following new sub-section after the sub-section d. Hoisting
Platform/Superstructure, Stairs and Railing:
e. Passage (Deck, Railing, Grating etc.)
Designing, fabrication, installation and painting of superstructure deck including hand
railing and galvanized steel grating (dimension as per site requirement) to link the Main
weir deck to new depressed bays deck and new depressed bays deck to Annexe weir deck.
Complete in all respect.
111. Refer Section 2 (General), Sub-clause 2.2.3 (Workshop Equipment).
Replace the quantity 2 Nos. of equipment at serial 1 Mobile Electric Welding Plant with
1 Nos.
112. Refer Section 2 (General), Sub-clause 2.2.3 (Workshop Equipment).
Replace the equipment description Electric Drill at serial 6 with the following: Bench
Drilling Machine
113. Refer Section 2 (General), Sub-clause 2.2.3 (Workshop Equipment).
Add the equipment following equipment at Serial No. 12, next to the equipment Mobile
Diesel Set Generator 10kVA and adjust remaining serial No. accordingly:
12. Truck Mounted Crane 1 No.
114. Refer Section 2 (General), Sub-clause 2.2.3 (Workshop Equipment).
Delete the equipment at serial 16 Blower and adjust remaining serial No. accordingly.
115. Refer Section 2 (General), Sub-clause 2.2.3 (Workshop Equipment).

Page 10 of 22
ADDENDUM NO. 1
Replace the equipment description at serial 18 Hammer Set (lbs Lbs). with the following:
Hammer set (from 0.5 lb to 6.0 lb)
116. Refer Section 2 (General), Sub-clause 2.2.5 (Basic Spare Parts).
Replace the entire table with the following table:

Sr. No. Equipment Quantity

Rubber Seals

1 Main Barrage 4 Sets

Canals 1 Set for each canal as per design requirements


2 Roller Trains for Main Barrage 5 Sets
Steel Wire ropes
Main Barrage 3 Sets
3 Canals
1 Set for each canal as per design requirements

Depress Bays 1 Set

Electric Motors for hoist

4 Main Barrage 4 No.

Canals 1 No. for each canal as per design requirements


Lubrication oil for hoist
5 250 Ltr
machines

6 Grease 150 Kg

Overrunning Clutch

7 Overrunning clutch 10 No.

Couplings

8 Main Barrage
5 Sets

Canals 1 Set for each canal as per design requirements

Nuts bolts and washers

9 Main Barrage 10 Kg for Each Type

Canals 10 Kg for Each Type

117. Refer Section 2 (General), Sub-clause 2.3 (Technical Designation).


Delete the word Chequered plates or from the first line.
118. Refer Section 2 (General), Sub-clause 2.17.3 (Operating Speed).
Replace the entire paragraph with the following paragraph: The hoisting / operating
speed for all gates shall be approximately equal to 1 ft./min electrically and 4 inch/min
manually.
119. Refer Section 2 (General), Sub-clause 2.17.5 (Shafting).
Replace Clause 1.13.4 in the first line with 2.13.4

Page 11 of 22
ADDENDUM NO. 1
120. Refer Section 2 (General), Sub-clause 2.17.6 (Electric Motor).
Add following words at the end of second paragraph: The motor shall have in built
temperature sensor with its winding.
121. Refer Section 2 (General), Sub-clause 2.20.3 (Surface Preparation).
Replace the word grit with the word sand in the fourth line of serial B.
122. Refer Section 2 (General), Sub-clause 2.20.5 (Painting Schedule), System 1: Surface
in Contact with Water.
Replace the words sharp edged grit in second column with sand blasting.
123. Refer Section 2 (General), Sub-clause 2.20.5 (Painting Schedule), System 2: Surface
exposed to air.
Replace the words sharp edged grit in second column with sand blasting.
124. Refer Section 2 (General), Sub-clause 2.20.5 (Painting Schedule), System 1: Surface
exposed to oil.
Replace the words sharp edged grit in second column with sand blasting.
125. Refer Section 2 (General), Sub-clause 2.23.1 (Installation of Embedded Parts).
Replace Clause 1.16.8 in the second paragraph with Clause 2.18.8
126. Refer Section 2 (General)
Add the following sub-clause at the end of the section:
2.25 Training
The Contractor shall provide training at levels suitable for (a)Operators and (b)
Maintenance Personnel prior to issue of taking over certificate. The proposed
schedule and programme for the training shall be submitted to the Engineer for
approval prior to training taking place. The Operation and Maintenance Manuals
shall provide the basis for training and shall be available for reference during the
training sessions. The cost of training shall be included in the respective BoQ.
The contractor shall arrange training of staff at the site of work for the following:
1. Operation and Maintenance of all types of Gates.
2. Operation and Maintenance of control equipment.
3. Operation and Maintenance of new hoisting system.
4. Precaution and care during any type of operations.
5. Periodic maintenance
6. Annual maintenance
7. Essential replacement and their duration
127. Refer Section 3 (Gate Equipment), Sub-clause 3.2.1 (60 ft. Span Stoney Gate
Equipment, 47 Bays), A. (Embedded Parts).
Replace the words upto 14.0 ft height with the following: up to groove height
128. Refer Section 3 (Gate Equipment), Sub-clause 3.2.1 (B) (Gate Leaf Assemblies)
Replace the following words in the second line of paragraph four: These rocker
assemblies shall be replaced with new stainless steel (ASTM A 240 Type 304) rocker
assemblies. The design of new rocker assembly shall be according to the existing ones
with the following: The rocker assemblies shall be rehabilitated/repaired as per existing
design.
129. Refer Section 3 (Gate Equipment), Sub-clause 3.2.1 (E) (Painting).
Replace the word grit with the word sand in the first line.
130. Refer Section 3 (Gate Equipment), Sub-clause 3.2.1 (60 ft. Span Stoney Gate
Equipment, 47 Bays), B. (Gate Leaf Assemblies).
Replace the word grit with the word sand in the last paragraph.
131. Refer Section 3 (Gate Equipment), Sub-clause 3.3.1 (Panjnad Canal Head Regulator
Gate Equipment), B. (Gate Leaf Assemblies).
Replace the word grit with the word sand in the third line of first paragraph.

Page 12 of 22
ADDENDUM NO. 1
132. Refer Section 3 (Gate Equipment), Sub-clause 3.3.2 (Abbasia Canal Head Regulator
Gate Equipment Bays # 1 to 2), B. (Gate Leaf Assemblies).
Replace the word grit with the word sand in the second line of first paragraph.
133. Refer Section 3 (Gate Equipment), Sub-clause 3.3.3 (Abbasia Link Canal Head
Regulator Gate Equipment Bays # 1 to 6), B. (Gate Leaf Assemblies).
Replace the word grit with the word sand in the second line of first paragraph.
134. Refer Section 3 (Gate Equipment), Sub-clause 3.3.4 (New Gate Equipment).
Replace the word Four 4 in the first line with the following: Three 3.
135. Refer Section 3 (Gate Equipment), Sub-clause 3.3.4 (New Gate Equipment).
Replace the words New four Fixed Wheel Gate Equipment (span of 54.5 ft wide by 15.5
ft high) with the following: New thee Fixed Wheel Gate Equipment (span of 60 feet
wide 16.5 feet high).
136. Refer Section 3 (Gate Equipment), Sub-clause (Shop Painting).
Replace the Tittle Shop Painting with I. Shop Painting.
137. Refer Section 3 (Gate Equipment), Sub-clause (Shop Painting).
Replace the word grit with sand in the first line of first paragraph.
138. Refer Section 4 (Workshop Equipment), Sub-clause 4.4 (Lath Machine), ii.
(Performance Characteristics).
Replace the serial 4. With the following:
4. Distance between centers Not less than 6.23 feet
139. Refer Section 4 (Workshop Equipment), Sub-clause 4.5 (Bench Grinder).
Add following specifications for this sub-clause:
Bench Grinder should be a Powerful 5/8 HP induction motor for heavy-duty grinding
operations. Motor runs at 3,450 rpm for high-speed material removal also have Rear
exhaust ports in wheel guards for smoother operation. Durability from rugged cast iron
base to prolong life. 12-1/2" distance between wheels for longer and larger grinding
applications. Bench grinder should have 36 grit wheel, 60 grit wheel, Eye shields, Spark
deflectors and toll reset. The Bench grinder shall be complete with manufacturing
standard equipment including but not limited to the following

Motor Power 5/8 HP


Spindle Diameter 1/2 Inches.
AMPS 4 AMPS.
Tool Length 15 Inches.
Wheel Diameter 6Inches.

140. Refer Section 4 (Workshop Equipment), Sub-clause 4.7 (Electric Drill Machine).
Replace the entire specification under this Sub-clause with the following:
Electric Bench drill Machine to be procured under these specifications with standards
accessories and two drill Bit set.
Specifications
Drilling Capacity in Steel 20MM
Morse taper in spindle MT 2
Spindle travels 130MM
Vertical adjustment of Spindle head 425MM
Pillar diameter 80MM
Distance between center of spindle and Column front 200MM
Max. Distance between spindle and table 340MM
Max. Distance between spindle and base 700MM
Table working Surface 300MM
No. of Spindle Speeds 5 Nos.
Range of Spindle Speeds (rpm) 375,700,1170,1900,3220

Page 13 of 22
ADDENDUM NO. 1
Power of Spindle drive motor 0.75kw/1HP,1425 rpm,
220Volt, AC, 50 Hz
141. Refer Section 4 (Workshop Equipment), Sub-clause 4.11 (Diesel Engine Generator Set
50 kVA).
Replace the words 50 kVA under the title of sub-clause and second line of first
paragraph with 25 kVA.
142. Refer Section 4 (Workshop Equipment), Sub-clause 4.14 (Snap-on Tool Set).
Add following sub-clause after the sub-clause 4.14:
4.14.1 A. ELECTRIC HAND DRILL MACHINE

Electric hand drill to be procured under these specifications shall be 9 Amp motor,
forcible power combines high speed with optimal torque, designed to comfortably fit in
hand for improved control with minimal vibration and shall conform to the following
specifications: -
Tool Weight 4.6lbs.
Chuck 1/2.
No Load Speed 0-850rpm.
Max Torque 416.6in-lbs.
Amps 9
Capacity Wood 2-1/8.
Capacity Steel 1/2
Capacity Hole Saw 4
Voltage 220 Volt.
Standard Accessories shall be supplied with machines.

4.14.1 B. ELECTRICAL HAND DRILL


combines high speed with optimal torque, designed to comfortably fit in hand for
improved control with minimal vibration and shall conform to the following specifications:
Rated power input 1,150 W
No-load speed 0 - 410 / 930 rpm
Power output 670 W
Rated speed 280 / 640 rpm
Rated torque 23,0 / 10,0 Nm
Max. torque 115,0 / 50,0 Nm
Drilling dia. in wood 50 / 35 mm
Drilling dia. in steel 20 / 13 mm
4.14.1 C. MAGNETIC BASE DRILL MACHINE
Electric hand drill to be procured under these specifications shall be 10 Amp Motor with
2-Speed setting provides optimal performance in a variety of applications. Quick Change
Chuck system for toll free change between Weldon Shank and keyed chuck.
Magnetic coolant bottle should be placed on either side of tool or on a work surface to
allow for a variety of tool orientations. Quick Release feed handles should be provided
tool free change of handles to either side of the tool and shall conform to the following
specifications: -
SPECIFICATION
Current 10Amp.
Cord Length (Minimum) 8FT.
No Load Speed 300/450 RPM .
Annular Cutting Capacity (Diameter) 2Inches.
Cutter Accepted 3/4 Weldon
Length of Travel 4-3/8Inches.
Tool Height 14.25 Inches.
Page 14 of 22
ADDENDUM NO. 1
Twist Bit Capacity (Diameter) 1/2 Inches.

Standard Accessories shall be supplied with machines.


4.14.1 C. PORTABLE ELECTRIC DISK GRINDER

Portable Electric Disk Grinder to be procured under these specifications shall be


Powerful 15 Amp motor for heavy duty grinding operation. Having Low-noise cooling
fan and superior overload durability, wear resistance and carbon brush life and shall
conform to the following specifications: -
Current---------------------------------------15 Amp.
Wheel Diameter-----------------------------7 Inches.
Switch Type----------------------------------Trigger.
Max. Watt Output----------------------------2300.
No-Load Speed-------------------------------8,500 RPM.
Spindle Thread--------------------------------5/8 x11
Total Length-----------------------------------18-3/16
143. Refer Section-4 (Workshop Equipment), Clause 4.15 (Measurement Payment) shall be
replaced with following new section.

5.0 MEASUREMENT AND PAYMENT


5.1 BILL NO. 10-1 EXISTING BARRAGE
Item No. A.10.1, 10.2, 10.3, 10.7, 10.8, 10.9, 10.12, 10.13, 10.15
Item No. B. 10.20, 10.21, 10.22, 10.26, 10.27, 10.28, 10.31, 10.32, 10.34
Item No. C. 10.40, 10.41, 10.42, 10.46, 10.47, 10.48, 10.51, 10.52, 10.54
Item No. D. 10.60, 10.61, 10.63, 10.64, 10.65
Item No. E. 10.69, 10.70, 10.72, 10.73, 10.74, 10.75, 10.76, 10.77, 10.78
Item No. F. 10.80, 10.81, 10.82, 10.84, 10.86, 10.87
Item No. G. 10.91, 10.92, 10.93, 10.94, 10.95
MEASUREMENT:
Measurement for payment for these items shall be by the number of Sets (as
specified in the BOQ) furnished and installed in complete conformity with the
provisions of the specification and Drawings to the entire satisfaction of the
Engineer.
PAYMENT:
Payments shall be made on the rates tendered in the Bill of Quantities for the
relevant items per Set (as specified in the BoQ) and shall comprise complete
payment for designing, preparation of detailed shop drawings, fabrication,
painting, delivery at site, installation and testing including associated civil works
as given below and approved by the Engineer:
Percentage of Tendered Amount
1. On Approval of design and drawing 10%
2. On delivery of fabricated / assembled sets at barrage site 40%
3. On installation 30%
4. On final testing of the assembled equipment 20%
5.2 BILL NO. 10-1 EXISTING BARRAGE
Item No. A.10.11, 10.18
Item No. B. 10.30, 10.37
Item No. C. 10.50, 10.57
Item No. F. 10.89
Percentage of Tendered Amount
1. On completion of 1st coat 40%
2. On completion of 2nd coat 40%
3. On final acceptance Remaining Balance

5.3 BILL NO. 10-2 NEW GATES EQUIPMENT-ADDITIONAL DEPRESSED BAYS

Page 15 of 22
ADDENDUM NO. 1
Item No. A.10.119, 10.120, 10.121, 10.122, 10.123, 10.124, 10.125, 10.126,
10.127, 10.128
Percentage of Tendered Amount
1. On Approval of design and drawing 10%
2. On delivery of fabricated / assembled sets at barrage site 40%
3. On installation 30%
4. On final testing of the assembled equipment 20%
NOTE:
BoQ items not covered above shall be measured and paid after completion of
required work / activities as per quoted rates of respective items by the bidder.

G. VOLUME II (TECHNICAL SPECIFICATIONS AND ENVIRONMENTAL MANAGEMENT


PLAN) Part B. ELECTRICAL WORKS

144. Refer Section 8 (Low Voltage Switchgear Panel(s) [Control Panel(s)]), Sub-clause 8.4
(Local Control Panel(s)).
Add the following word: and tested after the word: built in the 2 nd line of last
paragraph.
145. Refer Section 8 (LOW VOLTAGE SWITCHGEAR PANEL(S) [CONTROL PANEL(S)]),
Sub-clause 8.4.1.7 (Voltmeters).
Add the following word: or analogue, weather proof (industrial) after the word: digital
in the 1st line of first paragraph.
146. Refer Section 8 (LOW VOLTAGE SWITCHGEAR PANEL(S) [CONTROL PANEL(S)]),
Sub-clause 8.4.1.8 (Ammeters).
Add the following word: or analogue, weather proof (industrial) after the word: digital
in the 1st line of first paragraph.
147. Refer Section 10 (PVC PIPES), Sub-clause 10.4 (Measurement and Payment (Ref: Bill
No. 11 Item No. F)).
Replace at the end of the title of Sub-clause word F with G.
148. Refer Section 11 (MAIN/SUB-MAIN POWER CABLES FOR LOW VOLTAGE
SWITCHGEAR PANELS), Sub-clause 11.7 (Measurement and Payment (Ref: Bill No.
11 Item No. G)).
Replace at the end of the title of Sub-clause word G with H.
149. Refer Section 12 (JUNCTION/PULL BOX FOR MAIN AND SUB-MAIN POWER
CABLES (GATE HOISTING AND LIGHTING SYSTEM)), Sub-clause 12.1 (Scope of
Work).
Add following sentence at the end of the third paragraph: including maintenance plate
form for Junction Box where required.
150. Refer Section 12 (JUNCTION/PULL BOX FOR MAIN AND SUB-MAIN POWER
CABLES (GATE HOISTING AND LIGHTING SYSTEM)), Sub-clause 12.2
(Measurement and Payment (Ref: Bill No. 11 Item No. H)).
Replace at the end of the title of Sub-clause word H with I.
151. Refer Section 13 (EXTERNAL LIGHTING NETWORK), Sub-clause 13.5.6
(Measurement and Payment (Ref: Bill No. 11 Item No. I)).
Replace at the end of the title of Sub-clause word I with J.
152. Refer Section 14 (LUMINARIES), Sub-clause 14.6 (Measurement and Payment (Ref:
Bill No. 11 Item No. I)).
Replace at the end of the title of Sub-clause word I with J.
153. Refer Section 15 (CONTROL BUILDING), Sub-clause 15.13.1.1 (Measurement).
Replace the words per square foot (sft) with construction area complete at the end of
first line of first paragraph.
154. Refer Section 15 (CONTROL BUILDING), Sub-clause 15.13.1.2 (Payment).
Page 16 of 22
ADDENDUM NO. 1
Replace the words number of units (sft.) measured with constructed area complete
in the first line of first paragraph.
155. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.2 (Summary of Scope of Work).
Add the following sentence at the serial n) below the serial m): n) Construction of
Control Building as per specification and drawing including furnishing
156. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.4.1.4 (Control Building and Barrage Local Area Network
(LAN)), a) (Dual redundant SCADA Server).
Replace the words 16GB RAM, 2X1TB HDD (RAID Configuration), Dual power supply,
24 SXGA VDU with the following words: 64GB RAM, 2X1TB HDD (RAID
Configuration), Dual power supply, 24 1920 x 1080 VDU in the second line of second
paragraph.
157. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.4.1.4 (Control Building and Barrage Local Area Network
(LAN)), a) (Dual redundant SCADA Server).
Add following after the second paragraph:
These specifications are also applicable for the following:
Historian Server
Web Server
SCADA HMI
158. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.4.1.4 (Control Building and Barrage Local Area Network
(LAN)), d) (Engineer/Operators Workstation).
Change the heading of the Sub-clause from Engineer/Operators Workstation to
Engineer/Operator/Piezometer Workstation.
159. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.4.1.4 (Control Building and Barrage Local Area Network
(LAN)), d) (Engineer/Operators Workstation).
Replace the words 8GB RAM, 1TB HDD, 24 SXGA VDU with the following words:
64GB RAM, 1TB HDD, 24 1920 x 1080 VDU in the second line of first paragraph.
160. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.4.5 (Uninterruptable Power Supply).
Add the word redundant before the word: battery in the first line of second paragraph.
161. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.5.1.1 (General).
Add the following paragraph at the end of the Sub-Clause: All applicable software
licenses shall be procured in the name of Client
162. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.5.1.3 (Processing Units).
Add the following sentence after the first sentence in the second line of first paragraph:
The Servers shall be minimum 1-2x Intel Xeon latest version.
163. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.5.2.1 (General).
Replace the words 0 to 60 C in the sentence at serial f) with the following words: -10
to +70 C.
164. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.5.6.2 (Outdoor/Indoor Day & Night IP Networking Cameras).
Replace the description at bullet point (13) Digital Zoom: 270x Digital Zoom or higher
with the following description: Optical Zoom: 30x or higher
165. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Sub-clause 16.5.8.2 (Instrumentation System).
Page 17 of 22
ADDENDUM NO. 1
Add the following sentence at the end of first paragraph: The complete system shall be
on line data acquisition with immediate alarming in the Control Room if any piezometer
reading goes out of range.
166. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
Serial No. A / (1) Programmable Logic Controller (PLC), Under the column Required
value (minimum) at Sr. No. 27, substitute 570 C with 70 C
167. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
At Serial No. A / (2) Servers and Workstations, Under the column Required value
(minimum) at Sr. No. 10: Add 64 GB RAM
168. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
At Serial No. A / (4) Operator Terminal, Under the column Required value (minimum)
at Sr. No. 7: Replace 16GB with 64GB
169. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
Replace the title at Serial No. A / (5) 80 LED VDU with the following:80 LED VDU
AND MIMIC SCREEN.
170. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
At Serial No. A / (5) 80 LED VDU, Under the column Required value(minimum) at
Sr.No.4, Add UHD 4k
171. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
Serial No. B/ (1) Water Level Sensor (Ultrasonic), Add the following row after serial 19
Sr. No. Parameter Typical Required Value Offered
Value (minimum) value
20 Operating -10 C to 70 C
Temperature

172. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM


(MCTS)), Schedule of Technical Data.
At Serial No. D / (1): Outdoor/Indoor Day and Night IP Networking Camera, under the
column Required value (minimum) at Sr. No.15, replace HDTV 4K with UHD 4k
173. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM
(MCTS)), Schedule of Technical Data.
At Serial No. D / (1): Outdoor/Indoor Day and Night IP Networking Camera, Add
following two rows after Sr.No.26:

Sr. No. Parameter Typical Required Value Offered


Value (minimum) value
27 Optical Zoom 30x minimum

28 Optical Image Yes


Stabilization

174. Refer Section 16 (MONITORING, CONTROL AND TELECOMMUNICATION SYSTEM


(MCTS))
The Drawing of SCADA is attached as Annexure D

H. VOLUME II (TECHNICAL SPECIFICATIONS AND ENVIRONMENTAL MANAGEMENT


PLAN) - ENVIRONMENTAL MANAGEMENT PLAN (EMP)

175. Refer List of Abbreviations,

Replace EU and GRC with following;


Page 18 of 22
ADDENDUM NO. 1
ESU Environmental Social Unit

GRC Grievance Redress Cell

176. Refer Figure 4,


Replace the existing Figure 4 with Annexure E.
177. Refer Section 4.2 (Project Organizational Structure), (ii) (Environmental and Social Unit
(ESU) of PMO).
Replace the entire text under the serial (ii) with the following:
ESU will function in coordination with the Construction Supervision Consultants
(CSC) and will receive reports from them on behalf of PMO
ESU will receive reports from the CSC and finalize it according to Bank standard,
then submit periodical Progress and Monitoring Reports to all stakeholders as per
their schedules. In this task, they will seek assistance/guidance from CSC as and
when required.
178. Refer Section 4.2 (Project Organizational Structure), (iv). (Contractor).
Replace 2nd sentence with following;
It is Contractor responsibility to prepare and obtain approval of Site Specific
Environmental Management Plan (SSEMP) from CSC and PMO before start of the
construction activity.
179. Refer Table 1 (Guidelines for Mitigation Measures Plan).
Delete last column (cost) from table 1
180. Refer Table 1 Guidelines for Mitigation Measures Plan, third column (Description)
In second sentence replace Construction of bypass gated weir with additional
depressed bays
181. Refer Table 1 Guidelines for Mitigation Measures Plan, 4th column Measures/Actions,
Para 1.7
Replace the words 15 cm top soil with 30 cm top soil
Refer Table 1 Guidelines for Mitigation Measures Plan, serial 2, column 3.
Replace the text under description at serial 2 with the following:
New roads will require providing the access to the contractors facilities i.e. batching
plant, material yard, labour camp etc. The general mobility of local community, their
livestock as well as their business activities and clientele in and around the construction
area may be hindered.
182. Refer Section 6 (Monitoring Plan), Sub-clause 6.1 (Types of Monitoring), iv. Third Party
Monitoring/Environmental Audit Annually.
Replace the word PMO in the third line of first paragraph with the word the Contractor.
183. Table 2 Environmental Monitoring Plan for the Construction and Operational Phases
Sr. No. 1, under Col. Monitoring Parameters add (PM-02) after (PM-10)
Sr. No. 6, under Col. Frequency of Measurement replace once a week with daily
Sr. No. 14 and 15, under Col. Frequency of Measurement replace existing with at the
beginning of construction and during construction phase (on monthly basis)
184. Section 12 (Illustrated Traffic Management Plan), Barrage Structural Repair Work.
Replace the words construction of bridge with repair of bridge in the last line of first
paragraph.
185. Section 12 (Illustrated Traffic Management Plan), Complete Closure of the Road.
Delete first paragraph
186. Section 12 (Illustrated Traffic Management Plan), Sub-clause 12.1 (Proposed Traffic
Routes for Transportation of Material).
Add following text at end of the sub-clause:

Page 19 of 22
ADDENDUM NO. 1
Construction materials mentioned above should fulfill technical requirement/detail
stipulated under Technical Specification Civil
187. Section 14 (Health, Safety and Environment (HSE) Plan, Sub-clause (Emergency
Response Plan).
Add following text before start of first paragraph:
The Plan will be prepared by the Contractor and approved by the CSC.
188. Section 15 (Tree Plantation Plan), Sub-clause.
Delete the 3rd, 4th and 5th line related to public park from second paragraph of the sub-
clause.
189. Section 19 (Cost Estimate for EMP Implementation).
Add following text at the end of the first paragraph:
The Contractor will give a detailed break up of HSE implementation cost under the head
Implementation of Environmental Management Plan (EMP) provision for Health,
Safety and Environment measures included in the Contract under BOQ item 1.7. No
additional cost shall be paid to the Contractor other than quoted under related BOQ
item.
190. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Environmental Audit Cost.
Replace the title of the sub-clause with Environmental Audit
191. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Environmental Audit Cost.
Replace the entire text under the sub-clause with the following:
Two environmental Audit will be carried out by an independent consultant hired by the
Client.
192. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Training Cost.
Replace the title of the sub-clause with Training
193. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Plantation/Environmental Improvement Cost.
Replace the title of the sub-clause with Plantation/Environmental Improvement
194. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Plantation/Environmental Improvement Cost.
Replace the words four new bays in the first sentence with three new bays.
195. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Plantation/Environmental Improvement Cost.
Replace the last sentence of paragraph with the following;
New plantation should be undertaken near the area cleared of vegetation for project
execution and in this regard the contractor will plant 30,000 (at least 3 to 4 height) trees
of various locally available species on available space in and around project area as
directed by CSC.
196. Section 19 (Cost Estimate for EMP Implementation), Sub-clause 19.1 (Environmental
Effects Monitoring), Public Park Development.
Delete the entire text under the heading Public Park Development.
197. Section 20 (Contractors Obligation), Sub-clause (Adjustment with unstable locations
appearing during construction especially the foundation).
Delete the entire text under the heading Adjustment with unstable locations appearing
during construction especially the foundation.
I. VOLUME III (TENDER DRAWINGS)

198. Existing List of Tender Drawings (6 Pages) to be replaced by the Amended List of
Tender Drawings (5 Page) included in the Annexure F of Addendum No. 1.

Page 20 of 22
ADDENDUM NO. 1
199. Following Drawings shall be replaced, added and deleted as included in Annexure F of
Addendum No.1

*Old **New
Count Drawing No.
Sr. No. Sr. No.
Replacement (44 No. of Drawings)
1 14 14 PB-TD-CIV-05
2 15 15 PB-TD-CIV-06
3 16 16 PB-TD-CIV-06A
4 17 17 PB-TD-CIV-06B
5 18 18 PB-TD-CIV-06C
6 19 19 PB-TD-CIV-06D
7 20 20 PB-TD-CIV-07
8 21 21 PB-TD-CIV-07A
9 22 22 PB-TD-CIV-07B
10 23 23 PB-TD-CIV-08
11 24 24 PB-TD-CIV-09
12 25 25 PB-TD-CIV-09A
13 26 26 PB-TD-CIV-09B
14 46 45 PB-TD-STR-01
15 47 46 PB-TD-STR-02
16 48 50 PB-TD-STR-03
17 49 51 PB-TD-STR-04
18 50 52 PB-TD-STR-05
19 51 53 PB-TD-STR-06
20 52 54 PB-TD-STR-07
21 53 55 PB-TD-STR-08
22 54 56 PB-TD-STR-09
23 55 57 PB-TD-STR-10
24 61 64 PB-TD-STR-16
25 64 71 PB-TD-MECH-01
26 65 72 PB-TD-MECH-02
27 66 73 PB-TD-MECH-03
28 67 74 PB-TD-MECH-04
29 68 75 PB-TD-MECH-05
30 69 76 PB-TD-MECH-06
31 70 77 PB-TD-MECH-07
32 71 78 PB-TD-MECH-08
33 72 79 PB-TD-MECH-09
34 73 80 PB-TD-MECH-10
35 74 81 PB-TD-MECH-11
36 75 82 PB-TD-INS-01
37 76 83 PB-TD-INS-02
38 77 84 PB-TD-INS-03
39 78 85 PB-TD-INS-04
40 79 86 PB-TD-INS-05
41 80 87 PB-TD-INS-06
42 149 149 PB-TD-BUILD-42A
43 150 150 PB-TD-BUILD-42B
44 155 155 PB-TD-BUILD-46
Addition (8 No. of Drawings)
1 47 PB-TD-STR-02A
2 48 PB-TD-STR-02B
3 49 PB-TD-STR-02C
4 63 PB-TD-STR-15A
Page 21 of 22
ADDENDUM NO. 1
*Old **New
Count Drawing No.
Sr. No. Sr. No.
5 65 PB-TD-STR-16A
6 66 PB-TD-STR-16B
7 67 PB-TD-STR-16C
8 68 PB-TD-STR-16D
Deleted (8 No. of Drawings)
1 45 PB-TD-CIV-30
2 99 PB-TD-BUILD-01
3 100 PB-TD-BUILD-02
4 101 PB-TD-BUILD-03
5 114 PB-TD-BUILD-08
6 115 PB-TD-BUILD-09
7 116 PB-TD-BUILD-10
8 117 PB-TD-BUILD-11
*as per issued bidding document
**as per Addendum No. 1 to issued Bidding Document

Page 22 of 22
ANNEXURE A
TABLES OF ADJUSTMENT DATA
(TABLE A LOCAL CURRENCY)
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage Single-Stage: Two-Envelop

Appendix to Bid ADDENDUM NO. 1


Tables of Adjustment Data

Table A - Local Currency


Base Value Bidders Bidders **
Index Index
Source of Index Local Currency Proposed
Code Description and Date * Amount Weighting

a Nonadjustable a:
0.40

b Labour Intercity Consumer b:


Price
(0.10 to 0.14)
Monthly Review on
Price Indices by
Pakistan Bureau of
Statistics

c Ordinary Portland Intercity Consumer c:


Price
Cement *** Monthly Review on
(0.07 to 0.09)
Price Indices by
Pakistan Bureau of
Statistics

d Fuel (High Speed OGRA/ d:


Diesel)
Pakistan State Oil (0.12 to 0.16)

e Iron Bars Intercity Consumer e:


Price
(Reinforcing Steel) (0.10 to 0.14)
Monthly Review on
Price Indices by
Pakistan Bureau of
Statistics

f Maintenance of General Consumer g:


Price Index of
Contractors Pakistan Bureau of
Equipment & Plant (0.08 to 0.12)
Statistics

General Consumer
g Miscellaneous Price Index of h:
Material and Plant Pakistan Bureau of
(0.02 to 0.06)
Statistics

Total 1.00

* Base Value to be entered by the Bidder in Column 4 shall be the Base Cost published by the specified source on the Base Date (i.e. 28 days
prior to the latest date for submission of the Bid) for each index for district Muzzafargarh. If the rate published by Pakistan Bureau of Statistics
(PBS), Government of Pakistan in Monthly Review on Price Indices for any indices is higher than the inserted rate, the published rate will then be
taken as the base rate. The index to apply shall be that for the month as stated in the relevant table.

** The sum of all weightings for adjustment quoted by the bidder should equal one (1.0). As guidance to the bidders and for the purpose of
checking their submissions, the Employer has estimated and provided a range of acceptable weightings for related major construction inputs in
accordance with the potential range of construction methodologies, based on estimated cost in a common currency.
If no weighting against some index is entered by the bidder in Column 6, the weighting relevant to that type of work shall be added to
the non-adjustable portion.

*** Ordinary Portland Cement (OPC) shall represent all types of cement as well as slag.

Note: Source of Index is Monthly Review on Price Indices for Muzaffargarh District issued by Pakistan Bureau of Statistics,
Government of Pakistan.

Section 4 Bidding Forms 4-29


ANNEXURE B
TABLES OF ADJUSTMENT DATA
(TABLE B FOREIGN CURRENCY)
4-30 Section 4. Bidding Forms

Table B - Foreign Currency ADDENDUM NO. 1


Name of Currency: .............................................................................................
If the Bidder wishes to quote in more than one foreign currency, this table should be repeated for each foreign
currency.

Bidders * Bidders
Index Code Index Description Source of * Base Value * Currency in
Equivalent * Proposed
Index and Date in FC1 Weighting
Type/Amount
Nonadjustable
a a:
0.40
Labour
b b:
(0.14 to 0.16)
Maintenance of
c Contractors c:
Equipment & Plant (0.12 to 0.16)
Miscellaneous
d Material and Plant d:
(0.14 to 0.22)
Structural Steel
e e:
(0.10 to 0.16)

Total 1.00

NOTE:

Base Value to be entered in Column 4 shall be the Base Cost published by the specified source on the Base Date (I.e. 28 days prior to the last date
of submission of bid) for each index.

* To be entered by the bidder. In case, no data is provided by the bidder, it will be inferred that the bidder is not interested in price adjustment
for foreign currency and in that case, the pertinent weighting shall be added to the non-adjustable portion.

** In case, no foreign labor/ staff is physically working at site, the bidders proposed weighting shall be added to the non-adjustable portion..

Single-Stage: Two-Envelope Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage
ANNEXURE C
BILL OF QUANTITIES
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL OF QUANTITIES (ADDENDUM NO. 1)


SUMMARY

Bill Amount (PKR)


Description
No. In Figures In Words

1 General Items
Care and Handling of Water for Works including Coffer Dam with
2
Diversion road
3 Repairing of Existing Barrage and Deck Slab

4 Strengthening of Left and Right Guide Banks

5 Removing Bela from U/S Barrage (DELETED) 0 ZERO

6 Additional Depressed Bays


Rehabilitation of Head Regulator of Panjnad Canal, Abbasia Canal and
7
Abbasia Link Canal
8 Rehabilitation of Infrastructure and Buildings

9 Instrumentation, Control and Telecommunication System Works

10 Mechanical Works

11 Electrical Works

Subtotal of Bills excluding Provisional Sums [A]

12 Total for Daywork (Provisional Sum) [B]

13 Specified Provisional Sums [C] 705,000,000

14 Provisional sum for physical contingencies [D] 150,000,000

Bid Price (A+B+C+D) carried forward to Form of Bid


Note: All Provisional Sums are to be expended in whole or in part at the direction and discretion of the Engineer in accordance with Sub-Clause 13.5 of GCC.

Section 4 Bidding Forms 4-29


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 1 - GENERAL ITEMS

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Construct and furnish Engineer's /


1.1 Employer's Field Office as per drawings. Sft 5,500

Construct Temporary dormitories blocks


1.2 for Engineer's staff as per drawings. Sft 6,400

Construct Boundary wall with steel gates


1.3 complete in all respects as per drawings. Lft 800

Maintain Engineer's/Employers Field


1.4 Office. Months 36

Provide, furnish, service and maintain


Engineer's portable Field Office cabins Cabin-
1.5 108
(rental) 3 No for 36 months Months

Progress Photographs and Digital Video


documentary. Complete from Lump
1.6 1
commencement upto Completion of Works Sum

Implementation of Environmental
Management Plan (EMP), provision for
1.7 health, safety and environment measures Months 36
included in the contract.

Total Bill No. 1

Section 4 Bidding Forms 4-30


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 2 - CARE AND HANDLING OF WATER FOR WORKS INCLUDING COFFER DAM WITH DIVERSION ROAD

Rate
Item Amount
Description Unit Quantity
No. (PKR)
In Figures In Words

Care and Handling of Water during


construction period for all types of Works
including dewatering, and restriction of the fine
material movement from existing bays to the Lump
2.1 1
depressed bays while dewatering, stability of Sum
existing structure, working pads, construction
of coffer dams for river diversion and
construction of diversion roads.

Total Bill No 2

Section 4 Bidding Forms 4-31


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 3 - REPAIRING OF EXISTING BARRAGE AND DECK SLAB

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

A Removal of silt, Raking and washing, Drilling and Grouting of Existing floor
Removal of deposited soil from barrage floor
3.1 including its disposal complete in all respect as 1000 Cft 1,952
directed by the Engineer
Raking and washing of surface area of
3.2 concrete floor complete in all respects as 100 Sft 6,508
directed by the Engineer
Condition survey of barrage floor including
arrangement of geophysical investigations (as
per specification) to assess the void and
3.3 cavities within the mass of barrage concrete Lump Sum 1
and beneath the floor complete in all respect
and in approved grid and pattern as directed
by the engineer.
Drilling for grouting 2" dia holes in concrete as
3.4 Lft 2,500
per drawings and specifications.
Drilling for grouting 2" dia holes in soil as per
3.5 Lft 477
drawings and specifications
Grouting cavities under the floor and voids in
3.6 100 Cft 47
concrete. (with contact grout material)
Grouting cavities under the floor. (with sand
3.7 100 Cft 77
material)
Sub Total A

B Repairs of Existing Floor of the Barrage


Sealing of cracks including fine, medium and
large openings with cementitious grout
3.8 Cft 6,019
complete in all respects as per drawing and/or
as directed by the Engineer.

Section 4 Bidding Forms 4-32


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Supplying and filling non-shrink epoxy grout in


3.9 the cracks complete in all respects as per Cft 80
drawing and/or as directed by the Engineer.

Existing floor concrete surface to be


roughened by sand blasting deleterious
concrete to be removed by chipping hammer,
3.10 high pressure washing for cleaning the 100 Sft 6,508
roughened surface and disposal of loose
material as per drawing and directed by the
Engineer.
Providing and fixing # 4 dia bar filled with non-
shrink epoxy grout including drilling etc.
3.11 No 73,220
complete in all respects as per drawing and
directed by the Engineer.
Provide, fabricate and install mild steel
reinforcement (grade 60 deformed bars) for
concrete, including cutting, bending, laying in
position, making joints and fastening including
3.12 100 Kg 10,332
cost of binding wires, chair supports, wastage
and labour charges for binding of steel
reinforcement, also includes removal of rust,
oil and other deleterious material from bars.
Providing and Laying Reinforced concrete
4000 psi using coarse and screened graded
and washed aggregate, in required shape and
design, including forms moulds, shuttering,
3.13 100 Cft 3,254
lifting, compacting, curing, rendering and
finishing of exposed surface, complete (but
excluding the cost of steel reinforcement, its
fabrication and placing in positioned).
Sub Total B

Section 4 Bidding Forms 4-33


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

C Extension of D/S Barrage Floor


Dismantling of plain concrete including its
3.14 disposal outside river bed as directed by the 100 Cft 2,206
Engineer
Dismantling of stone wire crates/trungers in
silted condition including its disposal outside
3.15 100 Cft 6,178
river bed as directed by the engineer, including
dismantling of existing overlay concrete.
Supplying, filling and compacting (90%
3.16 modified density) suitable well graded material 100 Cft 4,880
under the floor as directed by the Engineer.
Plain cement concrete, 1500 psi including
placing compacting, finishing and curing
(including screening and washing of stone
3.17 aggregate) in required shape and design, 100 Cft 805
including moulds, shuttering, lifting,
compacting, curing, rendering and finishing of
exposed surface, complete in all respects.
Existing concrete surface to be roughened by
sand blasting or deleterious concrete to be
removed by chipping hammer, high pressure
3.18 100 Sft 109
washing for cleaning the roughened surface
and disposal of loose material as per drawing
and as directed by the Engineer.
Providing and fixing anchor bar # 6 dia, upto
3.19 1.5 ft long filled with epoxy cement slurry No 1,568
including drilling etc.

Providing and fixing external water stopper


3.20 with all accessories for High water pressure or Lft 3,128
Equivalent Approved System.

Providing and installing AU 20 Steel Sheet


3.21 Piles or equivalent including driving and Kg 1,063,359
interlock sealing, complete in all respects.
Section 4 Bidding Forms 4-34
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Providing and embedding 9" wide PVC water


3.22 stop Type-A with central bulb and two side Lft 8,248
dumbles as shown on drawings.
Supplying and fixing dowel bars in steel pipes
1.25 dia gap filled with expanded
3.23 polystyrene/grease and 3/4 dia MS Grade-40 No 1,113
tie rod as shown on the drawings for
contraction joints.
Provide, fabricate and install mild steel
reinforcement (grade 60 deformed bars) for
concrete, including cutting, bending, laying in
position, making joints and fastening including
3.24 100 Kg 22,282
cost of binding wires, chair supports, wastage
and labour charges for binding of steel
reinforcement, also includes removal of rust,
oil and other deleterious material from bars.
Providing and Laying Reinforced concrete
4000 psi using coarse and screened graded
and washed aggregate, in required shape and
design, including forms moulds, shuttering,
3.25 100 Cft 9,825
lifting, compacting, curing, rendering and
finishing exposed surface, complete (but
excluding the cost of steel reinforcement, its
fabrication and placing in positioned).
Bitumen coating two coats to concrete surface
3.26 using 20 lbs per 100 sft in contraction joints Sft 18,920
and others.
Supplying and fixing elastic type joint sealant
3.27 Lft 8,248
1 x 1 as shown on the drawings.
Providing and laying inverted filter under
3.28 100 Cft 4,066
concrete blocks and between 2" wide gaps
Precast plain cement concrete blocks (3000
psi) including cost of templates, lifting hooks,
3.29 100 Cft 6,068
chamfering, handling, transporting and laying
in position as per drawing

Section 4 Bidding Forms 4-35


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Providing and laying dry, hand packed stone


apron as per drawing or as directed by
3.30 100 Cft 14,311
Engineer, including carraiage from quarry to
site.
3.31 Credit of Dismantled material Lump Sum 1

Sub Total C

D Providing a Row of Steel Sheet Pile at the start of upstream floor (Left Undersluice)
Dismantling of plain concrete including its
3.32 disposal outside river bed and as directed by 100 Cft 21
the Engineer
Providing and installing AU 20 Steel Sheet
3.33 Piles or equivalent including driving, interlock Kg 64,156
sealing, complete in all respects.
Plain cement concrete, 1500 psi including
placing compacting, finishing and curing
(including screening and washing of stone
3.34 aggregate) in required shape and design, 100 Cft 3
including moulds, shuttering, lifting,
compacting, curing, rendering and finishing of
exposed surface, complete in all respects.
Groove formation 3" deep in existing RC Floor
3.35 for fixing the MS plate as per drawing and Lft 261
directed by the Engineer
Existing floor concrete surface to be
roughened by sand blasting or deleterious
concrete to be removed by chipping hammer,
3.36 high pressure washing for cleaning the 100 Sft 21
roughened surface and disposal of loose
material as per drawing or directed by the
Engineer.
Providing and fixing MS Plate 1/4" thick and 5"
3.37 wide between New and old concrete as per 100 Kg 176
drawing or directed by the Engineer

Section 4 Bidding Forms 4-36


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Providing, fabricating of mild steel


reinforcement (grade 60 deformed bars) for
concrete, including cutting, bending, laying in
position, making joints and fastening including
3.38 100 kg 175
cost of binding wires, chair supports, wastage
and labour charges for binding of steel
reinforcement, also includes removal of rust,
oil and other deleterious material from bars.
Providing and laying reinforced cement
concrete 4000 psi using coarse and screened,
graded and washed aggregate, in required
shape and design, including moulds,
3.39 shuttering, lifting, compacting, curing, 100 Cft 68
rendering and finishing of exposed surface,
complete (but excluding the cost of steel
reinforcement, its fabrication and placing in
position, etc.).
Sub Total D
E Construction of New Reinforced Concrete Divide Wall (Left side) and Dismantling of Upstream part of Existing Divide Wall
Dismantling of stone Gabian including cutting
3.40 of wire crates and stacking of material as 100 Cft 739
directed by the Engineer.
Dismantling of stone apron in silted condition
3.41 including its disposal and stacking as directed 100 Cft 540
by the Engineer.
Dismantling of plain concrete including its
3.42 disposal outside river bed as directed by the 100 Cft 26
Engineer.
Dismantling of Reinforced Concrete Wall
3.43 including its disposal as directed by the 100 Cft 906
Engineer.
Dismantling of existing well (Brick work)
3.44 including its disposal as directed by the 100 Cft 29
Engineer.
Section 4 Bidding Forms 4-37
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Unclassified Excavation according to lines and


grades as shown on the Drawings including
3.45 1000 Cft 355
disposal and stockpiling of unsuitable material
to a site as directed by the Engineer.
Existing floor concrete surface to be
roughened by sand blasting or deleterious
concrete to be removed by chipping hammer,
3.46 high pressure washing for cleaning the 100 Sft 3
roughened surface and disposal of loose
material as per drawing and as directed by the
Engineer.
Providing and fixing tricosal DA 320 K
3.47 Tricomeer water stopper for High water Lft 20
pressure or equivalent approved
Providing and fixing tricosal DA 320 KF
3.48 Tricomeer water stopper for High water Lft 54
pressure or equivalent approved
Providing and fixing sika water bar DR-21
3.49 water stop for High water pressure or Lft 200
equivalent approved
Providing and installing AU 20 Steel Sheet
3.50 Piles or equivalent including driving, interlock Kg 399,732
sealing, complete in all respects.
Plain cement concrete, 1500 psi including
placing compacting, finishing and curing
(including screening and washing of stone
3.51 aggregate) in required shape and design, 100 Cft 87
including moulds, shuttering, lifting,
compacting, curing, rendering and finishing of
exposed surface, complete in all respects.
Providing and laying reinforced concrete 3000
psi using coarse and screened graded and
3.52 washed aggregate, in required shape and 100 Cft 281
design, including forms molds, shuttering ,
lifting, compacting, curing, rendering and

Section 4 Bidding Forms 4-38


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

finishing exposed of surface, complete (but


excluding the cost of steel reinforcement, its
fabrication and placing in positioned).
Provide, fabricate and install mild steel
reinforcement (grade 60 deformed bars) for
concrete, including cutting, bending, laying in
position, making joints and fastening including
3.53 100 kg 8,194
cost of binding wires, chair supports, wastage
and labour charges for binding of steel
reinforcement, also includes removal of rust,
oil and other deleterious material from bars.
Providing and embedding 9" wide PVC water
3.54 stop Type-A with central bulb and two side Lft 960
dumbles as shown on drawings.
Providing and laying reinforced concrete 4000
psi using coarse and screened graded and
washed aggregate, in required shape and
design, including forms molds, shuttering,
3.55 100 Cft 2,729
lifting, compacting, curing, rendering and
finishing exposed of surface, complete (but
excluding the cost of steel reinforcement, its
fabrication and placing in positioned).
Providing and fixing GI pipe railing 2" dia as
3.56 Lft 1,930
per drawing - 3 rows of pipes over divide walls
Providing and laying inverted filter under
3.57 100 Cft 231
concrete blocks
Precast cement concrete blocks (3000 psi)
including cost of templates, lifting hooks,
3.58 100 Cft 923
chamfering, handling, transporting and
installation in position as per drawing
Providing and laying dry, hand packed stone
apron as per drawing and as directed by the
3.59 100 Cft 3,460
Engineer including carriage from approved
quarry to site.
3.60 Credit of Dismantled material Lump Sum 1
Section 4 Bidding Forms 4-39
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Sub Total E

F Carpeting on Existing Deck Bridges


Providing and laying 3" thick plant premixed
asphalt concrete including tack coat,
compaction and finishing to required camber,
3.61 100 Sft 961
grade and density as per
specifications/drawing and as directed by the
Engineer.
Sub Total F

Total Bill No 3 (Sum A+B+C+D+E+F)

Section 4 Bidding Forms 4-40


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 4 - STRENGTHENING OF LEFT and RIGHT GUIDE BANK

Item Rate
Description Unit Quantity Amount
No. In Figures In Words
Borrow pit excavation in ordinary soil for
embankment from the areas up to any lead
and any lift including ploughing and mixing
with blade grader or disc harrow or other
4.1 suitable equipment and compaction by 1000 Cft 4,317
mechanical means and moistening to
optimum moisture contents and dressing to
designed section, complete in all respects for
90% maximum Modified dry density.
Providing and laying graded filter (crushed
stone) under spall layer as per drawings and
4.2 100 Cft 974
specifications for stone pitching including
carriage from approved quarry to site.
Providing and laying stone pitching for top
layer on slope including handling of material
4.3 100 Cft 2,784
as directed by the Engineer including carriage
from approved quarry to site.
Providing and laying shingle on top of Bank as
per drawings including handling of material as
4.4 100 Cft 1,472
directed by the Engineer including carriage
from approved quarry to site.
Earthwork excavation upto required level
4.5 including disposal of material upto any lead 1000 Cft 98
and lift as directed by the Engineer.
Rehandling of suitable excavated earth
including compaction of earthwork with power
road roller, including ploughing, mixing,
4.6 moistening earth to optimum moisture content 1000 Cft 98
in layers, etc. complete 90% maximum
Modified dry density (up to point of placement
as directed by the Engineer)
Total Bill No. 4

Section 4 Bidding Forms 4-41


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 5 - REMOVING BELA FROM U/S BARRAGE

Rate
Item
Description Unit Quantity Amount
No.
In Figures In Words

DELETED
Total Bill No. 5 0 (Zero)

Section 4 Bidding Forms 4-42


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 6 - ADDITIONAL DEPRESSED BAYS

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Dismantling stone or spawl pitching in silted


6.1 condition including its disposal outside river 100 Cft 1,710
bed or directed by the engineer.
Unclassified Excavation according to lines and
grades as shown on the Drawings including
6.2 1000 Cft 4,410
disposal and stockpiling of unsuitable material
to a site as directed by the Engineer.
Dismantling brick work in lime or cement
6.3 mortar including its disposal outside river bed 100 Cft 818
or directed by the engineer.
Removing/cutting of existing sheet pile and
6.4 Kg 110,352
disposal as per directions of the Engineer
Providing and installing AU 20 Steel Sheet
6.5 Piles or equivalent including driving and Kg 455,554
interlock sealing, complete in all respects.
Plain cement concrete, 1500 psi including
placing compacting, finishing and curing
(including screening and washing of stone
6.6 aggregate) in required shape and design, 100 Cft 250
including moulds, shuttering, lifting,
compacting, curing, rendering and finishing of
exposed surface, complete in all respects.
Plain cement concrete, 3000 psi including
placing compacting, finishing and curing
6.7 100 Cft 50
complete (including screening and washing of
stone aggregate)
Providing and laying reinforced concrete 3000
psi using coarse and screened graded and
washed aggregate, in required shape and
6.8 100 Cft 155
design, including forms molds, shuttering ,
lifting, compacting, curing, rendering and
finishing exposed surface, complete (but

Section 4 Bidding Forms 4-43


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

excluding the cost of steel reinforcement, its


fabrication and placing in positioned).
Provide, fabricate and install mild steel
reinforcement (grade 60 deformed bars) for
concrete, including cutting, bending, laying in
position, making joints and fastening including
6.9 100 kg 12,538
cost of binding wires, chair supports, wastage
and labour charges for binding of steel
reinforcement, also includes removal of rust,
oil and other deleterious material from bars.
Providing and embedding 9" wide PVC water
6.10 stop Type-A with central bulb and two side Lft 9,279
dumbles as shown on drawings.
Supplying and fixing elastic type joint sealant
6.11 Lft 9,279
1 x 1 as shown on the drawings.
Supplying and fixing dowel bars in steel pipes
1.25 dia gap filled with expanded
6.12 polystyrene/grease and 3/4 dia MS Grade-40 No 280
tie rod as shown on the drawings for
contraction joints.
Providing and fixing PVC pipe 1.5" dia and 1.5'
long filled with neoprene rubber in diaphragm
6.13 No 45
for fix end as per drawing or directed by the
Engineer
Providing and laying reinforced concrete 4000
psi using coarse and screened graded and
washed aggregate, in required shape and
design, including forms molds, shuttering,
6.14 100 Cft 6,091
lifting, compacting, curing, rendering and
finishing exposed surface, complete (but
excluding the cost of steel reinforcement, its
fabrication and placing in positioned).
Providing and laying Fiber concrete (Sika fiber
6.15 12 or equivalent approved) including 100 Cft 250
compacting, finishing and curing complete in

Section 4 Bidding Forms 4-44


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

all respects as per drawing. Application and


content proportions shall be as per
manufactures recommendation.
Providing and installation of GI railing as per
6.16 Lft 2,012
existing railing design.
Bitumen coating two coats to concrete surface
6.17 using 20 lbs per 100 sft in contraction joints Sft 40,900
and others.
Providing and laying inverted filter under
6.18 100 Cft 421
concrete blocks and between 2" wide gaps
Precast plain cement concrete blocks (3000
psi) including cost of templates, lifting hooks,
6.19 100 Cft 968
chamfering, handling, transporting and laying
in position as per drawing
Providing and laying dry, hand packed stone
apron as per drawing or as directed by
6.20 100 Cft 3,726
Engineer, including carriage from quarry to
site.
Providing and fabrication of high strength steel
reinforcement (tendons) including inserting
6.21 100 Kg 60
tendons in flexible sheets (Excluding the cost
of flexible sheets) complete in all respects.
Providing and laying reinforced concrete 5000
psi girders using coarse and screened graded
and washed aggregate, in required shape and
design, including forms molds, shuttering,
6.22 100 Cft 16
lifting, compacting, curing, rendering and
finishing exposed surface, complete (but
excluding the cost of steel reinforcement, its
fabrication and placing in positioned).
Supplying and fixing elastomeric bearing pad
6.23 No 24
(as per drawing).
Providing and laying flexible sheath
6.24 pipes/sleeves for lifting, post tensioning, Job 12
grouting and sealing at ends, maintaining
Section 4 Bidding Forms 4-45
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

stress record, lifting arrangements, Lifting,


transporting and placing precast post tension
concrete girders in position on the bridge to
correct alignment and level etc.

Providing and fixing rain water outlet of GI


6.25 No 18
pipes 3" dia and 1.25' long.

Providing and fixing PVC pipe ducts (4" dia) in


6.26 footpath for service cables as per drawing and Lft 1,548
as directed by the Engineer.
Supplying and fixing expansion joints with
6.27 bitumastic joint seal complete in all respect as Lft 148
per drawing and as directed by the Engineer.
Borrow pit excavation in ordinary soil for
embankment from the areas any lead and any
lift including ploughing and mixing with blade
grader or disc harrow or other suitable
6.28 equipment and compaction by mechanical 1000 Cft 188
means and moistening to optimum moisture
contents and dressing to designed section,
complete in all respects for 90% maximum
Modified dry density.
Providing and laying road edging of 3" wide
6.29 and 9" deep brick on end complete in all Lft 500
respect.
Providing and laying sub base course of stone
product of approved quality and grade,
including placing, mixing, spreading, and
compaction of sub-base material to required
6.30 100 Cft 79
depth, camber, grade to achieve 95% Modified
AASHTO dry density, including carriage of all
material to site of work. (crushed stone
aggregate)

Section 4 Bidding Forms 4-46


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Providing and laying base course of stone


product of approved quality and grade,
including placing, mixing, spreading, and
compaction of base material to required depth,
6.31 100 Cft 79
camber, grade to achieve 95% Modified
AASHO dry density, including carriage of all
material to site of work. (crushed stone
aggregate)
Providing and laying plant premixed asphalt
concrete including prime coat, compaction and
6.32 finishing to required camber, grade and 100 Sft 60
density as per specifications/Drawing and as
directed by the Engineer.
Drilling holes 7/8" dia and 1.5' long in existing
wing wall filled with non-shrink epoxy grout etc.
6.33 No 106
complete in all respects as per drawing and as
directed by the Engineer.
Providing and fixing tricosal DA 320 KF
6.34 Tricomer external water stopper for High water Lft 132
pressure or equivalent approved System.

Credit of Dismantled material including Sheet Lump


6.35 1
Piles Sum

Total Bill No. 6

Section 4 Bidding Forms 4-47


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 7 - REHABILITATION OF HEAD REGULATOR OF PANJNAD CANAL, ABBASIA CANAL AND ABBASIA LINK CANAL

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Dismantling of PCC including its disposal


7.1 stockpiling outside river bed or directed by the 100 Cft 163
engineer.
Unclassified Excavation according to lines and
grades as shown on the Drawings including
7.2 1000 Cft 17
stock piling or disposal of unsuitable material as
directed by the Engineer.
Providing and installing AU 20 Steel Sheet Piles
7.3 or equivalent including interlock sealing, Kg 184,296
complete in all respects.
Providing and Laying Plain cement concrete,
1500 psi including compacting, finishing and
curing (including screening and washing of
7.4 stone aggregate) in required shape and design, 100 Cft 9
including molds, shuttering, lifting, compacting,
curing, rendering and finishing of exposed
surface, complete in all respects.
Existing floor concrete surface to be roughened
by sand blasting or deleterious concrete to be
removed by chipping hammer, high pressure
7.5 100 Sft 288
washing for cleaning the roughened surface
and disposal of loose material as per drawing or
directed by the Engineer.
Providing and fixing # 4 dia bar filled with non-
shrink epoxy grout including drilling etc
7.6 No 3,129
complete in all respects as per drawing and
directed by the Engineer.
Providing and fixing anchor bar # 6 dia, upto 1.5
7.7 ft long filled with epoxy cement slurry including No 730
drilling etc.

Section 4 Bidding Forms 4-48


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Provide, fabricate and install mild steel


reinforcement (grade 60 deformed bars) for
concrete, including cutting, bending, laying in
position, making joints and fastening including
7.8 100 kg 2,475
cost of binding wires, chair supports, wastage
and labour charges for binding of steel
reinforcement, also includes removal of rust, oil
and other deleterious material from bars.
Providing and laying reinforced concrete 4000
psi (including prestressed concrete) using
coarse and screened graded and washed
aggregate, in required shape and design,
7.9 including forms molds, shuttering, lifting, 100 Cft 682
compacting, curing, rendering and finishing
exposed surface, complete (but excluding the
cost of steel reinforcement, its fabrication and
placing in positioned).
Precast plain cement concrete blocks (3000
psi) including cost of templates, lifting hooks,
7.10 100 Cft 151
chamfering, handling, transporting and laying in
position as per drawing

Providing and laying inverted filter under


7.11 100 Cft 137
concrete blocks and between 2 gaps

Dismantling stone or spawl pitching in silted


7.12 condition including its disposal and stockpile 100 Cft 207
outside river bed or directed by the engineer.
Providing and embedding 9" wide PVC water
7.13 stop Type-A with central bulb and two side Lft 158
dumbles as shown on drawings.
Providing and laying dry, hand packed stone
apron as per drawing and as directed by the
7.14 100 Cft 171
Engineer including carriage from approved
quarry to site.

Section 4 Bidding Forms 4-49


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Dismantling of Reinforced Concrete including


7.15 its disposal stockpiling outside river bed as 100 Cft 3
directed by the Engineer.

Lump
7.16 Credit of Dismantled material 1
Sum

Total Bill No. 7

Section 4 Bidding Forms 4-50


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 8 - REHABILITATION OF INFRASTRUCTURE AND BUILDINGS

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

A New Construction of Residential Buildings


Construction of Assistant Executive Engineer
Residence in Canal Colony including complete
internal electrification (supply, installation,
testing and commissioning of electrical works),
fixtures, Main and UPS DBs as per drawings
and specifications of Electrical Works , provision
of WAPDA connection, energy meter, service
8.1 Sft 1,850
cables and associated materials as per WAPDA
standards, including plumbing, sanitary fixing,
collecting chambers, connection to the septic
tank and internal services with fitting and
fixtures, wood work complete in all respects as
shown on the drawings or directed by the
Engineer. (1 No Building)
Construction of Sub-Engineer Residence in
Canal Colony including complete internal
electrification (supply, installation, testing and
commissioning of electrical works), fixtures,
Main and UPS DBs as per drawings and
specifications of Electrical Works, provision of
WAPDA connection, energy meter, service
8.2 Sft 2,800
cables and associated materials as per WAPDA
standards, including plumbing, sanitary fixing,
collecting chambers, connection to the septic
tank and internal services with fitting and
fixtures, wood work complete in all respects as
shown on the drawings or directed by the
Engineer. (2 No Building)
Construction of Technician Residence in Canal
Colony including complete internal electrification
8.3 (supply, installation, testing and commissioning Sft 2,100
of electrical works), fixtures, Main and UPS DBs
as per drawings and specifications of Electrical
Section 4 Bidding Forms 4-51
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Works, provision of WAPDA connection, energy


meter, service cables and associated materials
as per WAPDA standards, including plumbing,
sanitary fixing, collecting chambers, connection
to the septic tank and internal services with
fitting and fixtures, wood work complete in all
respects as shown on the drawings or directed
by the Engineer. (2 No Building)
Construction of Senior Quarter in Canal Colony
including complete internal electrification
(supply, installation, testing and commissioning
of electrical works), fixtures, Main and UPS DBs
as per drawings and specifications of Electrical
Works, provision of WAPDA connection, energy
8.4 meter, service cables and associated materials Sft 2,800
as per WAPDA standards, including plumbing,
sanitary fixing, collecting chambers, connection
to the septic tank and internal services with
fitting and fixtures, wood work complete in all
respects as shown on the drawings or directed
by the Engineer. (2 No Building)
Construction of Junior Quarter in Canal Colony
including complete internal electrification
(supply, installation, testing and commissioning
of electrical works), fixtures, Main and UPS DBs
as per drawings and specifications of Electrical
Works, provision of WAPDA connection, energy
8.5 meter, service cables and associated materials Sft 2,100
as per WAPDA standards, including plumbing,
sanitary fixing, collecting chambers, connection
to the septic tank and internal services with
fitting and fixtures, wood work complete in all
respects as shown on the drawings or directed
by the Engineer. (2 No Building)
Construction of septic tank complete in all
8.6 No 9
respect as shown on the drawings
Section 4 Bidding Forms 4-52
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Construction of soakage pit complete in all


8.7 No 9
respect as shown on the drawings.
Construction of Courtyard wall with steel gate of
size 3-6 x 6 for each newly constructed
8.8 Lft 415
residence complete in all respects as per
drawings.
Providing and laying tuff tiles/paver for approach
8.9 Sft 1,189
paths in residences as per specifications.
Sub-total A
B Construction of Workshop
Construction of Machine Hall including complete
internal electrification (supply, installation,
testing and commissioning of electrical works)
and fixtures, DBs as per drawings and
specifications provided in the Electrical Works
8.10 and provision of WAPDA connection, energy Sft 2,105
meter, service cables and associated materials
as per WAPDA standards, including internal
services with fitting and fixtures, wood work
complete in all respects as shown on the
drawings or directed by the Engineer.
Construction of Office, store, Guard Room and
Toilet including complete internal electrification
(supply, installation, testing and commissioning
of electrical works), fixtures, Main and UPS DBs
as per drawings and specifications of Electrical
8.11 Works, including plumbing, sanitary fixing, Sft 2,000
collecting chambers, connection to the septic
tank and internal services with fitting and
fixtures, wood work complete in all respects as
shown on the drawings or directed by the
Engineer.

Section 4 Bidding Forms 4-53


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

Construction of Parking Shed complete in all


8.12 respects as shown on the drawings or directed Sft 860
by the Engineer.
Providing and laying tuff tiles/Paver as per
8.13 Sft 5,000
drawing and specifications.
Construction of Boundary wall with steel gate
8.14 and gate pillars complete in all respects as per Lft 378
drawings.
Sub-total B
C Construction of Colony Roads
Borrow pit excavation in ordinary soil for
embankment any lead including ploughing and
mixing with blade grade or disc harrow or other
suitable equipment and compaction by 1000
8.15 95
mechanical means at optimum moisture Cft
contents and dressing to designed section,
complete in all respects for 90% maximum
modified AASHO dry density.
Providing and laying road edging of 3" wide and
8.16 Lft 10,500
9" deep brick on end, complete in all respect.
Providing and laying base course of stone
product of approved quality and grade, including
placing, mixing, spreading and compaction of
100
8.17 base material to required depth, camber, grade 473
Cft
to achieve 100% maximum modified AASHO dry
density, including carriage of all material to site
of work lead 210 km. (crushed stone aggregate)
Providing surface treatment to roads, including
supply of bitumen and bujri /crushed stone
aggregate of approved quality including cleaning
8.18 of road surface, heating and spraying bitumen,
spreading bajri and rolling with road
roller(including its operation cost, fuel and hire
charges, etc) etc complete including carriage of
Section 4 Bidding Forms 4-54
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words PKR

all materials to sit of work except bajri/crushed


stone aggregate.

a) 1st coat 35 lbs. Bitumen, and 4.0 cft bajri. 100 Sft 945

b) 2nd coat 18 lbs. Bitumen, and 2.0 cft bajri. 100 Sft 945

c) 3rd coat 14 lbs. Bitumen, and 1.5 cft bajri. 100 Sft 945

Sub-total C

D Resurfacing of Approach Road

Resurfacing of road, including supply of bitumen


and bajri/crushed stone aggregate of approved
quality, to including cleaning of road surface,
heating and spraying of bitumen, and spreading
bajri/crushed stone aggregate and rolling with
road roller (including its operation cost, fuel and
8.19 hire charges, etc.) complete, including carriage
of all materials to site of work
a) 22 lbs. bitumen, and 2.5 Cft. bajri of nominal
size " (13 mm) 100 Sft. or 1.07 Kg bitumen and
100 Sft 378
bajjri 0.007 cu.m
per sq.m.

Sub-total D

Total Bill No. 8 (A+B+C+D)

Section 4 Bidding Forms 4-55


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 9 - INSTRUMENTATION, CONTROL AND TELECOMMUNICATION SYSTEM WORKS

Note 1: Design, supply, transportation, storage, installation, testing and commissioning of the following items, consisting of but not limited to all material, labour, tools,
necessary furniture, accessories and Spare Parts etc. required for proper functioning of each item as per specifications, drawings and as directed by the Engineer.
Note 2: Items not listed here, but required for a fully functional system (including Spares) shall be deemed to be included.
Note 3: Of the Items listed here, only those shall be paid for which are actually supplied.
Note 4: For Optimal Performance, Bidders may propose different quantities than those listed here after giving solid justification.
Note 5: Bidders shall calculate I/0 requirements of PLCs according to their proposed hardware with at least 30% spare capacity for each type of I/O

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words

A CONTROL ROOM AT MAIN BARRAGE

9.1 Min. 80 LED HMI GUI for dynamic Mimic Board No. 1

9.2 Operator Workstations as specified No. 2

9.3 Engineer Workstations as specified No. 1

9.4 Servers for Historian, SCADA/HMI and Web as specified No. 4

9.5 SCADA and HMI software Lot 1

9.6 Dual Redundant LAN interface (IT Switch/Router) No. 2

9.7 Water Discharge Calculation subsystem/ software No 1

9.8 A4 Laser Printer No 2

9.9 A3 Color Laser Printer No 1


Dual redundant UPS including battery bank (as specified for control
9.10 Lot 1
room and field elements)
9.11 Piezometer Data logger No 2

9.12 Fiber Optical Cable termination cabinet No 1

Section 4 Bidding Forms 4-56


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words
Workstation for Piezometer with geotechnical support software and
9.13 vibrating wire portable readout unit for onsite reading, displaying and Set 1
storing with all features as per site requirement
Installation material, cables, perforated cable trays, clamps, mounting
9.14 Lot 1
kits, GI/PVC conduit (flexible) etc.
Sub-total A

B Main Weir 29 bays


Providing and installing Vibrating Wire piezometers including
9.15 calibrating at site and testing complete in all respect as per drawings No 24
including drilling in concrete and as directed by the Engineer In charge
Providing and installing stand pipe piezometers including calibrating at
9.16 site and testing complete in all respect as per drawings including No 8
drilling in concrete and as directed by the Engineer In charge
PLC complete equipped with at-least dual redundant controllers, dual
redundant power supply, communication module and Electronic
9.17 No. 5
Modules for DI, AI and DO, mounting hardware and interconnection
cables, peripherals, equipment housing and memory backup

9.18 Motor current sensors No. 29

9.19 Water Level Sensors No. 4

9.20 Gate Position Sensors No. 58

9.21 Fiber Optical Cable Termination Cabinet No. 5

9.22 Dual Redundant LAN interface (IT Switch/Router) No. 5

Installation material, cables, cable trays as approved by the Engineer,


9.23 Lot 1
clamps mounting kits, GI/PVC conduit (flexible) etc.
Sub-total B

Section 4 Bidding Forms 4-57


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words
C Annexe Weir 14 Bay
Providing and installing Vibrating Wire piezometers including
9.24 calibrating at site and testing complete in all respect as per drawings No 20
including drilling in concrete and as directed by the Engineer In charge
Providing and installing stand pipe piezometers including calibrating at
9.25 site and testing complete in all respect as per drawings including No 10
drilling in concrete and as directed by the Engineer In charge
PLC complete equipped with at-least dual redundant controllers, dual
redundant power supply, communication module and Electronic
9.26 No. 2
Modules for DI, AI and DO, mounting hardware and interconnection
cables, peripherals, equipment housing and memory backup
9.27 Motor current sensors No. 14

9.28 Water Level Sensors No. 3

9.29 Gate Position Sensors No. 28

9.30 Fiber Optical Cable Termination Cabinet No. 2

9.31 Dual Redundant LAN interface (IT Switch/Router) No. 2


Installation material, cables, perforated cable trays, clamps mounting
9.32 Lot 1
kits, GI/PVC conduit (flexible) etc.
Sub-total C

D Additional Bays ( 3 Bays )


Providing and installing Vibrating Wire piezometers including
9.33 calibrating at site and testing complete in all respect as per drawings No 7
including drilling in concrete and as directed by the Engineer In charge
Providing and installing stand pipe piezometers including calibrating at
9.34 site and testing complete in all respect as per drawings including No 7
drilling in concrete and as directed by the Engineer In charge
PLC complete equipped with at-least dual redundant controllers, dual
9.35 No. 1
redundant power supply, communication module and Electronic
Section 4 Bidding Forms 4-58
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words
Modules for DI, AI and DO, mounting hardware and interconnection
cables, peripherals, equipment housing and memory backup
9.36 Motor current sensors No. 3

9.37 Water Level Sensors No. 3

9.38 Gate Position Sensors No. 6

9.39 Fiber Optical Cable Termination Cabinet No. 1

9.40 Dual Redundant LAN interface (IT Switch/Router) No. 1


Installation material, cables, perforated cable trays, clamps mounting
9.41 Lot 1
kits, GI/PVC conduit (flexible) etc.
Sub-total D

E LEFT UNDERSLUICE (Bay1 - Bay4 )


Providing and installing Vibrating Wire piezometers including
9.42 calibrating at site and testing complete in all respect as per drawings No 8
including drilling in concrete and as directed by the Engineer In charge
Providing and installing stand pipe piezometers including calibrating at
9.43 site and testing complete in all respect as per drawings including No 8
drilling in concrete and as directed by the Engineer In charge
PLC complete equipped with at-least dual redundant controllers, dual
redundant power supply, communication module and Electronic
9.44 No. 1
Modules for DI, AI and DO, mounting hardware and interconnection
cables, peripherals, equipment housing and memory backup
9.45 Motor current sensors No. 4

9.46 Water Level Sensors No. 4

9.47 Gate Position Sensors No. 8

9.48 Fiber Optical Cable Termination Cabinet No. 1

Section 4 Bidding Forms 4-59


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words

9.49 Dual Redundant LAN interface (IT Switch/Router) No. 1


Installation material, cables, perforated cable trays, clamps mounting
9.50 Lot 1
kits, GI/PVC conduit (flexible) etc.

Sub-total E

F Panjnad Canal 12 Bays and Abbasia Canal (2 Bays)


Providing and installing Vibrating Wire piezometers including
9.51 calibrating at site and testing complete in all respect as per drawings No 14
including drilling in concrete and as directed by the Engineer In charge
Providing and installing stand pipe piezometers including calibrating at
9.52 site and testing complete in all respect as per drawings including No 7
drilling in concrete and as directed by the Engineer In charge
PLC complete equipped with at-least dual redundant controllers, dual
redundant power supply, communication module and Electronic
9.53 No. 2
Modules for DI, AI and DO, mounting hardware and interconnection
cables, peripherals, equipment housing and memory backup
9.54 Motor current sensors No. 12

9.55 Water Level Sensors No. 4

9.56 Gate Position Sensors No. 24

9.57 Fiber Optical Cable Termination Cabinet No. 2

9.58 Dual Redundant LAN interface (IT Switch/Router) No. 2


Installation material, cables, perforated cable trays, clamps mounting
9.59 Lot 1 -
kits, GI/PVC conduit (flexible) etc.
Sub-total F

G Abbasia Link Canal 6 bays

Section 4 Bidding Forms 4-60


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words
Providing and installing stand pipe piezometers including calibrating at
9.60 site and testing complete in all respect as per drawings including No 5
drilling in concrete and as directed by the Engineer In charge
Providing and installing Vibrating Wire piezometers including
9.61 calibrating at site and testing complete in all respect as per drawings No 5
including drilling in concrete and as directed by the Engineer In charge
PLC complete equipped with at-least dual redundant controllers, dual
redundant power supply, communication module and Electronic
9.62 No. 1
Modules for DI, AI and DO, mounting hardware and interconnection
cables, peripherals, equipment housing and memory backup
9.63 Motor current sensors No. 6

9.64 Water Level Sensors No. 2

9.65 Gate Position Sensors No. 12

9.66 Fiber Optical Cable Termination Cabinet No. 1

9.67 Dual Redundant LAN interface (IT Switch/Router) No. 1


Installation material, cables, perforated cable trays, clamps mounting
9.68 Lot 1
kits, GI/PVC conduit (flexible) etc.
Sub-total G

H Three Node Barrage Data WAN i.e. ESTABLISHMENT OF DATA MONITORING WORKSTATIONS
9.69 Lahore and 2 more nodes to be defined at design Stage
IBM Compatible PC configured as per current standards but not less
than Intel Core i7 CPU Latest version, 16Gb RAM, 1TB HDD, 24 inches
9.70 1920 x 1080 VDU, Keyboard, Mouse and Peripheral Interface Cards No. 3
loaded with MS WINDOWS latest Operating System for SCADA
Remote Monitoring System
9.71 Laser Printer, A4 No. 3

9.72 Modem/Router No. 3

9.73 AC UPS for 3 hrs. backup No. 3


Section 4 Bidding Forms 4-61
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words
Sub-total H

I Telecommunication System
Spread spectrum radio modem with 1/2 wave dipole antenna, male to
9.74 No 3
female serial cable, modem adapter and Power supply for piezometers
9.75 8 dynamic smart channel Multiplexer with cables for piezometers No 7

9.76 Fiber Optic Cable, including installation and services (estimated m) Rm 4000

Sub-total I

J CCTV Video Surveillance System

9.77 PTZ Security Cameras with PoE No 12

9.78 16 Port Network Switch with PoE No 1

9.79 Process Connections, Instrument Power supply and Terminal Boxes Job 1

9.80 32" LED VDU for Surveillance Cameras (Video Display Workstation) No 1
Workstation for CCTV Video management configured as per current
Server standards but not with less than Intel core i7 CPU, 16Gb RAM,
9.81 2TB HDD, Latest powerful Graphics Card, Keyboard, Mouse and No 1
Peripheral Interface Cards loaded with MS WINDOWS 8 Operating
System
9.82 80" LED VDU for Surveillance Cameras (Multiple Camera Display) No 1

9.83 16 channel Network Video Server/Recorder with camera control No 1

9.84 Network Video Management software for minimum 16 Cameras Job 1

9.85 Interface hardware for smooth and easy camera PTZ control No 1

Sub-total J
K GENERAL

Section 4 Bidding Forms 4-62


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR)


Description Unit Quantity Amount (PKR)
No. In Figures In Words
Civil Works for construction of control building including furnishing as
9.86 Job 1
directed by the Engineer and/ or as per drawings
9.87 System Integration, Installation, Commissioning and Testing Job 1
9.88 Training Job 1

9.89 Test and maintenance equipment Lot 1

Sub-total K

Total Cost of Bill No 9 ( A+B+C+D+E+F+G+H+I+J+K)


* The Bidder shall provide details of quantities and cost of each component item of units designated as job or lot on separate sheet along with the Bid.

Section 4 Bidding Forms 4-63


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 10 - MECHANICAL WORKS

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

10-1 EXISTING BARRAGE


Designing, manufacturing / fabrication, supplying, painting, delivery to site, installing, testing including associated civil work in accordance with the Drawings and
Specifications, removal of existing equipment where required and commissioning and maintenance till conclusion of Defect Notification Period of each item but not limited to
the following Equipment:
A Rehabilitation of Left Undersluice Gate Equipment
Removal of existing Sill beam and
provision/installation of new Sill beam for
10.1 proper bottom and corner sealing by providing Set 4
necessary embedded parts and stainless steel
top plate having minimum thickness of 10 mm.
Provision / installation of new 10 mm thick
stainless-steel side seal bearing plates along
10.2 Set 4
with necessary embedded parts for alignment
and associated civil works
Provision and installation of new stainless-steel
10.3 roller track plates conforming to ASTM A 564 Set 4
Type 635 up to groove height from bottom.
Rehabilitation / repair of roller guards, including
10.4 Set 4
provision of missing Roller Guards.
Strengthening of bottom trusses and bracing 100
10.5 40
angle of gate leaf as directed by the Engineer. Kg
Strengthening of end girder bottom portion of 100
10.6 8
gate leaf up to 2.5ft. by providing stiffeners. Kg
Provision and installation of bottom rubber
10.7 Set 4
sealing and its assembly.
Provision and installation of side rubber sealing
10.8 Set 4
assembly including the removal of old parts.
Replacement of Roller Trains and its ropes
10.9 Set 4
along with its allied parts.

Section 4 Bidding Forms 4-64


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Rehabilitation/ Repair of rocker assemblies as


10.10 Set 4
per existing design
Cleaning, sand blasting and painting as
10.11 specified of whole gate leaf assembly including Job 1
end girders
Replacement of existing hoisting machines
with electrically / manually driven new hoist
machines (including motors, reducers,
10.12 Set 4
hydraulic brakes, dial indicator etc.). Lifting
speed of gates shall be 1ft. per minute
electrically and 4 inches per minute manually.
Replacement of transmission shafts according
to new hoisting machine including new flexible
10.13 Set 4
and rigid couplings, self-lubricating bushing
and painting
Overhauling, oiling / greasing of existing rope
drums, supports, gears, pinions, shafts, covers
10.14 Job 1
and replacement of damaged parts including
painting.
Replacement of Hoist Wire Ropes along with
10.15 Set 4
its allied parts/ fittings.
Rehabilitation, balancing, alignment and
10.16 painting of counter weights and its allied Job 1
channels.
Surveying, evaluation and strengthening of
10.17 Job 1
super structure as per new loading condition.
Cleaning and painting of super structure as
10.18 Job 1
specified complete in all respects
Credit to old dismantled materials/ equipment
including materials from embedded parts, gate
Lump
10.19 leaf assemblies, hoisting systems, material 1
Sum
retrieved from existing electrical installations
and wooden planks etc.
Sub Total A
Section 4 Bidding Forms 4-65
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

B Rehabilitation of Main Weir Gate Equipment


Removal of existing Sill beam and
provision/installation of new Sill beam for
10.20 proper bottom and corner sealing by providing Set 29
necessary embedded parts and stainless steel
top plate having minimum thickness of 10 mm.
Provision / installation of new 10 mm thick
stainless-steel side seal bearing plates along
10.21 Set 29
with necessary embedded parts for alignment
and associated civil works
Provision and installation of new stainless-steel
10.22 roller track plate conforming to ASTM A 564 Set 29
Type 635 up to groove height from bottom.
Rehabilitation / repair of roller guards, including
10.23 Set 29
provision of missing Roller Guards.
Strengthening of bottom trusses and bracing 100
10.24 290
angle of gate leaf as directed by the Engineer. Kg
Strengthening of end girder bottom portion of 100
10.25 58
gate leaf up to 2.5ft. by providing stiffeners. Kg
Provision and installation of bottom rubber
10.26 Set 29
sealing and its assembly.
Provision and installation of side rubber sealing
10.27 Set 29
assembly including the removal of old parts.
Replacement of Roller Trains and its ropes
10.28 Set 29
along with its allied parts.
Rehabilitation/ Repair of rocker assemblies as
10.29 Set 29
per existing design
Cleaning, sand blasting and painting as
10.30 specified of whole gate leaf assembly including Job 1
end girders

Section 4 Bidding Forms 4-66


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Replacement of existing hoisting machines


with electrically / manually driven new hoist
machines (including motors, reducers,
10.31 Set 29
hydraulic brakes, dial indicator etc.). Lifting
speed of gates shall be 1ft. per minute
electrically and 4 inches per minute manually.
Replacement of transmission shafts according
to new hoisting machine including new flexible
10.32 Set 29
and rigid couplings, self-lubricating bushing
and painting
Overhauling, oiling / greasing of existing rope
drums, supports, gears, pinions, shafts, covers
10.33 Job 1
and replacement of damaged parts including
painting.
Replacement of Hoist Wire Ropes along with
10.34 Set 29
its allied parts/ fittings.
Rehabilitation, balancing, alignment and
10.35 painting of counter weights and its allied job 1
channels.
Surveying, evaluation and strengthening of
10.36 Job 1
super structure as per new loading condition.

Cleaning and painting of super structure as


10.37 Job 1
specified complete in all respects

Rehabilitation of existing wooden regulation


10.38 Job 1
huts at superstructures.
Credit to old dismantled materials/ equipment
including materials from embedded parts, gate
Lump
10.39 leaf assemblies, hoisting systems, material 1
Sum
retrieved from existing electrical installations
and wooden planks etc.
Sub Total B

Section 4 Bidding Forms 4-67


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

C Rehabilitation of Annexe Weir Gate Equipment


Removal of existing Sill beam and
provision/installation of new Sill beam for
10.40 proper bottom and corner sealing by providing Set 14
necessary embedded parts and stainless steel
top plate having minimum thickness of 10 mm.
Provision / installation of new 10 mm thick
stainless-steel side seal bearing plates along
10.41 Set 14
with necessary embedded parts for alignment
and associated civil works
Provision and installation of new stainless-steel
10.42 track plate conforming to ASTM A 564 Type Set 14
635 up to groove height from bottom.
Rehabilitation / repair of roller guards, including
10.43 Set 14
provision of missing Roller Guards.
Strengthening of bottom trusses and bracing 100
10.44 140
angle of gate leaf as directed by the Engineer. Kg
Strengthening of end girder bottom portion up 100
10.45 28
to 2.5ft of gate leaf by providing stiffeners. Kg
Provision and installation of bottom rubber
10.46 Set 14
sealing and its assembly.
Provision and installation of side rubber sealing
10.47 Set 14
assembly including the removal of old parts.
Replacement of Roller Trains and its ropes
10.48 Set 14
along with its allied parts.
Rehabilitation/ Repair of rocker assemblies as
10.49 Set 14
per existing design
Cleaning, sand blasting and painting as
10.50 specified of whole gate leaf assembly including Job 1
end girders
Replacement of existing hoisting machines
10.51 Set 14
with electrically / manually driven new hoist

Section 4 Bidding Forms 4-68


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

machines (including motors, reducers,


hydraulic brakes, dial indicator etc.). Lifting
speed of gates shall be 1ft. per minute
electrically and 4 inches per minute manually.
Replacement of transmission shafts according
to new hoisting machine including new flexible
10.52 Set 14
and rigid couplings, self-lubricating bushing
and painting
Overhauling, oiling / greasing of existing rope
drums, supports, gears, pinions, shafts, covers
10.53 Job 1
and replacement of damaged parts including
painting.
Replacement of Hoist Wire Ropes along with
10.54 Set 14
its allied parts/ fittings.
Rehabilitation, balancing, alignment and
10.55 painting of counter weights and its allied Job 1
channels.
Surveying, evaluation and strengthening of
10.56 Job 1
super structure as per new loading condition.
Cleaning and painting of super structure as
10.57 specified of Annexe Weir complete in all Job 1
respects
Provision of new wooden regulation hut at
10.58 superstructures with proper ventilation and Job 1
sitting arrangement.
Credit to old dismantled materials/ equipment
including materials from embedded parts, gate
Lump
10.59 leaf assemblies, hoisting systems, material 1
Sum
retrieved from existing electrical installations
and wooden planks etc.
Sub-total C

D Rehabilitation of Panjnad Head Regulator Gate Equipment

Section 4 Bidding Forms 4-69


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Removal of existing sill beam and


provision/installation of new sill beam including
10.60 Set 12
stainless steel seal bearing plate having
minimum thickness of 10 mm.
Removal of existing side and top embedded
parts and provision/installation of new side and
top embedded parts suitable for rubber sealing
10.61 Set 12
with associated civil works for alignment and
top seal bearing stainless steel plate of 10 mm
thickness.
Rehabilitation of Gate Leaf Assembly along
10.62 with radial arms and trunnion including sand Set 12
blasting and painting.
Provision and installation of top, sides and
10.63 bottom rubber sealing arrangement including Set 12
the removal of old parts.
Replacement of existing hoisting machines
with electrically / manually driven new hoist
machines (including motors, reducers,
hydraulic brakes, stem rods with guiding
10.64 Set 12
system, cross shafts, couplings, dial indicator
etc.). Lifting speed of gate shall be 1 ft. per
minute electrically and 4 inch per minute
manually.
Replacement of Wire Ropes along with its
10.65 Set 12
allied parts including pulleys, turnbuckles, etc.
Rehabilitation, balancing, alignment and
10.66 Job 1
painting of counter weights and its allied parts.
Strengthening of hoisting deck of complete
10.67 head regulator as per new loading conditions Job 1
including cleaning and painting.
Credit to old dismantled materials/ equipment
Lump
10.68 including materials from embedded parts, 1
Sum
hoisting systems, material retrieved from
Section 4 Bidding Forms 4-70
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

existing electrical installations and wooden


planks etc.
Sub-total D
E Rehabilitation of Abbasia Canal Head Regulator Gate Equipment
Removal of existing sill beam and
provision/installation of new sill beam including
10.69 Set 2
stainless steel seal bearing plate having
minimum thickness of 10 mm.
Provision and installation of side grooves
embedded parts including wheel track,
10.70 stainless steel bearing plates etc. for single leaf Set 2
fixed wheel gate equipment. Removal of
existing equipment is also included.
Provision and installation of top seal embedded
parts having stainless steel bearing plate
10.71 Set 2
having minimum thickness of 10 mm. Removal
of existing equipment is also included.
Provision and installation of Single Leaf Fixed
wheel gate with top, side and bottom rubber
sealing arrangement including sand blasting
10.72 Set 2
and painting (complete in all respects).
Removal of existing equipment is also
included.
Replacement of existing hoisting machines
with electrically / manually driven new hoist
machines (including motors, reducers,
10.73 Set 2
hydraulic brakes, dial indicator etc.). Lifting
speed of gate shall be 1 ft. per minute
eclectically and 4 inches per minute manually.

Section 4 Bidding Forms 4-71


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Provision/installation of new transmission


shafts according to the new design loading.
10.74 Flexible couplings, rigid couplings, self- Set 2
lubricating bushing shall be provided according
to the new design for trouble free operation.
Removal of existing drum assemblies and
provision/installation of new drum assemblies
10.75 including drums, drum gears, drum supports, Set 2
drum axles, pinions and pinion shafts etc.
including sand blasting and painting.

Replacement of Wire Ropes along with its


10.76 Set 2
allied parts

Provision and installation of new counter


weight according to new loading conditions
10.77 along with its allied parts including painting Set 2
(complete in all respects). Removal of existing
equipment as also included.

Provision and installation of new super


structure, columns, deck, stairs, hand railing
10.78 Job 1
including painting etc. complete in all respect
for whole regulator

Credit to old dismantled materials/ equipment


including materials from embedded parts, gate
Lump
10.79 leaf assemblies, hoisting systems, material 1
Sum
retrieved from existing electrical installations
and wooden planks etc.
Sub-total E

F Rehabilitation of Abbasia Link Head Regulator Gate Equipment

Section 4 Bidding Forms 4-72


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Rehabilitation / repair of sill Beam for proper


bottom and corner sealing by providing
10.80 Set 6
stainless steel top plate having minimum
thickness of 12 mm.
Provision/installation of new 10 mm thick
stainless-steel side seal bearing plates along
10.81 Set 6
with associated embedded parts and
necessary civil works.
Provision and installation of top seal embedded
parts having stainless steel seal bearing plate
10.82 (ASTM A240 Type 316L) having minimum Set 6
thickness of 10mm. Removal of existing
equipment is also included.
Rehabilitation of gate leaf and replacement of
fixed wheel assemblies including sand blasting
10.83 Set 6
and painting of complete gate leaf and allied
channels/ parts.
Provision and installation of top, side and
10.84 bottom rubber sealing arrangement including Set 6
the removal of old equipment.
Overhauling, oiling/greasing of existing
hoisting machines, rope drums, supports,
10.85 Job 1
pinions, shafting, covers etc. and replacement
of damaged parts including painting.
Replacement of existing electric motors of
10.86 hoisting machines with new one along with all Set 6
allied parts.
Replacement of existing steel wire ropes along
10.87 Set 6
with their allied parts including turnbuckles etc.
Balancing, alignment and painting of counter
10.88 Job 1
weights and its allied channels.
Cleaning, and painting of super structure
10.89 columns railing, ladder and deck etc. complete Job 1
in all respects

Section 4 Bidding Forms 4-73


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Credit to old dismantled materials/ equipment


including materials from embedded parts, gate
Lump
10.90 leaf assemblies, hoisting systems, material 1
Sum
retrieved from existing electrical installations
and wooden planks etc.
Sub-total F

G Galvanized Steel Grating for Barrage and Canals


Designing, manufacturing / fabricating, supplying, delivery to site, installing of new Galvanized Steel Grating on the Super Structure after removal of the existing wooden
planks, modifying the structure to accommodate the steel grating, cleaning and painting of the existing surface complete in all respect for the places mentioned below. This
include the top decking, floor, stairs, balconies, etc.
10.91 Galvanized steel grating for Left Undersluice Job 1

10.92 Galvanized steel grating for Main Weir Job 1

10.93 Galvanized steel grating for Annexe Weir Job 1


Galvanized steel grating for complete Panjnad
10.94 Job 1
Canal head regulator
Galvanized steel grating for complete Abbasia
10.95 Job 1
Canal head regulator
Sub-total G

H Workshop Equipment
Supplying, delivery to site, installing, testing including necessary civil work in accordance with the Specifications, removal of existing equipment where required
and commissioning, training of staff and maintenance till conclusion of Defect Notification Period of item but not limited to the following Equipment:
10.96 Mobile Electric Welding Plant No. 1

10.97 Welding Rod Oven No. 2

10.98 Lathe Machine 10 ft. bed length No. 1

10.99 Bench Grinder No. 1

Section 4 Bidding Forms 4-74


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

10.100 Metal Cutting Band Saw Electric No. 1

10.101 Bench Drilling Machine No. 1

10.102 Chain Pulley Blocks (15 tons capacity) No. 2

10.103 Chain Pulley Blocks (10 tons capacity) No. 2

10.104 Chain Pulley Blocks (5 tons capacity) No. 2

10.105 Mobile Diesel Generators Set 25KVA No. 1

10.106 Mobile Diesel Set Generators 10KVA No. 1

10.107 Truck mounted crane No. 1

10.108 Snap-on Tool Sets with standard steel cabinet. No. 2

10.109 Electric Hand Drill Machine 1/2" - 3/4" No. 2

10.110 Magnetic base drill machine No. 2

10.111 Portable electric disk grinder No. 2

10.112 Executive chair No. 1

10.113 Office Chair (Wooden) No. 10

10.114 Executive table (Wooden) No. 1

10.115 Side Table (Wooden) No. 2

10.116 Steel Almirah No. 3

10.117 File Racks No. 3

Section 4 Bidding Forms 4-75


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

10.118 Working bench with vice No. 3

Sub-total H

I- Total Cost of Rehabilitation Works (Sum A+B+C+D+E+F+G+H)

10-2 ADDITIONAL DEPRESSED BAYS


Designing, manufacturing / fabrication, supplying, painting, delivery to site, installing, testing including necessary civil work in accordance with the Drawings and Specifications
including commissioning and maintenance till conclusion of Defect Notification Period of each item but not limited to the following Equipment:
New Gate Equipment - Additional Depressed Bays

A Fixed Wheel Gate


Side and Bottom embedded parts having 10
mm thick Stainless-Steel plates as Sill and
10.119 Side seal bearing surfaces, wheel track plate, Set 3
guide roller plate along with associated
embedded parts/civil works

Fixed Wheel type gate. The gates shall be


provided complete in all respects including
10.120 Set 3
bottom and side rubber sealing arrangement,
gate guides, sand blasting and painting etc.

Electrically/manually driven new hoisting


machines (including motors, reducers,
10.121 hydraulic brakes, dial indicator etc.). Lifting Set 3
speed of gate shall be 1 ft. per minute
electrically and 4 inches per minute manually
Provision/installation of new transmission
shafts according to the new design loading.
10.122 Flexible couplings, rigid couplings, self- Set 3
lubricating bushing shall be provided according
to the new design for trouble free operation.

Section 4 Bidding Forms 4-76


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate (PKR) Amount


Description Unit Quantity
No. In Figures In Words (PKR)

Provision/installation of new drum assemblies


including drums, drum gears, drum supports,
10.123 Set 3
drum axles, pinions and pinion shafts etc.
including cleaning and painting.
Provision of new Wire Ropes along with its
10.124 Set 3
allied parts
Counter Weight of Steel body with allied parts
10.125 Set 3
including sand blasting and painting.
Super Structure including hoisting deck,
requisite columns, galvanized steel grating,
10.126 Set 3
hand railing etc. including painting (complete in
all respects).
Provision of wooden regulation hut at
10.127 superstructure with proper ventilation and Job 1
sitting arrangement
Superstructure deck including hand railing and
galvanized steel grating (dimension as per site
requirement) to link the Main Weir Deck to new
10.128 Job 1
depressed bays deck and new depressed bays
deck to Annexe Weir deck complete in all
respect
Sub-total A

II-Total Cost of New Works (Sum A)

Total Bill No. 10 (I+II)

Section 4 Bidding Forms 4-77


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 11 - ELECTRICAL WORKS

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
Site survey, design, supply, manufacturing, transportation, storage, installation, earthing, testing and commissioning of the following items, consisting of but not limited to all
new branded fresh lot material, labour, tools and accessories etc. required for proper completion of each item/unit as per specification and drawings and/or as directed by
the Engineer.
A 11kV OVERHEAD NETWORK (HT/LT)
The new dedicated 11kV outgoing feeder from existing
132/11kV grid station Uch shareef MEPCO Bahawal pur
to control building of project premises / sites via barrage
colony , including MV panels (sending and receiving
end) underground cables and trenches, overhead
conductor with lattice steel structures poles associated
insulators and hardwares material complete as per
WAPDA/MEPCO prevailing rules and regulations . Site
survey, routing, spacing, design preparation,
submission, approval from MEPCO/WAPDA, execution,
testing and commissioning and associated works shall
be included in the Contractor's scope of work. All the
expenses of grid sharing, design vetting, material cost
and connection charges of WAPDA/MEPCO shall also
be borne by the contractor.
11.1 HT feeder/line as per site requirement km 15
HT/LT composite feeder/line as per site requirement
11.2 km 1.5
(from left to right side of barrage)
11.3 LT feeder/line as per site requirement km 2

Sub-total A

B DISTRIBUTION NETWORK (LV)

DISTRIBUTION TRANSFORMER
11/0.415 kV outdoor distribution transformer (pad or pole
mounted) complete with all other accessories as per
MEPCO/WAPDA standards procedures along with
demand notices charges and security deposits and
Section 4 Bidding Forms 4-78
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
obtaining of 11 kV electrical connections, installation
material, energy meters, terminations kits (in and out)
cable boxes, earthing, D fuses fittings etc. complete in
all respect, ready for connection from relevant utility
company.
11.4 200 kVA rating as specified Each 1

11.5 100 kVA rating as specified. Each 1


Sub-total B

C DIESEL GENERATOR SET

400 Volts, 3-phase 4 wire, 4 poles, 1500 rpm, 50 Hz skid


mounted DG sets (prime rating output at 50C) including
control panel, day fuel tank with pumping device
arrangements, foundations, Spare filters, necessary tool
kit and earthing complete in all respect as per site
installations instructions by the manufacturer. The
construction of room for DG sets shall also be included.

11.6 100 kVA rating as specified Each 2

11.7 50 kVA rating as specified Each 1

Sub-total C

D EARTHING AND BONDING SYSTEM

Bore / rode type earthing, as specified or detailed in


drawing and as directed by the Engineer. MV/LV
11.8 switchgear panels, Extra Low Voltage panels/boards, Each 28
DG sets, Transformers and others including SCADA and
Telecom System.

Sub-total D

Section 4 Bidding Forms 4-79


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
E LOW VOLTAGE SWITCHGEAR PANEL

The outdoor/indoor LV switchgear panel shall be


equipped with all necessary equipment/devices, factory
assembled, tested including O& M manuals, tools & Kit,
necessary spare parts as per relevant specifications and
drawing and as directed by the Engineer. The
mechanical strength/stability of existing steel structure
shall be checked where required prior to installations.

11.9 Manual Changeover Panel (MCO) Each 1

11.10 Dual Supply Changeover Panel Each 2

11.11 LV Switchgear Panels Each 5

11.12 Local Control Panel Each 70

11.13 Lighting Control Panel Each 8

Sub-total E

F CABLE TRAY SYSTEM

The cable tray shall be installed along with access


platform for maintenance wherever required at structure
for low voltage power and control cables through
connectivity/continuity earthing as Complete Unit
System as defined herein and mentioned in the relevant
specification or drawings as directed by of the Engineer.
The mechanical strength/stability of existing steel
structure shall be checked prior to installations.

Perforated Cable trays with its allied fitting accessories


11.14 Lot 1
etc.
Sub-total F

Section 4 Bidding Forms 4-80


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
G CABLE CONDUIT SYSTEM
The cable conduit shall be installed wherever required
for low voltage power/control cables as Complete Unit
System as defined herein and mentioned in the relevant
specification or drawings as directed by of the Engineer.
The mechanical strength/stability of existing steel
structure shall be checked prior to installations.
38 mm dia, GI conduit/flexible pipe complete with all
11.15 Rm 1500
accessories.
11.16 160 mm dia class-D, PVC pipe with all accessories Rm 110

Sub-total G

H POWER CABLES
Single/Multi core 3-Phase, 5 wire RYBN & E ,single core,
single phase 3 wires PNE pulled in cable tray/conduit as
specified requirements or detailed in drawing and as
directed by the Engineer. The mechanical
strength/stability of existing steel structure shall be
checked prior to installations.

11.17 Cu/XLPE/PVC Power Cable Single Core 185 mm2 Rm 4,050

11.18 Single core Cu/PVC 95 mm2 (CPC) Rm 1,013

Cu/XLPE/PVC Power Cable


11.19 Rm 3,862
Single Core 50 mm2
Single core Cu/PVC
11.20 Rm 891
25 mm2 (CPC)
Cu/XLPE/PVC Power Cable
11.21 Rm 102
Four Core 25 mm2 (R ,Y ,B & N)

Section 4 Bidding Forms 4-81


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
Single core Cu/PVC
11.22 Rm 102
16 mm2 (CPC)
Cu/XLPE/PVC Power Cable
11.23 Rm 532
Four Core 16 mm2 (R,Y,B& N)
Single core Cu/PVC
11.24 Rm 532
16 mm2 (CPC)
Cu/XLPE/PVC Power Cable
11.25 Rm 404
Four Core 6 mm2 (R,Y,B & N)
Single core Cu/PVC
11.26 Rm 404
6 mm2 (minimum)
Cu/XLPE/PVC Power Cable
11.27 Rm 413
Four Core 4 mm2 (R ,Y ,B & N)
Single core Cu/PVC
11.28 Rm 413
4 mm2 (CPC)

11.29 Single core 2.5 mm2 Cu/PVC/PVC Rm 1,337

Sub-total H

I JUNCTION/PULL BOX

The junction/pull box shall be installed wherever required


for low voltage power and control cables as Complete
Unit System as defined herein and mentioned in the
relevant specification or drawings as directed by of the
Engineer. The mechanical strength/stability of existing
steel structure shall be checked prior to installations.

11.30 Junction/pull box Each 80

Sub-total I
Section 4 Bidding Forms 4-82
Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
J OUTDOOR LIGHTING POLES and FIXTURES

The galvanized steel pole shall be as defined herein and


mentioned in the relevant specification or shown on
drawings or as directed by of the Engineer. The
contractor shall submit the pole and foundation detail
design for review/approval of the Engineer. The
mechanical strength/stability of existing steel structure
shall be checked (where required) prior to installations.

15-meter-high mast tubular galvanized steel pole with


11.31 Each 5
circular angular top 3 Nos. luminaries arrangements

10-meter-high tubular galvanized steel pole with single


11.32 Each 20
arm, single luminaries arrangements.

10 meter high tubular galvanized steel pole with double


11.33 arm, double luminaries including foundation base Each 5
arrangements.

4 meter high tubular galvanized steel pole with single


11.34 Each 71
arm, single luminaries arrangements.

4 meter high tubular galvanized steel pole with double


11.35 arm, double luminaries arrangements including Each 12
foundation base arrangements.

2 meter extended arm bracket tubular galvanized steel


11.36 Each 35
with luminaries fixing arrangements.

Section 4 Bidding Forms 4-83


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
The lighting fixture complete with LV cables/wiring
(PNE), MCBs, 150W HPSV (High Pressure Sodium
Vapour) lamp, glass refractor, aluminum reflector,
ballast, p.f. correction capacitor etc. make Philips, SGP
328 (VeloCity) or Thorn (Triumph 2) or lndulux (IVH-1) or
11.37 approved equivalent. The protection class of lamp Each 126
compartment shall be IP-66 and gear compartment IP-
43, or better. The light luminaries/fixtures shall be
installed at divide walls, steel superstructures and roads
area with extended arm bracket etc. as per site
installation requirement.
Road lighting fixture complete with 250W H.P. sodium
vapour lamp, glass refractor, capacitor etc. Philips make
SGP 338 (VeloCity) or Thorn (Triumph 2) or lndulux
11.38 Each 30
(IVH-1) or approved equivalent. The protection class of
lamp compartment shall be IP-66 and gear compartment
IP-43, or better (For 10 meter poles).
Enclosed lighting fixture completes with Ballast, Igniter,
Capacitor and 250 watts SON-T PIA Plus Lamp make
Philips Tango-3 or approved equivalent along with
11.39 metallic junction box with MCB plus terminal blocks for Each 4
connection. The protection class of lamp compartment
shall be IP-66 and gear compartment IP-43, or better
(Surface Mounted)
Enclosed lighting fixture completes with Ballast, Igniter,
Capacitor and 400 watts SON-T PIA Plus Lamp make
Philips Tango-3 or approved equivalent along with
11.40 metallic junction box with MCB plus terminal blocks for Each 15
connection. The protection class of lamp compartment
shall be IP-66 and gear compartment IP-43, or better
(For 15 m high mast)
Sub-total J

Section 4 Bidding Forms 4-84


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Rate (PKR)
Item No. Description Unit Quantity Amount (PKR)
In Figures In Words
K CONTROL BUILDING ELECTRIFICATION -

The internal and external electrification works including


lighting and small power, HVAC ,Fire Alarm, Fire
Extinguishers, LED lights (Surface /Suspended
/Recessed latest version), Intercom, Faade lights,
11.41 Job 1
grounding and lightening protection and others
facilities/appliances as defined herein and mentioned in
the relevant specification or drawings and as directed by
the Engineer.

Sub-total K

Total Cost of Bill No 11 ( A+B+C+D+E+F+G+H+I+J+K)


* The Bidder shall provide details of quantities and cost of each component item of units designated as job or lot on separate sheet along with the Bid.

Section 4 Bidding Forms 4-85


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 12 - SCHEDULE OF DAYWORK RATES

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

A Labour
12.1 Gang Leader Hr 800

12.2 Labourer Hr 5,600

12.3 Mason Hr 800

12.4 Carpenter Hr 240

12.5 Steel Fixer Hr 120

12.6 Welder Hr 120

12.7 Generator operator Hr 800

12.8 Grader operator Hr 120

12.9 Concrete mixer operator Hr 120

12.10 Driver for vehicle up to 10 tons, dumper Hr 120


Operator for excavator, dragline, shovel or
12.11 Hr 240
crane, compactor
Sub Total A

Allow Ten percent of subtotal for Contractors overheads, profit etc. in accordance with paragraph 3(b) of the Daywork Schedule

Total for Daywork: Labour

B Materials
12.12 Cement, ordinary Portland in bags Ton 40

Section 4 Bidding Forms 4-86


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

12.13 Fine aggregate for concrete as specified Cft 8,000

12.14 Coarse aggregate for concrete as specified Cft 8,000

12.15 Bricks Nos 80,000

12.16 Mild Steel reinforcing bars Ton 16

Sub Total B

Allow Ten percent of subtotal for Contractors overheads, profit etc. in accordance with paragraph 3(b) of the Day work Schedule

Total for Daywork: Materials

C Plant and Equipment


Excavator or face shovel:
12.17 Hr 800
Up-to and including 1 Cu.M.
Tractor with ripper:
12.18 Hr 400
Up-to and including 200 HP
Dump Trucks:

12.19 1. Up-to 10 cu.m. capacity Hr 200

2. Over 10 cu.m capacity Hr 200


Concrete mixers
12.20 Hr 1600
2 bag capacity
12.21 Welding machine with accessories Hr 400

12.22 Portable electric generator 5 KW Hr 400

12.23 Water tanker 1500 gallon capacity Hr 400

12.24 Air compressor 125 psi capacity Hr 400

12.25 Dozer (100-200 HP) Hr 400

Section 4 Bidding Forms 4-87


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Item Rate Amount


Description Unit Quantity
No. In Figures In Words (PKR)

12.26 Vibratory Roller Compactors (18 Tons) Hr 200

12.27 Plate Compactor Hr 300


Concrete Transit Mixers (Nominal size 6-8
12.28 Hr 500
m3)
12.29 Tractor with trolley of 375 Cft. Capacity Hr 200

12.30 Immersion-type Vibrator of 1.5 inch. dia Hr 250

12.31 Diesel Electric Generation set (60-150 KVA) Hr 400

Total for Daywork: Plant and Equipment-C

Note: Amounts for work executed under DAYWORKS shall be expended in whole or in parts at the discretion and as per direction of the Engineer.

Section 4 Bidding Forms 4-88


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

BILL NO. 12
SUMMARY DAYWORKS

Item
Description Amount (PKR)
No.

12.1 Total for Daywork: Labour

12.2 Total for Daywork: Materials

12.3 Total for Daywork: Plant and Equipment

Total Bill No. 12 (Dayworks)

Section 4 Bidding Forms 4-89


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Daywork Schedule

General
1. Reference should be made to Sub-Clause 13.6 of the General Conditions. Work shall not be executed on a Daywork
basis except by written order of the Engineer. Bidders shall enter basic rates for Daywork items in the Schedules,
which rates shall apply to any quantity of Daywork ordered by the Engineer. Nominal quantities have been indicated
against each item of Daywork, and the extended total for Daywork shall be carried forward as a Provisional Sum to
the Summary Total Bid Amount. Unless otherwise adjusted, payments for Daywork shall be subject to price
adjustment in accordance with the provisions in the Conditions of Contract.

Daywork Labour

2. In calculating payments due to the Contractor for the execution of Daywork, the hours for labour will be reckoned
from the time of arrival of the labour at the job site to execute the particular item of Daywork to the time of return to
the original place of departure, but excluding meal breaks and rest periods. Only the time of classes of labour directly
doing work ordered by the Engineer and for which they are competent to perform will be measured. The time of
gangers (charge hands) actually doing work with the gangs will also be measured but not the time of foremen or
other supervisory personnel.

3. The Contractor shall be entitled to payment in respect of the total time that labour is employed on daywork,
calculated at the basic rates entered by him in the Schedule of Daywork Rates for Labour, together with an additional
percentage payment on basic rates representing the Contractors profit, overheads, etc., as described below:

(a) The basic rates for labour shall cover all direct costs to the Contractor, including (but not limited to) the amount
of wages paid to such labour, transportation time, overtime, subsistence allowances, and any sums paid to or
on behalf of such labour for social benefits in accordance with the Pakistani law. The basic rates will be payable
in local currency only.

(b) The additional percentage payment and applied to costs incurred under (a) above shall be deemed to cover the
Contractors profit, overheads, superintendence, liabilities, and insurances and allowances to labour,
timekeeping, and clerical and office work, the use of consumable stores, water, lighting, and power; the use and
repair of staging, scaffolding, workshops, and stores, portable power tools, manual plant, and tools; supervision
by the Contractors staff, foremen, and other supervisory personnel; and charges incidental to the foregoing.
Payments under this item will be made in local currency only.

Daywork Material
4. The Contractor shall be entitled to payment in respect of materials used for Daywork (except for materials for which
the cost is included in the percentage addition to labour costs as detailed heretofore), at the basic rates entered by
him in the Schedule of Daywork Rates for Materials together with an additional percentage payment on the basic
rates to cover overhead charges and profit, as follows:
a) The basic rates for materials shall be calculated on the basis of the invoiced price, freight, insurance, handling
expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at the Site. The basic rates
shall be stated in local currency and payment shall be made in local currency only.

b) The additional percentage payment applied to the payments made under Sub-Para (a) above; and

c) The cost of hauling materials used on work ordered to be carried out as Daywork from the store or stockpile on
the site to the place where it is to be used will be paid in accordance with the terms for Labor and Contractors
Equipment in this Schedule.

Section 4 Bidding Forms 4-90


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

Daywork Contractors Equipment

5. The Contractor shall be entitled to payments in respect of Contractors Equipment already on the Site and employed
on Daywork at the basic rental rates entered by him in the Schedule of Daywork Rates for Contractors Equipment.
The said rates shall be deemed to include complete allowance for depreciation, interest, indemnity and insurance,
repairs, maintenance, supplies, fuel, lubricants, and other consumables, and all overhead, profit and administrative
costs related to the use of such equipment. The cost of drivers, operators and assistants will be paid for separately
as described under the section on Daywork Labour.

6. In calculating the payment due to the Contractor for Contractors Equipment employed on Daywork, only the actual
number of working hours will be eligible for payment, except that where applicable and agreed with the Engineer,
the travelling time from the part of the Site where the Contractors Equipment was located when ordered Engineer
to be employed on Daywork and the time for return journey thereto shall be included for payment.

7. The basic rental rates for Contractors Equipment employed on Daywork shall be stated in local currency and
payment shall be made in local currency only.

Section 4 Bidding Forms 4-91


Bidding Document for Rehabilitation and Upgrading of Panjnad Barrage (Addendum No. 1) Single-Stage: Two-Envelop

SPECIFIED PROVISIONAL SUMS


BILL OF QUANTITIES
Summary

Item No. Description Amount (PKR)

SPS. 1 Provide equipment and supplies for Engineer's / Employer's office and field survey and security arrangements. 65,000,000

SPS. 2 Maintain equipment for Engineer's / Employer's office and field survey. 5,000,000

SPS. 3 Provision of Spare parts and Testing and maintenance equipment as directed by the Engineer. 10,000,000

Adjustment of Contract Price for changes in legislation under sub-clause 13.7 of G.C.C., adjustment for changes in
SPS. 4 cost under sub-clause 13.8 of G.C.C. and any other authorized reimbursements under the Contract 600,000,000

SPS. 5 Payment to Dispute Board under Clause 20 of G.C.C. (Employer's share only) 8,000,000

Design, provision and installation of 11 kV HT/LT overhead network including energy meters through
SPS. 6 DISCO/WAPDA for existing Barrage Colony and offices 15,000,000

SPS. 7 Continuation of Contractor's provided services during Defects Notification Period. 2,000,000

705,000,000

Section 4 Bidding Forms 4-92


ANNEXURE D
SCADA DRAWING
Additional Bays
(3 Bays)
ANNEXURE E
EMP FIGURE-4
Figure 4: Organization Chart for Environment Management / Monitoring Implementation

Project Management Office


(PMO)
Project Director (PD)

Deputy Project Director (DPD)


Director Technical

Director (Environment and


Social Safeguards) Construction Supervision Consultants Contractor

Deputy Director Environment


Head HSE
Environmentalist Specialist

Deputy Director Jr. Resettlement Environmental


Sociology Environmentalist Expert Officer
ANNEXURE F
DRAWINGS

Vous aimerez peut-être aussi