Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
89 views235 pages

AWS Specifications

This document contains a price schedule for goods to be imported for an automatic weather station (AWS) project. It lists 5 line items for goods including data loggers, GSM/GPRS/satellite modems, automatic rainfall and snowfall sensors. For each item, it requests the delivery date, quantity, unit price in Pakistani rupees and foreign currency, CIP price per item and total price. The total price is the sum of the CIP price and price for inland transportation to the final destination.

Uploaded by

Akin Akinmosin
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
89 views235 pages

AWS Specifications

This document contains a price schedule for goods to be imported for an automatic weather station (AWS) project. It lists 5 line items for goods including data loggers, GSM/GPRS/satellite modems, automatic rainfall and snowfall sensors. For each item, it requests the delivery date, quantity, unit price in Pakistani rupees and foreign currency, CIP price per item and total price. The total price is the sum of the CIP price and price for inland transportation to the final destination.

Uploaded by

Akin Akinmosin
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 235

Section IV – Bidding Forms 52

PRICE SCHEDULES FOR LOT -1: DESIGN, SUPPLY AND INSTALLATION OF AWS (09 NOS.)
Section IV – Bidding Forms 53

Lot 1 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported to be filled by the bidder

Price per line item


for inland
Unit price CIP Price transportation and
CIP [Project per line item other services
Director Office, required in the Total Price
Line per Line item
Delivery BIWRMDP] Purchaser’s
Item Country
Date as Physical in accordance with Country to convey
No. Description of Goods of Qty
defined by Unit ITB 14.8(b)(i) the Goods to their
Origin
Incoterms final destination
specified in BDS

Foreign Foreign Foreign


PKR PKR PKR PKR
Currency Currency Currency

(12) =
(9) = (5) x (10) = (5) x (13) =
(1) (2) (3) (4) (5) (6) (7) (8) (11) (9) +
(7) (8) (10)
(11)
Data Logger

Supply of Data logger. (See Section VII - Schedule of


1.1 9 No.
Requirements) with 3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.2 9 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Supply of Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories,
1.3 antenna and cables etc., Serial Extension Board, Connection 9 No.
Terminals where required. (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Sensors AWS

Supply of Automatic Rainfall Gauging Sensor. (See Section VII


1.4 - Schedule of Requirements) with 3 years replacement 9 No.
warranty.
Supply of Automatic Snowfall monitoring Sensor. (See Section
1.5 VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Section IV – Bidding Forms 53

Lot 1 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported to be filled by the bidder

Price per line item


for inland
Unit price CIP Price transportation and
CIP [Project per line item other services
Director Office, required in the Total Price
Line per Line item
Delivery BIWRMDP] Purchaser’s
Item Country
Date as Physical in accordance with Country to convey
No. Description of Goods of Qty
defined by Unit ITB 14.8(b)(i) the Goods to their
Origin
Incoterms final destination
specified in BDS

Foreign Foreign Foreign


PKR PKR PKR PKR
Currency Currency Currency

(12) =
(9) = (5) x (10) = (5) x (13) =
(1) (2) (3) (4) (5) (6) (7) (8) (11) (9) +
(7) (8) (10)
(11)
Data Logger

Supply of Data logger. (See Section VII - Schedule of


1.1 9 No.
Requirements) with 3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.2 9 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Supply of Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories,
1.3 antenna and cables etc., Serial Extension Board, Connection 9 No.
Terminals where required. (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Sensors AWS

Supply of Automatic Rainfall Gauging Sensor. (See Section VII


1.4 - Schedule of Requirements) with 3 years replacement 9 No.
warranty.
Supply of Automatic Snowfall monitoring Sensor. (See Section
1.5 VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Section IV – Bidding Forms 54

Supply of Automatic Wind speed & Wind direction gauging


1.6 Sensor. (See Section VII - Schedule of Requirements) with 3 9 No.
years replacement warranty.
Supply of Automatic Relative Humidity & Air Temperature
1.7 monitoring Sensors. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Evaporation Gauging Sensor. (See
1.8 Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.
Supply of Automatic Atmospheric Pressure Gauging Sensor.
1.9 (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.
Supply of Automatic Solar Radiations and Sun-shine Hours
1.10 Monitoring Sensors. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Soil Temperature Gauging and Soil
1.11 Moisture Gauging Sensor. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted


operation of the AWS and Rechargeable battery for 30 days
1.12 9 No.
backup. (See Section VII - Schedule of Requirements) with 3
years replacement warranty.

Sensor Mast for AWS

Supply of Sensor Mast for automatic weather station (10 m) for


mounting of enclosure box and sensors, including all necessary
1.13 installation material like power cables, screws and bolts etc. 9 No.
(See Section VII - Schedule of Requirements) complete in all
respect.

Lightning Protection and other Equipment

Supply of Lightning Protection / Earthing complete job with all


1.14 required accessories. (See Section VII - Schedule of 9 No.
Requirements) with 3 years replacement warranty.
Supply of Panel/ Encloser for Data logger, Modem and Battery
including gasket and all mounting accessories. (See Section VII
1.15 9 No.
- Schedule of Requirements) with 3 years replacement
warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT


FOR TESTING & MEASUREMENT

Supply of Handheld Latest weather meter. (See Section VII -


1.16 2 No.
Schedule of Requirements)
Section IV – Bidding Forms 55

Supply of Rain Gauge Calibration Kit as per WMO standard


1.17 and system requirement. (See Section VII - Schedule of 2 No.
Requirements)
Supply of Standard Relative humidity indicator as per WMO
1.18 standard and system requirement. (See Section VII - Schedule 2 No.
of Requirements)
Supply of Standard rust proof locks (with three keys) for
1.19 NEMA enclosure & respective sites. (See Section VII - 9 No.
Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII -


1.20 9 No.
Schedule of Requirements)

Supply of Portable Professional Oscilloscope 100 MHz


1.21 1 No.
bandwidth. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard


1.22 1 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Infrared Thermometer of standard


1.23 2 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Multi meter of standard brand. (See


1.24 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard brand. (See


1.25 1 No.
Section VII - Schedule of Requirements)

Supply of Toolkits including drill machines and all required


tools for calibration, operation & maintenance of the AWS and
1.26 SFG stations or as recommended by the AWS and SFG sensors 1 No.
manufacturers. The toolkits shall be made to ANSI standards.
(See Section VII - Schedule of Requirements)
Supply of handheld field Data Collector and data presentor
including all required accessories and softwares (See See
1.27 1 No.
Section VII - Schedule of Requirements) with 3 years
replacement warranty.

MANDATORY SPARES

Supply of Data logger. (See Section VII - Schedule of


1.28 1 No.
Requirements) with 3 years replacement warranty.

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.29 1 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 56

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/


Imarsat/ Thuraya) along with connection including all
1.30 accessories, antenna and cables etc., Serial Extension Board, 1 No.
Connection Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement warranty.

Supply of Automatic Rainfall Gauging Sensor. (See Section VII


1.31 - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Supply of Automatic Snowfall monitoring Sensor. (See Section
1.32 VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Supply of Automatic Wind speed & Wind direction gauging
1.33 Sensor. (See Section VII - Schedule of Requirements) with 3 1 No.
years replacement warranty.
Supply of Automatic Relative Humidity & Air Temperature
1.34 monitoring Sensors. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Evaporation Gauging Sensor. (See
1.35 Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.
Supply of Automatic Atmospheric Pressure Gauging Sensor.
1.36 (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.
Supply of Automatic Solar Radiations and Sun-shine Hours
1.37 Monitoring Sensors. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Soil Temperature Gauging and Soil
1.38 Moisture Gauging Sensor. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.

Total Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 54

Supply of Automatic Wind speed & Wind direction gauging


1.6 Sensor. (See Section VII - Schedule of Requirements) with 3 9 No.
years replacement warranty.
Supply of Automatic Relative Humidity & Air Temperature
1.7 monitoring Sensors. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Evaporation Gauging Sensor. (See
1.8 Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.
Supply of Automatic Atmospheric Pressure Gauging Sensor.
1.9 (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.
Supply of Automatic Solar Radiations and Sun-shine Hours
1.10 Monitoring Sensors. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Soil Temperature Gauging and Soil
1.11 Moisture Gauging Sensor. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted


operation of the AWS and Rechargeable battery for 30 days
1.12 9 No.
backup. (See Section VII - Schedule of Requirements) with 3
years replacement warranty.

Sensor Mast for AWS

Supply of Sensor Mast for automatic weather station (10 m) for


mounting of enclosure box and sensors, including all necessary
1.13 installation material like power cables, screws and bolts etc. 9 No.
(See Section VII - Schedule of Requirements) complete in all
respect.

Lightning Protection and other Equipment

Supply of Lightning Protection / Earthing complete job with all


1.14 required accessories. (See Section VII - Schedule of 9 No.
Requirements) with 3 years replacement warranty.
Supply of Panel/ Encloser for Data logger, Modem and Battery
including gasket and all mounting accessories. (See Section VII
1.15 9 No.
- Schedule of Requirements) with 3 years replacement
warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT


FOR TESTING & MEASUREMENT

Supply of Handheld Latest weather meter. (See Section VII -


1.16 2 No.
Schedule of Requirements)
Section IV – Bidding Forms 55

Supply of Rain Gauge Calibration Kit as per WMO standard


1.17 and system requirement. (See Section VII - Schedule of 2 No.
Requirements)
Supply of Standard Relative humidity indicator as per WMO
1.18 standard and system requirement. (See Section VII - Schedule 2 No.
of Requirements)
Supply of Standard rust proof locks (with three keys) for
1.19 NEMA enclosure & respective sites. (See Section VII - 9 No.
Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII -


1.20 9 No.
Schedule of Requirements)

Supply of Portable Professional Oscilloscope 100 MHz


1.21 1 No.
bandwidth. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard


1.22 1 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Infrared Thermometer of standard


1.23 2 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Multi meter of standard brand. (See


1.24 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard brand. (See


1.25 1 No.
Section VII - Schedule of Requirements)

Supply of Toolkits including drill machines and all required


tools for calibration, operation & maintenance of the AWS and
1.26 SFG stations or as recommended by the AWS and SFG sensors 1 No.
manufacturers. The toolkits shall be made to ANSI standards.
(See Section VII - Schedule of Requirements)
Supply of handheld field Data Collector and data presentor
including all required accessories and softwares (See See
1.27 1 No.
Section VII - Schedule of Requirements) with 3 years
replacement warranty.

MANDATORY SPARES

Supply of Data logger. (See Section VII - Schedule of


1.28 1 No.
Requirements) with 3 years replacement warranty.

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.29 1 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 56

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/


Imarsat/ Thuraya) along with connection including all
1.30 accessories, antenna and cables etc., Serial Extension Board, 1 No.
Connection Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement warranty.

Supply of Automatic Rainfall Gauging Sensor. (See Section VII


1.31 - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Supply of Automatic Snowfall monitoring Sensor. (See Section
1.32 VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Supply of Automatic Wind speed & Wind direction gauging
1.33 Sensor. (See Section VII - Schedule of Requirements) with 3 1 No.
years replacement warranty.
Supply of Automatic Relative Humidity & Air Temperature
1.34 monitoring Sensors. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Evaporation Gauging Sensor. (See
1.35 Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.
Supply of Automatic Atmospheric Pressure Gauging Sensor.
1.36 (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.
Supply of Automatic Solar Radiations and Sun-shine Hours
1.37 Monitoring Sensors. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Soil Temperature Gauging and Soil
1.38 Moisture Gauging Sensor. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.

Total Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 52

PRICE SCHEDULES FOR LOT -1: DESIGN, SUPPLY AND INSTALLATION OF AWS (09 NOS.)
Section IV – Bidding Forms 53

Lot 1 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported to be filled by the bidder

Price per line item


for inland
Unit price CIP Price transportation and
CIP [Project per line item other services
Director Office, required in the Total Price
Line per Line item
Delivery BIWRMDP] Purchaser’s
Item Country
Date as Physical in accordance with Country to convey
No. Description of Goods of Qty
defined by Unit ITB 14.8(b)(i) the Goods to their
Origin
Incoterms final destination
specified in BDS

Foreign Foreign Foreign


PKR PKR PKR PKR
Currency Currency Currency

(12) =
(9) = (5) x (10) = (5) x (13) =
(1) (2) (3) (4) (5) (6) (7) (8) (11) (9) +
(7) (8) (10)
(11)
Data Logger

Supply of Data logger. (See Section VII - Schedule of


1.1 9 No.
Requirements) with 3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.2 9 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Supply of Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories,
1.3 antenna and cables etc., Serial Extension Board, Connection 9 No.
Terminals where required. (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Sensors AWS

Supply of Automatic Rainfall Gauging Sensor. (See Section VII


1.4 - Schedule of Requirements) with 3 years replacement 9 No.
warranty.
Supply of Automatic Snowfall monitoring Sensor. (See Section
1.5 VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Section IV – Bidding Forms 54

Supply of Automatic Wind speed & Wind direction gauging


1.6 Sensor. (See Section VII - Schedule of Requirements) with 3 9 No.
years replacement warranty.
Supply of Automatic Relative Humidity & Air Temperature
1.7 monitoring Sensors. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Evaporation Gauging Sensor. (See
1.8 Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.
Supply of Automatic Atmospheric Pressure Gauging Sensor.
1.9 (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.
Supply of Automatic Solar Radiations and Sun-shine Hours
1.10 Monitoring Sensors. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Soil Temperature Gauging and Soil
1.11 Moisture Gauging Sensor. (See Section VII - Schedule of 9 No.
Requirements), with 3 years replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted


operation of the AWS and Rechargeable battery for 30 days
1.12 9 No.
backup. (See Section VII - Schedule of Requirements) with 3
years replacement warranty.

Sensor Mast for AWS

Supply of Sensor Mast for automatic weather station (10 m) for


mounting of enclosure box and sensors, including all necessary
1.13 installation material like power cables, screws and bolts etc. 9 No.
(See Section VII - Schedule of Requirements) complete in all
respect.

Lightning Protection and other Equipment

Supply of Lightning Protection / Earthing complete job with all


1.14 required accessories. (See Section VII - Schedule of 9 No.
Requirements) with 3 years replacement warranty.
Supply of Panel/ Encloser for Data logger, Modem and Battery
including gasket and all mounting accessories. (See Section VII
1.15 9 No.
- Schedule of Requirements) with 3 years replacement
warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT


FOR TESTING & MEASUREMENT

Supply of Handheld Latest weather meter. (See Section VII -


1.16 2 No.
Schedule of Requirements)
Section IV – Bidding Forms 55

Supply of Rain Gauge Calibration Kit as per WMO standard


1.17 and system requirement. (See Section VII - Schedule of 2 No.
Requirements)
Supply of Standard Relative humidity indicator as per WMO
1.18 standard and system requirement. (See Section VII - Schedule 2 No.
of Requirements)
Supply of Standard rust proof locks (with three keys) for
1.19 NEMA enclosure & respective sites. (See Section VII - 9 No.
Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII -


1.20 9 No.
Schedule of Requirements)

Supply of Portable Professional Oscilloscope 100 MHz


1.21 1 No.
bandwidth. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard


1.22 1 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Infrared Thermometer of standard


1.23 2 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Multi meter of standard brand. (See


1.24 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard brand. (See


1.25 1 No.
Section VII - Schedule of Requirements)

Supply of Toolkits including drill machines and all required


tools for calibration, operation & maintenance of the AWS and
1.26 SFG stations or as recommended by the AWS and SFG sensors 1 No.
manufacturers. The toolkits shall be made to ANSI standards.
(See Section VII - Schedule of Requirements)
Supply of handheld field Data Collector and data presentor
including all required accessories and softwares (See See
1.27 1 No.
Section VII - Schedule of Requirements) with 3 years
replacement warranty.

MANDATORY SPARES

Supply of Data logger. (See Section VII - Schedule of


1.28 1 No.
Requirements) with 3 years replacement warranty.

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.29 1 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 56

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/


Imarsat/ Thuraya) along with connection including all
1.30 accessories, antenna and cables etc., Serial Extension Board, 1 No.
Connection Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement warranty.

Supply of Automatic Rainfall Gauging Sensor. (See Section VII


1.31 - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Supply of Automatic Snowfall monitoring Sensor. (See Section
1.32 VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.
Supply of Automatic Wind speed & Wind direction gauging
1.33 Sensor. (See Section VII - Schedule of Requirements) with 3 1 No.
years replacement warranty.
Supply of Automatic Relative Humidity & Air Temperature
1.34 monitoring Sensors. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Evaporation Gauging Sensor. (See
1.35 Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.
Supply of Automatic Atmospheric Pressure Gauging Sensor.
1.36 (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.
Supply of Automatic Solar Radiations and Sun-shine Hours
1.37 Monitoring Sensors. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.
Supply of Automatic Soil Temperature Gauging and Soil
1.38 Moisture Gauging Sensor. (See Section VII - Schedule of 1 No.
Requirements), with 3 years replacement warranty.

Total Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 57

Lot 1 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported* to be filled by the bidder

Price per
Sales
line item
and
for inland
other
Custom transporta
taxes
Duties and tion and
paid or
Unit price Import other
Price per line payable
including Taxes paid Unit Price net of services
item net of per item
Custom Duties per unit in custom duties and required
Deliver Custom Duties if
and Import accordance import taxes, in in the Total Price
y Date and Import Contrac
Count Taxes paid, in with ITB accordance with Purchaser per Line item
Line as Physi Taxes paid, in t is
ry of Qt accordance 14.8(c)(ii) , ITB 14.8 (c) (iii) ’s Country
Item Description of Goods defined cal accordance with awarde
Origi y with ITB [to be to convey
No. by Unit ITB 14.8(c)(i) d (in
n 14.8(c)(i) supported the Goods
Incoter accorda
by to their
ms nce with
documents] final
ITB
destinatio
14.8(c)(i
n specified
v)
in BDS

Forei Foreig Foreig Foreig


gn n n n
PKR PKR PKR PKR PKR PKR PKR
Curre Curre Curre Curre
ncy ncy ncy ncy
(12) = (13) = (16) =
(10) = (11) = (17) =
(1) (2) (3) (4) (5) (6) (7) (8) (9) (5) x (5) x (14) (15) (12) +
(7)-(9) (8) (13)
(10) (11) (14)

Data Logger

Supply of Data logger. (See Section VII - Schedule of Requirements) with


1.1 9 No.
3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem including all accessories,


antenna and cables etc., Serial Extension Board, Connection Terminals,
1.2 9 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Satellite Modem (GOES/ METEOSAT/ Imarsat/ Thuraya) along


with connection including all accessories, antenna and cables etc., Serial
1.3 9 No.
Extension Board, Connection Terminals where required. (See Section VII
- Schedule of Requirements) with 3 years replacement warranty.

Sensors AWS
Section IV – Bidding Forms 57

Lot 1 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported* to be filled by the bidder

Price per
Sales
line item
and
for inland
other
Custom transporta
taxes
Duties and tion and
paid or
Unit price Import other
Price per line payable
including Taxes paid Unit Price net of services
item net of per item
Custom Duties per unit in custom duties and required
Deliver Custom Duties if
and Import accordance import taxes, in in the Total Price
y Date and Import Contrac
Count Taxes paid, in with ITB accordance with Purchaser per Line item
Line as Physi Taxes paid, in t is
ry of Qt accordance 14.8(c)(ii) , ITB 14.8 (c) (iii) ’s Country
Item Description of Goods defined cal accordance with awarde
Origi y with ITB [to be to convey
No. by Unit ITB 14.8(c)(i) d (in
n 14.8(c)(i) supported the Goods
Incoter accorda
by to their
ms nce with
documents] final
ITB
destinatio
14.8(c)(i
n specified
v)
in BDS

Forei Foreig Foreig Foreig


gn n n n
PKR PKR PKR PKR PKR PKR PKR
Curre Curre Curre Curre
ncy ncy ncy ncy
(12) = (13) = (16) =
(10) = (11) = (17) =
(1) (2) (3) (4) (5) (6) (7) (8) (9) (5) x (5) x (14) (15) (12) +
(7)-(9) (8) (13)
(10) (11) (14)

Data Logger

Supply of Data logger. (See Section VII - Schedule of Requirements) with


1.1 9 No.
3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem including all accessories,


antenna and cables etc., Serial Extension Board, Connection Terminals,
1.2 9 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Satellite Modem (GOES/ METEOSAT/ Imarsat/ Thuraya) along


with connection including all accessories, antenna and cables etc., Serial
1.3 9 No.
Extension Board, Connection Terminals where required. (See Section VII
- Schedule of Requirements) with 3 years replacement warranty.

Sensors AWS
Section IV – Bidding Forms 58

Supply of Automatic Rainfall Gauging Sensor. (See Section VII - Schedule


1.4 9 No.
of Requirements) with 3 years replacement warranty.

Supply of Automatic Snowfall monitoring Sensor. (See Section VII -


1.5 1 No.
Schedule of Requirements) with 3 years replacement warranty.

Supply of Automatic Wind speed & Wind direction gauging Sensor. (See
1.6 Section VII - Schedule of Requirements) with 3 years replacement 9 No.
warranty.

Supply of Automatic Relative Humidity & Air Temperature monitoring


1.7 Sensors. (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.

Supply of Automatic Evaporation Gauging Sensor. (See Section VII -


1.8 9 No.
Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Atmospheric Pressure Gauging Sensor. (See Section


1.9 9 No.
VII - Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Solar Radiations and Sun-shine Hours Monitoring


1.10 Sensors. (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.

Supply of Automatic Soil Temperature Gauging and Soil Moisture


1.11 Gauging Sensor. (See Section VII - Schedule of Requirements), with 3 9 No.
years replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted operation of the


1.12 AWS and Rechargeable battery for 30 days backup. (See Section VII - 9 No.
Schedule of Requirements) with 3 years replacement warranty.

Sensor Mast for AWS

Supply of Sensor Mast for automatic weather station (10 m) for mounting
of enclosure box and sensors, including all necessary installation material
1.13 9 No.
like power cables, screws and bolts etc. (See Section VII - Schedule of
Requirements) complete in all respect.

Lightning Protection and other Equipment


Section IV – Bidding Forms 59

Supply of Lightning Protection / Earthing complete job with all required


1.14 accessories. (See Section VII - Schedule of Requirements) with 3 years 9 No.
replacement warranty.

Supply of Panel/ Encloser for Data logger, Modem and Battery including
1.15 gasket and all mounting accessories. (See Section VII - Schedule of 9 No.
Requirements) with 3 years replacement warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT FOR


TESTING & MEASUREMENT

Supply of Handheld Latest weather meter. (See Section VII - Schedule of


1.16 2 No.
Requirements)

Supply of Rain Gauge Calibration Kit as per WMO standard and system
1.17 2 No.
requirement. (See Section VII - Schedule of Requirements)

Supply of Standard Relative humidity indicator as per WMO standard and


1.18 2 No.
system requirement. (See Section VII - Schedule of Requirements)

Supply of Standard rust proof locks (with three keys) for NEMA enclosure
1.19 9 No.
& respective sites. (See Section VII - Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII - Schedule of
1.20 9 No.
Requirements)

Supply of Portable Professional Oscilloscope 100 MHz bandwidth. (See


1.21 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard brand. (See


1.22 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Infrared Thermometer of standard brand. (See


1.23 2 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Multi meter of standard brand. (See Section VII -
1.24 1 No.
Schedule of Requirements)
Section IV – Bidding Forms 60

Supply of Digital Latest Clamp Meter of standard brand. (See Section VII
1.25 1 No.
- Schedule of Requirements)

Supply of Toolkits including drill machines and all required tools for
calibration, operation & maintenance of the AWS and SFG stations or as
1.26 recommended by the AWS and SFG sensors manufacturers. The toolkits 1 No.
shall be made to ANSI standards. (See Section VII - Schedule of
Requirements)

Supply of handheld field Data Collector and data presentor including all
1.27 required accessories and softwares (See See Section VII - Schedule of 1 No.
Requirements) with 3 years replacement warranty.

MANDATORY SPARES

Supply of Data logger. (See Section VII - Schedule of Requirements) with


1.28 1 No.
3 years replacement warranty.

Supply of GSM/ GPRS communication Modem including all accessories,


antenna and cables etc., Serial Extension Board, Connection Terminals,
1.29 1 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories, antenna and
1.30 cables etc., Serial Extension Board, Connection Terminals where required. 1 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Automatic Rainfall Gauging Sensor. (See Section VII - Schedule


1.31 1 No.
of Requirements) with 3 years replacement warranty.

Supply of Automatic Snowfall monitoring Sensor. (See Section VII -


1.32 1 No.
Schedule of Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 61

Supply of Automatic Wind speed & Wind direction gauging Sensor. (See
1.33 Section VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.

Supply of Automatic Relative Humidity & Air Temperature monitoring


1.34 Sensors. (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.

Supply of Automatic Evaporation Gauging Sensor. (See Section VII -


1.35 1 No.
Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Atmospheric Pressure Gauging Sensor. (See Section


1.36 1 No.
VII - Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Solar Radiations and Sun-shine Hours Monitoring


1.37 Sensors. (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.

Supply of Automatic Soil Temperature Gauging and Soil Moisture


1.38 Gauging Sensor. (See Section VII - Schedule of Requirements), with 3 1 No.
years replacement warranty.

Total Bid Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local agent
or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the Purchaser. For clarity the Bidders are asked to quote the price including import duties,
and additionally to provide the import duties and the price net of import duties which is the difference of those values.]
Section IV – Bidding Forms 62

Lot 1 - Price Schedule: Goods Manufactured in the Purchaser’s Country to be filled by the bidder

Price per line


item for inland
Cost of local Sales and
transportation
labor, raw other taxes
and other
materials and payable per Total
Total services
Unit components line item if Price
Delivery EXW required in the
Line price from with Contract is per
Date as Physical price per Purchaser’s
Item Description of Goods Qty EXW origin in the awarded (in line
defined by Unit line item Country to
No. Purchaser’s accordance item
Incoterms convey the
Country with ITB
Goods to their
% of Col. 7 14.8(a)(ii)
final
destination

PKR PKR PKR PKR PKR PKR

(11) =
(7) = (4)
(1) (2) (3) (4) (5) (6) (8) (9) (10) (7) +
x (6)
(8)
Data Logger

Supply of Data logger. (See Section VII - Schedule of Requirements) with


1.1 9 No.
3 years replacement warranty.

GSM/ GPRS / Satellite Modems


Supply of GSM/ GPRS communication Modem including all accessories,
antenna and cables etc., Serial Extension Board, Connection Terminals,
1.2 9 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Satellite Modem (GOES/ METEOSAT/ Imarsat/ Thuraya) along


with connection including all accessories, antenna and cables etc., Serial
1.3 9 No.
Extension Board, Connection Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement warranty.

Sensors AWS

Supply of Automatic Rainfall Gauging Sensor. (See Section VII - Schedule


1.4 9 No.
of Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 63

Supply of Automatic Snowfall monitoring Sensor. (See Section VII -


1.5 1 No.
Schedule of Requirements) with 3 years replacement warranty.

Supply of Automatic Wind speed & Wind direction gauging Sensor. (See
1.6 Section VII - Schedule of Requirements) with 3 years replacement 9 No.
warranty.

Supply of Automatic Relative Humidity & Air Temperature monitoring


1.7 Sensors. (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.

Supply of Automatic Evaporation Gauging Sensor. (See Section VII -


1.8 9 No.
Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Atmospheric Pressure Gauging Sensor. (See Section


1.9 9 No.
VII - Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Solar Radiations and Sun-shine Hours Monitoring


1.10 Sensors. (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.

Supply of Automatic Soil Temperature Gauging and Soil Moisture Gauging


1.11 Sensor. (See Section VII - Schedule of Requirements), with 3 years 9 No.
replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted operation of the


1.12 AWS and Rechargeable battery for 30 days backup. (See Section VII - 9 No.
Schedule of Requirements) with 3 years replacement warranty.

Sensor Mast for AWS

Supply of Sensor Mast for automatic weather station (10 m) for mounting
of enclosure box and sensors, including all necessary installation material
1.13 9 No.
like power cables, screws and bolts etc. (See Section VII - Schedule of
Requirements) complete in all respect.
Section IV – Bidding Forms 64

Lightning Protection and other Equipment

Supply of Lightning Protection / Earthing complete job with all required


1.14 accessories. (See Section VII - Schedule of Requirements) with 3 years 9 No.
replacement warranty.

Supply of Panel/ Encloser for Data logger, Modem and Battery including
1.15 gasket and all mounting accessories. (See Section VII - Schedule of 9 No.
Requirements) with 3 years replacement warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT FOR


TESTING & MEASUREMENT
Supply of Handheld Latest weather meter. (See Section VII - Schedule of
1.16 2 No.
Requirements)

Supply of Rain Gauge Calibration Kit as per WMO standard and system
1.17 2 No.
requirement. (See Section VII - Schedule of Requirements)

Supply of Standard Relative humidity indicator as per WMO standard and


1.18 2 No.
system requirement. (See Section VII - Schedule of Requirements)

Supply of Standard rust proof locks (with three keys) for NEMA enclosure
1.19 9 No.
& respective sites. (See Section VII - Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII - Schedule of
1.20 9 No.
Requirements)

Supply of Portable Professional Oscilloscope 100 MHz bandwidth. (See


1.21 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard brand. (See


1.22 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Infrared Thermometer of standard brand. (See


1.23 2 No.
Section VII - Schedule of Requirements)
Section IV – Bidding Forms 65

Supply of Digital Latest Multi meter of standard brand. (See Section VII -
1.24 1 No.
Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard brand. (See Section VII -
1.25 1 No.
Schedule of Requirements)

Supply of Toolkits including drill machines and all required tools for
calibration, operation & maintenance of the AWS and SFG stations or as
1.26 recommended by the AWS and SFG sensors manufacturers. The toolkits 1 No.
shall be made to ANSI standards. (See Section VII - Schedule of
Requirements)

Supply of handheld field Data Collector and data presentor including all
1.27 required accessories and softwares (See See Section VII - Schedule of 1 No.
Requirements) with 3 years replacement warranty.

MANDATORY SPARES

Supply of Data logger. (See Section VII - Schedule of Requirements) with


1.28 1 No.
3 years replacement warranty.

Supply of GSM/ GPRS communication Modem including all accessories,


antenna and cables etc., Serial Extension Board, Connection Terminals,
1.29 1 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories, antenna and
1.30 cables etc., Serial Extension Board, Connection Terminals where required. 1 No.
(See Section VII - Schedule of Requirements) with 3 years replacement
warranty.

Supply of Automatic Rainfall Gauging Sensor. (See Section VII - Schedule


1.31 1 No.
of Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 66

Supply of Automatic Snowfall monitoring Sensor. (See Section VII -


1.32 1 No.
Schedule of Requirements) with 3 years replacement warranty.

Supply of Automatic Wind speed & Wind direction gauging Sensor. (See
1.33 Section VII - Schedule of Requirements) with 3 years replacement 1 No.
warranty.

Supply of Automatic Relative Humidity & Air Temperature monitoring


1.34 Sensors. (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.

Supply of Automatic Evaporation Gauging Sensor. (See Section VII -


1.35 1 No.
Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Atmospheric Pressure Gauging Sensor. (See Section


1.36 1 No.
VII - Schedule of Requirements), with 3 years replacement warranty.

Supply of Automatic Solar Radiations and Sun-shine Hours Monitoring


1.37 Sensors. (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.

Supply of Automatic Soil Temperature Gauging and Soil Moisture Gauging


1.38 Sensor. (See Section VII - Schedule of Requirements), with 3 years 1 No.
replacement warranty.

Total Bid Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
Section IV – Bidding Forms 67

Lot 1 - Price and Completion Schedule - Related Services


Date:
_______________
The Bidder can add up to three foreign currenies in accordance with ITB 15
RFB No:
_____________
Page N° ____ of
______

Delivery Total Price


Unit price
Country Date at per Service
Service Physical
Description of Services of place of Qty
No. Unit
Origin Final
destination Foreign Foreign
PKR PKR
Currency Currency

(9) = (5) (10) = (5)


(1) (2) (3) (4) (5) (6) (7) (8) x (7)or x (8) or
estimate estimate

Installation of Automatic Weather Stations (09 Nos)

Design, installation, erection, testing, commissioning of AWS supplied as per Price


Schedule for Goods complete in all respect, including furnishing and preparation of
foundation for sensor mast, fixing and erection of sensor mast, installation, testing
1.1 9 Nos.
and commissioning of data loggers, solar panels, sensors, modems, lightning
protection/ earthing, calibration of equipment, etc. (See Section VII - Schedule of
Requirements).
Providing and fixing of fencing at the AWS sites including leveling of Site as Per
WMO Standard site Requirement. The fencing works shall include welding, erection
and fixing of Angle Iron of 2" x 2" x 3/8" posts, entrance gate with locking
1.2 9 Nos.
arrangement and mesh of 3" x 3" with 8 SWG polished G.I wire. Fencing wire
meshes roll height shall be 6.5 ft and length 80 ft or as per site). (See Section VII -
Schedule of Requirements).

Documentations (Manuals and As Built Drawings)

Supply of User Manuals, Technical Manuals (software and Hardware),


1.3 Administration Manuals, Operation and Maintenance Manual, Troubleshooting 1 Job
Manuals and Equipment Manuals ((See Section VII - Schedule of Requirements)

1.4 Supply of As Built Drawings (See Section VII - Schedule of Requirements) 1 Job
Section IV – Bidding Forms 68

Preparation & Supply of Plans

Supply of Operational Management Plan, Station Management Plan, Calibration


1.5 1 Job
Procedures and Spare Parts Strategy (See Section VII - Schedule of Requirements)

Operation & Maintenance Visits in One Year (including Training of


Purchaser's Staff)

Training of Purchaser's Staff during installation, caliberation including 3 day post


1.6 1 Job
installation training section in Quetta (See Section VII - Schedule of Requirements)

Operation and maintenance visits including preparation and submission of site visit
1.7 reports and equipment condition survey reports. (See Section VII - Schedule of 2 Nos.
Requirements)

Construction of Guard Rooms (09 Nos)

Excavation in foundation for structures i/c dag belling and refilling around structure
2.1 7659 Cft N.A N.A
with excavated earth watering and ramming lead up to 1 chain lift up to 5' ft.

Cement concrete brick or stone ballast 1/2" to 2"gauge Ratio 1:4:8 i/c material from
2.2 1161 Cft N.A N.A
source to site of work

Damp proof course with cement sand and shingle concrete (1:2:4) including 2 coats
2.3 648 Sft N.A N.A
of asphaltic mixture i/c material from source to site of work, 2" thick

Providing and laying first class solid burnt brick masonry (Brick strength 1800 -
2.4 2000 psi) set in mud mortar including and raking out joints in foundation and 2619 Cft N.A N.A
substructure i/c cost of testing.

2.5 Reinforced cement concrete (C-25) 6831 Cft N.A N.A

2.6 Reinforcing Steel Grade-60. 22500 Kg N.A N.A


Section IV – Bidding Forms 69

2.7 Cement Plaster 1:3 3/4" thick i/c material from source to site of work 17028 Sft N.A N.A

2.8 White washing two coats 17028 Sft N.A N.A

Filling, watering and ramming earth in floor with new earth excavated from out side
2.9 1458 Cft N.A N.A
lead up to 1 chain and lift up to 5' ft i/c Earth from source to site of work

Filling, watering and ramming earth in floor with surplus earth from foundation lead
2.10 1098 Cft N.A N.A
up to one chain and lift up to 5 feet.

2.11 Laying and ramming dry ballast or kankar i/c material from source to site of work 1467 Cft N.A N.A

Providing and laying 1" thickness topping cement concrete (1:2:4) i/c surface
2.12 200 Cft N.A N.A
finishing and dividing into panels 2" thick i/c material from source to site of work

2.13 Distempering (Two coats) 2196 Sft N.A N.A

Providing and fixing in position, Doors of first class deodar wood frames, and 1 3/4"
2.14 thick commercial, ply veneer shutters of first class deodar skeleton (Hollow) and 603 Sft N.A N.A
commercial ply wood (3 ply) on both sides.

Supplying & fixing in position Sliding Windows and Ventilators of Alcop made
2.15 with Aluminium channels framing 5 mm thick tinted glass glazing (Belgium) & 450 Sft N.A N.A
Aluminium fly screen I/c handles stoppers & locking arrangement etc. complete.

Painting new surfaces Preparing and painting of doors and windows any type
2.16 9500 Sft N.A N.A
(including edges)
Section IV – Bidding Forms 70

Providing and fixing squating type white glazed earthen ware W.C Panwith
including the cost of flushing cistern with internal fitting and flush pipe with band
2.17 and making requisite Nos. of holes in wall plinth and floor for pipe connection and 9 Each N.A N.A
making good in cement concrete 1:2:4 W.C pan of not less than 23" clear opening
between flashing rims and 3 Gallon flushing tank 4" dia C.I trap.

Providing and fixing 18"x12" (47.72x30.49 cm) lavatory basin in white glazed
earthen ware complete with and i/c the cost of W.I or C.I cantilever brackets 6" built
into wall painted white in two coats after primary coat or red lead paint a pair of 1/2"
2.18 9 Each N.A N.A
dia chrome plated pillar tips 1-1/4" rubber plug and chrome plated brass chain 1-1/4"
dia malloable iron or C.P brass trips malloable iron bars union and making requisite
Nos. pipe connections and making good in cement concrete 1:2:4 (Standard Pattern)

Providing & fixing steel sinks stainless local make complete with cast iron or
wraught iron brackets 6 inches built in wall, 1-1/2" c.p bubber plug chrome plated
2.19 brass chain, 1-1/2" c.p brass waste, with 1-1/2" P.V.C. waste pipe & making 9 Each N.A N.A
requisite number of holes in wall & plinth & floor for pipe connection & making
good in cement concrete 1 : 2: 4.

Providing G.I pipes special and clamps etc i/c fixing cutting and fitting complete
with and i/c the cost of breaking through walls and roof making good etc painting
2.20 two coats after cleaning pipe etc with white zinc paint with pigment to match the 9 Each N.A N.A
colour of the building and testing with water pressure head of 200' ft and handling
(1/2" dia G.I Pipe)

Providing and fixing 4" dia C.I soil and vent pipe i/c cutting and fitting and extra
2.21 9 Each N.A N.A
painting to match the colour of building

Providing and fixing floor trap of approved self cleaning design with screwed down
grating with or without a vent arm and including making requisite number of
2.22 27 Each N.A N.A
holes in walls, plinth and floor for pipe connection and making good with C.I
floor trap 6" x 2" and 6" x 3" size with grating.
Section IV – Bidding Forms 71

Constructing manhole or inspection chamber for the required diameter of circular


sewer and 3'-6" (1067 mm) depth with B.B in cement sand mortar 1:3 cement plaster
1:3, 1/2" thick inside of walls and 1" 925 MM) thick over benching and channel i/c
fixing C.I manhole cover with rrame of clear opening 1-1/2" x1-1/2" (457x457 mm)
2.23 18 Each N.A N.A
of 1.75 Cwt (88.9 Kg) embedded in plain C.C 1:2:4 and fixing 1" (25 mm) dia steps
6" (150 mm) wide projecting 4" (102 mm) from the face of wall at 12" (305 mm)
C/C duly painted etc complete as per standard specification and drawing. (4" to 12"
dia 2'x2'x3'-6")
Concealed / open wiring for two way light points such tha two light points such that
two light points are controlled by 2 numbers two way switches and length from
2.24 switches to point is upto 40 ft. (12.5m ) with 3 x 1.5 Sq mm PVC insulated 27 Set N.A N.A
single core copper conductor Pakistan Cables, Poineer, Newage or approved
equivalent.
Supply and install 5 Amp, 250 Volt moulded, one-way, single pole flush
mounting piano type light control switch along with fan dimmers on
2.25 27 Set N.A N.A
appropriate size plastic box to be fixed recessed in wall alongwith switch box
and plate suitable for upto 3 switches on a common board.
Supply and install 10 Amp DC Circuit Breaker Single Pole Circuit Breaker 16
2.26 9 Unit N.A N.A
Ampere
Light Fixture Phillips Type LED 13 W, Bulbs complete inn all respects with
2.27 allied accessories or approved equivalent. The fitting shall be approved by the 36 Each N.A N.A
Engineer.

Supply and construction of roof drainage system including cost of materials labour,
2.28 according to Specifcation including cost of down pipes, disposal, etc. complete in all 9 Job N.A N.A
respect
Supply of Solar Power Pack for 24 hours un-interrupted operation of the Lighting
system with Rechargeable battery for 7 days backup. (See Section VII - Schedule of
2.29 9 Set N.A N.A
Requirements) with 3 years replacement warranty.

Supply and Fixing of Electric Motor Pumpset (1 HP) for water supply with all
2.30 Electrical and Plumbing connections to the underground tank and OH tank 9 No N.A N.A

Supply and fixing of UPVC Storage tanks (500 litres) as underground and OH
2.31 tanks 18 No N.A N.A

Any other requirement


2.32 9 PS N.A N.A

Taxes and Duties


Section IV – Bidding Forms 72

Payment for Duties and tax will be made in accordance with Special Conditions of
13,200,
3.1 Contract Clause 17.4. - PS N.A N.A
000

Total Bid Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 73

PRICE SCHEDULES FOR LOT -2: DESIGN, SUPPLY AND INSTALLATION OF SFG (02 NOS.)
Section IV – Bidding Forms 74

Lot 2 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, to be Imported to be filled by the bidder

Price per line


item for inland
transportation
and other
Unit price services
CIP [Project required in the
Director Office, CIP Price Purchaser’s Total Price
Delivery BIWRMDP] per Line item Country to per Line item
Line Country
Date as Physical in accordance with convey the
Item Description of Goods of Qty
defined by Unit ITB 14.8(b)(i) Goods to their
No. Origin
Incoterms final
destination
specified in
BDS

Foreign Foreign Foreign


PKR PKR PKR PKR
Currency Currency Currency
(12) =
(9) = (5) x (10) = (5) (13) =
(1) (2) (3) (4) (5) (6) (7) (8) (11) (9) +
(7) x (8) (10)
(11)

Data Logger

Supply of Data logger. (See Section VII - Schedule of


1.1 2 No.
Requirements), with 3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem.


1.2 (See Section VII - Schedule of Requirements), with 3 2 No.
years replacement warranty.

Supply of Satellite and Satellite Modem (GOES/


METEOSAT/ Imarsat/ Thuraya) along with
connection including all accessories, antenna and
1.3 cables etc., Serial Extension Board, Connection 2 No
Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement
warranty.
Section IV – Bidding Forms 75

Sensors Stream Flow Gauging

Supply of dual function Automatic Stream Flow and


1.4 level Gauging Sensor. (See Section VII - Schedule of 2 No.
Requirements) with 3 years replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-


interrupted operation of the SFG and Rechargeable
1.5 battery for 30 days backup. (See Section VII - 2 No.
Schedule of Requirements), with 3 years replacement
warranty.

Manual Staff Gauges

Supply of manual staff gauges (of 3 m length each)


1.6 for manual gauge readings at stream flow gauging 2 No.
stations.

Sensor Mast / Mountings for SFG

Supply of Sensor Mounting for stream flow gauging


sensors, including all necessary installation material
1.7 2 No.
like power cables, screws and bolts etc. (See Section
VII - Schedule of Requirements)

Supply of Mounting/ Mast (4 m) for solar PV Panel


and enclosed box containing Data Logger,
1.8 Communication Modems, Rechargeable battery etc. 2 No.
(See Section VII - Schedule of Requirements) at
stream flow gauging station.

Lightning Protection and other Equipment

Supply of Lightning Protection/ Earthing complete


job with all required accessories. (See See Section
1.9 2 No.
VII - Schedule of Requirements) with 3 years
replacement warranty.

Supply of Panel/ Encloser for Data logger, Modem


and Battery including gasket and all mounting
1.10 2 No.
accessories. (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 76

TOOLS & ACCESSORIES INCLUDING


EQUIPMENT FOR TESTING &
MEASUREMENT
Supply of Standard rust proof locks (with three keys)
1.11 for NEMA enclosure & respective sites. (See Section 2 No.
VII - Schedule of Requirements)
Supply of Sign Boards for respective sites. (See
1.12 2 No.
Section VII - Schedule of Requirements)
Supply of Portable Professional Oscilloscope 100
1.13 MHz bandwidth. (See Section VII - Schedule of 1 No.
Requirements)
Supply of Digital Latest Insulation Multi meter of
1.14 standard brand. (See Section VII - Schedule of 1 No.
Requirements)
Supply of Digital Latest Multi meter of standard
1.15 1 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard


1.16 1 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Toolkits including drill machines and all


required tools for calibration, operation &
maintenance of the AWS and SFG stations or as
1.17 recommended by the AWS and SFG sensors 1 No.
manufacturers. The toolkits shall be made to ANSI
standards. (See Section VII - Schedule of
Requirements)
Supply of Digital Latest Standard Water Quality
1.18 Monitoring Equipment as per WHO Standards. (See 2 No.
Section VII - Schedule of Requirements)

Supply of handheld field Data Collector and data


presentor including all required accessories and
1.19 1 No.
softwares (See See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

MANDATORY SPARES

Supply of Dual function Automatic Stream Flow and


Water Level Gauging Sensor. (See Section VII -
1.20 1 No.
Schedule of Requirements) with 3 years replacement
warranty.
Section IV – Bidding Forms 77

Supply of GSM/ GPRS communication Modem


including all accessories, antenna and cables etc.,
1.21 Serial Extension Board, Connection Terminals, (See 1 No.
Section VII - Schedule of Requirements) with 3 years
replacement warranty.
Supply of Satellite and Satellite Modem (GOES/
METEOSAT/ Imarsat/ Thuraya) along with
connection including all accessories, antenna and
1.22 cables etc., Serial Extension Board, Connection 1 No.
Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement
warranty.

Total Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 78

Lot 2 - Price Schedule: Goods Manufactured Outside the Purchaser’s Country, already imported* to be filled by the bidder

Price per
line item
for
Sales
Custom inland
and
Duties transpor
other
and tation
taxes
Import and
paid or
Taxes other
Unit price Unit Price net Price per line payabl
paid per services
including of custom item net of e per
unit in required
Delive Custom Duties duties and Custom Duties item if
accorda in the
ry and Import import taxes, in and Import Contra Total Price
Coun nce with Purchase
Date Taxes paid, in accordance Taxes paid, in ct is per Line item
Line try Phys ITB r’s
as Q accordance with ITB 14.8 accordance award
Item Description of Goods of ical 14.8(c)(i Country
define ty with ITB (c) (iii) with ITB ed (in
No. Origi Unit i) , [to to convey
d by 14.8(c)(i) 14.8(c)(i) accord
n be the
Incote ance
support Goods to
rms with
ed by their
ITB
docume final
14.8(c)
nts] destinati
(iv)
on
specified
in BDS
Foreig Forei Forei Forei
PK n PKR gn gn gn
PKR PKR PKR PKR PKR
R Curre Curre Curre Curre
ncy ncy ncy ncy
(12) = (13) = (16) =
(10) = (11) = (17) =
(1) (2) (3) (4) (5) (6) (7) (8) (9) (5) x (5) x (14) (15) (12) +
(7)-(9) (8) (13)
(10) (11) (14)

Data Logger

Supply of Data logger. (See Section VII - Schedule of


1.1 2 No.
Requirements), with 3 years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem. (See Section


1.2 VII - Schedule of Requirements), with 3 years replacement 2 No.
warranty.
Section IV – Bidding Forms 79

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/


Imarsat/ Thuraya) along with connection including all
1.3 accessories, antenna and cables etc., Serial Extension Board, 2 No
Connection Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement warranty

Sensors Stream Flow Gauging

Supply of dual function Automatic Stream Flow and level


1.4 Gauging Sensor. (See Section VII - Schedule of Requirements) 2 No.
with 3 years replacement warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted


operation of the SFG and Rechargeable battery for 30 days
1.5 2 No.
backup. (See Section VII - Schedule of Requirements), with 3
years replacement warranty.

Manual Staff Gauges

Supply of manual staff gauges (of 3 m length each) for manual


1.6 2 No.
gauge readings at stream flow gauging stations.

Sensor Mast / Mountings for SFG

Supply of Sensor Mounting for stream flow gauging sensors,


including all necessary installation material like power cables,
1.7 2 No.
screws and bolts etc. (See Section VII - Schedule of
Requirements)

Supply of Mounting/ Mast (4 m) for solar PV Panel and


enclosed box containing Data Logger, Communication
1.8 2 No.
Modems, Rechargeable battery etc. (See Section VII -
Schedule of Requirements) at stream flow gauging station.

Lightning Protection and other Equipment

Supply of Lightning Protection/ Earthing complete job with all


1.9 required accessories. (See See Section VII - Schedule of 2 No.
Requirements) with 3 years replacement warranty.
Section IV – Bidding Forms 80

Supply of Panel/ Encloser for Data logger, Modem and Battery


including gasket and all mounting accessories. (See Section
1.10 2 No.
VII - Schedule of Requirements) with 3 years replacement
warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT


FOR TESTING & MEASUREMENT

Supply of Standard rust proof locks (with three keys) for


1.11 NEMA enclosure & respective sites. (See Section VII - 2 No.
Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII -


1.12 2 No.
Schedule of Requirements)

Supply of Portable Professional Oscilloscope 100 MHz


1.13 1 No.
bandwidth. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard


1.14 1 No.
brand. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Multi meter of standard brand. (See


1.15 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard brand. (See


1.16 1 No.
Section VII - Schedule of Requirements)

Supply of Toolkits including drill machines and all required


tools for calibration, operation & maintenance of the AWS and
1.17 SFG stations or as recommended by the AWS and SFG 1 No.
sensors manufacturers. The toolkits shall be made to ANSI
standards. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Standard Water Quality Monitoring


1.18 Equipment as per WHO Standards. (See Section VII - 2 No.
Schedule of Requirements)
Section IV – Bidding Forms 81

Supply of handheld field Data Collector and data presentor


including all required accessories and softwares (See See
1.19 1 No.
Section VII - Schedule of Requirements) with 3 years
replacement warranty.

MANDATORY SPARES

Supply of Dual function Automatic Stream Flow and Water


1.20 Level Gauging Sensor. (See Section VII - Schedule of 1 No.
Requirements) with 3 years replacement warranty.

Supply of GSM/ GPRS communication Modem including all


accessories, antenna and cables etc., Serial Extension Board,
1.21 1 No.
Connection Terminals, (See Section VII - Schedule of
Requirements) with 3 years replacement warranty.

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/


Imarsat/ Thuraya) along with connection including all
1.22 accessories, antenna and cables etc., Serial Extension Board, 1 No.
Connection Terminals where required. (See Section VII -
Schedule of Requirements) with 3 years replacement warranty.

Total Bid Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [insert date]
* [For previously imported Goods, the quoted price shall be distinguishable from the original import value of these Goods declared to customs and shall include any rebate or mark-up of the local
agent or representative and all local costs except import duties and taxes, which have been and/or have to be paid by the Purchaser. For clarity the Bidders are asked to quote the price including import
duties, and additionally to provide the import duties and the price net of import duties which is the difference of those values.]
Section IV – Bidding Forms 82

Lot 2 - Price Schedule: Goods Manufactured in the Purchaser’s Country to be filled by the bidder

Price per line Sales and


item for Cost of other
inland local labor, taxes
transportatio raw payable
n and other materials per line
Total
services and item if Total
Unit EXW
Delivery required in components Contract Price
Line price price
Date as Physical the from with is per line
Item Description of Goods Qty EXW per line
defined by Unit Purchaser’s origin in awarded item
No. item
Incoterms Country to the (in
convey the Purchaser’s accordanc
Goods to Country e with
their final % of Col. 7 ITB
destination 14.8(a)(ii)

PKR PKR PKR PKR PKR PKR

(7) = (11) =
(1) (2) (3) (4) (5) (6) (4) x (8) (9) (10) (7) +
(6) (8)
Data Logger

Supply of Data logger. (See Section VII - Schedule of Requirements), with 3


1.1 2 No.
years replacement warranty.

GSM/ GPRS / Satellite Modems

Supply of GSM/ GPRS communication Modem. (See Section VII - Schedule


1.2 2 No.
of Requirements), with 3 years replacement warranty.

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories, antenna and cables
1.3 2 No
etc., Serial Extension Board, Connection Terminals where required. (See
Section VII - Schedule of Requirements) with 3 years replacement warranty.

Sensors Stream Flow Gauging


Section IV – Bidding Forms 83

Supply of dual function Automatic Stream Flow and level Gauging Sensor.
1.4 (See Section VII - Schedule of Requirements) with 3 years replacement 2 No.
warranty.

Solar Power Pack and Rechargeable Battery

Supply of Solar Power Pack for 24 hours un-interrupted operation of the SFG
1.5 and Rechargeable battery for 30 days backup. (See Section VII - Schedule of 2 No.
Requirements), with 3 years replacement warranty.

Manual Staff Gauges

Supply of manual staff gauges (of 3 m length each) for manual gauge readings
1.6 2 No.
at stream flow gauging stations.

Sensor Mast / Mountings for SFG

Supply of Sensor Mounting for stream flow gauging sensors, including all
1.7 necessary installation material like power cables, screws and bolts etc. (See 2 No.
Section VII - Schedule of Requirements)

Supply of Mounting/ Mast (4 m) for solar PV Panel and enclosed box


1.8 containing Data Logger, Communication Modems, Rechargeable battery etc. 2 No.
(See Section VII - Schedule of Requirements) at stream flow gauging station.

Lightning Protection and other Equipment

Supply of Lightning Protection/ Earthing complete job with all required


1.9 accessories. (See See Section VII - Schedule of Requirements) with 3 years 2 No.
replacement warranty.

Supply of Panel/ Encloser for Data logger, Modem and Battery including
1.10 gasket and all mounting accessories. (See Section VII - Schedule of 2 No.
Requirements) with 3 years replacement warranty.

TOOLS & ACCESSORIES INCLUDING EQUIPMENT FOR TESTING


& MEASUREMENT
Section IV – Bidding Forms 84

Supply of Standard rust proof locks (with three keys) for NEMA enclosure &
1.11 2 No.
respective sites. (See Section VII - Schedule of Requirements)

Supply of Sign Boards for respective sites. (See Section VII - Schedule of
1.12 2 No.
Requirements)

Supply of Portable Professional Oscilloscope 100 MHz bandwidth. (See


1.13 1 No.
Section VII - Schedule of Requirements)

Supply of Digital Latest Insulation Multi meter of standard brand. (See Section
1.14 1 No.
VII - Schedule of Requirements)

Supply of Digital Latest Multi meter of standard brand. (See Section VII -
1.15 1 No.
Schedule of Requirements)

Supply of Digital Latest Clamp Meter of standard brand. (See Section VII -
1.16 1 No.
Schedule of Requirements)

Supply of Toolkits including drill machines and all required tools for
calibration, operation & maintenance of the AWS and SFG stations or as
1.17 1 No.
recommended by the AWS and SFG sensors manufacturers. The toolkits shall
be made to ANSI standards. (See Section VII - Schedule of Requirements)

Supply of Digital Latest Standard Water Quality Monitoring Equipment as per


1.18 2 No.
WHO Standards. (See Section VII - Schedule of Requirements)

Supply of handheld field Data Collector and data presentor including all
1.19 required accessories and softwares (See See Section VII - Schedule of 1 No.
Requirements) with 3 years replacement warranty.

MANDATORY SPARES

Supply of Dual function Automatic Stream Flow and Water Level Gauging
1.20 Sensor. (See Section VII - Schedule of Requirements) with 3 years 1 No.
replacement warranty.
Section IV – Bidding Forms 85

Supply of GSM/ GPRS communication Modem including all accessories,


1.21 antenna and cables etc., Serial Extension Board, Connection Terminals, (See 1 No.
Section VII - Schedule of Requirements) with 3 years replacement warranty.

Supply of Satellite and Satellite Modem (GOES/ METEOSAT/ Imarsat/


Thuraya) along with connection including all accessories, antenna and cables
1.22 1 No.
etc., Serial Extension Board, Connection Terminals where required. (See
Section VII - Schedule of Requirements) with 3 years replacement warranty.

Total Bid Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 86

Lot 2 - Price and Completion Schedule - Related Services

Date: _______________
The Bidder can add up to three foreign currenies in accordance with ITB 15
RFB No: _____________
Page N° ____ of ______

Delivery Total Price


Unit price
Country Date at per Service
Service Physical
Description of Services of place of Qty
No. Unit
Origin Final
destination Foreign Foreign
PKR PKR
Currency Currency

(10) = (5)
(9) = (5) x (7)or
(1) (2) (3) (4) (5) (6) (7) (8) x (8) or
estimate
estimate

Installation of Stream Gauging Stations (02 NOS)

Design, installation, erection, testing, commissioning of Stream flow gauging stations (SFG) supplied
as per Price Schedule for Goods complete in all respect, including furnishing and preparation of
1.1 foundation for sensor mast / poles, fixing and erection of sensor mast / poles, installation, testing and 2 Nos.
commissioning of data loggers, solar panels, sensors, modems, lightning protection/ earthing,
calibration of equipment, etc. (See Section VII - Schedule of Requirements).

Providing and fixing of fencing at the Stream flow gauging stations including leveling of Site as Per
WMO Standard site Requirement. The fencing works shall include welding, erection and fixing of
1.2 Angle Iron of 2" x 2" x 3/8" posts, entrance gate with locking arrangement and mesh of 3" x 3" with 2 Nos.
8 SWG polished G.I wire. Fencing wire meshes roll height shall 6.5 ft and length 80 ft or as per site).
(See Section VII - Schedule of Requirements).

Installation of Staff gauges at Stream flow gauge stations supplied as Bill No. 2 - Goods including
1.3
fixing materials, bolts, drilling and all related works.
Section IV – Bidding Forms 87

Documentations (Manuals and As Built Drawings)

Supply of User Manuals, Technical Manuals (software and Hardware), Administration Manuals,
1.4 Operation and Maintenance Manual, Troubleshooting Manuals and Equipment Manuals ((See Section 1 Job
VII - Schedule of Requirements)

1.5 Supply of As Built Drawings (See Section VII - Schedule of Requirements) 1 Job

Preparation & Supply of Plans

Supply of Operational Management Plan, Station Management Plan, Calibration Procedures and
1.6 1 Job
Spare Parts Strategy (See Section VII - Schedule of Requirements)

Operation & Maintenance Visits in One Year (including Training of Purchaser's Staff)

Training of Purchaser's Staff during installation, caliberation including 3 day post installation training
1.7 1 Job
section in Quetta (See Section VII - Schedule of Requirements)

Operation and maintenance visits including preparation and submission of site visit reports and
1.8 2 Nos.
equipment condition survey reports. (See Section VII - Schedule of Requirements)

Construction of Guard Rooms (02 Nos)

Excavation in foundation for structures i/c dag belling and refilling around structure with excavated
2.1 1702 Cft N.A N.A
earth watering and ramming lead up to 1 chain lift up to 5' ft.

Cement concrete brick or stone ballast 1/2" to 2"gauge Ratio 1:4:8 i/c material from source to site of
2.2 258 Cft N.A N.A
work

Damp proof course with cement sand and shingle concrete (1:2:4) including 2 coats of asphaltic
2.3 144 Sft N.A N.A
mixture i/c material from source to site of work, 2" thick
Section IV – Bidding Forms 88

Providing and laying first class solid burnt brick masonry (Brick strength 1800 - 2000 psi) set in mud
2.4 582 Cft N.A N.A
mortar including and raking out joints in foundation and substructure i/c cost of testing.

2.5 Reinforced cement concrete (C-25) 1518 Cft N.A N.A

2.6 Reinforcing Steel Grade-60. 5000 Kg N.A N.A

2.7 Cement Plaster 1:3 3/4" thick i/c material from source to site of work 3784 Sft N.A N.A

2.8 White washing two coats 3784 Sft N.A N.A

Filling, watering and ramming earth in floor with new earth excavated from out side lead up to 1 chain
2.9 324 Cft N.A N.A
and lift up to 5' ft i/c Earth from source to site of work

Filling, watering and ramming earth in floor with surplus earth from foundation lead up to one chain
2.10 244 Cft N.A N.A
and lift up to 5 feet.

2.11 Laying and ramming dry ballast or kankar i/c material from source to site of work 326 Cft N.A N.A

Providing and laying 1" thickness topping cement concrete (1:2:4) i/c surface finishing and dividing
2.12 44 Cft N.A N.A
into panels 2" thick i/c material from source to site of work

2.13 Distempering (Two coats) 488 Sft N.A N.A

Providing and fixing in position, Doors of first class deodar wood frames, and 1 3/4" thick
2.14 commercial, ply veneer shutters of first class deodar skeleton (Hollow) and commercial ply wood (3 134 Sft N.A N.A
ply) on both sides.

Supplying & fixing in position Sliding Windows and Ventilators of Alcop made with Aluminium
2.15 channels framing 5 mm thick tinted glass glazing (Belgium) & Aluminium fly screen I/c handles 144 Sft N.A N.A
stoppers & locking arrangement etc. complete.
Section IV – Bidding Forms 89

2.16 Painting new surfaces Preparing and painting of doors and windows any type (including edges) 1008 Sft N.A N.A

Providing and fixing squating type white glazed earthen ware W.C Panwith including the cost of
flushing cistern with internal fitting and flush pipe with band and making requisite Nos. of holes in
2.17 2 Each N.A N.A
wall plinth and floor for pipe connection and making good in cement concrete 1:2:4 W.C pan of not
less than 23" clear opening between flashing rims and 3 Gallon flushing tank 4" dia C.I trap.

Providing and fixing 18"x12" (47.72x30.49 cm) lavatory basin in white glazed earthen ware complete
with and i/c the cost of W.I or C.I cantilever brackets 6" built into wall painted white in two coats
2.18 after primary coat or red lead paint a pair of 1/2" dia chrome plated pillar tips 1-1/4" rubber plug and 2 Each N.A N.A
chrome plated brass chain 1-1/4" dia malloable iron or C.P brass trips malloable iron bars union and
making requisite Nos. pipe connections and making good in cement concrete 1:2:4 (Standard Pattern)

Providing & fixing steel sinks stainless local make complete with cast iron or wraught iron brackets
6 inches built in wall, 1-1/2" c.p bubber plug chrome plated brass chain, 1-1/2" c.p brass waste, with
2.19 2 Each N.A N.A
1-1/2" P.V.C. waste pipe & making requisite number of holes in wall & plinth & floor for pipe
connection & making good in cement concrete 1 : 2: 4.

Providing G.I pipes special and clamps etc i/c fixing cutting and fitting complete with and i/c the
cost of breaking through walls and roof making good etc painting two coats after cleaning pipe etc
2.20 20 Each N.A N.A
with white zinc paint with pigment to match the colour of the building and testing with water
pressure head of 200' ft and handling (1/2" dia G.I Pipe)

Providing and fixing 4" dia C.I soil and vent pipe i/c cutting and fitting and extra painting to match
2.21 20 Each N.A N.A
the colour of building

Providing and fixing floor trap of approved self cleaning design with screwed down grating with
or without a vent arm and including making requisite number of holes in walls, plinth and
2.22 6 Each N.A N.A
floor for pipe connection and making good with C.I floor trap 6" x 2" and 6" x 3" size
with grating.
Section IV – Bidding Forms 90

Constructing manhole or inspection chamber for the required diameter of circular sewer and 3'-6"
(1067 mm) depth with B.B in cement sand mortar 1:3 cement plaster 1:3, 1/2" thick inside of walls
and 1" 925 MM) thick over benching and channel i/c fixing C.I manhole cover with rrame of clear
2.23 opening 1-1/2" x1-1/2" (457x457 mm) of 1.75 Cwt (88.9 Kg) embedded in plain C.C 1:2:4 and 4 Each N.A N.A
fixing 1" (25 mm) dia steps 6" (150 mm) wide projecting 4" (102 mm) from the face of wall at 12"
(305 mm) C/C duly painted etc complete as per standard specification and drawing. (4" to 12" dia
2'x2'x3'-6")
Concealed / open wiring for two way light points such tha two light points such that two light points
are controlled by 2 numbers two way switches and length from switches to point is upto 40 ft. (12.5m
2.24 6 Set N.A N.A
) with 3 x 1.5 Sq mm PVC insulated single core copper conductor Pakistan Cables, Poineer,
Newage or approved equivalent.
Supply and install 5 Amp, 250 Volt moulded, one-way, single pole flush mounting piano type
light control switch along with fan dimmers on appropriate size plastic box to be fixed
2.25 6 Set N.A N.A
recessed in wall alongwith switch box and plate suitable for upto 3 switches on a common
board.
2.26 Supply and install 10 Amp DC Circuit Breaker Single Pole Circuit Breaker 16 Ampere 4 Unit N.A N.A
Light Fixture Phillips Type LED 13 W, Bulbs complete inn all respects with allied accessories
2.27 8 Each N.A N.A
or approved equivalent. The fitting shall be approved by the Engineer.
Supply and construction of roof drainage system including cost of materials labour, according to
2.28 2 Job N.A N.A
Specifcation including cost of down pipes, disposal, etc. complete in all respect
Supply of Solar Power Pack for 24 hours un-interrupted operation of the Lighting system with
2.29 Rechargeable battery for 7 days backup. (See Section VII - Schedule of Requirements) with 3 years 2 Set N.A N.A
replacement warranty.

Supply and Fixing of Electric Motor Pumpset (1 HP) for water supply with all Electrical and
2.30 2 No N.A N.A
Plumbing connections to the underground tank and OH tank

2.31 Supply and fixing of UPVC Storage tanks (500 litres) as underground and OH tanks 4 No N.A N.A

2.32 Any other requirement 2 PS N.A N.A

Taxes and Duties

Payment for Duties and tax will be made in accordance with Special Conditions of Contract Clause
3.1 17.4. - PS N.A 4,500,000 N.A
.

Total Bid Price (Carried to Grand Summary)

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]
Section IV – Bidding Forms 91

Form of Bid Security


(Bank Guarantee)

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions
indicated.]

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Purchaser to insert its name and address]

RFB No.: [Purchaser to insert reference number for the Request for Bids]

Alternative No.: [Insert identification No if this is a Bid for an alternative]

Date: [Insert date of issue]

BID GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that ______ [insert name of the Bidder, which in the case of a joint
venture shall be the name of the joint venture (whether legally constituted or prospective) or
the names of all members thereof] (hereinafter called "the Applicant") has submitted or will
submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of
________________ under Request for Bids No. __________ _ (“the RFB”).

Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be


supported by a Bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of ___________
(____________) upon receipt by us of the Beneficiary’s complying demand, supported by the
Beneficiary’s statement, whether in the demand itself or a separate signed document
accompanying or identifying the demand, stating that either the Applicant:

(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter
of Bid (“the Bid Validity Period”), or any extension thereto provided by the Applicant;
or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid
Validity Period or any extension thereto provided by the Applicant, (i) has failed to sign
the contract agreement, or (ii) has failed to furnish the performance security, in
Section IV – Bidding Forms 92

accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding


document.

This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt of
copies of the Contract agreement signed by the Applicant and the performance security issued
to the Beneficiary in relation to such Contract agreement; or (b) if the Applicant is not the
successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification
to the Applicant of the results of the Bidding process; or (ii) twenty-eight days after the end of
the Bid Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.

_____________________________

[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.
Section IV – Bidding Forms 93

Manufacturer’s Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its Bid, if so indicated in
the BDS.]

Date: [insert date (as day, month and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to
provide the following Goods, manufactured by us [insert name and or brief description of the
Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General
Conditions of Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]


Section V – Eligible Countries 95

Section V - Eligible Countries


Eligibility for the Provision of Goods, Works and Non Consulting Services in
Bank-Financed Procurement

In reference to ITB 4.8 and ITB 5.1, for the information of the Bidders, at the present time
firms, goods and services from the following countries are excluded from this Bidding process:

Under ITB 4.8(a) and ITB 5.1: [insert a list of the countries following approval by the Bank to
apply the restriction or state “none”].

Under ITB 4.8(b) and ITB 5.1: [insert a list of the countries following approval by the Bank to
apply the restriction or state “none”]
Section VI – Fraud and Corruption 97

Section VI - Fraud and Corruption


(Section VI shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders,
consultants, contractors and suppliers; any sub-contractors, sub-consultants, service
providers or suppliers; any agents (whether declared or not); and any of their personnel,
observe the highest standard of ethics during the procurement process, selection and
contract execution of Bank-financed contracts, and refrain from Fraud and Corruption.

2.2 To this end, the Bank:


a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly
or indirectly, of anything of value to influence improperly the actions of
another party;
ii. “fraudulent practice” is any act or omission, including misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence
improperly the actions of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or
harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements
to investigators in order to materially impede a Bank
investigation into allegations of a corrupt, fraudulent, coercive,
or collusive practice; and/or threatening, harassing, or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from
pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 2.2 e.
below.
Section VI – Fraud and Corruption 98

b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-
consultants, sub-contractors, service providers, suppliers and/ or their
employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may
take other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of
any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices during the procurement process, selection
and/or execution of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at
the time they knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines, and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by
publicly declaring such firm or individual ineligible (i) to be awarded or
otherwise benefit from a Bank-financed contract, financially or in any other
manner;1 (ii) to be a nominated2 sub-contractor, consultant, manufacturer or
supplier, or service provider of an otherwise eligible firm being awarded a
Bank-financed contract; and (iii) to receive the proceeds of any loan made by
the Bank or otherwise to participate further in the preparation or implementation
of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents
and in contracts financed by a Bank loan, requiring (i) bidders, consultants,
contractors, and suppliers, and their sub-contractors, sub-consultants, service
providers, suppliers, agents personnel, permit the Bank to inspect 3 all accounts,
records and other documents relating to the submission of bids and contract
performance, and to have them audited by auditors appointed by the Bank.

1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder
in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the
bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities
undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits,
such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms.
Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and
information, and making copies thereof as relevant; accessing and examining any other documents, data and information
(whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as
relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining
third party verification of information.
Part 2 – Supply Requirements 99

PART 2 – Supply Requirements


Section VII – Schedule of Requirements 100

Section VII - Schedule of Requirements

Contents

1. List of Goods and Delivery Schedule – Lot 1 & 2 ...................................................... 101

2. List of Related Services and Completion Schedule – Lot 1....................................... 102

3. List of Related Services and Completion Schedule – Lot 2....................................... 103

4. Technical Specifications (Lot 1 & 2) ........................................................................... 104

4. Drawings (Lot 1 & 2) ...................................................................................................... 246

5. Inspections and Tests (Lot 1 & 2) .................................................................................. 252


Section VII Schedule of Requirements 101

1. List of Goods and Delivery Schedule – Lot 1 & 2


Delivery Date

Line Earliest Delivery Latest Delivery Bidder’s offered


Final
Item Physical Date following Date following Delivery date [to
Description of Goods Qty (Project Site)
unit the date of the date of be provided by the
No Destination
effectiveness the effectiveness the bidder]
Contract Contract
A B C D E F G H
Lot 1 – Design, Supply and Installation of 9 No. Automtic Weather Stations
Delivery of equipment for Automatic Weather Stations As per
For project
1.1 to with mounting accessories, power cables, nut, bolts, etc. Price Schedule
sites, please 90 days 180 days
1.15 and other related items complete ready for installation for Goods
refer SCC
according to price schedule and specifications.
1.16 to Delivery of Tools & Accessories including equipment As per At location 90 days 180 days
1.27 for Testing & Measurement. Price Schedule as advised
1.28 to for Goods by the
Delivery of Mandatory Spares. Purchaser 90 days 180 days
1.38
Lot 2 – Design, Supply and Installation of 2 No. Stream Flow Gauging Stations
Delivery of equipment for Stream Flow Gauging
As per
Stations with mounting accessories, power cables, nut, For project
1.1 to Price Schedule
bolts, etc. and other related items complete ready for sites, please 90 days 180 days
1.10 for Goods
installation according to price schedule and refer SCC
specifications.
1.11 to Delivery of Tools & Accessories including equipment
As per At location 90 days 180 days
1.19 for Testing & Measurement.
Price Schedule as advised
for Goods by the
1.20 to
Delivery of Mandatory Spares. Purchaser 90 days 180 days
1.22
Section VII – Schedule of Requirements 102

2. List of Related Services and Completion Schedule – Lot 1

Service Physical Place where Services Final Completion Date(s) of


Description of Activity and Service Quantity
No. Unit shall be performed Services

Lot 1 – Design, Supply and Installation of 9 No. Automtic Weather Stations

Minutes of the Kick-off meeting including, documentation plan and Project Director Office, Within one week after the
- -
project plans Quetta meeting.

Submission of design documents of the System Hardware & Software 45 days respectively after
Project Director Office,
- Configuration complete according to the Specifications and as per As per Specifications effective date for draft and
Quetta
requirements of the Contract (Design Phase). final design documents

Establishment of necessary management facilities, physical facilities for


- As per Requirements As per Requirements As per requirements
installation services, and trained staffing for Installation Services

As per approved work As per approved work


- Pre-shipment inspection, Factory training, Factory testing. As per Specifications
program program

Complete Installation, erection, testing, commissioning, calibrations and


1.1 to As per Price and Completion For project sites, please
Related Services of Automatic Weather Stations complete in all respect 240 days after effective date
1.2 Schedule for Related Services refer to SCC
according to specifications.
Supply of manual and drawings including user manuals, technical
1.3 to manuals (software and hardware), administration manuals, as built As per Price and Completion Project Director Office,
240 days after effective date
1.5 drawings, troubleshooting manuals, training documentations and Schedule for Related Services Quetta
equipment manuals.
1.6 to Operation and Maintenance of all Station Installed at Site including As per Price and Completion All Installed Stations at 01 years after Actual
1.7 training of Purchaser’s Personnel. Schedule for Related Services Site Completion Date

1.8 to As per Price and Completion For project sites, please


Construction of Guard Rooms (09 Nos) 240 days after effective date
1.32 Schedule for Related Services refer to SCC
Section VII – Schedule of Requirements 103

3. List of Related Services and Completion Schedule – Lot 2

Service Physical Place where Services Final Completion Date(s) of


Description of Activity and Service Quantity
No. Unit shall be performed Services

Lot 2 – Design, Supply and Installation of 2 No. Stream Flow Gauging Stations

Minutes of the Kick-off meeting including, documentation plan and Project Director Office, Within one week after the
- -
project plans Quetta meeting.

Submission of design documents of the System Hardware & Software 45 days respectively after
Project Director Office,
- Configuration complete according to the Specifications and as per As per Specifications effective date for draft and
Quetta
requirements of the Contract (Design Phase). final design documents

Establishment of necessary management facilities, physical facilities for


- As per Requirements As per Requirements As per requirements
installation services, and trained staffing for Installation Services

As per approved work As per approved work


- Pre-shipment inspection, Factory training, Factory testing. As per Specifications
program program

Complete Installation, erection, testing, commissioning, calibrations and


1.1 to As per Price and Completion For project sites, please
Related Services of Stream Flow Gauging Stations complete in all 240 days after effective date
1.2 Schedule for Related Services refer to SCC
respect according to specifications.
Supply of manual and drawings including user manuals, technical
1.3 to manuals (software and hardware), administration manuals, as built As per Price and Completion Project Director Office,
240 days after effective date
1.5 drawings, troubleshooting manuals, training documentations and Schedule for Related Services Quetta
equipment manuals.
1.6 to Operation and Maintenance of all Station Installed at Site including As per Price and Completion All Installed Stations at 01 years after Actual
1.7 training of Purchaser’s Personnel. Schedule for Related Services Site Completion Date

1.8 to As per Price and Completion For project sites, please


Construction of Guard Rooms (09 Nos) 240 days after effective date
1.32 Schedule for Related Services refer to SCC
Section VII – Schedule of Requirements 104

4. Technical Specifications (Lot 1 & 2)


Technical Specifications provided herein under applies to both Lot 1& 2 and are arranged into
following parts:

PART I Special Provisions

PART II Supply, Installation, Testing and Commissioning of Automatic Weather


Stations and Stream Flow Gauging Stations Including Supply of Mandatory
Spares
PART III Supply of Tools & Accessories Including Equipment for Testing and
Measurement

PART VI Equipment Support Structure

PART V Operational and Maintenance of the System including Submission of


Supplier’s Documents and Training of Purchaser’s Staff

PART VI Technical Specifications for Civil Works


Section VII – Schedule of Requirements 105

TECHNICAL SPECIFICATIONS

PART I - SPECIAL PROVISIONS

1 The Requirements

1.1 General
Project Management Unit (PMU) Irrigation Department, has planned for Installation of Automated Weather
Stations (AWS) and Stream flow Gauging Stations (SFG) under the Balochistan Integrated Water Resources
and Development Project (BIWRMDP) funded by World Bank.

The requirements as set out in these contracts (Lot 1 & Lot 2) pertaining to Package 1 of 2 of Phase-I are
briefly outlined as below. Accordingly Data Centre in Quetta shall also be established as separate Contract
as Package 2 of 2 of Phase-1 and the indended equipment included in Lot-1 & Lot-2 shall be synchrozed ith
Data Centre through SaaS application for data collection and Management.

After successful operation of the AWS and SFG stations installed during Phase-I, additional AWS and SFG
stations shall be procured and installed in Phase-II through a separate Contract.

AWS STATIONS (Lot-1)

Replacement of manual climate observatory stations with Installation of 9 AWS in Nari and Porali
River Basins of Balochistan, Pakistan, with GSM/ GPRS and Satellite/ Meteosat/ GOES/ METEOSAT/
Imarsat/ Thuraya or equivalent transmission channel for transmission of data. The AWS should provide
real time Weather data (Air Temperature & Relative Humidity, Wind speed & direction, Rainfall/
Snowfall, Atmospheric Pressure, Evaporation, Solar Radiation and Sun-shine hours detection,
Soil Temperature and Soil Moisture) through GSM/ GPRS and Satellite like Meteosat/ GOES/
Imarsat/ Thuraya network at scheduled intervals and through data fetching commands. The
meteorological data generated will be transferred, stored and processed at the server/ Data Center
located in Quetta, Pakistan to be established through separate contract as Package 2 of 2 of Phase-1.

SFG STATIONS (Lot-2)

Planning and Monitoring Wing (PMW), Irrigation Department, Government of Balochistan was
operating and maintaining a network of stream flow gauge stations installed in the Catchments of Nari
and Porali Rivers. Two types of sensors were installed on the Flood Stations namely River Level and
Rain. These stations are now abandoned. It is required to install stream flow gauging stations with
GSM/GPRS and Satellite/ Meteosat/ GOES/ METEOSAT/ Imarsat/ Thuraya or equivalent transmission
channels for transmission of data. The SFG Stations should provide real time stream flow data (water
level and flow) through GSM/ GPRS and Satellite like Meteosat/ GOES/ Imarsat/ Thuraya network at
scheduled intervals and through data fetching commands. The stream flow data generated will be
transferred, stored and processed at the server/ Data Center located in Quetta, Pakistan to be established
through separate Contract as Package 2 of 2 of Phase-1.

1.2 Codes and Standards

All the material and equipment shall be brand new, latest and suitable for outdoor applications having
ISO (International Standards Organization) Certification, WMO (World Metrological Organization)
Certification, USDA (United States Department of Agriculture), CE (European Conformity) or
equivalent, quality assurance certificates and references.
Section VII – Schedule of Requirements 106

List of Key Reference Documents

A list of key reference documents and standards belonging to the group of the above mentioned codes
and standards is provided herein below. The below list is not comprehensive. Any code and or standard
belonging to the group of the above code and standards given in Section 1.2 above may be referred
during the supply, installation, testing and commissioning of the equipment.

Whenever requested by the Purchaser, in writing, the Supplier shall procure and provide free of cost to
the Purchaser two English copies of any standards used in the Supply, Installation, testing and
commissioning of equipment. The supplier shall refer the relevant sections of the below documents or
any other approved standard and code whenever required, rather than quoting or preparing the text.

1. World Meteorological Organization. Guide to the Global Observing System: WMO-No. 488.
Geneva, Switzerland: WMO, 2010 [Updated in 2013].
2. International Civil Aviation Organization. Annex 3 to the Convention on International Civil
Aviation: Meteorological Service for International Air Navigation. Montreal, Quebec, Canada: ICAO,
2016.
3. World Meteorological Organization. Manual on the Global Observing System: WMO-
No. 544. Geneva: WMO, 2015 [updated 2017].
4. Guide to Meteorological Instruments and Methods of Observation [WMO-No. 8]. Geneva,
Switzerland: s.n., 2014.
5. Manual on the WMO Integrate Global Observing System (WMO-No. 1160). Geneva: WMO, 2015.
6. International Organization for Standardization. Solar energy - Specification and classification of
instruments for measuring hemispherical solar and direct solar radiation (ISO/DIS 9060). Geneva : ISO,
2017.
7. WMO. Classification of initial and ongoing surface measurement quality. s.l.: WMO, 2018.
8. M. Lacombe, D. Bousri, M. Leroy, M. Mezred. WMO Field Intercomparison of thermometer
screens/shields and humidity measuring instruments (Ghardaia, Algeria, November 2008-October
2009). s.l.: WMO, 2011.
9. World Meteorological Organization. Manual on Codes: WMO-No. 306. Geneva Switzerland:
WMO, 2011 [Updated in 2016].
10. International Civil Aviation Organization (ICAO). Manual on Automatic Meteorological
Observing Systems at Aerodromes (Doc 9837). Montreal, Canada: ICAO, 2011.
11. EN ISO 9001:2008 and 2015 – Quality Management System Requirements
12. EN ISO 14001:2004 and 2015 – Environmental management systems - Requirements with guidance
for use
13. EMC-Directive 2014/30/EU and 2004/108/EC
14. LVD-Directive 2014/35/EU and 2006/95/EC

1.3 Environmental Conditions


Section VII – Schedule of Requirements 107

The equipment and hardware to be provided under these Contracts for Lot-1 & 2 shall be capable of
withstanding the worst possible conditions, without deterioration or distortion, expected in the Project
area. The following environmental parameters indicate typical conditions:

 Altitude 100 to 2500 m

 Maximum outdoor shade temperature + 60 °C

 Minimum outdoor temperature - 40 °C

 Relative humidity 0% to 100%

 Maximum wind speed (3.5 sec. gust) 80/120 km/hr

 Atmosphere Occasional dust laden

 Terrain Semi mountainous

1.4 Design of System Hardware and Software Configuration

The supplier shall be responsible for the design of system hardware configuration including sitting
arrangement of the sensors and other equipment according to the technical specifications, WMO
guidelines and as directed by the Purchaser. The Supplier shall prepare and submit draft design
document to the Purchaser for review and comments. The Supplier shall submit Final Design Document
after receipt of the comments from the Purchaser.

The draft design document of system hardware configuration shall consider the factors like access to
the site, site topography, site conditions, performance of the equipment, ease in operation and
maintenance of the equipment, etc.

The draft design document of the system hardware configuration shall include all calculations, data,
analysis and drawings (single line diagrams, schematic drawings, plan and profile drawings, etc.)
related to the system hardware configuration.

The draft design document shall also include details specifications of the proposed sensors and other
equipment to be supplied under the Contract, reference standards, WMO and other required
certifications from the manufacturers, factory testing and training, user and technical manuals,
installation procedures and limitations, WMO requirements for sitting arrangement of each sensor and
other equipment and the supplier’s proposed sitting arrangements and all other related details.

The Supplier shall consider the following requirements in the design of system hardware configuration.

 All equipment to be provided under this Contract shall be manufactured, constructed, assembled
and finished with workmanship of the highest quality throughout, and all components shall be new
and of the class most suitable for the required application. State-of-the-art shall be applied in all
aspects of the work. The equipment shall be designed and manufactured to ensure a useful service
life of at least 10 years under the specified working conditions.
Section VII – Schedule of Requirements 108

 Standardized in-factory quality control shall, as far as possible, be applied to all components of the
equipment. The components shall not be subjected to any service conditions outside the operational
values given in the manufacturer's published data.

 The equipment shall be designed to ensure that:

a. The reliable operation of the components is guaranteed. No degradation of performance results


under the specified conditions.

b. The changes in component values and parameters which may occur during the operational life
of the equipment are either negligible or adequately compensated.

 Compensations through adjustable controls shall be minimized. Wherever un-avoidable, complete


and clear descriptions of such controls shall be furnished.

 The equipment shall be designed to ensure that in case of replacement of any part, only minor
adjustments are required.

 The interactions between sensors shall be minimized and it shall be ensured that the adjustment of
any parameter shall not affect the stability of other parameters as far as possible. Similarly, it shall
be ensured that a component fault is confined as closely as possible to the faulty component and
other components are protected from consequential damage.

 The components generating significant amount of heat shall be adequately spaced from other
components. If necessary, heat sinks shall also be provided. All equipment shall be natural
convection cooled. Forced air cooling shall not be utilized.

 The equipment shall be designed and constructed to incorporate standard parts to the maximum
extent feasible. Small modular packages that can be removed and replaced easily shall be used.
Rapid positive fault detection and isolation of defective circuits and modules shall be facilitated.
The circuit boards should be easily removable/ replaceable without causing any damage and without
interfering with the operation of the rest of the equipment. Switching-off of the power supplies
should not be necessary while changing circuit boards.

 All equipment shall be designed to operate without undue vibrations, dissipation of heat, and with
the least amount of noise.

 The equipment shall be designed for ease of maintenance.

 The equipment shall be modularly constructed. Equipment shall be totally solid-state designed
around state-of-the-art families of semiconductors. Use of electromechanical components other
than sensors shall be restricted to a minimum possible level.

 Enclosure and outer finish shall be according to the relevant international standards. Safety shall be
provided against splashes, dust and fungus etc.

The supplier shall also be responsible for the design and supply of all softwares as required for the
propoer function of the equipment according to the technical specifications, WMO guidelines and as
required by the Purchaser.
Section VII – Schedule of Requirements 109

1.4.3 Site Surveys and Site Data Requirements

The Supplier shall perform site surveys and collect all the site data which he required in design of
system hardware configuration. The Purchaser shall provide all information and data which will be
readily available with him; however, the Supplier shall be responsible for the collection of all other
information and data.

The approval of the Suppliers Design documents shall in any way release the Supplier from any
Warranty or other obligation under the Contract. The Supplier shall be fully responsible for the supply
of goods and execute the related services according to the Contract and as directed by the Purchaser.

The Supplier’s costs related to the site surveys, data collection, preparation and submission of the draft
and final design documents shall be deemed to be included in the unit rates and prices provided for
other items in the price schedules. No separate payment shall be made to the supplier in this respect.

1.5 Drawings

1.5.1 Bid Drawings

Drawings provided with the Biddings Documents are Bid drawings. Bid Drawings show the scope of
the work to be performed by the Supplier. The Bid Drawings shall not be used as a basis for fabrication
or installation but may be used as a basis for placing preliminary orders for materials, subject to
corrections based on the future issue of drawings issued for Installation. Any other drawings if issued
through Addenda, before opening of Bids, shall be part of the Bid Drawings.

The Bidding Drawings shall form part of the Contract Agreement.

1.5.2 Copies of Bidding Drawings, and Specifications

One complete set of Contracts Documents including Bidding Drawings and Technical Specifications
will be issued to the Supplier free of charge. The Supplier may make further copies to suit to his
requirements.

1.5.3 Working Drawings

The Supplier shall supply working drawings as part of the design of the hardware and software
configurations at no additional costs to the Purchaser.

The Supplier shall incorporate in the working drawings all openings, ducts, recesses, anchor holes, etc.
as required for the civil, mechanical and electrical installations.

Each drawing shall include title block and shall show the Supplier’s name and the descriptive name of
the Works shown on the drawing. Equipment / materials and equipment / material Standards shall be
indicated on the drawings.
Section VII – Schedule of Requirements 110

Drawings from Sub-Suppliers shall be checked signed and stamped by the Supplier being forwarded to
the Purchaser, who shall deal in all respects only with the Supplier.

When the Purchaser or his representative approves Working Drawings, he shall return a copy marked
“Approved” to the Supplier, who shall then insert the date of approval on the tracing and furnish the
purchaser with three prints of the working drawings as approved.

Approval of working drawings by the Purchaser will only signify his general approval of the design and
shall not make him liable for any error of the Supplier in details or lack of strength or efficiency of any
part. Where errors, deviations and / or omissions are discovered later, they shall be made good by the
Supplier at his own expense irrespective of any approval by the Purchaser.

1.6 Factory Training and Testing

1.6.1 Factory Training

The Supplier shall deliver training on the system to the Purchaser’s Personnel before factory acceptance
testing, during installation, commissioning and site acceptance tests as well as during the operation and
maintenance period. The Purchaser will delegate to the Supplier a team of Purchaser engineers and
technicians to be trained on various sections of the operation, testing and commissioning of the
equipment. The Supplier shall prepare training documentation for the Purchaser review and approval in
this regard.

The training documents and factory training shall enable the Purchaser's trained personnel to perform
the following tasks:

a. Packing and unpacking


b. Understanding of operations.
c. Maintenance and trouble-shooting after expiry of after sales service period.
The Supplier shall report to the Purchaser in writing in monthly intervals detailing the activities,
attendance, performance and ability of each member of the team.

1.6.2 Factory Testing

The Supplier shall be required to test the entire system hardware and software in the factory. The
Supplier shall build up the entire system in the factory including the software. The Supplier shall also
prepare the factory acceptance test (FAT) document. Furthermore the Supplier shall also prepare Draft
Site Acceptance Test (SAT) Document at this stage.

The Purchaser shall review and approve the FAT document. Accordingly, the Supplier shall execute
the FAT. The purchaser shall sign the FAT documents and Supplier shall then submit signed FAT
document with three prints.

1.7 Supply of Documentations

1.7.1 Supply of Manuals


Section VII – Schedule of Requirements 111

The Supplier shall be responsible to supply the below mentioned manuals at timings as per Supplier’s
approved work program and completion schedule.

 User Manuals
 Technical Manuals (software and Hardware)
 Administration Manuals
 Troubleshooting Manuals
 Equipment Manuals

The Supplier shall submit to the Purchaser as per the approved work program, triplicate draft copies of
the above mentioned manuals in English language for all sections of the Equipment.

Following the Purchaser Review, the draft copies, suitably corrected where necessary, shall be
assembled into their final form and shall be submitted to the Purchaser for approval.

The Supplier shall provide six copies of the final manuals, in English language.

Any additions, alterations or deletions which may be required by the Purchaser following the experience
gained during the periods of running and further maintenance shall be incorporated in these six copies
in the form of additional or complete replacement pages and the cost of these amendments shall be
deemed to be included in the Contract Price.

The issue of the Completion Certificate shall be subject to receipt and approval by the Purchaser of the
above draft manuals.

1.7.2 Supply of As-Built Drawings

After Equipment erection has been completed, the Supplier shall submit to the Purchaser four copies of
the following ‘As Erected’ and ‘As Fitted’ drawings for approval.

i. Drawings showing the internal construction of the major items, with parts list and reference
numbers for ordering spares.

ii. Complete assembly drawings of data loggers, sensors, solar panels, and ancillary equipment.

iii. General arrangement drawings showing all mechanical and electrical equipment include
cabling, conduiting/ tray work, etc.

iv. Detailed arrangement of any conduit work buried in floors, walls, ceilings, in any structure.

v. Detailed wiring, overhead line and underground cable routes and electrical layout and
schematic diagrams of the main circuits.

vi. Data Centre equipment general arrangement, schematic and wiring diagrams.

vii. Diagrams of connections between all items of equipment (e.g. sensors, data logger, solar panel
and allied equipment’s, etc., with component values and types suitably marked thereon).

viii. Detailed revised specification and schedules of the equipment as actually installed.
Section VII – Schedule of Requirements 112

The above requirements shall be fulfilled to the satisfaction of the Purchaser before the Completion
Certificate is issued. When items (i) to (viii) inclusive have been approved by the Purchaser, the
Supplier shall provide two black and white prints of each on thick paper for the use of the Purchaser
together with one full plate negative of each.

All reproducible record drawings shall be on durable and unbearable plastic film or linen.

The Supplier shall also provide, suitably framed and protected for wall mounting.

i. One copy of drawings showing the location and position of each automatic weather station, all
correctly numbered with matching numbers on the equipment.

ii. One copy of site overhead line and underground cable diagrams showing the location and
position of all cable runs and termination positions all suitably numbered.

1.7.3 Supply of Equipment List

The Supplier shall provide complete list of the equipment before shipping to site of installations. All
the equipment shall of required standard, factory tested.

1.8 Site Preparation, Installation, Testing and Commissioning

The Supplier shall follow the following procedures during the site preparation, installation, testing and
commissioning of the equipment.

1.8.1 Site Preparation Plan

The Supplier shall prepare site preparation plan before start of the installation at any site. The Site
installation plan shall be approved from the Purchaser.

1.8.2 Site Installations

The Supplier shall perform all site installations and activities according to the manufacture
recommendations; Supplier approved design of the hardware and software configuration and approved
working drawings. The Supplier shall perform the site installation through relevant experts. The
Supplier shall provide the CV’s of installation experts for approval.

1.8.3 Civil Works related to Installation of Equipment

The installation of the AWS and SFG shall include but not limited to the following civil works:

 Geotechnical Investigations to access the required parameters for the design of foundations
 Design of foundations for the AWS and SFG stations equipment.
 Furnishing of labor, material and constructional plant for the execution of foundations works.
 Furnishing and installation of fencing and gates at AWS and SFG Stations.
 Any other related Civil Work.

1.8.4 Inspections and Site Acceptance Tests


Section VII – Schedule of Requirements 113

After installation of the equipment, inspections and site acceptance tests shall be carried of all the
sensors, masts, allied structures and equipment as per requirements of the technical specifications,
WMO guidelines and other relevant standards. The Supplier shall prepare a document for the site
inspection and site acceptance test (SAT) procedures. The Document shall be reviewed by the
Purchaser. The accepted SAT document shall be used during the site inspection and site acceptance
tests.

1.8.5 Operational Site Test (Final Acceptance)

The Final acceptance test shall be carried out in which the complete installed system including the
software shall be tested for performance for a period of 30 days. If any major operational errors will
occurs during the stated 30 days period of system operation, the operation site test shall be repeated
again. This process shall be repeated until the required system performance is achieved without any
major operational errors in the stated 30 days period.

1.9 Tools and Accessories Including Equipment for Testing and Measurement

Special tools and measuring equipment required for installation, testing, commissioning, service and
maintenance shall be provided as part of the Contract. List of such tools/test equipment is given in the
Price Schedules for Goods. The detailed requirements for the tools and equipment for testing and
measurement are provided in the Part III of the Technical Specifications. If any other testing tools will
be required for Maintenance and repairing, the Supplier must added in the list given by Supplier along
with the quoted price (s). The price (s) of the Supplier proposed tools and equipment shall not be
considered / added to the Contract price at this stage of the Bidding and during Bid Evaluation.
However, after the Contract award, the list of additional equipment shall be discussed with the Supplier
in detail.

1.10 Mandatory Spares

The list of mandatory spares is provided in the price schedule. The Supplier shall provide the equipment
as per the specification and approved equipment for the AWS and SFG stations. If any other spare will
be required during the maintenance and end of expected useful operation life of the equipment (10
years), the Supplier must added in the list given by Supplier along with the quoted price (s). The price
(s) of the Supplier proposed spares shall not be considered / added to the Contract price at this stage of
the Bidding and during Bid Evaluation. However, after the Contract award, the list of additional
equipment shall be discussed with the Supplier in detail.

2 Location

The Project area is spread over the Nari and Polari River Basin and Catchment area. The Supplier shall
be responsible for the supply of machinery and equipment and execute related services at the locations
as given in Clause 1 - Definitions (Ref. GCC Clause 1.1 (o)) of Special Conditions of Contract.

3 Climate

The Supplier shall be deemed to have taken into account all possible weather conditions when preparing
his Tenders and his program of Works, and he will not be entitled to any additional payments
whatsoever as a result of meteorological phenomena.
Section VII – Schedule of Requirements 114

The Supplier shall make suitable arrangements to protect the Goods, Temporary Works, Constructional
Plant and materials stored on site against the effects of the weather.

No work will be performed by the Supplier when in the opinion of the Purchaser such work is liable to
be affected by the weather. The Supplier shall not be entitled to any additional payment on account of
loss alleged to have been sustained as a result of the Purchaser declining to permit such work to start or
to continue or ordering any work which has been affected by the weather to be removed and re-executed,
or made good.

4 Site Description

The site will include public and private roads, alleyways and lands and shall mean the minimum extent
of each such public and private lands as in the opinion of the Purchaser is necessary or practicable for
the supply of goods and related services.

The Supplier shall make records to be agreed by the Purchaser of the condition of the surfaces of the
Site immediately before entering upon them for the purpose of execution of the supplies and related
services.

4.1 Site Conditions

The Supplier is required to attain all the requisite information of the prevailing Site Conditions before
quoting his rates and prices for the Bid. The Supplier shall not be allowed to put any claims regarding
the site conditions.

4.2 Site in Public and Private Land

The Purchaser will serve the necessary notices to permit the installation of the equipment in public and
private lands in accordance with the agreed program of work and the Supplier shall not enter on those
lands until given permission by the Purchaser. The Supplier shall temporarily fence the Site where the
supplies and related services are to be or are being rendered to the satisfaction of the Purchaser and the
Supplier shall confine all the works plant, labour, materials and transport within the Site so fenced. The
Supplier shall use the Site only for the supply of Goods and execution of the related services.

4.3 Right of Way

Right of way shall be the area (s) allocated to the Supplier to enable execution of the Supplies and
related services in accordance with the Contract. Due to physical statutory other special conditions the
working width of Right of Way may be restricted (including restricted access to working sites). The
Supplier is deemed to have included in Contract Price all costs encountered for complying with such
restrictions.

All fences, walls structures, buildings, etc. affected by the Supplier’s work shall be reinstated to the
satisfaction of the owner and the Purchaser.

4.4 Security of the Goods & Persons

Watching and security of the Goods shall be provided by the Supplier at his own expense. If the
Purchaser considers it necessary he will order in writing that additional watchmen be provided all at the
Supplier’s expense to ensure proper security of Goods and persons associated with the project.
Section VII – Schedule of Requirements 115

The Supplier shall provide to the Goods and Installations an adequately supported temporary screen or
fence in accordance with local bye-laws and to the approval of the Purchaser.

All excavation shall be adequately lit at night complete with hazard warning lights to pedestrians and
traffic in accordance with applicable Traffic Police Regulations.

Unfenced openings and surface obstructions shall be attended by days and night and shall be adequately
lit at night.

5. Setting Out of Works

It shall be the Supplier’s responsibility to obtain from the Purchaser before commencing the installation
work co-ordinates and levels of setting out points, which have already been established by the
Purchaser. The Supplier shall use these to establish additional temporary bench marks as necessary
throughout the project area. These shall be of a form approved by the Purchaser and maintained until
the completion of related services.

The Supplier shall be responsible for the setting out of the installation works. All dimensions and levels
shown on the drawings or referred to in any document forming part of the Contract shall be verified by
the Supplier on Site. He shall be responsible for pointing out promptly any discrepancy or error in such
dimensions or levels.

The Supplier shall prepare detailed setting out drawings and data sheets as necessary and submit them
to the Purchaser or his Representative for approval. Any modification of these drawings or data sheets
required by the Purchaser shall be made by the Supplier and resubmitted for final approval.

6. Supplier’s Compounds

No separate item is provided in the price schedules to cover the cost to the Supplier of providing and
maintaining the offices, compounds, workshop and housing necessary for the proper organization and
superintendence of the supplies of goods and execution of related services. These are deemed to be
included in all other items of works. The Supplier shall be responsible to arrange the necessary land for
the compounds at his own expense.

The Supplier has to submit to the Purchaser the layout and design of his compounds showing areas
required for workshops, garages, concrete yards, stores, housing etc., for his approval.

The compounds and their contents shall be dismantled and cleared away by the Supplier at the
completion of the Contract.

The Supplier shall provide, erect and maintain sign boards at his own expense at locations to be
indicated by the Purchaser. They shall be lettered in Balochi and English and be not smaller than 3
m x 2 m in size. The wording shall be as directed by the Purchaser.
7. Water Supply (Temporary)
The Supplier shall provide at his own expense a temporary supply of potable and other water required,
for execution, installation, testing and related services. He shall provide, operate and maintain the
Section VII – Schedule of Requirements 116

supply throughout the duration of the Contract. Quality of water shall be to the satisfaction of the
Purchaser.

8. Electricity Supply for Power and Lighting (Temporary)

The Supplier shall arrange for and pay all costs in connection with the temporary supply of electricity
he may need for the duration of the Contract. If the Supplier intends to provide his own electricity
supply, the regulations of the Pakistan WAPDA are to be observed and the permission of this Authority
is to be obtained.

9. Sanitary Arrangements

The Supplier shall provide and maintain sufficient sanitary conveniences for all operatives and site staff
engaged on the supplies of goods, installation and related services. These shall be in accordance with
any requirements and regulations of the Government of the Pakistan and subject to the approval of the
Purchaser. The ground shall be disinfected at the end of the Contract.

The Supplier shall ensure that all operatives and staff are aware that the sanitary conveniences must be
used by all personnel, and the Purchaser reserves the right to require dismissal of any person committing
a nuisance on or about the site by failing to use the conveniences provided.

10. Fencing of the Works

The Supplier shall fence the works site (s) in a manner sufficient for the protection of the public and
livestock and property during the progress of the installation works and shall satisfy the Purchaser or
his Representative in this respect.

The Supplier shall erect and maintain adequate safety measures a round all trenches and other open
excavations in a manner sufficient to provide maximum safety to pedestrians and vehicles at all times.

11. Control of Construction Noise

The Supplier shall employ the best practical means to minimize noise and vibration produced by his
operations. These shall include but not be limited to the following:
(a) All vehicle and mechanical plant shall be fitted with effective exhaust silencers and
shall be maintained in good and efficient working order.
(b) All compressors shall be “sound reduced” models fitted with lined and sealed acoustic
covers which shall be kept closed whenever the machines are in use and all ancillary
pneumatic percussion tools shall be fitted with mufflers or silencers. Dampened bits
shall be fitted to percussion tools.
(c) Machines in intermittent use shall be turned off or throttled down when not in use.
(d) All pumps shall be fitted with effective exhaust silencers where appropriate, and
maintained in good and efficient working order. Pumps running overnight shall be
effectively silenced. Alliteratively the Supplier shall use electrically driven pumps if
necessary.
(e) All stationary plant shall be screened where possible.
Section VII – Schedule of Requirements 117

12. Safety Measures and Services

The Supplier shall be responsible for the safety and health of the all workmen and other persons in or
around the Installation and related works, to the satisfaction of the Purchaser. Such measures shall
include, but not be limited to, the following:

 Provision of proper safety and emergency regulations, fire, gas and electric shock prevention,
stretchers and first aid box together with rescue facilities generally at each place of work.
 Adequate supports and braces for all excavations.
 Provision of sufficient safety helmets for all personnel including the Purchaser, his staff, and
any authorized visitor to the Site.
 Safe control of water including the provision of standby pumping plant.
 Provision and maintenance of safe, sound ropes, slings, pulleys and other lifting equipment,
each having an up-to-date test certificate.
 Provision and maintenance of safe, sound mechanical frames, hoists, cranes, and vehicles for
transporting materials, with an up-to-date test certificate for each item.
 Provision of good and safe access to the Works.
 Provision of warning notices to the public in English, Balochi and Urdu warning them of the
existence of any dangers from the Works.

The Supplier shall ensure that employees are available at each site to administer emergency first aid
and that all employees are aware of their names. The Supplier shall provide for the transport of serious
cases to hospital. All medical facilities shall also be to the satisfaction of any properly appointed medical
officer authorized by the Government of the Balochistan to inspect medical facilities at Site.

The Supplier shall ensure that all his employees are fully conversant with regulations and emergency
procedures, and shall enforce the rule that any employee committing a serious breach of such
regulations shall be immediately dismissed and shall not be re-employed.

13. Other Services

The Supplier shall make his own arrangements for and shall provide and pay for any services required
during the duration of the Contract.

14. Working Hours

The Supplier shall perform his work only during the standard working hours on installation sites which
are 48 hours, distributed over 6 days per weeks, except on holidays.
Section VII – Schedule of Requirements 118

Should the Supplier wish to carry out works outside normal working hours or on Sunday and public
holidays; he shall comply with related requirements and shall do so only after the Supplier has given
the Purchaser at least 48 hours’ notice in writing.

15 Damage to Services

The Supplier will be held responsible and shall pay all costs related to damages to private property or
roads, bridges, irrigation ditches, mains, pipes, electric cables, lines or services of any kind caused by
him or any of his sub-suppliers during the execution of the Contract.

The Supplier shall make good or arrange to make good at his own expense any damage without delay,
and shall carry out any further remedial work ordered by the Purchaser.

16. Entry to Private Land

Where it is necessary to enter on privately owned land for the purpose of making temporary road
diversions, or for any other reason, the landowner or occupier shall first be consulted by the Supplier
and his written permission obtained.
The Supplier shall ensure that, in case the landowner or occupier refuses access, the Purchaser is
informed at least 6 weeks before the intended start of work in the area concerned.

Care shall be taken that no undue damage is caused to land, and at the completion of the work, the land
shall be left in a tidy and restored (if appropriate) condition to the satisfaction of the landowner or
occupier and the Purchaser.

17. Working Program

Before commencing installation services, the Supplier shall record any existing damage to adjacent
buildings and notify the Purchaser thereof. Failing to do so, the Supplier may become liable to make
good such damage at his own expense as it may be considered a result of result of his activities.

18. Language of Records

All time sheets, records, notes, drawings, documents, etc. shall be in the English language. If the original
documents are in another language a certified translation in English shall be submitted to the Purchaser.

19. Connection to Public Services

The Supplier shall be responsible to obtain in time all necessary approvals from the relevant Balochistan
/ Federal Government Authorities/ Network providers to connect the stations in such a manner as
required and approved by these Authorities. The costs involved are deemed to be included in the
Contract Price.

20 Supplier’s Monthly Reports

20.1 Progress Reports


Section VII – Schedule of Requirements 119

The Supplier shall report monthly progress to the Purchaser on charts submitted in triplicate showing
actual work done superimposed on copies of his agreed program. He shall provide an explanation for
any deviation from his program and shall in the case of delays propose strategies for improving progress.

The reports shall be delivered to the Purchaser within one week after the end of each month from
commencement until the last month for completion of after sales service period.

20.2 Labour and Plant Returns

The Supplier shall include with his monthly reports details of all equipment, (including their values)
and labour force employed on the Site together with a description of their deployment. He shall also
provide list of all materials and equipment intended for use at the Site related to the supply of goods
and to execute the related services.

20.3 Photographic Records

The Supplier shall provide a photographic record of the supply of goods at the site and execution of the
related services by having photographs taken during the factory training and factory acceptance tests,
delivery of equipment at site, installation, testing, inspections, commissioning, operation and
maintenance, etc. as the purchaser may specify from time to time. The number of such photographs
shall not exceed ten per month.

The Supplier shall supply three sets of colour prints, size 9x13 cm mounted on album sheets, dated and
described.

All the costs related to the preparation and providing of progress report and photographic records shall
be deemed to be covered in the contract price.

21 Compensation included in the Contract price

The rates and prices entered in the Priced Schedules for Goods and Related Services constitute the
Contract Price.

The Contract Price shall, except insofar as it is otherwise provided under the Contract include all costs
of Supplier’s plant, labour, supervision, materials, equipment, machinery, transportation, erection,
electricity and fuel, execution, insurance, profit, taxes and duties, together with all general risks,
liabilities and obligations set out or implied in the Contract.

The Contract Price shall include the maintenance costs during Defects Notification Period (After sales
service Period) of one (01) years and training of Purchaser’s staff.

The Schedules do not generally give a full description of the equipment to be supplied and the related
services to be performed under each item. Supplier shall be deemed to have read the Schedule of
Requirements, Technical Specifications and other sections of the Bidding Document to ascertain the
Section VII – Schedule of Requirements 120

full scope of the requirements included in each item prior to filling in the rates and prices. The entered
rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit.

The Supplier shall supply complete equipment for AWS, SFG including data loggers, sensors,
enclosures, masts, mounting devices, solar panels, battery backup, , fitting materials and accessories,
etc. as shown in Price schedule and or specified in the Technical Specifications. The costs of power
cables, fitting materials and accessories, tools, nut bolts and other mechanical and electrical accessories
if required for a complete system but not specifically mentioned in the Price Schedules shall be covered
in the unit rates and prices of other supply items. These shall not be paid separately.

The Related services are grounded per stations. The Supplier shall be responsible for all the Civil Works
related to the foundations of AWS and SFG Stations. The Supplier shall provide all the material, labour,
constructional plant, drilling tools, etc. to execute the related Services and Civil Works such as
geotechnical investigation for the design of foundation, design of foundations, excavation for
foundations, leveling, drilling for fixing of equipment, welding, reinforcement, erection of mast and
sensors and other equipment and slope protection. The Supplier shall do all the related civil Works
through a specialist Contractor, if he does not possess the required experience. The Supplier shall be
required prior approval of the specialist sub-contractor.

The Supplier shall provide the user manual, technical manuals and other manuals as well as the As-built
drawings as specified in the Technical Specification and Price Schedules. Lump sum items have been
provided in the Price schedules for this purpose.

Lists of special tools and accessories & equipment for testing and measurements as well as for the
mandatory spars is included in the Price Schedules. The Lists are generic in nature which shall be
finalized based on the manufacture’s recommendations after award of the Contract.
Section VII – Schedule of Requirements 121

TECHNICAL SPECIFICATION
PART II –SUPPLY, INSTALLAATION, TESTING AND COMMISSIONING OF
AUTOMATIC WEATHER STATIONS AND STREAM FLOW GAUGING STATIONS

1. SCOPE

1.1 Automated Weather Stations

Supply, Installation, Testing and Commissioning of Automatic Weather Stations as described in the
“Price Schedules, Delivery and Completion Schedule”.

In order to meet the above requirements, the Supplier shall provide equipment and services for the
following facilities:
 Responsibility to execute the project by taking up to the installation of 9 Nos. AWS on sites
and at locations as shown in SCC Sub Clause 1.1 (o). The no. of stations and the locations are
tentative and can be altered/shifted as per site requirement and as directed by the Purchaser.

 Installation of Data Loggers based on GSM/GPRS and Satellite/ Meteosat/ GOES/


METEOSAT/ Imarsat/ Thuraya Communication Network and sensors at Automatic Weather
stations to obtain Air Temperature & Relative Humidity, Wind speed & Direction, Catchment
Rainfall/ Snowfall (where applicable), Evaporation, Solar Radiation and Sun-shine hours
detection, Atmospheric pressure and Soil Temperature & Soil moisture parameters etc.

 The Automatic Weather Stations shall be later synchrozed with Server within the Data Centre to
be established as Package 2 of 2 of Phase-1 for data collection and processing.
 Installation, integration, calibration and commissioning of all sensors with all required
accessories including transportation of all the equipment at site is Supplier’s responsibility.

 The storage and security of equipment at the sites will be the responsibility of the Suppliers till it
is handed over to the PMU (BIWRMD) after successful installation, testing, commissioning and
Final Acceptance of the Sensors & Equipment.

1.2 Stream flow Gauging Stations

Supply, Installation and Commissioning of Stream Gauging Sensors, as described in the “price
Schedules, Delivery and Completion Schedule”.

In order to meet the above requirements, the Supllier shall provide equipment and services for the
following facilities:
 Responsibility to execute the project by taking up the installation of installation of 2 Nos. Stream
flow gauging stations on sites and at locations as shown in SCC Sub Clause 1.1 (o). The no. of
stations and locations are tentative and can be altered/shifted as per site requirement and as
directed by the Purchaser. Each station shall be equipment with Data Loggers based on
GSM/GPRS and Satellite (Meteosat/ GOES/ METEOSAT / Imarsat/ Thuraya) Communication
Network & sensors.

 The Supplier will install Manual Staff Gauge(s) for water level measurement on
rivers/streams/Nullas. Installation of staff gauge(s) will be required to measure the water levels
Section VII – Schedule of Requirements 122

of the rivers / streams / nullas at 2 No. SGF stations. However, the requisite height of the Staff
Gauge(s) will be determined by the Supplier as per requirement of site after award of the Contract.

 Installation of Data Loggers based on GSM/GPRS and Satellite (Meteosat/ GOES/ METEOSAT
/ Imarsat/ Thuraya) at SFG sites as directed by the Purchaser.

 Installation, integration, calibration and commissioning of sensors including transportation of all the
equipment at site is Supplier’s responsibility.

 The storage and security of equipment at the sites will be the responsibility of the Supplier till it is
handed over to the PMU, Irrigation Department after successful installation, testing, commissioning
and Final Acceptance of the Sensors and equipment.

2. Requirements for AWS & SFG Stations

 The equipment should incorporate the state-of the-art technology and provide capability for
unattended operation using a minimum 12V/100AH single sealed maintenance-free battery,
rechargeable through minimum 100W solar panel. The battery shall be capable to run the system
for minimum of 30 days during total cloudy conditions.
 The Equipment (RTU/Data Loggers, Sensors, Tools & Accessories including Equipment for
Testing & Measurement) etc. must be provided/supplied along with all the Accessories required
for installation, testing & commissioning etc.
 All equipment should be qualified for Pakistan Meteorological Department (PMD)/World
Meteorological Organization (WMO) Specifications and suitable for outdoor applications in
extreme conditions.
 The Automatic Weather Station’s equipment must be housed in IP66/IP67 & NEMA-4 weather-
proof enclosure and shall meet all specified environment specification of international standards.
The proposed enclosure must guarantee: dust protection and Protected against low pressure water
jets from any direction.
 Data loggers must have certification from WMO for functional operation.
 The system should have in-built memory of storing data for at least 6 months period.
 PCMCIA (Personal Computer Memory Card International Association) memory card slot/ USB
(Universal Serial Bus) or any other commercially available latest technology memory device for
data retrieval and transfer of set up of the system shall be provided. All set up and configuration
files should be transferable through the solid-state memory device to the data logger and vice versa.
 Facility to give manual commands to transmit data for testing as well as for manual operation
purposes shall be provided.
 The number of analog/digital/SDI (Serial Digital Interface) channels provided in the data logger
shall be compatible to the sensors being supplied. There should have facility to further expand to
interface at least 8 additional digital & 8 additional analog channels.
 Software CDs of AWS and SFG Station’s software utilized in the data logger and transmission
unit is to be provided. Suitable training in these aspects shall also be provided in Pakistan to
Purchaser’s nominated stff for at least 3 working days.

3. Requirements for Onsite Display Unit

 System should have provision for a dedicated port in the Data Loggers to interface a cable
linked remote display unit and facilitate values of Hydro-Meteorological parameters to be
displayed in real time basis at user-defined intervals.
Section VII – Schedule of Requirements 123

 Measured data should be sent to the display through a suitable output port, preferably
RS-485 port or better which is currently in use and will remain in use in future.

 Provision for onsite display for user selected parameters at desired time interval.

4. Details of Weather Parameters

The following weather parameters are required from the sensors interfaced with the data logger.

i. Instantaneous sampled value of air temperature in deg C at every 10minute interval.

ii. Max. air temperature of the hour (samples taken every minute)

iii. Minimum air temperature of the hour (samples taken every minute)

iv. Daily maximum and Minimum Temperature

v. Wind speed in knots at every 10 minutes interval with 3 minutes vector averaging.

vi. Wind direction in degrees at every 10 minutes interval with 3 minutes vector averaging.

vii. Daily minimum and maximum wind speed

viii. Daily maximum wind gust.

ix. Instantaneous value of RH (Relative Humidity) at the end of every 10 minutes.

x. Daily maximum and minimum value of Relative Humidity

xi. Dew Point temperature at every 10 minutes interval.

xii. Cumulative rainfall since last reset (reset at 03 UTC everyday)

xiii. Hourly rainfall (reset every full hour UTC)

xiv. Evaporation Reading/Rate on hourly basis (reset after 24 hours at 12 UTC)

xv. Average Evaporation Parameter on 6 hours basis (reset after 24 hours at 12 UTC)

xvi. Solar Radiation Reading on hourly basis

xvii. Average Solar Radiation parameter on 6 hours basis

xviii. Battery voltage (hourly)

5. Details of SFG Station’s Parameters

The following parameters are required from the sensors interfaced with the data logger.

i. River Level & Flow at every 15 minutes interval

ii. Battery voltage (hourly)


Section VII – Schedule of Requirements 124

7. Summary of Technical Specifications of Major Equipment of AWS & SFG Stations

Item No. as Name of Goods


per List of or Related Technical Specifications and Standards
Goods Service
1.1 (Lot 1 & 2) Data Logger Quality assurance certificates and standards required as under EN ISO
9001:2008 and EN ISO 14001:2004 or EN ISO 9001:2015 and EN ISO
14001:2015EMC-Directive 2014/30/EU or 2004/108/EC and LVD-
Directive 2014/35/EU or 2006/95/EC.
 Operating System: Open source with web-browser
interface
 Stored Program Dedicated to sensors.
 Operating Temperature: -40°C + 60°C
 Operating Voltage: 12 V DC
 Processor: 32 bits
 A/D Converter: 12/24 bits
 Power management battery control with external GSM
/GPRS modem for data transmission via GSM/GPRS
network.
 SIM Card: 3 V or 1.8 V with external antenna.

 Data Logger should have external memory card for data


storage up at least one (01) year.
Communication Port:
 2 – 6 serial ports RS 232, RS 485, SDI, 2 USB, 1 LAN
Ethernet port 10/10 M bits
 RS-232 = 2 No
 RS-485 = 1 No
Watchdog Timer:
 Simultaneous communication on all ports.
 System reset upon microprocessor failure.
1.2 (Lot 1 & 2) GSM Modem  Frequency range: 800-900 MHz and 1700-2100 MHz
 Shall support SMS and Data
 Quad Band GSM transmission
 Operating Temperature: -40°C to +60°C
 PC (Personal Computer) Communication via RS
232/485/USB/ Ethernet Port
 Compatible for Standard GSM/GPRS Networks available
in Pakistan
1.3 (Lot 1 & 2) Satellite Modem  Single board transceiver
 Small form factor
 Designed to be incorporated into an OEM solution
 Operating Temperature: -40 ºC to + 60 ºC
 Duplexing Method TDD (Time Domain Duplex)
 Input/output Impedance 50
 Multiplexing Method TDMA/FDMA
1.3 (cont.) Meteosat i) Terminal
Satellite  A Transmitter
Equipment  A GPS antenna and its antenna mounts and coaxial cable
Section VII – Schedule of Requirements 125

 A 11 dBi Right-Hand Circular Polarized (RHCP) Yagi


antenna and coaxial cable
 A Power supply, with battery, solar panel and charge regulator;

ii) COAXIAL CABLE


Type Supplier to propose
Characteristic impedance Matched with the antenna
Cut-off frequency > 100 MHz
Attenuation < 0.1 dB/100m
Power rating 1 kW
Bending radius 80 mm
Temperature range -40°C to +60°C
Section VII – Schedule of Requirements 126

1.12 (Lot 1) Battery, Solar Battery


and 1.5 (Lot 2) Panel & Control  Maintenance free AGM (Absorbent Glass Mat) or Dry Gel of
Unit Standard Brand.
 Capacity (minimum 12V/100AH).
 Capable to run the station in complete cloudy weather for at least
30 days.
 Minimum Designed life in years (25°C/77°F) should be 8 years.

Solar Panel
 Solar Panels should be Mono-crystalline of standard brand.
 Rating minimum 100W to charge the battery during sun.
 Product warranty should be 10 years
 25 years linear performance warranty
 3%- 5% positive tolerance.
 Panel efficiency should be minimum 18%.

Control Unit:

Voltage range Voltage range Nominal + 30%


Regulation current range 0 to 110% of the rated current with
current limiting circuit
Protection circuits  Short circuit protection.
 Battery overcharging protection.
 Reverse power flow protection.
 Disconnection of the battery from
load just before its depletion.
Monitoring circuits Array current and voltage to be suitably
indicated on load.

Electrical Specifications:
Temp. Comp. (mV/˚C) – 30mV
Accuracy 40mV
Min. Voltage to Operate 8V
Self-consumption 22mA
Lvd Current Coefficient – 20mV
Charge Algorithm PWM, constant voltage
Operating Temperature – 40˚C to + 60˚C
Voltage Accuracy 0.5%
Self-Consumption 1 mA

1.15 (Lot 1) Junction Box/


and NEMA Protection Rating NEMA-4, IP66/IP67
1.10 (Lot 2) Enclosure Material Stainless Steel 316 grade
Degree of protection against falling dirt, rain, sleet, snow, windblown
dust, splashing water, and hose-directed water; and that will be
undamaged by the external formation of ice on the enclosure
Additional radiation shield to protect the enclosure from direct
sunlight radiation
Section VII – Schedule of Requirements 127

1.7 (Lot-1) Combined Air The required temperature sensors should have dirt and water resistant
Temperature construction and corrosion resistant materials with the following
and Relative specifications and requisite mounting hard ware and cable.
Humidity Sensor
with multiplate General Specification:
Free Flowing
Shield according Storage- -40°C to +60°C
to WMO /Operating Temperature
Cable coating PUR
Housing Classification IP65 or Better
Housing Material Stainless Steel or POM-C or
TECAPET Low or Painted anodized
anti corrodal aluminum
Communication Standards SDI-12
Digital output RS-485

Air Temperature:

Measurement Range -40°C to +60°C


Accuracy ± 0.1°C or better (with radiation
shield)
Resolution ± 0.1°C
Response Time 10 sec or better
Sensor element pt1000 DIN A
Output Pt 100 1/3 DIN 4 wires

Relative Humidity:

Measurement Range 0 to 100% Rh


Accuracy ± 1% RH full ranger
Resolution ± 1%
Response Time 10 sec or better
Requisite Cable 5m
Sensor element Capacitive, with protective HC01
coating
Operating Range -40°C to +60 °C (Excellent linearity
and sensitivity with fast response and
long term stability)
Section VII – Schedule of Requirements 128

1.6 (Lot-1) Wind Speed & General Specification:


Wind Direction
Sensor Storage- -40 °C to 60 °C
according to /Operating Temperature
WMO Housing Classification IP65 or Better
MTBF 10 years
EMC certified
Materials Resin & Aluminum or Luran S KR
2861/1C ASA/PC or Stainless steel
Wind Speed:

The required wind speed 0 to 75 m/s or better


sensors should have dirt
and water-resistant
construction and corrosion
resistant materials with the
following specifications
and requisite mounting
hard ware and cable:
Range (Operation)
Accuracy 0.5 m/s for ≤ 5 m/s and 10% for > 5 m/s.
Classified according to IEC 61400-12-1 Edition 2 (2017-03)
Response time < 0.25 sec or immediate
Starting threshold < 0.4 m/s
Linearity R,0.99999
Relative Humidity 0 to 100%
Wind Load Approx. 100 N @ 75 m/s
Survival Speed 80 m/s (min. 30 minutes)
Wind Direction
The required wind direction sensors should have dirt and water resistant
construction and corrosion resistant materials with the following
specifications and requisite mounting hard ware and cable.

Range (Operation) 0 to 360 Degrees (no dead band)


Accuracy ± 5°
Relative Humidity 0 to 100%

Response time < 0.25 sec or immediate


Delay Distance 1.8 m (acc. To ASTM D 5366-96)
Output 16 bits serial synchronous
Operating Temperature -40 °C to +60 °C
1.4 (Lot-1) RAIN GAUGE Sensor Type Tipping Bucket/ Reed Switch
according to Accuracy 0.1 mm ≤ 5 mm and ±2% for > 5 mm.
WMO standards Operating Temperature -40°C to +60°C
Sensitivity 0.2 mm
Humidity Range 0 to 100%
Material Stainless Steel Housing, with stainless
steel fasteners.
Switch Rugged Magnetic Proximity Switch
EMC certified
Switch closer time 10 m Sec.
Section VII – Schedule of Requirements 129

1.5 (Lot-1) Snow Level


Sensor Sensor Type Non-contact (Ultrasonic)
(Ultrasonic) Snow collection platform of 5 ft
according to diameter with an Aluminum plate top.
WMO standards With 1 m long boom to be mounted on
a steel tower
Measurement Average value over a fixed period.
Measurement range 0 to 25 meters
Repeatability 15 mm
Resolution 1 cm
Accuracy 1 cm for ≤ 20 cm and ±10% for > 10
cm.
Temperature range -40 °C to +60 °C
Internal temperature compensation.

1.8 (Lot-1) Class-A Automatic Evaporation Sensor should automatically measure water level
Automatic variations in a standard evaporation pan in compliance with WMO
Evaporation recommendations.
Sensor Evaporation pan should be mounted on 10 cm above the ground on a
according to ventilated, flat and horizontal wooden support.
WMO standards Evaporation pan should be made of Corrosion-rugged stainless-steel
material and Protection grid against animals and foreign elements also
provided with Pan.
Measuring Range 0 to 100 mm
Resolution 0.1mm
Operating Temperature - 40 °C to + 60 °C
Measurement uncertainty 0.1 mm for ≤ 5 mm and 2% for > 5 mm.
Mode of measurement Totals over a fixed period, as specified
by the coding requirements.
Integrated Overvoltage Protection

1.10 (Lot-1) Pyranometer Global Solar Radiation Sensor with thermopile,


according to Type Pyranometer type “first class”
WMO according to ISO 9060.
Cosine corrected high-stability
silicon PV type to measure direct and
reflected Solar radiations.
With calibration certificate, leveling
base and requisite cable.
Measurement range 0 to 2000 W/m²
Drift ± 2% change over 1 year period,
threshold 0.1 W/m².
Slope 200000 [W/m²]/V
Offset 0 or better
Response time (95%) 15s or better
Non-linearity (0 ... 1000 <1% or better
W/m²)
Sensitivity 5 ... 20 μV/W/m2 or better
Level accuracy 0.1°
Accuracy: ± 5% or better for sensor range
calibrated in accordance between
450 and 550 W/m².
Operating temperature -40 °C to +60 °C and 100% RH
Section VII – Schedule of Requirements 130

Spectral range (50% points) 285 ... 2800 nm


Max. irradiance 2000 W/m²

1.9 (Lot-1) Atmospheric


Pressure Sensor Type Solid State
according to Range 500 to 1100 hPa
WMO Output RS-485 or linear analogue output
voltage/ current
Accuracy ± 0.1 hPa
Casing IP65 weatherproof PVC casing
Power Supply 10 to 30 DC (reverse polarity
protected)

1.11 (Lot-1) Soil Moisture The soil temperature sensors shall be rugged, accurate probe type, made of
and Soil stainless steel, that can measure soil temperature from -40° to +60°C. The
Temperature sensors shall consist of a thermistor encased in rugged sheath made from
Sensor as per grade 316L stainless steel to protect the thermistor and allowing to bury or
WMO standards submerge the sensors in harsh, corrosive environments. The probe type soil
temperature sensor shall have fast time response.
Maximum Submergence 45.7 m (150 ft) or 434 kPa (63
psi).
Temperature Measurement -40° to +60°C
Thermistor Temperature -50° to +70°C
Survival Range
Over-molded Joint and Cable -50° to +70°C
Temperature Survival Range
Interchangeability Error ± 0.6° C tolerance (- 40°C)
± 0.38° C tolerance (0° C)
± 0.1° C tolerance (25° C)
± 0.3° C tolerance (50° C)
± 0.4° C tolerance (70° C)
Steinhart-Hart Linearization ≤ 0.02°C (-40°).
Error
Time Constant in Air 31 s (still air)
7.5 s (air @ 3 m/s)
Section VII – Schedule of Requirements 131

0.5 s (antifreeze/ water rolling)


Cable Description 0.56 cm (0.22 in.) diameter with
Santoprene jacket
Cable/Probe Connection “ATUM” heat shrink, “Macro-
melt” over-molded joint
The soil moisture sensors shall measure soil moisture with patented TDT
(Time Domain Transmission) technology. The sensors shall be self-
calibrating for all soil types and conditions and shall not be affected by salty
soil conditions or soils with a high pH level. The soil moisture sensors shall
be connected to a two-wire path or conventional wire and shall provide
continuous measurements and real-time feedback.
Freeze/ Heat resistance -40° to +60°C
Cable DBR/Y-6 or equivalent.
Construction Multi-layer fiberglass stick.
Sensitivity 0.1%
Accuracy ± 3% of the actual volumetric soil
moisture content.

1.4 (Lot-2) Radar Dual Quality assurance certificates and standards required as under
Function EN ISO 9001:2008 and EN ISO 14001:2004 or EN ISO 9001:2015 and
Sensor- Water EN ISO 14001:2015
Flow and Level EMC-Directive 2014/30/EU or 2004/108/EC and LVD-Directive
Sensor 2014/35/EU or 2006/95/EC
Protection IP 67
Material Stainless Steel
Operating temperature -40 °C to +60 °C
Cable Length of Sensor To be determined by the
Supplier as per site requirement
Range of Sensor 0 to 15 m with extended
measurement range of 0.1 to 35
m.

Water Level Measurement:

Water level Measurement Range As per site requirement


Resolution 1 mm
Accuracy +/- 2mm

Velocity Measurement:

Detectable measuring range 0.10 ... 15m/s (depending on the


flow conditions)
Accuracy +/- 0.01 m/s; +/- 1 % FS
Resolution 1 mm/s
Direction recognition +/-
Measurement duration 5 ... 240 sec.
Measurement interval 8 sec. ... 5 h
Section VII – Schedule of Requirements 132

1.13 (Lot-1) Sensor Parameters for 10 meter Pole


and Mast/Pole with  Folding pole 10m height (balancing system at 5m)
1.8 (Lot-2) Cross Arms  Anti-corrosion anodized aluminum
 Elements of 3m height and 2 elements of 2m
 Junction elements, galvanized steel hinges at the base and hinge
at 5m height
 Sensors brackets for min 6 instruments
 Rocker shaft 3.6mt length.
 Total weight 40Kg minimum.
 Three tie rods of 13m with accessories and stainless steel screw
for fixing, assembly and installation.
Parameters for 4 meter Pole
 Anti-corrosion anodized aluminum
 complete supports for minimum 6 sensors,
 support base, kit and stainless steel screws
 weight minimum 15kg.
 2 Element of 2m height and a junction element.
 Base 20x20cm.
 Recommended ties or bracing rods for heavy duty applications.
 Complete Installation Manual.

8. Detailed Technical Specifications of AWS & SFG Stations

8.1 Equipment

8.1.1 Data Logger Specification

A multipurpose web-based Meteorological Data Measurement Logger to receive data from various
meteorological sensors and store the values within itself in a solid-state smart media flash card type
memory. Data should be stored in 10-minute interval with time tags/stamp. The stored data should be
retrieved by removing the flash card / USB as well as wireless to Central Station computer system via
GPRS using GSM networks//IRRIDIUM through FTP protocol with end to end acknowledgment of
data receive. The AWS logger should also be compatible with the meteorobust system. The logger
should be able to comply and compatible with all types of sensors available worldwide with digital,
analog and pulse type outputs.
The minimum specifications to be attached to the logger would be;

Minimum Specifications of Logger:


 Operating System: Open source with web-browser interface.
 Stored Program Dedicated to sensors as mentioned above
 Operating Temperature: -40°C + 60°C
 Operating Voltage: 12 V DC operation
 Processor: 32 bits
 A / D Converter: 12/24 bits
 Power management battery control with external GSM/GPRS/IRRIDIUM modem for data
transmission via GSM/GPRS/SATELLITE network.
Section VII – Schedule of Requirements 133

 SIM Card: 3 V or 1.8 V with external active type antenna.


 Data Logger should have external memory card for data storage up to 01 years.

Inputs:
 • 4 programmable analogical high-resolution inputs (24Bit)
 • 4 programmable analogical high-resolution inputs (12Bit)
 • 5 programmable frequency inputs up to 2000Hz/channel
 • 4 programmable ON/OFF or frequency outputs
 • 4 programmable 12Bit 0~2Vdc analogical outputs
 • 2~6 serial ports RS232, RS485, SDI, 2 USB, 1 Lan Ethernet port 10/10Mbits
 Or better
Communication Ports:
 USB 1No
 RJ45 Ethernet 1No
 RS-232 2 No
 RS-485 1 No
 Simultaneous communication on all ports.

Storage:
 Program Memory: 32 MB or more
 USB Memory: 128 GB or more
 Should be able to store all data, plus separate register for 3 hourly average, 24 hourly average,
weekly average and monthly average, programmable via web interface without any proprietary
software .

LCD Display:
 Min 4 lines x 20 characters Alphanumeric Display for live data including power supply.

Watchdog Timer:
 System reset upon microprocessor failure.

Web Software:
The system must be supplied with the following software;
 PC based - configuration web software to configure and install each sensor, without proprietary
license
 PC based - set up program to set how measurements are to be done by sensor and how data is to be
stored, web software without proprietary license
 PC based web software to retrieve data from the data logger and display different parameters in
read-able form and export data, without proprietary license
 PC based – Presentation and Display web software to display instantaneous and stored data in
suitable tabular and graphic format up to 30 days or more.
 Data logger should be modbus enabled for SCADA connectivity

Example of a Typical AWS Data Logging System

The AWS Data Logger should measure a value (or compute an average) for the following sensors every
2 minutes. Measure or average values store in 10 minutes interval with time lags (programmable via
Web-browser interface without proprietary software and license).
Section VII – Schedule of Requirements 134

 Wind Direction – Measured (Instantaneous)


 Relative Humidity – Measured (Instantaneous)
 Temperature – Measured (Instantaneous)
 Upper and Lower Pyranometer – Measured (Instantaneous)
 Upper and Lower Pyrgeometer – Measured (Instantaneous)
 Tipping Bucket / Weighing Mechanism Rain Gauge Measured (Instantaneous)
 Wind Speed – Measured (Instantaneous)
 Wind Speed – Averaged
 Wind Direction – Averaged
 Barometer – Measured (Instantaneous)
 Snow Level – Measured (Instantaneous)
 Snow scale – Measured (Instantaneous)
 Amount of rain since last measurement
 Peak instantaneous wind speed in a two-minute interval.
 Used for processing unit vector wind direction

8.1.2 GSM/GPRS MODEM

GSM and GPRS facility shall be with fast and reliable wireless data communications along with support for
dynamic domain access to the central server IP address. The following technical specifications are indicative
and not exhaustive. (If power consumption is more, additional battery supported by solar panel need to be
included for power supply in addition to the Minimum 12V dc 100AH battery specified). The Supplier has
to ensure that a complete solution is to be provided.

GPRS Industrial GPRS/UMTS quad band, complete with omni-directional antenna, cable for serial data
communication.
Omni-directional amplified antenna for GSM/GPRS/UMTS, complete of minimum 5m cable and
connector.
High Gain Directional antenna for GSM/GPRS/UMTS, 8.5 dB gain, complete of connector and
minimum 5m cable, arm support for fixing on pole.

 Frequency range: 800-900 MHz and 1700-2100 MHz

 GSM/GPRS facility with fast and reliable wireless data communications.

 Shall support SMS and Data

 Quad Band GSM transmission

 Accept standard SIM (Subscriber Identity Module) card with built-in holder

 Operating Temperature: -40°C to +60°C

 RS 232 interface with data cable

 PC (Personal Computer) Communication via RS 232/485/USB/ Ethernet Port

 Facility for transfer of data through GPRS

 Full SMS Support

 Compatible for Standard GSM/GPRS Networks available in Pakistan


Section VII – Schedule of Requirements 135

 Suitable power supply to function during alarm situations like fog, thunder, rainfall etc.

 If required additional battery supported by solar panel needs to be included for power
supply.

8.1.3 SATELLITE MODEM

The Satellite Modem should be manufactured under the supervision of a quality assurance system certified
according to EN ISO 9001:2008 and EN ISO 14001:2004 or EN ISO 9001:2015 and EN ISO 14001:2015
and at the minimum, Satellite Modem should have following specifications:

 Single board transceiver


 Small form factor
 Designed to be incorporated into an OEM solution
 Operating Temperature Range -40ºC to + 60ºC
 Humidity without condensation 99% or better
 Duplexing Method TDD (Time Domain Duplex)
 Input/output Impedance 50
 Multiplexing Method TDMA/FDMA (Frequency Domain Duplex)

8.1.4 METEOSAT-7 TRANSMISSION TERMINAL

In case the Supplier opts for Meteosat GOES/ METEOSAT / Imarsat/ Thuraya transmission medium
in-place of Satellite, the following specifications for Meteosat Transmission Equipment must be
considered:

Meteosat GOES/ METEOSAT / Imarsat/ Thuraya terminal will be designed for use on the EUMETSAT
Meteosat Data Collection Services satellite networks. Associated to a RTU Equipment, will be
implemented:
 A Transmitter
 A GPS antenna and its antenna mounts and coaxial cable
 A 11 dBi Right-Hand Circular Polarized (RHCP) Yagi antenna and coaxial cable
 A Power supply, with battery, solar panel and charge regulator;
8.1.5 COAXIAL CABLE

The Supplier shall propose the type and characteristics of the coaxial cable. The length of cable at each
site shall also be determined by the Supplier and shall be kept as short as possible.

The coaxial cable shall be flexible with a high degree of weather resistance. Outer protection shall
consist of an abrasion' resistant plastic sheath. The cable shall be properly clamped to the steel
structures.

Technical features:
Type Supplier to propose
Characteristic impedance Matched with the antenna
Cut-off frequency > 100 MHz
Attenuation < 0.1 dB/100m
Power rating 1 kW
Bending radius 80 mm
Temperature range -40˚C to 60˚C
Section VII – Schedule of Requirements 136

8.1.6 Solar Power Supply

The remote stations being located at distant, unattended locations shall be powered from a solar system.
The Manufacturer shall design the system required at the site according to, but not limited to, the basic
specifications mentioned herein and submit detailed design calculations to justify the ratings and
characteristics of the equipment offered.

The solar power supply system shall consist of following equipment.

Solar Array:
The solar array design shall be such that the support hardware and foundations will support the structure
at the appropriate angle under the wind load of 150 km/sec and the severe environmental and climatic
conditions experienced at these remote stations. The array shall be installed on the equipment support
structure. The materials used shall be able to withstand these conditions viz. corrosion-resistant
structures, fungus-resistant cables and sealed enclosures for electronic equipment. The solar array
modules shall have a rigid front surface of suitable material for maximum strength and light
transmission, a resilient encapsulation material and a moisture repellent, durable rear surface.

A junction box shall be mounted on the rear of each module and will include a blocking diode to prevent
discharge through the array during the periods of darkness. Weather-proof glands for cable entry shall
be used.

All interconnecting cables shall be weather-proof or armored and output cables from the array to the
battery bank and control units shall be suitably protected against fungus and shall be installed in such a
manner to be safe against attack by vermin and rodents.
Anti-reflective coating shall be provided over the cells to maximize the light absorbed and enhance
output.

The solar array must be electrically matched to its load circuit for the reliable operation of the system.
In normal operation the solar array cells shall simultaneously supply uninterrupted power to the
equipment load and charge the storage battery. The cells shall respond primarily to visible light so as to
produce power under all daylight conditions including overcast skies for year round, uninterrupted
service.

The Supplier shall size the solar array, for a nominal voltage required for the equipment, considering
the insulation level and length of daylight hours of December 23 at the latitude of installation, to reliably
supply the load as well as to charge the battery. The design shall be based on the requirement that the
battery regains 60% of its charge during the day under the above specified conditions. Detailed
calculations shall be submitted, by the Supplier to the Purchaser for approval, prior to finalization of
design. If during the trial run it is observed that the Solar System including batteries fail to meet the
required battery charge replenishment of 60% specified herein, the battery- solar array combination
shall be resized accordingly with no additional cost. The minimum wattage of the solar panel shall be
40 watts.

The degree of tilt of the solar array to maximize its reception of sunlight shall be stated by the Supplier
and detailed calculations for the value selected shall be provided to the Purchaser for approval.

Full details of the configuration used for the solar array to produce the desired voltage and output current
shall be provided by the Supplier.

Electrical Characteristics:
 Max power (Wp) 100W

 Maximum power voltage (Vmax) 18.1V


Section VII – Schedule of Requirements 137

 Maximum power current (Imax) 3.69A

 Short circuit current (Isc) 3.9A

 Open circuit voltage (Voc) 22.0V

 Module efficiency 12.19%

 Tolerance ±5%

 Nominal Voltage 12V

 Temperature coefficient of Voc -0.36%/K

 Temperature coefficient of Pm -0.46%/K

 Temperature coefficient of Isc 0.05%/K

 NOCT 48℃±2℃

 Maximum series fuse rating 12A

 Maximum system voltage 600V

Mechanical Characteristics

 Construction Tempered glass, silicon cell, EVA, Polyester with Tedlar

 Solar Cells 36 Cells (156mm x 78mm) in 6X6 matrix connected in series

 Front Cover High transmission 3.2 mm (1/8’’) glass

 Encapsulant EVA (Double layers)

 Back Cover White polyester

 Frame Anodized aluminum

 Junction Box IP65, UL94-5VA material

 Diodes Schottky by-pass diodes

 Terminal Accept 8-14 AWG wire

 Dimensions 38.9in (987mm) x 21.3in (540mm) x 1.38in (35mm)

 Weight 15.4lb (7.0kg)

 Operating Temperature -40℃~90℃

 Storage Humidity <90%


Section VII – Schedule of Requirements 138

Solar Panel:
The photo voltaic solar panel should be enough rating minimum 100W to charge the battery during
sun. Solar Panels should be Mono-crystalline of standard brand. Product warranty should be 10 years
and 25 years linear performance warranty and 3%- 5% positive tolerance. Panel efficiency should be
minimum 18%.

In case of heated sensors, the solar panel dimensions should be adequate to power consumption of the
system.

Charge Regulator:
To be integrated into data logger for batteries 54-65 Ah, or external for bigger batteries. not less than
20 ampere capacity.

Storage Battery:
The battery must be maintenance free AGM (Absorbent Glass Mat) or Dry Gel type & it must be of
such a capacity (minimum 12V/100AH with high quality instrumentation class terminals and
connection cable RED+BLACK) that the station will run uninterrupted even in complete cloudy
weather for at least 30 days. Battery should meet specifications of standard brand. Minimum Designed
life in years (25°C/77°F) should be 8 years.

In case of heated sensors, a separated battery should be considered, adequate to power consumption of
the heating. This allows the system to work and transmit also in bad weather conditions, and data logger
will regulate and eventually turn off the heating when battery’s voltage is detected under a specific
threshold.

Control Unit
A control unit shall be provided to match the solar array characteristics to the battery and the load. The
type of unit to be provided shall be stated by the Supplier.

The control unit shall be rated such that it can supply full load plus 30% spare capacity.

The equipment shall be designed to include terminal facilities for the other system elements. Hence,
cables from the solar array, battery bank and load equipment shall terminate in the control unit which
shall also act as a system junction box.

The equipment shall be modular in structure and shall be housed in a weather-proof cabinet mounted
on the tower or near the battery cabinet. The installation shall shelter the equipment from direct sunlight
and water splash.

The control unit shall be designed according to the following main parameters:

- Voltage range Voltage range Nominal + 30%


- Regulation current range 0 to 110% of the rated current
with current limiting circuit
- Protection circuits Short circuit protection.
Battery overcharging protection.
Reverse power flow protection.
Disconnection of the battery from
load just before its depletion.

- Monitoring circuits Array current and voltage.


to be suitably indicated on
Load.

Electrical Specifications:
Section VII – Schedule of Requirements 139

 Temp. Comp. (mV/˚C) – 30mV

 Accuracy 40mV

 Min. Voltage to Operate 8V

 Self-consumption 22mA

 LVD Current Coefficient – 20mV

 Charge Algorithm PWM, constant voltage

 Operating Temperature – 40˚C to + 60˚C

 Voltage Accuracy 0.5%

 Self-Consumption 1 mA

8.1.7 Junction Box/ NEMA Enclosure

Junction boxes/ system enclosure should meet with minimum NEMA-4, IP66/IP67 rating. Enclosure should
be Constructed of Stainless Steel 316 grade for outdoor use to provide a degree of protection to personnel
against incidental contact with the enclosed equipment; to provide a degree of protection against falling dirt,
rain, sleet, snow, windblown dust, splashing water, and hose-directed water; and that will be undamaged by
the external formation of ice on the enclosure. The Supply should include additional radiation shield to protect
the enclosure from direct sunlight radiation.

8.2 Sensors

8.2.1 Combined Air Temperature and Relative Humidity Sensor/Probe with Protective Cap

The Combined Air Temperature (T) and Humidity (Rh) sensor should be provided according to WMO norms
with natural ventilation for outdoor use. Out: 4÷20mA (T) and 4÷20mA (RH) complete of Calibration Report,
Cable and support should be available with Sensor.

General Specification
Storage-/Operating Temperature -40°C to 60 °C
Cable coating PUR
Housing Classification IP65 or Better
Housing Material Stainless Steel or POM-C or TECAPET Low or
Painted anodized anti-corrosion aluminum
Power consumption 5-30 V DC
Sensor protection Stainless steel sinter filter cap, pore size 10µm
or better
Communication Standards SDI-12
Digital output RS-485
EMC compliance EN61326-2-3

8.2.2 Temperature Sensor according to WMO:

The required temperature sensors should have dirt and water resistant construction and corrosion
resistant materials with the following specifications and requisite mounting hardware, metallic
multiplate solar shield and cable
Section VII – Schedule of Requirements 140

 Measurement range: -40°C to +60°C


 Output: Pt100 1/3DIN 4 wires
 Accuracy: +<0.1°C.

8.2.3 Relative Humidity Sensor according to WMO

 Continuous measurement relative humidity sensor;


 Range: 0 – 100%
 Accuracy: + 1% RH full range
 Excellent linearity and sensitivity with fast response and long-term stability.
 Requisite Cable 5m or as required.
 Operating temperature range: -40°C to +60 °C

AT/RH Radiation Shield


Construction UV stabilized white thermoplastic plates, aluminum
mounting bracket, white stainless steel u-bolt clamp
Mounting U-bolt fit vertical pipe
1 in.-2 in. (25mm to 50mm) dia.
Radiation Error @1080 W/m2 intensity (dependent on wind speed)
0.4°C (0.7°F) RMS @ 3 m/s (6.7 mph)
0.7°C (1.3°F) RMS @ 2 m/s (4.5 mph)
1.5°C (2.7°F) RMS @ 1 m/s (2.2 mph)

8.2.4 Ultrasonic Wind sensor (Wind speed/wind direction)

The sensor should be capable of measurement of wind speed and direction in the horizontal plane. It
should have following features:
 Consistent performance, no accuracy degradation
 Corrosion free, UV resistant material
 Maintenance free
 No calibration required
 Robust construction
 Software configurable
 True 0° - 360° operation (no dead band on direction output)
 Wind speed and direction from a single unit
 Complete of Calibration Report
 Cable and support should be available with Sensor.

General Specification
Storage-/Operating Temperature -40 °C to 90 °C / -40 °C to 70 °C
Housing Classification IP65 or Better
Low power consumption 5-30 V DC
Outputs RS232,
RS422/RS485
0-5V or 4-20mA
SDI-12(optional)
MTBF 10 years
EMC certified
Materials Resin & Aluminium or Luran S KR 2861/1C ASA/PC
or Stainless steel
Section VII – Schedule of Requirements 141

8.2.5 Wind Speed Sensor and Direction Sensor according to WMO:

An alternative solution of measuring wind speed and wind direction through ultrasonic sensors should
also be mentioned.

a). Wind Speed Sensor according to WMO:

The required wind speed sensors should have dirt and water resistant construction and corrosion
resistant materials with the following specifications and requisite mounting hard ware and cable.
 Type of sensor: 03 Cup type, First Class IEC61400:12-5 classification
 Measuring range: 0.3 to 75 m/s
 Starting threshold: <0.4 m/s
 Linearity: R> 0.99998
 Accuracy: + 0.3 m/s or better
 Operating temperature: -40 ~ +60°C,
 Relative Humidity: 0-100%.

b). Wind Direction Sensor according to WMO:


The required wind direction sensors should have dirt and water-resistant construction and corrosion
resistant materials with the following specifications and requisite mounting hard ware and cable

 Type of sensor: 12bit optical encoder


 Measuring range: 0 to 360 Deg.
 Starting threshold: < 0.4 m/s
 Accuracy: +/- 5 Deg.
 Operating temperature: -30 to +60°C
 Relative Humidity: 0-100%.

8.2.6 Rain Gauge

The rain gauge shall be tipping bucket type, calibrated to provide one tip per millimeter of rain. Each
tip shall be indicated by a switch closure of 1 mm of rainfall. The writing device shall be directly
activated from the tipping bucket and will record each impulse. The Supplier shall propose the method
employed for accurate measurements.

It shall be possible to connect transmission system directly to the instrument. The tipping bucket shall
be fixed securely and shall be easily removable for cleaning purposes.

Rain gauge in accordance to WMO norms Class A according to UNI 11452:2012. Collecting area
1000cm², Out signal: pulses. With flange for mounting on poles ømax 59/80mm. Complete of Calibration
Report (should be available with cable and support).

According to WMO

Rain Gauge Tipping Bucket Mechanism (only for non-glaciated region):

 Type of sensor: Tipping Bucket / reed switch


 The bucket tips for each 0.20 mm of precipitation empties and operates the output switch.
 Switch: Rugged Magnetic Proximity Switch
 Accuracy: ± 0.1 mm < 5 mm and 2% for > 5 mm
 Mounting with three mounting legs; with requisite cable
 Embedded level spirit on the base for easier installation and regulation
 Stainless Steel or aluminum anti-corrosion housing
Section VII – Schedule of Requirements 142

 Sensitivity: 0.2mm

Rain Gauge Weighing Mechanism

 Weighting Rain Gauge Orifice area 200 cm2,


 Collection Volume 1000 mm,
 Accuracy +/- 5%,
 Resolution 0.1 mm,
 Operation temperature -30°C to +60°C,
 Operating humidity range 0-100%

8.2.7 Class-A Automatic Evaporation Sensor

The proposed Automatic Evaporation Sensor should have good linearity and temperature
compensation. It should also be compatible with proposed GSM/GPRS/satellite/Meteosat
communication based Data Logger. Automatic Evaporation Sensor should automatically measure
water level variations in a standard evaporation pan in compliance with WMO recommendations. In
compliance with WMO recommendations, the evaporation pan should be mounted on 10 cm above the
ground on a ventilated, flat and horizontal wooden support. As per WMO recommendations, the
evaporation pan should be made of Corrosion-rugged stainless steel material and Protection grid against
animals and foreign elements also provided with Pan.

Measuring Range 0 to 100mm


Accuracy 0.1mm
Operating Temperature -40 °C to 60°C
Integrated Overvoltage Protection
8.2.8 Pyranometer

The sensor should be capable for the measurement of solar irradiance to World Meteorological
Organization and ISO 9060:1990 standards. The proposed Pyranometer should be fully compliant with
ISO 9060:1990 specification for first class Pyranometer. It should have following features:
 According to WMO
 Type: Pyranometer type solar radiation sensor “first class” according to ISO9060.
 Cosine corrected high-stability silicon photovoltaic type to measure direct and reflected solar
radiation.
 With calibration certificate, leveling base and requisite cable.
 Should be able to measure 0 ~ 2000 W/m2
 Accuracy of +5% for sensor range with average irradiance between 450 and 550 W m -2
 Drift +/- 2% change over a 1 year period, threshold 0.1 W/m2
 Operating temperature range of -40~+60°C, 0~100% RH,
 Should have required cable, made of weatherproof anodized aluminum with acrylic diffuser and
stainless steel hardware or aluminum anti-corrosion.

Optional Net Radiometer


 Upper and lower Pyranometer for radiation (short wave)
 Upper and Lower pyrgeometer for infrared (long wave)
 310-2800 nm shortwave spectral range
 4.5 to 42 micrometer long wave spectral range,
 5 meters cable should be added

Note: Optional features available with the sensors may also be clearly specified by the Supplier.
Section VII – Schedule of Requirements 143

8.2.9 Radar Dual Function Sensor- Water Flow and Level Sensor

The proposed Dual Function Sensor should be digitally compensated and it should have good
linearity and temperature compensation. It should also be compatible with
GSM/GPRS/satellite/Meteosat GOES/ METEOSAT / Imarsat/ Thuraya communication based Data
Loggers.

The Sensor should be manufactured under the supervision of a quality assurance system certified according
to EN ISO 9001:2008 and EN ISO 14001:2004 or EN ISO 9001:2015 and EN ISO 14001:2015.

It should confirm to following standards:


EMC-Directive 2006/95/EC or 2014/30/EU and LVD-Directive 2004/108/EC & 2014/35/EU.

a. Sensor / pt :

Protection IP 66 or 67 or 68
Operating temperature -40 to +60°C
Miscellaneous integrated power and lightening protection
With support brackets for the Installation of sensor

b. Water Level Measurement

Measurement range 0 ... 15 m


With extended measurement Range 0.1 - 35m
Resolution 3 inches

c. Water Velocity Measurement

Measurement range 0.1 ... 15m/s (depending on flow conditions)


Resolution 0.2 m/s or better.
Direction recognition; +/-
Distance to water surface 0.50 ... 15 m
Necessary minimum wave height 03 inch
Measurement duration 10 min

Interfaces
Analogue output 3 x output 4 - 20 mA for water level, velocity and discharge
Digital interface 1 x SDI-12; 1 x RS 485 or Modbus
transfer rate: 1.2 to 19.2 kBd
Outputs: discharge, velocity, water level, quality parameter

Note: Optional features available with the sensors may also be clearly specified by the Supplier.

8.2.10 Sensor Mast/Pole with Cross Arms:

Sensor Mast/Pole with Cross Arms should be installed in a manner that it can easily be maintained. The
height of Sensor Mast Pole should be according to site requirements (10 meter and 4 meter) to
accommodate for installation of various sensors as per WMO standards. It should have lightning
conductor, cross arms for wind sensor & meteorological sensors and obstacle light. It can bear load of
200km/h. Paint color category should be super polyester durable powder coating. Details of Mast/Pole
attached as Drawings included in these Technical Specifications.
Section VII – Schedule of Requirements 144

Parameters for 10meter Pole:


Folding pole 10m height (balancing system at 5m) in anticorodal anodized aluminum, for installation
on fixed locations. Consists of: 2 elements of 3m height and 2 elements of 2m, junction elements,
galvanized steel hinges at the base and hinge at 5m height, sensors brackets for minimum 6
instruments, rocker shaft 3.6mt length. Total weight 40Kg minimum. Complete of three tie rods of 13m
with accessories and stainless steel screw for fixing, assembly and installation. Complete Installation
Manual.

Parameters for 4meter Pole:


4m height pole in anticorodal anodized aluminum, complete of supports for 1÷6 sensors, support base,
kit and stainless steel screws, weight minimum 15kg. Composed of two elements of 2m height and a
junction element. Base 20x20cm. Recommended ties or bracing rods for heavy duty applications.
Complete Installation Manual.
Section VII – Schedule of Requirements 145

TECHNICAL SPECIFICATION

PART III – SUPPLY OF TOOLS & ACCESSORIES


INCLUDING EQUIPMENT FOR TESTING & MEASUREMENT

1. Hand held Weather Meter

The device should be new and of standard brand and have following specifications:
 The device should have Bluetooth LINK work with PC/Mac via Dongle and have Bluetooth
LINK to Smartphone / Mobile / Android / IOS.
 High resolution screen for any lighting (even sunlight) and easy on your eyes.
 Language: English
 Scratch and breakage-resistant window
 Should have vane mount option
 The device should have Digital Compass, Wind Direction, Crosswind and Headwind / Tailwind
options etc. and it should measure Wind speed, Ambient Temperature, Relative Humidity, Air
Pressure etc.
 Rugged (drop tested to MIL-STD-810G standards), waterproof (sealed to IP67 standards &
NEMA-6) and floats.
 Operating Temp range -20…60 °C
 The product should include Neck Lanyard, AA Lithium Battery (Average Life 400 Hours),
Protective Drawstring Pouch, Certificate of Conformity (with complete specifications),
Instruction Manual etc.
 Specifications
Sensor Accuracy Resolution Measurement Range
Wind Speed + 3% 0.1 m/s 0.5 to 40 m/s
1 ft/min 110 to 7874 ft/min
0.1 km/h 2 to 144 km/h
0.1 mph 1 to 90 mph
0.1 knot 1 to 78 knots
Ambient + 0.9 oF 0.1 oF - 20 to 160 oF
Temp + 0.5 oC 0.1 oC - 30 to 70 oC
Relative + 2% RH 0.1% RH 10 to 90% 25 oC non-
Humidity condensing
Compass + 3% 1o 0 to 360o

2. Rain Gauge Calibration Kit

The rain gauge calibration kit should be brand new & of standard brand as per WMO standards. It
should be designed to simplify the field verification and calibration procedures for tipping bucket rain
gauges.

Field verification should be standardized by providing a controlled water volume at a constant flow
rate. To verify that gauge operation is within the specified accuracy, compare the output count of tips
to the calibration chart.
Section VII – Schedule of Requirements 146

3. Relative Humidity Indicator

The device should be digital, new, of standard brand as per WMO standard & site requirements and
have following specifications:

Temperature -20°C to 60°C (-4°F to 140°F) or better


Temperature accuracy 0°C to 45°C (±0.5°C)
-20°C to 0°C & 45°C to 60°C (±1.0°C)
32°F to 113°F (±1.0°F)
-4°F to 32°F and 113°F to 140°F (±2.0°F)
Resolution 0.1°C / 0.1°F or better
Temperature update rate 500 ms
Temperature sensor type NTC
Relative humidity range 5% to 95% RH
Relative humidity accuracy 10% to 90% RH @ 23°C (73.4°F) (±2.5% RH)
(< 10%, > 90%RH @ 23°C (73.4°F) (±5.0% RH)
Humidity densor Electronic capacitance polymer film sensor.
Data storage capacity 99 points or better
Response time (humidity) For 90% of total range - 60 s with 1 m/s air movement
Operating temperature Temperature: -20°C to 60°C
Humidity: 0°C to 55°C
Storage temperature -20°C to 60°C at < 80% R.H. (with battery removed)
Battery type 4 AAA alkaline batteries
Battery Life 200 hours or better

4. Standard Rust Proof Locks

The rust proof locks for NEMA enclosures shall be of approved quality.

5. Sign Board for Respective Site

Each site should have a good quality metal sign board (Size: Height 4ft x width 3ft) as depicted
below, which is painted in Urdu, with the following information

Government of Balochistan
Irrigation Department
PMU (BIWRMDP), Irrigation Department
AUTOMATIC WEATHER / STREAM GUAGING STATION
(Name of the station)
Contact- PD (BIWRMDP)
Phone No-+ …………………….
Fax No.-………………………
(Property of Govt. Trespassers will be prosecuted)
Section VII – Schedule of Requirements 147

6. Portable Professional Oscilloscope 100 MHz bandwidth

The device should be new and of standard brand and have following specifications:

Oscilloscope modes

Vertical deflection

 100MHz Bandwidth along with 2 channels or batter

 Rise Time : 3nS

 Real-time sample rate 1.25 GS/s

 Number of scope inputs 2 input channels plus external trigger

 Inputs 2 scope plus DMM input

 Channel architecture: All inputs fully insulated from each other and from ground.

Inputs may be activated in any combination


 Input coupling: AC or DC, with ground level indicator

 Input sensitivity: 2 mV/div to 100 V/div, plus variable attenuation

 Bandwidth limiter: User selectable: 20 kHz, 20 MHz or full bandwidth

 Normal/invert/variable: On each input channel, switched separately

 Input voltage CAT III 1000 V/CAT IV 600 V rated, see General Specifications for further details

 Vertical resolution 8 bit

 Accuracy ± (2.1 % of reading + 0.04 x range/div) @ 5 mV/div to 100 V/div

 Input impedance 1 MΩ ± 1 % // 14 pF ± 2 pF

Horizontal

 Maximum real-time sample rate (sampled simultaneously): 1.25 GS/s for each channel

 Record length: Up to 10,000 samples per channel

 Time base range: 5 ns/div to 4 s/div

Time base in a 1-2-4-sequence


Slower time/division settings using Scope Record™ Roll mode (see ‘Recorder mode’)
 Maximum record length: 10,000 samples per channel in scope mode; 30,000 points per channel in
Scope Record™ Roll mode (see ‘Recorder mode’)

 Timing accuracy: ± (0.01 % of reading + 1 pixel)

 Glitch capture: 8 ns peak detect on each channel (using real time sampling and data compression,
at any time base setting)
Section VII – Schedule of Requirements 148

Display and acquisition:

 Display: 6 in full-color LCD with LED backlight Resolution 320 x 240 pixels

 Display modes: Any combination of channels; average on/off; replay

 Visible screen width: 12 divisions horizontally in scope mode

 Digital persistence modes off/short/medium/long/infinite and envelope mode

 Waveform mathematics One mathematical operation on any 2 input channels:


add/subtract/multiply; X-Y-mode Frequency Spectrum using SFG analysis

 Acquisition modes Normal, Averaged, Auto, Single Shot, Scope Record™ roll, glitch capture,
waveform compare with automatic “Pass/Fail testing”; Replay

Trigger and delay:

 Source Input: A, B or External (via meter input)

 Modes: Automatic Connect-and-View™, free run, single shot, edge, delay, dual slope, video, video
line, selectable pulse-width (channel A only), N-cycle

 Connect-and-View™: Advanced automatic triggering that recognizes signal patterns, automatically


sets up and continuously adjusts triggering, time base and amplitude. Automatically displays stable
waveforms of complex and dynamic signals like motor drive and control signals. Can be switched
off if preferred.

 Video triggering (on ch. A): NTSC, PAL, PAL+, SECAM; Includes field 1, field 2 and line select

 High-res, non-interlaced video: Non-interlaced video with line-select, for line frequencies in the
range 14 kHz up to 65 kHz

 Pulse width triggering (on channel A): Pulse width qualified by time Allows for triggering <t, >t,
=t, ≠ t, where t is selectable in minimum steps of 0.01 div or 50 ns

 Time delay: 1 full screen of pre-trigger view or up to 100 screens (=1,200 divisions) of post-trigger
delay

 Dual slope triggering: Triggers on both rising and falling edges alike

 N-cycle triggering: Triggers on N-th occurrence of a trigger event; N to be set in the range 2 to 99

Automatic capture of 100 screens:

 When in oscilloscope mode, the instrument should memorize the last 100 screens—no specific
user setup should be required. When an anomaly is seen, the REPLAY button can be pressed to
review the full sequence of screen events over and over. Instrument can be set up for triggering on
glitches or intermittent anomalies and will operate in “baby-sit” mode capturing 100 specified
events

 Replay: Manual or continuous replay. Should display the captured 100 screens as a “live”
animation, or under manual control. Each screen should have date and time-stamp.
Section VII – Schedule of Requirements 149

 Replay storage: Two sets of 100 screens each can be saved internally for later recall and analysis.
Direct storage of additional sets on external flash memory drive through USB host port.

SFG—frequency spectrum analysis:

 Shows frequency content of oscilloscope waveform using Fast Fourier Transform

 Window: Automatic, Hamming, Hanning or None

 Automatic window: Digitally re-samples acquired waveform to get optimum frequency resolution
in SFG resultant

 Vertical scale: Linear/Logarithmic (in volts or amps)

 Frequency axis: Frequency range automatically set as a function of timebase range of oscilloscope

Waveform compare and pass/fail testing:

 Waveform Compare Provides storage and display of a reference waveform for visual comparison
with newly acquired waveforms. Reference is derived from an acquired waveform and can be
modified in the oscilloscope

 Pass/Fail Testing: In waveform compare mode, the oscilloscope can be set up to store only matching
(“Pass”) or only non-matching (“Fail”) acquired waveforms in the replay memory bank for further
analysis

Automatic scope measurements:

 V dc, V ac rms, V ac + dc, Vpeak max, V peak min, V peak to peak, A ac, A dc, A ac + dc, frequency
(in Hz), rise time (using cursors), fall time (using cursors), Power Factor (PF), Watts, VA, VA
reactive, phase (between any 2 inputs), pulse width (pos./neg.), duty cycle (pos./neg.), temperature
°C, temperature °F (not for Japan), dBV, dBm into 50 I and 600 I, VPWM ac and VPWM (ac + dc)
for measurement on pulse width modulated motor drives and frequency inverters, V/Hz ration
(190-xx2 only)

 Advanced power and motor drive functions: V/Hz ratio (190-x02 only), Power Factor (PF), Watts,
VA, VA reactive, VPWMac and VPWM (ac + dc) for measurement on pulse width modulated motor
drives and frequency inverters

 Advanced functions: mA*s (current-over-time, between cursors); V*s (voltage over time, between
cursors); W*s (energy, between cursors)

Cursor measurements:

 Source: On any input waveform or on mathematical resultant waveform (excl. X-Y-mode)

 Dual horizontal lines Voltage at cursor 1 and at cursor 2, voltage between cursors

 Dual vertical lines: Time between cursors, 1/T between cursors (in Hz), voltage between markers,
rise time with markers, fall time with markers; Vrms between cursors, Watts between cursors
Section VII – Schedule of Requirements 150

 Single vertical line: Min-Max and Average voltage at cursor position; frequency and rms-value of
individual frequency component in the FFT Resultant

 ZOOM: Ranges from full record overview to zoom in up to sample level, at any record length

Meter modes:

 Meter inputs Via 4 mm banana inputs, fully isolated from scope inputs and scope ground

 Number of readings: One at a time

 Maximum resolution: 5,000 counts

 Input impedance: 1 MΩ ± 1 % // 14 pF ± 2 pF

 Advanced meter functions: Auto/manual ranging, relative measurements (Zero reference), Trend
Plot™ recording. The specified accuracy should be valid over the temperature range 18 °C to 28
°C and Add 10 % of specified accuracy for each degree C below 18 °C or above 28 °C

Voltage:
 V dc accuracy: ± (0.5 % + 5 counts)

 V ac true rms accuracy:

15 Hz to 60 Hz: ± (1 % + 10 counts)
60 Hz to 1 kHz: ± (2.5 % + 15 counts)
60 Hz to 20 kHz: ± (2.5 % + 15 counts)
 V ac+dc true rms accuracy:

15 Hz to 60 Hz: ± (1 % + 10 counts)
60 Hz to 1 kHz: ± (2.5 % + 15 counts)
60 Hz to 20 kHz: ± (2.5 % + 15 counts)
 Voltmeter ranges: 500 mV, 5 V, 50 V, 500 V, 1,000 V

Resistance:

 Ranges: 500 Ω, 5 kΩ, 50 kΩ, 500 kΩ, 5 MΩ, 30 MΩ

 Accuracy: ± (0.6 % + 5 counts)

Other meter functions:

 Continuity: Beeper on < 50 Ω (± 30 Ω)

 Diode test: Up to 2.8 V

 Current (A): A dc, A ac, A ac + dc using an optional current clamp or shunt

Scaling factors: 0.1 mV/A, 1 mV/A to 100 V/A and 400 mV/A
 Temperature: With optional accessories. Scale factors 1 °C/mV or 1 °F/mV

Recorder modes:
Scope Record™ Roll Mode
 Dual or multiple input waveform storage mode, using deep memory
Section VII – Schedule of Requirements 151

 Source and display: Input A, Input B, Dual.

 All channels sampled simultaneously.

 Bandwidth: 20 MHz or 20 kHz, user selectable

 Memory depth: 30,000 data points, each holding min/max pair of information

 Min/max values: Min/max values are created at samples that are measured at high sample rate
ensuring capture and display of glitches

 Recording modes:

Single sweep, continuous roll,


Start-on-Trigger (through external),
Stop-on-Trigger (through external)
 Stop-on-trigger: Scope Record mode can be stopped by an individual trigger event, or by an
interruption of a repetitive trigger signal, through any input channel (through External on 190-XX2
Series)

 Horizontal scale: Time from start, time of day

 Zoom: Ranges from full record overview to zoom in up to sample level, at any record length

 Memory: Two multiple input Scope Record waveforms can be saved internally for later recall and
analysis Direct storage on external flash memory drive through USB host port

Scope Record™ Roll mode sample rate and recording time span:

 Time base range: 5 ms/div ~ 2 min/div

 Recorded time span: 6 sec ~ 48 hr

 Time/division in ‘view all’ mode: 0.5 s/div ~ 4 h/div

 Glitch capture: 8 ns

 Sample rate: 125 MS/s

 Resolution: 200 μsec ~ 4.8 sec

Trend plot™ Recording:

 Multiple channel electronic paperless recorder. Graphically plots, displays and stores results of up
to four automatic scope measurements or a DMM-reading over time.

 Source and display: Any combination of scope measurements, made on any of the input channels,
or DMM reading (2-channel instruments)

 Memory depth: 18,000 points (sets) per measurement. Each recorded sample point contains a
minimum, a maximum and an average value, plus a date- and timestamp.

 Ranges:
Section VII – Schedule of Requirements 152

Normal view: 5 s/div to 30 min/div


In view-all mode: 5 min/div to 48 hr/div (overview of total record)
 Recorded time span: Up to 22 days, with a resolution of 102 seconds

 Recording mode: Continuous recording, starting at 5 s/div with automatic record compression

 Measurement speed: 3 automatic measurements per second or more

 Horizontal scale: Time from start, time of day

 Zoom: Up to 64x zoom-out for full record overview, up to 10x zoom-in for maximum detail

 Memory: Two multiple input Trend-Plot records can be saved internally for later recall and analysis

Direct storage on external flash memory drive through USB host port

Cursor measurements—all recorder modes:

 Source: Any waveform trace in any waveform display mode (Scope, Scope Record or Trend Plot)

 Dual vertical lines: Cursors may be used to identify Min, Max or Average value of any data point
in a record, with time between cursors, time from start or absolute time.

General Specifications:

Input voltage range

 Rated maximum floating voltage: CAT III 1000 V/CAT IV 600 V (maximum voltage between any
contact and earth-ground voltage level)

 Probe input voltage: CAT III 1000 V/CAT IV 600 V (Maximum voltage between 10:1 probe tip
and reference lead)

 Probe input voltage: CAT III 300 V (Maximum voltage between 10:1 probe tip and reference lead)

 Maximum BNC input voltage: CAT IV 300 V (maximum voltage on BNC input directly)

 Maximum voltage on meter input: CAT III 1000 V/CAT IV 600 V

(safety designed banana input connectors)

Memory save and recall

 Memory locations (internal): 30 waveform memories plus 10 recording memories plus 9 screen
copy memories (190-XX, 2 channel models); 15 waveforms memories plus 2 recording memories
plus 1 screen copy memory (190-XX, 4 channel models)

 15 waveform memory locations: Stores Scope-trace waveform data (2 or 4 traces each) plus screen-
copy plus corresponding setup

 Two recording memories:

Each may contain:


• a 100 Screen Replay sequence, or
Section VII – Schedule of Requirements 153

• a Scope Record Roll-mode recording (2 or 4 traces), or


• a Trend Plot recording of up to 4 measurements

 External data storage:

• On PC, using software, or


• Direct storage on external flash memory drive (maximum 2 GB) through USB host port

 Screen copies:

• On PC, using software, or


• Internally (in instrument) which can be copied on to external flash memory drive as .BMP-file,
through USB host port
 Volatility: Measurement data is initially stored in RAM, which is maintained by the main battery
with a 30 seconds back-up when battery is exchanged

When storing data, this is written in non-volatile flash-ROM

 Real-time clock: Provides date and time stamp information for Scope Record, for 100 Screen
Replay sequences and for Trend-Plot recordings

Case:
 Design: Rugged, shock-proof with integrated protective holster. Hand-strap and hang-strap
included as standard Kensington lock supported to lock down instrument when left unattended

 Drip and dust proof: IP 51 according to IEC529

 Shock and vibration: Shock 30 g, vibration (sinusoidal) 3 g according to MIL-PRF-28800F


Class 2

 Display size: 6 in full-color LCD with LED backlight Resolution 320 x 240 pixels

 Contrast and brightness: User adjustable, temperature compensated

 Brightness: 200 cd/m2 typ. using power adapter, 90 cd/m2 typical using battery power

Power

 Line power: Mains adapter/battery charger

 Battery power: Re-chargeable double capacity Li-Ion battery. Battery swappable through easily
accessible battery door at the rear of the instrument

 Battery capacity: 2400 mAh

 Battery charge indicator: Battery has built-in status indicator for use with external charger, next to
battery status indicator on instrument screen

 Battery operating time (with backlight low): Up to four hours

 Battery charging time: 2½ hours

 Battery power saving functions: Auto ‘power down’ with adjustable power down time; Auto
‘Display off’ with adjustable power down time; On-screen battery power indicator
Section VII – Schedule of Requirements 154

Safety:

 Compliance: EN61010-1-2001, Pollution Degree 2; CAN/CSA C22.2, No. 61010-1-04, with


approval; UL61010B; ANSI/ISA-82.02.01

Environmental:

 Operating temperature:

0 °C ~ +40 °C; +40


°C ~ +50 °C excl. battery
 Storage temperature: -20 °C ~ +60 °C

 Humidity:

+10 °C ~ +30 °C: 95 % RH non-condensing;


+30 °C ~ +40 °C: 75 % RH non-condensing;
+40 °C ~ +50 °C: 45 % RH non-condensing
 Operating altitude:

Up to 2,000 m (6666 ft) for CAT IV 600 V, CAT III 1000 V;


 Up to 3,000 m (10,000 ft) for CAT III 600 V, CAT II 1000 V

 Maximum storage altitude: 12 km (40,000 ft)

 Electro-Magnetic-Compatibility (EMC):

EN 61326 (2005-12) for emission and immunity


 Interfaces: Two USB-ports provided. Ports are fully insulated from instrument’s floating
measurement circuitry USB-host port directly connects to external flash memory drive (up to 2 GB)
for storage of waveform data, complete data sets in which data and setup information is included,
instrument settings and screen copies A mini-USB-B is provided which allows for interconnection
to PC for remote control and data transfer under PC-control

 Probe calibration output: Dedicated probe-cal output with reference contact provided, fully
insulated from any measurement input channel

Included accessories:

 Battery charger/ mains adapter

 Li-Ion battery pack 2400 mAh

 Voltage probe sets. Each set includes ground lead, hook clip, ground spring and probe tip insulation
sleeve (one red, one blue)

 Test leads: (one red, one black) with test pins

 Voltage Probes:

Each set includes: Ground lead, hook clip, ground spring and probe tip insulation sleeve. Each set
includes: Ground lead, hook clip, ground spring, probe tip insulation sleeve and BNC-to probe tip
adapter.
 Other: Li-Ion battery; Battery charger; Hangstrap; Handstrip (user selectable for left- or right hand
Section VII – Schedule of Requirements 155

use); Multi language users manuals on CD-ROM; demo package (with restricted functionality);
USB interface cable for PC connectivity etc.

7. Digital Insulation Multimeter

The device should be new and of standard brand and have following specifications:
 Storage temperature -40 °C to 60 °C
 Operating temperature -20 °C to 55 °C
 Maximum voltage applied to any terminal and common should be 1000V
 Vibration Random, 2 g, 5-500 Hz per MIL-PRF-28800F, Class 2 instrument
 Radio frequency communication 2.4 GHz ISM Band
 Relative humidity Non condensing 0 % to 95 % @ 10 °C to 30 °C
0 % to 75 % @ 30 °C to 40 °C
0 % to 40 % @ 40 °C to 55 °C
 Enclosure protection IEC 60529: IP40 (non-operating)
 Safety IEC 61010-1 Pollution Degree 2 IEC 61010-2-033 CAT IV 600 V/CAT III 1000 V
 Over-Range capability 110 % of range except for capacitance which should be 100 %
 Frequency overload protection < 107 V-Hz
 Fuse Protection for mA input 0.44A, 1000 V, IR 10 kA
 The product should include:
Four AA batteries (NEDA 15A or IEC LR6), Remote probe, Test leads, Alligator clips, K-type
thermocouple, Hard case, User documentation

Electrical specifications:

AC voltage Range: 600mV/6/60/600/1000 V


measurement Resolution:0.1 mV/0.001/0.01/0.1/1 V
Accuracy ± (% of Rdg + Counts):
± (1 % + 3) on 50 Hz to 60 Hz for Range 600 mV/6/60/600 V
± (2 % + 3) on 50 Hz to 60 Hz for Range 1000 V
± (2 % + 3) on 60 Hz to 5 KHz for Range 600 mV/6/60 V
± (2 % + 3)1on 60 Hz to 5 KHz for Range 600/1000 V
1
1 kHz bandwidth
Low-Pass Range: 600mV/6/60/600/1000 V
Filter Voltage Resolution:0.1 mV/0.001/0.01/0.1/1 V
Accuracy ± (% of Rdg + Counts):
± (1 % + 3) on 50 Hz to 60 Hz for Range 600 mV/6/60/600 V
± (2 % + 3) on 50 Hz to 60 Hz for Range 1000 V
+ (2 % + 3) & - (6 % - 3) on 60 Hz to 400 Hz for Range 600mV/6/60/600/1000 V
DC voltage Range: 6/60/600/1000 Vdc
measurement Resolution:0.001/0.01/0.1/1V
Accuracy ± (% of Rdg + Counts):
± (0.09 % + 2) for Range 6/60/600/1000 V
DC millivolts Range: 600 mV dc
measurement Resolution:0.1 mV
Section VII – Schedule of Requirements 156

Accuracy ± (% of Rdg + Counts): ± (0.1 % + 1)


AC current Range: 400/60 mA (45 Hz to 1000Hz)
measurement Resolution:0.1/0.01 mA
Accuracy ± (% of Rdg + Counts): ± (1.5 % + 2)1 [11 kHz bandwidth]
Overload: 600 mA for 2 minutes maximum
Fuse protection for mA Input: 0.44 mA, 1000 V, IR 10 kA
DC current Range: 400/60 mA (45 Hz to 1000Hz)
measurement Resolution:0.1/0.01 mA
Accuracy ± (% of Rdg + Counts): ± (0.2 % + 2)1
Overload: 600 mA for 2 minutes maximum
Fuse protection for mA Input: 0.44 mA, 1000 V, IR 10 kA
Ohms Range: 600/6k/60k/600k/6M/50MΩ
measurement Resolution:0.1/0.001k/0.01k/0.1k/0.001M/0.01MΩ
Accuracy ± (% of Rdg + Counts):
± (0.9 % + 2) for Range 600/6k/60k/600k/6MΩ
± (1.5 % + 3) for Range 50MΩ
Overload protection: 1000 V rms or dc
Open circuit test voltage: <8.0 V dc
Short circuit current: <1.1 mA
Diode test Diode test indication: voltage drop: 0.6 V at 1.0 mA nominal test current
Accuracy: ± (2 % + 3)
Continuity Continuity indication: Continuous audible tone for test resistance below 25 Ω and
test off above 100 Ω. Maximum reading; 1000 Ω
Open circuit voltage < 8.0 V
Short circuit current: 1.0 mA typical
Overload protection: 1000 V rms
Response time: > 1 m sec
Frequency Range: 99.99/999.9/9.999k/99.99k Hz
measurement Resolution:0.01/0.1/0.001k/0.01k Hz
Accuracy ± (% of Rdg + Counts): ± (0.1 % + 1)
Capacitance Range: 1000n/10μ/100μ/9999 μF
Resolution:1n/0.01μ/0.1μ/1 μF
Accuracy ± (% of Rdg + Counts):
± (1.2 % + 2) for Range 1000n/10μF
± (1.2 % + 90) for Range 100μ/9999μ F
Temperature Range: -40 ° C to 537 ° C and -40 ° F to 998 ° F
measurement Resolution: 0.1 °C and 0.1 °F
Accuracy ± (% of Rdg + Counts):
± (1 % + 10 counts)
± (1 % + 18 counts)
Insulation specifications:

Measurement Range 0.01 M to 2 G Ω


Test Voltage 50, 100, 250, 500, 1000 Volts
Test voltage accuracy +20%, -0%
Short circuit test current 1mA nominal
Auto discharge Discharge time < 0.5 second for C =1 μF or less
Maximum capcitive load Operable with up to 1 μF load

Output Voltage Display Range Resolution Test Current Resistance


Section VII – Schedule of Requirements 157

accuracy
± (% of Rdg +
Counts)
0.01 to 6.00 MΩ 0.01 MΩ 1 mA @ 50
50 V (0 % to +20 %) ± (3 % + 5 counts)
6.0 to 50.0 MΩ 0.1 MΩ kΩ
0.01 to 6.00 MΩ
0.01 MΩ
6.0 to 60.0 MΩ 1 mA @ 100
100 V (0 % to +20 %) 0.1 MΩ ± (3 % + 5 counts)
60.0 MΩ to 100 kΩ
1 MΩ

0.1 to 60 MΩ 0.1 MΩ 1 mA @ 250
250 V (0 % to +20 %) ± (1.5 % + 5 counts)
60 to 250 MΩ 1 MΩ kΩ
0.1 to 60 MΩ 0.1 MΩ 1 mA @ 500
500 V (0 % to +20 %) ± (1.5 % + 5 counts)
60 to 500 MΩ 1 MΩ kΩ
0.1 to 60 MΩ 0.1 MΩ ± (1.5 % + 5 counts)
1000 V (0 % to +20
60 to 600 MΩ 1 MΩ 1 mA @ 1 MΩ ± (1.5 % + 5 counts)
%)
0.6 to 2 GΩ 100 MΩ ± (10 % + 3 counts)

8. Latest Infrared Thermometer

The device should be new and of standard brand and have following specifications:

 Built-in digital camera

 Infrared heat map overlay five blending modes

 Image optics systemPyroBlend® Plus optic 4x sharper image

 Field of view 28° x 28°

 High/low temperature alarms

 Time-lapse image capture

 Auto-monitor alarm

 Battery type: Li-ion rechargeable

 Battery life Eight (8) hours

 Ergonomics : Slim pocket-sized design

 Hot and cold markers

 Backlit display for use in poorly lit areas

 Holds temperature readings

 Measurement Range -10 °C to +250 °C (14 °F to 482 °F)

 Temperature measurement accuracy: ± 2 °C or ± 2 %

 Center-point Temperature measurement


Section VII – Schedule of Requirements 158

 Safety and compliance CFR47: 2009 Class A. Part 15 subpart B; CE: EN 61326:2006; IEC/EN
61010-1:2010

 4GB micro SD card should store 10,000 images per GB

 Infrared spectral band 6.5 μm to 14 μm

 Auto Level and span

 Focus mechanism: Focus free

 Alignment of blended visual image and infrared heat map

NEAR: <23 cm (9 in) from target


FAR: >23 cm (9 in) from target
 File format .is2 format saved to SD card. User can create professional reports or export images in
SmartView® (BMP, DIB, GIF, JPE, JFIF, JPEG, JPG, PNG, TIF and TIFF)

 Safety and compliance CFR47: 2009 Class A. Part 15 subpart B; CE: EN 61326:2006; IEC/EN
61010-1:2010

 The product should include a hard case, micro SD card and adapter, a lithium ion rechargeable
battery, and micro USB charger/power supply (including worldwide adapters) etc.

9. Latest Digital Multimeter

The device should be new and of standard brand and have following specifications:

 Operating Temperature -20 °C to +55 °C

 Storage Temperature -40 °C to + 60 °C

 Humidity (without condensation)0% – 90% (0°C – 35°C)

0% – 70% (35°C – 55°C)


 Display: Digital: 6000 counts updates 4/sec, Analog: 33 segments, updates 40/sec. Frequency:
19,999 counts, updates 3/sec at > 10 Hz

 Fuse protection for mA or µA inputs: 44/100 A, 1000 V FAST Fuse

 Fuse protection for A input: 11 A, 1000 V FAST Fuse

 Shock: 1 Meter drop per IEC 61010-1:2001

 Vibration Per MIL–PRF–28800 for a Class 2 instrument

 Safety: Complies with ANSI/ISA S82.01-2004, CSA 22.2 No. 1010.1:2004 to 1000 V Overvoltage
Category III, IEC 664 to 600 V Overvoltage Category IV. UL listed to UL3111-1. Licensed by
TÜV to EN61010-1.

 Altitude:
Section VII – Schedule of Requirements 159

Operating: 2000 m
Storage: 10,000 m
 Battery type: 9 V zinc, NEDA 1604 or 6F22 or 006P

 Battery life: 400 hours typical with alkaline (with backlight off)

 The product should include:

Test Leads, Alligator Clips, Holster, 9V Battery (Installed), Temperature Probes etc.
 Accuracy Specifications

Voltage DC Maximum voltage 1000 V


Accuracy ±(0.05% + 1)
Maximum resolution 10 µV
Voltage AC Maximum voltage 1000 V
Accuracy ±(0.7% + 2) True RMS
AC bandwidth: 20 kHz with low pass filter; 3 db @ 1 kHz
Maximum resolution 0.1 mV
Current DC Maximum amps 10 A (20 A for 30 seconds maximum)
Amps accuracy ±(0.2% + 2)
Maximum resolution 0.01 µA
Current AC Maximum amps 10 A (20 A for 30 seconds maximum)
Amps accuracy ±(1.0% + 2) True RMS
Maximum resolution 0.1 µA
Resistance Maximum resistance 50 MΩ
Accuracy ±(0.2% + 1)
Maximum resolution 0.1 Ω
Capacitance Maximum capacitance 9,999 µF
Accuracy ±(1% + 2)
Maximum resolution 0.01 nF
Frequency Maximum frequency 200 kHz
Accuracy ±(0.005% + 1)
Maximum resolution 0.01 Hz
Duty cycle Maximum duty cycle 99.9%
Accuracy ±(0.2% per khz + 0.1%)
Maximum resolution 0.1%
Temperature measurement –200.0°C – 1090°C
–328.0°F – 1994.0°F
excluding probe
Temperature probe –40.0°C – 260°C
–40.0°F – 500°F, 2.2°C or 2% whichever is greater
Conductance Maximum conductance 60.00 nS
Accuracy ±(1.0% + 10)
Maximum resolution 0.01 nS
Diode Range 3 V
Resolution 1 mV
Accuracy ±(2% + 1)
Duty cycle range Accuracy Within ±(0.2% per kHz + 0.1%)
Section VII – Schedule of Requirements 160

10. Digital Latest Clamp Meter

The device should be new and of standard brand and have following specifications:

 Safety rating CAT III 600V, CAT IV 300V

 Device should measure Maximum voltage upto 1000V between any terminal and earth ground

 Operating Temperature -10 °C to + 50 °C

 Storage Temperature -40 °C to + 60 °C

 Display : Digital, 6,000 counts, updates 4 per second

 Electromagnetic Compatibility (EMC): International: IEC 61326-1: Portable, Electromagnetic


Environment, IEC 61326-2-2 CISPR 11:

 Measurement capability

 600 A ac current measurement

 600 V ac and dc voltage measurement

 Temperature measurement from -10 °C to 400 °C (14 °F to 752 °F)

 1000 µF capacitance measurement

 DC Current measurement to 200 µA

 True-rms voltage and current for accurate measurements on non-linear signals

 Resistance measurement to 60 kΩ

 Min and max recording to capture variations automatically

 The product should include:

Two AA alkaline batteries, Users manual w/safety information, Soft carrying case, Test Leads
(1 pair), Integrated DMM Temperature Probes etc.

 Functions

A ac (via Jaw) Range: 60.00/600.0 A Resolution: 0.1 A


Accuracy: 2.0% ± 5 digit (45-65 Hz)
2.5% ± 5 digit (65-400 Hz)
Crest Factor (50Hz or 60Hz): 2.5 MIN@220 A
3.0 MIN@180 A
> 1.4 MIN@600 A
Add 2% for CF>400 A
V ac Range: 600.0 V Resolution: 0.1 V
Accuracy: 1.5% ± 5 digits
V dc Range: 600.0 V Resolution: 0.1 V
Accuracy: 1.5% ± 5 digits
Ohms Range: 600/6000/60.00 kΩ Resolution: 0.1/1/10 Ω
Section VII – Schedule of Requirements 161

Accuracy: 1.5% ± 5 digits


Capacitance Range: 100.0/1000 µF Resolution: 0.1/1 µF
Accuracy: 1% ± 4 digits
µA Range: 200 µA Resolution: 0.1 µA
1% ± 5 digits
Contact temperature Range: -10 to 400 °C Resolution: 0.1 °C
Accuracy: 1% ± 8 digits
Continuity beeper Beeper volume: 75 dBA nom. 15 cm. from case front
On threshold: <=30 Ω

11. Detail of Tool Kit Items

11.1 Tool Kit No.1

All the tool kit items should be new and of standard Brand. The detail of items is as under:
1) Adjustable Wrenches (sizes 12”, 10”, 8” & 6”)
2) Locking Adjustable Pliers (size 10”)
3) 13 Pcs (8-20 mm) Professional Grade Combination wrench set Metric (1 side ring & 1 side open)
4) 22 PC HEX key set (1 side Ball ended)
5) Straight Pipe Wrenches (size 18”, 14” & 10”)
6) 15 PCs star folding Hex Key Set
7) 70 PCs socket set with Ratchets
8) 02 no. 10 PCs Precision Screwdriver Set
9) 10 PC Multi Bit Ratcheting Screwdriver Set
10) 9 way Screwdriver Set
11) 10 PCs Metric Nut Driver Set
12) 11 PCs Grip Screw Driver Set
13) Locking Pliers (Curved Jaw, Straight Jaw, Long Nose Jaw)
14) 8-In Wire Stripper/Cutter/Crimper
15) Crimping Pliers Tool
16) Groove Joint Pliers (sizes 12”, 10” & 8”)
17) Slip joint Pliers (sizes 8” & 6”)
18) Technician's Tool Kit Professional Electronics Hand Tools Set, Multimeter, Screw Driver Set,
Electronics Pliers Electrician Set etc. (minimum 50 PCs)
19) Linesman Multi-function Pliers (size 8”)
20) Linesman Pliers (sizes 9.5”, 8” & 6”)
21) Long Nose Pliers with Cutter (sizes 8” & 6”)
22) Diagonal Cutting Pliers (sizes 7”, 6” & 5”)
Section VII – Schedule of Requirements 162

23) End Cutter Pliers (size 6.5”)


24) Curved Jaw Cable Cutter (size 8”)
25) Long Nose Locking Pliers (size 8.5”)
26) Bent Long Nose Pliers with Cutter (size 6”)
27) Cable Tie Tension Tool
28) Snip Crimper Tool
29) High Tension Hacksaw (size 12”)
30) Hammer (16 OZ weight minimum)
31) Files of different shapes & Types
32) 02 no. Knife Snap-off with 10 no. blades
33) Contractor Grade Riveter (size 10”)
34) 100 No. Steel Rivets (1/8” x ½”)
35) 100 No. Steel Rivets (1/8” x ¼”)
36) 100 No. Steel Rivets (1/8” x 1/8”)
37) 100 No. Steel Back-up Plates (size 1/7”)
38) Trigger- Feed Standard Dual-melt Glue Gun (size 8.5”)
39) 50 no. woodworking Glue sticks (size 7/16” x 4”)
40) 50 no. dual Temperature Glue sticks (size 7/16” x 4”)
41) Blower
42) Soldering Sucker
43) Soldering Iron
44) 03 no. Solder Wick
45) Professional Torch having 500 lumen bright beam, completely waterproof, with an IPX8 rating.
Should be Powered by a single rechargeable CR123A battery having run time of above 600
hours,
46) 8-Way Surge Protected 13A/250V AC non-rewireable extension socket with 2 USB Charger (10
Meter long) Standard : BS 5733
47) Latest Hammer Drill machine including all accessories of standard Brand alongwith set of drill
bits (different sizes)
48) Inverter 1KVA 12 Volt of Standard Brand
49) 50 feet long Hanging Rope Ladder
50) 01 no. Life Jacket
51) 01 no. Life Saving Belt
52) Working Gloves
Section VII – Schedule of Requirements 163

53) Hard Hat


54) Standard Tool Box

11.2 Tool Kit No.2

All the tool kit items should be new and of standard Brand. The detail of items is as under:
1) Adjustable Wrenches (sizes 12”, 10”, 8” & 6”)
2) Locking Adjustable Pliers (size 10”)
3) 13 Pcs (8-20 mm) Professional Grade Combination wrench set Metric (1 side ring & 1 side open)
4) 02 Nos. 22 PC HEX key set (1 side Ball ended)
5) Straight Pipe Wrenches (size 18”, 14” & 10”)
6) 02 Nos. 15 PCs star folding Hex Key Set
7) 70 PCs socket set with Ratchets
8) 235 PCs Mechanic Mix Tools Set
9) 02 Nos. 10 PCs Precision Screwdriver Set
10) 02 Nos. 10 PC Multi Bit Ratcheting Screwdriver Set
11) 02 Nos. 9 way Screwdriver Set
12) 02 Nos. 10 PCs Metric Nut Driver Set
13) 02 Nos. 11 PCs Grip Screw Driver Set
14) Locking Pliers (Curved Jaw, Straight Jaw, Long Nose Jaw)
15) 8-In Wire Stripper/Cutter/Crimper
16) Crimping Pliers Tool
17) Groove Joint Pliers (sizes 12”, 10” & 8”)
18) Slip joint Pliers (sizes 8” & 6”)
19) Technician's Tool Kit Professional Electronics Hand Tools Set, Multimeter, Screw Driver Set,
Electronics Pliers Electrician Set etc. (minimum 50 PCs)
20) 02 no. Linesman Multi-function Pliers (size 8”)
21) 02 no. of Each size Linesman Pliers (sizes 9.5”, 8” & 6”)
22) 02 no. of Each size Long Nose Pliers with Cutter (sizes 8” & 6”)
23) 02 no. of Each size Diagonal Cutting Pliers (sizes 7”, 6” & 5”)
24) 02 no. End Cutter Pliers (size 6.5”)
25) 02 no. Curved Jaw Cable Cutter (size 8”)
26) 02 no. Long Nose Locking Pliers (size 8.5”)
27) 02 no. Bent Long Nose Pliers with Cutter (size 6”)
28) Cable Tie Tension Tool
Section VII – Schedule of Requirements 164

29) Snip Crimper Tool


30) High Tension Hacksaw (size 12”)
31) Hammer (16 OZ weight minimum)
32) Files of different shapes & Types
33) 02 no. Knife Snap-off with 10 no. blades
34) Contractor Grade Riveter (size 10”)
35) 100 No. Steel Rivets (1/8” x ½”)
36) 100 No. Steel Rivets (1/8” x ¼”)
37) 100 No. Steel Rivets (1/8” x 1/8”)
38) 100 No. Steel Back-up Plates (size 1/7”)
39) Trigger- Feed Standard Dual-melt Glue Gun (size 8.5”)
40) 50 no. woodworking Glue sticks (size 7/16” x 4”)
41) 50 no. dual Temperature Glue sticks (size 7/16” x 4”)
42) Blower
43) 02 Nos. Soldering Sucker
44) 02 Nos. Soldering Iron
45) 05 no. Solder Wick
46) Professional Torch having 500 lumen bright beam, completely waterproof, with an IPX8 rating.
Should be Powered by a single rechargeable CR123A battery having run time of above 600
hours,
47) 8-Way Surge Protected 13A/250V AC non-rewireable extension socket with 2 USB Charger (10
Meter long) Standard : BS 5733
48) 01 no. Life Jacket
49) 01 no. Life Saving Belt
50) Working Gloves
51) Hard Hat
52) 15 ft Extendable Folding Aluminum Ladder in Four Steps (each step of 04 feet)
53) Multi-Purpose Folding Ladder
54) 50 feet long Hanging Rope Ladder
55) Inverter 1KVA 12 Volt of Standard Brand
56) Latest Drill machine including all accessories of standard Brand alongwith set of drill bits
(different sizes)
57) Latest 4-1/2" (115MM) SMALL ANGLE GRINDER including all accessories of standard Brand
along with set of disks (different sizes)
Section VII – Schedule of Requirements 165

58) 02 Nos. Standard Mobile Tool Box

12. Digital Latest Standard Portable Water Quality Monitoring Equipment

The device should be new and of standard brand and have following specifications:
pH
Range: -2.000 to 20.000
Resolution: 0.1, 0.01, 0.001
Relative Accuracy: ±0.002
Calibration Points: Up to 5
Calibration Editing: Yes

mV/RmV
Range: ±2000.0 mV
Resolution: 0.1
Relative Accuracy: ±0.2 mV or ±0.05 % of reading whichever is greater
ISE
Range: 0 to 19999
Resolution: Up to 3 significant digits
Relative Accuracy: ±0.2 mV or ±0.05 % of reading whichever is greater
Units: ppm, M, mg/L, %, ppb, none
Calibration Points: Up to 5
Calibration Editing: Yes
Calibration Features: Timed end point, linear point to point, non-linear selectable auto-
blank, low concentration range stability

Conductivity:
Range: 0.001 μS to 3000 mS
Resolution: 0.001 μS minimum; 4 significant figures minimum
Relative Accuracy: 0.5 % reading ±1 digit
Reference Temperature: 5, 10, 15, 20, 25 °C (default)
Temperature Compensation: Linear (0 to 10.0 %/ºC), nLn, nLFu, EP
Compatible Cell Constants: 0.001 to 199.9
Calibration Points: Up to 5 points
Calibration Editing: Yes

Resistivity:
Range: 2 ohm to 100 meg-ohm
Resolution: 2 ohms-cm
Relative Accuracy: 0.5 % reading ±1 digit

Salinity:
Type: Practical salinity or natural sea water
Range: 0.01 to 80.0 ppt NaCl equivalent; 0.01 to 42 ppt practical salinity
Resolution: 0.01
Relative Accuracy: ±0.1

TDS:
Range: 0 to 200 ppt
Resolution: 4 significant digits
Relative Accuracy: ±0.5 % reading ±1 digit
TDS Factor Range: Linear 0.01 to 10.00, default 0.49

Dissolved Oxygen:
Section VII – Schedule of Requirements 166

Concentration - Polarographic
Range: 0 to 90 mg/L
Resolution: 0.01, 0.1
Relative Accuracy: ±0.2

% Saturation - Polarographic
Range: 0 to 600
Resolution: 0.1, 1
Relative Accuracy: ±2 %

Concentration - RDO
Range: 0 to 50 mg/L
Resolution: 0.01, 0.1
Relative Accuracy: ±0.1 mg/L up to 8 mg/L;
±0.2 mg/L from 8 to 20 mg/L;
10 % of reading from 20 to 50 mg/L
% Saturation - RDO:
Range: 0 to 500
Resolution: 0.1, 1
Relative Accuracy: ±2 %
Automatic Barometric
Pressure Correction: 450.0 to 850.0 mm Hg
Salinity Factor Correction: Automatic with separate conductivity probe or manual; 0 to 45 ppt
Calibration Features: Water saturated air, air saturated water, manual (Winkler) and zero
point
Probe Characteristics: Polarographic or RDO
Temperature:
Range: -5 to 105 °C, 23 to 221 ºF
(0 to 50 ºC, 32 to 122 ºF with RDO)
Resolution: 0.1
Relative Accuracy: ±0.1
Offset Calibration: 1 point

Data-logging:
Number of Points: 2000 with time and date stamp
Log Function: Manual, ready (includes AUTO-READ™), timed
Log Edit: Delete individual points, group of points or all

Inputs:
pH Electrode: BNC, reference pin
Conductivity with
Temperature Probe
or ATC Probe: 8-pin mini-DIN
Dissolved Oxygen with
Temperature Probe: 9-pin mini-DIN

Output: RS232, USB

Power:
AC Adapter: Optional – universal, 100-240 VAC
Battery Power: Included – 4 AAs
Battery Life: 800 hrs

The product should include followings:


- ROSS Triode 3-in-1 pH/ATC probe, 3m cable
Section VII – Schedule of Requirements 167

- Dura Probe conductivity cell, 3m cable


- RDO optical/luminescence - based probe with 3m cable, stainless steel guard,
calibration sleeve and optical/luminescence-based cap
- pH 4.01 buffer, 10 pouches
- pH 7.00 buffer, 10 pouches
- pH 10.01 buffer, 10 pouches
- ROSS electrode storage solution, 475 mL
- 1413 μS conductivity standard, 10 pouches
- Rinse solution, 10 pouches
- Protective armor with probe holders
- Hard carrying case
- Four AA batteries

Accessories:
- Hard carrying case for portable meters
- Soft carrying case for portable meters
- Armor for portable meters, includes electrode holders for pH, conductivity and DO probes
- pH electrode holder for armor
- Conductivity and DO probe holder for armor
- Optional universal power adapter, 100-240 V, 50/60 Hz
- ROSS Triode 3-in-1 pH/ATC probe, gel-filled, 3m cable
- pH 4.01 buffer pouches, 10/pk
- pH 7.00 buffer pouches, 10/pk
- pH 10.01 buffer pouches, 10/pk
- pH rinse solution pouches, 10/pk
- Dura Probe conductivity cell with 1.5m cable, 4-cell, K=0.475
- DuraProbe conductivity cell with 3m cable, 4-cell, K=0.475
- DuraProbe conductivity cell with 6m cable, 4-cell, K=0.475
- DuraProbe conductivity cell with 10m cable, 4-cell, K=0.475
- conductivity standard, 100 μS/cm, 5x60 mL bottles
- conductivity standard pouches, 1413 μS/cm, 10/pk
- conductivity standard pouches, 12.9 mS/cm, 10/pk
- conductivity calibration resistor kit
- RDO optical DO probe, 3m cable with stainless steel guard and calibration sleeve
- RDO optical DO probe, 6m cable with stainless steel guard and calibration sleeve
- RDO optical DO probe, 10m cable with stainless steel guard and calibration sleeve
- RDO optical DO probe, 15m cable with stainless steel guard and calibration sleeve
- RDO optical DO probe, 30m cable with stainless steel guard and calibration sleeve
- polarographic DO probe, 1.5m cable
- polarographic DO probe maintenance kit
- polarographic DO probe electrolyte solution, 60 mL
- Calibration sleeve for Orion polarographic DO probes
- Replacement calibration sleeve for RDO optical probes
- Replacement optical cap for RDO probes
- high-performance ammonia ISE
- standard ammonia ISE
- Ammonia standard, 1000 ppm, 475 mL
- Low-level ammonia ISA
- Ammonia ISA, 475 mL
- Fill solution for high-performance ammonia ISE, 60 mL
- Fill solution for standard ammonia ISE, 60 mL
- Ammonia ISE storage solution
- fluoride combination ISE
- Fluoride standard, 1 ppm with TISAB II, 475 mL
- Fluoride standard, 2 ppm with TISAB II, 475 mL
Section VII – Schedule of Requirements 168

- Fluoride standard, 10 ppm with TISAB II, 475 mL


- TISAB II, 1 gallon
- ROSS sodium combination ISE

12. Hand Held Field Data Collector and Data Presenter

Use as a field-compatible handheld device for wireless parameterization and data reading from
data collectors/ data loggers, navigation, photo documentation, etc.
Category: Wastewater, Meteorology, Water Quality, Surface Water, Groundwater - Control
Devices

 Robust 10.1 "tablet PC with Windows 10 operating system


 Protection class IP65 minimum
 1 x RS232 interface, 2 x USB, VGA, LAN, MicroSD slot, loudspeaker
 Integrated GPS, 5 megapixel camera (min), Bluetooth, WWAN
 Robust, impact-resistant, handy: The device with 10.1 "display is the multifunctional
tablet PC for rough field use and thus a versatile helper.
 Powerful and innovative: The device shall be with its fast Intel Quad-Core processor
and the large 10.1 "widescreen LED display (1366x768 pixels), with an ambient light
sensor that automatically adjusts the background lighting to the respective lighting
conditions.
 Smart: The device shall be with minimum specifications of excellent basic equipment:
4 GB DDR3 RAM / 128 GB SSD, integrated 5 megapixel camera for taking photo
documentation, built-in GPS, connection options for external devices and storage media
(USB, RS232, VGA, MiniSD, Micro). The device shall also optionally available with
WWAN for mobile internet.
 Multitasking: The device shall be the ideal assistant for numerous measuring
tasks. Parameterization and adjustment of data collectors as well as data reading via
USB / Bluetooth with operating software. Implementation of ADCP measurements
with software WinRiver I I or HydroProfiler, wing measurements with software Q 3.1 ,
data visualization and evaluation with DEMASvis etc.

Technical Specifications (minimum):


Operating System Windows 10 Enterprise
Processor Intel® Quad Core N2930, 1.83 GHz with 2.16 GHz
boost and 4 GB RAM
Hard Disk 128 GB SSD
Display 10.1 "color display with ambient light sensor
Resolution 1920x1200 pixels
Connections 1 x RS232
1 x USB 2.0
1 x USB 3.0
Section VII – Schedule of Requirements 169

1 x VGA
1 x LAN
1 x Mircro SDSlot
1 x 12 V charging port
1 x audio / microphone
Features Integrated loudspeaker
5 megapixel or better camera with LED flash
WLAN 802.11, dual band 2.4 / 5 GHz
Bluetooth 4.0
GPS (WAAS / EGNOS / MSAS capable)
WWAN (option)
Power supply exchangeable 5000+ mAh Li-ion battery
Casing impact-resistant, temperature-resistant plastic
Protection class: IP65 (Minimum)
Operating temperature -20 ° C - + 60 ° C
Section VII – Schedule of Requirements 170

PART IV - EQUIPMENT SUPPORT STRUCTURE

1. General

The Supplier shall provide free standing support steel structure for installation of the equipment. All
steel work shall be hot-dip galvanized according to the relevant ISO or ASTM specifications. The
support structure shall be designed to withstand the wind loading mentioned in specifications below,
while supporting 200% of the proposed antenna loading.

The linear and torsional sway of the support structure under these wind load conditions shall be
restricted to a value such that no degradation of system performance is experienced. A climbing ladder
to the top of the structure shall be provided. All galvanized material shall be treated with "Sodium
Dichromate" to protect the galvanizing from "white rust". The exact location for the erection of the
support structures shall be determined by the Supplier, for each remote station, after a site survey.
The proposed locations shall be marked on the site plans to be submitted with the Detailed Design
Report.

All support structures shall be adequately protected against lightning strikes by installation of a
lightning protection system at the top of the structure. The structure shall be properly grounded by
means of copper grounding rings brazed to copper ground rods, Crow footing, or counterpoise
method, so that the ground resistance at no time shall exceed 5 ohms, at the proposed location.

A barbed wire fence, at least 2.5 meters high, or suitable protection means shall be provided around
the equipment support structure at each station for protection against vandalism.
Section VII – Schedule of Requirements 171

PART V – OPERATIONAL AND MAINTENANCE OF THE SYSTEM INCLUDING


SUBMISSION OF SUPPLIER’S DOCUMENTS AND TRAINING OF PURCHASER’s STAFF

1. General

The above specifications applies to both Lot 1 & 2. The Supplier shall provide the following services
and support during the installation as well as the operation and maintenance period (after sales service
period):

 Operation and Maintenance Visits including Training of the Purchase’s Staff,


 Development of Operation Management Plan,
 Development of Station Management Plan,
 Development of Calibration Procedures, and
 Development of Spare Parts Strategy
 Defect notification by the Purchaser and Defect Removal by the Supplier (free of cost).
 Replacement of damaged / non functional Sensors and other Equipment from Manufacturer under
warranty period (free of cost).

2. Operation and Maintenance of the System

The operation and maintenance of the field stations shall be carried out by the Planning and Monitoring
Wing (PMW) of Balochistan Irrigation Department. The Supplier shall recommend the team
combination /configuration required for the O&M. The Supplier shall perform two visits during the one
year operation and maintenance period (after sales service) at times when required by the Purchaser.
During the visits, the Suplier’s experts shall perform site surveys at all the installaed AWS & SFG
stations, perform the necessary preventitve repairs and caliberation of installed equipment. At the end
of each site visit, the Supplier experts shall prepare and submit condition survey reports including
Supplier’s recommendation regarding improvement in the performance of the equipment.

3. Training of Purchaser’s Staff

The Supplier shall support the PMW Operation and Maintenance Staff by providing experts’s
trainings at the following occasions:

 Factory Acceptance Testing.


 Site Acceptance Testing.
 Installation, Commissing and Final Acceptance Testing of the Equipment.
 Post Instllation Training at Project Director Office, Quetta for at least three days.
 Operation and Maintenance Site Visits for preventative repairs and caliberation of equipment.

The supplier shall also prepare /approve the respective training documents and presentations covering
each aspect of the above trainings.

4. Operational Management Plan

The Supplier shall develop operational management plan for the next 10 years to guarantee the
highest availability and the best quality data. The Supplier shall submit draft plan in triplicate for
review to the purchaser and accordingly submit the final plan (five sets in hard bound) to the
purchaser.

5. Station Management Plan


Section VII – Schedule of Requirements 172

The Supplier shall develop Station Management Plans for each station which shall include details on
the following aspects. The Supplier shall submit draft plan in triplicate for review to the purchaser and
accordingly submit the final plan (five sets in hard bound) to the purchaser.

 Instrument / Station Preventative maintenance


 Instrument / Station Corrective maintenance
 Site maintenance (Fencing, removing grasses, cleaning of equipment, etc.
 Site Inspections

6. Calibrations Procedures

The Supplier shall provide / develop procedures for the calibrations of sensors and equipment. The
following calibration procedures shall be provided by the Supplier. The Supplier shall submit draft
procedures in triplicate for review to the purchaser and accordingly submit the final procedures (five
sets in hard bound) to the purchaser.

 Laboratory calibration procedures


 Field Calibration Procedures
 Tracking of Calibration History

7. Spare Parts Strategy

The Supplier shall provide / develop spare parts strategy to be used for calibration swapping of
instruments (preventive maintenance) and to quickly replace the instrument when they break. The
Supplier shall submit draft strategy in triplicate for review to the purchaser and accordingly submit the
final strategy (five sets in hard bound) to the purchaser. The spare parts strategy shall comprise the
following;
 Calibration swapping
 Replacing broken or damaged sensors
 Quantities for 10 years of period.
Section VII – Schedule of Requirements 173

PART VI – SPECIFICATIONS FOR CIVIL WORKS

Description of Civil Works


These Specifications covers the requirements for the Civil Works related to Lot-1 (i.e. construction of
9 Nos. Automatic Weather Stations and 9 Nos. Guard Rooms) and Lot-2 (Construction of 2 Nos. Stream
Gauging Stations and 2 Nos. Guard Rooms) and has been arranged in following Sections.

Section-1 Site Clearance and Preparatory Work


Section-2 Dewatering and Care of Water
Section-3 Earthworks
Section-4 Concrete
Section-5 Brick Masonry - Plastering - Coping
Section-6 Floor, Wall, Roof and Ceiling Finishes
Section-7 Plumbing
Section-8 Glazing
Section-9 Metalwork
Section-10 Painting Work
Section-11 Roofing
Section-12 Boundary Fencing and Walls
Section-13 Roofing
Section-14 Boundary Fencing and Walls

The Supplier shall be responsible for the supply of all labour, material and equipment to construct
and complete all the foundations, building and associated infrastructure works according to the
specifications, drawings and as directed by the Purchaser.

The Payment to the Supplier shall be made as per the line items provided in Schedule of Completion
and Price – Related Services. Any work which is not shown in the price schedule but requires as per
the drawings and these specification shall be deemed to be covered in the Bid price.
Section VII – Schedule of Requirements 174

1- SITE CLEARANCE AND PREPARATORY WORK

1.1 Clearing Site

The Contractor shall remove overburden and vegetation, fell trees cut down hedges and bushes and
grub up roots, all as directed by the Engineer. No material or trees shall be removed from the site without
prior approval from the Engineer. All rubbish and material unsuitable for re-use must be removed from
the site to an approved disposal area provided and paid for by the Contractor and all work that has been
disturbed must be made good.

1.2 Felling Trees

Where directed by the Engineer, trees with a trunk exceeding 0.15 m diameter shall be uprooted and
holes shall be filled with approved material and well compacted. Rates for removal shall allow for
haulage not exceeding 2 km.

1.3 Measurement and Payment

No separate payment will be made for compliance of requirements of this section. All costs associated
with site clearance and preparatory works are deemed to be covered in the rates tendered for the Price
Schedules for other items and as such indirectly included in the Contract Price.
Section VII – Schedule of Requirements 175

2 –DEWATERING AND CARE OF WATER

2.1 Description

This section specifies performance of dewatering required to lower and control ground water table
levels and hydrostatic pressures to permit excavation, backfill, and construction to be performed in the
dry. Control of surface water shall be considered as part of the work under this specification.

2.2 Requirement

Dewatering system shall be of sufficient size and capacity necessary to lower and maintain ground
water table to an elevation at least 300 mm below lowest foundation subgrade or bottom of foundations
and to allow material to be excavated in a reasonably dry condition. Materials to be removed shall be
sufficiently dry to permit excavation to grades shown and to stabilize excavation slopes where sheeting
is not required. Operate dewatering system continuously until backfill work has been completed.

Reduce hydrostatic head below any excavation to extent that water level in the construction area is a
minimum of 300 mm below prevailing excavation surface.

Prevent loss of fines, seepage, boils, quick conditions or softening of foundation strata.

Maintain stability of sides and bottom of excavation.

Construction operations are performed in the dry.

Control of surface and subsurface water are part of dewatering requirements. Maintain adequate control
so that the stability of excavated and constructed slopes are not adversely affected by saturated soil, that
erosion is controlled and that flooding of excavations or damage to structures does not occur. Drain
surface water away from excavations. Protect excavations from becoming wet from surface water, or
insure excavations are dry before additional work is undertaken.

2.3 Submittals

The following shall be submitted for Engineer’s review and approval and in sufficient detail to show
full compliance with the Specification:

(a) Submit drawings and data showing the method to be employed in dewatering excavated areas
30 days before commencement of excavation.

(b) The design data shall include location, depth and size of wellpoints, headers, sumps, ditches,
size and location of discharge lines, capacities of pumps and standby units, and detailed
description of dewatering methods to be employed to convey the water from site to adequate
disposal.
Section VII – Schedule of Requirements 176

2.4 Installation

Install a dewatering system to lower and control ground water in order to permit excavation,
construction of structure and placement of backfill materials, to be performed under dry conditions.
Make the dewatering system adequate to pre-drain the water-bearing strata above and below the bottom
of structure foundations, utilities and other excavations.

In addition, reduce hydrostatic pressure head in water-bearing strata below structure foundations, utility
lines, and other excavations, to extent that water levels in construction area are a minimum of 300 mm
below prevailing excavation surface at all times.

2.5 Operation

Prior to any excavation below the ground water table, place system into operation to lower water table
as required and then operate it continuously 24 hours a day, 7 days a week until all utilities and structures
have been satisfactorily constructed including placement of backfill materials and dewatering is no
longer required.

Place an adequate weight of backfill material to prevent buoyancy prior to discontinuing operation of
the system.

2.6 Water Disposal

Dispose water removed from the excavations in such a manner as will not endanger portions of work
under construction or completed. Dispose water in such manner as will cause no inconvenience to
Employer or to others working near site. Comply with the stipulations of required permits for disposal
of water.

2.7 Standby Equipment

Provide complete standby equipment, installed and available, for immediate operation as may be
required, to adequately maintain de-watering on a continuous basis and, in the event that all or any part
of the system may become inadequate or fail.

2.8 Corrective Action

If dewatering requirements are not satisfied due to inadequacy or failure of the dewatering system
(loosening of the foundation strata, or instability of slopes, or damage to foundations or structures),
perform work necessary for reinstatement of foundation soil resulting from such inadequacy or failure
by contractor, at no additional cost to the Employer.
Section VII – Schedule of Requirements 177

2.9 Removal

Insure compliance with all conditions of regulating permits and provide such information to the
Resident Engineer. Obtain written approval from Resident Engineer before discontinuing operation of
dewatering system.

2.10 Measurement and Payment

No separate payment will be made for compliance of requirements of this section. All costs associated
with dewatering and care of water are deemed to be covered in the rates tendered for the Price Schedules
and as such indirectly included in the Contract Price.
Section VII – Schedule of Requirements 178

3 – EARTHWORKS

3.1 General

The Contractor shall examine the site and familiarize himself with the nature of the ground and any
other local conditions, excavation methods to be applied and physical obstructions that may affect his
work and prices. His rates shall allow for all operations and costs required and encountered when
carrying out the works in accordance with the Contract. Claims due to lack of knowledge of site
conditions will not be entertained. The Engineer should advise him in economical excavation method
to minimize the cost of the project.

The Contractor shall not execute any earthwork or excavation without having the Engineer’s prior
approval to the methods and equipment, which he proposes to employ. He shall not thereafter modify
such methods without the Engineer’s consent.

3.2 Definitions

(1) “Excavation” shall for the purpose of the Contractor be deemed to refer to the excavation of all
the materials of whatever geological formation, quality, consistency or description.

(2) “Rock Excavation”: The word “rock”, wherever used as the name of an excavated material to
be excavated, shall mean only boulders and pieces of concrete or masonry exceeding 0.30 m3 in
volume, or solid ledge material which, in the opinion of the Engineer, requires, for its removal,
drilling and blasting, wedging, sledding, barring, or breaking up with a power-operated tool.

3.3 Precautions

Excavation shall be carried out neatly to the lines and levels, which are specified on the Drawings or as
instructed by the Engineer.

The Contractor shall take all possible precautions to prevent slips in excavations. Excess excavation
beyond the specified lines and levels shall be limited to an absolute minimum making due allowance
for working space and necessary Temporary Works.

Any excess excavation, overbreak or slip beyond the limits of the specified excavation shall be removed
and made good at the Contractor’s expense with such material as the Engineer shall direct.

Excavation shall be carried out by hand if excavation by mechanical means is not reasonably practicable
or may endanger or damage structures or property.

Excavated material shall, if in the opinion of the Engineer’s Representative is suitable and required for
use at the Site, be stockpiled or, if possible, immediately placed or shall, if not so suitable or required,
be removed from the Site.
Section VII – Schedule of Requirements 179

No soft or disintegrated material which can be removed with a hand pick or power-operated excavator
or shovel, no loose, shaken, or previously blasted material or broken stone in material fillings or
elsewhere, and no material exterior to the maximum limits of measurement allowed, which may fall
into the excavation, will be measured or allowed as “material”.

Excess Rock Excavation: If rock is excavated beyond the limits of payment indicated on the
drawings, specified, of authorized in writing by the Engineer, the excess excavation, whether resulting
from over breakage or other causes, shall be backfilled, by and at the expense of the Contractor.

3.4 Excavation

3.4.1 Excavation Rates

The rates for excavation shall include for:

 Excavation in any material including rock.


 Careful removal, storage and replacement of top soil as directed by the Engineer.
 Bulking of the excavation material.
 Temporarily supporting the sides of the excavations.
 Additional excavation to accommodation the temporary supports and all working space necessary
to carry out the work together with all subsequent backfilling and compaction using approved
excavated material.
 Keeping the excavations clear of water (including groundwater) and all dirt at all times unit pipe
laying and testing or construction work is completed and permission for backfilling is obtained.
 Trimming, compacting and protecting the formation level.
 Formation of all temporary spoil heaps and all double handling necessary, and carting away excess
material to tip.
 Protection of the Works.

All surface areas which have been disturbed by the Contractor’s working or operations shall be
reinstated to the original condition at the Contractor’s expense where directed by the Engineer.

3.4.2 Trench Excavation

The line and level of trench shall be as shown on drawings or as directed by the Engineer. Before
commencing excavation, the alignment of the trench shall be pegged out accurately and the ground
level shall be agreed with the Engineer. Strong sight rails shall be then fixed and maintained at each
change of gradient and at a distribution board distance not exceeding 25 meters.

Trench excavation shall be carried out by such methods and such lines, dimensions and depth as
required for the proper construction of the Works to meet the local condition of the Project Area.
Section VII – Schedule of Requirements 180

No length of trench excavation shall be started until pipes, etc. to be laid in that length are available on
Site.

Any widening or deepening of trench necessary to accommodate curves, bends, joints etc. shall be
considered as Over Break.

Except where otherwise stated trenches shall be excavated to a sufficient depth to ensure, after
consolidation of the backfilling, a minimum cover below ground level as shown in drawings. Where
the Contractor is instructed that the pipe line shall be laid at a lesser depth, the ground surface shall be
made up locally with banking or concrete surrounding to the pipe shall be provided all in accordance
with the Engineer’s instructions.

Subject to any specific requirements of the Contract the backfilling and temporary surface reinstatement
of trench excavation shall be commenced and be completed as soon as reasonably practicable after the
pipes have been laid and joined. Pipe laying shall follow closely upon the progress of trench excavation
and the Contractor shall not permit unreasonably excessive length of trenches to be open while awaiting
testing of the pipeline.

If the Engineer considers that the Contractor is not complying with any of the foregoing requirements,
he may prohibit and further trench excavation until he is satisfied with the progress of laying and testing
of pipelines and backfilling of trench excavation.

All trench excavation and other work carried out within the limits of any roadway shall be completed
as rapidly as possible and not more than the width of the carriage way shall be obstructed at one time.
The Contractor shall provide maintain and operate temporary traffic controls of a type approved by the
Engineer.

The rate for trench excavation shall include for working along the line of old sewer trenches or in close
proximity to old sewer trenches as the case may be. Rates should also include for excavations
encroaching on and adjacent to service trenches.

Trench excavation in roads and at thrust blocks in all locations shall have vertical sides.

The Contractor shall all times take special precautions to prevent settlement in the vicinity of the
trenches. The Contractor shall make good any settlement and repair any damage resulting from such
settlement at his own cost and all to be the satisfaction of the Engineer, the land owner or the highway
authority. This is in no way intended to limit the Contractor’s responsibilities under clause 22 of the
conditions of Contract Part I.

All topsoil shall be carefully laid aside and afterwards replaced in its original position.
Section VII – Schedule of Requirements 181

Accurate record shall be kept by the Contractor of all services crossed in the course of work. The
Contractor shall prepare record drawings showing the location level and details of the services which
are crossed and such records shall given daily to the Engineer.

In case of crossing of existing services with the projected alignment of pipes, refer to Section 1.12.

3.4.3 Trimming Excavation

Where excavation to specified levels for the foundation of structures or for pipes or to the specified
limits for the face of any structure required to abut undisturbed soil the Contractor shall not excavate
the last 150 mm until immediately before commencing the constructional work, except where the
Engineer shall permit otherwise.

Should the Contractor have excavated to less than 150 mm of these specified limits before he is ready
to commence the constructional works, he shall, where required by the Engineer excavate further so as
to remove not less than 150 mm of material immediately before commencing the constructional works.
Any additional work and costs related thereto are considered as Over Break.

Where no bedding material is specified or instructed to be laid beneath the pipe, the bottom of the trench
shall be carefully trimmed true to level and grade so as to ensure a continuous support for the pipe
barrel, pockets for couplings and / or flanges are to be excavated below the invert level. The trench
bottom shall be pricked over with a rake and any stone or flint likely to cause the pipe to bed unevenly
or to damage the pipe and its coating or greater than 20 mm in size shall be picked out of the pipe bed.

Before commencement of any constructional work all shattered and loose material shall be removed
from the excavation by hand so as ensure that the Work rests on a solid and perfectly clean foundation
or abuts against solid soil.

3.4.4 Unsuitable Material

The Contractor shall be responsible for forming a sound foundation for pipes, pipes bedding structures
and he shall make all tests and bring to the attention of the Engineer any inequalities in the bearing
capacity of the subsoil. Any additional excavation ordered by the Engineer to be carried out and the
subsequent refilling with suitable material shall be measured and priced at Contract rates.

Should the Contractor fail to comply with the above he all shall be responsible for all breakage,
fractures, leakage’s, settlement, etc. that may occur as a result of the aforesaid inequalities of the bearing
capacity of the subsoil.

Should the material forming the bottom of any excavation, while acceptable to the Engineer at the time
of his inspection, subsequently become unacceptable to him due to exposure to weather conditions or
have become puddles, soft, loose during the course of the works, the Contractor shall remove such
unsound material by hand. Such further excavation shall be held to be Over Break.
Section VII – Schedule of Requirements 182

Unsuitable material shall be removed from site and disposed of as instructed by the Engineer.

3.4.5 Supporting Excavation

If required or instructed by the Engineer’s Representative all sides of excavation shall be supported to
prevent settlement or slip falls of ground. Structures, services adjacent to the excavation. Excavation
required providing space for supports and working area as well as slip falls and settlements of ground
adjacent to excavation are to be considered as Over Break. Remedial measures repairs and related costs
encountered due to settlement slip falls damages are to be carried out and paid for by the Contractor.

3.4.6 Disposal of Excavated Material

Excavated material, which is not required or is unsuitable for re-use in the Works shall be disposed of
as directed by the Engineer. The Contractor shall give the Engineer adequate notice of his intention to
spoil. Material ordered to be disposed to shall remain the property of the Employer and shall deposit at
places designated by the Engineer.
Subject to any specific requirements of the Contractor, the disposal of excavated material within the
Site shall be at the Contractor’s discretion but shall be so arranged as to be acceptable to the Engineer
and to overall requirements for the construction of the works. The Contractor shall ensure that no
excavated material which is suitable for and is required for re-use in the works is disposed of outside
the Site.

The term “excavation” shall be deemed to include for disposing of excavated material in any of the
following ways:

(a) Backfilling to excavation and completed structures and trench excavation using suitable
excavated material and including placing in temporary spoil tips and any double handling
required.
(b) Transporting selected excavation material to locations within the Site where embankments are
to be constructed or where filling around structures is specified to be constructed as
embankment including ripping ready for spreading and compacting.
(c) Disposal of surplus excavated material outside the Site.
(d) Top soil and excavated material suitable for grassing shall be deposited in temporary separate
spoil tips within the Site.
(e) Unsuitable material shall be disposed of as approved by the Engineer.
Section VII – Schedule of Requirements 183

3.4.7 Blasting

Explosives shall be used only with the prior written permission of the Engineer and under conditions to
be approved by him. The Contractor will required to indemnify the Employer against all claims arising
therefore in respect of persons, animals, properties and services. Blasting shall be carried out carefully
and such manner as to avoid loosening or shattering rock beyond the required line of excavation and all
loose and shattered rock shall be removed and any voids formed and made good to the satisfaction of
the Engineer and at the Contractor’s expense. Only experienced and qualified personnel shall be
employed on this work and the storage of explosive shall conform to the appropriate regulations. The
Contractor will familiarize himself with and conform to any local Authorities regulations concerning
blasting.

3.4.8 Existing Services

Notwithstanding any relevant information famished by the Employer of the Engineer or any public
authority, the Contractor shall be solely responsible for ascertaining from his own inspection of the Site
and from the respective supply authorities and other public or private bodies the position of all pipes
and cables whether underground or overhead within or near the Site.

Where excavation is out close to or across or below the existing line of sewers, pipes, cables or other
services, the Contractor shall where required provide temporary supports or slings and where such
sewers, pipes, cables or other services are damaged the Contractor shall arrange for and pay repair
works replacement or costs resulting from such damages.

Where in the opinion of the Engineer construction of the works cannot be reasonably carried out unless
the sewer, pipe, cable, other service is permanently served or permanently diverted or permanently
supported, he will instruct the Contractor to provide all necessary facilities and access for the
Government Department or public utility company who shall out such works or shall instruct the
Contractor to execute these works.

For more information on existing services crossing refer to section 1.12.

3.4.9 Excavation to be kept Free from Water

The Contractor shall allow in his rates for excavation for keeping the excavation whether above or
below the Groundwater table, at all times, free from flooding by storm water, percolating water, subsoil
water, sewage irrigation water or sewage effluent by pumping, bailing or other means.

No water or sewage effluent shall be discharged into any water course, onto roads tracks footpaths yards
or any other area used by vehicular or pedestrian traffic unless approved by the Engineer. Such
permission shall not be granted unless the Contractor shall have provided efficient setting basins or sand
traps to retain all sand and other solids likely to settle. The permission to discharge liquids shall be
liable to be withdrawn at any time in the event of circumstances arising and which in the opinion of the
Section VII – Schedule of Requirements 184

Engineer shall make such a discharge undesirable. The Contractor shall have no right to claim in respect
of withdrawn of such permission.

The Contractor shall take all precautions to avoid undermining of any part of the works or other
properties by pumping or else, but should undermining occur he shall make good same to the
satisfaction of the Engineer at the Contractor’s expenses.

In all cases where permissions to use existing water courses, sewers, pipes for the discharge of liquids
has been granted, it will be on the condition that the Contractor cleans out such facilities after
completion of the works at the respective Site.

It is expected that in certain areas the high level of the water table will present problems during
excavation. The Contractor shall satisfy himself as to the extent of this problem and make due allowance
in his tender for draining and maintaining all works in a dry condition during construction. Water
removed from excavations must not be allowed to cause nuisance or damage to traffic or any public or
private property or service. In no circumstances shall dewatering arising be discharged into any part of
the sewerage system.

All proposed methods for dewatering excavations shall be submitted to the Engineer for his approval.
The responsibility for dewatering rests with the Contractor for the duration of the Contract. Care shall
be exercised during dewatering so that no material in or around the excavations is disturbed as result of
dewatering.

3.5 Earthfill and Backfilling

3.5.1 Backfilling of open Excavation other than Pipe Trenches

Backfilling of the excavations shall not be carried out without the consent of the Engineer.

Excavation shall be carried out in such a manner that material which is unsuitable for backfilling and
compaction shall be excavated separately and removed from the Site.

Examples of unsuitable materials for backfilling are as follows:

(i) Materials from swamps, marshes and bogs;


(ii) Vegetable matter, timber or similar material liable to decompositions;
(iii) Materials susceptible to spontaneous combustion;
(iv) Clay or earth having excess liquid content;
(v) Rock over 100 mm in any dimension.

Material for backfilling shall be deposited and compacted in layers of a maximum thickness of 300 mm
and be appropriate to the compaction plant used. (Thickness measured prior to compaction).
Compaction shall be so carried out to ensure a value of 95 % Proctor is achieved.
Section VII – Schedule of Requirements 185

Supports to the excavation shall be carefully removed as the filling proceeds, but the removal of such
supports shall not relieve the Contractor of his responsibility for the safety and stability of the Works.

3.5.2 Backfill Pipeline Trenches

The backfill of pipeline trenches shall be made in accordance with Section 4: Pipe Bedding and
Backfilling of Trenches.

3.6 Forming Slopes, Embankments and Cuttings

(1) The slopes of any banking shall be accurately and uniformly dressed off to slopes as
shown on the Drawings or such other as may be directed by the Engineer.

(2) The Engineer may order excavated material to be used in forming embankments or
making up low ground. Only suitable material shall be used for such work.

(3) Material used shall be spread in layers not exceeding 300 mm deep, each layer being
well compacted, to ensure a value of 95 % Proctor density is achieved.

3.7 Offensive Matter

Any offensive matter found in the excavation shall be dealt with immediately by the Contractor at his
own expense. He shall remove, disinfect with chloride of lime or other strong disinfectant and cart away
such matter to an approved site for burial or otherwise completely dispose of as necessary. Other
precautions may be detailed by the Engineer.

3.8 Measurement and Payment

3.8.1 Excavation

3.8.1.1 Measurement

Measurement, for payment, of surface, trench and foundation excavation shall be unclassified and will
be made of the volume of material excavated to the lines, grades and dimensions shown on the Drawings
or directed and shall be taken only in the presence of the Engineer. The Engineer shall be notified at
least 24 hours before such measurements are taken. Before commencing and immediately after
completion of the excavation, the Contractor shall take survey measurements sufficient to define the
dimensions and elevations of the original and final surfaces.

The measurement will not include the volume of subgrade material or other material that is scarified or
plowed and reused in-place, and will not include the volume excavated without authorization or the
Section VII – Schedule of Requirements 186

volume of any material used for purposes other than directed. The measurement will not include the
volume of any excavation performed prior to the taking of elevations and measurements of the
undisturbed grade.
No measurement for payment shall be made for excavation and backfilling work related to the
preparation and foundation of AWS and streamflow gauging stations. The cost of all works related to
the preparation, excavation an backfilling of such works are included in lump sum items.

3.8.1.2 Payment

Payment for the various items of surface, trench and foundation excavation will be made at the
applicable rates per cubic meter tendered therefor in the priced schedules. These rates shall include the
cost of all labour, materials, temporary construction, pumping, bailing, draining and all other work
necessary to maintain the surface, trench and foundation excavations in good order during construction,
and of removing such temporary construction if so directed. These rates shall also include the entire
cost of clearing and stripping of soil, of excavating and transporting the materials from the excavation
to the point of final use, or to disposal; and, where stockpiles are used. The cost of transporting the
material to the stockpiles; of re-handling and of transporting such material to the point of final use; and
the entire cost of cleaning up excavated surfaces.

Direct payment will not be made for excavation carried out in borrow area or quarries in accordance
with this Clause. The cost of all work in the quarries and borrow areas including clearing, excavation,
separating, selecting, processing, hauling and dumping of unsuitable materials and of soil conservation
measures shall be included in the rates tendered in the price schedules for the items for which the
materials form the quarries and borrow areas are used.

The payment shall also include the cost of backfilling of surface, trench and foundation excavations.
No separate payment shall be made for backfilling.

3.8.1.3 Unit of Measure

Unit of measure: Cubic Meter


Section VII – Schedule of Requirements 187

4 - CONCRETE

4.1 General

Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, water and admixtures
as specified, all well mixed and brought to the proper consistency.

All concrete and its constituent materials and all methods and procedures shall conform to applicable
standards of the British Standards Institution otherwise specified.

The costs of all tests of concrete and/or its components shall be deemed to be included in the rates.

All equipment employed for concrete works require the approval of the Engineer prior to dispatching
to the Project.

4.2 Cement

Unless otherwise specified the cement used in the Works shall be sulphate resisting Portland Cement
(SRPC) complying with B.S 4027. Where specified or ordered Ordinary Portland Cement (OPC)
complying with BS12 standard current at the time shall be used.

The cement to be used in the works shall be obtained from an approved manufacturer. For each delivery
of Cement the contractor shall furnish, free of cost, test certificates as directed by the Engineer, relating
to the cement to be used on the work. Analyses of the cement shall be shown.

The Contractor shall maintain a record available for inspection by the Engineer of the locations of
cement from each consignment.

The Contractor shall supply samples of cement, when requested by the Engineer both from any store
on Site and the place of manufacture.

4.3 Aggregates

Aggregates for concrete shall comply with BS 882 current edition.

Fine aggregate shall consist of natural sand and shall comply with requirements of Table 4 of BS 882.
The Engineer will permit the addition of suitable crushed rock fine aggregate, as necessary, to the sand
where in his opinion it is impracticable to obtain the specified grading of the combined aggregates
otherwise than by such addition. The maximum quantities of particles smaller than 75mm shall, in any
event, not exceed 3% by weight when the sample is tested to BS 812: Section 103.1.

Coarse aggregate shall comply with the requirements in Table 3 of BS 882 for single sized aggregates
to the nominal maximum size specified for the appropriate class of concrete and shall be made up of
the following gradings:
Section VII – Schedule of Requirements 188

a) 40mm single sized


b) 20mm single sized
c) 10mm single sized

The shape of the aggregate shall be rounded, or irregular as defined in BS 812: Part 1. The flakiness
index, as determined in accordance BS 812: Section 105.1, shall not exceed 35 and the 10% fines value,
as determined by BS 812: Part 111, shall be greater than 50kN.

The water absorption of aggregates to be used for class C35A concrete for water retaining structures
shall not exceed 3% when measured in accordance with BS 812: Part 2.

The soundness of the aggregate, as determined in accordance with ASTM C 88-83 using magnesium
sulphate with 5 cycles, shall not show a loss of greater than 15% for fine aggregate and 18% for coarse
aggregate.

Immediately after commencement of the Works, the Contractor shall supply samples of proposed
aggregates for preliminary tests of compliance with Specification to the satisfaction of the Engineer
before the Engineer will give approval to the source aggregates proposed by Contractor. Alternatively,
and subject to the approval of the circumstances by the Engineer, the Contractor may submit a
Certificate from an independent laboratory.

Where 40mm nominal maximum size coarse aggregate is specified it shall consist of a mix of 40mm
single sized aggregate, 20mm single sized aggregate and 10mm single sized aggregate.

During the performance of the Contract, the Contractor shall supply samples of aggregates when
required by the Engineer for testing (the samples shall be taken in accordance with BS 812). Testing of
all specified requirements will be performed by the Contractor at intervals as directed by the Engineer
for each source at each grading approved by the Engineer, unless otherwise instructed by the Engineer.
Any rejected aggregate shall be promptly removed from Site.

The Contractor shall demonstrate that no part of the aggregates contain any mineral known to have a
potential to cause alkali silica, alkali silicate, alkali carbonate or any other damaging chemical reaction
between alkalis and aggregates. Testing of aggregates shall be accordance with ASTM C1260-94 and
ASTM C586 as appropriate.

Should the results of the tests prove unsatisfactory the Contractor shall make provision for the
employment of a low alkali content cement to the approval of the Engineer.

4.4 Water

The water used for making and curing concrete, grout and mortar shall be from a source approved by
the Engineer and at the time of use shall be free from polluting matter in any quantity which.
Section VII – Schedule of Requirements 189

a) Affects the initial setting time of the cement by more than 30 minutes or reduces the
compressive strength of test cylinders by more than 20% when tested in accordance
with BS 3148;

b) Prevents the achievement of the specified test cylinder strengths at 28 days for the
appropriate class of concrete;

c) Produces discoloration or efflorescence on the surface of the hardened concrete.

The water shall be free from hydrocarbons and from suspended organic matter. Inorganic matter in
solution shall not exceed 500mg/l by weight and in suspension shall not exceed 50mg/l by weight.

No salty water shall be used.

The water which the Contractor proposes shall be tested by the Contractor to the approval of the
Engineer before use in the Permanent Works.

Regular tests of the water shall be made by the Contractor during construction of the Works. The water
shall be sampled at the point of discharge into the mix and the frequency of sampling shall be as
approved by the Engineer. The Contractor shall supply two copies of each test result to the Engineer.

4.5 Admixtures

Admixtures in general shall comply with BS 1014, BS 3892 or BS 5075 as appropriate. Concrete shall
be made from cement, aggregates and water as specified. No other ingredient shall be mixed with the
concrete or mortar without the Engineer’s approval.

If the Contractor proposes to use retarding or workability agents then the manufacturer’s literature must
be supplied giving typical dosage, effects of incorrect dosage, the amount of air entertainment
associated with its use, and the chloride ion content by weight of the admixture. The Engineer’s
approval to the use of admixtures shall be subject to the following conditions.

a) No reduction of target mean strength compared with additive-free concrete of the same class.

b) No change in specified cement content or effective water cement ratio.

c) No corrosive effect on reinforcement steel.

d) Dosage and admixture must be strictly in accordance with the manufacturer’s instructions in
respect of the specific conditions pertaining. Dosage to be by an approved dispenser, to within
5% of the required amount.
Section VII – Schedule of Requirements 190

If air entertainment is approved the air content shall be 4% for concrete with a maximum aggregate size
of 40mm and 5% for concrete with maximum aggregate size of 20mm, with an allowable tolerance of
1.5%.

The method of determining the air content shall be in accordance with BS 1881: Part 106 and the
Contractor shall supply the necessary apparatus so that the Engineer may check the air content. If the
average air content is greater or less than that specified or the range is greater than 2%, before any
further concrete is used in the Works the Contractor shall take such steps as may be agreed with the
Engineer to adjust the air content of the concrete or improve its uniformity. Any rejected air entrained
concrete must be removed.

4.6 Chemicals in Concrete Materials

The total sulphate content, whether as gypsum or more soluble salts, of concrete ingredients when
measured as sulphur trioxide shall together not exceed 4.0% of the weight of cement in the concrete.

The chloride content of concrete ingredients when measured as Cl shall together not exceed 0.3% of
the weight of cement in concrete using SRPC.

The sulphate and chloride contents shall be established using the following tests:

Sulphate Chloride

Aggregate BS 1377 : Part 3 BS 812: Part 117

Cement BS 4550 : Part 1 BS 4550 : Part 2


Clause 12 Clause 17

Water BS 1377 : Part 3 BS 812 : Part 117

The contribution of any admixture must also be included. Testing will be weekly, or as directed by the
Engineer. When the acid soluble alkali content of the cement is greater than 0.6% (calculated as Na2
0+0.658K 2 0) the Contractor must demonstrate that no adverse alkali-silica reaction is likely. This may
be done by determining the alkali content of cement, in accordance with BS 4550: Part 2 and
establishing the alkali content of the concrete. Any concrete containing less than 3.0Kg/m3 may be
considered not at risk. In the event of higher alkali contents a sample of aggregate from each source
must be tested in accordance with ASTM C 227-87. Any aggregate source showing an expansion greater
than 0.05% at 3 months shall not be approved.

4.7 Damp proof course

The work shall consists of furnishing and lying Damp Proof Course with cement concrete (1:2:4)
including two coats of hot bitumen with polythene sheet between for all the works.
Section VII – Schedule of Requirements 191

Damp Proof Course of thickness show on the drawing or specified elsewhere with 1:2.4 cement concrete
mixed with 2Kgs of pudlo per bag of cement bitumen with polythene sheet of 500 gauge in between
shall be used. Pudlo shall be the genuine well known manufactured product used as a water proofing
material. The material shall be best quality available and shall be subject to the approval of the Engineer
before use.

Pudlo shall be well mixed with cement in dry state.

The work shall be carried out as per direction of the Engineer and relevant British Standard was
applicable.

4.8 Reinforcement

Reinforcement shall be hot rolled Type 2 Grade 460 deformed high yield steel bars, and shall comply
with BS 4449 – Yield stress minimum 460N/mm2.

Steel fabric reinforcement shall comply with BS 4483.

The Contractor shall supply the Engineer with certificates of the manufacturer issued in accordance
with Appendix C of BS 4449 or Clause 11 of BS 4483 for all the required tests including the rebend
test in respect of each consignment delivered to Site. The Engineer may require the contractor to submit
samples of steel from each delivery to an approved Authority for testing, the costs of all samples and
tests shall be deemed to be included in the contractor’s rates for reinforcement.

The reinforcement at the time of incorporation in the Permanent Works shall be clean and free from
damage, oil or grease, paint, loose mill scale and loose rust. Bars which have become bent shall not be
straightened or rebent for incorporation in the Works without the approval of the Engineer.

Steel reinforcement shall be stored clear of the ground and supported to prevent distortion. The
Contractor shall supply samples of reinforcement from the stocks on Site when required by the
Engineer.

4.9 Reinforcement Details

The Contractor shall be responsible for preparing bar bending schedules and any additional details
required to fully describe the fixing of the reinforcement, checked and approved by the Engineer.

4.10 Waterstops

Not Used

4.11 Joint Filler

Not Used
Section VII – Schedule of Requirements 192

4.12 Joint Sealers

Not Used

4.13 Bond Breaking Compound

Not Used

4.14 Classes of Concrete – General

The class of concrete is defined by the characteristic cylinder crushing strength and the nominal
maximum aggregate size, with additional suffix defining any additional requirements. The requirements
for each class of concrete are given in Table 4.1.

The specified slump values are a guide only and may be varied subject to the approval of the Engineer.

The concrete grade is defined as the 28 day cylinder crushing strength (MPa) below which no more
than 5% of results are expected to fall.

TABLE 4.1
Concrete Classes
Concrete Grade Maximum Cement* Workability**
Class (MPa) Aggregate Size Type
(mm)
28/40 28 40 OPC Medium
28/20 28 20 OPC High
28/10 28 10 OPC High
28/40S 28 40 SRPC Medium
28/20S 28 20 SRPC High
21/20 21 20 OPC -
21/20S 21 20 SRPC -
C15/40 15 40 OPC -
C25/20 25 20 OPC -

Notes: * SRPC shall be used where specified in Clauses 4.19 and 4.21
** High workability: slump 65 to 135mm
Medium workability: slump 50 to 100mm

4.15 Classes of Concrete – Particular


Section VII – Schedule of Requirements 193

The classes of concrete to be used are as noted on the Drawings. In addition, the following shall apply
unless specified otherwise:

28/20S - Reinforced concrete in foundation and plinth, reservoirs and chambers


(if required)
25/20 - Reinforced concrete in foundation and plinth, reservoirs and chambers
25/20 - Reinforced concrete in super structures above plinth
- Precast concrete
25/20 - Benching to manholes and chambers.
- Carriageways and footpaths
25/20S - Pipe bedding and pipe anchor
Support blocks & filling with mass concrete.
15/20 - Blinding / Lean Concrete
- Non-structural concrete around manholes & chambers.
- Haunching to kerbs.

All concrete or mortar used in sewerage manholes, chambers or tanks shall be made with SRPC.

4.16 Concrete Mix by Proportions


All concrete mix design designated by proportion of ingredients (e.g. 1:2:4 where 1 for cement, 2
for sand and 4 for aggregate) shall be prepared by mixing the required volume of the ingredients.

4.17 Water-Retaining Concrete

Where waterproof concrete is required, the Contractor shall take full responsibility for ensuring that
such construction is completely waterproof (crack-free). Any leaks appearing during the construction
and maintenance period of the Contract shall be completely repaired by the Contractor at his own
expense. The method proposed by the Contractor for dealing with shrinkage cracks, leaks, or other
defective work shall have no adverse effect on the finished structure. Treatments of internal and external
concrete surfaces of water retaining structures, etc. (coatings or toppings) provided in the price
schedules, does not relieve the Contractor of this obligations under the Contract. These treatments shall
be considered as an additional step for waterproofing and/or resistance to chemical attack.

4.18 Concrete Mix Design

The Contractor shall determine to the approval of the Engineer the actual proportions of ingredients for
each class of concrete to be used in the permanent works.

The concrete shall meet the requirements given in Table 4.2(a).

Before commencing any concerning on the Site the Contractor shall conduct tests to the satisfaction of
the Engineer to determine the concentration of sulphate in the soil and the ground water in order to
determine the concrete exposure class as detailed in Table 4.2(b), . The Contractor shall ensure that all
Section VII – Schedule of Requirements 194

concrete susceptible to sulphate attack from the soil and ground water shall be designed to satisfy the
additional requirements given in Table 4.2(b) for the particular Site exposure class.

TABLE 4.2(a)
Requirements of Classes of Concrete

Cement Content kg/m3


Maximum
Class
Minimum Maximum W/C ratio

28/40 245 550 0.65


28/20 275 550 0.65
28/10 315 550 0.65
28/40S 250 550 0.65
28/20S 285 550 0.65
21/20 270 550 0.55
21/20S 280 550 0.55
15/20 220 550 0.60

Notes: 1 Water cement ratio is the ratio of free water to cement in the mix based on aggregates
being in a saturated surface dry condition.

2 Characteristic compressive strength compliance requirements shall be to BS 5328


Clause 3.16.2 and Table 1.
Section VII – Schedule of Requirements 195

TABLE 4.2 (b)

Requirements of Classes of Concrete


Exposed to Sulphate Attack
Class Concentration of sulphare expressed as Type of Cement Dense fully compacted
SO concrete made with 20
In Soil In nominal size
Groundwater aggregate complying with BS
(g/litre) 882
or BS 1047
Total SO3 SO3 2:1 Cement* Free water
Water: Content not Cement*
soil Less than ratio not
Extract More than
(g/litre)
1 Less than Less than Less than All cements listed in No additional requirements
0.2 1.0 0.3 Clause 6.1, 2.1** BS
12 cements
combined with pfa*
BS 12 cements
Combined with
ggbfs+
2 0.2 to 0.4 1.0 to 1.5 0.3 to 0.7 All cements listed in 330 0.50
Clause 6.1, 2.1** BS
12 cements
combined with pfa*
BS 12 cements
Combined with
ggbfs+
BS 12 cements 310 0.55
Combined with min
25% or max 40%
pfa + +
BS 12 cements
Combined with min
70% or max 90%
ggbfs
BS 4027 cements 280 0.55
(SRPC)
BS 4248 cements
(SSC)
3 0.4 to 0.7 1.5 to 2.1 0.7 to 1.4 BS 12 cements 380 0.45
Combined with min
Section VII – Schedule of Requirements 196

25% or max 40% pfa


+
BS 12 cements
Combined with min
70% or max 90%
ggbfs
BS 4027 cements 330 0.50
(SRPC)
BS 4248
cements(SSC)
4 0.7 to 1.0 2.1 to 3.1 1.4 to 2.5 BS 4027 cements 370 0.45
(SRPC)
BS 4248 cements
(SSC)
5 Over 1 Over 3.1 Over 2.5 BS 4027 cements 370 0.45
(SRPC) and
BS 4248
cements(SSC) with
adequate
Protective coating.
Refer Clause 6.2.3.3
**

Note: * Inclusive of pfa and ggbfs content.


** All Clause numbers refer to BS 8110.
+ Refer to BS 8110, Clause 3.3.5
++ Values expressed as percentages by mass of total contents of cement. Pfs and

1. Mix proportions shall be adjusted in accordance with BS 8110, Clause 6.2.4.3


2. Reference should be made to the notes given with Table 6.1 in BS 8110 retaining to use of
sulphate-resisting Portland cement (SRPC) and the method analysis of soil water extracts.
3. SSC – Supersulphated cement.

Unless otherwise specified or agreed by the Engineer for concrete Grade 30 and above the proportions
of coarse and fine aggregates shall be selected to achieve one of the grading curves defined in
Table 4.3, within an allowable tolerance of generally 5%. A change from a maximum positive tolerance
to a maximum negative tolerance in consecutive sieve sizes should be avoided. Classes 20/40P and
20/40SP shall have a fine aggregate content of15% of the coarse aggregates.
Section VII – Schedule of Requirements 197

TABLE 4.3
Combined Aggregate Gradings
40mm maximum aggregate size grading curves
Sieve size 1 2 3 4
(mm)
50 100 100 100 100
37.5 95 97 99 100
20 50 59 67 75
10 36 44 52 60
5 24 32 40 47
2.36 18 25 31 38
1.18 12 18 24 30
0.60 7 12 17 15
0.30 3 7 11 15
0.15 0 0 2 5
20mm maximum aggregate size grading curves
Sieve size 1 2 3 4
(mm)
37.5 100 100 100 100
20 95 97 99 100
10 45 55 65 75
5 30 35 42 48
2.36 23 28 35 42
1.18 16 21 28 34
0.60 9 14 21 27
0.30 2 3 5 12
0.15 0 0 0 1.5

10mm maximum aggregate size grading curves


Sieve size 1 2 3 4
(mm)
10 95 97 99 100
5 30 45 60 75
2.36 20 33 46 60
1.,18 16 26 37 46
0.60 12 19 28 34
0.30 4 8 14 20
0.15 0 1 3 6

The Contractor shall submit details of the source of all material and the proposed quantities of each
ingredient per cubic metre of fully compacted concrete. The Contractor shall then make trial mixes for
each class of concrete using the same type of Constructional Plant and the same materials as are
proposed for the Permanent Works. The Contractor shall give 24 hours notice of such trials to enable
the Engineer to attend. For each trial mix, three separate batches of concrete shall be made by the
Section VII – Schedule of Requirements 198

Contractor and will be tested at 28 days all in accordance with BS 1881: Part 116. Such trial mixes shall
not be the first batch through the plant in any one sequence of concrete production.

The Contractor shall not commence concreting in the Permanent Works until details of trial mixes and
test results for each class of concrete have been submitted to, and approved by, the Engineer.

A trial mix design will be approved by the Engineer with respect to strength if the average compressive
strength of the nine cylinders so tested is more than the target mean strength appropriate to the class as
given in Table 4.2(a).

The Contractor shall not alter the approved mix proportions nor the approved source of supply of any
of the ingredients without having previously obtained the approval of the Engineer.

During production the Engineer may require trial mixes to be made before a substantial change is made
in the materials or in the proportions of the materials to be used.

4.19 Delivery and Storage of Materials

All materials for concrete delivered shall be approved and contain following identification marks both
in English and Urdu and stacked as per instruction of the Engineer.

 type of cement/steel
 number and date of standard conforming to
 net weight of cement contained in bags
 name, trade name of manufacturer
 country of origin
 date of manufacture

4.20 Control and Mixing of Ingredients

The Contractor shall measure the moisture content in the aggregates and so determine the amount of
water to be added to each batch of fresh concrete. Such determinations shall be to the approval of the
Engineer and the results and calculations shall be available for inspection by him. The frequency of
such determinations shall be as directed by the Engineer and shall depend on the quality of control of
storage and handling, weather conditions and variability of aggregate supplied.

The Contractor shall proportion the ingredients of each batch of concrete by weight. The measuring
equipment should give an accuracy of + 3 % for each ingredient. The Water shall be added to the
aggregates and cement in a mechanical batch mixer; it shall not exceed the maximum ratio with regard
to cement given in Table 4.2 (a) hereof, and shall otherwise be the minimum amount necessary
consistent with complete compaction. The device for measuring the water shall show accurately the
weight required with a given moisture content of the aggregate and shall be so designed that the water
supply will be automatically stopped when the correct quantity has been discharged into the mix. The
concrete ingredients shall then be thoroughly mixed.
Section VII – Schedule of Requirements 199

The minimum mixing time shall be:

i) For mixes of 1.5m3 capacity or less 1-1/2 minutes.

ii) For mixes of larger capacity than 1.5m3 the time shall be increased by 15 seconds for each
additional 0.75m3 capacity. For intermediate sizes the time shall be assessed by proportion.

In special circumstances, and at the sole discretion of the Engineer, the proportioning of materials by
volume may be approved. In such circumstances the cement content of the concrete shall be increased
by 10% over the amount in the approved mix. The boxes used for proportioning shall be deep and
narrow to the approval of the Engineer, and shall be separately constructed for each class of concrete to
be proportioned by volume.

4.21 Concrete Sampling and Testing

The temperature of concrete, concrete constituents, reinforcement form work and the atmosphere shall
be monitored continuously for every concrete pour. All sampling and testing of fresh and of hardened
concrete shall be carried out in accordance with the provision of BS 1881 unless such provision is at
variance with the Specification.

Table 4.4 gives the program for sampling and testing of concrete for each class of concrete from each
batching centre in each active day.

TABLE 4.4
Program for Works Sampling and Testing

Grade 30 & above Less than 30


Workability (slump test) 1 0
Workability 2 0
(compacting factor test)
Compressive strength 3 0

Where: 0 - no testing required

1 - every batch at point of deposit

2 - one sample from every 10 batches, one sample per 20m3 of concrete
or one sample from each day’s concrete, whichever involves the
greatest number of samples.

3 - One sample from every 50 batches, one sample per 50m3 of concrete
or one sample from every three days concrete, whichever involves the
greatest number of sample.
Section VII – Schedule of Requirements 200

The Contractor shall establish a plan for sampling and testing to the approval of the Engineer. Samples
shall be taken at the place of deposition from each class of concrete at random. The frequency of
sampling shall in general be in accordance with Table 4.4, but the actual rate of sampling may vary with
the approval of the Engineer and shall be increased when ordered by the Engineer in appropriate
circumstances. From each such sample six 150mm concrete cylinders shall be prepared; each cylinder
shall be marked indelibly for identification when it is in the mould. After retention at the site for 24
hours the cylinders shall be delivered to the testing laboratory for curing and testing.

4.22 Compliance with Specified Concrete Requirements

Of the six cylinders made from each sample of fresh concrete in accordance with the Specification,
three will be crushed at 7 days and the other three at 28 days. The average of the three 28 days strengths
will be taken as the test result. Compliance with the specified strength requirements shall always be
judged on the 28 days test results.

Concrete shall be considered to have failed to comply with the Specification:

(a) If a test result is less than the minimum specified in BS 5328 for that class of concrete, in which
case the concrete which it represents shall be broken out and disposed of away from the site by
the Contractor unless at his sole discretion the Engineer approves otherwise (Ref Table 4.2(a).

(b) If the average of four consecutive test results for that class of concrete shall have failed to
exceed the minimum mean of 4 as specified in BS 5328 in which case no further concrete of
that class shall be placed in the Permanent Works until the Contractor shall have discovered the
cause of such failure and rectified it to the satisfaction of the Engineer (Ref Table 4.2 (a).

If a mix fails to achieve the requirements for fresh concrete the batch shall be rejected and no further
concrete of that class shall be placed in the Permanent Works until the cause of failure has been rectified.

If test results for strength of concrete of any class are consistently and significantly in excess of the
target mean strength the Engineer may on the application of the Contractor agree to a reduction in the
cement content in the mix for that class, provided the cement content is not lowered below the minimum
specified for that class, nor the maximum water/cement ratio exceeded.

4.23 Further Testing

When the Engineer agrees to or requires testing of the hardened concrete in a structure or precast
element all such testing shall be carried out in accordance with BS 1881 or BS 8110. The results of such
tests shall be interpreted in accordance with BS 6089. Any test on hardened concrete required by the
Engineer shall be completed within 28 days of the Engineer’s order for the test.

In assessing the results of compressive tests on cores the concrete represented by the core shall be
deemed not to comply with the Specification if the strength of the core when adjusted for length:
diameter ratio and converted to estimated cylinder strength in accordance with BS 1881 is less than
Section VII – Schedule of Requirements 201

85% of the specified characteristic strength. Cores shall not be tested for strength at ages less than
28days and no adjustment shall be made to the measured strength in respect of the age of the core when
tested.

4.24 Transporting, Placing and Compacting Concrete

The concrete shall be handled so that at the point of deposition it is of the specified quality and approved
consistency, nothing having been added to it or lost from it since leaving the mixer. Any free water shall
have been removed from the section to be concreted before concrete is deposited.

The Contractor shall obtain the approval of the Engineer to the arrangements he proposes to use for
concreting before commencing concrete work.

The Contractor shall regard the compaction of the concrete as work of fundamental importance and
shall produce a watertight concrete of maximum density compatible with the approved mix.
Compaction shall be assisted by the use of mechanical vibrators of the immersion type, but shall not
involve the vibration of reinforcement or shutters except that vibration of shutters may be allowed in
precast concrete, with the approval of the Engineer. Vibrators shall be inserted at least to the full depth
of the newly deposited concrete, kept in position for about a quarter of a minute and then slowly
withdrawn to prevent the formation of voids. The procedure shall be continuous with points of insertion
150 to 225mm apart. The number and type of vibrators available for use during each period of
concreting shall be to the approval of the Engineer, which will not be given if sufficient stand by
vibrators in good working order are not readily available. If concreting is in the dark, ample lighting
shall be provided at the mixing stations and at every place where concrete is being deposited.

Lean concrete for blinding course may be compacted by tamping.

Concrete without a retarded which is not deposited in the work within 30 minutes after the start of
mixing shall not be used unless the Engineer approves otherwise.

Concrete may be pumped provided the mix design and the nature of pumping comply with the
recommendations given in the Guide to Concrete Pumping as published by the Building Research
Establishment (UK) and are not in conflict with any specified requirements.

The first batch of concrete to be made every time work is commenced shall contain 10% more cement
than the normal amount.

Concrete shall be placed continuously up to positions of joints prepared prior to commencement of


concreting. No concrete shall be dropped or chuted into the shuttering in such a manner as to cause
segregation of the ingredients. The deposited layers of concrete shall not exceed 600mm in thickness.
Shallow beams may be concreted to full height in one operation as directed by the Engineer. Care shall
be taken to ensure that reinforcement projecting from concrete recently placed is not shaken or
disturbed.
Section VII – Schedule of Requirements 202

Where steps, splays and kickers occur these shall be cast in one with the slab and additional case shall
be taken in the vibration and finishing techniques and procedures to ensure that thorough compaction
is achieved and the unset concrete is not subjected to tension and no cracks are formed. The techniques
and procedures to be adopted shall be discussed with the Engineer and his approval received before any
such concreting is commenced.

4.25 Truck Mixed Concrete

Truck mixers can be used if authorised by the Engineer. They shall be of the revolving type, watertight
and so constructed that the concrete can be mixed to ensure a uniform distribution. When truck mixers
are approved to supply concrete to a distant location, the Contractor shall ensure that the following
information is supplied on an approved delivery form:

 Type of concrete and ingredients used;


 Water/cement ratio;
 Type and quantity of approved additives to the concrete mix;
 Time of departure from batching plant;
 Slump;
 Signature of plant manager.

Water shall be added to the mix either at site or at the batching plant. In no circumstances shall water
be added in transit.

No concrete shall remain in a revolving truck mixer more than 1 ½ hours.

4.26 Concreting in Unfavourable Conditions

The Contractor shall not place concrete in the Permanent Works:

a) During heavy rains or dust storms.

b) When the air temperature is more than 40o C.

c) When the air temperature is less than 2oC.

d) If the temperature of the concrete on discharge from the mixer is less then 4o C or more than
32oC.

e) When the air temperature exceeds 25oC without taking precautions and demonstrating to the
approval of the Engineer that the maximum internal temperature of the concrete within 24 hours
after casting in place is unlikely to be more than 30oC in excess of the ambient temperature or
more than 60oC.
Section VII – Schedule of Requirements 203

f) Without the approval of the Engineer if the temperature of the shutters or reinforcement exceeds
30oC.

To keep within these limits the Contractor may, among other means, spray aggregates with water, and
use chilled mixing water, or add ice direct to the mixer provided that no ice is present in the mix when
discharged from the mixer.

When concreting in hot weather all material used shall be kept in the shade. Water tanks, mixers and
chutes should be shaded, but where this is not possible they shall be painted white and kept white.

4.27 Concreting Records

A written record of the concrete works shall be made each day by the Contractor and kept available for
inspection by the Engineer. The diary shall contain notes and records of:

a) The names of the Contractor’s engineers who are responsible for the different phases of the
concrete work, and also the names of their assistants.

b) The temperatures of air, water, cement, aggregates and concrete, together with the air
humidity and type of weather.

c) Deliveries to the site of concrete materials (quantity, brand of cement, etc).

d) Inspections carried out, tests performed, etc and their results.

e) Times of commencement and completion of different parts of the concrete works, and times of
creation and striking of forms.

f) Quantity of cement, fine and coarse aggregate and admixture used for each section of work,
and the number and kind of test samples taken on these ingredients and water.

4.28 Shuttering

The terms shuttering and form work shall be interpreted as meaning one and the same thing, namely
Temporary Works set up to obtain the required profiles and surface textures of the concrete. Shuttering
shall be such that it remains rigid during the placing and setting of the concrete and prevents the loss of
any concrete ingredients.

The shuttering shall be fixed in correct alignment and to the true shape and dimensions of the Permanent
Works and shall be designed so that it can easily be removed for curing of concrete to commence as
soon as practicable. Where necessary, shuttering should be so arranged that the soffit form, properly
supported on props only, can be retained in position for such periods as may be required to allow the
concrete to mature as specified in this Specification. A method of support which would involve holes
or tie wires extending the whole width from face of work to be concreted will not be permitted, unless
Section VII – Schedule of Requirements 204

authorised by the Engineer in writing. No plugs, bolts, wire ties, holdfasts or any other appliance
whatsoever for the purpose of supporting the shuttering or reinforcement shall be fixed permanently
into the structure so that they have less cover than that specified for the reinforcement or in any way
impair the strength or appearance of the work, nor shall they be placed in such a manner that damage
to the work would result in the removal of the same at the time of striking the shuttering.

Before the concrete is placed the retaining surfaces shall be cleaned of sawdust and shavings, dirt, other
debris and standing water.

The inside of shuttering shall be coated with a release agent of non-staining mineral oil, mould cream
emulsion or with other approved material. Adjacent concrete or reinforcement shall not be
contaminated. The release agent must be compatible with any applied finish.

Temporary openings for cleaning and inspection before concreting shall be provided at the base of
column and wall shuttering and where necessary. Shuttering for walls or other thin sections may have
openings where approved by the Engineer for the placing and compacting of the concrete.

No concreting shall be started before the shuttering has been inspected by the Engineer. Unless
otherwise approved, top shuttering shall be provided to concrete faces where the slope exceeds one
vertical to three horizontal. Exposed arises shall be formed with a chamfer measuring 20mm x 20mm.

The rates for concreting shall include shuttering and for all types of cutting and waste, forming chamfers
or as otherwise indicated on the Drawings.

4.29 Surface Finishes

The faces of all concrete shall be left sound, solid, free from voids and to the class of finish specified.

No treatment to the finished concrete other than that specified in the class of finish shall be carried out
unless approval to do so has been given by the Engineer.

Bolt bobbin holes shall be filled with cement and suitable fine aggregate mortar to match the colour of
the concrete. The mortar shall be well worked in and thoroughly cured.

Classes for formed surfaces:

Class F1 – This finish requires no special treatment and is for surfaces which will remain hidden in the
Permanent Works.

Class F2S – This finish is for all exposed surfaces that shall not be rendered. The finish shall be obtained
from forms designed to produce a hard smooth surface with true, clean arises. Only very minor surface
blemishes shall be permitted and these shall be no staining or discoloration. The formwork shall be
faced with plywood or equivalent material in large sheets rigidly supported so as to prevent distortion
under load. The sheets shall be arranged to coincide with architectural features, or changes in direction
Section VII – Schedule of Requirements 205

of the surface. All joints between panels shall be straight and either vertical or horizontal unless
otherwise directed and the joints between panels to slab soffits shall be parallel to the supports. Suitable
joints shall be provided between sheets to minimise joint marks and to maintain accurate alignment in
the plane of the sheets.

Class F2R – This finish is for all exposed surfaces that are to be rendered or plastered. The formwork
shall be face with plywood or equivalent material in large sheets rigidly supported so as to prevent
distortion under load. All joints between panels shall be straightened either vertical or horizontal unless
otherwise directed. Suitable joints shall be provided between sheets to minimise joint marks and to
maintain accurate alignment in the plane of the sheets. The surface of the formwork shall be unplanned
so as to produce a rough concrete finish to provide a good key for the render or plaster.

Class F3 - This finish is identical to Class F2 finish except that the permitted deviations for
irregularities are more stringent as given in Table 4.5.

Profiled Surface Finish – This finish is used where indicated on the Drawings. The quality of the surface
finish and the permitted deviations shall be as for a Class F2S finish.

Where a surface is partly below and partly above the final ground level the finish for exposed surfaces
shall extend for 500mm below the final ground level.

Classes for unformed surfaces:

Type U1 - This finish is for surfaces where a superior finish is not required. It is also the first stage for
finishes U2 and U3. The finishing operations shall consist of grading, tamping and screeding the
concrete to produce a uniform, plain or ridged surface.

Type U2 - This is a smooth matt finish such as may be achieved by a wood trowel, as required, inter
alia, to receive mastic pavings, block or tile pavings bedded in mastic or screeds. Smoothing shall be
done only after the concrete has hardened sufficiently, and may be by hand or machine. Care shall be
taken that the concrete is worked no more than is necessary to produce a uniform surface free from
marks.

Type U3 - This a smooth steel-trowelled finish for surfaces of concrete pavings, tops of walls, coping’s
and other members exposed to weathering or water, surfaces to receive thin flexible sheet, tile pavings
bedded in adhesive, and seatings for bearing plates and the like where the metal is in direct contact with
the concrete. Trowelling shall not commence until the moisture film has disappeared and the concrete
hardened sufficiently to prevent excess laitance from being worked to the surface. The surfaces shall be
trowelled by hand or machine under firm pressure and left free from trowel marks.

Type U4 - This is a power trowelled finish for surfaces to receive epoxy resin floor finish. Trowelling
shall not commence until the moisture film has disappeared and the concrete hardened sufficiently to
take the weight of the machine and operator.
Section VII – Schedule of Requirements 206

4.30 Finishes for Formed Surfaces – Particular

Class F1 is for surfaces which will remain hidden in the Permanent Works.

Unless otherwise stated on the Drawings all exposed surfaces shall be Class F2R, subject to the
following exceptions:

The internal faces of all liquid retaining structures shall be Class F2S.
The exposed faces of all concrete walls shall be Class F2S.

4.31 Permitted Deviations in Finished Work

The irregularities in formed and unformed surfaces for the various classes of finish shall be within the
target limits shown in Table 4.5. If irregularities exceed the target the Contractor shall take the necessary
steps to bring subsequent work within the target. If, however, the irregularities exceed the maximum
allowable shown in the table it shall be sufficient cause for the structure, member or section of a member
of the structure to be removed and properly reconstructed.

In Table 4.5 the type of irregularity is defined as follows:

i) Departure from alignment, and grade and dimension shown on the Drawings.

ii) The cross-sectional dimensions of structural members less than 600mm, such as walls,
columns, beams, etc where, for structural reasons, it is desirable to keep the tolerances within
closer limits than those for alignment and grade.

iii) Gradual irregularities measured from a 3m long template placed against the concrete.

iv) Abrupt irregularities such as those resulting from defective or displaced facing or movement of
supports.

TABLE 4.5
Permitted Deviations for
Irregularities of Concrete Surfaces

Tolerances in mm
Formed finish
Section VII – Schedule of Requirements 207

Type Irregularity Target Maximum allowed


F1 F2 F3 F1 F2 F3
1 + 20 +5 +1 + 40 + 10 +2
2 + 07 +5 +1 + 15 + 10 +2
3 7 5 +1 15 10 +2
4 7 3 +1 10 5 +2

Tolerances in mm
Unformed finish

U1 U2 U3 U1 U2 U3
1 + 20 + 10 +3 + 35 + 20 +6
2 + 07 +5 +3 + 15 + 10 +6
3 10 5 3 20 10 6

4.32 Remedial Work

A concrete surface with in the opinion of the Engineer fails to achieve the required standard shall render
that section of concrete, the member of which it is a part, or in extreme cases the whole structure, liable
to be rejected by the Engineer.

No remedial work shall be started before the defective section has been inspected by the Engineer. If
the Engineer permits remedial work as an alternative to reconstruction, the Contractor shall submit his
proposals in respect of the repair to the Engineer for his approval.

Bolt bobbin holes shall be filled with cement and suitable fine aggregate mortar to match the colour of
the concrete. The mortar shall be well worked in and thoroughly cured.

4.33 Fixing Reinforcement

Steel reinforcement shall be cut from straight bars free from kinks and bends or other damage, and cold
bent by experienced competent workmen. Bars shall be bent in a bending machine approved by the
Engineer. Cutting, bending and marking shall be to the tolerances and format given in BS 4466 unless
otherwise specified or ordered by the Engineer.

The distance between any two parallel bars shall not be less than 5mm more than the nominal maximum
size of aggregate in the concrete, except at approved laps. The length of lap shall be as shown on the
Drawings or ordered by the Engineer.
Section VII – Schedule of Requirements 208

The Contractor shall place and fix steel reinforcement accurately in the positions shown on the
Drawings and shall ensure that it remains rigidly in that position during the placing of concrete. Tack
welding shall not normally be permitted, however in particular cases it may be allowed with the prior
approval of the Engineer. Supports, spacers, including PVC spacers, and ties shall be subject to the
approval of the Engineer. Concrete spacers shall be made of the same quality concrete as that for the
work in which they will be embedded with any tying wires galvanized and located to give a minimum
cover of at least half that specified for the reinforcement. Metallic spacers, fixing clips and tying wire
shall be compatible with the material of the reinforcement, and the specified cover shall be maintained.

Spacers should be of such materials and designs as will be durable, not lead to corrosion of the
reinforcement and not cause spelling of the concrete.

Reinforcement projecting from previously cast concrete shall not be bent so as to require rebending
without the prior approval of the Engineer.

The main wires of adjacent sheets of steel fabric reinforcement shall be lapped at least 300mm and the
transverse wires at least 150mm.

The Contractor shall not place concrete around reinforcement until the reinforcement has been inspected
by the Engineer.

4.34 Cover to Reinforcement

Except where otherwise shown on the Drawings the nominal concrete cover to the nearest reinforcement
(exclusive of concrete blinding and rendering) shall be 40mm.

The actual concrete cover shall not differ from the nominal cover by more than + 5mm for bars up to
and including 12mm size and +10mm for bars greater than 12mm size.

4.35 Construction Joints

Where construction joints are shown on the Drawings the Contractor will not be permitted to alter these
joints or their positions or to increase their number without the prior approval of the Engineer.

Where not shown on the Drawings, the details and positions of construction joints shall be submitted to
the Engineer for approval before any concreting takes place. They shall be located so that, when
considered with the sequence of concreting, the effects of shrinkage and temperature are minimized.

Construction Joints shall be formed in straight lines with rigid shuttering perpendicular to the principal
line of stress and as far as practicable at points of least shear. They shall be the plain type unless
otherwise specified or approved.

As soon as the exposed concrete has sufficiently hardened surface of the joint shall be brushed with a
stiff brush to expose the larger aggregate without it being disturbed. Roughening of the surface by
Section VII – Schedule of Requirements 209

chipping or hacking will not generally be approved. Before placing fresh concrete against a construction
joint all loose material shall be removed and the surface sluiced with water until it is perfectly clean,
thereafter all ponded water should be removed.

A period of at least 3 days and not more than 14 days, except under special circumstances and with the
approval of the Engineer, shall elapse between the casting of successive lifts of concrete.

In the case of water retaining structures no more than 7 days will be permitted to elapse between casting
of the base or footing to a wall panel and the casting of the stem of the wall on the base or footing.
The cost of construction joints shall be deemed to be included in the rates for concrete.

4.36 Movement Joints

Movement joints (Expansion & Partial Contraction joint) shall be constructed in the positions as shown
on the Drawings or as directed or approved by the Engineer.

Movement joints are measured separately and items are included in the Price Schedules for the various
joints in each of the structures.

Where indicated on the Drawings, dowel bars shall be positioned across the joint. They shall be placed
with the midpoint of the longitudinal axes intersecting the plane of joint at right angles, half the length
of the bars being suitably coated to prevent bonding. Fitted over the coated length shall be a pipe sleeve,
closed and packed with compressible filler for a depth of 25mm at the end of the bar remote from the
joint.
Where shown on the Drawings or as directed by the Engineer, joints shall be sealed on one or both faces
as required. On the face or faces requiring sealing, a groove of the shape and dimensions shown on the
standard joint details shall be formed. Not earlier than fourteen days after the placing of the concrete,
or when otherwise directed by the Engineer, the groove shall be cleaned, dried if necessary, primed and
filled with a suitable approved mastic sealing compound to the underside of the chamfers. The sealer
shall be prepared and applied strictly in accordance with the manufacturer’s instructions.

The joints shall be made by forming the concrete on one side of the joint and allowing it to set before
concrete is placed on the other side of the joint. The surface of the concrete first placed at contraction
joints shall be coated with band breaking compound before the concrete on the other side of the joint is
placed.

4.37 Protection and Curing of Concrete

The Contractor shall take measures to the approval of the Engineer for the protection of concrete from
the harmful effects of wind, sun, high and low temperatures, rapid temperature changes, premature
loading, deflection, impact and aggressive ground water. Such measures shall continue from the time
that the concrete is placed for a minimum of 14 days.
Section VII – Schedule of Requirements 210

All exposed concrete surfaces shall be kept moist, for not less than 14 days after casting by methods to
be approved by the Engineer in writing before use.

Concrete surfaces shall be protected and cured in the following manner.

a) The concrete shall be kept moist for a continuous period of at least 14 days after placing by
covering it with moist sand, wet sacks, canvass, fibre mats or other satisfactory material capable
of retaining the moisture, or by providing a sprinkler system.

b) Utilizing of an approved non-bituminous pigmented liquid curing compound of an adequate


type. The compound shall be applied strictly in accordance with the recommendations of the
manufacturer. This compound shall not be applied on concrete surfaces of movement or
construction joints.

4.38 Removal of Shuttering

Shuttering shall be removed in accordance with Table 4.6. In certain circumstances reductions may be
made to these times in accordance with the principles of BS 8110: Part 1: Clause 6.9.3, with the prior
written approval of the Engineer. Unless the soffit shuttering to beams and slabs has been designed so
that it can be struck without disturbing the props, it shall be retained in position for the minimum period
given in Table 4.6 for the retention of the props. Great care shall be exercised during the removal to
avoid shocks to, or reversal of stress in, the concrete.

TABLE 4.6
Minimum Period Before Striking formwork

Temperature of Concrete 16o C 7oC


Type of formwork
Vertical formwork to columns,
Walls and large beams 18 hours 24 hours
Soffit formwork to slabs
(props left under) 4 days 7 days
Props to slabs 11 days 14 days
Soffit formwork to beams
(props left under) 8 days 14 days
Props to beams 15 days 21 days

Notwithstanding the foregoing the Contractor shall be held responsible for any damage arising from
removal of formwork before the structure is capable of carrying its own weight and any incidental
loading.

4.39 Cement Mortar


Section VII – Schedule of Requirements 211

Mortar shall comply with BS 5628.

Sand shall be to BS 1200, Table 1, for general purpose mortars. Cement shall be as specified in this
Specification.

Plasticizers shall comply with BS 4887 and be used only as recommended by the manufacturer.

The dry ingredients of cement mortar shall be thoroughly mixed with just sufficient water to make it
workable to the correct degree. With the approval of the Engineer anon-shrink admixture may be used
subject to the provisions of this Specification.

Cement mortar which has begun to set shall not be used or reworked for use in the works.

Mortar shall be mixed in a batcher mixer of a type approved by the Engineer or mixed by hand as
instructed by the Engineer.

The proportions of mortar shall be:

a) Type M1

Mortar for block work and building in ancillary components such as sills, coping’s, lintels.

Cement: Sand 1:3

The proportion of sand may be increased to give a maximum cement: sand ratio of 1:5 provided that
the workability of the mortar is maintained by the addition of an approved Plasticizer.

b) Type M2

Mortar for:

 bedding steel flooring system support angles;


 packing cavities between pipe work or embedded plant and the surface of structural concrete
or block work;
 Packing under horizontal surfaces such as stanchions and machine baseplates;
 grouting of steel channels or support frames for switchboard and electrical equipment.

Cement: Sand 1:1

Leveling of the equipment before mortar packing, and checking of alignment before and after the
grouting will be carried out by others.
Section VII – Schedule of Requirements 212

Immediately before mortar packing, the space between the concrete and base plate shall be cleaned and
thoroughly wetted. All excess water shall then be blown away by means of a compressed air jet.

4.40 Cement Grout

Cement grout shall be mixed in the relevant proportions indicated in the following table using the
minimum quantity of water to ensure the necessary fluidity and to render it capable of penetrating the
work.

Class Nominate mix by mass


Cement Sand
G1 1 -

The Contractor shall carry out the following grouting work as and when instructed by the Engineer,
using the specified grout type:

i, filling of pockets containing holding-down bolt anchorages or ragbolts: G1


ii, Grouting of bolt tubes:G1

Leveling of the equipment before grouting, and checking of arrangement before and after the grouting
will be carried out by others.

Grout shall be mixed in a batcher mixer of a type approved by the Engineer or mixed by hand as
instructed by the Engineer.

Immediately before grouting, the grout pockets shall be cleaned and thoroughly wetted. All excess water
shall then be blown away by means of a compressed air jet.

The grout shall be transported from the mixer to the placing point quickly and in such a way that the
materials do not segregate. Grout shall be placed within 30 minutes of being mixed.

Grout shall be worked into position with roads or other suitable instruments until the whole of the space
is completely filled with the grout. Mechanical vibrators shall not be used.

The main grouting and the grouting of bolt sleeves and pockets should normally be carried out at the
same time. If separate operations are advisable bolt sleeves and pockets shall be grouted up to
approximately 50mm below the level of the concrete foundation before the main grouting.

4.41 Precast Concrete

Unless otherwise specified or described all precast concrete work shall be of Class C 25.

Moulds for precast units shall be so constructed as to provide a Class F3 finish to the units unless
otherwise specified.
Section VII – Schedule of Requirements 213

Each mould for concrete work which is specified or approved by the Engineer to be precast shall have
a different embossed or recessed identification mark in a position to the approval of the Engineer. Each
precast unit shall be indelibly marked with the date of casting and after the mould is removed shall not
be disturbed for 28 days.

Each precast unit shall, where required, be provided with lifting eyes and holes located to avoid excess
stress during handling to the satisfaction of the Engineer. Units requiring removal at a later date for
inspection/maintenance shall be provided with permanent lifting points where indicated on the
Drawings. These shall be proprietary fixings allowing easy removal of the units and shall have suitable
protection against corrosion. They shall not protrude above the finished surface of the concrete.

Temporary lifting points shall be removed or covered up and any holes or recesses shall be filled after
installation of the precast units.

Precast units must be of a sufficient age and handled with sufficient case to avoid permanent damage.
The Contractor shall take steps to ensure the even seating of all pre-cast members on their bearings to
the satisfaction of the Engineer.

4.42 Measurement and Payment

4.42.1 Concrete

4.42.1.1 Measurement

Measurement, for payment, of concrete required to be placed directly upon or against surfaces of
excavation will be made to the lines for which payment for excavation is made.
Measurement, for payment, of all other concrete will be neat lines of the structures as shown on the
Drawings unless otherwise prescribed in this Specification.

In measuring concrete for payment, deductions will be made for the volume of all ducts, embedded
pipes, surface conduits and drains, recesses for rails and gate guides in first stage concrete, embedded
metalwork and other blockouts having a cross-sectional area larger than 0.10 m2 as measured at right
angles to their longitudinal axis. Deductions will also be made for all openings, recesses and blockouts
with cross-sectional areas less than 0.10 m2 but which have an individual volume larger than 0.5 m3.

Measurement, for payment, for concrete required for treatment of defects outside the excavation pay
lines other than in excavation for underground works will be made for the actual volume of concrete
directed to be placed in these locations.

Measurement, for payment, of backfill / dental concrete will be made of the actual volume of concrete
placed as directed by the Engineer.

Measurement of precast concrete shall be made as per dimension shown on drawings.


Section VII – Schedule of Requirements 214

No measurement of concrete shall be made for installation of AWS and stream flow gauging station.
The costs of related concrete work are included in lump sum items provided in the price schedules.

4.42.1.2 Payment

Payment for concrete in the various parts of the Works will be made at the applicable rates per cubic
meter tendered in the priced schedules. These rates shall include the cost of all labour, constructional
plant, formwork and materials including cement required in the construction, except that payment for
providing and placing or installing reinforcing bars.

Payment will not be made for concrete required to be placed outside specified or approved excavation
pay lines due to over-breakage, excess excavation or wasted concrete, or for any other reason.

Direct payment will not be made for cement used in concrete, mortar, shotcrete, dry-pack or grout for
filling the cavities.

The cost of producing or providing aggregates required under this Specification shall be included in the
rates tendered in the priced schedules for the various grades of concrete construction in which the
aggregate is used.

The Contractor will not be entitled to any additional payment for materials wasted from deposits,
including crusher fines, excess material of any of the sizes into which the aggregates are required to be
separated by the Contractor and materials which have been discarded by reason of being above the
maximum sizes specified for use.

The cost of contraction joints shall be included in the rate tendered in the priced schedules for the
concrete in which the joints are required.

The cost of all labour and materials for forms and for any necessary treatment or coating of forms shall
be included in the rates tendered in the priced schedules for concrete for which the forms are used.

All materials, labour and construction plant required for the repair of concrete shall be provided at the
expense of the Contractor.

No payment will be made for the backfill / dental concrete to fill the over excavation due to negligence
and fault of Contractor.

The cost of placing concrete in blockouts, and dry pack and grout under base plates of equipment and
machinery supplied and installed by the Contractor shall be deemed to be included in the rates tendered
in the priced schedules for items of work for which the concrete and grout is required.

4.42.1.3 Unit of Measure


Section VII – Schedule of Requirements 215

Unit of measure: Cubic Meter

4.42.2 Reinforcing Bars and Fabric

4.42.2.1 Measurement

Measurement, for payment, of providing and placing reinforcing bars and fabric will be made only of
the calculated mass of the bars placed in the concrete in accordance with the Drawings or as directed.
The calculated mass for reinforcing bars and fabric shall be determined as follows:

(a) Reinforcing bars – The calculated mass shall be based on the mass per meter calculated from
nominal diameter of the reinforcing bar and the mass density of steel of 7,850 kg per cubic
meter.

(b) Reinforcing Fabric – The calculated mass shall be based on the mass per unit area of the fabric
based on the theoretical area of the bars and spacing and the mass density of steel of 7,880 kg
per cubic meter.

(c) All joints or splices shown on the Drawings or directed will be measured for payment as laps.
Mechanical coupling approved by the Engineer, will be measured for payment in terms of
length of equivalent lap joint. Additional joints or splices will not be measured for payment.

4.42.2.2Payment

Payment for providing and placing reinforcing bars fabric will be made at the rate per tonne tendered
therefor in the priced schedules.

These rates shall include the cost of preparing reinforcement detail drawings, scheduling reinforcement
and of furnishing and attaching wire ties and metal, concrete of other supports, of cutting, bending,
cleaning, securing and maintaining in position all reinforcing bars. Payment will not be made for joints
or splices, nor for reinforcement used in miscellaneous precast concrete units.

4.42.2.3Unit of Measure

Unit of measure: Tonne


Section VII – Schedule of Requirements 216

5- BRICK MASONRY - PLASTERING - COPING

PART 1 - GENERAL

5. BRICKWORK

5.1.1 SCOPE
All brick masonry required to be constructed under these specifications for masonry buildings,
structures, piers, abutments, and perforated as directed by the Engineer-in Charge, shall consist of the
materials herein specified and cement sand mortar shall be proportioned, mixed, and bricks placed in
accordance with the requirements stated herein. The requirements set forth herein shall apply to all
brickwork, except when such requirements are specifically modified by the Engineer-in-Charge for any
particular item of work.

5.1.2 APPROVAL OF SUPPLY SOURCE


All products supplied under this section must be obtained from an approved source with respect to
strength and quality. The contractor will not be permitted to change the source of supply without the
permission of the Engineer-in-Charge.

PART 2 - PRODUCTS

5.2.1 CLAY MASONRY UNITS (BRICKS)


The clay bricks shall be manufactured from good firm loam with a clay content ranging from 10 to 20
percent as per BS 6669, which will give plasticity index of 7. The earth shall be free from objectionable
quantities of lime, gravel, coarse sand and roots or other organic matter. Salts and calcium silicates in
the earth shall not exceed 0.5% and 2.0% respectively as given in BS 187. The common burnt clay
bricks shall be hand moulded or machine moulded. They shall be free from nodules of free lime, visible
cracks, flaws warp age and organic matter, have a frog 100 mm in length 40 mm in width and 10 mm
to 20 mm deep on one of its flat sides as per BS 4729. Bricks made by extrusion process and brick tiles
may not be provided with frogs. Each brick shall be marked (in the frog where provided) with the
manufacturer’s identification mark or initials.

5.2.2 DIMENSIONS

Nominal size of bricks/tiles shall be as follows as per BS 4729: Bricks 9 inches x 4-1/2 inches x 3 inches
(225x113x75mm) Tiles 12 x 6 x 2 inches (300x150x50mm) 12 x 6 x 1-1/4 inches 9 x 4-1/2 x 2 inches
The bricks shall have smooth rectangular faces with sharp corners and shall be uniform in colour and
emit clear ringing sound when struck. Bricks required for construction works usually measure
225x113x75 mm as nominal size. However, Bricks/Tiles used for special works shall measure
according to the special needs. 11.4 CLASSIFICATIONS Bricks as they come from the kiln are stored
and stacked in stacks of one or two thousands separately, accordingly as they are First Class, Second
Section VII – Schedule of Requirements 217

Class, Third Class (under burnt or pilla) Fourth Class (over-burnt or Jhama) and Fifth Class (Sundried)
Bricks.

5.2.3 FIRST CLASS BRICKS

The size of bricks shall be as specified. They shall be well burnt without being vitrified. They shall be
of uniform colour, regular in shape and size, with sharp and square corners and parallel faces. They
must be homogeneous in texture and emit a clear ringing sound when struck. They shall be free from
flaws and cracks. They shall not absorb more than 1/6th of their weight of water after being soaked for
one hour at a temperature of 24 to 26oC, and shall show no signs of efflorescence on subsequent drying.
The average compressive strength of five representative bricks shall not be less than 1800-
2000 pounds per square inch. When tested in accordance with ASTM Designation: C-67. If
10 bricks per thousand are defective or if the average weight of nominal 9 inches’ x 4-1/2 inches’ x 3
inches (with tolerance of 0.11 inches only) brick is less than 5.5 lbs (2.5 Kg) or brick are out of
dimension, the whole lot shall be rejected and the contractor shall remove the rejected lots from the site
free of cost. In addition to above, for bricks required in connection with lining of Canals, salt content
in the earth shall not be more than 0.3%. perforated bricks shall be manufactured as per specified design
and perforations.

5.2.4 SECOND CLASS BRICKS

Second class bricks shall be as well burnt as first class, or slightly over-burnt but not vitrified in any
part and must give a clear ringing sound when struck. In this class of bricks slight irregularities in size,
shape, or colour will be accepted but not such as to give irregular or uneven courses when used. Second
class bricks may have slight chips or flaws. They shall not absorb more than 1/4th their weight of water
after one hour's immersion in water of 24 to 26oC. Their compressive strength shall not be less than
1500 pounds per square inch. The average weight of bricks shall not be less than 5.5 lbs. (2.5 kgs).

5.2.5 THIRD CLASS BRICKS OR UNDER-BURNT OR PILLA BRICKS

These bricks are not as fully burnt as first or second class bricks. Any defects in uniformity or shape
must not be such as to cause difficulty in obtaining uniform courses with their use. Their compressive
strength shall not be less than 1000 lbs. per square inch. The use of third class bricks is prohibited except
as substitutes for sundried bricks. These bricks shall not be allowed for face work. Joints in third class
bricks shall be ½ inch, but shall in no case exceed 5/8 inch. The height of four courses laid according
to the above specifications with 4 horizontal joints shall not exceed 2 inches the eight of 4 bricks piled
dry, one upon another.

5.2.6 FOURTH CLASS JHAMA BRICKS

Jhama bricks are bricks so over-burnt as to get vitrified or distorted and are useless for exact work.
Their compressive strength shall not be less than 725 lbs. per square inch. They may be broken up for
ballast provided the vitrified mass has not become porous or spongy in the process of being over-burnt.
Section VII – Schedule of Requirements 218

5.2.7 FIFTH CLASS OR SUNDRIED BRICKS

Sundried bricks shall be un-burnt bricks. Any defects in uniformity or shape must not be such as to
cause difficulty in obtaining uniform courses with their use. Their compressive strength shall not be
less than 500 lbs. per square inch.

5.2.8 STACKING:

The bricks shall be sorted and arranged in stacks of one or two thousands as specified. Each stack shall
be 10 courses high and two bricks thick so that at least one ends of every brick are visible. At least two
feet space between the stacks shall be left for the purpose of inspection. Each class of bricks shall be
stacked separately. Samples of bricks shall be subjected to the following tests: (a) Dimensional
tolerance. (b) Water absorption. (c) Efflorescence. (d) Compressive strength.

5.2.9 SAMPLING

For carrying out compressive strength, water absorption, efflorescence and dimensional tests, the
samples of bricks shall be taken by one of the methods given below:-

Sampling Bricks or Tiles from a Motion:

Whenever practicable samples shall be taken whilst the bricks or tiles are being moved; for example,
during loading or unloading, in this case the bricks or tiles shall be taken at random from each of a
number of convenient portions of the consignment or batch. The portion chosen should be small enough
in relation to the whole to provide the minimum number of samples specified below.

Sampling Bricks or Tiles from a Stack:

Samples shall be taken each at random from a stack of bricks or tiles. The number of bricks required
for the tests shall be taken from across the top of the stack, the sides accessible and from the interior of
the stack by opening the trenches from the top.
Whichever method is employed, a sample of 50 bricks/tiles shall be taken at random from every
consignment of 50,000 bricks/tiles or part thereof. The samples thus taken shall be stored in a dry place
not in contact with the ground until the tests are made. The bricks for tests shall be taken at random
from the sample.

5.2.10 TESTING OF SAMPLES

The Visual & Dimensional Characteristics of bricks/tiles as specified herein under shall be checked on
a sample of 20 first class bricks.

5.2.11 COMPRESSIVE STRENGTH

The average compressive strength of five representative bricks, when tested according to ASTM
Designation C-67 shall have a minimum average compressive strength for various classes as specified.
Section VII – Schedule of Requirements 219

The compressive strength of any individual brick tested shall not fall below the min. average
compressive strength specified for the corresponding class of brick by more than 20%.

Designation Average compressive strength (lbs/Sq.inch) First Class 2000 Second Class 1500 Third
Class 1000 Fourth Class 725

5.2.12 WATER ABSORPTION

This test is significant as it gives as index of the durability of brick. The average water absorption of
first class & second class bricks for a sample of five bricks when tested shall be not more than as
specified.

5.2.13 EFFLORESCENCE

The bricks checked for water absorption shall show no signs of efflorescence in drying.

5.2.14 CRITERIA OF ACCEPTANCE

If more than 10% bricks in the stacks do not conform to any of the specification requirements, than the
whole consignment shall be rejected.

5.2.15 CLASSIFICATION

The brick work shall be classified according to the class designation of bricks used. The specifications
stated hereof are for First class brick masonry in cement sand mortar except specified otherwise.

5.2.16 MORTAR

The cement sand mortar for the brick work shall be as specified.

Cement Mortar Composition


Cement mortar shall consist of one part Portland cement to specified number of parts of dry loose sand
(Fine aggregate) by volume and sufficient water to produce proper consistency for intended use.
Waterproofing agent not exceeding 25% by volume of dry cement shall be added when specially
required or directed by the Engineer-in-Charge.

1. Materials
a) Portland Cement Portland Land cement shall conform to ASTM C 150-94 Type I or B.S.S.12. b)
Sand Sand shall be such that it passes through a No.16 sieve and not more than 30 percent, passes
through a sieve of 100x100 meshes in the square inch. The sand used or supplied shall be clean sand,
Section VII – Schedule of Requirements 220

gritty to the touch and free from any admixture of clay, loam, salts, organic matter or other impurities
The sand shall be of such cleanness that when a handful of it is shaken in a glass with clean water and
allowed to stand for one hour the precipitation of mud (or flour in the case of screenings) on the sand
shall not exceed 10%. If more than this precipitate is found, the sand shall be washed. The source of the
sand is subject to the approval of the Engineer-in-Charge from the designated sources. c) Water Water
shall conform to specifications for water for mud mortar.

2. Mix
Unless otherwise specified or directed by the Engineer-in-Charge, the ingredients for cement mortar
shall be proportioned by volume.

3. Preparation
a) Methods and equipment used for mixing mortar ingredients – including their mixing in dry state –
shall be such as will accurately determine and control the amount of each separate ingredient entering
into the mortar and shall be subject to the approval of the Engineer-in Charge. Normally cement and
sand is thoroughly mixed in a dry state on a pucca platform or in troughs as directed by the Engineer-
in-Charge. It shall be gauged with a quantity of water sufficient to make the mortar workable. Water
shall be added with a fine rose. Only such quantity of mortar shall be prepared as can be used before
the initial setting time.

b) If a mixer is used, it shall be of the approved design. The mixing time after all the ingredients are in
the mixer, except for the full amount of water, shall be not less than two minutes. Water shall be added
at a uniform rate during the mixing time.

c) Mortar shall be mixed only in sufficient quantities for immediate use and all mortar not used within
thirty (30) minutes after addition of the water to the mix shall be wasted. Re-tempering of mortar will
not be allowed. Mixing troughs and pans shall be thoroughly cleaned and washed at the end of each
day’s work. When colour for face work is specified to be mixed in it shall be of approved quality and
brand and shall be added in such quantity to obtain the required shade, water proofing material shall be
added only when specifically directed.

4. Measurements
The measurement of mortar, if required, shall be done by volume. The unit of measurement shall be
cubic meter.
5. Rate
The unit rate shall include the cost of Portland cement, sand and water and the preparation of mortar as
per above specifications at the site of work to be defined in the condition of contracts.
Section VII – Schedule of Requirements 221

PART 3 EXECUTION

5.3.1 SOAKING OF BRICKS

Bricks shall be soaked in water before use for a period for the water to just penetrate the whole depth
of the bricks. The soaking of bricks would be for 2 to 3 hrs. Alternatively bricks may be adequately
soaked in stacks by profusely spraying with clean water at regular intervals for a period not less than
six hours. The bricks required for masonry work using mud mortar shall not be soaked. When the bricks
are soaked they shall be removed from the tank sufficiently early so that at the time of application they
are skin-dry. Such soaked bricks shall be stacked on a clean place where they are not again spoiled by
dirt earth etc.
Note 1: The period of soaking may be easily found at site by a field test in which the bricks are soaked
in water for different periods and then broken to find the extent of water penetration. The least period
that corresponds to complete soaking will be the one to be allowed for in construction work.

Note 2: If the bricks are soaked for the required time in water that is frequently changed the soluble salt
in the bricks will be leached out, and subsequently efflorescence will be reduced.

5.3.2 PLACING BRICK MASONRY

a) The methods and equipment used for transporting the bricks and mortar shall be such as will not
damage the brick nor delay the use of mixed mortar.

b) All brickwork shall be placed only after the foundation surface has been prepared satisfactory in
accordance with these Specifications and the Engineer’s instructions.

c) All bricks to be used in brickwork with mortar joints except with mud mortar joints shall be moistened
with water for three to four hours before they are used, by a method which will ensure that each brick
is thoroughly and uniformly wetted. All bricks shall be free from water adhering to their surface when
they are placed in the brickwork. This bricks shall be laid strictly in accordance with the Drawing or as
directed by the Engineer.

d) Brick work shall not be carried out during rains sufficiently heavy or prolonged to wash the mortar
from the bricks. Mortar already spread, which becomes diluted by rain, shall be removed and replaced
before continuing with the work. Fresh laid brickwork shall be covered with polyethylene sheets to
avoid dilution and removal of mortar. Workman shall not be allowed to walk on the brickwork before
Section VII – Schedule of Requirements 222

it is fully set. All walls or other brickwork shall be securely braced and protected against damage by
wind and storms during the construction period.

e) Bricks shall be skillfully laid from up and each bricks shall be set with both bed and vertical joints
filled with mortar and the bricks shall be bedded in by firmly tapping with the handle of the trowel.
Bricks course shall be carried up as neatly as possible in a uniform manner and carefully plumbed on
both sides. No portion of the brickwork shall be raised more than one meter above another at the same
time. Straight edges supplied to bricks layers shall have course marked on them with saw cut or
measuring rods shall be provided to check the height of course and their horizontality. All unavoidable
changes in slopes shall be raked back at a slope of two horizontal to one vertical. All anchors and similar
work required to be embedded in brick masonry shall be installed as the construction progress. The
exposed face of all brick masonry shall have the smoothest finish and be kept clean and free from streak
of mortar. Wherever such streaks are formed they shall be parallel whereas vertical joints in alternate
course shall be directly over one another. The thickness of the vertical joints shall be approximately 6
millimetres and the thickness of the horizontal joins shall be 10 millimetres. Except where otherwise
specified excess mortar at the outer edges shall be removed and joints drawn straight with the edge of
a trowel and straight edge. At the completion of the work all holes or defective mortar joints shall be
cut out and repointed.

5.3.3 Laying

a) General
The brick laying shall be carried out complete with all embedment and installations for completion of
the construction as shown on drawings and directed by the Engineer-in Charge. Bricks shall be laid in
English Bond unless otherwise specified. For brick work in half brick wall, bricks shall be laid in
stretcher bond. Half or cut bricks shall not be used except as closer where necessary to complete the
bond. Closers in such cases, shall be cut to the required size and used near the ends of the wall. Header
bond shall be used preferably in all courses in curved plan for ensuring better alignment.

Note:
Header bond shall also be used in foundation footings unless thickness of walls (width of footing) makes
the use of headers impracticable. Where thickness of footing is uniform for a number of courses, the
top course of footing shall be headers. All loose materials, dirt and set lumps of mortar which may be
lying over the surface on which brick work is to be freshly started, shall be removed with a wire brush
and surface wetted. Bricks shall be laid on a full bed of mortar, when laying, each brick shall be properly
bedded and set in position by gently pressing with the handle of a trowel. It’s inside face shall be
Section VII – Schedule of Requirements 223

buttered with mortar before the next brick is laid and pressed against it. Joints shall be fully filled and
packed with mortar such that no hollow spaces are left inside the joints.

Bedding of Bricks
While bedding bricks, both the bed and side joints must be thoroughly flushed or filled up with mortar.

c) Levelling
While bedding bricks, great care should be taken to keep all courses perfectly level. To do this, the
footing and the starting course should be carefully levelled, using a spirit level with a stack at least 10
feet long

5.3.4 Construction of Walls

a) The walls shall be taken up truly in plumb or true to the required batter where specified. All courses
shall be laid truly horizontal and all vertical joints shall be truly vertical. Vertical joints in the alternate
course shall come directly one over the other. Quoin, Jambs and other angles shall be properly plumbed
as the work proceeds. Care shall be taken to keep the perpends properly aligned within following
maximum permissible tolerances:

(i) Deviation from vertical within a storey shall not exceed 6 mm per 3 m height.
(ii) Deviation in verticality in total height of any wall of building more than one storey in height shall
not exceed 12.5 mm.
(iii) Deviation from position shown on plan of any brick work shall not exceed 12.5 mm. (iv) Relative
displacement between load bearing wall in adjacent storeys intended to be vertical alignments shall not
exceed 6 mm.
(v) A set of tools comprising of wooden straight edge, Masonic spirit levels, square, 1 metre rule line
and plumb shall be kept on the site of work for every 3 masons for proper check during the progress of
work. All quoins shall be accurately constructed and the height of brick courses shall be kept uniform.
This will be checked using graduated wooden straight edge or storey rod indicating height of each
course including thickness of joints. The position of damp proof course, window sills, bottom of lintels,
top of the wall etc. along the height of the wall shall be marked on the graduated straight edge or storey
rod. Acute and obtuse quoins shall be bonded, where practicable in the same way as square quoins.
Obtuse quoins shall be formed with squint showing three quarters brick on one face and quarter brick
on the other. The thickness of brick walls is regulated by the following rules which only apply to walls
which are not more than 45 feet long between supports or cross walls and buildings three storey high.
Section VII – Schedule of Requirements 224

Local authority by-laws may be referred for more detail information. Walls built for various types of
brick work detailed in table below, should not go beyond the maximum permissible height shown for
various thicknesses, subject to the further limitations;

i. The bricks are not less than 9 inches long.


ii. The thickness of external and party walls (i.e. walls separating adjoining building) is not less than
1/16th of the height of the storey in case of ordinary buildings and 1/14th in case of warehouses. The
thickness of walls below is increased to a like extent, though any such additional thickness is confined
to piers, properly distributed, of which collective width amount to 1/4th of the length of wall. iii.
Thirteen inches and half is the minimum thickness for external party walls of any storey more than 10
feet high. iv. The thickness of cross walls is 2/3 the thickness of the external party walls but never less
than 9 inches9except in case of bricks in cement suitably reinforced with steel). No wall should be
considered a cross wall unless it is carried up to the floor of the top most storey and unless in each
storey the combined area of openings and recesses is less than 50% of the wall area. Properly bonded
cross walls may be considered return walls for determining the length of external or party walls

Raking
The brick work shall be built in uniform layers. No part of the wall during its construction shall
rise more than one metre above the general construction level. Parts of wall left at different levels
shall be raked back at an angle of 45 degrees or less with the horizontal by setting back 2-1/2 inches at
each course, with a maximum of twelve courses, to reduce the possibility and the unsightliness of
defects caused by any settlement that may take place in the most recently built portion of the wall.
Toothing shall not be permitted as an alternative to racking back. For half brick partition to be keyed
into main walls, indents shall be left in the main walls.

c) Other Factors All pipe fittings and specials, spouts, hold fasts and other fixtures which are required
to be built into the walls shall be embedded, as specified, in their correct position as the work
proceeds unless otherwise directed by the Engineer-in-Charge. Top courses of all plinths, parapets,
steps and top of walls below floor and roof slabs shall be laid with brick on edge, unless specified
otherwise. Brick on edge laid in the top courses. at corner of walls shall be properly radiated and keyed
into position to form cut (marrow) corners as specified. Where bricks cannot be cut to the required
shape to form cut (marrow) corners, cement concrete 1:2:4 (1 cement :2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) equal to thickness of course shall be provided in lieu of cut bricks.
Bricks shall be laid with frog (where provided) up. However, when top course is exposed, bricks shall
be laid with frog down. For the bricks to be laid with frog down, the frog shall be filled with mortar
before placing the brick in position. In case of walls one brick thick and under, one face shall be kept
even and in proper plane, while the other face may be slightly rough. In case of walls more than one
Section VII – Schedule of Requirements 225

brick thick, both the faces shall be kept even and in proper plane. To facilitate taking service lines later
without excessive cutting of completed work, sleeves shall be provided, where specified, while raising
the brick work. Such sleeves in external walls shall be sloped down outward so as to avoid passage of
water inside. Top of the brickwork in coping and sills in external walls shall be slightly tilted. Where
brick coping and sills are projecting beyond the face of the wall, drip course/throating shall be provided
where indicated. Care shall be taken during construction that edges of jambs, sills and projections are
not damaged in case of rain. New built work shall be covered with gunny bags or tarpaulin so as to
prevent the mortar from being washed away. Damage, if any, shall be made good to the satisfaction of
the Engineer-in-Charge.

d) Stability The stability of brickwork is affected in three general ways: 1. By loading a given area of
ground beyond its ultimate resistance, by an irregular concentration of great pressures on a soft sub-
soil, by the tendency of the sub-stratum to slid or by eccentric loadings, the walls are thrown out of the
upright, crack or disintegrate. 2. By bad bonding, resulting in disintegration. 3. By side thrusts which
may be distributed or concentrated, and their tendency is to overturn the walls; they are provided for by
designing the walls of a sufficient thickness, or by placing buttresses at regular intervals.

5.3.5 JOINTS

The horizontal joints shall be parallel whereas vertical joints in alternative courses shall be directly over
one another. The thickness of the vertical joints shall be approximately 6 millimetres and the thickness
of horizontal joints shall be 10 millimetres. Finishing of Joints: The face of brick work may be finished
flush or by pointing. In flush finishing either the face joints of the mortar shall be worked out while still
green to give a finished surface flush with the face of the brick work or the joints shall be squarely raked
out to a depth of 1 cm while the mortar is still green for subsequently plastering. The faces of brick
work shall be cleaned with wire brush so as to remove any splashes of mortar during the course of
raising the brick work. In pointing, the joints shall be squarely raked out to a depth of 1.5 cm while the
mortar is still green and raked joints shall be brushed to remove dust and loose particles and well wetted,
and shall be later refilled with mortar to give ruled finish. Some such finishes are ‘flush’, ‘weathered’,
ruled, etc.

5.3.6 CURING

The brick work shall be constantly kept moist on all faces for a minimum period of seven days. Brick
work done during the day shall be suitably marked indicating the date on which the work is done so as
to keep a watch on the curing period.
5.3.7 SCAFFOLDING
Section VII – Schedule of Requirements 226

Scaffolding shall be strong to withstand all dead, live and impact loads which are likely to come on
them. Scaffolding shall be provided to allow easy approach to every part of the work and safe working.

5.4 Measurement and Payment

5.4.1 Brick Masonry

5.4.1.1 Measurement
Brick masonry will be measured by volume each type of masonry constructed according to drawings.
No deductions will be made for openings less than 400 square centimeters. Control joints, mortar, grout,
masonry cleaning and miscellaneous accessories will not be measured separately for payment, such
items will be considered incidental to, and include with the concrete blocks masonry.

5.4.1.2 Payment

Brick masonry will be paid for at the tendered unit prices.

5.4.1.3 Unit of Measure

Unit of Measure: Cubic meter

5.4.2 Plastering

5.4.2.1 Measurement

The measurement of plastering shall be made in square metes of the surfaces actually plastered to the
thickness as shown on drawings or as specified.

5.4.2.2 Payment

The payment for cement mortar plastering of the structure surfaces shall be made at the rate tendered
therefor and shall be full compensation for the materials, equipment and labour used for satisfactory
completion.

5.4.2.3 Unit of Measure

Unit of Measure: Square meter


Section VII – Schedule of Requirements 227

9 - FLOOR, WALL, ROOF AND CEILING FINISHES

6.1 Materials

(1) Materials used in the mixing of mortars and plasters for finishing to internal surfaces shall be
as specified for mortars and plasters.

(2) Glazed wall tiles shall be of a minimum thickness of 6 mm and to the colour and dimensions
indicated on the Drawings, in the priced schedules, or as instructed by the Engineer.

(3) Floor tiles shall be of a minimum thickness of 8 mm and to the colour and pattern and
dimensions as indicated on the Drawings, in the price schedules, or as instructed by the
Engineer.

(4) Terrazzo tiles shall be 250 mm x 250 mm, minimum thickness 25 mm. Colour and pattern shall
be as indicated on the Drawings, in the price schedules, or as instructed by the Engineer.

(5) Granolithic concrete shall be mixed using one part by weight of Portland cement to two parts
of clean granite chippings well graded, to one part of sharp siliceous sand, and clean water
sufficient to from a stiff but workable mix and provide a dense concrete.

6.2 Workmanship

(1) The tiles shall be matched for colour before fixing. The surface to be tiled shall first be rendered
with one undercoat 10 mm thick. The tiles shall be set in cement mortar No.2 approximately 5
mm thick. The joints shall be regular and finally grouted white cement. External comers shall be
rounded using specially rounded tiles.

(2) Unless otherwise stated floor tiles are to be well soaked before laying. Laid to an approved
pattern on a 40 – 45 mm thick bed of mortar type M1 and finally jointed and pointed in
matching colour cement grout.

(3) Skirting tiles shall have a coved base and rounded top edge and to the size indicated on the
Drawings or in the price schedules. The skirting tiles shall match the floor tiles both in colour
and texture and shall be secured to the plaster by an approved adhesive.

(4) Immediately after laying the tile paving shall be cleaned off and a 25 mm thick protective layer
of sawdust, renewed from time to time as necessary, shall be laid over the whole surface. On
completion the sawdust shall be cleaned off and the tilling given a final coating with an
approved polish.

(5) Laying, jointing and finishing of terrazzo tiles shall be described for Ceramic Floor Tiles.
Section VII – Schedule of Requirements 228

(6) Granolithic concrete flooring shall be laid a minimum thickness of 5 cm. Expansion joints shall be
of the “simple butt” type formed at maximum intervals 4 m.

(7) Where granolithic skirting is required, it should be formed with a concave fillet 50 mm.

(8) Radius shall be run at all junctions and the edge of the skirting shall be rounded 15 mm radius.

6.3 Measurement and Payment

6.3.1 Measurement

The measurement for payment of floor, wall, roof and ceiling finishes shall be made for net superficial
area inclusive of overlaps. The thickness of finishes shall be as shown on drawings or as specified.

6.3.2 Payment

The rate tendered for finishes shall be full compensation for supply of materials, costs of leveling layers,
labor etc.

6.3.3 Unit of Measure

Unit of Measure: Square Meter


Section VII – Schedule of Requirements 229

10 – PLUMBING

7.1 General

(1) The Contractor shall make all arrangements with the Water Supply Authority to ensure any
connection is laid and metered to the Authority’s standards.

(2) Catalogue cuts and specifications for all plumbing items shall be submitted to the Engineer for
approval. Any item shipped without prior approval may be subject to rejection and replaced at
the Contractor’s expense.

7.2 External Plumbing

(1) UPVC sewer and vent pipes and fittings shall be of spigot and socket type, with rubber gasket
joints. Conforming with code BS 3505 and CP 312 Part 2.

(2) UPVC rainwater pipes and fittings shall be of spigot and socked type, with rubber gasket joints.

(3) Cast Iron drain pipes shall conform to BS: 437.

(4) Cast Iron Spigot & Socket for soil, waste and vent pipes fittings and accessories shall conform
to BS: 416.

(5) Joints shall be provided with an approved rubber gasket joint, pipes secured with wrought iron
holder-bats in two sections, bolted together, built into wall, wedged and neatly pointed.

(6) Fiber glass tank installed at roof top of buildings.

(7) Pump for supply of water overhead water tanks of each building.

(8) Septic tank and soak pit.

7.3 Internal Plumbing

(1) Pipes and fittings for water and sanitation shall be galvanized Iron, to the gauge and type
approved, with screw threaded fittings, in accordance with BS 1387 - 1967.

(2) Holderbats, where required, shall be brass school board pattern with tails for building into wall
or brass brackets for plugging and screwing to wall.

(3) Stop cocks shall be made of brass.


Section VII – Schedule of Requirements 230

(4) Bib and pillar shall be hot pressed brass, chromium plated with easy clean shield crutch or
capstan head.

(5) Ball valves to cisterns of sanitary fittings shall be low pressure type.

(6) Fittings which are to be chromium plated shall be a standard factory item.

(7) The sanitary fittings required as shown on the Drawings and / or in the price schedule shall be
obtained from an approval firm.

(8) Lavatory basins, unless otherwise described, shall be white vitreous sanitary porcelain Type BS
1188 (or equivalent), minimum dimension 55 x 40 cm, complete with chromium plated 15 mm
diameter pillar tap, gap overflow, white plastic coated support breakers, 35 mm diameter chrome
plated waste outlet, chrome plated chain and plug, 35 mm diameter chrome plated bottle trap.

(9) Toilet systems of the oriental (squat) type shall be white vitreous sanitary porcelain, BS 1125,
suitable for floor installation and be planned with water flushing. The flush tank shall have a
float valve, be installed at a height of approximately 2 m and have a capacity of at least 6 liters.
The flushing pipe shall have an internal diameter of 32 mm, be led in a straight line to the toilet
basin and shall have been water distributor at the end which shall distribute the water in a radial
fashion throughout the basin. An odour trap shall be installed at the outflow of the basin.

(10) Each WC room should have a 13 mm water tap on adjacent wall 40 cm high from floor level.

(11) Each WC room should have a toiled roll holder, chrome plated, fixed on wall at 50 cm height
from floor level.

(12) Toilet systems of the should western type shall be white vitreous sanitary porcelain consisting
of:

 Porcelain wash down pan


 Solid plastic seat and cover
 Flushing cisterns
 13 mm hose pib
 Paper roll holder
 All necessary valves, fittings, materials, connection to water supply and wastewater
system.

(13) shower installation shall comprise a self closing shower valve fitting in moulded brass
chromium plated finish. Push button operation self closing automatic valve allowing 40 seconds
operation, complete with regulator for running time adjustment. Showerhead water circle
approximately 1 m at a height of 2.30 m. the whole to be set over and including a cast iron
enamel white shower tray complete with connection, overall size 900 x 900 mm.
Section VII – Schedule of Requirements 231

(14) Each shower unit should have a towel rail 25 mm diameter chrome plated pipe and end brackets
plugged and screwed to wall.

(15) Each shower unit should have a soap holder dish vitrified china fixed to wall at 1.20 m from
floor level.

(16) Sink unit shall comprise stainless steel sink with double drain and cupboards and drawers below.
Sink units shall be installed complete with taps, water and waste connections as show on the
drawings.

7.4 Measurement and Payment

7.4.1 Internal Plumbing

7.4.1.1 Measurement

Measurement for payment of all internal plumbing works for water supply and sewerage shall be made
as a single item covering all the work as shown on drawings or as directed.

7.4.2 External Plumbing

7.4.2.1 Measurement

Measurement for payment of all internal plumbing works for water supply and sewerage shall be made
as a single item covering all the work as shown on drawings or as directed.

7.4.2.2 Unit of Measure

Unit of Measure: Number


Section VII – Schedule of Requirements 232

8 - GLAZING

8.1 Materials

(1) Clear plate glass and obscured glass shall be of a quality as locally available and as directed by
the Engineer.

(2) Clear plate glass shall be to the thickness given on the drawings and the price schedules.

(3) Obscured glass shall be plain rolled and to the thickness given.

(4) Wired reinforced glass shall be 7 mm thick.

(5) Mirrors for lavatory basins shall be copper backed float mirrors 6 mm thick, size 60 x 38 cm.

8.2 Workmanship

(1) The glass shall be cut to size with a small clearance and shall be installed in accordance with
the manufacturer’s drawings and recommendations as approved by the Engineer.

(2) Mirrors are pre-drilled and fixed with chrome plated dome headed screws. Distance washers
shall be fixed behind mirror fixing points.

(3) The glass shall be cleaned inside and outside and all cracked and broken glass re placed before
handing over the works.

8.3 Measurement and Payment

8.3.1 Measurement

The measurement for payment for glass plates and mirrors shall be done in numbers of sizes as specified
or shown on drawings.

8.3.2 Payment

The rate tendered for various sizes and types of glass plates and mirrors shall be full compensation for
supply and installation.

8.3.3 Unit of Measure

Unit of measure: Number


Section VII – Schedule of Requirements 233

12 - METALWORK

9.1 Materials

(1) Structural steelwork shall comply with recognized standards for structural purposes.

(2) Bolts, washers etc., for use with structural steel shall be black bolts. Fastening including bolts,
for use with materials having a galvanized finish shall be sherardised or have an alternative
approved protective metal coating.

(3) Before ordering or fabricating any item of metalwork, the Contractor shall submit to the
Engineer for his approval shop drawings showing all details and dimensions required for
fabrication, assembly and erection. Fabrication shall only commence after the approval of the
Engineer has been obtained.

(4) Angles, channels, flats and all standard steel section shall be to the sizes given on the Drawings.

(5) Angles or channels used for framing of openings in concrete structures or for guides shall be
provided with steel fixing lugs securely welded to the frame or guide to galvanizing.

(6) Corrosion protection shall be as detailed on the Drawings or in the price schedules to the quality
and standard specified.

9.2 Ladders, Stairs, Handrails and Open Flooring

(1) Unless otherwise stated, all steelwork shall be hot dip galvanized.

(2) Steel runged ladders shall conform to international safety standards and as amplified by the
details given in the price schedules or as shown on the Drawings.

(3) Safety hoops and stringer extensions shall be included where required for safety unless
specifically excluded by details given in the price schedules or on the Drawings.

(4) Suitable support stays shall be provided for fixing the ladder to the supporting structure so that
there is a minimum 200 mm clearance behind the rungs. These connections shall be of the type,
which bolts to the supporting structure.

(5) The spacing of support stays shall not exceed 2.4 m. in cases where this is not practicable, the
stringers shall be suitably strengthened structured.

(6) Staircases shall be as detailed on the drawings and be designed to carry a loading of minimum
5 kN/m2.
Section VII – Schedule of Requirements 234

(7) Staircases shall have continuous handrails approximately 1 m high measured from the tread
nosing.

(8) The upper face of rungs shall be finished with a non-ship surface such as silica sand and all
remaining surfaces shall be free of shape edge protrusions etc.

(9) Each rung shall be able to support a point load of minimum 5 kN when applied at the center of
the rung and close to one end.

(10) When horizontal supported over a span of 1.0 m with the climbing face uppermost and with a
load of 1 kN applied at the center of the span, the ladder shall not deflect more than 15 mm at
the point of application of the load and shall show no permanent deflection after removal of the
load. Each ladder fixing shall be capable of withstanding shear and pull-out loads of 5kN.

(11) Handrails and stanchions shall be safe and stable and properly fixed to the concrete.

(12) Handrails shall be prefabricated of steel pipes of DN 50 or 65 mm nominal bore, cut to lengths
and fixed by welding to the stanchions. Hand railing and fixings shall be designed to withstand
a horizontal force at handrail level of 740 N/mr.

(13) Stanchions shall be as the handrails made of 50 or 65 mm nominal bore shank and be 1000 mm
high. They shall be set in sockets cast in the concrete and grouted in non shrink grout. Spacing
shall be a maximum of 1500 mm. Side plan type of fixing will only be used where shown on
the Drawings or approved by the Engineer.

(14) Open mesh (Grid Cover) or chequer plate flooring shall be of mild steel. The thickness of plate
or construction of open mesh shall be of adequate strength to bear the load of not less than 5
kN/m2.

(15) In addition to the requirements of strength a minimum overall chequer plate thickness of 7 mm
and an open mesh minimum member thickness of 3 mm shall be allowed.

(16) Where a welded construction is used to open mesh flooring the welding shall be continuous,
heavy and on both edges of a joint.

(17) Metal flooring shall in all cases be supported by a properly formed and secured steel kerbing
running continuously throughout the length supported. The flooring shall be provided with
proper and adequate lifting handholds and where used on suspended supports adequate clips
shall be used to prevent any movement of the flooring.

(18) Mild steel plating, open mesh and kerbing shall be heavily dipped galvanized after cutting,
manufacturer and complete fabrication.
Section VII – Schedule of Requirements 235

(19) Where metal flooring is placed adjacent to a clear opening it shall include a 100 mm high kicking
plate along the full length of the opening. Rates for flooring shall include for kicking plate as
described.

(20) Chequer plate covers over cable / pipes passage in transformer / generator rooms shall be non-
slip pattern type and shall be set flush in mild steel frames provided with lugs for building in.

(21) Handrails, ladder for the wet chamber in main pumping station all to be supplied of stainless
steel in accordance. This applies to nuts, bolts, washers, flanges, etc.

(22) The joints for stainless steel handrailing and ladder should be welded using the proper welding
material and method with subsequent proper protection.

(23) The work is to be carried out as detailed on the Drawings and as specified. All working Drawings
should have the approval of the Engineer before fabrication.

9.3 Doors and Windows

9.3.1 Materials

(1) Steel doors shall be of the hollow metal type constructed in standard profiles and sheet steel.

(2) Aluminum doors shall be of anodized hollow metal sections constructed in Standard Profiles
and sheet aluminum. They shall be thoroughly braced internally, prepared to receive hardware
and accurately finished so that the surfaces are true and smooth. Edges angles and covers shall
be square, clean sharp. Doors shall be complete with hinges stoppers and locks.

(3) The doors shall be provided with buffer strips fixed all around the frame.

(4) Wooden doors shall be of solid core construction with a subsurface of plywood. The leaves
shall be fitted with hardwood lipping 1.5 cm thick all around.

(5) For toilets and showers the leaves finish is decorative laminated plastic sheet 1.5 mm thick.
Architrave’s on both sides should be 1 x 6 cm fixed to the door frame.

(6) Windows and frames shall be manufactured of anodized aluminum, to the dimensions given
on the Drawings. They should generally be supplied with one horizontally sliding sash
complete with sash-bolt unless shown otherwise. Windows installed in offices 2 m or more
above the ground shall be provided with bottom hinged sashes with an operating lever to be
fixed 1.5 m above floor level including connection to the window. All windows shall be
designed to withstand wind pressures and to be dust proof.
Section VII – Schedule of Requirements 236

(7) Openings in windows shall be provided with an aluminum fly-screen mesh. In offices the glass
shall normally be 5 mm thick clear sheet glass, and in workshop and similar buildings it shall
normally 7 mm thick wire reinforced glass.

9.3.2 Installation

(1) Doors and windows shall be installed plumb and true to line and shall operate smoothly.

(2) Doors and windows shall be such that glazing or re-glazing on site is possible without the need
to remove the outer frame from the structure of the building.

(3) The Contractor shall submit details of manufacture including sections of all members and no
orders shall be placed until such details have been approved by the Engineer.

9.4 Protection

9.4.1 General

(1) The work detailed in this section refers only to protection applied at the manufacture’s works
prior to delivery. The protection required subsequently is covered in Section “Paint-Work”.

(2) All paints shall be obtained from one approved manufacturer, and applied strictly in accordance
with the manufacturer’s instructions. The source of supply shall not be altered without the
Engineer’s approval. The colour of the paints used shall be of different shades.

(3) After welding and fabrication, all weld areas shall be thoroughly cleaned and touched up as
specified with the appropriate priming system.

9.4.2 Types of Protection

 Type C (Zinc rich epoxy primer)

 Type D (Metallic lead primer applied by brush to a minimum thickness not less than 75 um):

 Type E (Hand or tool cleaning to remove rust, grease etc., for all steel work which is to encased
in concrete/):

9.5 Measurement and Payment


Section VII – Schedule of Requirements 237

9.5.1 Metalwork Fabrication and installation

9.5.1.1 Measurement
Metalwork fabrication and machine work for which payment is not otherwise specifically provided in
these specifications, will be measured for payment based upon computed weights per fabricated piece,
assembly or cast piece for the various metals as classified on the approved detail drawings except as
indicated below. Computed weights shall be indicated on the detail drawings submitted for approval.
Approval of the detail drawings will constitute acceptance of the computed weights shown thereon.
When measurement of complicated shapes can be determined more readily by scale weights per
fabricated piece, cast piece or assembly the use of certified scale weights will be approved as the basis
for measurement.

(a) Computed Weights

Weights for payment shall be the net calculated weights based on the dimensions indicated on the detail
drawings. The weight of rolled shapes and plates shall be computed on the basis of their nominal
weights and dimensions. In calculating the net weights all copes, cuts and open holes except rivet and
bolt holes shall be deducted. No additional weight shall be calculated for overweight allowance,
protective coatings, allowance for milling, grip length of rivets and bolts and butt and groove welds.
The weight of castings including fillets shall be computed on the basis of the dimensions shown on the
detail drawings with deductions for all openings and cuts in the finished casting. Computed weights
for fillet welds, rivets, bolts and cut washers shall be included in accordance with the following:

ALLOWANCES FOR WEIGHT OF EQUAL-LEG FILLET WELDS

Leg of weld in Kilograms per meter


Millimeters Length of weld
3 0.045
5 0.089
6 0.160
8 0.250
10 0.360
11 0.490
13 0.630
16 0.980
19 1.400
22 1.900
25 2.500

Note: For unequal-leg fillet welds the weight corresponding to the smaller leg in the above listing shall
be multiplied by the ratio of the longer leg to the smaller leg.

ALLOWANCES FOR WEIGHT OF RIVET HEADS


Diameter in Kilograms per
Section VII – Schedule of Requirements 238

Millimeters 100 heads


13 1.8
16 3.2
19 5.4
22 8.2
25 12.0
29 16.0
32 22.0
35 27.0
38 37.0

ALLOWANCES FOR WEIGHT OF BOLTS - REGULAR SIZE


Diameter in Kilograms per
Millimeters 100 units
13 6.12
16 12.20
19 20.00
22 31.30
25 46.70
29 68.50
32 92.10

ALLOWANCES FOR WEIGHT OF BOLTS - HEAVY SIZE


Diameter in Kilograms in
Millimeters 100 units
13 9.1
16 16.3
19 27.7
22 41.7
25 61.2
29 86.2
32 113.0
38 195.0
44 311.0
50 454.0
57 635.0
64 855.0
70 1100.0
75 1460.0
Note: Allowances for bolts are based on weight data given in AISC manual. Allowances consist of
weight of square head, bolt shank (in and projecting beyond nut) and hexagonal nut and shall apply to
all type bolts without modification. Projections beyond nuts are assumed equal to 1/2 the bolt diameter
Section VII – Schedule of Requirements 239

up to M50 size bolts and 25 mm for bolt sizes M50 and above. Where the number and size of another
type of bolt would result in a significant difference in a pay item the allowances given above should be
supplemented to include the additional type of bolt.

ALLOWANCES FOR WEIGHT OF CUT WASHERS


Bolt Diameter in Kilograms of
Millimeters 100 units
13 2.02
16 4.04
19 5.94
22 7.21
25 9.71
29 11.70
32 15.20
35 20.10
38 22.00
44 28.80
50 35.90
57 48.50
64 57.60
70 68.90
75 84.40

Note: Each unit comprise cut washer and bolt shank in depth of washer.

The following weights, per cubic millimeter, will be used in computing weights of metalwork:
Iron Castings .....…………………………………....................…..……..... 7.20 mg
Steel (All Compositions) ..................……………………………….……… 7.83 mg
Copper, Bronze, Brass; Nickel-Copper Alloy .…………………….……… 8.61 mg
Lead ..............................…………………………………….......….………. 11.30 mg
Aluminum ................................………………………………….….……… 2.77 mg
All Other Metals .......................……………………………….....………… 7.83 mg

(b) Scale Weights

Shop scale weight measurements shall be made in the presence of the Engineer unless otherwise
specifically authorized. The weight of erection bolts, nuts and washers boxes, crates and other
containers used for packing and the materials used for supporting members during transportation shall
not be included in the scale weights. It shall be the responsibility of the Contractor to prepare the
shipping lists required in Clause 11-1.2 - Submittals in a format to allow the correct allocation of the
scale weights of individual metal parts and members to the applicable payment classifications. Failure
to comply with this requirement to the satisfaction of the Engineer will necessitate measurement of
computed weights. The weight of shop applied permanent protective coatings shall not be deducted
from scale weights.
Section VII – Schedule of Requirements 240

9.5.1.2 Payment
Payment will be made for costs associated with metalwork fabrication and machine work not
specifically provided for elsewhere, which includes costs for materials, fabricating work, shop and field
painting, galvanizing or other metallic coatings and the installation of metal items shown or required
by these specifications unless otherwise specified. No separate payment will be made for bolts, nuts,
pins, washers, studs and strap hangers and the cost of such items shall be included in the unit prices of
items on which they are used. No separate payment will be made for the inspection of welds.

9.5.1.3 Unit of Measure

Unit of measure: Kilogram.


Section VII – Schedule of Requirements 241

10 – PAINTING WORK

10.1 General

Except where otherwise specified, all painting and polishing shall be applied in conformity with CP 231
“Painting” as applicable to the work shown on the drawings and in the price schedules.

10.2 Material

Materials of painting and polishing shall be high grade products of known manufactures approved by the
Engineer and shall be delivered to the site in original unbroken packages bearing the maker’s name and
brand.

10.3 Workmanship

1. (i) All surfaces shall be clean, dry and free from dust at the time any coating is applied.

(ii) Wood work shall be smooth and free from raised grains or other surface
imperfections. Knots and piles streaks nails, holes, cracks and similar blemishes, shall
be neatly puttied and sanded smooth.

(iii) Plastered surfaces shall be allowed to dry for a minimum of 15 days prior to painting
and cleaned until free of all loose and foreign materials and excess mortar, using metal
scrappers and wire brushes if necessary. Grades and oil spots shall be removed by
suitable cleaning compound and then rinsed with clean water to remove all traces of
alkali efflorescence (alkali salts). Interior concrete surfaces shall be washed with zinc
sulphate solution mixes in proportion of 2 ½ to 3 pints to a gallon of water. Treated
surfaces shall be allowed to dry thoroughly before any paint is applied. Plaster patches
shall be worked to match the appearance of the adjoining plaster.

(iv) Ferrous surfaces that have not been shop painted shall be kept clean and free from
corrosion before installation. All rust shall be removed before priming. Abraded or
corroded spots on shop-coated surface shall be wire brushed and touched up with the
same material as the top coat. Dents, hollow places, open joints and any other
irregularities in metal work shall be filled in with approved metal body filler suitable
for the purpose and sanded to smooth and hard finish.

2. Plastic Emulsion/Enamel Painting


(i) Two coats (except where otherwise provided) of plastic emulsion/enamel paint over a
coat of priming shall be applied on the approved prepared surface faces in accordance
with manufacturer’s general instructions and/or directions of the Engineer.
Section VII – Schedule of Requirements 242

(ii) Each coat of paint shall be evenly worked and allowed to dry before any subsequent
coat is applied or any rubbing is done. The primary coat shall be thinner than the
subsequent coats to coats to assist penetration and adhesion.

(iii) Finish coat shall be of the exact shade approved by the Engineer. It shall be very
carefully crossed and laid off so that brush marks are not visible. The finished work
shall be free from runs and sags, defective coverage and clogging or lines or angles.
Edges of paint adjoining other material or other colour shall be full and cleaned out
without overlapping.

(iv) Spray painting shall not be employed for joinery work which must be done by brush to
obtain proper penetration into joints and cracks etc.

(v) When painting is applied by brushes, the brushes shall be in conformity to the
applicable requirements of BS 2992. All coats shall be spread as evenly and smooth as
possible by crossing and laying off. Brushes shall be reversed at frequent intervals so
that they wear down evenly. A free easy stroke shall be cultivated, avoiding short and
jerky strokes and stretching the strokes too far.

3. Touching up

At the completion of other items of work, all finished work shall be touched up and restored
where damaged or defaced and the entire work left free from blemishes, spots etc.
Section VII – Schedule of Requirements 243

11 - ROOFING

11.1 Requirement

(1) All buildings are to be provided with an in-situ reinforced concrete roof. Roofs shall be
protected as shown on the drawings with following specification as applicable

i. Lean concrete, minimum thickness 5 cm at rainwater outlets, sloping 1 % to collect water


efficiently.
ii. One layer of 1200 gauge waterproof membrane shall be laid on the screed and turned up
the edges. Joints to be welded by hot scrap blade and lapping is 10 cm minimum.
iii. 2 cm screed on the membrane consisting of pigmented rich cement mortar.

(2) Proprietary materials for the waterproofing shall comply with the recognized standards and
shall be subject to the prior approval of the Engineer.

(3) Rainwater outlets are to be provided in sufficient numbers round the roof on the lower sides at
a distance not exceeding 6.5 m. Any pipe or conduit which has to pass through the roof shall
be properly sealed to prevent the leakage of rainwater.

11.2 Measurement and Procedures

11.2.1 Water Proofing

11.2.1 Measurement

a. Roof waterproofing will be measured for payment by the number of roofs complete in
place.

b. Adhesive, fasteners, protection board, and accessories will not be measured separately
for payment; such items will be considered incidental to waterproofing work and
included in the measurement specified above.

11.2.2 Payment

Roof waterproofing will be paid for at the Contract unit price as shown on drawings.

11.2.2 Unit of Measurement

Unit of Measurement: Number of roofs of guard room.


Section VII – Schedule of Requirements 244

12 - BOUNDARY FENCING AND WALLS

12.1 Fencing

(1) Chain link fencing shall be of 50 mm diamond wire mesh or as shown in price schedule and
drawings. The wire shall be vinyl coated Galvanized steel. The rolls of chain link mesh shall
be 2000 mm wide as shown in price schedule and drawings.

(2) Line wire shall be plastic coated to match the chain link mesh. Typing locks of an approved
type shall be installed every 25 m or as shown in drawings.

(3) Fittings shall be galvanized malleable iron or mild steel.

(4) Hinges shall be of the heavy hook and band type and shall be so fitted to prevent the gate being
lifted of the hinges.

(5) All chain link mesh is to be laid out and fixed only when the concrete to fence posts has been
cured for a minimum period of 7 days.

(6) The chain link mesh, line wires shall be erected and carefully strained with purpose made tools
until the fence is tight, level and firm. Clamp bars and straining mechanisms shall be secured
before straining tools are released.

(7) The chain link mesh shall be securely fastened to the line wires at not greater than 1 m centers
and shall be buried approximately 0.2 m into the ground or as shown in drawings.

(8) Fence posts shall be of Galvanized Iron 50mm diameter overall height 2600 mm or as shown
in drawings.

(9) End and corner posts shall be as described for straining posts and shall be complete with 1 to 2
struts as necessary.

(10) Posts and struts shall be set into the ground to a depth of 1000 mm or as shown in drawings.

(11) Concrete for bedding and surround to posts shall be class 20/20.

(12) Posts shall be bedded on concrete to give an overall bed and surround measuring 500 x 500 x
1000 mm or as shown on drawings.

(13) The maximum distance between posts shall be 3.5 m and the maximum distance between
adjacent straining posts shall be 28 m or as shown on drawings.
Section VII – Schedule of Requirements 245

12.2 Boundary Wall

Boundary walls shall be constructed of a block masonry foundation, wall and columns or as shown in
the Drawing. The finish shall be cement rendering and Tyrolean or as instructed by the Engineer.

12.3 Gates

(1) Gates shall be galvanized all steel tubular are welded construction throughout, with bracing
bars to suit. In filling shall be double facing 1.5 mm thick panels or as shown in drawings. Gates
shall be to the height and width given in the price schedules and be two leaves as indicated.
Details of gates are shown in the Drawings.

(2) Gates to be completed with hanging brackets, drop bolt, latch or short bolt, latch or short bolt,
galvanized or all brass padlock with four keys, tubular steel ground sockets, gate stop, and
fastenings to enable the gates to be retained in the open position when required.

(3) Gates posts shall be reinforced concrete, or hollow steel tubes dimensioned to carry the weight
of gate.

(4) Dimensions, details and arrangements as per Drawings.

(5) Sliding gate should have a channel built in the floor in the slab to along it with proper fixation.

12.4 Measurement and Payment

12.4.1 Boundary Wall and Fencing

12.4.1.1Measurement

Measurement for payment of providing and installing boundary wall and fencing with posts will be
made in linear meters as shown on drawings or as directed at site.

12.4.1.2Payment

Payment for providing and installing boundary wall and fencing will be made at the rate per linear meter
tendered therefor in the priced schedules.

12.4.1.3Unit of Measure

Unit of measure: Linear Meter


Section VII – Schedule of Requirements 246

4. Drawings (Lot 1 & 2)

The Bidding Documents includes the following drawings

List of Drawings

Drawing No. Description and Purpose Applicable to

Drawing No.1 AWS Tower and Guard House - General Layout Plan Lot -1

Drawing No.2 AWS Tower Elevation Lot-1

Drawing No.3 AWS Tower – Details of Section A, B and C Lot-1

Drawing No.4 Security Fencing – Typical Elevation View Lot – 1 & Lot -2

Drawing No.5 Guard House - Typical Plan and Details Lot – 1 & Lot -2
Section VII – Schedule of Requirements 247

Drawing No. 1 – AWS Tower and Guard House - General Layout Plan
Section VII – Schedule of Requirements 248

Drawing No. 2 – AWS Tower Elevation


Section VII – Schedule of Requirements 249

Drawing No. 3 – AWS Tower Details of Section A, B and C


Section VII – Schedule of Requirements 250

Drawing No. 4 – Security Fencing Typical Front Elevation View


Section VII – Schedule of Requirements 251

Drawing No. 5 – Guard House - Typical Plan and Details


Section VII – Schedule of Requirements 252

5. Inspections and Tests (Lot 1 & 2)


The following inspections and tests shall be performed:

 Calibration Certificate is required for the instruments / Equipment / sensors provided.


 Factory acceptance tests and Site Acceptance Tests
 Performance Testing
 Inspections of the Equipment at Factory Outlets and Installed Equipment, Allied
Structures and Mounting Structures.
 Any Other Testing and Inspections as per requirement of the Contract and as per
approved design and documents submitted by the Supplier.
Part 3 - Contract 253

PART 3 - Contract
Section VIII – General Conditions of Contract 254

Section VIII - General Conditions of Contract

Table of Clauses

1. Definitions .................................................................................................................. 256

2. Contract Documents .................................................................................................. 257

3. Fraud and Corruption .............................................................................................. 257

4. Interpretation ............................................................................................................ 257

5. Language ................................................................................................................... 258

6. Joint Venture, Consortium or Association ............................................................... 259

7. Eligibility ................................................................................................................... 259

8. Notices ........................................................................................................................ 259

9. Governing Law .......................................................................................................... 259

10. Settlement of Disputes ............................................................................................... 260

11. Inspections and Audit by the Bank ........................................................................... 260

12. Scope of Supply ......................................................................................................... 261

13. Delivery and Documents ........................................................................................... 261

14. Supplier’s Responsibilities ........................................................................................ 261

15. Contract Price ........................................................................................................... 261

16. Terms of Payment ..................................................................................................... 261

17. Taxes and Duties ....................................................................................................... 261

18. Performance Security ................................................................................................ 262

19. Copyright ................................................................................................................... 262

20. Confidential Information .......................................................................................... 262

21. Subcontracting .......................................................................................................... 263


Section VIII – General Conditions of Contract 255

22. Specifications and Standards .................................................................................... 263

23. Packing and Documents ............................................................................................ 264

24. Insurance ................................................................................................................... 264

25. Transportation and Incidental Services ................................................................... 265

26. Inspections and Tests ................................................................................................ 265

27. Liquidated Damages.................................................................................................. 266

28. Warranty ................................................................................................................... 267

29. Patent Indemnity ....................................................................................................... 267

30. Limitation of Liability ............................................................................................... 269

31. Change in Laws and Regulations .............................................................................. 269

32. Force Majeure ........................................................................................................... 269

33. Change Orders and Contract Amendments ............................................................. 270

34. Extensions of Time .................................................................................................... 271

35. Termination ............................................................................................................... 272

36. Assignment ................................................................................................................ 273

37. Export Restriction ..................................................................................................... 273


Section VIII – General Conditions of Contract 256

Section VIII - General Conditions of Contract


1. Definitions 1.1 The following words and expressions shall have the meanings
hereby assigned to them:
(a) “Bank” means the World Bank and refers to the
International Bank for Reconstruction and Development
(IBRD) or the International Development Association
(IDA).
(b) “Contract” means the Contract Agreement entered into
between the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein.
(c) “Contract Documents” means the documents listed in the
Contract Agreement, including any amendments thereto.
(d) “Contract Price” means the price payable to the Supplier
as specified in the Contract Agreement, subject to such
additions and adjustments thereto or deductions therefrom,
as may be made pursuant to the Contract.
(e) “Day” means calendar day.
(f) “Completion” means the fulfillment of the Related
Services by the Supplier in accordance with the terms and
conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract.
(h) “Goods” means all of the commodities, raw material,
machinery and equipment, and/or other materials that the
Supplier is required to supply to the Purchaser under the
Contract.
(i) “Purchaser’s Country” is the country specified in the
Special Conditions of Contract (SCC).
(j) “Purchaser” means the entity purchasing the Goods and
Related Services, as specified in the SCC.
(k) “Related Services” means the services incidental to the
supply of the goods, such as insurance, installation,
training and initial maintenance and other such obligations
of the Supplier under the Contract.
(l) “SCC” means the Special Conditions of Contract.
Section VIII – General Conditions of Contract 257

(m) “Subcontractor” means any person, private or government


entity, or a combination of the above, to whom any part of
the Goods to be supplied or execution of any part of the
Related Services is subcontracted by the Supplier.
(n) “Supplier” means the person, private or government entity,
or a combination of the above, whose Bid to perform the
Contract has been accepted by the Purchaser and is named as
such in the Contract Agreement.
(o) “The Project Site,” where applicable, means the place
named in the SCC.
2. Contract 2.1 Subject to the order of precedence set forth in the Contract
Documents Agreement, all documents forming the Contract (and all parts
thereof) are intended to be correlative, complementary, and
mutually explanatory. The Contract Agreement shall be read as a
whole.
3. Fraud and 3.1 The Bank requires compliance with the Bank’s Anti-Corruption
Corruption Guidelines and its prevailing sanctions policies and procedures
as set forth in the WBG’s Sanctions Framework, as set forth in
Appendix to the GCC.
3.2 The Purchaser requires the Supplier to disclose any commissions
or fees that may have been paid or are to be paid to agents or any
other party with respect to the Bidding process or execution of
the Contract. The information disclosed must include at least the
name and address of the agent or other party, the amount and
currency, and the purpose of the commission, gratuity or fee.

4. Interpretation 4.1 If the context so requires it, singular means plural and vice versa.
4.2 Incoterms
(a) Unless inconsistent with any provision of the Contract, the
meaning of any trade term and the rights and obligations
of parties thereunder shall be as prescribed by Incoterms
specified in the SCC.
(b) The terms EXW, CIP, FCA, CFR and other similar terms,
when used, shall be governed by the rules prescribed in the
current edition of Incoterms specified in the SCC and
published by the International Chamber of Commerce in
Paris, France.
4.3 Entire Agreement
Section VIII – General Conditions of Contract 258

The Contract constitutes the entire agreement between the


Purchaser and the Supplier and supersedes all communications,
negotiations and agreements (whether written or oral) of the
parties with respect thereto made prior to the date of Contract.
4.4 Amendment
No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
4.5 Nonwaiver
(a) Subject to GCC Sub-Clause 4.5(b) below, no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, neither shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
(b) Any waiver of a party’s rights, powers, or remedies under
the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such
waiver, and must specify the right and the extent to which
it is being waived.
4.6 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract.

5. Language 5.1 The Contract as well as all correspondence and documents


relating to the Contract exchanged by the Supplier and the
Purchaser, shall be written in the language specified in the SCC.
Supporting documents and printed literature that are part of the
Contract may be in another language provided they are
accompanied by an accurate translation of the relevant passages
in the language specified, in which case, for purposes of
interpretation of the Contract, this translation shall govern.
5.2 The Supplier shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation, for
documents provided by the Supplier.
Section VIII – General Conditions of Contract 259

6. Joint Venture, 6.1 If the Supplier is a joint venture, consortium, or association, all of
Consortium or the parties shall be jointly and severally liable to the Purchaser for
Association the fulfillment of the provisions of the Contract and shall designate
one party to act as a leader with authority to bind the joint venture,
consortium, or association. The composition or the constitution of
the joint venture, consortium, or association shall not be altered
without the prior consent of the Purchaser.

7. Eligibility 7.1 The Supplier and its Subcontractors shall have the nationality of
an eligible country. A Supplier or Subcontractor shall be deemed
to have the nationality of a country if it is a citizen or constituted,
incorporated, or registered, and operates in conformity with the
provisions of the laws of that country.
7.2 All Goods and Related Services to be supplied under the Contract
and financed by the Bank shall have their origin in Eligible
Countries. For the purpose of this Clause, origin means the
country where the goods have been grown, mined, cultivated,
produced, manufactured, or processed; or through manufacture,
processing, or assembly, another commercially recognized
article results that differs substantially in its basic characteristics
from its components.

8. Notices 8.1 Any notice given by one party to the other pursuant to the
Contract shall be in writing to the address specified in the SCC.
The term “in writing” means communicated in written form with
proof of receipt.
8.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
9. Governing 9.1 The Contract shall be governed by and interpreted in accordance
Law with the laws of the Purchaser’s Country, unless otherwise
specified in the SCC.
9.2 Throughout the execution of the Contract, the Supplier shall
comply with the import of goods and services prohibitions in the
Purchaser’s Country when
(a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country; or
9.2 (b) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s Country prohibits any import of
goods from that country or any payments to any country, person,
or entity in that country.
Section VIII – General Conditions of Contract 260

10. Settlement of 10.1 The Purchaser and the Supplier shall make every effort to
Disputes resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
10.2 If, after twenty-eight (28) days, the parties have failed to resolve
their dispute or difference by such mutual consultation, then
either the Purchaser or the Supplier may give notice to the other
party of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect
of this matter may be commenced unless such notice is given.
Any dispute or difference in respect of which a notice of
intention to commence arbitration has been given in accordance
with this Clause shall be finally settled by arbitration.
Arbitration may be commenced prior to or after delivery of the
Goods under the Contract. Arbitration proceedings shall be
conducted in accordance with the rules of procedure specified in
the SCC.
10.3 Notwithstanding any reference to arbitration herein,
(a) the parties shall continue to perform their respective
obligations under the Contract unless they otherwise agree;
and
(b) the Purchaser shall pay the Supplier any monies due the
Supplier.
11. Inspections 11.1 The Supplier shall keep, and shall make all reasonable efforts to
and Audit by cause its Subcontractors to keep, accurate and systematic
the Bank accounts and records in respect of the Goods in such form and
details as will clearly identify relevant time changes and costs.
11.2 Pursuant to paragraph 2.2 e. of Appendix to the General
Conditions the Supplier shall permit and shall cause its
subcontractors and subconsultants to permit, the Bank and/or
persons appointed by the Bank to inspect the Site and/or the
accounts and records relating to the performance of the Contract
and the submission of the bid, and to have such accounts and
records audited by auditors appointed by the Bank if requested by
the Bank. The Supplier’s and its Subcontractors’ and
subconsultants’ attention is drawn to Sub-Clause 3.1 which
provides, inter alia, that acts intended to materially impede the
exercise of the Bank’s inspection and audit rights constitute a
prohibited practice subject to contract termination (as well as to a
determination of ineligibility pursuant to the Bank’s prevailing
sanctions procedures).
Section VIII – General Conditions of Contract 261

12. Scope of 12.1 The Goods and Related Services to be supplied shall be as specified
Supply in the Schedule of Requirements.
13. Delivery and 13.1 Subject to GCC Sub-Clause 33.1, the Delivery of the Goods and
Documents Completion of the Related Services shall be in accordance with the
Delivery and Completion Schedule specified in the Schedule of
Requirements. The details of shipping and other documents to be
furnished by the Supplier are specified in the SCC.

14. Supplier’s 14.1 The Supplier shall supply all the Goods and Related Services
Responsibilities included in the Scope of Supply in accordance with GCC Clause
12, and the Delivery and Completion Schedule, as per GCC
Clause 13.

15. Contract Price 15.1 Prices charged by the Supplier for the Goods supplied and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its Bid, with the
exception of any price adjustments authorized in the SCC.
16. Terms of 16.1 The Contract Price, including any Advance Payments, if
Payment applicable, shall be paid as specified in the SCC.
16.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, and by the documents submitted pursuant to GCC
Clause 13 and upon fulfillment of all other obligations stipulated
in the Contract.
16.3 Payments shall be made promptly by the Purchaser, but in no case
later than sixty (60) days after submission of an invoice or request
for payment by the Supplier, and after the Purchaser has accepted
it.
16.4 The currencies in which payments shall be made to the Supplier
under this Contract shall be those in which the Bid price is
expressed.
16.5 In the event that the Purchaser fails to pay the Supplier any
payment by its due date or within the period set forth in the SCC,
the Purchaser shall pay to the Supplier interest on the amount of
such delayed payment at the rate shown in the SCC, for the
period of delay until payment has been made in full, whether
before or after judgment or arbitrage award.

17. Taxes and 17.1 For goods manufactured outside the Purchaser’s Country, the
Duties Supplier shall be entirely responsible for all taxes, stamp duties,
Section VIII – General Conditions of Contract 262

license fees, and other such levies imposed outside the


Purchaser’s Country.
17.2 For goods Manufactured within the Purchaser’s Country, the
Supplier shall be entirely responsible for all taxes, duties, license
fees, etc., incurred until delivery of the contracted Goods to the
Purchaser.
17.3 If any tax exemptions, reductions, allowances or privileges may
be available to the Supplier in the Purchaser’s Country, the
Purchaser shall use its best efforts to enable the Supplier to benefit
from any such tax savings to the maximum allowable extent.
18. Performance 18.1 If required as specified in the SCC, the Supplier shall, within
Security twenty-eight (28) days of the notification of contract award,
provide a performance security for the performance of the
Contract in the amount specified in the SCC.
18.2 The proceeds of the Performance Security shall be payable to the
Purchaser as compensation for any loss resulting from the
Supplier’s failure to complete its obligations under the Contract.
18.3 As specified in the SCC, the Performance Security, if required,
shall be denominated in the currency(ies) of the Contract, or in a
freely convertible currency acceptable to the Purchaser; and shall
be in one of the format stipulated by the Purchaser in the SCC, or
in another format acceptable to the Purchaser.
18.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than twenty-eight (28) days
following the date of Completion of the Supplier’s performance
obligations under the Contract, including any warranty
obligations, unless specified otherwise in the SCC.

19. Copyright 19.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Purchaser by the
Supplier herein shall remain vested in the Supplier, or, if they are
furnished to the Purchaser directly or through the Supplier by any
third party, including suppliers of materials, the copyright in such
materials shall remain vested in such third party
20. Confidential 20.1 The Purchaser and the Supplier shall keep confidential and shall
Information not, without the written consent of the other party hereto, divulge
to any third party any documents, data, or other information
furnished directly or indirectly by the other party hereto in
connection with the Contract, whether such information has been
furnished prior to, during or following completion or termination
of the Contract. Notwithstanding the above, the Supplier may
furnish to its Subcontractor such documents, data, and other
Section VIII – General Conditions of Contract 263

information it receives from the Purchaser to the extent required


for the Subcontractor to perform its work under the Contract, in
which event the Supplier shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the
Supplier under GCC Clause 20.
20.2 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Purchaser for any purpose other than the performance of the
Contract.
20.3 The obligation of a party under GCC Sub-Clauses 20.1 and 20.2
above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the Bank or
other institutions participating in the financing of the
Contract;
(b) now or hereafter enters the public domain through no fault
of that party;
(c) can be proven to have been possessed by that party at the
time of disclosure and which was not previously obtained,
directly or indirectly, from the other party; or
(d) otherwise lawfully becomes available to that party from a
third party that has no obligation of confidentiality.
20.4 The above provisions of GCC Clause 20 shall not in any way
modify any undertaking of confidentiality given by either of the
parties hereto prior to the date of the Contract in respect of the
Supply or any part thereof.
20.5 The provisions of GCC Clause 20 shall survive completion or
termination, for whatever reason, of the Contract.

21. Subcontracting 21.1 The Supplier shall notify the Purchaser in writing of all
subcontracts awarded under the Contract if not already specified
in the Bid. Such notification, in the original Bid or later shall not
relieve the Supplier from any of its obligations, duties,
responsibilities, or liability under the Contract.
21.2 Subcontracts shall comply with the provisions of GCC Clauses 3
and 7.
22. Specifications 22.1 Technical Specifications and Drawings
and Standards
Section VIII – General Conditions of Contract 264

(a) The Goods and Related Services supplied under this


Contract shall conform to the technical specifications and
standards mentioned in Section VI, Schedule of
Requirements and, when no applicable standard is
mentioned, the standard shall be equivalent or superior to
the official standards whose application is appropriate to
the Goods’ country of origin.
(b) The Supplier shall be entitled to disclaim responsibility for
any design, data, drawing, specification or other
document, or any modification thereof provided or
designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.
(c) Wherever references are made in the Contract to codes and
standards in accordance with which it shall be executed,
the edition or the revised version of such codes and
standards shall be those specified in the Schedule of
Requirements. During Contract execution, any changes in
any such codes and standards shall be applied only after
approval by the Purchaser and shall be treated in
accordance with GCC Clause 33.

23. Packing and 23.1 The Supplier shall provide such packing of the Goods as is
Documents required to prevent their damage or deterioration during transit to
their final destination, as indicated in the Contract. During transit,
the packing shall be sufficient to withstand, without limitation,
rough handling and exposure to extreme temperatures, salt and
precipitation, and open storage. Packing case size and weights
shall take into consideration, where appropriate, the remoteness
of the goods’ final destination and the absence of heavy handling
facilities at all points in transit.
23.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as
shall be expressly provided for in the Contract, including
additional requirements, if any, specified in the SCC, and in any
other instructions ordered by the Purchaser.

24. Insurance 24.1 Unless otherwise specified in the SCC, the Goods supplied under
the Contract shall be fully insured—in a freely convertible
currency from an eligible country—against loss or damage
incidental to manufacture or acquisition, transportation, storage,
and delivery, in accordance with the applicable Incoterms or in
the manner specified in the SCC.
Section VIII – General Conditions of Contract 265

25. Transportation 25.1 Unless otherwise specified in the SCC, responsibility for
and Incidental arranging transportation of the Goods shall be in accordance with
Services the specified Incoterms.
25.2 The Supplier may be required to provide any or all of the
following services, including additional services, if any, specified
in SCC:
(a) performance or supervision of on-site assembly and/or
start-up of the supplied Goods;
(b) furnishing of tools required for assembly and/or
maintenance of the supplied Goods;
(c) furnishing of a detailed operations and maintenance manual
for each appropriate unit of the supplied Goods;
(d) performance or supervision or maintenance and/or repair of
the supplied Goods, for a period of time agreed by the
parties, provided that this service shall not relieve the
Supplier of any warranty obligations under this Contract;
and
(e) training of the Purchaser’s personnel, at the Supplier’s plant
and/or on-site, in assembly, start-up, operation,
maintenance, and/or repair of the supplied Goods.
25.3 Prices charged by the Supplier for incidental services, if not
included in the Contract Price for the Goods, shall be agreed upon
in advance by the parties and shall not exceed the prevailing rates
charged to other parties by the Supplier for similar services
26. Inspections 26.1 The Supplier shall at its own expense and at no cost to the
and Tests Purchaser carry out all such tests and/or inspections of the Goods
and Related Services as are specified in the SCC.
26.2 The inspections and tests may be conducted on the premises of
the Supplier or its Subcontractor, at point of delivery, and/or at
the Goods’ final destination, or in another place in the
Purchaser’s Country as specified in the SCC. Subject to GCC
Sub-Clause 26.3, if conducted on the premises of the Supplier or
its Subcontractor, all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Purchaser.
26.3 The Purchaser or its designated representative shall be entitled to
attend the tests and/or inspections referred to in GCC Sub-Clause
26.2, provided that the Purchaser bear all of its own costs and
Section VIII – General Conditions of Contract 266

expenses incurred in connection with such attendance including,


but not limited to, all traveling and board and lodging expenses.
26.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser. The Supplier shall obtain
from any relevant third party or manufacturer any necessary
permission or consent to enable the Purchaser or its designated
representative to attend the test and/or inspection.
26.5 The Purchaser may require the Supplier to carry out any test
and/or inspection not required by the Contract but deemed
necessary to verify that the characteristics and performance of the
Goods comply with the technical specifications codes and
standards under the Contract, provided that the Supplier’s
reasonable costs and expenses incurred in the carrying out of such
test and/or inspection shall be added to the Contract Price.
Further, if such test and/or inspection impedes the progress of
manufacturing and/or the Supplier’s performance of its other
obligations under the Contract, due allowance will be made in
respect of the Delivery Dates and Completion Dates and the other
obligations so affected.
26.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
26.7 The Purchaser may reject any Goods or any part thereof that fail
to pass any test and/or inspection or do not conform to the
specifications. The Supplier shall either rectify or replace such
rejected Goods or parts thereof or make alterations necessary to
meet the specifications at no cost to the Purchaser, and shall
repeat the test and/or inspection, at no cost to the Purchaser, upon
giving a notice pursuant to GCC Sub-Clause 26.4.
26.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods or any part thereof, nor the attendance by
the Purchaser or its representative, nor the issue of any report
pursuant to GCC Sub-Clause 26.6, shall release the Supplier from
any warranties or other obligations under the Contract.

27. Liquidated 27.1 Except as provided under GCC Clause 32, if the Supplier fails to
Damages deliver any or all of the Goods by the Date(s) of delivery or
perform the Related Services within the period specified in the
Contract, the Purchaser may without prejudice to all its other
remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified
in the SCC of the delivered price of the delayed Goods or
unperformed Services for each week or part thereof of delay until
Section VIII – General Conditions of Contract 267

actual delivery or performance, up to a maximum deduction of


the percentage specified in those SCC. Once the maximum is
reached, the Purchaser may terminate the Contract pursuant to
GCC Clause 35.

28. Warranty 28.1 The Supplier warrants that all the Goods are new, unused, and of
the most recent or current models, and that they incorporate all
recent improvements in design and materials, unless provided
otherwise in the Contract.
28.2 Subject to GCC Sub-Clause 22.1(b), the Supplier further
warrants that the Goods shall be free from defects arising from
any act or omission of the Supplier or arising from design,
materials, and workmanship, under normal use in the conditions
prevailing in the country of final destination.
28.3 Unless otherwise specified in the SCC, the warranty shall remain
valid for twelve (12) months after the Goods, or any portion
thereof as the case may be, have been delivered to and accepted
at the final destination indicated in the SCC, or for eighteen (18)
months after the date of shipment from the port or place of
loading in the country of origin, whichever period concludes
earlier.
28.4 The Purchaser shall give notice to the Supplier stating the nature
of any such defects together with all available evidence thereof,
promptly following the discovery thereof. The Purchaser shall
afford all reasonable opportunity for the Supplier to inspect such
defects.
28.5 Upon receipt of such notice, the Supplier shall, within the period
specified in the SCC, expeditiously repair or replace the defective
Goods or parts thereof, at no cost to the Purchaser.
28.6 If having been notified, the Supplier fails to remedy the defect
within the period specified in the SCC, the Purchaser may
proceed to take within a reasonable period such remedial action
as may be necessary, at the Supplier’s risk and expense and
without prejudice to any other rights which the Purchaser may
have against the Supplier under the Contract.
29. Patent 29.1 The Supplier shall, subject to the Purchaser’s compliance with
Indemnity GCC Sub-Clause 29.2, indemnify and hold harmless the
Purchaser and its employees and officers from and against any
and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser may
suffer as a result of any infringement or alleged infringement of
Section VIII – General Conditions of Contract 268

any patent, utility model, registered design, trademark, copyright,


or other intellectual property right registered or otherwise
existing at the date of the Contract by reason of:
(a) the installation of the Goods by the Supplier or the use of
the Goods in the country where the Site is located; and
(b) the sale in any country of the products produced by the
Goods.
Such indemnity shall not cover any use of the Goods or any part
thereof other than for the purpose indicated by or to be
reasonably inferred from the Contract, neither any infringement
resulting from the use of the Goods or any part thereof, or any
products produced thereby in association or combination with
any other equipment, plant, or materials not supplied by the
Supplier, pursuant to the Contract.
29.2 If any proceedings are brought or any claim is made against the
Purchaser arising out of the matters referred to in GCC Sub-
Clause 29.1, the Purchaser shall promptly give the Supplier a
notice thereof, and the Supplier may at its own expense and in the
Purchaser’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.
29.3 If the Supplier fails to notify the Purchaser within twenty-eight
(28) days after receipt of such notice that it intends to conduct
any such proceedings or claim, then the Purchaser shall be free to
conduct the same on its own behalf.
29.4 The Purchaser shall, at the Supplier’s request, afford all available
assistance to the Supplier in conducting such proceedings or
claim, and shall be reimbursed by the Supplier for all reasonable
expenses incurred in so doing.
29.5 `The Purchaser shall indemnify and hold harmless the Supplier
and its employees, officers, and Subcontractors from and against
any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Supplier may
suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright,
or other intellectual property right registered or otherwise
existing at the date of the Contract arising out of or in connection
with any design, data, drawing, specification, or other documents
or materials provided or designed by or on behalf of the
Purchaser.
Section VIII – General Conditions of Contract 269

30. Limitation of 30.1 Except in cases of criminal negligence or willful misconduct,


Liability
(a) the Supplier shall not be liable to the Purchaser, whether in
contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the
Supplier to pay liquidated damages to the Purchaser and
(b) the aggregate liability of the Supplier to the Purchaser,
whether under the Contract, in tort or otherwise, shall not
exceed the total Contract Price, provided that this limitation
shall not apply to the cost of repairing or replacing
defective equipment, or to any obligation of the supplier to
indemnify the Purchaser with respect to patent
infringement
31. Change in 31.1 Unless otherwise specified in the Contract, if after the date of 28
Laws and days prior to date of Bid submission, any law, regulation,
Regulations ordinance, order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in the place of the
Purchaser’s Country where the Site is located (which shall be
deemed to include any change in interpretation or application by
the competent authorities) that subsequently affects the Delivery
Date and/or the Contract Price, then such Delivery Date and/or
Contract Price shall be correspondingly increased or decreased,
to the extent that the Supplier has thereby been affected in the
performance of any of its obligations under the Contract.
Notwithstanding the foregoing, such additional or reduced cost
shall not be separately paid or credited if the same has already
been accounted for in the price adjustment provisions where
applicable, in accordance with GCC Clause 15.

32. Force Majeure 32.1 The Supplier shall not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and to
the extent that its delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure.
32.2 For purposes of this Clause, “Force Majeure” means an event or
situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to negligence
or lack of care on the part of the Supplier. Such events may
include, but not be limited to, acts of the Purchaser in its
sovereign capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
Section VIII – General Conditions of Contract 270

32.3 If a Force Majeure situation arises, the Supplier shall promptly


notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by
the Force Majeure event.
33. Change Orders 33.1 The Purchaser may at any time order the Supplier through notice
and Contract in accordance GCC Clause 8, to make changes within the general
Amendments scope of the Contract in any one or more of the following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) the method of shipment or packing;
(c) the place of delivery; and
(d) the Related Services to be provided by the Supplier.
33.2 If any such change causes an increase or decrease in the cost of,
or the time required for, the Supplier’s performance of any
provisions under the Contract, an equitable adjustment shall be
made in the Contract Price or in the Delivery/Completion
Schedule, or both, and the Contract shall accordingly be
amended. Any claims by the Supplier for adjustment under this
Clause must be asserted within twenty-eight (28) days from the
date of the Supplier’s receipt of the Purchaser’s change order.
33.3 Prices to be charged by the Supplier for any Related Services that
might be needed but which were not included in the Contract
shall be agreed upon in advance by the parties and shall not
exceed the prevailing rates charged to other parties by the
Supplier for similar services.
33.4 Value Engineering: The Supplier may prepare, at its own cost, a
value engineering proposal at any time during the performance of
the contract. The value engineering proposal shall, at a minimum,
include the following;
(a) the proposed change(s), and a description of the
difference to the existing contract requirements;
(b) a full cost/benefit analysis of the proposed change(s)
including a description and estimate of costs
Section VIII – General Conditions of Contract 271

(including life cycle costs) the Purchaser may incur in


implementing the value engineering proposal; and
(c) a description of any effect(s) of the change on
performance/functionality.
The Purchaser may accept the value engineering proposal if the
proposal demonstrates benefits that:
(a) accelerates the delivery period; or
(b) reduces the Contract Price or the life cycle costs to
the Purchaser; or
(c) improves the quality, efficiency or sustainability of
the Goods; or
(d) yields any other benefits to the Purchaser,
without compromising the necessary functions of the Facilities.
If the value engineering proposal is approved by the Purchaser
and results in:
(a) a reduction of the Contract Price; the amount to be
paid to the Supplier shall be the percentage specified
in the PCC of the reduction in the Contract Price; or
(b) an increase in the Contract Price; but results in a
reduction in life cycle costs due to any benefit
described in (a) to (d) above, the amount to be paid to
the Supplier shall be the full increase in the Contract
Price.
33.5 Subject to the above, no variation in or modification of the terms
of the Contract shall be made except by written amendment
signed by the parties.

34. Extensions of 34.1 If at any time during performance of the Contract, the Supplier or
Time its subcontractors should encounter conditions impeding timely
delivery of the Goods or completion of Related Services pursuant
to GCC Clause 13, the Supplier shall promptly notify the
Purchaser in writing of the delay, its likely duration, and its cause.
As soon as practicable after receipt of the Supplier’s notice, the
Purchaser shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, in which case the
extension shall be ratified by the parties by amendment of the
Contract.
Section VIII – General Conditions of Contract 272

34.2 Except in case of Force Majeure, as provided under GCC Clause


32, a delay by the Supplier in the performance of its Delivery and
Completion obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 26,
unless an extension of time is agreed upon, pursuant to GCC Sub-
Clause 34.1.

35. Termination 35.1 Termination for Default


(a) The Purchaser, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the
Supplier, may terminate the Contract in whole or in part:
(i) if the Supplier fails to deliver any or all of the Goods
within the period specified in the Contract, or within
any extension thereof granted by the Purchaser
pursuant to GCC Clause 34;
(ii) if the Supplier fails to perform any other obligation
under the Contract; or
(iii) if the Supplier, in the judgment of the Purchaser has
engaged in Fraud and Corruption, as defined in
paragrpah 2.2 a of the Appendix to the GCC, in
competing for or in executing the Contract.
(b) In the event the Purchaser terminates the Contract in whole
or in part, pursuant to GCC Clause 35.1(a), the Purchaser
may procure, upon such terms and in such manner as it
deems appropriate, Goods or Related Services similar to
those undelivered or not performed, and the Supplier shall
be liable to the Purchaser for any additional costs for such
similar Goods or Related Services. However, the Supplier
shall continue performance of the Contract to the extent
not terminated.
35.2 Termination for Insolvency.
(a) The Purchaser may at any time terminate the Contract by
giving notice to the Supplier if the Supplier becomes
bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Supplier,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the Purchaser
35.3 Termination for Convenience.
Section VIII – General Conditions of Contract 273

(a) The Purchaser, by notice sent to the Supplier, may


terminate the Contract, in whole or in part, at any time for
its convenience. The notice of termination shall specify
that termination is for the Purchaser’s convenience, the
extent to which performance of the Supplier under the
Contract is terminated, and the date upon which such
termination becomes effective.
(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of notice of termination shall be accepted by the Purchaser
at the Contract terms and prices. For the remaining Goods,
the Purchaser may elect:
(i) to have any portion completed and delivered at the
Contract terms and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts
previously procured by the Supplier.

36. Assignment 36.1 Neither the Purchaser nor the Supplier shall assign, in whole or
in part, their obligations under this Contract, except with prior
written consent of the other party.
37. Export 37.1 Notwithstanding any obligation under the Contract to complete
Restriction all export formalities, any export restrictions attributable to the
Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, which arise
from trade regulations from a country supplying those
products/goods, systems or services, and which substantially
impede the Supplier from meeting its obligations under the
Contract, shall release the Supplier from the obligation to provide
deliveries or services, always provided, however, that the
Supplier can demonstrate to the satisfaction of the Purchaser and
of the Bank that it has completed all formalities in a timely
manner, including applying for permits, authorizations and
licenses necessary for the export of the products/goods, systems
or services under the terms of the Contract. Termination of the
Contract on this basis shall be for the Purchaser’s convenience
pursuant to Sub-Clause 35.3.
Section VIII – General Conditions of Contract 274

APPENDIX TO GENERAL CONDITIONS


Fraud and Corruption
(Text in this Appendix shall not be modified)
1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders,
consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers
or suppliers; any agents (whether declared or not); and any of their personnel, observe the
highest standard of ethics during the procurement process, selection and contract execution of
Bank-financed contracts, and refrain from Fraud and Corruption.
2.2 To this end, the Bank:
a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed
to achieve an improper purpose, including to influence improperly the actions
of another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of
evidence material to the investigation or making false statements to
investigators in order to materially impede a Bank investigation into
allegations of a corrupt, fraudulent, coercive, or collusive practice;
and/or threatening, harassing, or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s
inspection and audit rights provided for under paragraph 2.2 e.
below.
Section VIII – General Conditions of Contract 275

b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-consultants,
sub-contractors, service providers, suppliers and/ or their employees, has, directly
or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take
other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of any
part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices during the procurement process, selection and/or execution
of the contract in question, without the Borrower having taken timely and
appropriate action satisfactory to the Bank to address such practices when they
occur, including by failing to inform the Bank in a timely manner at the time they
knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the
Bank’s prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise benefit
from a Bank-financed contract, financially or in any other manner; 1 (ii) to be a
nominated2 sub-contractor, consultant, manufacturer or supplier, or service
provider of an otherwise eligible firm being awarded a Bank-financed contract; and
(iii) to receive the proceeds of any loan made by the Bank or otherwise to participate
further in the preparation or implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and
in contracts financed by a Bank loan, requiring (i) bidders, consultants, contractors,
and suppliers, and their sub-contractors, sub-consultants, service providers,
suppliers, agents personnel, permit the Bank to inspect3 all accounts, records and
other documents relating to the submission of bids and contract performance, and
to have them audited by auditors appointed by the Bank.

1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i)
applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in
its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder
to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken
by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating
the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes
but is not limited to: accessing and examining a firm's or individual's financial records and information, and making copies
thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic
format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other
relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.
Section IX – Special Conditions of Contract 277

Section IX - Special Conditions of Contract


The following Special Conditions of Contract (SCC) shall supplement and / or amend the
General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.

GCC 1.1(i) The Purchaser’s Country is: Islamic Republic of Pakistan

GCC 1.1(j) The Purchaser is: Project Director, Balochistan Integrated Water
Resources Water Management and Development Project

GCC 1.1 (o) The Project Site(s)/Final Destination(s) are as below:

Location Latitude Longitude


AWS Stations
Mach Kachi 29.87682° 67.30567°
Nari Sibbi 29.52521° 67.81738°
Bhag 29.04730° 67.82388°
Usta Muhammad 28.18375° 68.04064°
Kach 30.43671° 67.29079°
Ziarat 30.38255° 67.73360°
Duki 30.15396° 68.57457°
Uthal 25.79363° 66.62327°
Saiyyan Village (Bela) 29.52521° 67.81738°
Streamflow Gauges
Nari River, Sibi 29.52357° 67.81530°
Ghati Bridge (Beji River), Ziarat 29.99786° 68.83583°

GCC 4.2 (a) The meaning of the trade terms shall be as prescribed by Incoterms. If the
meaning of any trade term and the rights and obligations of the parties
thereunder shall not be as prescribed by Incoterms, they shall be as
prescribed by: CIP

GCC 4.2 (b) The version edition of Incoterms shall be 2020

GCC 5.1 The language shall be: English

You might also like