346
MAHARASHTRA JEEVAN PRADHIKARAN REGION NAGPUR MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE,AMRAVATI MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION AMRAVATI B-1 TENDER For COMBINED WATER SUPPLY SCHEME OF GURUKUNJ ASHRAM, GURUDEO NAGAR & MOZARI VILLAGE UNDER MOZARI VIKAS ARAKHADA (FULL DEPOSIT WORK) Taluka : TIWSA District : AMRAVATI

B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

MAHARASHTRA JEEVAN PRADHIKARAN REGION NAGPUR

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE,AMRAVATI

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION

AMRAVATI

B-1 TENDERFor

COMBINED WATER SUPPLY SCHEME OF GURUKUNJ

ASHRAM, GURUDEO NAGAR & MOZARI VILLAGE

UNDER MOZARI VIKAS ARAKHADA

(FULL DEPOSIT WORK)

Taluka : TIWSA District : AMRAVATI

Page 2: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Work : Intake well, connecting pipe, Jack well, Raw water Rising main,

Raw / Pure water pumping machinery, Unconventional water

treatment plant, Pure Water Rising main, Gravity main ,R.C.C.

ESR-2 Nos., Distribution system and other Misc. works.

Office of the Executive Engineer

Maharashtra Jeevan Pradhikaran Works DivisionAmravati

MAHARASHTRA JEEVAN PRADHIKARAN REGION NAGPUR

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE,AMRAVATIMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION AMRAVATI

Combined Water Supply Scheme for Gurukunj Ashram, Gurudeo Nagar &

Mozari Village. ( Full Deposit Work Under Mozari Vikas Arakhada)

Name of Work : Intake well, connecting pipe, Jack well, Raw water

Rising main, Raw / Pure water pumping

machinery, Unconventional water treatment plant,

Pure Water Rising main, Gravity main ,R.C.C.

ESR-2 Nos., Distribution system and other Misc.

works.

INDEXSr. No. Description Page Nos.

From To1. Face Sheet 03 03

2. Press Tender Notice 04 05

3. Detailed Tender Notice 06 23

4. Form “B-1” (Contract) 24 62

5. Additional Conditions of Contract 63 65

6. Contract Agreement 66 67

7. General Conditions 68 94

8. Schedule “A” with Conditions 95 100

9. Schedule “B” 101 147Contractor No of Corrections Executive Engineer

Page 3: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

10. Detailed item wise specifications 148 296

11. General Civil Engineering Specifications 297 310

12. Standard Consumption & Various Schedule’s 311 319

13. Drawings

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION AMRAVATI

COMBINED WATER SUPPLY SCHEME OF GURUKUNJ ASHRAM, GURUDEO

NAGAR & MOZARI VILLAGE

UNDER MOZARI VIKAS ARAKHADA(FULL DEPOSIT WORK)

Contractor No of Corrections Executive Engineer

Page 4: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Work : Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure water pumping machinery, Unconventional water treatment plant, Pure Water Rising main, Gravity main ,R.C.C. ESR-2 Nos., Distribution system and other Misc. works.

1. Estimated Cost Put to Tender Rs.3,93,65,677/-2. Earnest Money Rs.1,97,000/- 3. Class of Contractor Class-II (Civil) & above class.4. Cost of Tender Form Rs.5,200/- (In cash only)5. Type of Tender B-16. Date and Time of Submission On or before Date 06/05/2011 Up to 18.00 Hrs.

on-line as e-Tender.

Issued to -----------------------------------------Registered in Class -------------/

Prequalified -----------------------------------On ---------------------Received

Cash Rs. 5200/- vide Money Receipt No. . ………….. . . Date. . .

Divisional Accountant

MAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPUR

CHIEF ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPUR

SUPERINTENDING ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE,

AMRAVATIEXECUTIVE ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN, WORKS DIVISION, AMRAVATI

e-Tendering Tender Notice

Main Portal: http://maharashtra.etenders.in

MJP Portal: mjp .maharashtra.etenders.in

SYSTEM TENDER NO : 11 NIT NO: For 2011-12 (1st Call)

Contractor No of Corrections Executive Engineer

Page 5: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Sealed Online Tenders (e –tender) in B-1 form for the following work are invited

by the Executive Engineer, Maharashtra Jeevan Pradhikaran Division

Amravati. Dist. Amravati Phone No.(0721) 2551303 on Government of

Maharashtra Electronic Tender Management System portal

(http://maharashtra.etenders.in) through Sub Portal of

http://mjp.maharashtra.etenders.in from the contractors enrolled with the

MAHARASHTRA JEEVAN PRADHIKARAN in appropriate class mentioned

below .

Sr. No

Name of WorkEstimated Cost

(Rs.)

Time Limit for

completion (Months)

Earnest Money in

(Rs.)

Cost of Blank tender form (Rs.)

Class of Registration

1 2 3 4 5 6 7

1

Combined Water Supply Scheme for Gurukunj Ashram, Gurudeo Nagar & Mozari Village. ( Full Deposit WorkUnder Mozari Vikas Arakhada) Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure water pumping machinery, Unconventional water treatment plant, Pure Water Rising main, Gravity main R.C.C. ESR-2 Nos., Distribution system and other Misc. works.

Rs. 3,93,65,677/-

2 Years (Including

Monsoon) for execution of

work including 3 months for trial run & testing of

scheme & 5 Year for

operation and maintains of

scheme. Total time limit 7 Years.

Rs 1,97,000/-

Rs. 5,200/-

Class II (Civil) &

above

The details can be viewed and downloaded online directly from the

Government of Maharashtra e-tender Portal http:// maharashtra.etenders.in on

Sub Portal of Maharashtra Jeevan Pradhikaran through

http:// mjp.maharashtra.etenders.in

The tender notice will be available on 13/04/2011 on sub portal of

Maharashtra Jeevan Pradhikaran. at http://mjp.maharashtra.etenders.in and

follow key dates mentioned in detailed tender notice

NOTE: -

1. All eligible/interested contractors are requested to get enrolled on e-Tendering

portal ( http:// mahrashtra.etenders.in )

Contractor No of Corrections Executive Engineer

Page 6: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

2. Contractors can contact Help Desk for any clarification of their doubts

regarding the process of Electronic Tendering System. Help Desk

(9420337303). or through Email ID [email protected] Phone No.

020-41466666

EXECUTIVE ENGINEER

Maharashtra Jeevan Pradhikaran

Division, Amravati

MAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPURTHE CHIEF ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPUR

THE SUPERINTENDING ENGINEER, MAHARASHTRA JEEVAN

PRADHIKARAN, CIRCLE, AMRAVATI

THE EXECUTIVE ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN,

WORKS DIVISION, AMRAVATI

SECTION –I

TENDER NOTICE

TENDER NOTICE NO. ( ) / 2011-12

System E - TENDER NOTICE NO. ( 11 )FOR 2011-12

Contractor No of Corrections Executive Engineer

Page 7: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

MAHARASHTRA JEEVAN PRADHIKARAN approved Contractors are

hereby notified that the Tender form for Pre- qualification for the following work

in the Dist. Amravati is being invited by the M.J.P. Contractors registered under

Class II (Civil) category intending to tender for this work. Contractor are hereby

requested to contact to the Executive Engineer, Maharashtra Jeevan Pradhikaran

Division, Amravati (Phone No.0721-2551303) to get the copy of tender notice ,

free of cost.

Contractor No of Corrections Executive Engineer

Page 8: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1. Name of Work: Combined Water Supply Scheme for Gurukunj Ashram,

Gurudeo Nagar & Mozari Village. ( Full Deposit

WorkUnder Mozari Vikas Arakhada)

Intake well, connecting pipe, Jack well, Raw water Rising

main, Raw / Pure water pumping machinery,

Unconventional water treatment plant, Pure Water Rising

main, Gravity main R.C.C. ESR-2 Nos., Distribution system

and other Misc. works.2. Estimated Cost : Rs. 3,93,65,677/-

3. Time Limit for :

Completion

2 Years (Including Monsoon) for execution of work including

3 months for trial run & testing of scheme &

5 Years for operation and maintains of scheme.

Total time limit 7 Years.

3. Application for Pre-qualification shall be scanned & uploaded online & also

shall be submitted physically to the office of the Chief Engineer, Maharashtra

Jeevan Pradhikaran Regional Office, Nagpur on working days from

13/04/2011 to 19/04/2011 during office hours . prequalification fee of Rs.

2000/- in the form of DD drawn in favour of Executive Engineer, Maharashtra

Jeevan Pradhikaran, Works Division Amravati. Which should be submitted to

Executive Engineer, Maharashtra Jeevan Pradhikaran Division, Amravati

physically and also shall be scanned and uploated on line, with the

prequalification application.

Only those Contractors who fulfill to following requirements / condition

will be eligible to apply for pre- qualification to The Chief Engineer

Maharashtra Jeevan Pradhikaran Region Nagpur.

a) The contractor shall be registered contractor in class- II (Civil) in

Maharashtra Jeevan Pradhikaran. The copy of valid registration

certificate in this respect shall be produced.

Contractor No of Corrections Executive Engineer

Page 9: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

b) Contractor shall have his bidding capacity not less than Rs.263 lakh per

year which should be worked out by the formula given on 15 (c)

c) Maharashtra Value Added Tax 2002 registration certificate.

Contractor has to upload scan copies of above document as well as He has to submit

the hard copies on Key dates given in tender notice.

Note: - Only scanned copies of documents shall be uploaded so that no changes

can be made to the submitted document online. Copy and paste document shall

not be treated as valid documents.

Executive Engineer

Maharashtra Jeevan Pradhikaran

Division, Amravati

MAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPUR

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, AMRAVATI

MAHARASHTRA JEEVAN PRADHIKARAN DIVISION, AMRAVATI

DETAILED TENDER NOTICE System E - TENDER NOTICE NO. ( 11 ) FOR 2011-12

Sealed online tenders ( e-tender ) in B-1 forms (Percentage Rate Tenders) are

invited by the Executive Engineer, Maharashtra Jeevan Pradhikaran Division

Amravati, in a manner of the “Two Envelope system “online by e-tendering

system from the qualified contractors only. The Blank tender forms will be

Contractor No of Corrections Executive Engineer

Page 10: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

available on online sub portal http:// mahrashtra.etenders.in to the Pre-qualified

contractors .

MJP approved Contractors are hereby notified that the Application for pre-

qualification for the following work in the District Amravati is being invited by the

MJP, Contractors registered under class II (Civil) category, intending to tender for

this work and hereby requested to apply online to the portal

mjp.maharashtra.etenders.in and physically submit all the document to the

office of the Chief Engineer Maharashtra Jeevan Pradhikaran, Nagpur.

All the documents required for prequalification and submitted to

Chief Engineer should also scanned and uploaded online on the sub portal

mjp.maharashtra.etenders.in. The fee for prequalification Rs.2000/- in the form of

DD from Nationalized/ Scheduled bank shall be submitted to the Executive

Engineer M.J.P.Works Dn , Amravati and also shall be scanned and uploaded

online on MJP sub portal alongwith scanned copies of documents required for

prequalification. The DD should be drawn in the name of Executive Engineer,

Maharashtra Jeevan Pradhikaran, Division : Amravati payable at Amravati.

Contractor No of Corrections Executive Engineer

Page 11: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1. Name of Work: Combined Water Supply Scheme for Gurukunj Ashram, Gurudeo Nagar & Mozari Village. ( Full Deposit WorkUnder Mozari Vikas Arakhada) Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure water pumping machinery, Unconventional water treatment plant, Pure Water Rising main, Gravity main R.C.C. ESR-2 Nos., Distribution system and other Misc. works.

2. Estimated Cost : Rs. 3,93,65,677/-

3. Time Limit for Completion : 2 Years (Including Monsoon) for execution of work

including 3 months for trial run & testing of scheme

& 5 Years for operation and maintains of scheme.

Total time limit 7 Years.

4Place of receipt of Pre-

qualification document:

Documents shall be physically submitted to the

Office of the Chief Engineer, Maharashtra

Jeevan Pradhikaran Regional Office Nagpur as

well as Contractor has to upload the scan

copies online with fee of Rs. 2000/- as

mentioned earlier.

5

Last Date of Receipt of duly

filled pre-qualification

document

19/04/2011 up to 16.00 Hrs

6 Cost of Prequalification

Rs. 2000/- in form of Demand Draft scanned

and upload & has to submit physically to

Executive Engineer, MJP Works Division,

Amravati within the time limit given in Key

Dates.

7 Download of Blank Tender

form online

29/04/2011 From 17.01 hrs. to 02/05/2011 up

to 18.00 hrs.

8 Pre tender Conference offline 03/05/2011 at 14.00 hrs.

9Place of offline pre-tender

conference

Office of the Chief Engineer, Maharashtra

Jeevan Pradhikaran, Region, Nagpur

1

0

Last Date of submission of

tender06/05/2011 up to 18.00 hrs.

Contractor No of Corrections Executive Engineer

Page 12: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

11 Earnest Money Deposit

Rs. 1,97,000/- Physically as well as scan copy

online in the form of TDR/FDR for One year

from Nationalized / Schedule Bank. Physical

submission of EMD shall be in the office of

Executive Engineer Amravati and scanned

copies shall be uploated in Envelope No.1

online.

1

2Security Deposit (Initial)

2% of tender cost ( i.e. accepted cost )

Physically in form of T.D.R./ F.D.R. of any

nationalized or scheduled bank.1

3

Security Deposit (From R.A.

Bill): 2% of Tender cost ( i.e. accepted cost )

1

4Validity of tender :

Tender shall be valid for 120 days from date of

opening of tender.

14. Security Deposit :

a) The security deposit at 4% of estimated cost put to tender or accepted cost whichever is higher, will have to be deposited by the successful contractor.

b) The Security deposit will be accepted in the following manner. Initial S.D., 2% in the form of FDR/TDR or bank guarantee, valid for minimum period of 24 months and will have to be extended further by every 12 month till the contract is alive.

And 50% of Security Deposit will be recovered at 4% through each R.A. Bill so as to make total Security Deposit 4%.

14. Additional Security Deposit

In case of those tenderer whose offer is less than 10% of the cost put to tender it is

binding on contractor to pay additional security deposit as mentioned below.

i) Offer up to 10% below Initial 2% of cost put to tender + 2% from

RA Bill (i.e. no additional security deposits)

ii) Offer more than 10% below Initial security charges 4% + 2% from RA

to 15% below bills.

ii) Offer more than 10% below Initial security deposit 6% + 2% from RA

bill

16. PREQUALIFICATION CONDITIONS

Contractor No of Corrections Executive Engineer

Page 13: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Pre-qualification certificate shall be issued only to those Contractors who

fulfill following primary requirements / condition:-

a) The contractor shall be registered contractor in class- II (Civil) &

above in Maharashtra Jeevan Pradhikaran. The copy of valid registration

certificate in this respect shall be produced.

b) Maharashtra Value Added Tax 2002 Registration Certificate.

C) Contractor shall have his bidding capacity not less than Rs.263 Lakhs per year which should be worked out by the formula given below.

BID CAPACITY:-

Bidding capacity of contract or for completion of work will be decided by the

following formula:-

Bidding Capacity = ( 3 NA-B)

Where

A = Max. Value of Civil Engineering works executed in any year during the

last five year upgraded to present year (i.e. tender accepting year) by

adding 10% per year for execution of the year

N = No. of years prescribed for completion of work for which tender are

invited (For this project 2.0 Years)

B = Value of existing commitment of ongoing work to be completed during the

next N years.

BID Capacity Calculation

year

Max value of Civil

Engineering works executed

in last 5 year ‘A’

No of year presented for completion of

work for which tender is invited

Value of existing commitment of ongoing work to be completing in

next N year

Bid Capacity(3NA –B)

2005-06

2006-07

2007-08

2008-09

2009-10

Note:- Since all the data is pertaining to the contractors own performance the contractors are required to provide its bidding capacity for this work by furnishing Contractor No of Corrections Executive Engineer

Page 14: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

the calculations and supporting documents to prove it contents. Also has to upload scan copies of supporting documents to prove Bid Capacity online. If support document are not found uploaded, bid capacity will not be taken into account which will result in dis-qualification for this tender.

1. The statement showing the value of existing commitments of ongoing

works during N year for each of works in the list should be counter

signed by the Engineer-in-charge not below the rank of an Executive

Engineer. Also has to upload scan copies of these Certificates.

2. Submission of false information shall result in black listing of the agency.

3. Joint Venture is not allowed.

D) Following experience certificates to the effect of having successfully

completed and commissioned the said works within the stipulated period of the

contract from the officer not below the rank of Executive Engineer and

countersigned by Superintending Engineer or equivalent shall be produced for

prequalification.

EXPERIENCE CERTIFICATE OF FOLLOWING WORKS

Sr.

No.Name of Work Minimum Experience required

1 Lowering ,Laying, Jointing &

Testing CI / DI Pipe Rising /

Gravity Main.

Lowering ,Laying, Jointing & Testing Rising /

Gravity main of D.I. / C.I. pipe of Dia. 100

mm and length 4.6 KM.2 Lowering ,Laying, Jointing &

Testing HDPE Pipe Rising /

Gravity Main.

Lowering ,Laying, Jointing & Testing Rising /

Gravity main of HDPE pipe of Dia. 90 mm

and length 1.8 KM.3 Unconventional Water

Treatment Plant

Designing, constructing, testing &

commissioning Unconventional Water

Treatment Plant of capacity not less than 0.8

MLD.4 RCC ESR Designing, constructing, testing &

commissioning RCC ESR of capacity not

less than 1.25 lakhs Liters.5. V. T. Pump Providing, Installing, testing & commissioning

of vertical turbine pumping machinery of Contractor No of Corrections Executive Engineer

Page 15: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

minimum total installed capacity 60 HP &

individual pump & individual 30 HP or above

in single contract (collaboration with

Electrical / Mechanical contracter of MJP is

allowed ) 6 Operation & Maintenance of

Scheme

Successful operation and maintenance of Water

Supply scheme for 1/2 year.

D.D. of Rs. 2000/- as fee of Pre-Qualification shall be scanned & upload and

should be submitted in hard copy along with all document physically. If the DD is

not received within time limit the Pre-Qualification application will be rejected.

Note :- All the documents, for pre-qualification shall have to be submitted

physically as well as scanned and uploaded online to portal

http://mjp.maharashtra.etenders.in Hard copies of above documents shall reach the

office of the Chief Engineer, Maharashtra Jeevan Pradhikaran, Region Nagpur up

to 19/04/2011 at 16.00 hrs.

Right to reject any item of tender or whole tender without assigning any reasons

thereof is reserved by the competent authority.

SECTION – IIMAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPUR

Contractor No of Corrections Executive Engineer

Page 16: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

THE CHIEF ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN REGION, NAGPUR

THE SUPERINTENDING ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, AMRAVATI

THE EXECUTIVE ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN DIVISION, AMRAVATI

MAIN TENDER NOTICE Sealed Online Tenders (e –tender) in B-1 form for the following work are invited

by the Executive Engineer, Maharashtra Jeevan Pradhikaran Division

Amravati. Dist. Amravati Phone No.(0721) 2551303 on Government of

Maharashtra Electronic Tender Management System portal

(http://maharashtra.etenders.in) through Sub Portal of

http://mjp.maharashtra.etenders.in from the contractors enrolled with the

MAHARASHTRA JEEVAN PRADHIKARAN in appropriate class mentioned

below.

Sr. No.

Name of WorkEstimated

Cost(Rs.)

Time Limit for

completion (Months)

Earnest Money in

(Rs.)

Cost of Blank tender

form(Rs.)

Class of Registration

1 2 3 4 5 6 7

1

Combined Water Supply Scheme for Gurukunj Ashram, Gurudeo Nagar & Mozari Village. ( Full Deposit WorkUnder Mozari Vikas Arakhada) Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure water pumping machinery, Unconventional water treatment plant, Pure Water Rising main, Gravity main R.C.C. ESR-2 Nos., Distribution system and other Misc. works.

Rs. 3,93,65,677/-

2 Years (Including Monsoon) for execution of work including 3 months for trial run & testing of scheme & 5 Years for operation and maintains of scheme. Total time limit 7 Years.

Rs. 1,97,000/

-

Rs. 5,200/-

Class II ( Civil ) &

above

2 Cost of Blank Tender

( including VAT )Form

has to submit physically

Rs. 5200/- in form of D.D.from Nationalsed /

schedule Bank. To be submitted physically in

the office of the Executive Engineer, MJP

Contractor No of Corrections Executive Engineer

Page 17: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

& scan copy has to

upload onlineDivision, Amravati

3 Download of Blank

Tender form online

From 29/04/2011 from 17.01 hrs. to

02/05/2011 upto 18.00 hrs.

4Pre tender Conference

offline03/05/2011 at 14.00 hrs

5Place of pre-tender

conference

Office of the Chief Engineer, MJP Region,

Nagpur

6 Earnest Money Deposit

Rs. 1,97,000 /- in the form of TDR/FDR from Nationalised/ Scheduled bank to be submitted Physically in the office of the Executive Engineer M.J.P. Works Dn , Amravati. as well as scan copy online, as well as scan copy online, in envelop No T1.

2.1.0. e-tendering Instructions to Applicants

The details can be viewed and downloaded online directly from the Government of

Maharashtra e-tender Portal http://maharashtra.etenders.in on Sub Portal of Maharashtra

Jeevan Pradhikaran through http:// mjp.maharashtra.etenders.in

1. Detail tender notice can be seen on the notice board in the office of the

Executive Engineer, Maharashtra Jeevan Pradhikaran, Works Division,

Amravati. (Copy can be obtained free of cost from Executive Engineer on

request). Blank tender booklets are available on the Government of

Maharashtra website http://maharashtra.etenders.in through Sub Portal of

http://mjp.maharashtra.etenders.in. The competent authority reserves all

rights of rejecting any or all tender without assigning any reason.

2. Only those contractors who are short listed in pre-qualification stage are

eligible for participating in main tender. The cost of main tender is Rs. 5200

/- only (including VAT). It is necessary to draw the Demand Draft of Rs.

5200 /- in favour of “Executive Engineer, Maharashtra Jeevan Pradhikaran

Division : Amravati Dist:- Amravati. '' Payable at Amravati and submit it to the

office of the Executive Engineer M.J.P. Works Division, Amravati. on or

before the last date of issue of tender online. DD shall also be scanned &

uploaded in Envelope No 1 without which Envelope no 2 i.e. commercial bid

will not be opened.

3. It is necessary to give the undertaking as follows by the contractor, that he will

not make any changes in tender documents downloaded from website. If it is

Contractor No of Corrections Executive Engineer

Page 18: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

done the tender of such contractors will be rejected and the contractors who

made such changes are liable for action as per Rules. Tender documents

published on Government website are considered as authentic and legal

documents in case of any complaint about the tender.

4. It is necessary to give undertaking as follows "I have seen detailed drawings of

works on website. It is part of tender documents. I have visited the site and I

am well conversant to site condition. I have quoted my offer by considering all

these things. I am ready to sign the tender & drawings before depositing

security deposit and taking work order if my tender is accepted.”

5. In order to participate in the tenders floated using the Electronic Tender

Management System (ETMS), all contractors/bidders are required to get

enrolled on the ETMS portal http://mahrashtra.etenders.in

6. The bids submitted online should be signed electronically with a Digital

Certificate to establish the identity of the bidder bidding online. The registered

contractors has to obtain the Digital Certificate. For information required for

Digital Certificate he may contact ETMS Help Desk.

7. For submitting the bids online, the contractors/bidders are required to make

online payment using the electronic payments gateway service Bid Submission

Fee Rs.1024/-. The different modes of electronic payments accepted on the

ETMS is available and can be viewed online on the ETMS Website

httip://maharashtra.etenders.in.

8. The activities of Tender purchase/Download, Preparation of Bid (Submit Bid

Hash online), Submission of Bids, Submission of EMD and other Documents

will be governed by the time schedules given under “Key Dates”.

9. The Bidders has to submit (Upload Scan Copies/fill) his offer/credentials

online as required in the tender/prequalification in the online templates in

relevant envelopes The Scan copy of Earnest Money details to be submitted

online in Envelope no 1 and original EMD need to be submitted Physically in

the office of the Execitive Engineer M.J.P. Works Dn , Amravati.

10. The Bidders may refer e-Tendering Tool Kit available online to perform

their online activities http://maharashtra.etenders.in

11. Pre tender conference of prequalified bidders and bidders who have

downloaded the blank tenders form will be held on dt. 03/05/2011 at 14.00

Contractor No of Corrections Executive Engineer

Page 19: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

hours in the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran

Region, Nagpur.

12. Disqualified contractors will be communicated physically.

13. Manner of submission of main tender & its accompaniments

The tenderer shall submit the tender documents in two sealed envelope system

as below.

Envelope No. 1

The following documents shall be scanned and uploaded in envelope No. 1

a. Scanned copy of D.D.of Rs 5,200 /- as cost of blank tender form

b. Scanned copy of earnest money deposit receipt

c. Scanned copy of registration of contactor in class II ( Civil) & Above.

d. Scanned copy of prequalification certificate from Chief

Engineer,Maharashtra Jeevan Pradhikaran, Region Nagpur

e. Detailed time schedule programme of the work (month wise) in the form of

Bar-Chart

f. List of technical persons and list of machinery and plant immediately

available with the tenderer for use on this work and list of machinery

proposed to be utilized on this work, but not immediately available and the

manner in which it is proposed to be procured.

All the above documents shall be uploaded in the envelope No. 1. If

these documents are not found, envelope No. 2 will not be opened.

Envelope No. 2

The second envelope shall contain only the main tender, including the common

set of conditions/stipulations uploaded by the department alongwith scanned

copy of prebid minutes duly signed by the contractor.A bid submitted without

this would be considered as invalid.

The tenderer should quote his offer on B-1 form (at relevant place) of the tender

as percentage of estimated rates at the appropriate place on tender documents to

be submitted only in Envelope No. 2. He should not quote his offer anywhere

else, directly or indirectly in Envelope No. 1. The contractor shall quote for the

work as per details given in the main tender and also based on the details of

conditions issued/ additional stipulations made by the department as informed to

him by letter after pre-tender conference.

14. Opening of tenders.Contractor No of Corrections Executive Engineer

Page 20: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The bids will be opened on 09/05/2011 from 12 hours to 10/05/2011 upto

18.00 hrs. in the Office of Chief Engineer, Maharashtra Jeevan Pradhikaran,

Region Nagpur if possible. Following procedure will be adopted for opening of

tender.

Envelope No. 1

First envelope No. 1 of the bid will be opened online to verify it contains as per

requirement. If various documents contained in this envelope do not meet the

the requirement as mentioned in 13, then envelope No. 2 will not be opened.

Envelope No. 2

This envelope shall be opened immediately after opening of envelope No. 1

only if contains of envelope No. 1 are found to be acceptable to the department.

15. Key Dates:

The Contractors are strictly advised to follow the Dates and Times as indicated in

the Time Schedule in the Notice Inviting Tender for each Tender. All the online

activities are time tracked and the e-Government Procurement System enforces

time-locks that ensure that no activity or transaction can take place outside the Contractor No of Corrections Executive Engineer

Page 21: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Start and End Dates and Time of the stage as defined in the Notice Inviting

Tenders.

Sr.

No.

Stages

Tender Relate

Period

Start Expiry

Date Time Date Time

1 Release of Tender 13/04/2011 10.00 13/04/2011 17.00

2Pre-qualification application

submission, download period13/04/2011 17.01 19/04/2011 16.00

3Pre-qualification preparation

period.13/04/2011 17.01 20/04/2011 17.00

4Close for Bidding &

Generation of Super hash21/04/2011 10.00 21/04/2011 14.00

5Resubmission (encryption) of

prequalification documents22/04/2011 14.01 24/04/2011 18.00

6Pre-qualification Opening And

Evaluation Period25/04/2011 11.00 27/04/2011 18.00

7 Main Tender Preparation 27/04/2011 18.01 29/04/2011 17.00

8Tender document Download

Period29/04/2011 17.01 02/05/2011 18.00

9 Date of Pre-bid 03/05/2011 14.00 -

10 Bid Preparation 04/05/2011 18.00 06/05/2011 15.00

11 Close For Bidding 06/05/2011 15.01 06/05/2011 18.00

12Bid-document Submission

Period07/05/2011 18.01 08/05/2011 20.00

13Technical And date

commercial opening09/05/2011 12.00 10/05/2011 18.00

( Note :- Award / Work Order will be Done Manually by The Department.)

16. Prebid Minutes :

Minutes of pre-bid meeting shall be sent to contractors physically. However being

part and parcel of main tender, contractor has to upload these minutes and submit

alongwith main tender online, without which his bid shall be treated as incomplete

and shall be rejected.

17. INCOME TAX

Contractor No of Corrections Executive Engineer

Page 22: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The income tax shall be deducted at 2.3 % or as applicable including surcharge from

time to time from each R.A. bill and shall be remitted to Income Tax Office by the

department.

18. VALUE ADDED TAX

The value added tax shall be deducted at 2% from the contractor or at appropriate

rate as may be determined by the sale tax department from time to time on basis of

actual work done by the contractor from each R.A. bill and shall be remitted to sales

tax department. No payment on account of reimbursement of value added tax will be

made to contractor by Maharashtra Jeevan Pradhikaran.

19. CONDITION RELATING TO INSURANCE

Contractor shall take out necessary insurance policy / policies so as to provide

adequate insurance cover for execution of the awarded contract work from the

Director of insurance, Maharashtra State Mumbai 51, only. Its postal address for

correspondence is 264-1St floor, MHADA, Opposite Kala Nagar, Bandra (East),

Mumbai-51 (Tel. No. 26438403 / Fax – 26438461 / 26438690). Insurance policy /

policies taken out from any other company will not be accepted. However if the

contractor desires to effect insurance with the local office of any insurance company,

the same should be under the co-insurance cum servicing arrangement approved by

the Director of Insurance. The policy taken out by the contractor is not on co-

insurance basis (G.I.F. 60% and Insurance Company 40%). The same will not be

accepted and amount of premium calculated by Director of Insurance will be

recovered directly from the amount payable to the contractor for the executed

contract work which may be noted.

20. The contractor shall study the guidelines regarding e-tendering to get clarify

e-tendering procedure.

Executive Engineer

Maharashtra Jeevan Pradhikaran

Division, Amravati

Guidelines to Contractors Regarding Government of Maharashtra

e-tendering system

1. These conditions will overrule the conditions stated in the Tender

Documents, wherever relevant and applicable.

2. Registration of the Contractors:

Contractor No of Corrections Executive Engineer

Page 23: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Contractors registered with Maharashtra Jeevan Pradhikaran in relevant

Categories and Classes are eligible to participate in Open Tenders processed by

Maharashtra. Jeevan Pradhikaran Contractors are required to get enrolled on the

Portal http://maharashtra.etenders.in & sub portal

http-://mjp.maharastra.etender.in and get and empanelled in relevant sub portal.

After submitting their enrollment request online, the enrollment shall be required to

be approved by the Representative of the Service Provider. After the approval of

enrollment, the Contractors shall have to apply for empanelment online which shall

be required to be approved by the Nominated Authority of

Maharashtra/Department. Only after the approval in the relevant Category / Class,

the Contractor shall be able to participate in the Open Tenders online.

Open Tenders in which eligible Contractors may enroll on the Portal in registered

category shall be able to participate in such Tenders. The online Enrollment of such

Contractors shall be required to be approved by the Representative of the Service

Provider.

The approval of enrollment of Contractors is done by the Representative of the

Service Provider upon submission of mandatory documents by the Contractors. The

Contractors may obtain the list and formats of required documents from the Nodal

Officer of e-Tendering System for Government of Maharashtra / Service Provider.

3. Obtaining a Class II – Digital Signature Certificate:

The Bids required to be submitted online should be signed electronically with a

Class II –Digital Signature Certificate to establish the identity of the Bidder

bidding online. These Digital Certificates are issued by an approved Certifying

Authority, authorized by the Controller of Certifying Authorities, Government of

India.

A Digital Signature Certificate may be used in the name of Authorized

Representative of the Organization. A Digital Certificate is issued upon receipt of

mandatory identity proofs. Only upon the receipt of the required documents, a

Digital Signature Certificate can be issued.

Bid for a particular Tender may be submitted only using the Digital Signature

Certificate, which is used to encrypt the data and sign the hash during the stage of

Bid Preparation and Hash Submission. In case, during the process of a particular

Tender, the Authorized User looser his / her Digital Signature Certificate (i.e. due to

virus attack, hardware problem, operating system problem); he / she may not be able

to submit the Bid online. Hence, the Authorized User is advised to back up his / her

Digital Signature Certificate and keep the copies at safe place under proper security

to be used in case of emergencies.

Contractor No of Corrections Executive Engineer

Page 24: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

In case of online tendering, if the Digital Signature Certificate issued to the

Authorized User of a Firm is used for signing and submitting a Bid, it will be

considered equivalent to a no objection certificate / power of attorney to that User.

The Digital Signature Certificate should be obtained by the Authorized User

enrolling on the behalf of the Firm on the e-Tendering System for Government of

Maharashtra.

Unless the Digital Signature Certificate is revoked, it will be assumed to represent

adequate authority of the Authority User to bid on behalf of the Firm for the Tenders

processed by the Maharashtra as per Information Technology Act 2000. The Digital

Signature of this Authorized User will be binding on the Firm. It shall be the

responsibility of Partners of the Firm to inform the Certifying Authority or Sub

Certifying Authority, if the Authorized User changes, and apply for a fresh Digital

Signature Certificate. The procedure for application of a Digital Signature

Certificate will remain the same for the new Authorized User.

• The same procedure holds true for the Authorized Users in a Private / Public

Limited Company. In this case, the Authorization Certificate will have to be

signed by the Directors of the Company. (process of procuring Digital Certificate

will take minimum 4/5 days)

4. Set up of Computer System:

In order to operate on the e-Tendering System for Government of Maharashtra. the

User’s Computer System is required to be set up. A Help File on setting up of the

Computer System can be obtained from the Service Provider or downloaded from

the Home Page of the Portal http://maharashtra.etenders.in. The Bidders may refer

e_Tendering Tool Kit available online to perform their online activities as

mentioned below. In case of any query he may contact Help Desk for the same.

5. Online Viewing of Detailed Notice Inviting Tenders:

The Contractors can view the detailed Notice Inviting Tenders and the detailed

Time Schedule (Key Dates) for all the Tenders processed by Maharashtra using

the E_Tendering System for Government of Maharashtra on

http://maharashtra.etenders.in.

6. Online Purchase / Download of Tender Documents:

The Tender documents can be purchased / downloaded by registered and eligible

Contractors from the e-Tendering System for Government of Maharashtra

available on http://maharashtra.etenders.in.

7. Submission of Bid Seal (Hash) of Online Bids:

Contractor No of Corrections Executive Engineer

Page 25: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Submission of Bids will be preceded by submission of the digitally signed Bid

Seals (Hashes) as stated in the Tender Time Schedule (Key Dates) In the

detailed Tender.

8. Generation of Super Hash:

After the expiry of the time of submission of digitally signed Bid Seals (Hashes)

by the Contractors has lapsed, the Bid round will be closed and a digitally

signed Super Hash will be generated by the Authorised Officers of Maharashtra

Jeevan Pradhikaran . This is equivalent to sealing of the Tender Box.

Decryption and Re-encryption Online Bids:

Contractors have to decrypt their Bids and immediately re-encrypt their Bids online and upload the relevant Documents for which they generated the respective Hashes during the Bid Preparation and Hash Submission stage after the generation of Super Hash within the date and time as stated in the Notice Inviting Tenders (Key Dates). The Bids of only the Contractors who have submitted their Bid Seals (Hashes) within the stipulated time, as per the Tender Time Schedule (Key Dates), will be accepted by the e-Tendering System for Government of Maharashtra. A Contractor who has not submit his Bid Seals (Hashes) within the stipulated time will not be allowed to submit his Bid.

For submitting the Bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs 1024 /- The different modes of electronic payments available on the e-tendering portal.

FORM B - 1

------------------------------------------------------------------------------------------Percentage Rate Tender and Contract for Works

------------------------------------------------------------------------------------------

DEPARTMENT Maharashtra Jeevan Pradhikaran, Mumbai

CIRCLE Maharashtra Jeevan Pradhikaran Circle, Amravati

DIVISION Maharashtra Jeevan Pradhikaran Works Division, Amravati

Combined Water Supply Scheme for Gurukunj Ashram, Gurudeo Nagar &

Mozari Village. ( Full Deposit WorkUnder Mozari Vikas Arakhada)

Contractor No of Corrections Executive Engineer

Page 26: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Work : Intake well, connecting pipe, Jack well, Raw water Rising

main, Raw / Pure water pumping machinery,

Unconventional water treatment plant, Pure Water Rising

main, Gravity main ,R.C.C. ESR-2 Nos., Distribution

system and other Misc. works.

------------------------------------------------------------------------------------------

General Rules Directions for the Guidance of Contractor

1. All the works proposed to be executed by contract shall be notified in a

form of invitation to tender pasted on a notice board hung up in the

Office of the Executive Engineer and signed by the Executive

Engineer.

This form will state the works to be carried out as well as the date for

submitting and opening tenders and the time allowed for carrying out

the work, also the amount of earnest money to be deposited with the

tender and amount of the security deposit to be deposited by the

successful tenderer and the percentage, if any, to be deducted from

bills. It will also state whether a refund of quarry fees, royalties, dues

and ground rents will be granted. Copies of the specifications, designs

and drawings, estimated rates, scheduled rates and any other

documents required in connection with the work shall be signed by the

Executive Engineer for the purpose of identification and shall also be

open for inspection by the Contractors at the Office of the Executive

Engineer during Office hours.

Where the works are proposed to be executed according to the

specifications recommended to a Contractor and approved by a

competent authority on behalf of the Maharashtra Jeevan Pradhikaran,

such specifications with designs and drawings shall form part of the

accepted tender.

2. In the event of the tender being submitted by a firm, it must be signed

by each partner thereof and in the event of the absence of any partner,

Contractor No of Corrections Executive Engineer

Page 27: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

it shall be signed on his behalf by a person holding a Power of Attorney

authorizing him to do so.

i) The Contractor shall pay along with the tender the sum of

Rs. 1,97,000/- (Rs. One Lakh ninety seven Thousands only)

as and by way of earnest money. The Contractor may pay the

said amount by forwarding along with the tender a blank

challan for the said amount or FDR/TDR from Nationlised /

Scheduled Bank for the like amount in favor of the Executive

Engineer. The said amount of earnest money shall not carry

any interest whatsoever.

ii) In the event of his tender being accepted, subject to the

provisions of sub-clause (iii) below the said amount of earnest

money shall be appropriated towards the amount of security

deposit payable by him under conditions of General

Conditions of Contract.

iii) If, after submitting the tender, the Contractor withdraws his

offer or modifies the same, or if, after the acceptance of his

tender, the Contractor neglects to furnish the balance amount

of security deposit without prejudice to any other rights and

powers of the M.J.P. hereunder or in law, M.J.P. shall be

entitled to forfeit the full amount of the earnest money

deposited by him.

iv) In the event of his tender not being accepted, the amount of

earnest money deposited by the Contractor shall, unless it is

prior thereto forfeited under the provisions of sub-clause (iii)

above, be refunded to him on his passing receipt therefor.

3 Receipts for payment made on account of any work, when executed by

a firm, should also be signed by all the partners except where the

Contractors are described in their tender as firm, in which case the

receipt shall be signed in the name of the firm by one of the partners, or

Contractor No of Corrections Executive Engineer

Page 28: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

by some other person having authority to give effectual receipts for the

firm.

4. Any person who submits a tender shall fill up the usual printed form

stating at what rate below or above the rates specified in Schedule “B”

(Memorandum showing item of work to be carried out) he is willing to

undertake the work. Only one rate or such percentage on all the

estimated rates/scheduled rates shall be named. Tenders which propose

any alteration in the work specified in the said form of invitation to

tender, or in the time allowed for carrying out the work, or which

contain any other conditions of any sort will be liable to rejection. No

printed form of tender shall include a tender for more than one work,

but if the Contractors who wish to tender for two or more works, they

shall have the name and the number of work to which they refer,

written outside the envelope.

5. The Chief Engineer shall open tenders in the presence of the

Contractors who have submitted their tender or their representatives

who may be present at the time and he will enter the amounts of the

several tenders on-line in a comparative statement in a suitable form.

In the event of a tender being accepted, the Contractor shall for the

purpose of identification sign copies of the specifications and other

documents mentioned in Rule 1. In the event of tender being rejected,

the Divisional Officer shall authorise to refund the amount of earnest

money deposited to the Contractor making the tender, on his giving a

receipt for the return of the money.

6. The officer competent to dispose off the tender shall have the right of

rejecting all or any of the tenders.

7. No receipt for any payment alleged to have been made by a Contractor

in regard to any matter relating to this tender or the contract shall be

valid and binding on the M.J.P. unless it is signed by the Executive

Engineer.Contractor No of Corrections Executive Engineer

Page 29: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

8. The memorandum of work to be tendered for and the Schedule of

Materials to be supplied by the M.J.P. and their rates shall be filled in

and completed by the Office of the Executive Engineer before the

tender form is issued. If a form issued to an intending tenderer has not

been so filled in and completed, he shall request the said office to have

this done before he completes and delivers his tender.

9. All works shall be measured net by standard measure and according to

the rules and customs of the MJP and without reference to any local

custom.

10. Under no circumstances shall any Contractor be entitled to claim

enhanced rates for items in this contract.

11. Every registered Contractor should produce along with his tender,

Certificate of Registration as approved Contractor in the appropriate

class and renewal of such registration with date of expiry.

12. All corrections and additions or pasted slips should be initialed.

13. The measurements of work will be taken according to the usual

methods in use in the MJP and no proposals to adopt alternative

methods will be accepted. The Executive Engineers decision as to what

is ""the usual method in use in the MJP "" will be final.

14. A tendering Contractor shall furnish a declaration along with a tender

showing all works for which he has already entered into contract and

the value of the work that remains to be executed in each case on the

date of submitting the tender.

15. Every Contractor shall furnish along with the tender, information

regarding the Income Tax Circle or Ward of the District in which he is

assessed to income tax, the reference to the number of the assessment

and the assessment year and a valid Income Tax Clearance Certificate.

16. In view of the difficult position regarding the availability of foreign

exchange, no foreign exchange would be released by the MJP for the

Contractor No of Corrections Executive Engineer

Page 30: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

purchase of plant and machinery required for the execution of the work

contracted for. (GCM/PWD/CFM/1058/62517 of 26/05/1959)

17. The Contractor will have to construct shed for storing controlled and

valuable materials issued to him under Schedule “A” of the Agreement

at work site, having double locking arrangement. The materials will be

taken for use in the presence of the MJP's person. No materials will be

allowed to be removed from the site of works.

18. The Contractors shall also give a list of machinery in their possession

which they propose to use on the work.

19. Every Contractor shall furnish along with the tender a statement

showing previous experience and technical staff employed by him.

20. Successful tenderer will have to produce to the satisfaction of the

accepting authority a valid and current license issued in his favour

under the provisions of Contract Labour (Regulation and Abolition)

Act, 1973 before starting work failing which acceptance of the tender

will be liable for withdrawal and earnest money will be forfeited to the

MJP.

21. The Contractor shall comply with the provisions of Apprentices Act,

1961 and the rules and orders issued thereunder from time to time. If he

fails to do so, his failure will be breach of the contract and the

Superintending Engineer, may in his discretion cancel the contract. The

Contractor shall also be liable for any pecuniary liability arising on

account of any violation by him of the provisions of the Act.

Tender for Works

Contractor No of Corrections Executive Engineer

Page 31: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

I/We hereby tender for the execution, for the Maharashtra Jeevan Pradhikaran (here in before and hereinafter referred to as MJP) of the work specified in the underwritten memorandum within the time specified in such memorandum at* ----------------- % (percent) ( in figures as well as in words) percent below/above the estimated rates entered in Schedule B (memorandum showing items of work to be carried out) and in accordance with all respects with the specifications, designs, drawings and instructions in writing referred to in Rule I here of and in Clause 12 of the annexed conditions of the contract and agree that what materials for the work are provided by the MJP such materials and the rates to be paid for them shall be as provided in Schedule “A” hereto.

*in figures as well as in words

Memorandum1. a] General Description :

Name of work :- Intake well, connecting pipe, Jack well, Raw

water Rising main, Raw / Pure water pumping machinery,

Unconventional water treatment plant, Pure Water Rising

main, Gravity main ,R.C.C. ESR-2 Nos., Distribution system

and other Misc. works.

a) if several sub-works are included same should be detailed in a separate list.

b) Estimated Cost : Rs. 39365677/-

c) Earnest Money : Rs. 197000/- c) The amount of earnest money to be deposited shall be in accordance with the provisions of paras 206 and 207 of M.P.W. manual

d) Security Deposit : d) This deposit shall be in accordance with para 213,214 of the M.P.W. Manual

i) In the form of TDR/FDR (or 2%of accepted cost of tender whichever is more) Rs. -----------/-

ii) To be deducted from the current bills

(or 2%of accepted cost of tender whichever is more) Rs.-----------/-

TOTAL (i+ii) : Rs. --------------/-(or 4% of accepted cost of tender whichever is more)

Contractor No of Corrections Executive Engineer

Page 32: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

e) Percentage, if any, to be : 4(Four) Percentdeducted from bills so as tomake up the total amountrequired as securitydeposit by the time, halfthe work, as measured bythe costs, is done

e) This percentage where no security deposit is taken will very from 5% to 10% according to the requirement of the case, where security deposit is taken, see note to clause I of conditions of contract.

f) Time allowed for the work : 84 ( Eighty four) Calendar months from date of written order months including monsoon season.

f) Give schedule where necessary showing dates by which the various items areto be completed.

2. I/We agree that the offer shall remain open for acceptance for a minimum period of 120 days from the date fixed for opening the same and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the tenders and sent by registered post A.D. or otherwise delivered at the office of such authority. Bank Challan No. and date or Deposit at Call Receipt No. and date in respect of the sum of Rs. 1,97,000 -/- (Rs. One Lakh ninety seven thousands only) representing the earnest money is herewith forwarded. The amount of earnest money shall not bear interest and shall be liable to be forfeited to the MJP should, I/We, fail to (i) abide by the stipulations to keep the offer open for the period mentioned above or (ii) sign and complete the contract documents as required by the Engineer and furnish the Security Deposit specified in item (d) of the memorandum contained in paragraph (1) above within the time limit laid down in clause (1) of the annexed General Conditions of the Contract, the amount of earnest money may be adjusted towards the security deposit or refunded to me/us if so desired by me/us in writing unless the same or any part thereof has been forfeited as aforesaid.

*Amount to be specified in words and figures.

Contractor No of Corrections Executive Engineer

Page 33: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3. I/We have secured exemption from payment of earnest money after executing the necessary bond in favour of the MJP, a true copy of which is enclosed herewith should any occasion for forfeiture of earnest money for this work arise due to failure on my/our part to abide by the stipulations to keep the offer open for the period mentioned above or to sign and complete the contact document and furnish the security deposit as specified in item (d) of the memorandum contained in paragraph (1) above within the time limits laid down in clause (1) of the annexed General Conditions of Contract the amount payable by me/us at the option of the Engineer, be recovered out of the amount deposited in lumpsum for securing exemption in so far as the same may extend in terms of the said bond and in the event of the deficiency out of any other moneys which are due or payable to me/us by the MJP under any other contract or transaction of any nature whatsoever or otherwise.

4. Should this tender be accepted, I/We, agree to abide by and fulfill all the terms and provisions of the Conditions of Contract annexed hereto so far as applicable and in default thereof to forfeit and pay to the MJP the sums of money mentioned in the said conditions.Receipt No……………..Dated ………… from the MJP or Bank at in respect of the sum of Rs. ……………………………………………..is herewith forwarded representing the earnest money (a) the full value of which is to be absolutely forfeited to the MJP should, I/We, do not deposit in full amount of security deposit specified in the above memorandum in accordance with (d) of clause (1) of the tender for works shall be refunded.

Name of the bank to be specified.

Contractor : Signature of Contractor before submission of tender day of………………….. 20

Address :

Witness : Signature of Witness to Contractor's Signature

Address :

Occupation :

The above tender is hereby accepted by me for and on behalf of Maharashtra Jeevan Pradhikaran .

Executive Engineer

Contractor No of Corrections Executive Engineer

Page 34: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

(or his duly authorised Assistant)

Contractor No of Corrections Executive Engineer

Page 35: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

CONDITIONS OF CONTRACT

Clause 1 (Modification as per the GR PWD No. CAT-1087/CR-94/Bldg-2 dated 14.06.1989)

The person/persons whose tender may be accepted (hereinafter called the Contractor, which expression shall unless excluded by or repugnant to the context include his heirs, executors, administrators and assigns) shall (A) within ten days (which may be extended by the Superintending Engineer concerned upto 15 days if the Superintending Engineer thinks fit to do so) of the receipt by him of the notification of the acceptance of his tender deposit with the Executive Engineer in cash or Government securities endorsed to the Executive Engineer (if deposited for more than 12 months) of sum sufficient which will make-up the full security deposit specified in the tender or (B) (permit MJP at the time of making any payment to him for work done under the contract to deduct such sum as will amount to 4% of all moneys so payable such deductions to be held by MJP by way of security deposit). Provided always that in the event of the Contractor depositing a lumpsum by way of security deposit as contemplated at (A) above, then and in such case, if the sum so deposited shall not amount to 4% of the total estimated cost of the work, it shall be lawful for MJP at the time of making any payment to the Contractor for the work done under the contract to make-up the full amount (4%) by deducting sufficient sum from every such payment as last aforesaid until the full amount of the security deposit is made-up. All compensation or other sums of money payable by the Contractor to MJP under terms of this contract may be deducted from or paid by the sale of sufficient part of his security deposit or from the interest arising therefrom, or from any sums which may be due or may become due by MJP to the Contractor under any other contract or transaction of any nature on any account whatsoever and in the event of his security deposit being reduced by reason of any such deduction or sale as aforesaid, the Contractor shall within ten days thereafter make good in cash or Government securities endorsed as aforesaid any sum or sums which may have been deducted from or raised by sale of his security deposit or any part thereof. The security deposit referred to when paid in cash may at the cost of the depositor, be converted into interest bearing securities provided that the depositor has expressly desired this in writing.

Security deposit

Contractor No of Corrections Executive Engineer

Page 36: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

If the amount of the security deposit to be paid in a lumpsum within the period specified at (A) above is not paid the tender/contract already accepted shall be considered as cancelled and legal steps taken against the Contractor for recovery of the amounts. The amount of security deposit lodged by a Contractor shall be refunded along with the payment of the final bill, if the date upto which the Contractor has agreed to maintain the work in good order is over. If such date is not over only 90% amount of security deposit shall be refunded along with the payment of the final bill. The amount of security deposit retained by the MJP shall be released after expiry of period upto which the Contractor has agreed to maintain the work in good order is over. In the event of the Contractor failing or neglecting to complete rectification work within the period upto which the Contractor has agreed to maintain the work in good order then subject to provisions of Clauses 17 and 20 hereof the amount of security deposit retained by MJP shall be adjusted towards the excess cost incurred by the MJP on rectification work.

Clause 2

The time allowed for carrying out the work as entered in the tender shall be strictly observed by the Contractor and shall be reckoned from the date on which the order to commence work is given to the Contractor. The work shall throughout the stipulated period of the contract be proceeded with all due diligence (time being deemed to be essence of the contract on the part of the Contractor) and the Contractor shall pay as compensation an amount equal to one percent or such smaller amount as the Superintending Engineer (whose decision in writing shall be final) may decide of the amount of the estimated cost of the whole work as shown by the tenderer for everyday that the work remains un commenced or unfinished after the proper dates. And further to ensure good progress during execution of the work, the Contractor shall be bound in all cases in which the time allowed for any work exceeds one month to complete.

Compensation for delay

¼ of the work in ¼ of the time

½ of the work in ½ of the time

¾ of the work in ¾ of the time

Note : The quantity of the work to be done within a particular time to be specified above shall be fixed and inserted in the blank space kept for the purpose by Officer competent to accept the contracts after taking into consideration the circumstances of each case.

The following proportion will usually be found suitable :

Contractor No of Corrections Executive Engineer

Page 37: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

in 1/4, 1/2, 3/4 of the time.

Reasonable progress of earth work 1/6, 1/2, 3/4 of the total value of the work to be done.

Reasonable progress of earth work 1/10, 1/10, 8/10 of the total value of the work to be done.

In the event of the Contractor failing to comply with these conditions he shall be liable to pay as compensation an amount equal to one percent or such smaller amount as Superintending Engineer (whose decision in writing shall be final) may decide of the said estimated cost of the whole work for everyday that the due quantity of work remains incomplete provided always that the total amount of compensation to be paid under the provisions of this clause shall not exceed 10% of the estimated cost of the work as shown in the tender. Superintending Engineer should be the final authority in this respect, irrespective of the fact that tender is accepted by Chief Engineer/Additional Chief Engineer/Superintending Engineer/Executive Engineer or Assistant Engineer/Deputy Engineer.

Clause 3In any case in which under any clause of this contract the Contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by installment) or in the case of abandonment of the work owing to serious illness or death of the Contractor or any other cause, the Executive Engineer on behalf of the MJP shall have power to adopt any of the following courses, as he may deem best suited to the interest of the MJP

Action when whole of security deposit is forfeited.

a) To rescind the contract (for which rescission notice in writing to the Contractor under the hand of Executive Engineer shall be conclusive evidence) and in that case the security deposit of the Contractor shall stand forfeited and be absolutely at the disposal of the MJP.

b) To carry out the work or any part of the work departmentally debiting the Contractor with the cost of the work, expenditure incurred on tools, plant and charges on additional supervisory staff including the cost of work charged establishment employed for getting unexecuted part of the work completed and crediting him with the value of the work done departmentally in all respects in the same manner and at the same rates as if it has been carried out by the Contractor under the terms of his contract. The certificate of the Executive Engineer s to the cost and other allied expenses so incurred and as to the value of the work so done departmentally shall be final and conclusive against the Contractor.

Contractor No of Corrections Executive Engineer

Page 38: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

c) The order that work of the Contractor be measured up and to take such part thereof as shall be unexecuted out of his hands and to give it to another contractor to complete in which case all expenses incurred on advertisement for fixing a new contracting agency, additional supervisory staff including the cost of work-charged establishment and the cost of the work executed by the new contract agency will be debited to other contractors and the value of the work done or executed through the new contractor shall be credited to the Contractor in all respects and in the same manner and at the same rates as if it had been carried out by the Contractor under the terms of his contract. The certificate of the Executive Engineer as to all the costs of the work and other expenses incurred as aforesaid for getting the unexecuted work done by the new contractor and as to the value of the work so done shall be final and conclusive against the Contractor.

In case the contract shall be rescinded under clause (a) above, the Contractor shall not be entitled to recover or be paid any sum for any work therefore actually performed by him under this contract unless and until the Executive Engineer shall have certified in writing the performance of such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified. In the event of either of the courses referred to in clause (b) or (c) being adopted and the cost of the work executed departmentally or through a new contractor and other allied expenses exceeding the value of such work credited to the Contractor the amount of excess shall be deducted from any money due to the Contractor by MJP under the contract or otherwise howsoever or from his security deposit or the sale proceeds thereof provided, however, that the Contractor shall have no claim against MJP even if the certified value of the work done allied expenses provided always that whichever of the three courses mentioned in clause (a), (b) or (c) is adopted by the Executive Engineer, the Contractor shall have no claim to compensation for any loss sustained by him by reason of not having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the contract.Clause 4If the progress of any particular portion of the work is unsatisfactory, the Executive Engineer, shall not withstanding that the general progress of the work is in accordance with the conditions mentioned in Clause 2 be entitled to take action under Clause 3 (b) after giving the Contractor 10 days notice in writing. The Contractor will have no claim for compensation for any loss sustained by him owing to such action.Clause 5

Action when the progress of any particular portion of the work is unsatisfactory.

Contractor No of Corrections Executive Engineer

Page 39: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

In any case in which any of the powers conferred upon the Executive Engineer by Clauses 3 and 4 hereof shall have become exercisable and the same shall not have been exercised the non-exercise there of shall not constitute a waiving of any of the conditions hereof and such powers shall not with standing be exercisable in the event of any future case of default by the Contractor for which under any clauses hereof he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the Contractor of past and future compensation shall remain unaffected. In the event to the Executive Engineer taking action under sub-Clause (a) or (c) of Clause 3, he may if he so desires, take possession of all or any tools and plant, materials and stores in or upon the work or the site thereof or belonging to the Contractor or procured by him and intended to be used for the execution of the work or any part thereof paying or allowing for the same in account at the contract rates or in the case of contract rates not being applicable at current market rates to be certified by the Executive Engineer whose giving notice in writing to the Contractor or his clerk of the work, foreman or other authorised agent require him to remove such tools, plant, materials, or stores from the premises within a time to be specified in such notice and in the event of the Contractor failing to comply with any such requisition the Executive Engineer may remove them at the Contractor's expense or sell them by auction or private sale on account of the Contractor at his risk in all respects and the certificate of the Executive Engineer as to the expense of any such removal and the amount of the proceeds and expense of any such sale shall be final and conclusive against the Contractor.

Power to take possession of or sell contractor's plant.

Clause 6

If the Contractor shall desire an extension of the time for completion of work on the ground of his having been unavoidably hindered in its execution or on any other grounds, he shall apply in writing to the Executive Engineer before the expiration of the period stipulated in the tender or before the expiration of 30 days from the date on which he was hindered as aforesaid or on which the cause for asking for extension occurred, whichever is earlier and the Executive Engineer in his opinion, or in the opinion of Superintending Engineer or Chief Engineer as the case may be, if there were reasonable grounds for granting an extension, grant such extension as he thinks necessary or proper. The decision of the Executive Engineer in this matter shall be final.

Extension of time final Certificate.

Clause 7

Contractor No of Corrections Executive Engineer

Page 40: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

On the completion of the work the Contractor shall be furnished with a certificate by the Executive Engineer (hereinafter called the Engineer-in-charge) of such completion but no such certificate shall be given nor shall the work be considered to be complete until the Contractor shall have removed from the premises on which the work shall have been executed, all scaffolding, surplus materials and rubbish and shall have cleaned off the dirt from all wood-work, doors, windows, walls, floor or other parts of any building in or upon which the work has been executed or of which he may have had possession for the Engineer-in-charge or where the measurements have been taken by his subordinates until they have received approval of the Engineer-in-charge the said measurements being binding and conclusive against the Contractor. If the Contractor fails to comply with requirements of this clause as to the removal of scaffolding, surplus materials and rubbish and cleaning off dirt on or before the date fixed for the completion of the work, the Engineer-in-charge may at the expense of the Contractor. remove such scaffolding, surplus materials and rubbish and dispose off the same as he thinks fit and clean of such dirt as aforesaid and the Contractor shall forthwith pay the amount of all expenses so incurred but shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale thereof.

Final Certificate.

Clause 8

No payment shall be made for any work, estimated to cost less than Rupees One Thousand till the whole of work shall have been completed and a certificate of completion given. But in the case of works estimated to cost more than Rupees One Thousand, the Contractor shall, on submitting a monthly bill therefore, be entitled to receive proportionate to the part of the work then approved and passed by the Engineer - in - charge, whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the Contractor. All such intermediate payments only and not as payments for work actually done and completed, and shall not preclude the Engineer - in - charge as to the final settlement and adjustment of the accounts or otherwise, or in any way very or affect the contract. The final bill shall be submitted by the Contractor within one month of the date fixed for the completion of the work; otherwise the Engineer-in-charge's certificate of the measurements and of the total amount payable for the work shall be final and binding on all parties.

Payment on intermediate certificates to be regarded as advance.

Clause 9

Contractor No of Corrections Executive Engineer

Page 41: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The rate for several items of work estimated to cost more than Rs. 1,00/- agreed to shall be valid only when the items concerned are accepted as having been completed fully in accordance with the sanctioned specifications. In cases where the items of work are no accepted as so completed the Engineer-in-charge may make payment on account of such items at such reduced rates as he may consider reasonable in the preparation of final or on account bills.

Payment at reduced rates on account of items of work not accepted as completed to be at the discretion of the Engineer-in-charge.

Clause 10

A bill shall be submitted by the Contractor in each month on or before the date fixed by the Engineer-in-charge for all works executed in the previous month and the Engineer-in-charge shall take or cause to be taken the requisite measurements for the purpose of having the same verified and the claim. So far as it is admissible, shall be adjusted, if possible, within ten days from the presentation of the bill. If the Contractor does not submit the bill within the time fixed as aforesaid, the Engineer-in-charge may depute a subordinate to measure up the said work in the presence of the Contractor or his duly authorised agent whose counter-signature to the measurement list shall be sufficient warrant and the Engineer-in-charge may prepare a bill from such list which shall be binding on the Contractor in all respects.

Bills to be submitted monthly.

Clause 11

The Contractor shall submit all bills on the printed forms to be had on application at the office of the Engineer-in-charge. The charges to be made in the bills shall always be entered at the rates specified in the tender or in the case of any extra work ordered in pursuance of these conditions and not mentioned or provided for in the tender at the rates here in after provided for such work.

Bills to be on printed forms

Clause 12

Contractor No of Corrections Executive Engineer

Page 42: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

If the specification or estimate of the work provides for the use of any special description of materials to be supplied from the stores of the MJP or if it is required that the Contractor shall use certain stores to be provided by the Engineer-in-charge (such material and stores and the prices to be charged therefore as hereinafter mentioned being so far as practicable for the convenience of the Contractor but not so as in any way to control the meaning or effect of this contract specified in the schedule or memorandum hereto annexed) the Contractor shall be supplied with such materials and stores, as may be required from time to time to be used by him for the purpose of contract only and the value of full quantity of the material and stores so supplied, shall be set off or deducted from any sums then due, or thereafter to become due to the Contractor under the contract or otherwise or from the security deposit, or the proceeds of sale thereof if the security deposit is held in Government securities, the same or a sufficient portion thereof shall in that case be sold for the purpose. All materials supplied to the Contractor shall remain the absolute property of the MJP and shall on no account be removed from the site of the work, and shall at all times be open for inspection by the Engineer-in-charge. Any such materials unused and in perfectly good condition at the time of completion or determination of the contract shall be returned to the MJP stores if the Engineer-in-charge so requires by a notice in writing given under his hand, but the Contractor shall not be entitled to return any such materials except with such consent and he shall have no claim for compensation on account of any such material supplied to him as aforesaid but remaining unused by him or for any wastage or damage thereto.

Stores to be supplied by MJP

Clause 12 (A)

All stores of control material such as cement, steel, etc. to be supplied by the MJP to the Contractor should be kept by the Contractor under lock and key and will be accessible for inspection by the Executive Engineer or his agent at all times.

Clause 13

The Contractor shall execute the whole and every part of the work in the most substantial and workmanlike manner, and both as regards materials and every other respect in strict accordance with specifications. As per norms of the MJP, after ascertaining the recuperation test of the percolation well and potability of water, the work of percolation well shall be continued and completed. The further sub-works shall be taken up as under

Works to be executed in accordance with specifications drawing,, orders, etc.

1. ESR

2. Gravity Main, Rising Main, Switch House, Installation of Pumping Machinery after 80% work of storage tank is complete.

Contractor No of Corrections Executive Engineer

Page 43: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3. Distribution System.

4. Standpost.

The Contractor shall also conform exactly, fully and faithfully to the designs, drawings and instructions in writing relating to the work signed by the Engineer-in-charge and lodged in his Office and the Contractor shall be entitled to receive three sets of contract drawings and working drawings as well as one certified copy of the accepted tender along with the work order free of cost. Further copies of the contract drawings and working drawings if required by him shall be supplied at the rate of Rs.10/- per set of contract drawing and Re. 1/- per working drawings except where otherwise specified.

Clause 14

Contractor No of Corrections Executive Engineer

Page 44: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Engineer-in-charge shall have power to make any alterations in or additions to the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instructions in this connection which may be given to him in writing signed by the Engineer-in-charge and such alteration shall not invalidate the contract and any additional work which the Contractor may be directed to do in the manner above specified as part of the work shall be carried out by the Contractor on the same conditions in all respects on which he agreed to do the main work, and at the same rates as are specified in the tender for the main work and if the additional and altered work includes any class of work for which no rate is specified in this contract then such class of work shall be carried out at the rates entered in the Schedule of Rates of the Division or at rates mutually agreed upon between the Engineer-in-charge and the Contractor, whichever are lower. If the additional or altered work for which no rate is entered in the Schedule of Rates of the Division is ordered to be carried out before the rates are agreed upon then the Contractor shall within seven days of the date of receipt by him of the order to carry out the work, inform the Engineer-in-charge of the rate which is his intention to charge for such class of work and if the Engineer-in-charge does not agree to this rate, he shall be noticed in writing be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable provided always that if the Contractor shall commence work or incur any expenditure in regard thereto before the rates shall have been determined as lastly here in before mentioned, then in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the as storecasual according to such rate as shall be fixed by Engineer in charge. In the event of a dispute, however, the work is to be executed according to the designs. Drawings and specifications recommended by the Contractor and accepted by the Competent Authority, the alterations above referred to shall be within the scope of such designs, drawings and specifications appended to the tenders.

Alteration specifications and design not to invalidate contracts.

Rates for work not entered in estimate or Schedule of rates of the district.

The time limit for the completion of the work shall be extended in the proportion that the increase in its cost occasioned by alterations or additions bear to the cost of the original contract work and the certificate of the Engineer-in-charge as to such proportion shall be conclusive.

Clause 15

Contractor No of Corrections Executive Engineer

Page 45: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1. If at any time after the execution of the contract documents the engineer-in-charge shall for any reason whatsoever (other than default on the part of the Contractor for which the MJP is entitled to rescind the contract) desire that the whole or any part of the work specified in the tender should be suspended for any period or that the whole or part of the work should not be carried out at all he shall give to the Contractor a notice in writing of such desire and upon the receipt of such notice the Contractor shall forthwith suspend or stop the work wholly or in part as required, after having due regard to the appropriate stage at which the work should be stopped or suspended so as not to cause any damage or injury to the work or any part of it could be or could have been safely stopped or suspended shall be final and conclusive against the Contractor. The Contractor shall have no claim to any payment or compensation whatsoever by reason of or in pursuance of any notice as aforesaid on account of any suspension, stoppage or curtailment except to the extent specified hereinafter.

No claim to any payment or compensation for alteration or restriction of work.

Contractor No of Corrections Executive Engineer

Page 46: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

2. Where the total suspension of work ordered as aforesaid continued for a continuous period exceeding 90 days the contractor shall be at liberty to withdraw from the contractual obligations under the contract so far as it pertains to the unexecuted part of the work by giving a 10 days prior notice in writing to the Engineer within 30 days of the expiry of the said period of 90 days of such intention and requiring the Engineer to record the final measurements of the work already done and to pay final bill. Upon giving such notice the Contractor shall be deemed to have been discharged from his obligation to complete the remaining unexecuted work under his contract. On receipt of such notice the Engineer shall proceed to complete the measurement and make such payment as may be finally due to the Contractor within a period of 90 days from the receipt of such notice in respect of the work already done by the Contractor. Such payment shall not in any manner prejudice the right of the Contractor to any further compensation under the remaining provisions of this clause.

3. Where the Engineer required the Contractor to suspend the work for a period in excess of 30 days at any time or 60 days in the aggregate, the contractor shall be entitled to apply to the Engineer within 30 days of the resumption of work after such suspension for payment of compensation to the extent of peculiarly loss suffered by him in respect of working machinery rendered idle on the site or on the account of his having had to pay the salary of wages of labour engaged by him during the said period of suspension, provided always that the Contractor shall not be entitled to any claim in respect of any such working machinery, salary or wages for the first 30 days whether consecutive or in aggregate of such suspension or in respect of any suspension whatsoever occasions by unsatisfactory work or other default on his part. The decision of the Engineer in this regard shall be final and conclusive against the Contractor.

4. In the event of

i) Any total stoppage of work on notice from the Engineer under sub-clause (1) in that behalf.

ii) Withdrawal by the Contractor from the contractual obligation to complete the remaining unexecuted work under sub-clause (2) on account of continued suspension of work for a period exceeding 90 days.

Contractor No of Corrections Executive Engineer

Page 47: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

iii) Curtailment in the quantity of item or items originally tendered on account of any alteration, omission or substitutions in the specifications, drawings, designs or instructions under Clause 15(1) where such curtailment exceeds 25% in quantity and the value of the quantity curtailed beyond 25% at the rates for the item specified in tender is more than Rs. 5,000/-

It shall be open to the Contractor within90 days from the service of (i) the notice of stoppage of work or (ii) the notice of withdrawal from the contractual obligations under the contract on account of the continued suspension of work of (iii) notice under Clause 15(1) resulting in such curtailment to produce to the Engineer satisfactory documentary evidence that he had purchased or agreed to purchase material for use in the contract work before receipt by him of the notice of stoppage, suspension or curtailment and require the MJP to take over on payment such material at the rates determined by the Engineer, provided, however, that such rates shall in no case exceed the rates at which the same was acquired by the Contractor. The MJP shall thereafter take over the material so offered, provided the quantities offered are not in excess of the requirements of the unexecuted work as specified in the accepted tender and are of quality and specifications approved by the Engineer.

Clause 15 (A)

The contractor shall not be entitled to claim any compensation from MJP for the loss suffered by him on account of delay by MJP in the supply of materials entered in Schedule 'A' where such delay is caused by –

No claim to compensation on account of loss due to delay in supply of material by MJP

i) Difficulties relating to the supply of railway wagons.

ii) Force majeure

iii) Act of God

iv) Act of enemies of the State or any other reasonable cause beyond the control of MJP.

In the case of such extension of time for the completion of the works as shall appear to the Executive Engineer to be reasonable in accordance with the circumstances of the case. The decision of the Executive Engineer as to the extension of time shall be accepted as final by the Contractor.

Clause 16

Contractor No of Corrections Executive Engineer

Page 48: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Under no circumstances whatsoever shall the Contractor be entitled to any compensation from MJP on any account unless the Contractor shall have submitted claim in writing to the Engineer-in-charge within one month of the case of such claim occurring.

Time limit for unforeseen claims.

Clause 17

If at any time the security deposit or any part of thereof is refunded to the Contractor it shall appear to the Engineer-in-charge or his subordinate-in-charge of the work that any work has been executed with unsound, imperfect or unskilled workmanship or with materials of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to that contracted for, or are otherwise not in accordance with the contract, it shall be lawful for the Engineer-in-charge to intimate this fact in writing to the Contractor and then notwithstanding the fact that the work, materials or articles complained of may have been inadvertently passed, certified and paid for, the Contractor shall be bound forthwith to rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or if so required shall remove the materials or articles to specified and provided other proper and suitable materials or articles at his own charge and cost and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in the written intimation aforesaid, the Contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for everyday not exceeding 10 days during which the failure so continuous and in the event of any such failure the Engineer-in-charge may rectify or remove and re-execute the work or remove, and replace the materials or articles complained of as the case may be at the risk and expense in all respects of the Contractor, Should the Engineer-in-charge consider that any such inferior work or materials as prescribed above may be accepted or made use of, it shall be within his discretion to accept the same at such reduced rates as he may fix therefore.

Action of compensation payable in case of bad work.

Clause 18

All works under or in course of execution or executed in pursuance of the contract shall at all times be open to inspection and supervision of the Engineer-in-charge and his subordinates and the Contractor shall at all times during the usual working hours, and at all other times at which reasonable notice of the intention of the Engineer-in-charge and his subordinates to visit the works shall have been given to the Contractor, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing present for that purpose. Orders given to the Contractor's duly authorised agent shall be considered to have the same force and effect as if they had been given to the Contractor himself.

Work to be open to inspection.

Contractor or responsible agent to be present.

Contractor No of Corrections Executive Engineer

Page 49: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Clause 19

The Contractor shall give not less than five days' notice in writing to the Engineer-in-charge or his subordinate-in-charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof taken before the same is so covered up or placed beyond the reach of measurement and shall not cover up or place beyond the reach of measurement any work without the consent in writing of the Engineer-in-charge or his subordinate-in-charge of the work, and if any work shall be covered up or placed beyond the reach of measurement, without such notice having been given or consent obtained the same shall be uncovered at the Contractor's expense, and in default thereof no payment or allowance shall be made for such work or for the materials with which the same was executed.

Notice to be given before work is covered.

Clause 20

Contractor No of Corrections Executive Engineer

Page 50: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

If during the period as listed below, from the date of completion as certified by the Engineer-in-charge pursuant to Clause 7 of the contract or for the period as mentioned below after commissioning the work whichever is earlier in the opinion of the Executive Engineer the said work is defective in any manner what so ever the Contractor shall forthwith on receipt of notice in that behalf from the Executive Engineer, duly commence execution and completely carry out at his cost in every respect all the work that may be necessary for rectifying and setting right the defects specified therein including dismantling and reconstruction of unsafe portion strictly in accordance with and in the manner prescribed and under the supervision of the Executive Engineer. In the event of the Contractor failing or neglecting to commence execution of the said rectification work within the period prescribed therefore in the said notice and/or to complete the same as aforesaid as required by the same notice, the Executive Engineer may get the same executed and carried out departmentally or by any other agency at the risk, on account and at the cost of the Contractor. The Contractor shall forthwith on demand pay to the MJP the amount of such costs, charges and expensed sustained or incurred by the MJP of which the certificate of the Executive Engineer shall be final and binding on the Contractor. Such costs, charges and expenses shall be deemed to be arrears of land revenue and in the event of the Contractor failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the MJP, the same may be recovered from the Contractor as arrears of land revenue. The MJP shall also be entitled to deduct the same from any amount which may then be payable or which may thereafter become payable by the MJP to the Contractor either in respect of the said work or any other work whatsoever or from the amount of security deposit retained by the MJP. During defect liability period, the work of daily maintenance and general repairs and expenses thereon would be out of scope of the tender. However, if any defects in the sub-work or in the material are found, the same will be rectified by the Contractor at his cost and will be binding on him, failing to which legal action would be taken as per tender clauses. Ten percent amount will be withheld from security deposit depending upon the nature of work, till the defect liability period is over.

Annexure “A”

Contractor liable for damage done and for three months after certificate.

I. Head Works

Contractor No of Corrections Executive Engineer

Page 51: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

a) River head works including those at storage dams, infiltration galleries, trench galleries, bank pitching, intake works, connecting pipes, approach bridges, etc.

Five Year

b) Anicuts or weirs, earthen / masonry dams and ancillary works.

Five Year

c) Nalla/canal head works inclusive of infiltration wells, connecting pipes, production and percolation wells, etc

Five Year

d) Tube wells, bore wells, etc

Three Year

e) Repairs to the works at (a) to (d) above

One Year

II) Pumping Machinery

a) Pumping machinery and other allied mechanical electrical installation (excluding those provided in the treatment plant contract), surge arrestors, water hammer control devices, chlorinators (excluding those provided in the treatment plant contract)

One year.

b) Repairs to the works at (a) above

Six Month.

III) Treatment Plants

Contractor No of Corrections Executive Engineer

Page 52: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

a)

Water treatment plant and sewage treatment plant based on Contractor's design.

Five years.

Contractor No of Corrections Executive Engineer

Page 53: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

b)

Water treatment plant and sewage treatment plant based on Departmental Designs.

Three years.

c)

Repairs to the treatment plants at

(a) and (b) above

Two Years

IV) EST/GSR/BPT, Sump and Pump House etc.

Contractor No of Corrections Executive Engineer

Page 54: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

a)

Based on Contractor's

own design.

Five years.

b)

Based on Department design

Three years.

c)

Special requires to ESR/GSR/BPT

Two years

d)

Ordinary repairs to ESR/GSR/BPT

Sump and Pump House, etc.

One year

V. Pipe LinesContractor No of Corrections Executive Engineer

Page 55: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

a) Pumping

Mains, Gravity Mains,

Leading Mains including intercepting out fall sewer in case of sewerage schemes.

Two years

Contractor No of Corrections Executive Engineer

Page 56: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

b)

Distribution system, laterals, branch sewers of sewerage system etc.

One year

c)

Repairs to pipe lines under the

works at (a) and (b) above.

Two years

The instructions contained in the Government of Maharashtra (Public Works Department) Resolution dated 14th June,1989 shall henceforth be applicable to all the works for which defect liability periods have been specified as above.

Clause 21

Contractor No of Corrections Executive Engineer

Page 57: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Contractor shall supply at his own cost all material(except such special materials, if any, as may in accordance with contract be supplied from the MJP stores), plant, tools, appliances, implements, ladders, cordages, tackles, scaffolding and temporary works requisite or proper for the proper execution of the work, in the original, altered or substituted from and whether included in the specification or other documents forming part of the contract or referred to in the these conditions or not and which may be necessary for the purpose of satisfying or complying with the requirement of the Engineer-in-charge as to any matter as to which under these conditions he is entitled to be satisfied or which he is entitled to require together with the carriage therefore to and from the work. The Contractor shall also supply without charges the requisite number of persons with the means and materials necessary for the purpose of setting out works and counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or the materials.

Failing this the same may be provided by the Engineer-in-charge at the expense of the Contractor and expenses may be deducted from any money due to the Contractor under the contract or from his security deposit or the proceeds of sale thereof or a sufficient portion thereof. The Contractor shall provide all necessary fencing and lights required to protect the public from accident and shall also be bound to bear the expenses of defense of every suit, action or other legal proceedings at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and costs which may be awarded in any such suit action or proceedings to any such person, or which may with consent of the Contractor be paid for compromising any claim by any such person. List of machinery in Contractor's procession and which he proposes to use on the work should be submitted along with the tender.

Contractor to supply plant. ladders, scaffoldings, etc.

And is liable for damages arising from non-provision of lights, fencing, etc.

Clause 21(A)

The Contractor shall suitable scaffolds and working platforms, gangways and stairways and shall comply with the following regulations in connection therewith.a) Suitable scaffolds shall be provided for workmen for all

works that cannot be safely done from ladder or other means.

b) A scaffold shall not be constructed, taken down or substantially altered except :

i) Under the Supervision of a competent and responsible person; and

ii) As far as possible be competent workers possessing adequate experience in this kind of work.

Contractor No of Corrections Executive Engineer

Page 58: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

c) All scaffolds and appliances connected therewith and ladders shall:-

i) Be of sound material

ii) Be of adequate strength having regard to the loads and strains to which they will be subjected, and

iii) Be maintained in proper condition.

d) Scaffolds shall be so constructed that no part thereof can be displaced in consequence of normal use.

e) Scaffolds shall not over - loaded and so far as practicable the load in consequence of normal use.

f) Before installing lifting gear on scaffolds special precautions shall be taken to ensure the strength and stability of the scaffolds.

g) Scaffolds shall be periodically inspected by a competent persons.

h) Before allowing a scaffolds to be used by his workmen the Contractor shall, whether the scaffold has been erected by his workmen or not, take steps to ensure that it complies fully with the regulations herein specified.

i) Working platform, gangway, stairways shall:-i) Be so constructed that no part thereof can sag

unduly or unequally,ii) Be so constructed and maintained, having regard

to the prevailing conditions as to reduce as far as practicable risks of persons tripping or slipping, and

iii) Be kept free from any unnecessary obstruction

j) In the case of working platform, gangways, working places and stairways at a height exceeding 5 (Five) meters (to be specified)

i) Every working platform, gangway shall be closely boarded unless other adequate measures are taken to ensure safety.

ii) Every working platform, gangway working place and stair way shall be suitable fenced.

Contractor No of Corrections Executive Engineer

Page 59: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

k) Every opening in the floor of a building or in a working platform shall except for the time and to the extent required to allow the excess of persons or the transport or shifting of material be provided with suitable means to prevent the fall of persons or material.

l) When persons are employed on a roof where there is a danger of falling from a height exceeding 5 (Five) meters (to be specified) suitable precautions shall be taken to prevent the fall of persons or materials.

m) Suitable precautions shall be taken to prevent persons being struck by articles which might fall from scaffolds or other working places.

n) Safe means of access shall be provided to all working platforms and other working places.

o) The Contractor will have to make payments to laborers as per Minimum Wages Act.

Clause 21(B)The Contractor shall comply with the following regulations as regards the Hoisting Appliances to be used by him.

a) Hoisting machines and tackles, including their attachments, anchorages and supports shall

i) Be of good mechanical construction, sound material and adequate strength and free from patent defect; and

ii) Be kept in good repair & in good working order.b) Every rope used in hoisting or lowering materials or as a

means of suspension shall be of suitable quality and adequate strength and free from patent defect.

c) Hoisting machines and tackles shall be examined and adequately tested after erection on the site and before use and be re-examined in position at intervals to be prescribed by the MJP.

d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering materials or as a means of suspension shall be periodically examined.

e) Every crane driver or hoisting appliance operator shall be properly qualified.

f) No person who is below the age of 18 years shall be in control of any hoisting machine, including any scaffold which gives signals to the operator.

Contractor No of Corrections Executive Engineer

Page 60: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

g) In case of every hoisting machine and every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering or a means of suspension, the safe working load shall be ascertained by adequate means.

h) Every hoisting machine and all gear referred to in proceeding regulation shall be plainly marked with the safe working load.

i) In case of hoisting machine having a variable safe working load, each safe working load and the conditions under which it is applicable shall be clearly indicated.

j) No part of any hoisting machine or any gear referred to in regulation (g) above shall be loaded beyond the safe working load except for the purpose of testing.

k) Motors, gearing, transmissions, electric wiring and other dangerous parts of hoisting appliances shall be provided with efficient safeguards.

l) Hoisting appliances shall be provided with such means as will reduce to minimum and the risk of the accidental descent of load.

m) Adequate precaution shall be taken to reduce to a minimum the risk of any part of suspended load becoming accidentally displaced.

Clause 22The Contractor shall not set fire to any standing jungle, trees, brushwood or grass without a written permission from the Executive Engineer.

When such permission is given and also in all cases when destroying, cut or dug up trees, brushwood, grass, etc. by fire, the Contractor shall taken necessary measures to prevent such fire spreading to or otherwise damaging surrounding property.

Measure for prevention of fire.

The Contractor shall make his own arrangements for drinking water for the labour employed by him.

Clause 23

Contractor No of Corrections Executive Engineer

Page 61: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Compensation for all damages done intentionally or unintentionally by Contractor's labour whether in or beyond the limits of the MJP property including any damage caused by the spreading of fire mentioned Clause 22 shall be estimated by the Engineer-in-charge or such other officer as he may appoint and the estimate of the Engineer-in-charge subject to the decision of the Superintending Engineer on appeal shall be final and the Contractor shall be bound to pay the amount of the assessed compensation on demand, failing which the same will be recovered from the Contractor as damage in the manner prescribed in Clause 1 or deducted by the Engineer-in-charge from any sums that may be due or become due from MJP to Contractor under this contract or otherwise.

Liability of Contractor for any damage done in or outside work/area.

The Contractor shall bear the expenses of defending any action or other legal proceedings that may be brought by any person for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall pay any damages and cost that may be awarded by the court in consequence.

Clause 24

The employment of female labourers on work in neighborhood of soldiers barracks should be avoided as far as possible.

Employment of female labour.

Clause 25

No work shall be done on Sunday without the sanction in writing of the Engineer-in charge.

Work on Sunday.

Clause 26

The contract shall not be assigned or sublet without the written approval of the Engineer-in charge, and if the Contractor shall assign or sublet his contract or attempt to do so, or become insolvent or commence any proceedings to get himself adjudicated and insolvent or make any composition with his creditor or attempt so to do or if bribe, gratuity, gift, loan, perquisite, reward of advantage, pecuniary or otherwise shall either directly or indirectly be given, promised or offered by the Contractor or any of his servants or agents to any public officer or person in the employment of MJP in any way relating to his office or employment of if any such officer or person shall become in any way directly or indirectly interested in the contract, the Engineer-in-charge may thereupon by notice in writing rescind the contract, and the security deposit of the Contractor shall thereupon stand forfeited and be absolutely at the disposal of MJP and the same consequence shall ensure as if the contract had been rescinded under Clause 3 hereof and in addition the Contractor shall not be entitled to recover or be paid for any work thereof actually performed under the contract.

Contract may be rescinded and security deposit forfeited for subletting it without approval or for bribing a Public Officer or if Contractor becomes insolvent.

Contractor No of Corrections Executive Engineer

Page 62: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Clause 27

All sums payable by a Contractor by way of compensation under any of these conditions shall be considered as a reasonable compensation to be applied to the use of MJP without reference to actual loss or damage sustained, and whether any damage has or has not been sustained.

Sum payable by way of compensation to be considered as reasonable compensation without reference to actual loss.

Clause 28

In the case of tender by partners, any change in the constitution of a firm shall be forthwith notified by the Contractor to the Engineer-in-charge for his information.

Changes in the constitution of the firm to be notified.

Clause 29

All works to be executed under the contract shall be executed under the direction and subject to the approval in all respects of the Superintending Engineer of the Circle, for the being, who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on..

Direction and control of the Superintending Engineer.

Clause 30.1

Except where otherwise specified in the contract and subject to the powers delegated to him by MJP under the code, rules then in force the decision of the Superintending Engineer of the Circle for the time being shall be final conclusive and binding on all parties of the contract, upon all questions relating to the meaning of the specifications, designs, drawings and instruction here in be fore mentioned and as to the quality of workmanship, or materials used on the work or as to any other question, claim, right, matter or thing whatsoever, in any way arising out of or relating to the contact, designs, drawings, specifications, estimates, instructions, orders, or these conditions, or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the completion or abandonment thereof.

Clause 30.2

The Contractor may within thirty days of receipt by him of any order passed by the Superintending Engineer of the Circle as a aforesaid appeal against it to the Chief Engineer, concerned with the contract work or project provided that

a) the accepted value of the contract exceeds Rs.10 lakhs (Rupees Ten Lakhs)

Contractor No of Corrections Executive Engineer

Page 63: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

b) Amount of claim is not less than 1.00 lakh ( Rupees One Lakh)

Clause 30.3

If the Contractor is not satisfied with the order passed by the Chief Engineer as aforesaid the Contractor, may within thirty days of receipt by him of any such order, appeal against it to the Member Secretary, Maharashtra Jeevan Pradhikaran, who, if convinced that prima-facie the Contractor's claim rejected by Superintending Engineer/Chief Engineer is not frivolous and that there is some substance in the claim of the Contractor as would merit a detailed examination and decision by the MJP shall put up to the MJP for suitable decision.

Clause 31

The Contractor shall obtain from MJP's stores all stores and articles of European and American manufacture which may be required for the work, or any part thereof or in making up any articles required therefore or in connection therewith unless he has obtained permission in writing form the Engineer-in-charge to obtain such stores and articles elsewhere. The value of stores and articles as may be supplied to the Contractor will be debited to his account at the rates shown in the Schedule 'A' attached to the contract and if they are not entered in the said Schedule, they shall be debited to him at cost price which for the purpose of this contract shall include the cost of carriage and all other expenses whatsoever, which shall have been incurred in obtaining delivery of the same at the stores aforesaid.

Stores of European or American manufacture to be obtained from the MJP.

Clause 32

When the estimate on which a tender is made includes lumpsums in respect of parts of the work, the Contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this contract for each item, or if the part of the work in question is not in the opinion of the Engineer-in-charge capable of measurement, the Engineer-in-charge may at his discretion pay the lumpsum amount entered in the estimate and the certificate in writing of the Engineer-in-charge shall be final and conclusive against the Contractor with regard to any sum or sums payable to him under the provision of this clause.

Lumpsums in estimates.

Clause 33

Contractor No of Corrections Executive Engineer

Page 64: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

In the case of any class of work for which there is no such specification as is mentioned in Rule 1 of From B-1, such work shall be carried out in accordance with the Divisional specifications, and in the event of there being no Divisional specifications, the work shall be carried out in all respect in accordance with all instructions and requirements of the Engineer-in-charge.

Action where no specifications.

Clause 34

The expansion "Works’’ where used in these conditions, shall unless there be something in the subject or context repugnant to such construction, be construed to mean the work or works contracted to be executed under or in virtue of the contract, whether temporary or permanent and whether original, altered, substituted or additional.

Definition of work.

Clause 35The percentage referred to in the tender shall be deducted from/added to the gross amount of the bill before deducting the value of any stock issued.

Contractor's percentage whether applied to net or gross amount of bill

Clause 36

All quarry fees, royalties and ground rent for stacking materials, if any, should be paid by Contractor.

Refund of quarry fees and royalties

Clause 37The Contractor shall be responsible for and shall pay any compensation to his workmen payable under the Workmen's Compensation Act, 1923(VIII of 1923), (hereinafter called the said Act) for injuries caused to the workmen. If such compensation is payable/paid by the MJP as principal under sub-section (1) of Section 12 of the said Act on behalf of the Contractor, it shall be recoverable by the MJP from the Contractor under sub-section (2) of the said section. Such compensation shall be recovered in the manner laid down in Clause (1) above.

Compensation under Workmen's Compensation Act.

Clause 37(A)

The Contractor shall be responsible for and shall pay the expenses of providing medical aid to any workman who may suffer a bodily injury as a result of an accident. If such expenses are incurred by MJP, the same shall be recoverable from the Contractor forthwith and be deducted without prejudice to any other remedy of the MJP from any amount due or that may become due to the Contractor.

Clause 37(B)

Contractor No of Corrections Executive Engineer

Page 65: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Contractor shall provide all necessary personal safety equipment and first aid apparatus available for the use of the persons employed on the site and shall maintain the same in condition suitable for immediate use at any time and shall comply with the following regulations in connection therewith.

a) The workers shall be required to use the equipments so provided by the Contractor and the Contractor shall take adequate steps to ensure proper use of the equipment by those concerned.

b) When work is carried on in proximity to any place where there is a risk of drowning, all necessary equipment shall be provided and kept ready for use and all necessary steps shall be taken for the prompt rescue of any person in danger.

c) Adequate provision shall be made for prompt first-aid treatment of all injuries likely to be sustained during the course of the work.

CLAUSE 37 (C)

The Contractor shall duly comply with the provision of "The Apprentices Act, 1961' (LII of 1961), the rules made thereunder and the orders that may be issued from time to time under the said Act and the said Rules and on his failure or neglect to do so he shall be subjected to all the liabilities and penalties provided by said Act and said Rules.

CLAUSE 38

1. Quantities shown in the tender are approximate and no claim shall be entertained for quantities of work executed being either more or less than those entered in the tender or estimate.

Claim for quantities entered in the tender or estimates.

2. Quantities in respect of the several items shown in the tender are approximate and no revision in the tendered rate shall be permitted in respect of any of the items so long as subject to any special provision contained in the specifications prescribing a different percentage of permissible variation in the quantity of the item does not exceed the tender quantity by more than 25% and so long as the value of the excess quantity beyond this limit at the rate of the item specified in the tender, is not more than Rs.5,000/-.

Contractor No of Corrections Executive Engineer

Page 66: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3. The Contractor shall, if ordered in writing by the Engineer so to do, also carry out any quantities in excess of the limit mentioned above in sub-clause (1) hereof on the same conditions and in accordance with the specification in the tender and the rates (i) derived from the rates entered in Current Schedule of Rates and in the absence of such rates (ii) at the rates prevailing in the market.

The said rates being increased or decreased as the case may be by the percentage which the total tendered amount bears to the estimated cost of the works as put to tender based upon the Schedule of Rates applicable to the year in which the tenders were invited (for the purpose of operation of this clause, this cost shall be taken as Rs. 39365677/-

(Rupees. Three Crores ninety three lakhs sixty five thousands six hundred seventy seven only.)

4. The clause is not applicable to extra items. Claims arising out of reduction in the tendered quantity of any item beyond 25% will be governed by the provision of Clause 15 only when the amount of such reduction beyond 25% at the item specified in the tender is more than Rs.5,000/-. This reduction is exclusively the reduction in Clause Nos.2,1,4 of work and site conditions.

5. There in no change in the rate if the excess is less than or equal to 25%. Also there is no change in the rate if the quantity of work done is more than 25% of the tendered quantity. But the value of the excess work at the tendered rates does not exceed Rs.5,000/-.

6. The quantities to be paid at the tendered rates shall include:

a) Tendered quantity plus

b) 25% excess of tendered quantity or the excess quantity of the value of Rs.5,000/- at tendered rate whichever is more.

7.

a) Unless authorised by the Executive Engineer-in-charge in writing the Contractor Should not execute the excess quantity beyond the quantities specified in the tender.

Contractor No of Corrections Executive Engineer

Page 67: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

b) Even after written instructions of the Executive Engineer, whenever the excess quantities beyond those specified in the tender are executed, the payment in excess of the quantities specified in the tender will be made by the Executive Engineer only after getting approval from the appropriate authority namely Superintending Engineer, if the cost of excess quantity at prevailing DSR is (i) upto Rs.50,000/-(Rupees Fifty thousand only) for estimated cost put to tender upto Rs.10,00,000/- and (ii) upto Rs.1,00,000/-(Rupees One Lakh only) (considering quantities of all items and not of individual item) when the estimated cost put to tender is more than Rs.10,00,000/-(Rs. Ten Lakh only). The Chief Engineer will be the appropriate authority for the proposals of payment of excess quantities costing upto Rs.5,00,000/-. Member Secretary of the MJP in consolation with Financial Advisor and Chief Accounts Officer of the MJP will be the authority for approval of proposals for payment of excess quantities costing more than Rs.5,00,000/-.

c) Till the approval from appropriate authority is received the Executive Engineer can make payment to the extent of 50% of the value of work ( for quantities beyond quantities payable at tender rates) subject to the condition that the proposal for approval of payment of excess quantities is atleast submitted by him to the Competent Authority before making such payment. Such payment released by the Executive Engineer to the Contractor for excess quantities shall be treated as advanced payment against the total payment due after approval from the competent Authority.

Clause 39

The Contractor shall employ any famine, convict or other labour of a particular kind or class if ordered in writing to do so by the Engineer-in-charge.

Employment of famine labour etc.

Clause 40

No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition of land or, in the case of clearance works, on account of any delay in accordance to sanction of estimates.

Claim for compensation for delay in starting the work.

Clause 41

Contractor No of Corrections Executive Engineer

Page 68: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

No compensation shall be allowed for any delay in the execution of the work on account of water standing in borrow pits or compartments. The rates are inclusive for hard or cracked soil, excavation in mud, sub-soil, water standing in borrow pits and no claim for an extra rate shall be entertained unless otherwise expressly specified.

Claim for compensation for delay in execution of the work.

Clause 42

The Contractor shall not enter upon or commence any portion of work except with written authority and instructions of the Engineer-in-charge or of his subordinate in charge of the work. Failing such authority the Contractor shall have no claim to ask for measurements of or payment for work.

Entering upon or commencing any portion of work.

Clause 43

i) No Contractor shall employ any person who is under the age of 12 years.

Minimum age of persons employed, the employment of donkeys and other animals and the payment of fair wages.

ii) No Contractor shall employ donkeys or other animals with breaching of string or thin rope. The breaching must be at least three inches wide and should be of tape (Newer).

iii) No animal suffering from sores, lameness or which is immature shall be employed on the work.

iv) The Engineer-in-charge or his agent is authorised to remove from the work, any person or animal found working which does not satisfy these conditions and no responsibility shall be accepted by the MJP for any delay caused in the completion of the work by such removal.

v) The Contractor shall pay and reasonable wages to the workmen employed by him in the contract undertaken by him. In the event of the dispute arising between the Contractor and his workmen on the grounds that the wages paid are not fair and reasonable, the dispute shall be referred without delay to the Executive Engineer who shall decide the same. The decision of the Executive Engineer shall be conclusive and binding on the Contractor but such decision shall not in any way affect the conditions in the contract regarding the payment to be made by the MJP at the sanctioned tender rates.

Contractor No of Corrections Executive Engineer

Page 69: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

vi) Contractor shall provide drinking water facilities to the workers. Similar amenities shall be provided to the workers engaged on large work in urban areas.

vii) Contractor to take precautions against accident which take place on account of labour using loose garments while working near machinery.

Clause 44

Payment to Contractors shall be made by cheque drawn on any treasury within the division convenient to them, provided the amount exceeds Rs. 10/- Amounts not exceeding Rs. 10/- will be paid in cash.

Method of payment

Clause 45

Any Contractor who does not accept these conditions shall not be allowed to tender for work.

Acceptance of conditions compulsory before tendering for work.

Clause 46

If Government declares a site of scarcity or famine to exist in any village situated with 16 Kms of the work, the Contractor shall employ upon such parts of the work, as are suitable for unskilled labour, any person certified to him by the Executive Engineer or by any person to whom Executive Engineer may have delegated this duty in writing to be in need of relief and shall be bound to pay to such person wages not below the minimum wages which Government may have fixed in this behalf. Any disputes which may arise in connection with the implementation of this clause shall be decided by the Executive Engineer whose decision shall be final and binding on the Contractor.

Employment of scarcity labour

Clause 47

Contractor No of Corrections Executive Engineer

Page 70: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The price quoted by the Contractor shall not in any case exceed the control price, if any, fixed by Government or reasonable price which is permissible for him to charge a private purchaser for the same class and description, the control price or the price permissible under the provision of Hoarding and Profiteering Preventing Ordinance, 1948 as amended from time to time. If the price quoted exceeds the controlled price or the price permissible under Hoarding and Profiteering Prevention Ordinance, the Contractor will specifically mention this fact in his tender along with the reasons for quoting such higher prices. The purchaser at his discretion will in such case excise the right of revising the price at any stage so as to conform with the controlled price as permissible under the Hoarding and Profiteering Prevention Ordinance. This discretion will be exercised without prejudice to any other action that may be taken against the Contractor.

Clause 48

The rates to be quoted by the Contractor must be inclusive of Sales Tax No extra payment on this account will made to the Contractor.

Clause 49

In case of materials that may remain surplus with the Contractor from those issued for the work contracted for the date of ascertainment of the materials being surplus will be taken as the date of sale for the purpose of Sales Tax and Sales Tax will be recovered on such sale.

Clause 50The Contractor shall employ at least 80 percent of the total number of unskilled labour to be employed by him on the said work from out of the persons ordinarily residing in the district in which site of the said work is located.

Provided, however, that if the required number of unskilled labour from that district is not available, the Contractor shall in the first instance employ such number of persons as is available and thereafter may with the previous permission in writing of the Executive Engineer-in-charge of the said work obtain the rest of the requirement of unskilled labour from outside of district.

Clause 51The Contractor shall pay the labours - skilled and unskilled - according to the wages prescribed by Minimum Wages Act applicable to the area in which the work of the Contractor is located.

Contractor No of Corrections Executive Engineer

Page 71: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Contractor shall comply with the provision of the Apprentices Act, 1961 and the Rules and Order issued thereunder from time to time. If he fails to do so his failure will be a breach of the contract and the Superintending Engineer may in his discretion cancel the contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the Act. The Contractor shall pay the labourers - skilled and unskilled - according to wages prescribed by Minimum Wages Act applicable to the area in which the work lies.

Wages to be paid to the skilled and unskilled labourers engages by the Contractor.

Clause 52

All amounts whatsoever which the Contractor is liable to pay to the MJP in connection with the execution of the work including the amount payable in respect of (i) materials and/or stores supplied/issued hereunder by the MJP to the Contractor (ii) hire charges in respect of heavy plant, machinery and equipment given on hire by the MJP to the Contractor for execution by him of the work and/or for which advances will be given by the MJP to the contractor shall be deemed to be arrears of land revenue and the MJP may without prejudice to any other rights and remedies of the MJP recover the same from the Contractor as arrears of land revenue.

Clause 53The successful tenderers will be required to produce to the satisfaction of the specified concerned authority valid and consequent license issued in favour of the Contractor under the provisions of the Contract Labour (Regulation and Abolition) Act 1970 before starting the work. On failure to do so, the acceptance of the tender should be liable to be withdrawn and also the earnest money.The Contractor shall duly comply with all the provisions of the Contract Labour (Regulation and Abolition) Act, 1970 (37 of 1970) and the Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971 as amended from time to time and all other relevant states and statutory provisions concerning payment of wages particularly to workmen employed by the Contractor and working on the site of the work. In particular the Contractor shall pay wages to each worker employed by him on the site of work at the rates prescribed under Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971. If the Contractor fails or neglects to pay wages at the said rates or makes short payment and the MJP makes such payment of wages in full or part thereof less paid by the Contractor, as the case may be, the amount so paid by the MJP to such workers shall be deemed to be arrears of land revenue and the MJP shall be entitled to recover the same as such from the Contractor or deduct the same from the amount payable by the MJP to the Contractor hereunder or from any other amount/s payable to him by the MJP.

Clause 54

Contractor No of Corrections Executive Engineer

Page 72: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Where the workers are required to work near machines and are liable to accidents, they should not be allowed to wear loose clothes like dhoti, jhaba etc.Clause 55The Contractor shall comply with the provisions of the Apprentices Act, 1961 and the Rules and Orders issued thereunder from time to time if he fails to do so, his failure will be a breach of the contract and the Superintending Engineer may in his discretion cancel the contract. The Contractor shall pay the labourers skilled and unskilled - according to wages prescribed by Minimum Wages Act applicable to the area in which the work lies.

Clause 56In view of the difficult position regarding the availability of foreign exchange, no foreign exchange be released by the MJP for the purchase of the plant and a machinery required for the execution of the contract work.

Clause 57Price variation clause not applicable.

Clause 58(A) The tendered rates shall be inclusive of all taxes,

rates and cesses and shall also be inclusive of the tax leviable in respect of works contract under the provisions of Maharashtra Sales Tax on Transfer of Property in Goods involved in the execution of Works Contract Act 1985. (Mah. Act. No. XIX of 1985) as amended from time to time. Also the royalty charges paid by contractor to local bodies / State Govt. shall not be reimbursed to the contractor.

Contractor No of Corrections Executive Engineer

Page 73: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

(B) (Draft of Proposed condition relating to insurance)

Contractors shall take out necessary Insurance Policy/ Policies so as to provide adequate insurance cover for execution of the awarded contract work from the Directorate of Insurance, Maharashtra State, Mumbai-440051 only. It’s postal address for correspondence is “264, MHADA opp. Kalanagar, Bandara (East), Mumbai-40051, ( Tel No. 26438403, 26438690). Insurance desire to effect insurance with local Office of any insurance company, the same should be under co-insurance-cum- servicing arrangements ( with G.I.F.’s share at 60% and Insurance Company’s Share at 40%) approved by the Directorate of Insurance. If the policy taken out by the contractors is not on co-insurance basis the same will not be accepted and the amount of premium calculated by the Directorate of Insurance will be recovered from the amount payable to the contractors for the executedcontract work.

(C) Value Added Tax.

The value added tax shall be deducted at 2% from the contractor registered under value added tax Act-2005 or at appropriate rate as may be determinded by the sale tax department from time to time on basis of actual work done by the contractor from each R.A. bill and shall be remitted to sales tax department no payment on account of reimbursement of value added tax will be made to contractor by MJP.

Clause 59 : Insurance

Contractor No of Corrections Executive Engineer

Page 74: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractors shall take out necessary Insurance Policy/ Policies so as to provide adequate insurance cover for execution of the awarded contract work from the Directorate of Insurance, Maharashtra State, Mumbai-440051 only. It’s postal address for correspondence is “264, MHADA opp. Kalanagar, Bandara (East), Mumbai-40051, ( Tel No. 26438403, 26438690). Insurance Policy / policies taken out from any other company will not be accepted. However, if the contractor desire to effect insurance with the local office of any insurance company, the same should be under the Co-insurance-cum servicing arrangements approved by the Director of Insurance. The policy taken out by the contractor is not on co-insurance-cum servicing arrangements approved by the Director of Insurance. The policy taken out by the contractors is not on co-insurance basis (G.I.F.’s share at 60% and Insurance Company’s Share at 40%) the same will not be accepted and the amount of premium calculated by the Directorate of Insurance will be recovered directly from the amount payable to the contractors for the executed contract work which may be noted.

Executive Engineer

Contractor No of Corrections Executive Engineer

Page 75: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

ADDITIONAL CONDITIONS OF CONTRACT

In view of expeditious execution of works following additional conditions

are applicable. These conditions supersede the provisions of Form-“B-1” to

the extent of contradictions.

1) Prequalification :

The contractor should get pre-qualified by satisfying the pre-qualification

conditions specified in the detailed tender notice duly producing the

necessary documents before due dates. The contractors who desire to

work should possess the machinery and equipments which are necessary

for the work of pipeline i.e. concrete mixers, trucks machinery and

equipment required for excavation of pipe trenches. Machinery and

equipment required for this work as indicated in table given in detailed

Tender Notice.

2. In case event of any dispute the decision of the Member Secretary (Tech.)

is final. Even if the contractor goes in the court of law, the process of

withdrawing of work from the contractor and allotting the same to the

another contractor will continue uninterruptedly to avoid delay in

execution of work.

Contractor No of Corrections Executive Engineer

Page 76: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

4. The contractor should not purchase and supply any material from M/s

Navin Sales Corporation, Jainpur and M/s Construction Engineers and

Builder, Osmanabad / Hyderabad. If the contractor purchases any

material from these manufactures, the same will not be allowed to be

used on the works.

5. The C.I./D.I./M.S./R.C.C./P.V.C./H.D.P.E./G.I. pipes, C.I. /D.I./G.I.

specials and all types of valves required to be used on the third party

agents approved by the Maharastra Jeevan Pradhikaran are

RITES/SGS/QS&S and hence the third party inspections shall be carried

out through any of these agencies only. Any change in the above names

of agencies will be communicated to the contractor and the third party

inspection shall have to be carried out, even after awarding the tender,

through any one of the changed agencies.6. Record of receipt and daily consumption of cement, casting of concrete

cubes as per I.S. Code and their test reports shall be maintained by the

responsible person of the contractor as per Pradhikaran’s Circular No

1099 / Cement /Store/135/Dt.23.03.2000.

7. Provident fund of Employee of contractor. :

Contractor No of Corrections Executive Engineer

Page 77: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

It is obligatory for the contractor to get registered in accordance with the

provisions of provident fund act. It is also obligatory for him to produce a

certificate of competent authority certifying that necessary amount

towards all of his eligible employees have been deposited in provident

fund in accordance with the provident fund act. It is obligatory to submit

this certificate in envelope No.1, failing which envelope No.11 shall not

be opened.

This is applicable only after 15.08.1999.

SPECIAL CONDITIONS OF CONTRACT (II)

1) Time bould execution and planning of work to be submitted by the contractor.

The contractor must submit the programme of execution in the form of Bar-chart and monthly execution schedule of sub work at starting of work with approved of Superintendig Engineer, MJP Circle, Amravati.If the deviation in the execution schedule at any stage of work is found to be more than 10% the competent authority shall have the right to terminate the tender of such contractor.

Contractor No of Corrections Executive Engineer

Page 78: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

2) Time of completion of workIf at any stage of work, it is found that the execution of work is not as per the programme given in the bar chart, a fine shall be imposed on the contractor (Subject to10% of the total value of work)

3) Appointment of Arbitrator.In case of any disputes raised between contractor and Executive Engineer during the course of contract regarding work, there shall be no provision for the appointment of Arbitrator. The decision of the Member Secretary ( Technical) shall be held as valid and final. If the contractor files a cast in appropriate court, the action of withdrawing the work and allotting it to any other agency shall be deemed to be continued as per the practice in vogue in the larger interest of implementation of work in time and as per original time schedule.

CONTRACT AGREEMENT

This Agreement made this

-------------------------------------------------------

by and between the

-------------------------------------------------------Execu

tive Engineer, Maharastra Jeevan Pradhikaran,

Works Division, Amravati, hereinafter called owner

and hereinafter called Contractor.

Contractor No of Corrections Executive Engineer

Page 79: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

WITNESSETH

WHEREAS Owner has caused specifications,

drawing and other contract documents to be

prepared for works described as-construction of all

components of

Combined Water Supply Scheme for

Gurukunj Ashram, Gurudeo Nagar &

Mozari Village. ( Full Deposit WorkUnder Mozari Vikas

Arakhada)Na

me

of

Wo

rk :

Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure

water pumping machinery, Unconventional water treatment plant, Pure

Water Rising main, Gravity main ,R.C.C. ESR-2 Nos., Distribution system

and other Misc. works.

WHERE as contractor has offered to perform

the proposed works in accordance with the terms of

the contract documents.

NOW THEREFORE, in consideration of the

mutual convenience and agreement of the parties

here in contained and to be performed, contractor

hereby agree to complete the works at the prices and

on the terms and conditions herein contained; and

owner hereby employees the contractor and agrees

to pay him the contract prices provided herein, for

the fulfillment of the works and the performance of

the covenants set for the herein.

Contractor No of Corrections Executive Engineer

Page 80: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

And also it is understood that the escalation

payment for extended time limit will be made as per

the price indices applicable on the date of expiry of

original time limit and any increase in the price

indices will not be allowed for escalation payment

beyond the original time limit of 18 months.

However, if the price indices are decreased the

difference of amount of escalation will be recovered

form the contractor according to the price indices

prevailing at that time. The further terms, conditions

and covenants of the contract are set for the in the

following exhibit parts, each of which is attached

here to, and by this reference made part hereof. In consideration of the payments to be made by

the owner to the contractor as hereinafter mentioned

the Contractor, hereby convents with the owner, to

execute the works in conformity with the provisions

of the contract.

The owner hereby covenants to pay the

contractor consideration of the diligent and proper

execution of the works the contract price at the time

and in the manner prescribed by the contract. IN WITNESS WHEREOF, this agreement been executed in triplicate on the day and year first mentioned above written.

Owner Contractor

Contractor No of Corrections Executive Engineer

Page 81: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Maharastra Jeevan Pradhikaran Amravati Circle, Amravati

Signature Signature

Title Title

Attested By Attested By

Signature Signature

Name ----------------------- Name -----------------------

Occupation : Executive Engineer Occupation :

Maharastra Jeevan Pradhikaran,Works Division, Amravati

Contractor No of Corrections Executive Engineer

Page 82: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Attached exhibits parts: Non Judicial Stamps Value

Approved by

Rs.5,000/- Denomination ---- No

Rs.1000/- Denomination ---- No

1. Scope And Meaning of Contract.

The term “ contract” hereinafter used would mean and include the tender

notice, detailed notice of invitation of tender, schedule of materials, tender

form, general conditions, special conditions, technical specifications, schedule

‘A’ & Schedule ‘B’ , drawings and any documents attached to the blank tender

form issued to the contracting firm. These are subject to and include the

alternations and modifications carried out and agreed to before the contract

document is finally decided and accepted by the Authority. The terms finally

decided and accepted by the Authority. The terms “Contractor” , “The

contracting firm” and “ Firm” mean the agency entering into contract with the

Department.2. Procurement of Materials and Payment of Taxes.

Contractor No of Corrections Executive Engineer

Page 83: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Unless and otherwise specifically provided for in the Schedule “A’’ of

materials attached to the tender all materials required of the approved type,

for completion of the work as per specifications shall be procured and brought

at site by the contracting firm at its cost. The rates quoted for the items shall

be inclusive of all costs of materials and labour and it shall also cover all the

present taxes such as Sales Tax, Local Tax, all taxes levied by Government

and excise duty levied by the State and Central Government and the local

body. The contractor shall not be reimbursed the above taxes on any account.3. No Refund of Royalty Charges.

The respect of provisions made in Clause No.58 of the printed conditions of agreement form, it is made clear that Sales Tax, royalty charges paid to the local body or Central / State Government on materials brought against this tendered work will not be refunded. Octroi charges will be reimbursed to the contractor on production of receipt for payment for the materials actually to be used in corporation areas.

GENERAL CONDITIONS PART-I

4. Acquaintance with site conditions etc.The contracting firm shall study the site conditions general conditions in

respect of approaches, labour, water supply, temporary electric supply,

climate and quarries, strata met on pipeline work. Any data included in the

tender documents and get it verified from the actual inspection of the site

etc. before submitting the tender. In case of doubt about any item or data

included in tender or otherwise it shall be got clarified by applying in

writing to the Superintending Engineer, 14 (fourteen) days in advance

before the date of submission of the tender. Once the tender is submitted, it

shall be concluded that the tendering firm has verified and made itself

conversant with all the details required for completing the works as per

tender conditions and specifications.

Contractor No of Corrections Executive Engineer

Page 84: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

5. Item wise Details for the offer and interim payment schedule.The successful tenderer will against each of the job items quoted on job

basis prepare detailed design, drawing and estimates so as to fairly agree

with the price quoted. The intermediate payment against price amount will

be made on percentage basis worked out on the basis of quantities from

approved drawings and rates approved by the Department.

Variations in quantities during actual execution compared with those

provided in this estimates will not entitle the contractor to any extra

payment for items quoted on job basis. On completion of the job to the

satisfaction of the Department and after the requisite tests have been

carried out, the contractor will be entitled to the payment of the whole of

the amount as quoted for items quoted on item rate basis, payment will be

made on actual measurement. Unless and until, such detailed drawing and estimates against sub-

work have been submitted and got approved by the competent authority,

the contractor will not be allowed to commence any work on it. The

contractor should, therefore submit any drawings and estimates sufficiently

in advance before the targeted date of commencement of the particular sub-

work. These drawings and estimates will be accompanied by detailed

structural calculations wherever required so as to bring them in conformity

with the standards and safety of the equipments..

6. Change in site alignment or Orientation:No compensation shall be paid on account of change in site alignment or

orientation of the proposed work, within work site marked on plan attached

to the work.

Contractor No of Corrections Executive Engineer

Page 85: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

7. Store Shed and Storage

a] Stores and Office :

The contractor shall provide a store shed of adequate capacity at their cost

for storing materials issued by MJP, equipment brought by the contractor

for the plant. The store should be of such construction that it must protect

the materials, against deterioration. A raised platform shall be made for

stacking cement in such a way that the cement received earlier can be

consumed first so as to avoid deterioration due to prolonged stacking. The

doors of the shed shall have double locking arrangement and one key shall

be kept with the in-charge of contractor and the other with the in-charge of

the representative of MJP to observe and taking out and putting in of the

materials under joint supervision of the, representative of the MJP and the

contractor, so also contractor shall provide at his cost a temporary Office

duly covered and 20 sqm. carpet area with adequate Office furniture at site

of work exclusively for use of MJP Officers and key of this Office will

remain with the Engineer-in-charge.

b) Protection to plant equipments in store.All coated surface shall be protected against abrasions, impact,

discoloration and any other damages. All exposed threaded portions shall

be suitably protected with either a metallic or a non metallic protecting

device. All ends of all valves and piping’s and conduit equipment

connections shall free from damage. The parts which are likely to get

rusted due to exposure to weather should also be properly treated and

protected in a suitable manner.c) Materials handling and storage.All the equipments furnished under the contract and arriving at site shall be

promptly received, unloaded and transported and stored in the storage

spaces by the contractor. The contractor shall submit to the Engineer every

week a report detailing all the receipts of material during the week.

However, the contractor shall be solely responsible for any shortage or

damage in transit handling and / or in storage and erection of the

equipment at the site.Contractor No of Corrections Executive Engineer

Page 86: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The contractor shall maintain an accurate and exhaustive record detailing

out the list of all equipment received by him for the purpose of erection and

keep such record open for the inspection of the Engineer at any time.

All electrical panels, control gears, motors and such other devices shall be

properly dried by heating before they are installed and energized. Motor

bearings, and other exposed parts shall be protected against moisture

ingress and corrosion during storage and periodically inspected. Heavy

rotating parts in assembled conditions shall be periodically rotated to

prevent corrosion due to prolonged storage.The motors, generators etc., shall be tested for insulation resistance at least

once in three months from the date of receipt till the date of

commissioning. The consumable and other supplies likely to deteriorate

due to storage must be thoroughly protected and stored in a suitable

manner to prevent damage or deterioration in quality by storage.

The contractor shall be responsible for making suitable indoor storage

facilities to store all equipments which require indoor storage. Normally,

all the electrical equipment such as motors, control gears, generators,

exciters and consumables like electrodes, lubricants, etc. shall be stored in

the closed storage space.

8. Water Supply for Construction and Hydraulic Testing.The MJP can not supply any water required for construction, drinking or

any other purpose. It shall be the responsibility of the contractor to arrange

clean and potable water for the work including construction, curing, and

hydraulic testing of his pipe line at his own cost. Thus the contractor will

have to bear water charges for constructing, testing and commissioning of

the pipeline. However if the water is available with department, the same

will be supplied to contractor as per Maharastra Jeevan Pradhikaran’s rates.

9. Power Supply For Construction

Contractor No of Corrections Executive Engineer

Page 87: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The MJP will not arrange power supply for construction purpose & it shall

be the responsibility of the contractor to arrange necessary power supply

for construction of the work at his own cost. The contractor will have to

bear the necessary power/water charges required for construction of the

work.

10. Supervisory Staff.The contractor shall have a well qualified public health engineer and

sanitary chemist on the establishment. The contractor shall engage an

experienced and qualified Resident Engineer to be in day to day charge of

the work and he should be authorised to receive instructions from the

Engineer-in-charge. He shall receive orders given by the Engineer-in-

charge from time to time and shall act on them promptly. The contractor

shall during working hours, maintain supervisors of sufficient training and

experience to supervise the various items and operations of the work.Orders and directions given to such supervisors and to other staff of the

contractor shall be deemed to have been given to the contractor. The

Engineer-in-charge of the contractor will be responsible for this work, by

whatever designation he may be known, but who will be specified on

award of the contract shall discuss with the Engineer-in-charge the conduct

and progress of the work.

11. Work Order Book.A well bound work order book shall be maintained at the work site by the

Contractor. This will be a permanent record. The Resident Engineer of the

contractor shall sign below the orders recorded by the Engineer-in-charge

and other MJP officers in token of having received them. He may take out

a copy thereof, if required. He will not record any remarks in the work

order book but may take up the matters recorded there in by the Engineer-

in-charge separately, if required, by the other channels of communications.

After completion of work the work order book, shall be surrendered to the

Department.

Contractor No of Corrections Executive Engineer

Page 88: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

12. Joint Survey :The contractor shall satisfy himself regarding the correctness of the

layouts, levels etc. as are shown in the drawings given in the specifications

before starting the work. He shall also carry out at his own cost survey of

the whole work site jointly with the MJP representatives, discrepancies

noticed between Departmental Drawings and the joint survey shall be

informed in writing to the Engineer-in-charge and got set right by the

Engineer-in-charge. Such deviations as may arise out of the joint survey

shall not vitiate the provisions of contract and entitle the contractor to any

extra payment or claim in any way. While tendering the contractor should

study the site condition and strata to be met with and the deviation in the

data given by MJP and cover the actual requirement of jobs to be provided

for, while quoting the rate for the item. The safe bearing capacity of any

strata will be decided by the Engineer-in-charge generally with reference to

the value given in the public works Department Hand book for respective

strata or by actual tests in case of doubt at the cost of the contractor. The

maximum permissible bearing capacities of different strata should not

exceed the following limits. In case the firm desires to design foundation

with different bearing capacities, they should be supported by detailed

investigation and analysis by V.N.I.T. , Nagpur.

a] Soil 5 M. T. / Sqm.

b] Av. Murum 20 M. T. / Sqm.

c] Av. Rock 40 M. T. / Sqm.

The tendering firm is advised to inspect the site thoroughly before

submitting the offer. The firm will have to obtain details of strata and

design the components accordingly.

13. Layout and Checking.

Contractor No of Corrections Executive Engineer

Page 89: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The contractor shall provide all labour skilled and unskilled and all

materials needed for carrying out the work as directed, survey, line out,

setting out, checking of works, taking measurements, hydraulic testing of

pipeline at his own cost. The contractor shall provide proper approach and

access to all the works and stores at his own cost. Before starting the work

of excavation for pipeline, the contractor should get the layout (lineout)

directly marked on ground by lime.

14. Reference Points.After the joint survey has been plotted and approved by the Enginer-in-

charge, permanent base lines, cross lines and bench marks shall be

established by the contractor at his own cost with reference to G.T.S.

established at Circuit House, Amravati so as to serve as reference points

and “Dimensional Control Basis” of works. He shall prepare and submit a

plan showing such reference points with their full description at his cost.

15. Programme of Work.The contractor shall furnish within one month from the date of order to

start the work, a work schedule indicating in sufficient details, the progress,

target to be achieved, indicating dates of completion of each major item of

the work, also indicating the dates of procurement and installing of the

mechanical, electrical and other equipments within the time limits as per

the contract and also indicating intermediate progress at various stages of

work within the total period of completion. The schedules should aim and

include practicable achievement of targets towards completion of the

whole work in the stipulated time and of the proportionate completion of

work on due dates as specified. In case, it is subsequently found necessary

to alter this schedule, the contractor shall submit in specified time a revised

schedule, for approval of Engineer-in-charge. The progress schedule shall

be in the form of bar chart, network, statement forms and/ or in the form of

report as may be approved by the Engineer-in-charge.

16. Approval for Material to be used.Contractor No of Corrections Executive Engineer

Page 90: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Samples in large enough quantity of materials and descriptive data

therefore requiring prior approval shall be furnished by the contractor to

the Engineer-in-charge in good time before the collection of such materials

and equipments so as to permit inspection and testing. The sample shall be

properly marked to show the name of the materials, name of manufacturer,

place of origin and item for which it is to be used. Only on approval, the

materials of approved quality shall be on exhibition at all time properly

stored and prevented from deterioration at their cost of purpose of

comparison with the materials brought on site of work from time to time

for use on work. While materials are being brought on site, samples

thereof will be continuously tested by the contractor to verify if they are

according to specifications. Such lots of them as are below specifications

shall be rejected and shall be forthwith removed from the site of work by

the contractor at his own cost.

17. Satisfactory Completion of various items.The work sub groups included in the schedule of work as job works are for

the entire work. The various items of these sub-groups are to fit in

perfectly in whole work physically, hydraulically and architecturally so as

to form effective working parts of the whole work as per satisfaction of the

Engineer-in-charge of MJP. Each sub-group will be considered as complete

when it is completed as per specifications and put in to commission as per

standard as a successful component part of the whole work.

18 Checking Quality of Works.

Contractor No of Corrections Executive Engineer

Page 91: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Engineer-in-charge if found necessary to satisfy himself about the

quality of the work, the contractor shall, at any time during continuance of

the contract, offer sample of work done or if necessary pull down a

reasonable part of the work enough for such inspection and testing as the

Engineer-in-charge may direct and contractor shall make good the same at

his own cost and to the full satisfaction of the Engineer-in-charge without

any extra cost. Sampling and testing of routine concrete work and civil

work items shall be done in accordance with MJP practice and I.S.S. to the

satisfaction of the Engineer-in-charge.

19. Inspection of Works.Whatever be the item of work, the contractor shall give, not less than five

days notice in writing to the Engineer-in-charge about the work which is

proposed to be covered or placed beyond the reach of measurement so that

measurements may be taken before the work is covered. If any work is

covered without such written notice, the same shall be uncovered at the

cost of the contractor and in default there of no payment or allowances

shall be made for such work. These requirements supply for all the

component items executed for the sub-groups for which lump sum price is

quoted.

20. Use of Steel and cement.The contractor shall use Fe 415 (Tor Steel Grade-I) only. The contractor

should produce the test report for the steel tested in approved test

laboratory. The Department shall also get the steel tested at the cost of the

contractor by Govt.College of Engineering as per circulars of M.J.P. and

permit its use if the stresses are within limit as per relevant I.S.S.

Cement of 43 grade OPC preferably Ultratech, Manikgarh shall be used for

all RCC components.

21. Extra Items.

Contractor No of Corrections Executive Engineer

Page 92: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

It is binding on the contractor to carry out such extra work as will be

ordered when the same can be conveniently and economically carried out

by the contractor in the opinion of the Engineer-in-charge and when such

extra work forms in the opinion of the Engineer-in-charge, an integral part

of the main work, either an addition or an alteration or a legitimate and

reasonable extension which can not conveniently be carried out by other

agency. The rates for such additional works shall be on the basis of the

sanctioned Schedule of rates of MJP/ accepted rates of the successful

tenderer/ and mutual agreement as far as possible. The decision of the

superintending Engineer will be binding for rates of additional items.

22. No Interest On Dues.No interest will be payable by the MJP on the amount due to contractor

pending final settlement of claims.

23. Tender to be strictly according to the tender conditions and all other

specifications.

It should be clearly noted that tenderer has to strictly comply with

conditions and specifications laid down in the document and no variations

are permissible.

24. Housing And Food Grains For Labour.The contractor shall be fully responsible for making arrangement at his

cost for housing all labour employed by him and make necessary

arrangements for the same as may be required under rules and laws of

state, Central Government or Local Body. All the rules regarding

minimum wages, workmen’s compensation, etc. shall be binding on the

contractor without any claims on the Department.

So also food grains for the labours shall be arranged by the contractor

where it is not available in open market.

25. Accident On the Works.

Contractor No of Corrections Executive Engineer

Page 93: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The contractor shall be fully responsible for any accidents that may occur

to labour or any person on his work on duty. He should report the accident,

if any, to the Engineer-in-charge and concerned Government Labour

Department Authority and shall pay all necessary compensation as per

rules. The contractor shall insure the work site as well as the labour as per

rules.

26. Guarantee Period.1] Civil Works.

The contractor shall stand guarantee for stability of structure for a period of

5 ( Five) Years after completion of the structures as certified by the

Engineer-in-charge. During this period, any defects and shortcomings due

to faulty design and defective construction will have to be made good by

the contractor without any extra cost.

27. Terms of Payment against testing of pipelines Civil Works.The bidder should not quote any alternative mode of payment and if

any is specified if would be treated as null and void.

Interim payment will be made as per the break up of payment given in the

tender.

It is to clarify that payment shall be made to the contractors, subject to the

availability of funds. In case of delay in availability of funds no any

compensation shall be admissible.

28. Security Deposit.Security Deposit shall be deducted from each progressive bill to bring up

the total security deposit of the contract value together with initial security

deposit submitted at the time of contract agreement as stated in condition

of contract.

29. Action in case of non-compliance.

Contractor No of Corrections Executive Engineer

Page 94: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Failure to comply with the above conditions and specifications will result

in the MJP taking action at risk and cost of the contractor. Submission of

the tender binds the contractor for complying with requirements of the

above conditions and specifications without any extra payment.

30. Disposal of the Excavated Materials.All materials obtained from any excavation required to be carried out under

this contract will be property of the MJP and the contractor shall not have

any claim on it. It will not be used for any purpose other than refilling the

excavations as needed for leveling or as directed by the Engineer-in-

charge. After completion of work the surplus excavated materials shall be

disposed off by the contractor at the places suggested by the Engineer-in-

charge with out any extra cost.

31. Authorised Representative / Agent of Contractor.The contractor shall appoint an authorised representative/agent in respect

of general day to day management of work. The selection of authorised

representative/agent is subject to the prior approval of the Engineer-in-

charge and the contractor shall seek in writing, such approval of the

Engineer-in-charge giving therein the name of the work, the name and the

address of the representative/agent he wants to appoint and the specific

purpose, which the representative/agent will be authorised for. Even after

the first approval, the Engineer-in-charge may issue at any subsequent date

revised directions about such authorised representative/agent and the

contractor shall be bound to abide by such directions on the Engineer-in-

charge.

32. Engagement of Technical Personnel.The contractor shall engage adequate technical personnel for proper

supervision of the work irrespective of the fact whether he is a degree or

diploma holder engineer himself; in the manner as directed by the

Engineer-in-charge.

33. Employment of local persons both skilled and unskilled.

Contractor No of Corrections Executive Engineer

Page 95: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

I) No labour should be imported from any district other than where

works to be executed without prior consent of the Engineer-in-

charge.

II) Imported labour can be engaged with permission of the

Engineer-in-charge when the exigency or progress of work so

demands.

34. Precaution and Co-operation with other Agencies.All necessary precautions are to be taken by the contractor for the safety of

all workmen and of the general public. The work must be done in such a

way as not to damage any property or public utility service. Close co-

operation must be observed with other contractor(s) engaged by MJP, or

any other public body who may be working in the particular area to which

this contract applies. The contractor must also keep close contact with

public agencies for safety or shifting of their pipes, cables mains, etc.

35. Materials obtained from dismantling.Materials obtained from dismantling of any structure, or parts thereof or

picked up road materials or kerb or channel stones, etc. taken out shall

remain the property of MJP. The contractor shall sort out and stack all

serviceable materials near the site of work as per instruction of Engineer-

in-charge. He shall also dispose off all unserviceable materials, etc. as per

instructions of the Engineer-in-charge or his representative. The contractor

shall remain the custodian of such dismantled materials till the charge of

the same is taken over by the Engineer-in-charge or his representative.

Consideration for the assumption of such responsibilities shall be deemed

to have included in the rate for the relevant items of work and no additional

payment or compensation will be admissible.

36. Night work.

Contractor No of Corrections Executive Engineer

Page 96: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor will have to execute the work during night time as per the

direction of the Engineer-in-charge with arrangement of necessary light,

barricades etc. The Engineer-in-charge may also specify the nature of

work to be carried out during night.

No extra claim or compensation will be admissible for night work or any

ancillary work thereof.

37. Idle Labour & Machineries.No claim for idle labour & machineries would be entertained under any

circumstances.

38. Issue rate for materials not stipulated in tender.If at any time subsequent to the execution of contractor any materials other

than those specified in the contract is/are required to be issued to the

contractor in the interest of the work, the rate charged for the material(s)

shall be the issue rate fixed by the department or the procurement cost of

materials at the time of issue plus storage charges, if any in both cases,

whichever is higher.

39. Testing of materials supplied by the contractor.All the materials supplied by the contractor and going into the job shall be

subjected to such tests at such time and at such frequencies as may be

decided by the Engineer-in-charge and as per latest circular of M.J.P. Costs

for conducting such tests in approved laboratories such as college of

Engineering, Amravati shall be borne by the contractor and the rate quoted

shall be deemed to have been offered after taking those factors in

consideration.

40. Application of contract labour Act, 1970.

Contractor No of Corrections Executive Engineer

Page 97: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The contractor should obtain the license under the provisions of the

contractor labour (Regulation and Abolition) Act.1970 and the contractor

Labour (Regulation and Abolition) Control Rules 1971 , and submit the

same to the Office of the Superintending Engineer, latest before

submission of final bill of the work.41. Completion Drawings :

The contractor shall have to submit, with final bill, the computerised

detailed drawings showing the works completed. Such drawings shall

consist of two copies in tracing cloth and three copies on white/blue print.

The completion drawing should be prepared in the manner as instructed by

the Engineer-in-charge. The Engineer-in-charge will verify the completion

drawing and instruct the contractor for correction/modification, if

necessary.

Unless such drawings are furnished and approved by the Engineer-in-

charge, payment for final bill will not be processed.

42. Designers / Consultant / Equipment suppliers acceptance.Contractor while submitting the tender shall furnish name / names of the

reputed well-known designers / consultants for the design of the ESR as

also the names of the structural designers along with their qualifications,

experience in the field, addresses and written consent letters from the

designers for agreeing to design the ESR. The contractor must have

successfully designed, erected, completed and satisfactorily commissioned

the ESR having capacity of not less than 6.0 Lakh ltrs. Designers / RCC

Structural Consultants shall be the registered MJP Consultants only.

43 Special Security Deposit Fori) Water Tightness

75% part rate shall be payable for reinforcement, concrete and plastering

items of containers of ESR till satisfactorily hydraulic testing of water

tightness is given and till that work shall be treated as incomplete.

44 Design and Drawings to be submitted by the tenderers.

Contractor No of Corrections Executive Engineer

Page 98: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The tenderer shall furnish with the tender the following information,

drawings with such design as may considered necessary for proper

appreciation and assessment of the offer.1) Layout Plan.

2) Elevation, sectional elevation, plan of each structure and drawings for

each job work and its sub-units. (On paper as well as on C.D.) On

acceptance of tender, the contractor should submit design calculations

and detailed drawings to the MJP for approval, six copies of all the

design calculations and approved working drawings will have to be

furnished by the contractor to the MJP free of cost. The contractor will

not be permitted to commence actual work at site unless detailed

structural designs and working drawings are approved by the competent

authority. If called upon, the contractor shall also submit within

reasonable time relevant books and other literature which have been

referred to by him in working out the details of works involved in the

construction. Secrecy in regard to details of design, materials,

equipment etc, shall not be pleaded by the contractor in the name of

Trade Secret’ for not furnishing the requisite details called for by the

MJP.

The design shall be subject to modifications as suggested by Competent

Authority if found necessary and such modifications shall not vitiate the

contract.

The contractor shall be responsible for the correctness and soundness of

the design submitted by him. The structures shall be as per recognized

engineering practice and if any provisions are found inadequate or faulty,

necessary modifications will have to be carried out at any stage upto the

expiry of guarantee period and no extra payment will be made on that

account.

Contractor No of Corrections Executive Engineer

Page 99: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

GENERAL CONDITIONS PART – II1. Unless otherwise specifically provided for either in item or in the

specifications or in the schedule of supply of materials all item in the

tender are inclusive of the cost of all materials required for the

execution of work and such other materials basis not proposed to be

issued by the department, shall have to be procured shall be of best

quality approved by the department.

2. The contractor will have to use the materials issued by the

departments as per details in Schedule ‘A’

Contractor No of Corrections Executive Engineer

Page 100: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3. All materials involved in construction shall be of best quality and as

per specifications and shall be got approved from the Engineer, well

in time before using the same in works. If the materials as rubble,

Khandki, headers, metal, sand etc. available locally are not approved,

the contractor shall have to procure right type of materials, from else

where without asking for extra cost. The rejected material shall

forthwith be remove from site of work failing which the Engineer-in-

charge will have power to remove the same outside the site of work at

cost of contractor after giving due notice to him. No complaint of any

sort of claims for the cost shall be entertained afterwards.

4. The MJP may give reasonable facilities to the contractor or to enable

him to obtain contractor materials at controlled rated as may be fixed

time to time. However, it is not liability of M .J. P. to accept the

claims of any compensation or extension of time on account of non

availability and any delay in obtaining the necessary supply at

controlled rates. The materials so obtained shall be used only on the

works for which the same are procured.5. The department does not accept the responsibility of non completion

of work within the specified or extended time limit due to delay in

procuring the materials outside those in Schedule’A’.

6. All provision regarding workmen’s compensation act etc. in force

shall be binding on the contractor.

7. All obligatory items to be done in the course of work will have to be

done by the contractor as per specification in the book of standard

specification at the rate as per the rules of department and conditions

of agreement in this respect.

8. The contractor shall be responsible and liable to any damage to public property caused during the execution of the works.

Contractor No of Corrections Executive Engineer

Page 101: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

9. The contractor shall make proper and economic use of the materials

supplied by Govt. whether free of cost or on payment and whether

directly of the contractor. He shall keep the account of such materials

in suitable books, which should be available for inspection by the

Engineer-in-charge. The contractor will be responsible for proper

handling and safe custody of all materials delivered to him by MJP

for use on the work and shall return to MJP all surplus materials after

completion of the work. The material charged to contractor and

remaining surplus will be taken back and paid for as decided by MJP

as per rules in force. All surplus materials from those supplied to the

contractor free of charge will be returned to MJP and delivered as

placed as directed on at place of its initial issue as directed and if any

shortages are noticed or materials are found in damaged of

unserviceable condition the cost therefore as fixed by the Executive

Engineer will be recovered from the contractor.10. In case of accidents on the contractor’s work or works allied to it.

The contractor shall be responsible to pay the compensation to the

sufferer or his legal descendant as per rules and legal requirements.

11. The contractor shall engage an authorised agent or any experienced

qualified supervisor capable of managing and guiding the work on his

behalf. He should take such orders as may be given to him by the

Engineer-in-charge from time to time and shall be responsible to carry

them out promptly.

12. Quantities given in the tender are approximate and are liable to

variation.

Contractor No of Corrections Executive Engineer

Page 102: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

13. The contractor shall at his own expenses make all necessary

provisions for housing, water supply, electricity and sanitary

arrangement, for his employees and shall pay direct to authorities

concerned all, rents, taxes and other charges on this account. The

contractor shall also comply with all requirements of the Health

Department in regard to precaution against epidemics.

14. The conditions of the contract and specifications are to be rigidly

enforced and no relaxation on the ground of conditions prevailing

otherwise will be allowed.

15. The decision of the Executive Engineer / Superintending Engineer, in

all such cases shall be taken as final. All the hydraulic structures such

as Tanks, pipe lines etc will be tested by the department at any time

within a period of twelve months after the date of final completion of

the work and if any defect found, the contractor will have to carry out

necessary repairs of replacements within 7 days from the receipt of

the intimation to that effect, failing which the work shall be carried

out departmentally at the risk and cost of the contractor.

16. With the express permission of the Executive Engineer the contractor

may use at the time of construction or subsequent repairs approved

proportion of chemicals such as puddle, sikko epoxy etc. for

achieving the water tightness of the structure for his convenience and

advantage but in all such cases he will for the respective items. He

should however, see every effort is made to make structures

watertight without resorting to such water proofing chemicals and

make, efficient use and preparation of water proofing materials, etc as

provided in the tender and specifications.

Contractor No of Corrections Executive Engineer

Page 103: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

17. Before entering into any property, plot, land or area etc. the contractor

should make his own independent investigation through the collector

or Inspector of land record etc. at his own cost about the ownership of

the plot etc. entered by him or his labour or for steps taken by the

party concerned.

18. The contractor shall have to clear the site of work before

commencement of work and after the date of completion of the work

without any extra cost.

19. After completion of the work in all respect and to the entire

specification of the Engineer-in-charge who shall given to the

contractor completion certificate, the contractor shall handover the

work to the Engineer-in-charge in good and clean condition. As long

as the possession of the work is not taken over, the work shall not be

considered as complete and watch the same till the time, it is taken

over by the Engineer-in–charge failing which any damage or losses to

the works till during this period shall be made good by the contractor

without any extra claims till the date of completion of the work. The

department shall write to the contractor as regards the reasons of not

taking over the work in case the works are not taken over after

contractor informs its completion in writing.

20. The general conditions above apply to all items involve in the tender. The department will get these complied with independently. If the contractor fails to comply these within the time specified, these will be done at the risk and cost of the contractor.

21. No extra payment over and above the tender rates will be made to the

contractor for complying the above requirement which obligatory.

22. The rates must be including of all taxes and duties and Octroi charges

if any. No any sort of increase in taxation structure from any

Government will be considered.

Contractor No of Corrections Executive Engineer

Page 104: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

23. Tenders with stipulation for settlement of a dispute by reference to

arbitration will not be entertained.

24 Inspection

The contractor shall be responsible to organize the inspection of the

work as feel necessary by the Engineer-in-charge and no extra for

arranging inspection shall be paid to the contractor.

25. All items securing in the works and found necessary during actual

execution shall be carried out in a workman like manner as per

specifications (Latest Edition) as per general specifications in vogue

in public health circle and as per order of the Engineer-in-charge.

Contractor No of Corrections Executive Engineer

Page 105: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

ADDITIONAL INSTRUCTIONS

TO THE TENDERER AND SPECIAL CONDITIONS

OF CONTRACT FOR THIS WORK

1. DEFINITION :

In the context of this tender the following expressions

/words/Phrases shall, herein before and hereinafter; have the

meanings hereby assigned to them, unless excluded by or

repugnant to the context.

1.1 SCHEDULE –“B”

The statement titled “Schedule-B” and containing the description,

quantity, unit, estimated unit rate of the works, subworks, items

and sub items of works, included in this tender and to be fully

executed by the successful tenderer; in full adherence to all terms,

conditions, specifications, instructions etc included in this tender

and or issued subsequent to the acceptance or tenderer, in

accordance with the provision of this tender.

1.2 WORKS :

Contractor No of Corrections Executive Engineer

Page 106: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

All finished components of the work and sub works more fully

described in the schedule B hereto; and the activity of construction,

erection, providing, lowering, lowing, Jointing, aligning, fixing in

position, setting out, positioning, transporting, carting, moving,

loading, unloading, disposing, stacking, storing , bending binding,

welding, tacking, stitching, pasting, posting, tying, lifting, casting,

shoring, strutting, shuttering, supporting, jacking, and any other

activity as may be required to complete and commission in all

respects, those various components.

1.3 TENDER DOCUMENT :

This document, purchased by the tenderer contractor and duly

issued by the Executive Engineer, Maharastra Jeevan Pradhikaran,

Works Division, Amravati.

1.4. M. J.P. or MJP .

The Maharastra Jeevan Pradhikaran, having its Head Office at

Express Towers, Nariman Point, Mumbai. Its Regional Head

Quarter at Nagpur, and its Circle Office at Amravati, which is

represented in this tender by the Executive Engineer, Maharastra

Jeevan Pradhikaran, Works Division, Amravati having his Office at

Amravati and the legal successors in title to such person.

Contractor No of Corrections Executive Engineer

Page 107: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1.5 OWNER :

Owner, wherever appearing the this tender document would mean

the Maharastra Jeevan Pradhikaran at all times.

1.6. ENGINEER / ENGINEER IN CHARGE;

Means the Executive Engineer, Maharastra Jeevan Pradhikaran,

Works Division, Amravati, and the legal successors in title to such

persons.

1.7 ENGINEER’S REPRESENTATIVE :

Means a person appointed / authorized by the Engineer, to

represent himself, from time to time.

1.8 TENDERER / CONTRACTOR :

Contractor No of Corrections Executive Engineer

Page 108: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Means an individual, registered firm or a group of registered firms

forming Collaboration (if allowed), or a company registered under

company act of 1956; registered as contractors in appropriate class

with the Maharastra Jeevan Pradhikaran and having duly

purchased and properly submitted this tender document, and the

same expressions shall, unless exclude by or repugnant to the

context, include all or any of their partners, directors, executors,

administrators and assignees.

1.9 TENDER :

The final detailed technical and financial proposition as entered in

the agreement between the Maharastra Jeevan Pradhikaran and the

tenderer, after all subsequent changes through negotiations or

otherwise, in the originally submitted tender by the Tenderer, in the

prescribed format, as given in the tender document.

1.10 CONTRACT :

Contractor No of Corrections Executive Engineer

Page 109: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Means agreement signed between Maharastra Jeevan Pradhikaran

and Contractor based on all sections, drawings of the tender

document along with all Annexure, records of negotiations held by

the Maharastra Jeevan Pradhikaran with the tenderer /

contractor, information submitted along with the tender document,

with corrections, if any, made at the time of submission of tender,

and all other relevant documents as shall form a part of the

agreement.

1.11 SPECIFICATIONS :

Means the specifications of the works included with the tender

document, or finalized by the Engineer and any subsequent

modifications thereof or addition there to proposed by the Tenderer

/ Contractor and approved by the Engineer.

1.12 DRAWINGS :

Means all drawings and technical information of the like nature

signed and issued by Engineer to the tenderer / contractor under

the contract and all drawings, other technical information of the

like nature submitted by the tenderer / contractor and approved by

the Engineer.

Contractor No of Corrections Executive Engineer

Page 110: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1.13 CONTRACTOR’S EQUIPMENTS :

Means all appliances, machinery and things of whatsoever nature

required for the execution and completion of the works and the

remedying of any defect thereof but does not include plant,

materials or other things intended to form or forming part of the

permanent works.

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION AMRAVATI.

Combined Water Supply Scheme for Gurukunj Ashram,

Gurudeo Nagar & Mozari Village.

Taluka : Tiwsa Dist: Amravati

( Full Deposit WorkUnder Mozari Vikas Arakhada)

Contractor No of Corrections Executive Engineer

Page 111: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Work : Intake well, connecting pipe, Jack well, Raw water Rising

main, Raw / Pure water pumping machinery,

Unconventional water treatment plant, Pure Water Rising

main, Gravity main ,R.C.C. ESR-2 Nos., Distribution

system and other Misc. works.

DECLARATIONI hereby declare that I have made myself thoroughly conversant

with the local conditions on which I have based my rates for this work. The

specifications and requirements of lead for this works have been carefully

studied and understood by me before submitting the tender. I undertake to

use only the best materials, to be approved by the Executive Engineer, in

charge of the work of his duly authorized representative before starting of

the work also to abide by his decision. I also understand that the

performance expected by the tender conditions is the prime requirement

and I will fulfill these requirements by completing interested job in this

tender and also abide to associate with the parallel working of other

tenderer to give the beset possible performance in my work and in the

system as a whole.

I hereby undertake to pay the labours engaged on the work as per

minimum wages act 1984 applicable to the zone concerned.

Sign. Of contactor

Contractor No of Corrections Executive Engineer

Page 112: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Maharashtra Jeevan Pradhikaran Works Division, Amravati.Combined Water Supply Scheme for

Gurukunj Ashram, Gurudeo Nagar & Mozari Village.

Taluka : Tiwsa Dist: Amravati( Full Deposit WorkUnder Mozari Vikas Arakhada)

Name of Work : Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure water pumping machinery, Unconventional water treatment plant, Pure Water Rising main, Gravity main, R.C.C. ESR-2 Nos., Distribution system and other Misc. works.

S C H E D U L E – AStatement showing material to be supplied from the departmental store for the work contracted / to be executed and the rates at which they are to be charged for.Sr. No

Particulars of Item Quantity to be supplied Rate at which the material will be charged to the

contractor1 2 3 41 200 mm dia D.I. K-9 grade pipe As per requirement Free of Cost

2 CI/D.I/MS specials As per requirement Free of Cost

(Note: Specials & pipes of required dia. & class if available with department will be issued free of cost / at cost and it will be binded to the agency.)

Contractor No of Corrections Executive Engineer

Page 113: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

CONDITIONS OF SCHEDULE-“A”1. The contractor shall not use materials under Schedule ”A” in items other that

as per this tender except for such ancillary similar items as are connected with

and absolutely necessary for execution of this work as may be decided by the

Engineer-in-charge.2. The contractor will have to construct shed of approved specification for the

work will be removed for use in the presence of departmental persons and no

material will be allowed to be removed for use in the presence of

departmental persons and no material will be allowed to be removed away

from site of work for which purpose double locking arrangements shall be

maintained. 3. The contractor(s) should be aware that considerable delay may occur in

getting the materials whenever such material are to be supplied by

government. They are therefore, advised to indent for their requirement

sufficiently in advance to allow for the period usually taken for supply of such

materials.4. No responsibility can be accepted for delays, which may occur I regards to

supply of these materials.5. The contractor shall submit periodically as well as on completion of the work

on account of all the materials issued to him in a manner as directed by the

Engineer -in -charge.The contractor shall also furnish account of materials already issued before

placing demand for further materials. In addition a separate register shall be

maintained on site for recording daily item wise consumption of material

(Giving details of quantities of item executed) and also of other materials

issued under Schedule “A” as directed. The contractor or his representative

and the Engineer -in –charge shall sign this daily. 5.1 All materials shall be made available for delivery on working days only

during working hours or as mutually convenient.

6. All the quantities in Schedule “A” are only approximate and shall vary

according to actual and bonafied use as certified by the Engineer -in -charge.

Page 114: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

114

7. All materials mentioned in Schedule “A” required for the work shall be taken

form the department only. The materials from other sources inlieu of the

materials in Schedule”A” shall not be allowed except under written

permission form the Executive Engineer. In such case a certificate for it the

contractor shall produce quality. The sample of such materials shall be tested

from the approved / laboratories at contractors cost. The materials not

confirming to the required standard shall be removed at once from the site of

work.

8. However in case when the materials issued to a contractor become surplus,

the materials shall be taken back form the contractor at 3% less of the issue

rates at which they were supplied to him by the MJP, provided the materials at

the time of taking over, were not actually used and are serviceable. The

contractor shall return the materials to the store specified in Schedule “A”

without any extra cost for carting and handling thereof.

9. The contractor shall furnish unstamped receipt for all materials issued under

Schedule “A” on spot in addition to joint signature on such challans, charts,

registers etc as may be prescribed by the Engineer in charge.

10. In the event of any materials issued to the contractor by MJP become surplus

to the requirement of works and not returned by the contractor recovery at

penal rate as defined above shall be affected.

11. Delay in supply of materials included in Schedule “A” shall not entitle the

contractor to claim compensation. The contractor will however, be eligible for

extension of item limit on this account.

12. The rates given in Schedule-“A” are inclusive of all taxes such as Sales Tax,

General Tax etc.

Page 115: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

13. The supply of materials by MJP as mentioned in Schedule-“A” shall be for

the actual work well as for ancillary items certified by the Engineer relating to

the work following.

14. The contractor shall within the period stipulated by the Engineer submit an

estimate of his total requirement of pipes and shall place firm indents of his

monthly requirement at least three months in advance of planned use as may

otherwise be stipulated and in the mode and form as may be directed by the

Engineer. The contractor shall be responsible consequences arising out of his

failure to comply with these requirements and any procedure that may be laid

therefore.

15. The contractor shall so indent his requirement as to ensure utilization of pipe

not later sixty days after the receipt thereof.

16. The surplus materials from these, supplied to him free of cost shall be

returned to MJP and delivered in good conditions at the department stores

from where they were issued. The cost of damaged or unserviceable materials

would be fixed by the Engineer-in-charge and shall be recovered from the

contractor. The materials which are not found accounted for after considering

the prescribed percentage of wastage shall be charged at the penal rate which

will be double the book rates, or local market rates whichever is higher.

17. Rates shown for supply of materials by the department in Schedule-“A” are not applicable in respect of materials consumed for the quantities for which payment is to be regulated under clause 38 of agreement. Recovery of materials issued and used for the execution of quantities for

which payment is to be regulated under clause 38 of agreement will be made

at the rate provided in the analysis of divisional schedule of rate of the year in

which excess quantities will be executed or issue rates shown in the

Schedule-“A” whichever is more.

Page 116: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

116

18. Contractor will have to use the material available with the department at the

issue rate / market rate, prevailing at the time of execution as per the general

trends in the MJP though this material is not included in Schedule-“A”.

A] Department book rate is applicable to the materials issued to the contractor free of cost vide Schedule-“A” of the tender.

B] Issue rate is applicable to the materials issued to the contractor at cost vide

Schedule-“A” of the tender.

Penal rate means double the Department book rate of the materials issued free

of costs to the contractor and double the issue rate stipulated in Schedule-“A”

of the tender in respect of materials issued at cost to the contractor or local

market whichever is higher.

C) The Wastage relates to the materials issued at cost or free of cost to the

contractor under Schedule-“A”.The percentage of wastage is not applicable to the materials to be procured by

he contractor at his cost.

MAHARASHTRA JEEVAN PRADHIKARAN REGION NAGPURMAHARASHTRA JEEVAN PRADHIKARAN CIRCLE,AMRAVATIMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION AMRAVATI

Combined Water Supply Scheme for Gurukunj Ashram, Gurudeo Nagar & Mozari Village. ( Full Deposit Work Under Mozari Vikas Arakhada)

Taluka : Tiwsa Dist: Amravati

Page 117: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Work : Intake well, connecting pipe, Jack well, Raw water Rising main, Raw / Pure water pumping machinery, Unconventional water treatment plant, Pure Water Rising main, Gravity main ,R.C.C. ESR-2 Nos., Distribution system and other Misc. works

ABSTRACT OF SUB WORKS

Sub Works.

Particulars of Sub Works Cost of Sub Work (In Rs.)

1. Construction of Intake Well 3.00 mtr dia 493972.00

2. Connecting Main C.I. 250 mm dia 632353.00

3. Construction of Jack Well with over Head Pump House

2463630.00

4. Construction of RCC Foot Bridge with Earthen Bund

1515654.00

5. Raw Water Rising Main 200 mm dia D.I.K-9 7738775.00

6. Raw Water Pumping Machinery 2592111.00

7. Unconventional Water Treatment Plant 1.60 Mld 5700000.00

8. Pure Water Pumping Machinery 160544.00

9. 160 mm dia HDPE P/W Rising Main from Sump to Existing ESRs at Gurudeo Nagar.

100167.00

10. 160/90 mm HDPE P/W Gravity Main from Sump to existing and proposed ESRs of Gurudeo Nagar & Gurukunj Ashram.

1849402.00

11. 160/110/90 mm dia HDPE P/W Gravity Main from Sump to existing ESRs at Mozari.

3432054.00

12. RCC ESR Cap. 2.50 Lakh ltrs & 0.50 Lakh ltrs at Gurukunj Ashram.

3476201.00

13. Distribution System 2163739.00

14. Miscellaneous Works 7047075.00

Total Rs. 39365677.00

Page 118: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

118

Contractor No of Corrections Executive Engineer

Page 119: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 120: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

120

Contractor No of Corrections Executive Engineer

Page 121: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 122: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

122

Contractor No of Corrections Executive Engineer

Page 123: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 124: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

124

Contractor No of Corrections Executive Engineer

Page 125: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 126: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

126

Contractor No of Corrections Executive Engineer

Page 127: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 128: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

128

Contractor No of Corrections Executive Engineer

Page 129: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 130: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

130

Contractor No of Corrections Executive Engineer

Page 131: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 132: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

132

Contractor No of Corrections Executive Engineer

Page 133: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 134: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

134

Contractor No of Corrections Executive Engineer

Page 135: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 136: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

136

Contractor No of Corrections Executive Engineer

Page 137: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 138: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

138

Contractor No of Corrections Executive Engineer

Page 139: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 140: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

140

Contractor No of Corrections Executive Engineer

Page 141: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 142: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

142

Contractor No of Corrections Executive Engineer

Page 143: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 144: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

144

Contractor No of Corrections Executive Engineer

Page 145: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 146: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

146

Contractor No of Corrections Executive Engineer

Page 147: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 148: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

148

Contractor No of Corrections Executive Engineer

Page 149: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 150: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

150

Contractor No of Corrections Executive Engineer

Page 151: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 152: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

152

Contractor No of Corrections Executive Engineer

Page 153: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 154: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

154

Contractor No of Corrections Executive Engineer

Page 155: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 156: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

156

Contractor No of Corrections Executive Engineer

Page 157: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 158: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

158

Contractor No of Corrections Executive Engineer

Page 159: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 160: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

160

Contractor No of Corrections Executive Engineer

Page 161: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 162: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

162

Contractor No of Corrections Executive Engineer

Page 163: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Contractor No of Corrections Executive Engineer

Page 164: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

164

Contractor No of Corrections Executive Engineer

Page 165: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

DETAILED ITEMWISE SPECIFICATIONName of Sub Work 1 :– Construction of Intake well 3.00 Mtr Dia.

Item No. 1:- Excavation in general in soft material comprising of soft soil murum, sand, hard murum, with boulders in wet or dry condition for Head Work Intake Well, Connecting Pipe, Jack Well, Pump House, supply well ………… etc complete.

Under this item the excavation shall be carried out in earth, all types of soils, soft and hare murum, boulders, W.B.M. and concrete road, bitumen (tar) road old cement and lime masonry foundation, soft rock and hard rock by blasting wherever possible manual chiseling by wedging by line drilling by mechanical means. The item includes cost of all materials and labour together with removing of the excavated material upto a distance of 50 M beyond the excavated boundry as directed. The excavated hard rock should be stacked in measurable heaps as directed. The item also includes cost of normal dewatering i.e. dewatering without employing pumps set i.e. dewatering done by bailing out of water manually.

The excavation shall be taken down to such depths as shown in drawings and / or as directed and shall be done in extra sections shown in drawings and stipulated in specifications else where herein. Extra excavation done over and above specified for whatever reasons shall not be paid for the bottom of the foundation shall be perfectly leveled before concrete or masonery is put in and shall be watered and thoroughly rammed. No filling will be allowed for bringing the foundation pit to proper level.

The excavation may go down deeper by 3.0 M more to reach proper foundations and arriving certain levels, etc for which necessary payment shall be made.

All section of excavation, however, may be increased correspondingly, if necessary as directed by the Executive Engineer, for such extra depths and such increased section as directed by Executive Engineer, shall be admissible for payment at respective tendered rates.

All foundation pits shall be filled on the sides of masonery and concrete by he excavated stuff to the original surface of ground as required, watered and rammed in 20 cms. Thick layers and the tendered rate include this operation.

In case of excavation in town and inhabited places, it shall be strongly fenced and lighted during night by red lights in charge of watchman at contractor’s cost. Materials should not be dumped or road.

Contractor No of Corrections Executive Engineer

Page 166: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

166

Unless otherwise specific lifts and leads are mentioned in the tendered item, the tendered rate shall be for all lifts and leads involved in the work. The contractor shall provide shoring and strutting of approved size and type for normal conditions wherever necessary for excavation in soft materials without extra cost unless otherwise provided for in separate tender item.

Excavation carried out in excess of the width specified shall be at contractor’s own risk and shall not be measured. So also the excavation carried out in excess of the required depths shall be made good to the required level by either concrete or masonry of proportion as directed by the Executive Engineer without extra cost. The tendered rate for excavation items shall include lifting and removing the excavated materials for proper disposal in the vicinity as directed by the Engineer in charge. Nothing extra shall be paid for removal of masonry concrete structures for removal of stumps or roots or tress met with during excavation and for filling of holes hollow due to removal of roots, etc or existing originally which shall be filled up by earth and will be rammed and leveled.

The pay line allowed for excavation for wells in various strata shall be limited to the following.

H VIn soil 11/2 1In soft murum 2/3 1In hard murum ½ 1In rock 1/10 1

The exaction for well shall be carried out with the above side slopes only. The excavation done beyond there slopes is not admissible for payment. If the excavation is done with lesser slopes than mentioned above, the payments shall be restricted to the actually excavated slopes.

If there is no separate item of dewatering in the tender, the contractor’s tendered rate shall include manual bailing, draining of the trench and the excavation shall be kept free from, water, while the work is in progress in a manner as may be directed by the Executive Engineer. When there is a tender item of dewatering then payment shall be admissible under dewatering required for all items in the tendered from start till its completion, in either case the excavation item shall be dry as well as in wet condition, unless otherwise items exists for wet excavation.

In case of pipe trenches, Engineer in charge may reduce the width for trench wherever the hard strata met with, if he feels adequate and just sufficient to lay the pipeline in order to reduce the hard quantity. In such cases the contractor

Contractor No of Corrections Executive Engineer

Page 167: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

will be paid in the actual measurements. No extra cost will be paid for putting the pipe all along the trenches before laying in the trenches.

Item No 2, 3, 4 :- Providing and laying in situ, following grades of P.C.C. 1:3:6 and RCC M-200 and RCC M-150 ……………. etc. complete.

This shall comply as per standard specification No.Bd-E-1 Page No.287.

Wherever concrete is to be laid in trenches, the trench shall be cleaned and watered before placing. The sub-soil water which met shall be removed and the trench shall be kept dry during and after two hours of placing of concrete. The thrust blocks and anchor blocks shall be cast in two stages. Initially up to invert level of pipe and then after pipe line laying is completed.

Detailed specifications for R.C.C. works (Plain and Reinforcement concrete) and M.S. Tor Reinforcement.

a) R.C.C. WORKS

I) Not in contact with water, as per I.S.S. 456-2000 with C.C. 1:2:4 (M-150) and 12 mm to 20 mm gauge metal.

b) MASS CONRETE WORK

I) For concrete below load bearing member, below plinth, m for mat or leveling concrete C.C. M-150 and 20 mm gauge metal.

1. MATERIAL.

Cement: - Cement should bring by the contractor in polythene bags as received from the supplier. Each bag will be considered to weigh 50 Kgs. The quantity of cement used shall be based on cement consumption for respective items as considered in C.S.R.

Sand: - This will consist of clean, hard, strong uncoated and well graded particles. The source of sand will be from Wardha River and shall be approved by Executive Engineer, and in no case clay, silt, admixtures will exceed 3% by weight or volume. It shall be wasted and screened, if found necessary, to remove excess admixtures and coarse and fine particles found in excess. Screening and washing shall be done to sand to confirm specification or otherwise it is good. All sand shall pass through a screen with 3/16’ mesh.

Coarse Aggregate :- All aggregates shall confirm to either I.S. 383-1963 I.S. 515-1969 and should be as specified in I.S. 456-1978 clause 4.2 gauge of metal to be used shall be decided according to the type of work, by the Engineer-in-charge. The metal of approved qualities to be brought from quarry approved by Executive

Contractor No of Corrections Executive Engineer

Page 168: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

168

Engineer, P.W. Deptt. Local quarries are unsuitable for this aggregate.

Storage of Materials :- Sand and coarse aggregates shall be properly and separately stored on site on hard ground so as to kept them safe from admixtures of foreign materials such as clay, grass etc. it shall be as per I.S. 456-1978 clause 4.7.

Form Work: - Steel centering shall be preferable. If wooden form work is used it shall consist of planks not less than 40 mm thickness and of strong progs etc. This shall be provided as per I.S. 456-1978 clause 10.8 formwork the timber used for form work shall be best hard wood and got approved by the Engineer-in-charge. The item is covered in the rate either for plain or R.C.C. items. For bottom slab, ring beam etc. P.V.C. or plastic paper should be provided over the centering to make the same water tight.

Separators: - From bottom covers of beam, slabs etc. separators of pre-cast cement mortar blocks of suitable size will be used and tied to the reinforcement by wires. Between layers or reinforcement separators consisting of pieces of M.S. bars of suitable diameters shall be used. In each case, required cover to the bars will be ensured beyond doubt as per I.S. 45-1964 clause 25.4 and I.S. 3370-1965 Part-II Clause 7.2

Water: - The water used shall be as per I.S. 456-1978 clause 4.0 approved measures for water will be provided by the contractor. The amount of water to be used will be decided by the workability and strength consideration which will be assured by the contractor.

Concrete Mixing: - The concrete shall be only machine mixed as per standard practice.

Placing: - The forms will be just moistened before placing concrete. The concrete shall be placed in position within 20 minutes after adding water to the concrete. It shall be slowly deposited in its place in uniform layers. It should generally comply with I.S. 456-1978 clause 12.2

Tamping :- While concrete is being placed in position, it shall vigorously roded and tamped by bars of appropriate size and other means to ensure dense and complete filling of the forms, all round and in between the reinforcement. The efficiency of tamping and consolidation will be judged by complete absence of air pockets and honey combing after removal forms and any deficiency in this respect will affected in pulling down and redoing of the affected work at the cost of contractor. For work of any magnitude or

Contractor No of Corrections Executive Engineer

Page 169: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

importance, mechanical vibrators of both immersion and surface type will be used as a rule and no work without vibrator will be permitted. When concrete is so vibrated the water cement ratio will be least practicable.

Curing: - All R.C.C. works will be watered and kept constantly wet for at least 20 days after casting by means of wet gunny bags. This operation shall start immediately after initial set of concrete.

Removal of Forms:-Removal of forms will be generally as below subject to the prior approval of Engineer-in-charge in writing.

a) Columns;-24 to 48 hrs as may be directed by the Engineer-in-charge.

b) Side of beam: - 3 days.c) Vertical wall: - 6 days.d) Bottom of slab: - 20 days.e) Bottom of beam up to: - 20 days. 5 m. span.f) Bottom of beam above: - 21 days 5 m. span.

Inspection :- The work at each stage of operation i.e. completion of form work, completion of assembly and placing reinforcement, concreting, removal of forms must be get inspected by the Engineer-in-charge or Sub Divisional Officer in charge of the work who will record necessary certificate to the effect in the work order book. The concreting of R.C.C. from start to finish will be done in the presence of Engineer-in-charge or his authorized representative.

Finish:- All R.C.C. works will be finished as provided in the item concerned. Surface not in contact with form work and not subjected to any further finish will be finished smooth by a float to present a uniform appearance.

Surface to receive plaster or rendering will immediately on Removal of forms is roughened by extensive hacking by a pointed tamping tool. In all cases where it is required to mach with rest of the structure and present harmonious appearance to be decided by Engineer-in-charge, such finishing will stand included in the rate of contracts but will not be measured.

Testing :-

(a) Cubes :- On any day when concreting of M-150 and richer mix is done for 4 hours or 5 cum and more, concrete cubes of 15 x 15 cm will be cast per day, equally spread over the period of concrete. Every time 4 cubes will be taken for

Contractor No of Corrections Executive Engineer

Page 170: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

170

crushing strength one at 7 days and one at 28 days and one at 3 months. The fourth cube will be kept as reserved to be tested immediately after 28 days in case one of the cubes tested 7 and 28 days show unsatisfactory results. The casting, curing and testing of cubes will be at the cost of the contractor. The contractor shall make his own arrangement for moulds etc.

(b) Testing of Materials: - The contractor shall test the materials required for RCC work at his own cost and submit the result to the Dept. for according necessary approval for the same.

(c) The minimum strength of 15 x 15 x 15 cm concrete cube shall be as under.

7 Days 28 Days 3MonthsM 100 70 Kg / Sq cm 100 Kg / Sq cm 118 Kg / Sq cmM 150 100 Kg / Sq cm 150 Kg / Sq cm 165 Kg / Sq cmM 200 140 Kg / Sq cm 200 Kg / Sq cm 220 Kg / Sq cmM 250 168 Kg / Sq cm 250 Kg / Sq cm 280 Kg / Sq cm

Item No.5:- Providing & fixing in position steel bar

reinforcement ---------- etc complete.

All reinforcement shall be accurately placed in position with spacing and cover as directed, and tied with binding wires of 1.63 mm or 1.22 mm diameter. Spacing of bars shall be maintained by means of stays, blocks, ties, spacers or other approved supports at sufficiently close intervals so that bars will not sag between support not displaced during vibrating or compacting concrete or by any other operation. Binding wire shall be provided for and used at contractor cost. Full details of Nos. sizes, lengths weights, laps, spacing of the bars placed in position in different parts of the work shall be recorded, certified and signed by the Engineer to show all reinforcement has been placed correctly as per the sanctioned drawing or as ordered by Engineer-in-charge writing before placing concrete. Representative samples of M.S. bars shall be got tested in the local laboratory of the Govt. Polytechnic / Engineering College Amravati at the cost of the contractor. M.S. bars not confirming I.S.S. (relevant) shall be rejected. The item includes cleaning, cutting, bending and binding with binding wires and placing reinforcement in position and maintaining it clear and in position till the concrete is laid.

This item shall be executed as per Red book specification No. Bd F. 17 Page No. 306 .

Mode of Measurement and payment :-

The measurement for this item shall be measured in Qtl. Or M.T. Up to two decimal and shall be paid at the contract rate per Qtl. Or M.T.

Contractor No of Corrections Executive Engineer

Page 171: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Item No. 6:- Refilling with compaction -------- etc. complete.

The item shall be executed as per standard specification No.Bd-A-10 Page No.262. For filling purpose, approved quality of excavated materials from foundation shall be used. Refilling shall be done in layers of 15 to 20 cm. Each layer should be watered and compacted properly.

Item No. 7:- Dewatering the excavated trenches and pools of water ------ Disposing off the water in safe distance as directed.

Following specifications foe dewatering shall apply full in addition to the specifications as per B & C standard specifications BB 4, except Para BR 1.7 on page 109. The item includes dewatering operations from start of work to entire completion of concerned sub works. The work of bailing of pumping out water including the water from percolation seepage, surface flow etc. will be carried out by contractor at his cost. The contractor or firm should arrange for the pumping sets, for piping, fuel oil to run the pumping machinery etc. It is too arranged by the contractor at his cost and if the contractor desires to have departmental pumps on hire, it will be supplied if available and he will be charged at the rate as per rules. No excavation of time limit will be considered for delay in giving machinery by department or its breakdown.

Providing and using required dewatering machinery is the responsibility of the contractor and he can not depend on departmental T & P articles as a right at any time.

The provision is made in the Schedule B of the tender approximate. However no additional payment will be considered on the part of that provision of excavation is exceeded and the work could not be completed in the same working season.

Payment Conditions:-

The provision for this item is made on Lump sum basis. No extra amount shall be paid in any case for work done in rainy season. Efforts shall be made to execute the item in hot spell of summer season.

Total dewatering charges are to be provided in tender as lumsum amount. 75% is payble on completion of excavation and 25% is payable after construction of well / gallery out of 75 % payment on completion of excavation break up shall be as under

i) 25% for last 1 M. depth ii) 20% for 2 M. depth which just above 1 M. depth iii) 15% for 2 M. depth which just above 3 M. depth 15% for

the rest of depth from water table level

Contractor No of Corrections Executive Engineer

Page 172: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

172

Item No. 8:- Providing and fixing in position C.I./M.S. rose pieces in Intake wells ……… etc complete.

This item covers fixing C.I.-MS/ RS girders, MS angle, channels, flats, base plates, gusset plates, cleat, bracket, etc. and other accessories as per requirement and as directed and fabricating the assembly by cutting, drilling holes, etc. and erecting and fixing item as site with necessary riveted or welded joints, fixtures with nuts and bolts, etc. wherever necessary, together with their proper fixing and embedding in masonry or slabs of concrete as directed. Structural steel works materials shall be procured by the Contractor from open market at his cost.M.S. Rose pieces

The rose pieces shall be fabricated out of 10mm thick M.S. plates. The strainth diameter shall be 1½ times the diameter specified in the schedule ‘B’. The holes to be drilled in stranier portion shall be of 12 mm diameter at 27 cm center to center and shall be staggered. The inside & outside surfaces of the rose piece shall be applied with three coats of anticorrosive oil paint. The item includes cost of all materials & labour required for the work. And this item will be executed as directed by the Engineer-in-charge. The mode of payment shall be on weight basis.

All above operations including cost of materials and labour thereof are included in the tender item. The measurement and payment shall be on the weight basis in the unit as mentioned in Schedule ‘B’, actually erected at site as directed shall be admissible for payment. RSJ channels, angles, flats, guest plates, brackets, base plates, cleats, packing pieces actually used as directed shall be admissible for payment but not the rivets, nuts and bolts, etc. The riveted or welded joints or fixing with nuts are included in the tendered rates. The specification for this item given in Standard Specification (Red Book) published by the B and C department will be followed.

Item No. 9:- Providing and fixing in position dapuri steps pf 22 mm DIA. M.S. bar step @ 30 cm center to center with proper … etc. complete.

The cost of providing and fixing MS dapuri step is included in tender item The size of M S bar should be atleast 22 mm diameter and steps manufactured out of these bars shall be properly fixed at 0.30 M c/c distance and places in manner as directed . Painting with two coats of anticorrosive black paint is also included in this item.

Item No. 10 Providing, lowering, laying and fixing in position C.I. D/F Sluice valve-------- etc. complete.

C.I.D.F. Sluice valve as per I.S. 780 and 296-1984, PN -10 and these are of non rusting stainless steel spindle and internal working parts of stainless steel.

Including loading, unloading stacking hydraulic testing etc. complete (MJP approved make only)

This item shall be executed as per provision in the detailed relevant item of Schedule “B”. This includes cost of supply, freight, transportation and allied taxes and delivery at the site of work. The item includes, labour, cost of jointing materials such as

Contractor No of Corrections Executive Engineer

Page 173: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

nuts bolts, rubber packing of champion make for making flanged joints etc. and fixing the valves in proper position and alignment including hydraulic testing conducted along with the testing of pipe line for ascertaining the chain ages of the valves so fixed as occupied in the pipe line. The length of valves shall be recorded fro actual length of valve without any financial implications 85% payment shall be released after supplying CIDF sluice valve at the site of work and 15% payment shall be released after lowering, laying and jointing in position and completion of satisfactory hydraulic testing etc. The laying of valve shall be done as per specification NoBd-V-3.6 page No. 510. The item includes hydraulic testing of valve also along with the pipe line testing. Without inspection certificate materials will not be accepted. Payment against the item of fixing valves is 75% after laying and 25% after hydraulically testing. The valves shall be got inspected through IRS/SGS/QS & S. All charges of IRS/SGS/QS & S. inspection shall be borne by the contactor.

C.I.D.F. Sluice valve of MJP approved make shall only be accepted. Plain ended sluice valve will not be accepted. The sluice valves shall confirm to IS-780 and IS-2906-1984 or as per subsequently modified IS of relevant year.

This shall be of solid wedge gate constructions with cast iron body and brass / Gunmetal trim. (Or in a variety of other materials specifications as ordered). These sluice valves shall stand to the working pressure of 10 Kg/sq.cm.

After supply of above material at the site of work by the contractor, the same shall be issued to the contractor on “Unstamped Receipt”. Materials shall be kept at site store by the contractor at his own cost. The register of consumption shall be maintained by the contractor with duly signed by the site Engineer. Site Engineer can checked the balanced materials any time at site store of contractor, If any shortage is found, the cost of short material with penal rate shall be recovered from the contractor in single installment through bill without any prior intimation to the contractor.

All the valve shall be C.I.D.F. type. Valves shall be of MJP approved make only Valves shall have the certificate of I.S.I. and shall be as per the relevant IS codes.

Mode of payment :85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 11 :- Providing and fixing M.S. pen stop valve rod of required size above top slab… etc. complete.

All pen stocks shall be brass lined and provided with suitable arrangement for easy and smooth manual operations. 25 mm Dia. 3 rod to be given with proper ancharage to wall and as directed by Engineer – in – charge.

Item No. 12:- Providing hoisting and fixing in position C.I. Manhole, frame ad cover of best quality and required size and shape with locking.

Providing and fixing of C.I Mechanical frame cover of best quality having size 0.90 m x 0.60 m with locking arrangement weighing not less than 35 Kg each

Contractor No of Corrections Executive Engineer

Page 174: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

174

in rectangular shope & as per ISI 7261199 & includes 2 coats of anticorrosive paint etc.. complete.

Name of Sub Work 2 :– Connecting main 250 mm Dia CI LA Pipe

Item No. 1 a&b :- Excavation in Soft Materials and Hard Materials soft rock & hard rock by blasting control blasting chiseling ----------------- etc complete.

(1) The classification for all excavation met with shall be in two categories only, as under:

a) Soft Materials

Soft material shall include all types of earthy or sandy materials, soils of all types, clay, soft, average hard murum i. e. all kinds of disintegrated rock, shingles, clay, sand, made-up soils, bricks, bats and isolated boulders upto the size of 0.1 cum. The excavation macadam bound surfaces shall also be classified in soft materials.

b) Hard Materials

Hard materials will include boulders of size bigger than 0.1 cum, all types of rock, soft and hard, which can be best removed by blasting. Blasting will not be permitted in inhabited localities or in vicinity of properties, where damage to human life and property will be involved in the opinion of the Executive Engineer and in that case work will have to be done by chiseling and the like methods in the same tendered rates. By the term "SOFT ROCK" is meant rock in masses but of a softer variety, crystalline in structure, which is otherwise Like hard rock. It only indicates the degree of softness, but will not include the disintegrated masses of rock, which generally have fractures or cleavages. Soft rock can be removed by a pick but mass removal, blasting has to be done. On hard rock a crow bar or a pick will only rebound removing but in significant quantity. The excavation in asphalt or concrete shall be classified as hard materials.

(2) For pipe line trenches the classification for excavation met with shall be in one category only and is as under.

Under this item the excavation shall be carried out in earth, all types of soils, soft and hard murum, boulders, W.B.M. and concrete road, old cement and lime masonry foundation, soft rock and hard rock by blasting wherever possible by

Contractor No of Corrections Executive Engineer

Page 175: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

wedging by line drilling by mechanical means. The item includes cost of all materials and labour together with removing of the excavated material upto a distance of 50 m. beyond the excavated boundary as directed. The excavated hard rock should be stacked in measurable heaps as directed. The item also includes cost do normal dewatering i.e. dewatering without employing pump sets i.e. dewatering done by bailing out of water manually.

The excavation shall be taken down to such depths as shown in drawings and /or as directed and shall be done in extra sections shown in drawings and stipulated in specifications elsewhere herein. Extra excavation done over and above specified for whatever reasons shall not be paid for. The bottom of the foundation shall be perfectly leveled before concrete or masonry is put in and shall be watered and thoroughly rammed. No filling will be allowed for bringing the foundation pit to proper level.

The excavation may go down deeper by 3.0 M more to reach proper foundations and arriving certain levels, etc. for which necessary payment shall be made.

The section of excavation, however, may be increased correspondingly, if necessary, as directed by the Executive Engineer, for such extra depths and such increased section as directed by Executive Engineer, shall be admissible for payment at respective tendered rates.

All foundation pits shall be filled on the sides of masonry and concrete by the excavated stuff to the original surface of ground as required, watered and rammed, in 20 cms. thick layers and the tendered rate includes this operation.

Excavated material from foundations shall not be placed nearer than 1.2 M from the edges of excavation.

In case of excavation in town and inhabited places, it shall be strongly fenced and lighted during night by red lights in charge of watchman at Contractor's cost. Material should not be dumped on road.

Unless otherwise specific lifts and leads are mentioned in the tendered item, the tendered rate shall be for all lifts and leads involved in the work. The Contractor shall provide shoring and strutting of approved size and type for normal conditions wherever necessary for excavation in soft materials without extra cost unless otherwise provided for in separate tender item.

Excavation carried out in excess of the width specified shall be at Contractor's own risk and shall not be measured. So also the excavation carried out in excess of the required depths shall be made good to the required level by either concrete or masonry of proportion as directed by the Executive Engineer without extra cost. The tendered rate for excavation items shall include lifting and removing the excavated materials for proper disposal in the vicinity as directed by the Engineer-in-charge. Nothing extra shall be paid for removal of masonry concrete structures or for removal of stumps or roots or trees met with during excavation and for filling of holes or hollow due to removal of roots, etc. or

Contractor No of Corrections Executive Engineer

Page 176: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

176

existing originally which shall be filled up by earth and will be rammed and leveled.

If there is no separate item of dewatering in the tender, the Contractor's tendered rate shall include manual bailing, draining of the trench and the excavation shall be kept free from, water, while the work is in progress in a manner as may be directed by the Executive Engineer. When there is a tender item of dewatering then payment shall be admissible under dewatering required for all items in the tender from start till its completion. In either case the excavation item shall be dry as well as in wet condition, unless otherwise items exists for wet excavation.

The Contractor shall carry out extra excavation for collar pits at joints wherever necessary and such extra collar pit excavation shall not be admissible for payment and will not be measured.

During excavation and till the trenches are properly refilled, if any public or private water tap connections, telephone wires, cables, etc. are damaged, the Contractor shall reinstate them at his cost.

The Contractor shall at his own cost give the satisfactory hydraulic testing which shall include all labour cost of water to feed and while testing, repairs required shall have to be carried out by the Contractor. No extra cost shall be paid.

Item No. 2 :- Providing & supplying ISI mark CI, S/S pipe of following class and diameter etc complete.

The D.I. pipes shall have mortar lining as per manufacturer's specifications. Jointing the pipes with rubber gasket joints. (viz. Tyton Joints). The tender item covers providing, lowering, laying and jointing of CI/DI pipes as well as CI specials, pipe-pieces, etc., as per requirement and as directed by the Sub-Divisional Officer, by rubber gasket joint viz. Tyton Joints.

The cost of conveyance of these materials from place of the site of work is also included in the Tender item.

Tender rate includes jointing CI/DI pipes with providing rubber gasket made out of S.B.R. and including laying and jointing CI specials with lead joints. The rubber gasket should be of the best quality conforming to IS : 12820. The approved makes - orient rubber Nagpur for rubber gaskets for DI & CI pipes & National rubber co. for rubber gaskets for C.I. pipes. The pipes shall be cut only with mechanical / electrical cutter and the ends after cut shall be chamfered by electric grinder. Cutting with poger and hammer is not permitted.

The method of Tyton joint (i.e. Rubber Gaskets) is as under :

The rubber gasket is inserted in the socket of the pipe which is facilitated by applying a thin film of lubricating oil in such a way that the bulb of

Contractor No of Corrections Executive Engineer

Page 177: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

gasket is forward at the back and the socket and the groove in the gasket should be firmly fixed in the projecting ring inside the socket. The gasket has to be properly cleaned before inserting and it has to be ensured that it fits evenly around the whole circumference of the socket, removing any bulges which would prevent the entry of spigot end, then a thin film of lubricant should be applied to the gasket, inside & outside surfaces of entering spigot end for one inch after cleaning it. The pipe to be jointed should be supported centrally by the tackle, so that it is clear of trench bottom. The spigot of the pipe shall be carefully aligned and inserted in the adjoining socket, until it makes contact with the rubber gasket. The spigot shall be forced inside the socket past the gasket (which is thus compressed) until the spigot reaches the end of the socket. The forceful insertion has to be achieved with crowbars, jacks, and lowers, etc. as per the details given in the literature of TISCO or any other suitable method as directed.

However, before lowering of pipes in trenches a layer of murum bedding from the excavated stuff will have to be provided below the pipeline for proper grading and alignment and also to act as cushion and support to pipe.

Certain breakages results during the course of laying and hydraulic testing. These breakages shall be to the account of contractor and no payment on this quantity is admissible for the item of providing of pipes and as well as for the item of lowering, laying of pipes. The final quantity payable under this item shall restricted to the total length laid and successfully tested for that diameter and class of pipes.

Local handling of pipes –

The loading and unloading operation should be done with due care. The local transportation at site is not permissible by rolling the pipes along road and they shall be loaded on hand cart or manually lifted for transportation.

The C.I./D.I. pipes required to be used on the work shall be got inspected by third party. At present the third party agents approved by the Maharashtra Jeevan Pradhikaran are RITES / SGS/ Superintendence and hence the third party inspection shall be carried out through any of these agencies only. Any change in the above names of agencies will be communicated to the contractor and the third party inspection shall have to be carried out, even after awarding the tender, through any one of the changed agencies.

Item No. 3 :- Lowering, laying and jointing C.I. S&S and D.I. pipes –---- etc. complete.

The contractor shall clear the site by removing all greases, shrubs etc. before the start of work. The working longitudinal section of pipeline has to prepare by the contractor in consultation with departmental site Engineer. The Engineer – In – Charge may make modifications in the alignment and or level at his desecration, depending on the site conditions. The contractor shall have to fix the alignment and levels shall be done by the contractor at his cost. Laying underground pipes should be lowered into the trench with tackle suitable for the weight of pipes. For smaller sizes, up to 250-mm nominal bore, the pipe may be lowered by the use of ropes but for heavier pipes, either a well designed set of

Contractor No of Corrections Executive Engineer

Page 178: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

178

shear legs or mobile crane should be used. When lifting gear is used, the positioning of the sling to ensure a proper balance should be checked when the pipe is just clear of the ground. If sheathed pipes are being laid, suitable wide slings or scissors dogs should be used.

All construction debris should be cleared from the inside of the pipe either before or just after a joint is made. Passing a pull-through in the pipe, or by hand, depending on the size of the pipe does this. When laying is not in progress, a temporary and closure should be securely fitted to the open end of the pipe line. This may make the pipe buoyant in the event of the trench becoming flooded, in which case the pipes should be held down either by partial re-filling of the trench or by temporary strutting. All persons should vacant any section of trench into which the pipe is being lowered.

On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the pipe being laid does not move into or out of the socket of the laid pipe during the jointing operations. As soon as the joint; assembly has been completed, the pipe should be held firmly in position while the trench is backfilled over the barrel of the pipe. The backfill should be well compacted.

Supporting Pipes above Ground:-

The following recommendations assume that no additional bending moments above those due to the self weight of the pipe and its contents are present.

With spigot and socket pipes-

It is recommended that above ground installations of spigot and socket pipes are provided with one support per pipe, the supports being positioned being the socket of each pipe.

This results in normal distance between supports of 4 m.

Pipes should be fixed to the supports with; mild steel straps so that axial moments due to expansion or contraction resulting from temperature fluctuation, is taken up at individual joints in the pipe line in addition, joints should be assembled with the spigot end withdrawn 5 to 10 mm from the bottom of the socket to accommodate these thermal movements.

Pipes supported in this way are capable of free deflection and axial movement at the joints which accommodate small movements of the pipe supports.

Construction of thrust blocks and anchor blocks shall be done in two stages viz, firstly the position below invert of the pipeline shall be casted and then the portion above pipe be casted. Design of individual thrust block and fixity blocks shall be given by the Engineer-in-charge. The distance between two successive fixity blocks shall generally not exceed 500 m.

Where a pipeline crosses water course, the design and method of construction should take into account the characteristics of the watercourse. The

Contractor No of Corrections Executive Engineer

Page 179: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

concerned authorities may be consulted to ascertain the nature of bed, scour levels, maximum velocities, high flood level, seasonal variation, etc. which affect the design and laying of the pipe line. Early consultation with river authorities; will assist in evaluating the effect of river characteristics (for example, nature of bed, scour levels, maximum velocities, high flood levels, seasonal variations, etc.) on design and construction.

If necessary, unsupported spans between 4 and 6 m may; be obtained be positioning the pipe supports relative to the pipe joints.

With flanged pipes-The recommended maximum unsupported span is 8 m. The supports shall be located at the center of every second pipe.

The recommended maximum unsupported span at watercourse is 8m. The relative positions of pipe joints and pipe supports should be stable.

The supports of all flanged pipe work spans should be stable and; unyielding; due to movements in the pipeline.

The straps should prevent any lateral movement or lifting of the pipe lines but now restrict expansions and constructions caused by temperature fluctuations.

Cutting of pipe-

The cutting of pipe for inserting valves, fittings, etc. shall be done in a neat and workman like manner without damage to the pipe or lining so as to leave a smooth; end at right angles to the axis of the pipe. As far as possible at the time of pipe laying, valves & specials should be laid. Due to non availability of valves, specials if the laid pipes should be cut. That case no payment will be given for the work of the pipe cutting and chamfering of pipes to the contractor. Also the cost of cut piece of pipes shall be recovered from contractor. Methods of cutting ductile iron pipes are given in

By Hacksaw-

Hand or power operated hacksaw should be used with blades having teeth at a pitch of 1 mm.

By manually operated wheel cutter-

The type of cutting; wheel used for cast iron pipes is not suitable for ductile iron pipe. Special wheels, as used for cutting steel pipes, shall be used and; cut ends are trimmed with a file.

By pipe cutting machine-

Machines with cutter heads or abrasive wheels shall be used. Cutter head should have a front rake angle of 7 …. As used for steel pipes.

Contractor No of Corrections Executive Engineer

Page 180: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

180

The flame cutting of pipes by means of an oxyacetylene torch shall not be allowed.

Permissible Deflection at Socket and Spigot Joints: -

When necessary to deflect pipes from a straight line to avoid obstructions or where long radius curves are permitted, deflections at joint shall not exceed following.

Rubber JointsFor nominal Bore – 80 mm to 300 mm 5 DegreeFor nominal Bore – 350 mm to 450 mm 4 DegreeFor nominal Bore – 450 mm to 750 mm 3 Degree

End preparation of cut pipes for jointing – The barrel left after cutting should be trimmed off by light grinding or by filling.

Wrapping-

when ductile iron pipes are to be laid in aggressive soils; the pipes should be wrapped externally with protective coatings. , such as bitumen or coal tar sheathing protective tapes or by loose polythene slaving, or in certain; circumstances, concrete before laying. At joints, bends and valves, precautions should be taken to provide sufficient overlap of the wrapping sleeve so that no pipe line is exposed to the aggressive soil.

Pipe line markers-

Distinctive markers should be erected at all roads, railways, river and canal crossings, and elsewhere as required to identify the pipe line and to indicate its position. Markers should be placed at field boundaries, preferably; in such a way that they are not obscured by vegetation. At all valve installations, plates should be provided to give the same information as on the makers. Markers should not be treated with any substance likely to be harmful to live stock.

Pipe line Anchorage-

All pipe lines having, unanchored flexible joints require anchorage at changes of direction and at dead ends to resist the static thrusts developed by internal pressure. Dynamic thrusts caused by flowing water act in the same direction as static thrusts. This thrust is of sufficient magnitude at high; velocities; to warrant safety consideration.

Anchorage’s to resist the thrust should be designed taking into account the maximum pressure the main is to carry in service or on test, and the safe bearing pressure of the surrounding soil.

Where possible concrete anchor blocks should be of such a shape as to allow sufficient space for the remaking of the joints.

Contractor No of Corrections Executive Engineer

Page 181: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Laying Procedure: -

Laying of DI pipes shall be done as per I.S. 12288/1987 and as amended from time to time. Rubber gaskets (SBR rings) are to be provided. SBR gasket shall conform to IS 12820/1989 or latest edition. Lowering, Laying and jointing of pipes shall be carried out as per standard specifications no. Bd-V-1.4 page 548 and as per standard specifications No. Bd-V-1.4 page 549 and as per standard practice in MJP Organization and as directed by the Engineer-in-charge. DI pipes shall be jointed with the CI specials with the help of CI mechanical joint. The jointing operations of mechanical joint shall be done as per instructions given in the literature of the firm manufacturing the mechanical joint. This operation shall be done as per instruction of the Engineer-in-charge of the work.

Energy socket (inner side) should be cleaned before fixing of SBR Gaskets. The gaskets shall be fixed in the grove provided in socket. The spigot end of every pipe should be marked by paint, at a distance 1 cm more than the grove length available at socket end to insure that the proper length of pipes (spigot end) must be gone at socket end at the time of pushing the pipe.

HYDRAULIC TESTING

After laying and jointing, the pipe lines shall be tested under pressure by hydraulic test pumps to ensure that pipes and joints are strong enough to withstand the maximum pressure likely to be developed under the working conditions.

MEASUREMENT AND PAYMENT:

The laying of pipeline shall be measured in linear meter of pipe line laid, measured along the center line on top of pipe. The rate shall include lowering, laying and jointing of pipes. Providing and laying of valves shall be paid separately under the relevant item in the bill of quantities and rates, but laying and fixing of all types of specials such as CI mechanical fittings / CI flanged specials shall be measured in linear meter. Laying of specials shall be measured in continuation with pipes and payment of laying of specials shall be made with pipe laying under relevant Item NO. 75% of rate will be released after proper lowering, laying of pipes and specials and 25% of rate will be released after hydraulic testing of pipe line to the specified pressure as per CPHEEO manual.

Item No. 4 :- Dewatering the excavated trenches and pools of water -------------etc complete.

Total dewatering charges are to be provided in tender as lumsum amount. 75% is payble on completion of excavation and 25% is payable after laying of pipe out of 75 % payment on completion of excavation break up shall be as under

iv) 25% for last 1 M. depth v) 20% for 2 M. depth which just above 1 M. depth vi) 15% for 2 M. depth which just above 3 M. depth vii) 15% for the rest of depth from water table level

Contractor No of Corrections Executive Engineer

Page 182: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

182

Item No. 5 Refilling with compaction -------- etc. complete.

The item shall be executed as per standard specification No.Bd-A-10 Page No.262. For filling purpose, approved quality of excavated materials from foundation shall be used. Refilling shall be done in layers of 15 to 20 cm. Each layer should be watered and compacted properly.

Name of Sub Work 3 :– Construction of Jack well with over head pump house 6.00 meter dia and 20.95 Meter depth.

Item No. 1 a&b Excavation in general in soft material comprising of Soft soil murum, sand, hard murum, with boulders in wet or dry condition for Head Work Intake Well, Connecting Pipe, Jack Well, Pump House, supply well --- etc complete.

The work should be carried out as per the detail specification of the Item No. 1 of sub work No.1 and item No. 1 of sub work No. 2.

Item No. 2&3 Providing and laying in situ, following grades of P.C.C. 1:3:6 and RCC M-200 and RCC M-150 … etc. complete.

The item should be executed as per the details specification of item No.2,3,4 of sub work No.1.

Mode of Measurement and payment:-

The measurement for PCC /RCC M-200 and M-150 shall be measured in Cum. Up to two decimal and shall be paid at the contract rate per Cum.

Item No. 4 Providing second class Brunt brick masonry with conventional/ IS. Type bricks in cement mortar 1:6 in superstructure including striking joints, raking out, joints, watering and scaffolding ……………. Etc. complete.

This item shall be executed as per Red book specification No. Bd G. 6 Page No. 315

The bricks should be got a approved from compentent authority before starting the work.

Contractor No of Corrections Executive Engineer

Page 183: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Mode of Measurement and payment :-

The measurement for this item shall be measured in Cum. Up to two decimal and shall be paid at the contract rate per Cum.

Item No. 5 Providing & fixing in position steel bar reinforcement ----------etc complete.

All reinforcement shall be accurately placed in position with spacing and cover as directed, and tied with binding wires of 1.63 mm or 1.22 mm diameter. Spacing of bars shall be maintained by means of stays, blocks, ties, spacers or other approved supports at sufficiently close intervals so that bars will not sag between support not displaced during vibrating or compacting concrete or by any other operation. Binding wire shall be provided for and used at contractor cost. Full details of Nos. sizes, lengths weights, laps, spacing of the bars placed in position in different parts of the work shall be recorded, certified and signed by the Engineer to show all reinforcement has been placed correctly as per the sanctioned drawing or as ordered by Engineer-in-charge writing before placing concrete. Representative samples of M.S. bars shall be got tested in the local laboratory of the Govt. Polytechnic / Engineering College Amravati at the cost of the contractor. M.S. bars not confirming I.S.S. (relevant) shall be rejected. The item includes cleaning, cutting, bending and binding with binding wires and placing reinforcement in position and maintaining it clear and in position till the concrete is laid.

This item shall be executed as per Red book specification No. Bd F. 17 Page No. 306 .

Mode of Measurement and payment :-

The measurement for this item shall be measured in Qtl. Or M.T. Up to two decimal and shall be paid at the contract rate per Qtl. Or M.T.

Cleaning of site:-

After completion of the work, the site shall be cleaned. An amount of 0.05% of the cost of structure will be with held and will be released only after the site is cleaned in – charge.

Item No. 6 Refilling with compaction -------- etc. complete.

The item shall be executed as per standard specification No.Bd-A-10 Page No.262. For filling purpose, approved quality of excavated materials from foundation shall be used. Refilling shall be done in layers of 15 to 20 cm. Each layer should be watered and compacted properly. After hydraulic testing the trench shall be refilled in layers and should be remmed manually \. The filling should be

Contractor No of Corrections Executive Engineer

Page 184: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

184

kept above the G.I. @ 8 Cm. / m. the depth of trench for subsequent settlement. In case of trench in rock, cushioning of murum shall be provided on the top and the side of the pipe line. The item includes free lead of 50 Mtr. For actual operation. Through the contractor is required to do refilling before hydraulic testing to avoid traffic hurdle, no payment for refilling of the trenches of the pipe line shall be payable till satisfactory hydraulic testing given. Re-excavation required if any during testing period shall be done by the contractor at his own cost.

Item No. 7:- Providing and fixing G.I. pipe railing having 1.0 M height consisting 50 x 50 x 6 mm thick M. S. Angles as verticals -------- etc. complete.

The railing shall consist of 25 mm Dia G.I. (medium) pipes in two number of row. The vertical posts shall be of M.S. Angles 50 x 50 x 6 mm having attractive appearance placed 1.5 M center to center. Its height shall be 1 Mtr. it shall be painted in 2 coats of anticorrosive paint of approved quality and shade.

Item No. 8 Dewatering the excavated trenches and pools of water ------ Disposing off the water in safe distance as directed.

The item should be executed as per the specification No. item No. 7 of sub work No.1

Item No. 9 Providing and fixing steel windows of various sizes as per detailed drawing ……………. etc. complete.

This item shall be executed as per Red book specification No. Bd T. 53 Page No. 509. & as directed by Engineer-In-Charge.

Mode of Measurement and payment :-

The measurement for this item shall be measured in Sqm. up to two decimal and shall be paid at the contract rate per Sqm.

Item No. 10 Providing and fixing rolling steel shutter fabricated from 20 gauge steel laths with side guides bottom rails btackets (door, suspension, shaft, including rolling …………. etc. complete.

The rolling shutters shall be fabricated from 16 gauge steel lath with side guide, bottom rails, bracket, door suspension, shaft housing box at top, including mechanical gear operation arrangement. Locking arrangement shall be provided at bottom at both ends. The shutter shall be painted with 3 coats of anticorrosive paint of approved quality and shade. As per standard specification BD T 56 of Red Book.

Contractor No of Corrections Executive Engineer

Page 185: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Mode of Measurement and payment:-

The measurement for this item shall be measured in Sqm. up to two decimal and shall be paid at the contract rate per Sqm

.Item No. 11 Providing internal cement plaster of 20mm thick in

cement mortar 1:3 without neeru finish to concrete or brick surface …………. etc. complete.

This item shall be executed as per Red book specification No. Bd L. 2 Page No. 368.

Mode of Measurement and payment:-

The measurement for this item shall be measured in Sqm. up to two decimal and shall be paid at the contract rate per Sqm.

Item No. 12 Providing and applying two coats of distemperon old/new plastered or masonry surface and asbestos cement sheet including scaffolding and preparing the surface by brushing and brooding down including base coat of white wash etc. complete.

This item shall be executed as per Red book specification No. Bd P. 5 Page No. 413. & as directed by Engineer-In-Charge.

Mode of Measurement and payment :-

The measurement for this item shall be measured in Sqm. up to two decimal and shall be paid at the contract rate per Sqm.

Item No. 13 Providing and applying three coats of water proof cement paint …………. etc. complete.

The outer face of the pump house shall be painted with three coats of water proof cement paint of approved manufacture and colour. The painted surface shall be watered for two days. The sample and brand is to be got approved from Executive Engineer before use.

Item No. 14 Providing and fixing in position M. S. Ladder …………. etc. complete.

Ladder shall be 0.5 meter wide consisting of 75x10 mm M. S. flats as stringers and 16 mm dia. M. S. bars in double rows as steps placed at 25 cm c/c including all material and labour. The ladder shall be properly fixed at site as directed and the bottom and top shall be properly embedded in concrete and duly

Contractor No of Corrections Executive Engineer

Page 186: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

186

bolted with nuts and bolts and other arrangement as directed. The bottom if resting on ground shall be embedded in 1:2:4 CC block as directed.

Item No. 15 Providing and fixing in position copper lightening conductor including copper rod …………. etc. complete.

1 No. of lightening conductor at the highest elevation shall be provided suitably for the entire Head Works area, it shall consist of:

Lightening Arrestor

i) Lightening arrestor conforming to IS and Indian Electricity Rules shall be provided. Including copper rod of 20mm dia as per upper terminal 1.5M long with a knob at end and with conical spike at top. Copper tape conductor 20 x 3 mm size. Copper earth plate of 3 mm thick and 0.81sqm. in area, clamps at 1 M center to center including, necessary excavation. Laying and fixing the contractor, providing and fixing 40mm G.I. pope upto 3M height from ground and 0.5M below ground including making all connections, filling the earthing pit with charcoal. Salt, etc. and refilling and watering, etc. complete as per specifications laid down in relevant I.S. codes.

Item No. 16 Providing & constructing coffer dam in river basin …………. etc. complete.

The coffer dam surrounding approach channel, approach bridge and jack well and pump house will be constructed and maintained by contractor from starting of excavation till completion of head works. The item is inclusice of cost of repairs or reconstruction if any due to damage etc due to any eradication. The coffer dam bottom width shall be adequate with minimum required side slopes and top width minimum 2.0m. the dam seat shall be properly cleaned of grass and shrubs etc. the height of coffer dam shall be decided in accordance with site conditions such that maximum water level before start of pump shall be well below top of dam at least by 0.5 m. it is responsibility of contractor to maintain the coffer dam and redoing whenever required throughout period of excavation and construction and no claim in respect of damage to coffer dam during flood or any other causes shall be entertained.

After completion of work, the contractor shall abandon the coffer dam after due permission of the department in such a manner that it will not obstruct storage of reservoir.

Contractor No of Corrections Executive Engineer

Page 187: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The payment shall be on cubic meter basis and 75% payment shall be made after proper construction and balance 25% shall be released after the satisfactory completion of and dismantling of coffer dam.

Name of Sub Work 4 :– Construction of R.C.C. Foot Bridge with earthen bund.

Item No. 1 Providing and constructing R.C.C. foot bridge for submergence area in M-200 ……………. etc. complete.

This item shall be executed as per standard specification No.Bd-F-5 Page No.300. IS 456-(2000) Bd-F-6 page No.300, and Bd-F-8 Page No. 302. IS 456 –(2000). As per details specification of item No. 2,3,4 of sub work No.1.

The design of RCC foot bridge with earthen bund shall be got approved from MJP’s enlisted Structural Consultant and be submit to MJP for approval before starting of work.

The design and approval charges shall be borne by the agency.

Mode of Measurement and payment :-

The measurement for this item shall be measured in Cum. up to two decimal and shall be paid at the contract rate per Cum.

Item No. 2 Providing & fixing in position steel bar reinforcement

----------etc complete.

Item should be executed as per the details specification of item No.5 of Sub work No.1

Item No. 3 Providing and fixing G.I. pipe railing having 1.0 M height consisting 50 x 50 x 6 mm thick M. S. Angles as verticals -------- etc. complete.

The railing shall consist of 25 mm Dia G.I. (medium) pipes in two number of row. The vertical posts shall be of M.S. Angles 50 x 50 x 6 mm having attractive appearance placed 1.5 M center to center. Its height shall be 1 Mtr. it shall be painted in 2 coats of anticorrosive paint of approved quality and shade.

Item No. 4 Excavation in general in soft material comprising of soft soil murum, sand, hard murum, with boulders in wet or dry condition for Head Work Intake Well, Connecting Pipe, Jack Well, Pump House, supply well ………… etc complete.

Contractor No of Corrections Executive Engineer

Page 188: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

188

Item should be executed as per the details specification of item No.1 of Sub

work No.1 and item No.1of sub work No.2.

Item No 5 :- Providing and laying in situ, following grades of P.C.C. 1:3:6 and RCC M-200 and RCC M-150 ……………. etc. complete.

Item shall be executed as per detailed specification of item No. 2,3,4 of sub work No. 1.

Item No. 6 Providing stone pitching using 80 mm and above size trap metal in 20 to 30 cm thick layers ………… etc complete.

Providing and constructing dry stone pitching of 0.23 M thickness along embankment and hand packing etc. complete.

Please read Item No. RD 73 for stone pitching work. Also please read specification No. 176,177,178 on page 806 of P.W.D. Hand Book Volume No. II para 21 to 27 and page 306 para 32 and page 814.

The stone to be used should be good, hard, quarry or boulder stone such as will not weather on the surface. It is to be roughly hewn or squared with the hammer to ensure the stones fitting fairly one the other so as not to expose the earth work below.

The stones should be laid with their broadcast faces downwards and firmly bedded on a layer of spauls (gravel) at least 15 cm in thickness.

They are to be packed against each other with the hameer or mallet so as to fit closely for at least 8 cms in height and to lie generally perpendicular to the slope. No pinning is to be allowed between the sides of stone and use of chips should be confined to hollows and equalities in the Bed and for packing, after the stone are laid, on the surface to form a uniform slope.

The surface packing should not be allowed to proceed till the previous work is inspected and approved.

The depth of pitching should not be less than 23 cms and rows of headers longest stones available are to be laid down in continuous horizontal lengths at intervals of 1.5 m on the slope.

Item No. 7 Dewatering the excavated trenches and pools of water ------ Disposing off the water in safe distance as directed.

Item should be executed as per the details specification of item No.7 of Sub work No.1

Contractor No of Corrections Executive Engineer

Page 189: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Sub Work 5 :– Providing Lowering and Laying, Jointing, testing of 200 mm DI K-9 pipes Raw water Rising main.

Item No. 1 & 5 Providing, lowering, laying and fixing in position C.I. D/F Sluice valve-------- etc. complete.

Item shall be executed as per the details specification of item No.10 of Sub work No.1

Mode of payment :

85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 2 Providing, lowering, laying and fixing in position double ball flange type air valve - - - - minimum working pressure 150m head of water. (IVI make only)

The item shall comply as per relevant item of Schedule ‘B’. The item includes cost of supply, all taxes and transportation up to the site of work. The item includes labour cost of jointing materials such as nuts, bolts; rubber packing of champion makes for making flange joint etc. and fixing the valve in proper position and alignment including hydraulic testing conducted along with the testing of pipe line for ascertaining the chain ages of valves so fixed as occupied in the pipe line. The valves shall be got inspected through IRS/SGS/Q S&S. All charges of IRS/SGS/Q S&S. inspection shall be borne by the contractor. The valves shall be of MJP approved make and shall confirm to I.S. Specification for relevant type of valves. The shall be done as per standard specification NoBd-V-3.3 to Bd-V-3.6 page No. 510. Air valves of MJP approved make shall only be provided. The Air Valves shall stand to the working pressure of 15 Kg/Sqm.

Contractor No of Corrections Executive Engineer

Page 190: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

190

85% payment shall be released after supplying Double Ball Air – Valve with Isolating Sluice Valve at site of work and 15% payment shall be released after lowering, laying and jointing in position and completion of satisfactory hydraulic testing etc.

After supply of above materials at the site of work by the contractor, the same material shall be issued to the contractor on “Unstamped Receipt”. Materials shall be kept at site store by the contractor at his own cost. The register of consumption shall be maintained by the contractor with duly signed by the site Engineer. Site Engineer can check the balanced material any time at site store of contractor, if any shortage is found; the cost of short material with penal rate shall be recovered from the contractor in single installment through bill without any prior intimation to the contractor.

Item No. 3 Excavation For pipe trenches in all types of strata met with shall be in one category only and is as under ……….. etc. complete.

Under this item the excavation shall be carried out in earth, all types of soils, soft and hare murum, boulders, W.B.M. and concrete road, bitumen (tar) road old cement and lime masonry foundation, soft rock and hard rock by blasting wherever possible manual chiseling by wedging by line drilling by mechanical means. The item includes cost of all materials and labour together with removing of the excavated material upto a distance of 50 M beyond the excavated boundry as directed. The excavated hard rock should be stacked in measurable heaps as directed. The item also includes cost of normal dewatering i.e. dewatering without employing pumps set i.e. dewatering done by bailing out of water manually.

The excavation shall be taken down to such depths as shown in drawings and / or as directed and shall be done in extra sections shown in drawings and stipulated in specifications else where herein. Extra excavation done over and above specified for whatever reasons shall not be paid for the bottom of the foundation shall be perfectly leveled before concrete or masonery is put in and shall be watered and thoroughly rammed. No filling will be allowed for bringing the foundation pit to proper level.

The excavation may go down deeper by 3.0 M more to reach proper foundations and arriving certain levels, etc for which necessary payment shall be made.

All section of excavation, however, may be increased correspondingly, if necessary as directed by the Executive Engineer, for such extra depths and such increased section as directed by Executive Engineer, shall be admissible for payment at respective tendered rates.

Contractor No of Corrections Executive Engineer

Page 191: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

All foundation pits shall be filled on the sides of masonery and concrete by he excavated stuff to the original surface of ground as required, watered and rammed in 20 cms. Thick layers and the tendered rate include this operation.

In case of excavation in town and inhabited places, it shall be strongly fenced and lighted during night by red lights in charge of watchman at contractor’s cost. Materials should not be dumped or road.

Unless otherwise specific lifts and leads are mentioned in the tendered item, the tendered rate shall be for all lifts and leads involved in the work. The contractor shall provide shoring and strutting of approved size and type for normal conditions wherever necessary for excavation in soft materials without extra cost unless otherwise provided for in separate tender item.

Excavation carried out in excess of the width specified shall be at contractor’s own risk and shall not be measured. So also the excavation carried out in excess of the required depths shall be made good to the required level by either concrete or masonery of proportion as directed by the Executive Engineer without extra cost. The tendered rate for excavation items shall include lifting and removing the excavated materials for proper disposal in the vicinity as directed by the Engineer in charge. Nothing extra shall be paid for removal of masonery concrete structures for removal of stumps or roots or tress met with during excavation and for filling of holes hollow due to removal of roots, etc or existing originally which shall be filled up by earth and will be rammed and leveled.

The pay line allowed for excavation for wells in various strata shall be limited to the following.

H V

In soil 11/2 1

In soft murum 2/3 1

Contractor No of Corrections Executive Engineer

Page 192: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

192

In hard murum ½ 1

In rock 1/10 1

The exaction for well shall be carried out with the above side slopes only. The excavation done beyond there slopes is not admissible for payment. If the excavation is done with lesser slopes than mentioned above, the payments shall be restricted to the actually excavated slopes.

If there is no separate item of dewatering in the tender, the contractor’s tendered rate shall include manual bailing, draining of the trench and the excavation shall be kept free from, water, while the work is in progress in a manner as may be directed by the Executive Engineer. When there is a tender item of dewatering then payment shall be admissible under dewatering required for all items in the tendered from start till its completion, in either case the excavation item shall be dry as well as in wet condition, unless otherwise items exists for wet excavation.

In case of pipe trenches, Engineer in charge may reduce the width for trench wherever the hard strata met with, if he feels adequate and just sufficient to lay the pipeline in order to reduce the hard quantity. In such cases the contractor will be paid in the actual measurements. No extra cost will be paid for putting the pipe all along the trenches before laying in the trenches.

Average width of excavation trenches that shall be admissible for payment for carious diameters of pipelines (excepting PVC pipes) shall be as under.

Sr. No. Internal dia. of pipe

Width of excavation of trench

Nature of strata

1. 80 mm and below 0.70 M In soft and hard Materials

2. 100 mm 0.75 M In soft and hard Materials

3. 150 mm 0.75 M In soft and hard Materials

Contractor No of Corrections Executive Engineer

Page 193: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

4. 200 mm 0.85 M In soft and hard Materials

Item No. 4 Lowering, laying and jointing C.I. S&S and D.I. K-9 pipes –----- etc. complete.

The contractor shall clear the site by removing all greases, shrubs etc. before the start of work. The working longitudinal section of pipeline has to prepare by the contractor in consultation with departmental site Engineer. The Engineer – In – Charge may make modifications in the alignment and or level at his desecration, depending on the site conditions. The contractor shall have to fix the alignment and levels shall be done by the contractor at his cost. Laying underground pipes should be lowered into the trench with tackle suitable for the weight of pipes. For smaller sizes, up to 250-mm nominal bore, the pipe may be lowered by the use of ropes but for heavier pipes, either a well designed set of shear legs or mobile crane should be used. When lifting gear is used, the positioning of the sling to ensure a proper balance should be checked when the pipe is just clear of the ground. If sheathed pipes are being laid, suitable wide slings or scissors dogs should be used.

All construction debris should be cleared from the inside of the pipe either before or just after a joint is made. Passing a pull-through in the pipe, or by hand, depending on the size of the pipe does this. When laying is not in progress, a temporary and closure should be securely fitted to the open end of the pipe line. This may make the pipe buoyant in the event of the trench becoming flooded, in which case the pipes should be held down either by partial re-filling of the trench or by temporary strutting. All persons should vacant any section of trench into which the pipe is being lowered.

On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the pipe being laid does not move into or out of the socket of the laid pipe during the jointing operations. As soon as the joint; assembly has been completed, the pipe should be held firmly in position while the trench is backfilled over the barrel of the pipe. The backfill should be well compacted.Supporting Popes above Ground: -

The following recommendations assume that no additional bending moments above those due to the self weight of the pipe and its contents are present.

With spigot and socket pipes-

It is recommended that above ground installations of spigot and socket pipes are provided with one support per pipe, the supports being positioned being the socket of each pipe.

This results in normal distance between supports of 4 m. Pipes should be fixed to the supports with; mild steel straps so that axial moments due to expansion or contraction resulting from temperature fluctuation, is taken up at individual joints in the pipe line in addition, joints should be assembled with the

Contractor No of Corrections Executive Engineer

Page 194: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

194

spigot end withdrawn 5 to 10 mm from the bottom of the socket to accommodate these thermal movements.

Pipes supported in this way are capable of free deflection and axial movement at the joints which accommodate small movements of the pipe supports.

Construction of thrust blocks and anchor blocks shall be done in two stages viz, firstly the position below invert of the pipeline shall be casted and then the portion above pipe be casted. Design of individual thrust block and fixity blocks shall be given by the Engineer-in-charge. The distance between two successive fixity blocks shall generally not exceed 500 m.

Where a pipeline crosses water course, the design and method of construction should take into account the characteristics of the watercourse. The concerned authorities may be consulted to ascertain the nature of bed, scour levels, maximum velocities, high flood level, seasonal variation, etc. which affect the design and laying of the pipe line. Early consultation with river authorities; will assist in evaluating the effect of river characteristics (for example, nature of bed, scour levels, maximum velocities, high flood levels, seasonal variations, etc.) on design and construction.

If necessary, unsupported spans between 4 and 6 m may; be obtained be positioning the pipe supports relative to the pipe joints.

With flanged pipes-The recommended maximum unsupported span is 8 m. The supports shall be located at the center of every second pipe.

The recommended maximum unsupported span at watercourse is 8m. The relative positions of pipe joints and pipe supports should be stable.

The supports of all flanged pipe work spans should be stable and; unyielding; due to movements in the pipeline.

The straps should prevent any lateral movement or lifting of the pipe lines but now restrict expansions and constructions caused by temperature fluctuations.

Cutting of pipe-

The cutting of pipe for inserting valves, fittings, etc. shall be done in a neat and workman like manner without damage to the pipe or lining so as to leave a smooth; end at right angles to the axis of the pipe. As far as possible at the time of pipe laying, valves & specials should be laid. Due to non availability of valves, specials if the laid pipes should be cut. That case no payment will be given for the work of the pipe cutting and chamfering of pipes to the contractor. Also the cost of cut piece of pipes shall be recovered from contractor. Methods of cutting ductile iron pipes are given in

By Hacksaw-

Contractor No of Corrections Executive Engineer

Page 195: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Hand or power operated hacksaw should be used with blades having teeth at a pitch of 1 mm.

By manually operated wheel cutter-

The type of cutting; wheel used for cast iron pipes is not suitable for ductile iron pipe. Special wheels, as used for cutting steel pipes, shall be used and; cut ends are trimmed with a file.

By pipe cutting machine-

Machines with cutter heads or abrasive wheels shall be used. Cutter head should have a front rake angle of 7 …. As used for steel pipes.

The flame cutting of pipes by means of an oxyacetylene torch shall not be allowed.

Permissible Deflection at Socket and Spigot Joints: -

When necessary to deflect pipes from a straight line to avoid obstructions or where long radius curves are permitted, deflections at joint shall not exceed following

Rubber JointsFor nominal Bore – 80 mm to 300 mm 5 DegreeFor nominal Bore – 350 mm to 450 mm 4 DegreeFor nominal Bore – 450 mm to 750 mm 3 Degree

End preparation of cut pipes for jointing – The barrel left after cutting should be trimmed off by light grinding or by filling.

Wrapping-

when ductile iron pipes are to be laid in aggressive soils; the pipes should be wrapped externally with protective coatings. , such as bitumen or coal tar sheathing protective tapes or by loose polythene slaving, or in certain; circumstances, concrete before laying. At joints, bends and valves, precautions should be taken to provide sufficient overlap of the wrapping sleeve so that no pipe line is exposed to the aggressive soil.

Pipe line markers-

Distinctive markers should be erected at all roads, railways, river and canal crossings, and elsewhere as required to identify the pipe line and to indicate its position. Markers should be placed at field boundaries, preferably; in such a way that they are not obscured by vegetation. At all valve installations, plates should be provided to give the same information as on the makers. Markers should not be treated with any substance likely to be harmful to live stock.

Contractor No of Corrections Executive Engineer

Page 196: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

196

Pipe line Anchorage-

All pipe lines having, unanchored flexible joints require anchorage at changes of direction and at dead ends to resist the static thrusts developed by internal pressure. Dynamic thrusts caused by flowing water act in the same direction as static thrusts. This thrust is of sufficient magnitude at high; velocities; to warrant safety consideration.

Anchorage’s to resist the thrust should be designed taking into account the maximum pressure the main is to carry in service or on test, and the safe bearing pressure of the surrounding soil.

Where possible concrete anchor blocks should be of such a shape as to allow sufficient space for the remaking of the joints.

Laying Procedure: -

Laying of DI pipes shall be done as per I.S. 12288/1987 and as amended from time to time. Rubber gaskets (SBR rings) are to be provided. SBR gasket shall conform to IS 12820/1989 or latest edition. Lowering, Laying and jointing of pipes shall be carried out as per standard specifications no. Bd-V-1.4 page 548 and as per standard specifications No. Bd-V-1.4 page 549 and as per standard practice in MJP Organization and as directed by the Engineer-in-charge. DI pipes shall be jointed with the CI specials with the help of CI mechanical joint. The jointing operations of mechanical joint shall be done as per instructions given in the literature of the firm manufacturing the mechanical joint. This operation shall be done as per instruction of the Engineer-in-charge of the work.

Energy socket (inner side) should be cleaned before fixing of SBR Gaskets. The gaskets shall be fixed in the grove provided in socket. The spigot end of every pipe should be marked by paint, at a distance 1 cm more than the grove length available at socket end to insure that the proper length of pipes (spigot end) must be gone at socket end at the time of pushing the pipe.

HYDRAULIC TESTING

1) After laying and jointing, the pipe lines shall be tested under pressure by hydraulic test pumps to ensure that pipes and joints are strong enough to withstand the maximum pressure likely to be developed under the working conditions.2) The field test pressure to be imposed shall not be less than the greatest of the following.

i) 1.5 times the maximum sustained operating pressure.

Contractor No of Corrections Executive Engineer

Page 197: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

ii) 1.5 times the maximum pipe line static pressure.iii) Sum of the maximum sustained operating pressure or the maximum pipe surge pressure.

Subject to a maximum equal to the work pressure for any pipes

Any fittings incorporated to the pipe line.The field test pressure should wherever possible be not less

than two third of the working pressure, test pressure appropriate to the class of pipes and shall be applied and maintained at least 4 hours.

Where the field test pressure is less than 2/3 the test pressure, the period of test shall be increased to at least 24 hours. The test pressure shall be gradually raised at the rate of nearly 1 Kg/ min.In the case of spun iron pipes, the hydrostatic test pressure after installation is to be adopted instead of works hydrostatic test pressure which is 50 Kg/ Sq. cm. uniformly for all classes of pipe. If pressure measurement is not made at the lowest point of the section, an allowance shall be made for static head between the lowest point and the point of measurement to ensure that the maximum pressure is not exceeded at the lowest point. If 10m. Drop in pressure occurs the quantity of water added to re-establish the test pressure shall be carefully measured. This shall not exceed 0.11 liters per minute of pipe dia per km. of pipe line per day or each 30m. Head of pressure supplied.

METHOD OF PRESSURE TESTING.

The pipe line shall be tested for soundness in portions as laying is in progress. The procedure for the test as adopted generally is as under.

1) At a time one section of the pipe line between two sluice valves, is taken up for testing. The section usually taken in about 300 to 500mts. Long.2) One of the valves is closed that water is admitted into the pipe line through the other end by means of the hand operated pump by releasing the air suitably, through the cocks provided and fixed for the this purpose. The necessary power pump with small capacity may also be installed to fill the pipe line and raise the pressure. However hand pump can be tried as a supplementary arrangement.3) After filling, the section of the pipe line, the sluice valve is to be closed and the pipe section is isolated. 4) Pressure gauge will be fitted at suitable interval on the crown into the holes meant for the purpose.

Contractor No of Corrections Executive Engineer

Page 198: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

198

5) The pipe section is then connected to the delivery side of a pump through a small valve.6) The pump is then worked fill the pressure inside reaches the designed value which can be read from the pressure gauge already fixed.7) After the required pressure has been applied, the valve shall be closed and the pump be disconnected.8) The pipe shall then kept under the desired pressure for at least two hours during inspection for any defect i.e. leakage’s of joint etc. The pipe line shall be than emptied through scour valves and defects observed in the test shall be rectified.

The hydraulic testing of the pipe line should be invariably carried out before back filling is done. A log book should be maintained by the J.E. on site showing details as below.

CH & Date of line out given

Date of excavate on completed

Date of murum bedding

Date of lowering. Laying, jointing

Date of hydraulic testing.

Dia of pipes / length

Pressure gauge reading

Sign who are prevent at the time of testing.

Contractor or his representatives sign.

Remarks

Sec. Engr.

SDO Ex. Engr.

The hydraulic testing should be carried out in the presence of local residents and photographs shall be taken. The agency should give Hydraulic testing immediately after line is laid. If this is not done the outstanding length should not be more than 3 Km. or complete length of component whichever less is. No bill should be paid for further work done on pipe line unless hydraulic testing is given for outstanding length. Water required for testing will not be supplied by department. Agency has to do its own arrangement. For this the contractor should produce certificate of possession of pipe testing equipment and also testing equipment for CID joints. The test pressure should be witnessed by Dy. Engineer and Executive Engineer, Maximum length that can be certified by D.E. without E.E’s check should be limited to 2 Km. and further testing of 10% length has to be checked by E.E.

Contractor No of Corrections Executive Engineer

Page 199: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

MEASUREMENT AND PAYMENT:

The laying of pipeline shall be measured in linear meter of pipe line laid, measured along the center line on top of pipe. The rate shall include lowering, laying and jointing of pipes. Providing and laying of valves shall be paid separately under the relevant item in the bill of quantities and rates, but laying and fixing of all types of specials such as CI mechanical fittings / CI flanged specials shall be measured in linear meter. Laying of specials shall be measured in continuation with pipes and payment of laying of specials shall be made with pipe laying under relevant Item No. 85% of rate will be released after proper lowering, laying of pipes and specials and 15% of rate will be released after hydraulic testing of pipe line to the specified pressure as per CPHEEO manual.

Item No. 6 Refilling in pipe line trenches with compaction -------- etc. complete.

The item shall be executed as per standard specification No.Bd-A-10 Page No.262. For filling purpose, approved quality of excavated materials from foundation shall be used. Refilling shall be done in layers of 15 to 20 cm. Each layer should be watered and compacted properly. After hydraulic testing the trench shall be refilled in layers and should be remmed manually \. The filling should be kept above the G.I. @ 8 Cm. / m. the depth of trench for subsequent settlement. In case of trench in rock, cushioning of murum shall be provided on the top and the side of the pipe line. The item includes free lead of 50 Mtr. For actual operation. Through the contractor is required to do refilling before hydraulic testing to avoid traffic hurdle, no payment for refilling of the trenches of the pipe line shall be payable till satisfactory hydraulic testing given. Re-excavation required if any during testing period shall be done by the contractor at his own cost.

Item No. 7 Providing and laying in situ, following grades of P.C.C. 1:2:4 of ----- form work compacting and curing etc. complete.

Item should be executed as per the details specification of item No.2,3&4 of Sub work No.1

This shall comply as per standard specification No.Bd-E-1 Page No.287.

Item No. 8 Providing and constructing brick masonrychamber clear in side with B.B. masonry in C.M. 1:6, 1:3:6 cement concrete ------- etc. Complete.

Contractor No of Corrections Executive Engineer

Page 200: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

200

The valve chamber of clear inside size as mentioned in relevant item of Schedule ‘B’ shall have to be constructed wherever, scour valve / sluice valves are to be provided or as directed by Engineer-in-charge.

The depth of chamber may vary as per site condition. The item includes excavation in all types of strata, cement concrete in P.C.C. 1:3:6, 0.15 m. thick in foundation, B.B. masonry walling of 0.23 m. thick for a depth of 1.20 m. and remaining 0.35 m. for balance depth exceeding 1.20 m. CM 1:5 with 1:4 mix cement plaster 12 cm . thick from inside and outside with providing and fixing steel fiber reinforced concrete (S.F.R.C.) from and cover etc. complete in c.c. 1:2:4 coping 10 cm. thick etc. including providing and fixing in position necessary numbers of S.F.R.C. steps.

The construction shall be done as per standard specification for relevant item as described in schedule ‘B’ and directed by Engineer-in-charge.

Item No. 9 Air Valve Shaft. Providing and fixing in position air valve shaft including providing and fixing GI medium class or 6 mm thick - - - - - - - -- etc complete.

This item consists of providing and fixing in position air valve G.I. medium class or M.S. 6 mm thick pipe shaft assembly of 2.7 M height. The shaft shall be of diameters specified in the drawing appended. This shaft shall be provided and fixed on the branch flange air valve Tee fixed in pipe line. The item includes providing and making flanged joints with required rubber packing and nut bolt. This items also includes cost of providing and placing M-150 concrete 150 mm thick around air valve Tee including encasing of vertical shaft in P.C.C. M-150 as shown in the drawing. The item also includes only fixing of air valve & isolating valve together with providing & fixing required specials for the purpose. The cost also includes R.C.C. raft as shown in the drawing when the strata met is of B.C. soil. But the cost of excavation, air valve Tee & air valve & isolating valves is not included in this item. The works shall have to be carried out as per the drawing & after fixing the assembly, it shall have to tested hydraulically at no extra cost.

Mode of Payment :-

The mode of measurement shall be on number basis for complete assembly 90% payment shall be made after completion of work in all respect and 10% payment shall be made after satisfactory hydraulic testing along with pipeline.

Item No. 10 Providing and fixing in position M.S. Air valve boxes. . . . . . . . . . . .etc complete.

M.S. Air valve boxes this work should be executed as pe detailed approved drawing 7 with good and approved quality material and as

Contractor No of Corrections Executive Engineer

Page 201: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

directed by Engineer-in-charge the measurement for this item should be in numbers & shall be paid at the contract rate.

Sub Work No.6 - Raw Water Pumping Machinery

Designing,Providing, erecting, testing,

and commissioning of electrically

driven VERTICAL TURBINE

PUMPING Machinery including all

electrical and Mechanical Works For

Raw Water Pumping

Item No. 1 :- VERTICAL TURBINE PUMP ( WATER LUBRICATED )

SCOPE OF WORK :-

Designing ,providing ,erecting ,testing ,& commissioning of water lubricated type vertical turbine pump with allied equipments .

DESIGN :-

The duty point of pump as given in tender is for reference purpose only. However slight changes may occur during course of execution and hence there may be changes in duty point conditions . Before supplying pumps the contractor is requested to obtained the necessary details from the Engr – in –charge and then submit the design for pump as per norms of MJP for approval of Dy. Engineer ( M) /EE ( M).Pumps shall not be procured prior to this approval .DUTY CONDITIONS AND OPERATION RANGE :-

The duty head stated in schedule ‘‘ B `` includes all frictional losses in the pipeline , valves on the main and valves included in this contract from discharge flanges of the pumps to the discharging point ( i.e. Lip of Aeration fountain /ESR / M. B. R. ) and velocity head but excludes the losses in strainer , suction bell mouth, column pipes and discharge head.

The tenderer shall get the losses ( as explained above ) assessed from the pump manufacture, furnish such record and included in the design duty head of the bowl assembly . The loss in strainer shall be assessed for fully non clog condition .

HEAD VARIATION RANGE :-

Contractor No of Corrections Executive Engineer

Page 202: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

202

1. Head variation range for pump shall be from 25% below the Duty.Point.head to 10% above the Duty.Point.head .

2. Shut off head of pump shall be 15% more than duty point head. 3. While deciding head variation range for the pump to be installed on jack

well / supply well the head variation of pump shall be decides on the basis of that ;the lowest head on pump shall be minimum of either head calculate on the basis of highest flood level & Lowest head as calculate as given in (a) above .

DESIGN FEATURES :

PUMP CHARACTERISTICS :-

The specific speed and discharge, power characteristic of the pump shall be suitable for starting the pump with closed sluice valve without drawing power in excess of that at duty conditions . The discharge head characteristics of the pump shall be stable over entire operation range .

HYDRAULIC BALANCINE :-

As the pump is for raw water application having solids in suspension the design of bowl assembly shall not incorporate hydraulic balancing holes /devices for reducing /elimination hydraulic thrust . The design incorporating such features shall not be accepted .

DESIGN CONSTRAINTS :

Speed of the pump shall not exceed 1500rpm ( synchronous) . Numbers of stages shall be minimum . However it shall not be exceed more than 10 stages . Efficiency of the pump shall not be less than 75% & it shall have fairly stable characteristic over working range.

A drawing showing general and hydraulic arrangement of the jack well is enclosed with the tender documents . The tenderer shall take into consideration the hydraulic aspects of the jack well and shall design the pump for vertex – free operation at water level stated above and multi – pump operation . The NPESH requirement of the pumps shall be fully compatible with NPSH available at all water levels in the jack well and also the head encountered at lowest water level for solo operation of 1 no . pump set at a time .

CONSTRUCTIONAL FEAATURES :-

Pump shall be vertical turbine self water lubricated type . The constructional features shall generally confirm to provisions for water lubricated pumps in I.S.1710-72 and shall strictly confirm to specifications stated below . Constructional features and components of all pumps shall be identical and inter –changeable .

Contractor No of Corrections Executive Engineer

Page 203: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

COMPONENTS:-

The essential components are .

i) SUCTION STRAINER :-

The suction strainer shall be of cast iron /galvanized mild steel . The strainer shall have a net area of opening equal to at least three times area of entrance of suction bell mouth.

ii) SUCTION BELLMOUTH:-

A suitable enlarged. Size cast iron bell mouth shall be fitted to the suction nozzle of the bowl assembly. The bell mouth shall generally conform to I.S .1538. The shape and curvatures of the bell mouth shall be designed to streamline the flow to bowl suction (minimum diameter of bell mouth shall be 150mm).

iii) BOWL ASSEMBLY :-

Number of stages shall be minimum (i.e. minimum 10Nos) . The pump bowls shall be flanged with machine finished flanges . The blow assembly shall be flanged to column assembly. The bowls shall incorporate water lubricated bush bearings.

The impeller shall be of enclosed type . It shall be balanced statically and dynamically on balancing equipment’s The water passages shall be smoothly finished to ensure smooth operation free from shock. All impellers shall be identical in all respects . For all impellers, wearing rings on both casing and impellers shall be provided and shall be renewable. The bowls shall be capable of withstanding a hydrostatic pressure equal to twice the duty head or 1.5 times shut off head whichever is greater .

iv) COLUMN PIPES :-

The column pipes shall be each of 1.5 length of length with flanged joints . The flanges shall be machined on faces , edges and spigot to facilitate alignments . The pipes shall be fabricated from tubes conforming to either I. S 1978 or I.S 1239 ( Para-1) heavy series . However , thickness shall not be less than 7mm . The columns shall be flange supported from the discharge head and shall carry entire load of the pump assembly including columns and line shaft, weight of water in column and pump assembly and forces imposed during operation in shutoff condition, column pipes shall be designed to accommodate guide bearing holders .

Contractor No of Corrections Executive Engineer

Page 204: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

204

Note:-The tenderer shall submit the drawing of column assembly with constructional drawing of pump for deciding the length while submitting design of pump as said in para 2nd of this specification to the competent authority for approval.

v) LINE SHAFTS :-

Line shaft shall be of solid circular section and coupled with screwed

or muff coupling .

The line shaft diameter shall not be less than 33mm . The surface roughness shall not exceed 0.75 microns .

The shaft sections shall be provided with a non corrosive and abrasions resistant wearing surface particularly at the location of each guide bearing . Line shaft bearing shall be lubricated by the pumped water and shall be placed in bearing holders located in position at the joints of columns .

The bearings shall be of cut less rubber packing designed for efficient lubrication . Metallic bearing shall not be accepted. Composite design of line shaft material and diameter and bearings centers shall ensure that the entire rotation assembly is brought from standstill to full speed without any vibration whipping and shaft deflection and to ensure that first critical speed is not within 75% to 125% of full speed . Length of each line shaft shall be 1.5 m or less.

viii) DISCHARGE HEAD :-

The discharge head shall be of C.I. It shall incorporate full diameter elbow ,and motor & supporting stool ,stuffing box with renewable bushing ,and tapping for pressure gauge . Discharge head & motor supporting stool shall be fabricated in one piece . Also there shall be a sufficient space to have convenience to refill the gland rope without lifting up the motor or removing its top shaft.

The discharge shall be of substantial construction and shall be designed to support entire weight of pump assembly, water column and motor etc. and shall withstand all static , dynamic ,torsional loads ,hydraulic thrust imposed during operation from shut off to stipulated operating conditions and thrust due to change in direction of flow, without any vibration .

The discharge head shall be capable of with standing a hydrostatic

pressure equal to twice the duty head or 1.5 times shut off head which ever is greater.

Contractor No of Corrections Executive Engineer

Page 205: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

ix) STUFFING BOX :-

The stuffing box shall be suitable for lubrication by pumped water with renewable bushing and gland packing . The location shall be easily accessible The lantern ring and gland follower shall be split type . It shall incorporate . suitable arrangement to collect gland leakage and lead to well with stainless steel or chromium plated copper tubes .

x) SOLE PLATE FOR PUMPS :-

Contractor shall have to provide sole plate for the pumps . The steel sole – plate shall be of substantial construction . Sole plate shall be provided under the discharge head for precise horizontal and vertical alignment.The thickness of sole plate shall be as per manufacturer standard .

It shall be independent of the base plate integral with the discharge head . The contact surface of the sole plate and base plate shall be machine matched (Blue matched)for precise leveling and shall ensure vibration free operation of the pump , The opening in the plate / frame shall be of adequated size to pass the bowl assembly , columns and bell mouth . The sole plate shall be in one piece . Size of Sole plate shall suitable for the pump proposed and with central opening . Required structural steel sections shall be provided and anchored . Contact surface shall be Blue Matched to the extent of at list 60% of the contact area with necessary filling, polish etc. if required in respect of following

• Corner plates and sole plate . • Sole frame and sole plate . • Sole plate and discharge head .

All joints between material contact surface shall be with nuts and bolts and

taped stud / bolts .

xii) PRE –LUBRICATION TANK AND OTHER ACCESSORIES :-

The tenderer shall provide with the pumps water lubrication assembly one each for each pump comprising of following

.Cylindrical pre lubrication tank for all pumps fabricated from sheet

metal of thickness not less than 3mm and of adequate storage capacity and shall be installed on pump mounting floor.

Pre –lubrication tank shall be equipped with the following

Overflow lead to jack well .

Drain valve lead to jack well .

Contractor No of Corrections Executive Engineer

Page 206: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

206

G.I. Pipe connection with isolation valve and non – return valve to each pump column assembly for pre – lubrication . The valve shall be located near the discharge head . The size of individual pipe and valve to pump shall be 25 mm diameter.

Inlet connection with valve and suitable removable strainer by suitable tapping from common header shall be provided .

Any other necessary required accessories for proper functioning .

SPECIAL TOOLS :-

All the specials tools recommended by manufacture such as a pair of column pipe clamp , shaft clamp , TT wrench spanner etc . are to be supplied with pump free of cost .

SIZES :-

The size of the vital components like impeller shaft , line shaft , column pipe dia , etc . shall have commercial size .

MATERIALS OF CONSTRUCTION

(A)Bowl casing, bell mouth and discharge casing

CI. To IS 210, GR FG 200

(B) Impeller Bronze to I.S . 318 GR II

(C) Wearing Ring, Bronze to I.S . 318 GR III

(D)Impeller shaft

(Part -5) : 1985 IS 7283 : 1974

(E)Shaft sleeves

(F)Line shaft bearing

(G)Line shaft

(H) Line shaft sleeves stainless steel / steel

IS 1570 (Part -5): 1985

Contractor No of Corrections Executive Engineer

Page 207: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

(I )Line shaft coupling steel IS 1030 : 1982

(J)Shaft Enclosing tube steel IS 2062 :1984

(K)Column pipes steel Grade A of IS 2062 :1984

(L) Fasteners (Nuts ,Bolts ,washers ) AISI 410/416

ERECTION :-

The pumps are to be erected on square RSJ frame as per instruction of Engr – in charges . The frame shall be supplied and fixed by contractor . payment for which well be made as per actual quantity executed as per rate given under item no ‘‘ Iron work `` in the schedule ‘B` . The frame shall be fabricated out of 150 x 75 mm RSJ /150 x 75mm ISMC having adequate thickness with machined surface & welded properly with extension on two sides resting on main girder so as to rest discharge head firmly . Leveling shall be done by giving packing / shims below the RSJ frame and not below the discharge head .The main girder are all ready installed The design of square frame shall be such that bowl assembly of the pump passed easily through it During installation if some modification need to existing girder etc. same shall be carried out by the contractor free of cost. Approximate column length required is 18Mtr (tentative). However as per actual execution if some column pipes ,shaft, bearing etc. are left :same shall have to handed over to the dept.

TESTINGThe pump shall be subjected to factory test and field test in

presence of the Executive Engineer . (Mech) .The contractor shall have to arrange for Third party Inspection of the pump. Inspection fees thereof will have to borne by the contractor and same will be at tenderer”s cost . The Third party Inspection shall be carried out in presence of Executive Engineer . (Mech) & through agency decided by MJP .

The scope of TP inspection is as below. i)Review of raw materials test.Certificates and quality control procedure.ii)Hydraulic test on bowl assembly, discharge head, hydraulic test on 20% quantity of shaft enclosing tubes and column pipes.iii)Performance test.iv)Strip inspection for one random pump after performance test to

check.• Rubbing if any• Wearing ring clearances.• Dynamic balancing of impeller.

Contractor No of Corrections Executive Engineer

Page 208: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

208

The contractor shall arrange all required test equipment duly calibrated. Field performance test shall be witnessed by the Executive Engineer (Mechanical )

FACTORY TEST :-

Hydrostatic Test :- Pump shall be tested at Hydrostatic pressure equal to twice duty

head or 1.5 times shut off head of bowl assembly whichever is higher as per IS 5120 .

Performance Test :-

The test shall generally be carried out as per IS 9137-1978 code of acceptance test for pumps – Class C. The test at reduced speed is acceptable .

MATERIAL TEST CERTIFICATE :-

Material test certificate to the various pumps components shall be furnished .

FIELD PERFOMANCE TEST :-

Field test shall be witnessed not below the rank of Executive Engineer (Mechanical ). The test shall be carried out as per IS 9137 – 1978 code of acceptance test of pumps –Class C, in general and as stated below in particular .

A)Volumetric measurement shall be either on basis of rise of level in break pressure tank . In addition the tenderer may provide flow meter if possible.

B)The head shall be measured with calibrated pressure gauge of accuracy 1% or better .At least 3 pressure gauges shall be got calibrated from two different institution with prior approval of the Engineer . The calibration shall be point to point and not more for percentage error .

C)The gauge shall be fitted at suitable place from discharge nozzle . It may be noted that pressure gauge be fitted at least 2 times diameter away from discharge nozzle and delivery valve be placed at least four times diameter away from discharge nozzle can not be simulated due to site conditions and no allowance for this deficiency shall be considered .

D)The speed shall be measured by at least 2 numbers non – contact tachometer With digital display calibrated from two different Institution .

E)The field test shall be taken with entire head range in such a manner that it would cover at least 6 points ( i. e .duty points 2 above , 2 below and shut off )

Contractor No of Corrections Executive Engineer

Page 209: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

.The guarantees for head and discharge shall be deemed to be fulfilled as per clause 9.4.1 of IS 9137 if the value of following of equal to or more than 1.

( H G x X H )2 + ( Q G x S G ) ------------------- -------------------- = 1 (H) (Q)

Where X G = + 0.07 ; X H = + 0.04

Item No .2:- SLUICE VALVE (P N -1.6 )

The contractor shall have to provide, erect C.I.D.F. Sluice valves with jointing to pipe works (including all hard ware and packing ) of water works quality with non rising spindle & hand wheel & without by pass arrangement. Spindle shall be of bronze / stainless steel as per requirement .

The specification under this section cover the design performance manufacture and contraction features delivery , erection and testing .etc. of sluice valve with hand wheel to be supplied under this tender . all jointing material for erection of valves are to be provided by contractor with no extra cost . The valve shall be double flanged water works pattern inside screw with non rising spindle. The valve shall have suitable size hand wheel with arrow marked for open and close . The valves shall be confirming to specification as per IS 780 .

The material of construction shall be of cast iron with bronze / stainless steel spindle of grade specified in IS 2906 /14846

BODY : Cast Iron ,Flap ,: cast Iron spindle : stainless steel/ bronze .

Necessary cement concrete support block / wooden block for supporting The valves shall be provided as per direction of Engineer – in –charge . the payment for concrete foundation will be made as per actual quantity executed as per rate given under item “ concrete foundation `` in schedule ‘B ` .

The valves shall be painted with two coasts of best quality anticorrosive black paint after erection

Item No . 3:- REFLUX VALVE (PN -1.6)

Providing erecting C.I. D.F reflux valve single door jointing to pipe work (including all hard ware and packing ) of water works quality with jointing to pipe confirming to 5312 Part I (1984) without bypass arrangement with gunmetal seats .

Contractor No of Corrections Executive Engineer

Page 210: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

210

The specification under this section cover the design performance and construction features , delivery erection and testing etc. of non return valve to be supplied under this tender

The valve shall be C.I . double flanged water works quality with gunmetal sets confirming to IS 5312 Part I (1984).

The valve shall be free acting quick opening ,non slam closure and low heat loss characteristics and single door type .

All jointing material required for erection of valves are to be provided by contractor with no extra cost .

Necessary supports of cement concrete / wooden block for supporting the valves shall be provided as per direction of Engineer – in – charge (Mech.)The payment for concrete foundation will be made as per actual quantity executed as per rate given under item ‘‘ concrete foundation `` in schedule `B ` Valves shall be painted with two coats of best quality anticorrosive black paint after erection .

TESTING . :- The valves shall be tested at manufacture’s work for seat tests and body test and pressure as per relevant ISI. Manufacturer test certificate shall be furnished at the time of delivery.

Item No . 4 :- KINETIC AIR VALVE

The contractor shall have to provide and erect in position as per direction of Engg – ing –charge One No .40 mm dia .Kinetic double orifice air valve combined with screw down isolating valve having small orifice elastic ball resting on a gunmetal orifice nipple, large orifice vulcanite ball seating on moulded seat ring mounted in horizontal position suitable for working pressure on PN . -1.6 rating All jointing material required for erection of valves is to be provided by contractor with no extra cost. Valves shall be painted with two coats of best quality anticorrosive black paint after erection.

Item No 5:- Providing & Fixing of C.I./M.S. PIPES AND SPECIALS :-

The pipes ,flanges and specials shall be of cast Iron /M.S. conforming to relevant IS and fabricated to transmit flow without disturbing streamlined condition , to gradually and smoothly change the direction or velocity as the case may be and to offer neat and aesthetic appearance .The tenderer shall submit layout drawing of pumping machinery installation with their delivery connections and got it approved from the competent authority prior to execution.In case of MS pipe connections the thickness of pipe shall be 7mm (min)& that of flange shall be 20mm (min).

All specials and pipe shall be hydrostatically tested to twice the head of pump or 1.5 times the shut of head of pump, whichever is higher. All

Contractor No of Corrections Executive Engineer

Page 211: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

required jointing materials such as rubber packing ,nuts bolts ,washers , white lead etc. required for jointing pipes and specials shall be provided by the contractor . The contractor should carry out the work generally as per layout drawing or as per the direction of Engineer . in charge . The specials and pipes shall be given two coats of best quality anticorrosive black paints after erection . The necessary hydraulic testing of pipe and specials, joints for structural rigidity and water tightness with all conditions of pumping shall be given .

MODE OF MEASUREMENT FOR PAYMENT i) Payment will be made on the basis of actual weight of pipes and specials as

per ISI.ii) Nut bolts will not be considered for weight calculation. iii) The payment for concrete block will be made as per actual quantity

executed as per rate given under ‘‘ Concrete Foundation in schedule ‘’B``

Item No 6:- CHAIN PULLY BLOCKThe chain pully block shall be triple spur gear type suitable for

working load of 3 Ton capacity and shall be provided with lifting chain of 6 Mtr and operating chain of suitable length. The chain pully block shall be confirmed to IS 3832. The chain pully block shall consist of load chain wheel , hand chain wheel , top & bottom hooks etc.It shall be mounted on travelling trolly .The C.P. block shall be tested to 50% overload capacity .Manufacturers test certificate to this effect shall be given at the time of delivery.

Item No 7:- TRAVELLING TROLLYThe travelling trolly shall be of 3 Ton capacity and shall be

provided with operating chain of suitable length. The trolly shall be confirmed to relevant IS. The trolly shall be mounted on lower flange of gantry girder .The travelling trolly shall be tested to 50% overload capacity .Manufacturers test certificate to this effect shall be given at the time of delivery.

ITEM NO 8:- IRON WORKS :-

Iron works covers Fabrication of foundation frames for pumping machinery installation as stated in the schedule ‘ B `. It shall be provided and erected at site as per instruction of Engineer in charge .. The RSJ ,channels etc. shall be of mild steel. The fabricated structures shall be grouted firmly in the concert block as instructed by the Engineer – in – charge . (Mech.)

This Job included cutting , drilling ,welding etc. and erection in position with necessary materials ,hardware`s etc. duly painted with one coat of red oxide and two coats of enameled paint to match associated equipment `s.

Contractor No of Corrections Executive Engineer

Page 212: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

212

MODE OF MEASUREMENT FOR PAYMENT

I) Payment will be made on Kg. basis .II) For calculating the weight for payment on rate per KG. basis , following

parameters will be applicable .III) Weight of fabricated item shall be based on finished / fabricated

components wastage will not be paid ..IV) Thickness shall be average thickness of basic components of supplied.V) Nut bolts and any sundry materials will not be considered for weight

calculation VI) Specific weight of M.S . is assumed as 7850 Kg./m3 VII) The payment for concrete block will be made as per actual quantity as per

rate given in schedule ‘B`.

ITEM NO 9 :- PRESSURE GAUGE :- 150 MM DIA .

Contractor shall have to supply and erect the pressure gauge with all related accessories as directed by the Engg- in –charge . pressure gauge shall be provided such that it shall have adequate display range as corresponding to the working head range of the pump. Pressure gauge shall be supplied with syphon tube, isolating cocks suitable for 12mm dia G.I. pipe . Pressure gauge shall be installed on delivery pipe lines of each pump or delivery manifold as directed . Meter scale shall be either in kg / cm2 .

ITEM NO 10 :- TOOLS

The item includes supply of tools & meters as listed below:

Sr.No. Item Qty1 Double end jaw spanner Set 6mm to 32mm 1 Set2 Ring Spanner (12 pieces) 1 Set3 Tubular box spanner set with tomy bar (8 pieces) 1 Set4 Insulated combination cutting pliers size 200mm KDDE coupled 1 No5 Insulated screw drive engineering pattern of size 8x200mm 1 No

6 Insulated screw driver engineering pattern of size 6x150mm (6x300mm) 1 No

7 Insulated screw driver engineering pattern of size 5x300mm 1 No8 Pipe wrench size 600mm - 76mm 2 No9 Screw line tester 3.6x60mm 1 No10 Adjustable wrench (250-30mm) 1 No11 Hacksaw frame with blade 300mm 1 No12 Ball pain hammer 1kg capacity with handle (800gm) 1 No13 Screw type bearing puller (12" size) 1 No14 Grease Gun push type 1 No

Contractor No of Corrections Executive Engineer

Page 213: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

15 Steel level aluminum body (300mm) 1 No

16

Tool box with godrej lock, Fabricated from 18SWG of size 50cm x 30cm x 30cm with locking arrangement 1 No

METERS

1Tong tester suitable for 300mm2 cable size with testing lead and cover of range 0-10-30-100-1000A & 0-300-600 Volts of make Meco/Motwani

1 No

2Insulation tester motor driven generator type 0 to 500 Volts with testing leads and cover make Shanti/ Motwani Range 1000 Volts & 1000 Ohm's

1 No

OTHER

1 Wooden name Boarded pasted with GI sheet 18 gauge showing details of pump motor and elect equipment 1x1mtr. 1 No.

2 Supply shockproof type hand 5 amp with 5 amp holder guard & 10mtr wire 1 No

3 Rubber matting 6mm thick 2 Sqmt

TEM NO 11 :- VERTICAL HALLOW SHAFT MOTOR :-

1) SCOPE :- The specification under this section covers the designe , performance manufacture ,constructional features, delivery , erection and testing etc. of electric motor for pump to be supplied under this tender .

2) GENERAL :- The electric motors shall be of squirrel cage induction , vertical hollow shaft SPDP type suitable for operating on 415 V + 10 % , 3 ph 50 Hz AC supply. Characteristics of motor shall be suitable for pump starting .

3) DESIGN Rated power of motors shall be such that there shall be margin of 30% reserve power over the power required by the pump at the duty point or any point of working . Tthe starting time and locked rotor with stand time under hot conditions shall have suitable discrimination for proper selection of protection relays . The locked rotor with stand time under hot condition and at 85% rated voltage shall be more by at least 3 second than the starting time with driven equipment coupled and at 85 % rated voltage .

The motors shall be suitable for restricted operation at following conditions .

a) Accelerating the driven equipment from standstill to full speed within duration of one minute or less at 85% of rated voltage .

Contractor No of Corrections Executive Engineer

Page 214: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

214

b) Operation on load at 75% of rated voltage for 5 minutes. c) Two starts in quick succession for cold condition. d) One hot restart at maximum steady state temperature over ambient

temperature of 45 0 C

e)Three starts per hour equally spaced over the duration after attaining thermal equilibrium.

F) The motor shall be of continuous duty ‘S- 1 Class . The class of insulation of the motor shall be minimum ‘B `class .

4) CONSTRUCTION :- The motors shall be flange mounted , vertical ,hollow shaft. The motor shall be statically and dynamically balanced and critical speed shall not be in the range of 80% to 120% of the motor speed . The motors shall be of screen protection, drip – proof , fan cooled construction with degree. For enclosure protection conforming to IP 23 or superior . At least two drain holes shall be provided at the bottom end of the stator frame . The motors shall be provided with heavy duty, thrust bearing ,anti frication bearings ,grease lubricated type .The motor shall be provided with clutch and non reversible ratchet . The terminal box shall be original as per Manufacturers standard.

5) THRUST BEARING :-

The thrust bearing shall be anti frication type , and grease cooled. It shall be capable of withstanding entire weight of rotating parts of the pump assembly and maximum hydraulic thrust encountered at stipulated operation conditions and at shut off conditions with life not less than 30,000 hours . The bearing shall also be suitable for all dynamic and static loads imposed during operating speed. The bearing numbers both for top & bottom side of motor shall be given on the name plate of motor.

6) NON –REVERSIBLE RATCHET :- Non reversible ratchet of cast steel shall be provided with the motor .

7) TEST AND INSPECTION .:- All motors shall be tested for routine tests and test certificates to be furnished at the time of delivery.

8) DOCUMENTS :-After the award of contract, he following document shall be progressively furnished shall be given by the tenderer .

a) General arrangement drawing .

Contractor No of Corrections Executive Engineer

Page 215: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

b) Instruction manuals for erecting ,testing , commissioning operation and regular maintenance .

c) Test reports .d) Torque speed curves of motor .

ITEM NO 12:- AUTOTRANSFRMER STARTER WITH AIR BREAK

CONTRACTOR

The contractor shall have to provide, erect and arrange for testing of automatic operated auto transformer motor control panel assembled locally with contactors of approved make .Schematic constructional drawing with control & wiring diagram shall be submitted by the tenderer for taking approval from competent authority prior to procurement.

The auto transformer starter shall be fully automatic operated with 50% ,

60% & 80% tapping . The starter shall be suitable to start the motor at above given tapping , suitable for motor torque and the changeover shall not interrupt the supply during the transition . Suitable timer of 0 to 15.1/3 sec. range shall be provided to apply the rated voltage to the motor with a preset time delay .

RATING FOR CONTACT OR MAIN CONTACT :-

Air brake contactors rating shall be 200 Amp. . Duty shall be AC3 Only .

AUXILLARY CONTACTOR :-

Air brake contractor (Two nos ) shall be of 70 Amp. .Duty shall be AC.3 only . The auto transformer shall be oil immersed type having copper windings.Tested transformer oil in adequate quantity shall be filled in autotransformer . The starter shall be provided with ammeter .The starter shall be fully automatic floor mounted type of not less than 14 SWG sheet steel cabinet having size 1.25x0.75x0.45 Mtr . The starter shall have terminal box suitable for provided aluminium armoured cable both on left & right side of cabinet.

Major components of starter shall be as below .1) Oil immersed auto transformer with 50%, 60%,&80%tapping . complete

including first fill of transformer oil . 2) Main & auxiliary contactor of suitable capacity as above .3) Electronic /Bimetallic thermal over load relay. 4) Time ON delay ,OFFdelay timers.5) Voltmeter &Ammeter with suitable CT’s & selector switches.6) No volt release .

Contractor No of Corrections Executive Engineer

Page 216: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

216

7) Single-phase current sensing type preventer etc.8) Phase indicating lamps.9) Indication lamp for status indications of starter i.e. ON,OFF & TRIP.

THIRD PARTY INSPECTION

The ATS starter shall be subjected to factory test in presence of the Executive Engineer . (Mech) .The contractor shall have to arrange for Third party Inspection of the ATS starter. Inspection fees thereof will have to borne by the contractor and same will be at tenderer”s cost . The Third party Inspection shall be carried out in presence of Executive Engineer . (Mech) & through agency decided by MJP .

The scope of TP inspection is as below. i)Review of raw materials test.Certificates and quality control procedure.ii)High voltage Testiii)Insulation resistance test.iv)Full load test of Autotransformer windingv)Dielectric strength of oilvi)Fault simulation for testing protection relays except short circuit & earth fault.

ITEM NO 13 :- CUBICAL PANEL BOARD

Providing installing and testing of 415 Volt 3 phase 50Hz cubical industrial type LT panel board with accessories with third party inspection as per detail below . Schematic constructional drawing with control & wiring diagram shall be submitted by the tenderer for taking approval from competent authority prior to procurement.

PANEL BOARD SUTABLE FOR 60 BHP 2 NOS. PUMPS

Panel Fabrication

1Iron work for fabrication of cubical type panel board of size 1.75x1.75x0.5Mtr with 16SWG M.S. sheet & angle work for mounting different electrical components inside box and base channel of size 100x50x4.7mm

1 Job

Bus Bar Copper 200 Amp1.5 Mtr

2 Copper bus bar triple pole with neutral bar & bars of 1.5 Mtr. length of C.S. of 50mm x 5mm 1.5 Mtr

Change Over Switch

3 Rotary type having front operating mechanism of 200Amp capacity 1 No

Main switch

4 MCCB of 200A capacity 35 kA ,4Pole with shunt release & earth fault relay for receiving incoming supply. 1 No

Contractor No of Corrections Executive Engineer

Page 217: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Individual Motor Switch5 MCCB of 200A capacity 35 kA,3Pole 2 No

6 Front operated mechanism for above MCCB's 3 No

Meters & Other Accessories

7 Ammeter AC 50 C/S,0-200 Amp. 144x144 sqmm, flush type. 1No

8 LTCT's for Ammeter of appropriate ratio. 3No

9 Selector switch for ammeter 1No

10 Voltmeter 0 to 500V 144x144 sqmm, flush type 1No

11 Selector switch for Voltmeter 1No

12 Indicating lamp set 1No

13 Capacitor 20Kvar

Other Accessories

14 MCCB 100 Amp for lighting & capacitor 2 No

15 Spare MCCB 100A 1No

16 Caution Board 2No

17 Earthing terminal stud with necessary all materials etc complete 2No

THIRD PARTY INSPECTION

The Control Panel Board shall be subjected to factory test in presence of the Executive Engineer . (Mech) .The contractor shall have to arrange for Third party Inspection of the Control Panel Board. Inspection fees thereof will have to borne by the contractor and same will be at tenderer”s cost . The Third party Inspection shall be carried out in presence of Executive Engineer . (Mech) & through agency decided by MJP

.The scope of TP inspection is as below.

i) Review of raw materials test.

Certificates and quality control procedure.ii) High voltage Testiii) Insulation resistance test.Iv )Routine Test.iv) Checking phase and earth clearance of bus bars.

Contractor No of Corrections Executive Engineer

Page 218: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

218

v) Checking wiring diagram and contact circuit and operation of panel.

vi) Fault Simulation for testing protection relays except short circuit & earth fault.

ITEM NO 14 :- PVC ARMOURED CABLE :-

Supplying and erecting PVC armoured cable 1100 V grade with ISI mark , 3 or 3.5 core stranded /solid alum, with 6mm Thick 25 mm width M.S . Spacers with G.I.saddles screwed with continues 14 SWG G.I. earth wire / 6 sq ,mm allum earth wire complete erected on wall or erected on pole with 25x3mm . M.S .Clamps or in provided trench in an approved manner . The cable lengths stated in schedules are estimated quantity shall be form the basis for comparison of the tender offers . However, for contract works, quantity of the cables as actually required shall be supplied at the tendered rates cables shall be laid on wall of pumps house in ground wherever necessary with the help of heavy duty. saddles every cables shall be neatly run vertically horizontally or parallel to adjacent walls at both ends for terminations , the cable shall approach from a common direction and individually terminated in an orderly and symmetrical fashion . The cable shall be terminated in mechanical glands which shall be suitable to provided .adequate support by locking on the armor and additional earth continuity suitable compression type copper/ alluminium cable lugs shall be used for cables terminations . The cable routing and laying shall be such that sharp bends and links are avoided ,The radius at bends for PVC insulated cables shall not be less than over all diameter of the cable loops extra length shall be provided in each cable run located at suitable places . Cable lugs& glands of adequate size shall be provided at the ends of the cables . Earthing shall be provided for the cables

ITEM NO 15 :- EARTHING STRIPS (Galvanized Iron):

Contractor shall have to supply and erect G.I. strip of different sizes used for earthing on wall with necessary G.I. clamps fixed on wall duly painted with bituminous paint in an approved manner.

Mode of measurement for payment:

Payment will be made on Kg. basis for actually supplied strip as per specification above.

ITEM NO 16:- EARTHING

Earthing in GI. strip of suitable size is to be provided to complete installation such as main panel, starters, motors etc, in very decent manner without making obstacle to the movement to operating staff & as per IE rules & confirming to IS 3043/1966 as below.

Providing Earthing from Galvanized cast iron earth plate of size 60x60x0.6 cm. buried in specially prepared earth pit 1.60 below ground level with 40 Kg. Charcoal and salt inalternate layers necessary length of double GI strip of suitable

Contractor No of Corrections Executive Engineer

Page 219: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

gauge bolted with lug to the plate and covered in 25 mm. diameter G.I. pipe 2.60 m. long complete connected to the switch gear with sealing of pipe end socket by bituminous compound as per direction and duly tested by earth tester and recording the results.

The job includes providing of 19mm dia GI pipe 1.5 Mtr long with funnel & mesh at top for watering and brick masonry chamber of clear inner side 25x25x25 cm having CI cover on top confirming to IS 3043

ITEM NO 17 :- CONCRETE FOUNDATION

Providing casting (including curing) cement concrete blocks M- 150 Grade (with 12 to 20 mm metal) in 1:2:4 proportion for the purpose of foundation for panel, thrust block support, anchors for valves, piping etc including required excavation has to be provided by the contractor. All necessary materials like cement, stone metal, sand etc. required for completing the job shall have to be provided by the contractor. Blocks should have good finishing.

Mode of measurement for payment:

Payment will be made on Cum basis.

Contractor No of Corrections Executive Engineer

Page 220: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

220

Name of Sub Work 7 Providing and constructing unconventional WTP 1.60 MLD capacity with sump and pump house

UNCONVENTIONAL WATER TREATMENT PLANT

Obligatory Data For Hydraulic Design

1. The work shall be carried out as per practice and procedures laid down in manual building code of practice and relevant I.S.S. up dated for respective IS and public Health Engineering manual of Water Supply publish by Government of India and as directed by Engineer –in-charge.

2. General description and Location of siteThe proposed water treatment plant is to be constructed on Hillock of Das Tekadi at Gurudeo Nagar.

3. Source of Water Supply,The source of raw water is from Wardha River Taluka: Tiwsa and will be available at W.T.P. by pumping from River through Raw water rising main from River to W.T.P.

4. Quality of Water,Contractor should carry out sample test independently at his cost to verify turbidity raw water in parts per million is as below.

For few days during manson maximum 3000 PPM.During non mansoon days 500 PPM.

1. Power The contractor shall make necessary arrangement to got power for execution making temporary connection from M.S.E.B. at his own cost

2. Proofed works and scope of tender,The scope includes Un-Conventional type water treatment Plant and would be following works The size of component are as per design and as per site conditions, treatment Plant should be as per authority Chandur Bazar W.S.S. pattern and as directed by competent.

All process units shall be designed shall be designed for normal rate of flow. All, open channels, inlet and outlet opening, ports, closed conduits and piping shall be designed for 20% hydraulic overloading.

Contractor No of Corrections Executive Engineer

Page 221: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Note:- The contractor shall submit the hydraulic Design and layout plan before execution and get approved from Department. After approval : layout plan submitted and get around before execution.

No. of units 1, (One)

Minimum Floor area required 0.015 Sq.m/Cum/hr.

Minimum Rise of Cascade 0.15 M

Minimum Tread of Cascade 0.40

Minimum No. of Cascades 4 (Four)

Central Shaft 45 mm dai R.C.C. shaft

Minimum depth of water inCollection launder (peripheral) 0.03 M

Minimum width of launder 0.50 M

Free board in lauder 0.30 M

Width of peripheral walkway 1.00 M

In case the central shaft (vertical) is to provided in C.I./M.S. pipe. The velocity in pipe shall not be more than 0.6 M/sec. with a bellmouth opening at top. A duck foot bend shall be provided at bottom over a proper foundation block to facilitate its connection with raw water main.R.C.C. jacking shall be provided as directed by Engineer-in-charge.

Basic Data

The proposed Treatment plant shall function as per the design sizes for each unit are shown with their levels

Foundation Conditions.

Bearing capacity at T.P. site is proposed 10 MT / SqM

Levels of TP

i) Lip of aeration Foundation 369.270 M.

ii) Lowest Suction level of PW Sump 359.770 M.

Item wise break up offer.

Contractor No of Corrections Executive Engineer

Page 222: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

222

Mode of Payment :-

Contractor shall submit the break up for payment (In Stage) for approval of the department. The cost of W.I.P. shall be work out component wise and the percentage against each component shall be indicated. It shall be realistic. This shall be approved by the department and payment will be made accordingly.

Deposit for guaranteed performance.

Water retaining components of civil structures will be paid 90% and remaining 10% will be released after satisfactory water tightness test.

Desired performance of the water treatment plant.

a) Physical Quality and requirement i) Filtrate should be clear with turbidity less than 1 J.T.U. scaleii) Turbidity of settled water shall not be more than 20 unit of

J.T.U.iii) Filter runs should not be less than 24 hours with a loss of

head not exceeding 2 Miv) Wash water consumption should not exceed 2% of quality

filtered v) Duration of wash water 10 minitus.vi) Test and odour :- There should be nothing un objectionable

or disagecable as regards test and odour.

b) Chemical quality.

i) P.H. Value of filtrate should be between 7 to 8.5.ii) The iron should be up to 0.1 to 0.3 P.P.M. and nitries should

be absent

c) Bacteriological standard

i) Through out any year 95% of samples should not contain any coliform organization in 100 ML

ii) The break point chlorination of filtrate water should be less than 3 P.P.M.

Test of water tightness of structure.

All hydraulic structure (Pre treatment unit, Chemical tank, sump, channel etc.) will have to be tested for water tightness by filling them with water up to their designed full supply level similarly the-pipe lines will have to be tested hydraulically. Masonry for R.C.C. structures

Contractor No of Corrections Executive Engineer

Page 223: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

such as pre treatment works, chemical tank and channel will be considered as water tight only when the drop in water level from FSL is not more than 6mm in 48 hours. As regards pipe line the test shall be performed for the working pressure of water head equivalent to 1.50 times the prescribe working pressure for the pipe used.

The contractor shall have to give all these hydraulic test by making his own arrangement without any extra cost.

Use of sand

The sand to be used for the works shall be got approved from the Engineer-In-Charge sand should be free from dust and mud. Properly graded sand be used for construction.

Use of Bricks

The bricks to be used for the works shall be got approved from the Engineer-in-charge. The quality of bricks should be got tested from the approved testing laboratory

Agency shall responsible for trial run of three month.

Agency shall responsible performance.

Valves and pipes.

All material shall be provided with relevant I.S.S. specifications, valve up to 300 mm dia shall be manually operated with out spur gear arrangement. The valve size above 350 mm dia and above 600 mm dia shall be manually operated but with spur gear, EIL inspection certificate. All FIL charges should be borne by contractor etc.complete as directed by Engineer-in-charge.

All CI head stock / wheel of sluice valve etc. shall be smooth finished, also painted with synthetic enamel paint of approved quality.

Alum Dosting Chlorination.

Alum dosting shall be done through Alum solutions tank to be hoisted as directed by Engineer-in-charge at first floor level so as to gravitate through alkathine pipe to Aeration Foudation.

OBLIGATORY CONDITION

Contractor No of Corrections Executive Engineer

Page 224: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

224

1) Contractor has to quote his offer for the sizes mentioned of each unit of Treatment plant for civil works.

2) Levels shown are as designed and has to follow. No change in levels is permitted

3) Compact layout of treatment plant is shown and levels are obligatory

4) The work shall be carried out as per latest manual of water supply and treatment as per Ministry Of Urban Development Department New Delhi, and shall be as per

5) Work shall be strictly carried out as per department specification laid down in standard specification book or called as Red Book as directed by Engineer-in-charge.

6) Level coarse shall be in C.C. 1:3:6 all structure in contact with water shall be in M-300.

7) No extra payment on account of shifting of the site and technical changes shall be entertained.

8) Bearing capacity of 10 M.T. / SqM is assumed.9) Ground Levels shown in the drawing are tentative

contractor should confirm all the GL before quoting the tender and submitting the design

OBLIGATORY REQUIREMENT.

1) Aereation Foundation.

i) Inlet shaft :- 450 mm dia R.C.C. shaft – with making connection to 200 mm dia DI Rising Main

ii) Shape :- Circular type

iii) Collecting channel :- 500 mm width

iv) Lip of aeration foundation :- 369.270 M

v) Average Ground level :- 364.270 M

vi) Construction :- M 300 Concrete Top portion shall be finished with approved glazed tiles

vii) No of steps :- 4 No

Contractor No of Corrections Executive Engineer

Page 225: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

viii) Walk way :- 1.0 M wide through out with 3 rows of 25 mm dia G.I. pipe railing with MS angle post of size 50x50x 6 mm of 1 M height through out the platform along walk way.

2) Settling tank

i) No of rows 2 Noii) No of selling tank 6 Noiii) Size of settling tank As per designiv) Hopper 45 degreev) Inlet channel :- 0.5 M width with 15 cm thick 250 mm dia

CI pipe 2 No shall be discharge from intake channel to settling tank.

vi) Drain :- 200 mm C.I. pipe for charing by hydrostatic pressue

3) Filters (Decline rate piping and valves)

i) No of filters 2 Nos.

ii) Size of filters As per design.

iii) Operating platform 2.0 M wide with railing

iv) wash water intake As per design.

v) Outlet from each filter As per design.

vi) Manifold 0.6 m width

vii) Inlet channel 0.60 M width

viii) Walk way 1.0 M wide with railing, filter shall be open to sky

I x)Construction In RCC M-300

x) Rarometric Chlorinates

4) Sump and Pump house

i) Sump size One hours capacity

Contractor No of Corrections Executive Engineer

Page 226: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

226

ii) Construction In R.C.C. M-300

iii) Suction trench 0.60 M wide througth out

iv) Pump House Construction In brick masonry CM 1:6

v) Roof slab mix M-200

vi) Size of pump house 6.00x6.00x 4.50 M

vii) Platform for pumping machinery “L” beam shall be casted in M 200 concrete.

ix) Plastering out side20mm thick CM 1:4 mix.

5) Chemical dosing arrangement

i) No of alum tank 2 Nos.

ii) Size 1.75x1.75x1.00 M

iii) Piping :- Pipe and valve shall be of PVC with alum tray arrangement with provision for mixing manually.

6) Back wash arrangement :- 200 mm dia CILA class pipe line from 200 mm dia outlet of wash water tank

7) Shaping cleaning developing the site :-

Necessary shaping cleaning developing the site is the contractors responsibility, excavated stuff shall have to be disposed off by the contractor / spreading for leveling etc, as directed by Engineer-in-charge.

8) Excavation for all unit and piping :-

Drainage arrangement i.e. from aeration fountain to sump and pump house for each until shall be done 250 mm dia RCC pipes shall be used.

9) Plastering :- All the surfaces in contact with water shall be plastered in 20 mm thick in CM 1:3 with waterproofing compound. For office building plastering inside and outside shall be in CM 1:4

Contractor No of Corrections Executive Engineer

Page 227: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

10) Doors and window :-

i) Rolling shutters shall be provided for door. Front entrance Door shall be in teak wood with good appearance.

ii) Windows shutter shall be of MS with glazs fitting as directed

iii) The drainage arrangement for disposal of waste water from the WTP and wash water from the each unit up to disposal point to local nalha is included in this tender. The pipes to be used shall be RCC NP-2 class Necessary brick masonry chamber at the junction or where ever required shall be constructed The limit of contract shall be up to local nalha from common chamber for disposal

DRINAGE ARRANGEMENT

Design :-

The arrangement is to be provided for collection and caring the waste water and sludge from the aeration fountain, venture flume, flash mixer, settling tank filter house over flow from sump, septic tank etc. through a system of pipe and manhole up to point of discharge up to last man hole The pipe shall run 2/3 full. The velocity at 1/3rd flow shall not be less than 1 M/sec.

Construction :-

The pipeline shall be of RCC NP2 class jointed with cement mortar 1:2 the minimum cover over the sewers shall be 1 M. the pipe below 200 mm dia shall not be used in the system. The system shall include all valve, specials etc as per requirements at site and directed by Engineer-in-charge. Required numbers numbers of manholes shall be provided and shall be BB masonry shall be circular shape. Length of the drain pipeline shall be 100 M from last chamber of WTP or beyond the boundry of W.T.P. pre mises as directed by Engineer-in-charge.

The diameter shall be as started below.

1) Depth up to 2.00 M 1.0 Mdia.

2) Depth more than 2.0 M 1.20 M

The B.B. masonry shall be 23 cm thick for manhole up to 2 M depth and 35 cm thick for manholes more than 2 M depth. The

Contractor No of Corrections Executive Engineer

Page 228: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

228

bottom of each manhole shall be of 30 cm M 100 cement concrete with a bending of M 150 the bottom and inside and outside surface of chambers shall be finished smooth with cement plaster in CM 1:3 Manhole shall be provided with heavy duty CI manhole frame and cover (500mm dia as per ISS 1726-1967 CI steps shall be provided for manholes more than 1.0 M depth.

Electrical Installation :-

Electrical installation both internal and external including entire plant area.

SANITARY BLOCK

Design and construction :-

This should be accommodated in the premises. It shall be completely closed structure constructed in brick masonry with RCC roof slab The area of block shall be as per standard requirement or ISS.

This block shall content of

1) Water closest (Indian type) 1No (2Sqm)

2) Urinals 2 Nos.

3) Wash and basin with mirror 2 Nos.

4) Bath room 1 No (4Sqm)

The area of the sanitary block shall be at least 12 SqM the flower of the entire block shall be glazed tiles Dadors in gazed titles shall be provided for all units for height of 2 M Adequate ventilation with exhaust fans shall be provided.

Allied Items :-

1) Water feeding connection :- G.I. pipe line of required size and lengths with specials, valves etc shall be provided for all the units.

2) Flushing tank :- Flushing tank of 8 lit capacity shall be provided for each water closed and urinal respectively.

3) Sewage effluent connection :- All units shall be provided with suitable size and length of outlet connection to

Contractor No of Corrections Executive Engineer

Page 229: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

septic tank. The effluent from septic tank shall be let out in the nearest chamber on sludge drainage system.

4) Septic Tank :- RCC septic tank of 20 person capacity shall be provided.

5) There should be one unit of instant geyser and shower in the bath room.

All the unit of the treatment plant shall be capable of taking overload up to maximum limit of 20% with out affecting the efficiency and working of treatment plant as regard quality of water, further the filter outlet controller should be designed for an occasional over load 50% of its rated capacity hydraulically.

OBLIGATORY LEVELS AND VELOCITY ETC.

1) Lip of aeration fountain 369.270 M

2) Lip of outlet weir of inspection chamber of filter beds shall not be less than 30cm bove FSL of pure water channel at the point.

3)FSL of lounder of classifier at outlet not less than 30cm above FSL of filter bed

4)LDL of pure water sump 359.770 M

The above levels and minimum limits stipulated are obligatory and no reductions are permissible .However levels softer shall justified with supporting hydraulic design subject to approval frount Change.

VELOCITIES

1)Velocity of wash water in wash water pipe line may be restricted to 2 to 3M per second and this be justified by supporting calculations Peripheral velocity of flocculation blades shall be with therange of 0.40 to 0.50 per second.

LIMITS OF THE CONSTRUCTED WORKS:-

9.A) The raw water Rising main will end about 1M below GL at a point of 10 M from the center of duck foot bend at vertical pipe of aeration fountain,The limit of the constructed work would being from this point.

Contractor No of Corrections Executive Engineer

Page 230: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

230

9.B)Drainage arrangement collecting the waste

water from aeration fountain, filters, flash mixer, settling tank sanitary block,septic tank solution tank etc is included in the contract.

Item No 2 :- Stilling Chamber and Mixing Weirs

a)Stilling Chamber:-

Inlet From Aeration Fountain

Detention time 2minutes(0.50MLDTO2.00MLD)

1minute(2.25 MLD and above)

Direction of flow Horizontal

Width of chamber Minimum 0.50M

Side water depth Minimum 0.60 M

Free Board 0.30M

b) Rapid milx Weir:-

Length of weir 0.40 M to 0.60 M

Clear width of weir 0.3 M to 0.4 M

Type of weir Rectangular, shape Crested with graduations

Free fall over weir Minimum 0.40 M

Velocity gradient for rapid mixing 800 to 1000 1/Sec.

Detention time 2to5 Sec.(downstream side of weir)

Baffle wall of sufficient height as directed to be constructed at the distance of 0.60 M to 1.0M from weir on the downstream side, across the width of mixing channel for achieving the said detention time in the mixing basin.

c) Mixing Channel:-

Contractor No of Corrections Executive Engineer

Page 231: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

No. of units 1, (one)

Velocity 0.6 M/Sec.

Detention time 10 to 40 Sec.

Mixing promotion A.C. pipe pieces arranged in staggered fashioning above FSL or RCC walls as directed by Engineer in charge.

Width of channel 0.50M(0.50MLD to 2.50 MLD)0.80M(3.0MLDand above)

Length of channel As per design

Depth of water Maximum 0.20 M

Freeboard 0.30 M

Item No. 3 ; Flocculation Tank :- It should be as per type design of Hiwarkhed and 11 village WSS / chandur Bazar w.s. scheme.

Item No. 4 : Settling Tanks As above (As per Design)

Item No. 5: Rapid Sand Gravity Filter Beds

No .of beds 2,(Two)(Independentperation) Bed having Two sections with central gutter

Rate of filtration 4800 to 9600 lit./sqm/hr

Depth of water Minimum 3.65 M

Free board 0.50 M

Type of filter control Constant rate filtration with split flow weir without Mechanical control devices.

Minimum available head loss 2.0 M

Contractor No of Corrections Executive Engineer

Page 232: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

232

Depth of supporting gravel 0.60M, graded 2mm to 50 mm

Depth of filter sand 0.75M E.S.0.55to0.60 mm U.C 1.5 to 1.7

Depth of water over sand 2.30 M

Equal flow distribution to filter Beds Split flow weir boxes at inlet to filter bed.when number of beds is more than one .

Length of split flow weir 0.6 M

Height of split flow weir 0.50 M(Over chamber bottom)

Invert of bottom slab of filter inlet channel and split flow weir box be same. Lip RL of weir shall be 0.05 M below the FSL of bed.

The inlet pipe to filter bed (from the split flow weir box ) shall be extended upto the top of wash water disposal gutter.

Lip R.L .of outlet weir (outlet chamber of filter bed ) shall be 0.15 m above top of the sand media in filter bed.

Width of inlet channel to filter 0.6 M

Velocity through channel 0.4 to 0.6 M/Sec.

Filter port velocities ForSizing of pipe/valves

Filter Inlet 0.6 to 1.0 M/Sec.(Minimum size 200 mm x 200 mm)

Filter Outlet 1.0 to 1.2 M/Sec.(Minimum size 150 mm dia.)

Wash water inlet and disposal 2.5 to 3.0 M/Sec. Upto 1MLD cap

Type of backwash Hard wash only SectionalMethodology. Above1.25MLD Required No. of air blower should be Provided, .e.2Nos. Minimum.

Contractor No of Corrections Executive Engineer

Page 233: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Rate of backwash 600 Lit/Sqm/Min.

Duration of back wash Minimum 10 Min.

Capacity of wash water tank Sufficient to wash all filter beds at a rate of 600 litters/m2/min for a duration of 10 +10cum for other utility.

Filter under drain system Mild steel pipe manifold and Rigid pvc Laterals (6Kg/sqcm)

Area of perforations to laterals 0.3 to 0.35 %of bed area

The design of filter under drain shall generally confirm to the guidelines of CPHEEO Manual Edition 1991. & latest.

Minimum size of cross-troughIn filter 0.3 M x 0.30 M

Lateral travel of wash water Maximum 1.0 M

Width of side disposal gutter 0.60M

Depth of side disposal gutter To be extended upto filter bottom

The minimum free fall from outlet weir of filter to second comparmnet chamber shall be no less than 0.15 M.

The velocity in P.W. Pipe to sump shall not be more than 1.0 M/S the designed capacity.

Item No 6 : Chemical House Building

Area requirement of ground floor 25 to 35 Sqm(0.50 MLD to 2.50 MLD)35 to 50 Sqm(3.0MLDandabove)

(Exact requirement of area shall be as per the tender drawings)

Area function Store room, TCL tank and wash Water Pumps, outlet chamber pipe gallery for Filter control toilet block.

Clear head room Minimum 3.5 M

Contractor No of Corrections Executive Engineer

Page 234: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

234

(For plant capacity above and including 3.0 MLD, separate pipe gallery with minimum width of 3.50 M shall be provided. The valves shall be operated from the upper level walk way be means of extended spindle and head stoke. The pipe gallery shall be covered with minimum headroom over upper level walkways as 3.50 M)

Area requirement on first floor 15 to 20 Sqm(0.50 MLD to 2.50 MLD)35 TO 50 SqmUpto 3.0 MLD

Area function To house alum tanks, office and laboratoryAnd pre chlorination

Clear headroom 3.50 M

Location of structure Adjacent to filter beds.

Type of structure R.C.C. framed structure with B.B.masonny Walls

Architectural features Porch, canopies, suitable treatment to front side elevation.

Staircase for access to the first floor shall be provided outside

Gravity feed chlorinator 2 Nos (One operative and one stand by)

Bleaching powder dosing tankIn addition to chlorinator

No. of tanks 2, (Two) (Pre chlorination :1) (Post chlorination)

Capacity 100 Lit each0.50 MLD to 1.25 MLD

200 Lit each (1.50MLD to 2.50 MLD )350 Lit each(3.00 MLD and above)

Rating of tank 8 hrs

Chlorine dose 3 mg/hit (P.P.M.)

Contractor No of Corrections Executive Engineer

Page 235: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Available chorine 25 %

Strength of solution 5%

AgitatorPost Chlorination Manually operated Pre chlorination Manually operated

Alum solution tanks

No. of tanks 2,(Two Nos.)

Capacity 750 lit. minimum(0.5 MLD to 1.25 MLD)

1000 lit. minimum(1.25 MLD to 2.50 MLD)

1500 lit minimum(3.00 MLD and above)

Rating of each tank 12 hrs

Maximum dose 50 mg/lit

Strength of solution 5%

Agitator Electrically operated tirrer(min.0.5 KW motor), S.S 318 and blades.

Constant head dosing tank Manually controlled, 1 No Both tanks

Piping and valves RigidPVCor Polyropylene

Laboratory equipments As per detailed specifieations.

Weighing/handling equipments As per detailed specifications.

Item No. 7 Wash Water Tank and Backwash Pumps

Location Wash water tank over first floor of chemical house / filter house building.

Capacity Sufficient to wash all filter beds @ rate of 600 lit / m2 / min for a duration of 10 min minutes + 10 Cum for other units. Back wash pumps shall have capacity to fill wash water

Contractor No of Corrections Executive Engineer

Page 236: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

236

tanks in 2 hours. One separate outlet shall be provided for quarter premises requirement.

Shape Square, Circular, Rectangular as directed Inlet, outlet and overflow piping to be provided with drain arrangement.

Effective head to wash water tank required over filter bottom Minimum 8 to 10 M

No. of backwash pumps 2(1 working + 1 standby)

Minimum rating of motor 2.25 KW

Location of Pumps Wash water pumps shall be located near pure water channel with 10 cum. Sump. The pump should have positive suction.

Actual head to be provided for wash water tank=Effective Head Required + head required toovercome friction head losses through filter controlpiping, valvesand wash water inlet pipeline to filter.

Item No. 8 : By – pass arrangement

As per detailed specificationItem No. 9 : Sludge / wash water disposal

As per detailed specification

Item No. 10 Pure water sump

Capacity - 1 hr capacityType - RCC, with top roof slab cover.

Item No. 11 Pure water pump house

Floor area - Minimum 10 to 20 sqm per pump set

Location - By the side of sump or on sump

Height - 4.50 M

Item No. 12 Electrication

As per detailed specification and as directed by Engineer – In – Charge.

Item No. 13 : Internal Roads

Contractor No of Corrections Executive Engineer

Page 237: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

a) Type - W.B.M. standards 3.0 m side

b) Alignment - From main road at entry to entry of aeration fountain, filter house, chemical house and pure water sump and pump house.

c) Length - As per detailed specification.

Item No. 14 : Trial Run

As per detailed specification.

Battery limit of works :

a. Inlet side Upto 5.0 M horizontal distance from the center of Aeration Foudation.

b. Outlet side Pure water pipe from filter control room pure water sump (Max. 10.0 M)

c. Drainage Upto 100 M From the final drain chamber (RCC NP2, 400 mm dia.)

Note :

1. The hydraulic gradient shown on flow diagram shall be strictly observed, in no case, the losses provided shall be reduced.

2. The successful tenderer may propose a different layout keeping in mind the essence of purpose and specification of te work. However this shall be subject to the approval by the Engineer-in-charge of the work or the approval authority.

3. The successful tenderer on award of the work shall submit the hydraulic design along with the calculation for hydraulic losses and general arrangement drawings of the water treatment plant to the Executive Engineer, in charge of the works, The general arrangement drawings shall include the hydraulic flow diagram, layout plan, key plan, plans of the structure at various levels and sectional elevations showing various hydraulic levels. The contractor shall engage the services of an experienced and reputed designer for the correct interpretation of data and for submission of the efficient design.

Contractor No of Corrections Executive Engineer

Page 238: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

238

After getting approval to these drawings only then he shall proceed ahead with structural design of the plant.

The contractor shall also submit the front elevation and side elevation of the plant. The plant shall esthetically look good and if necessary elevation treatment may be given be beautify the structure.

4. The Successful tenderer shall be ultimately responsible for the stability and soundness of the various structure. He shall also be completely responsible for the quality of treated water and the efficiency of the unit processes. The criteria for quality of treated water is mentioned elsewhere in the tender.

Desired performance of the water treatment plant

The treated water shall confirm to the following requirements :

Physical and Chemical Quality

1. The filtered water shall be clear in appearance with the turbidity less than 2 NTU on the Nephelon metric turbidity meter.

2. The filtered water shall be free from color with maximum limit of 10 on the platinum cobalt scale –

3. The turbidity of settled water shall be prefer by 15 NTU with maximum limit upto 20 NTU.

4. The continuous filter run shall not be less than 20-24 hours with a loss of head not exceeding 2.0 M at the designed flow rate.

5. The duration of filter backwash shall not exceed 10 min. with water on the bed at close of back wash having turbidity les than 20-30 NTU.

6. The wash water consumption shall not exceed 2% to 3% of the quality to the treated water as calculated for the duration of one year.

7. At the commencement of filter run after backwash, the initial bead loss shall not exceed 0. M to 0.30 M.

8. The PH value of filtered water shall be between 6.5 to 8.5

Contractor No of Corrections Executive Engineer

Page 239: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

9. In a standard plate count test, the filtrate shall not contain 100 total colonies per cubic centimeter at 37 C after 24 hours incubation agar agent.

10. In 90 percent of the samples examined throughout any year, coliform bactaria shall not be detected or the MPN index of coliform micro-organisms shall be less than 1.0 None of the Samples should have an MPN index of coliform bacteria in excess of 10. An MPN index of 8-10 should not occur in two consecutive samples.(per 100ml. of sample)

Specification for Unconventional Water Treatment Plant

These specifications shall be applicable to the Unconventional Water Treat plants having capacity from 0.50 MLD to MLD The shall be simple in every aspect, from construction upto maintenance. The plant shall be compact in nature. Various hydraulic and process units and ancillary structures shall integrate and merge with each other to produce an esthetically pleasing effect.

The top priority shall be given to operational and maintenance convinces while making layout of the plant. The use of mechanical equipments in the process shall be minimum and wherever essential only.

And finally the overall engineering and execution efforts shall ultimately ensure a high quality, safe potable drinking water from the treatment plant.

The hydraulic and process design of the plant shall be in accordance with the various parameters given in the obligatory data the Detailed Specifications.

The structural design of various civil components shall be as per the design enclosed in the appendices.

The main units of the plant shall be as follows:5. Aeration Fountain6. Stilling chamber / Mixing weir/ Mixing channel7. Mechanical flocculation tanks8. Tube settling tanks with hopper bottom9. Rapid sand gravity filter beds 10. Wash water tank 11. Chemical House/Control Room12. Pure Water Sump and Pump House

Contractor No of Corrections Executive Engineer

Page 240: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

240

Item No 1 : Aeration Fountain

This shall be of cascade type and shall be designed as per the obligatory data The central shaft shall be as specified in the obligatory data. The raw water main shall be connected to the vertical pipe at the bottom minimum 0.6 m below level. Incase the central shaft is of CI/MS pipe, then the maximum velocity through it shall not be more than 0.60 M/sec. A duck food bend shall be provided at the bottom over a foundation block and a bell mouth opening at the top.

There shall be minimum three nos. of cascades with rise of each cascade as 0.15 M The tread of each cascade shall bot be less than specified in the obligatory data .The cascade shall be covered with aesthetic patterns made out of broken glazed tiles. The edges of the cascades shall be preferably rounded.

A peripheral collection launder shall be provided the cascades. The depth of water in collection launder shall not be less than 0.30 M and freeboard shall be 0.30 M The width of the launder shall be minimum 0.60M. RCC walkway of width 1.0 M shall be provided cantilevered to the collection launder on the outer sided. The walkway shall be provided with railing The walkway of the aeration foundation shall be accessible from other units of the plants or from the chemical house.

Item No. 2 :- Stilling Chamber and Mixing Channel

Stilling Chamber

The size of Stilling Chamber shall be as per the design criteria mentioned in the obligatory data. The function of this unit is to receive raw water from aeration fountain and to dampen the turbulence before passing the water over the measuring weir . Sometimes the chamber is designed to arrest heavier particles like sand and grit.

The Stilling Chamber shall be in a from of channel with horizontal flow. This channel shall start from the aeration fountain and terminate at the mixing weir. The minimum width of the chamber/ channel shall be 0.6 M The water depth in channel shall be minimum 0.60 M The channel Chamber shall be designed to give detention time of 1 to 2 minutes to the designed flow rate .

An underflow baffle shall be constructed at the inlet of the chamber about 1.0M from the collection launder of aeration fountain. The velocity though opening below the baffle shall be less than 0.10 M/Sec The baffle shall be a part of turbulence dampening arrangement as the flow has to be passed over the measuring cum mixing weir.

The freeboard provided in the Stilling Chamber shall be minimum 0.30 M The channel shall be covered with pre cast slabs as an access to the

Contractor No of Corrections Executive Engineer

Page 241: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

aeration fountain A drain pipe of size 100 mm dia with sluice valve shall be provided to the channel/channel.

Measuring cum Mixing Weir

The outlet arrangement to the Stilling Chamber shall comprise of a rectangular sharp –crested weir .The clear width of weir shall be as specified in the obligatory data. The weir frame shall have height of minimum 500mm The frame of the weir shall consist of S.S318 grade steel of either flats or angles of minimum thickness 5 mm The weir plate shall consist of 50 mm x 30 mm brass plate which shall be chamfered to 2 mm thickness for the height of 25 mm The water shall be discharged over the chamfered edge of the weir plate The weir plate shall be fixed to the S.S. frame by means of anticorrosive nut-bolts or rivets. The frame shall be foxed to the bottom as well side concreted by means of suitable hold fast arrangement.

A graduated scale shall be fixed over the weir frame so as to measure the discharge. The graduations shall be at the interval of 10 mm. The tenderer shall provide a chart showing the raw water discharge in litters/hr. against every 10 mm rise of water over the lip of weir. This shall also be got confirmed by time v/s Volume method during commissioning of the plant. The scale shall be adequate to indicate water depth upto 25% overloading over the designed discharge of the plant.

Rapid Mix Arrangement

The above mentioned weir also shall act’s a hydraulic rapid (flash) mix device. The lip of the weir shall be minimum 500 mm above the invert of thee bottom slab of the channel. This is essential so as to have a minimum free fall of 400 mm on the downstream side of the weir. The free fall of 400 mm to 500 mm on the down stream side of the weir shall ensure velocity gradient of 800 to 1000 lit./sec. A mixing basin of 2 to 5 second detention time shall be provided on the downstream side of weir at the beginning of mixing channel. A baffle wall with 100 mm to 150 mm height shall be constructed at a distance of 0.75 M to 1.0 M from the mixing weir to give the desired detention time.

The turbulence generated due to free fall and confinement of the same in the mixing basin shall be prerequisite for proper and instantaneous mixing of alum solution with raw water.

The alum solution feeder pipe (coagulant diffuser) shall be located at a distance of 100 mm from the weir plate on the downstream side of the weir at an elevation 300 mm above the invert of the weir. It shall consist of 160 mm O.D. Rigid P.V.C. pipe fixed across the width of mixing channel. The pipe shall be provided with uniformly spaced holes of 4 mm dia at the bottom, through which the alum solution shall fall into the channel. Two slots of size 150 mm x 100 mm shall be cut a the top of the pipe to clean it periodically. The pipe shall be plugged at two coats ends and shall be

Contractor No of Corrections Executive Engineer

Page 242: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

242

supported over the wooden brackets. The brackets shall be fixed on the side walls of the channel. During commissioning it shall be ensured that the alum solution is fed to the raw water uniformly across the width of the channel.

Mixing Channel

The mixing channel shall be cantilevered to the wall of the plant. The channel shall extend upto the inlet of flocculation tank. It shall have minimum width as specified in the obligatory data and freeboard of 0.3 M. Nominal slope shall be provided to the channel towards the discharge side so that the water doesn’t remain stagnant over the channel bed.

The mixing proportion arrangement in channel shall comprise of 80/100 mm dia. AC pipe pieces embedded in the bottom slab of the channel in vertical position. The height of the-pipes shall be 200 mm above the invert of the bottom. The pipes shall be properly anchored in the bottom slab and then shall be filled with concrete slurry. The pipes shall be arranged in a staggered fashion along the length of the channel to achieve maximum mixing by sacrificing very small head.

If there is a necessary of lime addition or Pre chlorination, then the same shall be done in the stilling chamber. The feeder pipe with a diffuser head shall be located before the baffle wall at the inlet to the chamber.

The stilling chamber and the mixing channel shall be accessible from the other units of the plant and from the chemical house for the maintenance and observation purpose.

It is essential to note that the rapid dispersal or mix of alum solution shall take place in the mixing, basin, immediately on the down stream side of mixing weir. Mixing channel is essentially provided to ensure the completion the reaction. The mixing channel in itself is not a rapid mix device.

Inlet channel to Flocculator

The mixing channel shall discharge the coagulated water into the inlet channel of flocculation tanks. The inverts of he bottom slab of inlet channel shall be 0.3 M below that of mixing channel. This shall be achieved by providing a step at the end of the mixing channel. The inlet opening to the flocculation tank shall be designed as submerged ports. Adequate care shall be taken so that the FSL. of flocculation tank is not above the invert of the bottom slab of mixing channel to ensure that flooding of the channel does not occur.

Item No. 3 :- Mechanical Flocculation Tank

General Description

Contractor No of Corrections Executive Engineer

Page 243: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The size of this tank shall to be as per the design criteria mentioned in the obligatory data. The shape of the tank shall be square in the plan. It shall have one common wall with the tube settling tank and shall be of the same width. The depth of the water in tank shall be minimum 3.5 M with freeboard of 0.5 M. The bottom of the tank shall be at least 0.5 M below the top of the hopper of the tube settling tank. There shall be a drain channel at the center of the tank through which periodical draining of the sludge shall be possible. There shall be a minimum slope of 1:10 to the bottom slab from side walls towards the drain channel. The drain channel (pit) shall have minimum width and depth of 0.2 M. A 100 mm dia drain pipe with a cast iron sluice valve shall be provided to the drain channel.

Inlet Arrangement

The inlet to the flocculation tank shall comprise of a square of adequate size with limiting velocity of 0.3 M/sec. The opening shall be designed as submerged inlet. The location of the inlet to the tank shall be at the center. The inlet opening may be provided with a M.S. sluice gate if the inlet channel is designed as that part of flow bypass arrangement.

Outlet Arrangement

The outlet to the tank shall comprise of adequate size/Nos of openings for flocculated water distribution pipes extending into the tube settling tank. The design criteria shall be as per the obligatory data. The outlet opening shall be located diagonally opposite to the inlet of the tank. The invert of the outlet pipes shall be at the top of the hoppers of the tube settling tank. A RCC baffle wall shall be provided on the outlet side protecting the outlet openings to ensure that short-circuiting of the flow does not occur through the tank. The baffle wall shall be closed at the top with a sloping slab. The bottom of the wall shall be minimum 300 mm above the bottom of the tank. The wall shall be located 500 mm away from the outlet openings. The wall shall be designed in such a way that flocculated water enters from the bottom opening to enter into the outlet pipes. The velocity through this horizontal slit opening shall be less than 0.1 M/Sec. The flocculated water shall enter smoothly into the outlet pipes without transferring any eddies or circular motion of the water generated due to the mechanical agitator.

Drive mechanism and agitator

The drive mechanism for electrically driven agitator shall mounted on the RCC walkway provided at the top of the tank. The walkway shall have minimum width of 1.2 M and shall be provided with railings on both the sides. The electrical motor, gear box and pulleys assembly shall be mounted on a base frame of ISMC 100 channel sections. The base frame shall be anchored to the RCC walkway/platform property. The drive mechanism and motor shall be protected with a light weight, easily removable tin weather shed.

Contractor No of Corrections Executive Engineer

Page 244: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

244

The electrical motor shall be of minimum 1 KW rating. The flocculator shall be designed to impact velocity gradient of 30 to 60 per sec. It shall have flexibility of operating at least three different speeds by providing a tapered pulley or three different sets of pulleys with drive belts. The tangential velocity at the tip of the arm shall not be more than 0.6 M/sec. The speed of the agitator shall be between 4 to 6 RPM. The top of the blades of the agitator shall be 150 mm below the FSL. the height of the blades shall not extend more than 1.25 M from the bottom of the tank. Apart from these particular details, the design of the agitator shall be generally confirming to the guidelines of the CPHEEO Manual (Edition 1991).

The shaft of the agitator shall be of minimum dia 80 mm (M.S.) The blades shall be either MS flats or cut from the plate of minimum thickness 6 mm. All the MS parts shall be painted with two coats of red oxide and anticorrosive epoxy paint. The agitator preferably shall have four arms with two sets of shorter lengths (Swastika shaped in plan) for efficient slow mixing process. The shaft and blades assembly shall be preferably supported over a thrust bearing at the walkway level. The walkway/platform supporting the machinery shall be accessible from other units of the plant.

The design of the agitator and the outlet arrangement of the tank shall ensure that easily settable flow is formed in the tank and it is efficiently transferred to the tube settling tank without fragmentation or appreciable deposition in the flocculation tank.

The rung ladder or rungs shall be provided on the vertical wall of the tank for access upto the.

Item No. 4 :- Settling Tank

General DescriptionThe size of this tank/tanks shall be as per the design criteria

mentioned in the obligatory data. Normally the size of an individual hopper shall not exceed 3.75 M x 3.75 M as plan area at top. If the plan area requirement exceeds 14.0 Sqm then it shall be advisable to adopt a rectangular tank with two hoppers at the bottom. In some cases rectangular hoppers with maximum length to width ratio 1:33:1 could be adopted. It is essential to understand that while deciding the shape and size of the tank, the flocculation tank which has a common wall with settling tank shall be taken into consideration.

The side water depth (S.W.D.), above the hopper shall be minimum 3.0 M with 0.5 M as freeboard. The hopper or hoppers which shall be provided below the S.W.D, shall have minimum slop of 50 degrees to the horizontal. In case of rectangular hoppers no individual wall shall have slope less than 45 The hopper shall have a sludge pit at the bottom of size 0.3 M x 0.3 M x 0.2 M height.

Contractor No of Corrections Executive Engineer

Page 245: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Drainage arrangement

Each hopper shall be provided with a individual drain pipe and valve. The drain pipe shall be of 150 mm dia. Cast iron. The drain pipe from hopper shall be laid horizontally from the bottom of the hopper for gravity disposal of sludge. However it is essential to ensure that the natural drain with adequate depth is available near the site through which the further disposal of sludge is possible under gravity head.

Only in case where such gravity disposal arrangement is not feasible the hopper drain with hydrostatic head arrangement may be provided after getting approval of the Engineer-in-charge. The effective head for hopper drain shall not be less than 3.0 M in any case. The insert piece embedded in the concrete shall be necessarily of double flanged cast iron mild steel. The drain pipe shall be laid along the included surface of the hopper (need not be exactly parallel). It shall extend from hopper pit to the top of the hopper, where it shall be provided with a bend of suitable degree to lay through the vertical side wall in a horizontal position.

The pipe shall be provided with a cast iron sluice valve, outside the vertical wall of the tank. The valve shall be located at a distance minimum 300 mm from the vertical wall in a drain chamber. Valve keys with extended stems shall be provided for operating the valves from the ground level. Length of drain line shall be 100 M from last chamber.

Inlet arrangement

The inlet to the settling tank shall comprise of 200 mm OD Rigid PVC (4Kg/cm2) performed pipes. These pipes are provided to distribute the flocculated water uniformly below the tube zone. The pipes shall be laid along the length of the tank, from common wall with flocculator upto the other end of the tube settling tank.

The velocity of water in these floo distribution pipes shall not exceed 0.25 M/sec. for the designed flow rate. The minimum number of pipes shall be two and maximum upto four. The pipes shall be laid at a center (c/c) distance not exceeding 1.5 m and not less than 0.60 M. The inlet side of the pipe shall rest in the opening provided in the common wall with the flocculation tank. It shall be properly grouted in the vertical wall. The dead end of the pipe shall rest on a concrete corbel and shall be properly anchored to the same. The pipes shall be laid at the hopper top or at about 100 mm above the hopper.

For distribution of the water, perforations or holes of size 40 to 50 mm dia shall be drilled on the bottom half of the pipe. These holes shall be provided in the two rows, 120 degrees apart and shall be uniformly spaced. The velocity through an individual hole shall not exceeded 0.10 M/sec in any case. The spacing of holes in a single row not be less than 1500 mm c/c

Contractor No of Corrections Executive Engineer

Page 246: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

246

and shall not be more than 300 mm c/c. In additional to this, the drain holes of size 50 mm dia shall be provided to each pipe at the bottom, with c/c spacing as 300 mm. At the top of the pipe, air vents of size 6 mm shall be provided at the spacing of 300 to 500 mm c/c. It is essential that the pipe is properly fixed or anchored at the hopper top.

Support for modules

The beams or corbels supporting the tube modules shall be provided at least 1.5 M above top of the hopper. The modules are simply supported at the two ends over the corbels which shall the provided along the length of the wall. The corbels shall be 100 mm in width to provide sufficient bearing to the end of the modules. The top of the both the corbels shall be in one level and shall have a smooth finish. The corbels shall be designed for self load of modules and reasonable live load of the maintenance staff. (During erection and maintenance the people are required to stand on the modules)

Tube Modules

The tube modules shall be manufactured out of 50 + 2 mm x 50 + 2 mm (ID) square any other spaced tubes like circular, chevron, horizontal, etc. rigid PVC pipes/tubes having proven performance. The average wall thickness of the tubes shall not be less than 1.0 mm. The material for the tubes shall be virgin PVC granules. The pipe shall be carbon black in color to prevent the growth of algae. The material shall be as per the IS specifications.

This individual’s tube in a module shall have length of 600 mm. The tubes shall be cut in such a fashion that when pasted at a 60 degree inclination, the top and bottom surfaces of the modules shall present a smooth and uniform surface. The modules shall be manufactured by pasting the tubes to each other with a high grade cement solvent. One individual module may comprise of five or seven layers, alternate layers shall have tubes in opposite direction to achieve a good physical bond. In no case individual rube shall have inclination less than 60 + - 1 degrees to the horizontal. The horizontal. The ends of the modules shall be plugged with tube pieces to prevent short-circuiting of water. Any individual module shall strength to withstand the weight of 60 Kg (one person) at the mid span when the modules is supported at two ends over the depth axis. The maximum span of modules shall not be more than 3.50 M.

The modules shall be fabricated in the dry environment only. The modules shall be stored in a shed/go down having cement sheet roofing. The modules shall not be exposed to the extreme climatic conditions. The modules during transportation, storage and erection shall be handled on the depth axis only.

Contractor No of Corrections Executive Engineer

Page 247: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

During the installation of the modules in the tank, no trap no gap shall be left in between the modules. Any small gap between the modules may lead to potential short-circuiting of the flow. The two individual modules shall not be pasted to each other during installation. For access to the bottom of the tank (hoppers) two adjoining modules shall be provided with MS bar lifting hook/rings for easy lifting and removal of the same.

Settled Water Collection

The settled water collection arrangement shall comprise of uniformly spaced perforated pipes or MS reinforced FRP through. The collection pipes shall be of 200 mm OD Rigid pipes (6 Kg/sq/cm) The pipes shall always be provided along the length of short span of the walls. They shall be provided with collection orifices of 40 mm to 50 mm dia in two rows diametrically opposite to each other in a horizontal plane. The spacing of orifices shall not be less than 150 mm c/c and not more than 250 mm c/c in each row. In case FRP through, the section of the troughs shall not be less than 150 mm x 200 mm height.

One end of the pipe shall be plugged and fixed over a supporting corbel. The discharging end of the pipe shall be embedded in the vertical wall through the opening. The pipes or troughs shall not deflect + - 5 mm, at the mid span under the hydraulic loading. The inverts of collection orifices of the pipes shall be designed, fabricated and installed in such a way than any individual pipes collects settled uniformly along its length. The other criterion is all the pipes shall collect and discharge roughly equal amount of water.

For plant capacities from 0.50MLD to 1.25 MLD, the settled water may be discharged to the filter beds directly. However the collection pipes shall be extended over and upto the top of filter gutter.

For plant capacities including and above 1.50 MLD the settled water may be discharged into a RCC collection channel which shall be located outside the tank.

When the number of tube settling units are more than one, the collection channel shall be provided on the common wall of both units. There shall be a clear distance of 300 mm from top the modules to the soffit of the channel. The width of the channel shall not be less than 0.50 M.

The tube settling tank shall be provided accesses in the form of walkways from other units. The rung shall be provided in the tank for access to the modules and the bottom hoppers. The collections channel shall be covered with pre cast slabs with railings provided on both the sides.

Item No. 5 : Rapid Sand Filter Beds

General Description

Contractor No of Corrections Executive Engineer

Page 248: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

248

The size of filter bed/beds shall be as per design criteria mentioned in the obligatory data. The filter bed shall be designed and operated on the principle of “Constant Rate Filtration With Spilt Flow Weirs” and shall confirm to the guidelines as per the CPHEEO Manual (Edition 1991). The filter beds shall be ‘open to sky’. Only the portion of pipe gallery shall be covered with a roof slab.

The configuration of filter beds shall as per the plant capacity as specified in the obligatory data.

For plant capacities from 1.50 MLD upto 2.50 MLD, two independently working beds are essential. Each bed shall comprise of two sections separated by the central wash water disposal gutter.

For plant capacities including and above 3.00 MLD, two independently working beds are essential. Each bed shall comprise of two sections separated by the central wash water disposal gutter.

The width of side wash water disposal gutter shall be 0.6 M. The height shall extend from bottom slab of the filter up to 1.0 M above the level of weir edges of the cross troughs. In no case the gutter shall have an overheating above the filter media. For primary collection of wash water, cross troughs shall be employed. The cross troughs shall discharge the wash water to the side gutter from where it shall be connected to the drainage system.

The outlet chamber to the filter bed shall have a rectangular sharp crested weir of similar to that like mixing weir in the stilling chamber .The lip of the weir shall be 0.15M above the top of sand media The depth of water over sand media shall not be less than 2.30M The minimum free board shall be 0.50M.

Filter Inlet Arrangement

Where two or more beds are provided, split flow weirs shall be essential. The weir shall be housed in a RCC weir box at the inlet to the filter. The weir may be constructed in RCC and shall have a sharp edge. The weir shall discharge the water into outlet compartment of the box, from where it shall be introduced into filter bed by a vertical pipe of suitable size. The inlet pipe shall extend upto the top of side gutter. The location of weir box shall be directly above the disposal gutter. The lip RL of weir shall be 0.05M below the of filter bed.

Filter Operation and Control

At the start of the filtration cycle, the bed will operate at a low water level The outlet valve to the filter shall be completely open, hence there will be no control on the outlet side As the bed will get clogged, the head loss with start building up in terms of water head over the bed, As a result

Contractor No of Corrections Executive Engineer

Page 249: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

,the water level in the bed will start rising At the end of the filter run, the water level shall reasc the split flow weir and the filter will be due for cleaning /back washing .As the outlet weir of the bed is provided over the sand top , the accidental dewatering of bed is not possible and hence the filter shall never run dry.

This type of filter control is known as constant rate type filtration without any mechanical control de

Vices The split flow weirs are provided to distribute water equally if more than one bed is provided. The CPHEEO Manual, (Edition 1991) may be referred to for the additional details (Page No. 225, clause 7.6.8.1. (a)).

Filter Media

The depth of filter sand shall be 0.75M The effective size of sand (E.S.) shall be 0.55 mm to 0.60mm The uniformity coefficient of sand (U.C) shall be 1.5 to 1.7 The sand shall be free of fines, dust and foreign material. The filter sand shall be of quartzite variety and shall satisfy following conditions

a) Sand shall be hard and resistant quartz or quartzite.b) Ignition loss shall not extend 0.7% by weight.c) Soluble fraction in HCL (40%) shall not exceed by 50%

by weight.d) Specific gravity shall be 2.55 to 2.65 e) Wearing loss shall not exceed 3%.

Preferred sources of filter media : Godhra, Bhandara, Belgum.

The sand shall be supported by graded gravel. The gravel shall be as far as possible rounded Angular gravel or cut pieces shall be avoided.

The gravel size and grading shall be as follows:

Sr. No. Size (in mm) Depth (in mm)

1 2 to 6 100 – topmost layer

2 6 to 12 100

3 12 to 15 200

4 25 to 60 200 – bottom layer.

During commissioning of the filter bed, the fines from the sand shall be scrapped by giving successive backwashes to the media. A rough cast sand plaster shall be provided to the side walls of filter in contack with the media

Contractor No of Corrections Executive Engineer

Page 250: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

250

Filter under drain System

The filter under drain shall be of manifold-lateral type. The manifold pipe shall be of adequate size with 6 mm wall thickness. The manifold pipe shall be placed inside manifold pit of size 400 mm x 300 mm height The pipes shall be provided with two coats of red oxide paint and two coast of anticorrosive bitumastic paint before placing in into the pit. It shall be fixed in the position by grouting it with thin concrete slurry. The laterals shall be provided on both sides of manifold pipe. The laterals shall be of preferably 50mm/63mm O.D. Rigid PVC pipe (6kg/cm2).One end the lateral shall be plugged with a Rigid PVC end cap. The other end shall be connected to the rigid PVC threaded adapter. The threaded adapter in turn shall be fitted to the heavy duty G.I. below shall be welded at the top of the manifold pipe in alternate direction at the desired spacing on both sides. The size of the perforations for lateral shall be preferably 6 mm to 8 mm dia. The total area of he perforations shall be0.30% to 0.35% of the bed area. Apart from these details, the design shall generally confirm to the guidelines mentioned in the CPHEEO Manual (Edition 1991). The invert of the laterals shall be minimum 25 above the invert of the bottom slab of the filter bed.

An air vent pipe of 15 mm dia (G.I) shall be extended above the FSL of filter bed from the manifold pipe. Due care shall be taken regarding the line and level of laterals while fabricating, fixing and laying of manifold pipe. One no of overflow pipe sleeve with bend (200 mm dia) shall be provided at the FSL of the filter as per the design.

The filter under drain consisting of manifold and lateral shall be provided for each section of the bed separately.

Wash Water Collection and Disposal.

The filter backwash shall be sectional backwash only. Each section of the bed shall be back washed independently.

The filter shall be back washed with hard wash only. The wash water shall be collected by cross troughs and shall be disposed off to the side wash water disposal gutter. Normally, two Nos. of uniformly spaced cross through shall be sufficient for the small beds. The size of cross troughs shall preferably be 0.3 M x 0.35. height. The weirs of all cross through shall be perfectly in one level. The distance between the top of the sand upto weir of the cross through shall be about 0.6 M to 0.65 M. The bottom slab of the troughs shall not be provided any slope in the direction of discharge. The wash water shall be disposed off to the plant drainage system through a cast iron sluice valve The disposal valve shall be provided outside the filter bed in separate drain chamber.

The entire filtration system and backwash arrangement shall be designed and provided in such a efficient way that backwash water

Contractor No of Corrections Executive Engineer

Page 251: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

consumption (calculated over a period a period of twelve calendar months) shall not exceed 2 to 3% of treated raw water quantity.

Filter Parts, Piping and Pipe Gallery

Normally, the filter bed shall have one inlet filtered water outlet per section, one wash water inlet port per section and one wash water disposal port per bed. A drain of 100 mm dia. With a sluice valve shall be provided to drain the filter completely. The inlet to the filter shall be provided with a mild steel sluice gate. All other ports shall be provided with cast iron sluice valves.

The filter ports and isolating or controlling gates/valves shall be designed a per the velocity norms given in the obligatory data It shall be advisable to do the plinth filling and flooring of filter control room after laying and jointing of pipelines.

The filter control piping, located in the pipe gallery shall be of either cast iron or mild steel (8mm thick) double flanged piping. The mild steel piping shall be provided with two coats of red oxide and two coats of anti-corrosive epoxy paint The pipe gallery shall be provided with suitable drainage arrangement. The control valves shall be cast iron sluice valves only. The width of pipe gallery shall be minimum 2.5 M

The outlet chamber to filter shall be provided white glazed tiles in the second compartment only. The chamber shall be covered with removable glazed shutters fixed to either wooden or mild steel frame with or without hinges. As electric bulb of 60 Watts shall be provided in the second compartment of the chamber at suitable location.

For plant capacities from 0.50 MLD 2.50 MLD, the operation of the control valves shall be from ground floor of chemical house cum control room only. For this purpose, the pipe gallery shall be covered with M.S. grill shall be placed at the plinth level of the floor. The arrangement shall be provided to extend the spindles above the M.S. grill platform, from where the valves shall be operated with head stock. The pure water from outlet chamber shall be conveyed to the pure water sump by pipe.

For plant capacities including and above 3.0 MLD, the arrangement shall be made to operate the valves from the upper level walkway. For this purpose filter control piping and valves shall be housed in a separate structure. The filtered water shall be conveyed from outlet chambers to the pure water channel. The roof slab of filtered water channel shall act as all over level walkway and the minimum width shall be 1.0 M The total width of pipe gallery including the lower level walkway shall not be less than 3.5 M The filter control valves shall be operated from the upper level walkway by providing them with extended spindle and head stocks. The width of upper level walkway shall 2.25 M The pipe gallery including the lower level walkway shall be covered with the roof slab. The height of the roof slab above upper level walkway shall minimum 3.50 M Access shall be

Contractor No of Corrections Executive Engineer

Page 252: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

252

provided to the upper level walkway from the chemical house. A.M.S. ladder shall be provided from lower level walkway to the upper level walkway.

Access shall be provided from the upper level walkway to the filter beds. The width of walkway provided for the filter bed shall not be less than 1.0 M The pipe gallery shall be provided with windows and doors for adequate ventilation.

Head Loss Indicator

There shall not be any rate of flow indicator or loss of head manometer gauge as they are redundant in this type of filter. A simple water level indicator with float shall be provided to read the water depth in the filter bed, which will indicate the head loss in the bed. In addition to this a graduated scale of 2.5 M Length shall be fixed on the side wall of filter bed itself for indicating the heads loss The 2.5M mark on the scale shall correspond with the lip split flow weir with ‘Zero’ on the scale shall be chrome plated or of S.S. 318 grade steel The graduations shall be at the interval of 50 mm and shall be visible from the walkway level.

Item 6 : Chemical house Building

The chemical house shall be a multi-purpose structure, consisting of :

a) Ground Floor

Housing chemical store, chlorination arrangement, toilet block, wash water tank pumps.

b) First Floor

Housing chemical mixing and dosing tanks, laboratory and office space. The building shall be RCC framed structure with 0.23 M thick BB. Masonry side/partition wall. The clear height of the floors shall not be less than 3.5 M The plinth of ground floor shall be preferably 0.50 M above the ground.

The doors/window openings shall be about 20% of the floor area. The doors shall be of CCTW and windows shall be of mild steel section, fully glazed. The floor shall be of good guilty mosaic tiles. The building shall be provided with adequate architectural features to make the entire structure aesthetically pleasing, which include a porch and canopies over door and windows. Access to the first floor shall be in the form of a RCC staircase. Access to the wash water tank shall be M.S. Ladder.

Ground Floor

Contractor No of Corrections Executive Engineer

Page 253: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The ground floor shall have a carpet area as mentioned in the obligatory data. The minimum head room shall be 3.50 M It shall house chemical store chlorination arrangement, backwash water pumps.

Chlorination Arrangement

Two nos. of bleaching powder solution dosing tank of capacity mentioned in the obligatory data with rigid PVC piping and valves shall be provided near the filter outlet chamber for gravity dosing. The solution shall be added directly into the second compartment of the filter outlet chamber. The size of piping and valves shall be minimum 40 mm in diameter. A hand operated agitator shall be provided to stir the solution intermittently. The agitator blades and shaft shall be of SS 318 grade material. The tank shall be either RCC or BB masonry. The location of the tank shall be as near to the filter outlet chamber as possible The tank shall be provided with connections of P.W inlet outlet and drain. One Gravity feed chlorinator of required capacity shall be provided as per requirement. This is in addition to TCL solution tank The chlorinators shall be provided & fixed in separate chlorination room satisfying the relevant IS provisions .The offer of the contractor shall include cost of tested full chlorine cylinders – 2No. (minimum cylinders of 100 kg)to be installed before commissioning The license for obtaining and using chlorine gas shall be obtained by the contractor from the chief controller to explosives Mumbai. However necessary co-operation / document shall be provided by MJP. Chlorination should be as per relevant IS

A weighting balance scale–500 Kg. capacity – shall be provided in the store room for weighing alum and bleaching powder. A wash basin shall be provided on the ground floor along with service water connections.

The toilet block provided on the ground floor shall have one W.C. unit, one urinal and one washbasin with a mirror. A small septic tank of adequate size shall be provided for the toilet block.

b) First Floor

The carpet area of the chemical house cum laboratory shall be as per the obligatory data. The access to the treatment units shall be provided from the first floor in the form of walkway. The walkways interconnecting all the units all the units shall be arranged and provided so that the operator has access to all the units from the first floor. Wherever required, the channels shall be covered with pre cast slabs to use as walkways. All walkways shall be 1.0 M width and shall be provided with hand railing, consisting of two rows of G.I. pipes of 32 mm dia. The height of the vertical posts shall be 1.0 M. and shall be M.S. angle section 50 x 50 x 6 mm size. The railing and posts shall be duly painted with red oxide and enamel paint.

Alum Tanks

Contractor No of Corrections Executive Engineer

Page 254: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

254

Two nos. of alum tanks of effective capacity mentioned in the obligatory data shall be provided in the chemical house to feed the alum solution to raw water by gravity. The size of the tanks shall be square in plain. A dissolving tray compartment of size 0.3 M x 0.3 M shall be provided along number of perforations of 25 mm dia. in the bottom slab. The arrangement shall be done to spray the water along the length of the tray over the alum lumps by means of a performed pipe. The service water connection shall be given to this pipe, with 25 mm dia. G.M. valve. A suitable walkways / platform shall be provided on one slide of the tank for convenience of operation. The width of the walkway shall be 0.6 M. and shall be guarded with hand railing. A mild steel ladder shall be provided to approach the walkway from floor level.

An electricity operated mechanical store shall be provided to each tank to keep the solution of uniform strength. The electrical motor shall not be less than 0.5 KW rating. The drive mechanism shall be mounted on the ISMC 100 sections, which shall be supported in side walls of the tanks at the top.

The speed of the agitator shall be 100 to 150 RPM The shaft and blades of the agitator shall be of S.S. 304 grade material. The shaft to the agitator shall extend upto half of the height of the tank.

The outlet piping and drains shall be of rigid PVC pipes and shall be of 40 mm dia. Each tank shall be provided with one no. of 40 mm dia. Rigid PVC or Polypropylene ‘Y’ type valve or diaphragm type valve on the outlet side. Each tank shall be provided with an overflow and drain arrangement of 40 mm dia rigid PVC pipes.

Constant Head Dosing Tanks

A manually operated constant head dosing tank of 25-50 litters capacity shall be provided to feed the alum solution at uniform rate to the mixing channel. The tank shall be rectangular in shape. It shall be provided in BB masonry or shall be of anticorrosive material like PVC or FRP, A 15 ‘V’ notch cut into an acrylic/plastic sheet shall be provided as a partition wall for measurement of flow. The notch shall be calibrated for consumption of 1000 litters of solution in one shift of 8 hours. Maximum strength of solution shall be 5% The inlet to this constant dosing tank shall be the common outlet header pipe from alum tanks, from constant dosing tank, the solution shall be conveyed to the raw water in the mixing channel by a 40 mm dia. Rigid PCV pipe. This pipe shall introduce the alum solution into the alum feeder pipe decried earlier in the ‘Stilling Chamber’.

A platform of size 0.75 x 1.5 M in Kaddapa stone shall be provided in the chemical house for the laboratory instruments. A washbasin shall be provided with 15 mm dia. Service water connections, etc. Proper draining arrangement shall be provided for the waste water.

Contractor No of Corrections Executive Engineer

Page 255: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

An opening of size 0.8 x 0.8 M shall provided in the first floor slab to lift alum and bleaching powder sacks from the ground floor. A manually operated chain pulley of 500 kg. capacity shall be employed for the purpose.

List of laboratory Equipment’s

1. Turbidity Rod 1 No.

2. Photoelectric turbidity meter with Known-standard samples (Nephelometer-Systronics type)

1 No.

3. Jar Test Operations (Three jar) 1 No.

4. Residual chlorine comparator 1 No.

5. Compurgator for PF testing 1 No.

6. Glassware and chemicals 6 nos. of breakers of 500 ml chemical 6 nos. (Boroseal make)

1 Set

7. Glass test tubes – 12 NTS. 1 Set

8. Table of size 1.5 x 0.75 M 1 No

9. Chairs s type 4 Nos

10. Plastic buckets (10Lit cap) 3 Nos

11. Godrej type cupboard 1 No

The chemical house shall be provided with a service door on the side of mixing channel. The room shall be provided with proper ventilation arrangement. Railing shall be provided to safeguard the open terrace (if available on the first floor after construction of the chemical house)

Through the pre chlorination requirement vary from plant to plant and source to source, a tank of adequate capacity shall be provided on the first floor of chemical house to feed the bleaching powder solution by gravity to the stilling chamber. The inlet, outlet and drain arrangement shall be provided for the same, so that if the need arose, intermittent pre

Contractor No of Corrections Executive Engineer

Page 256: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

256

chlorination shall be possible. The tank shall be provided with a manually operated stirrer. The tank may be provided in B.B. masonry or R.C.C.

Item No. 7 :- Wash Water Tank and Pumps

A wash water tank of capacity mentioned in the obligatory data shall be provided above the plant (over first plant) of chemical house. Adequate free board shall be provided from the FSL upto the roof slab. The staging height of the tank shall be as per design criteria mentioned in the obligatory data.

The inlet, outlet and overflow shall be in C.I. or M.S. double flanged pipes only. The access to the tank shall be in the form of M.S. ladders or spiral staircase. If provided above the first floor, then the tank shall have walkways at least of two sides. A float operated water level indicator shall be provided for measurement of water level in the tank. M.S. ladders shall be provided for access from roof slab to the bottom of the tank. Two nos. of manholes with covers and adequate no. of ventilators shall be provided over the roof slab of the tank. The overflow from tank may be connected to the stilling chamber of the plant. The separate outlet shall be provided for other requirement.

One number of lightening arrester as per the relevant I.S. specification shall be provided to the wash water tank.

Wash Water Pump Sets

Two nos. of electrically driven mono block pump set (one working and one standby) with minimum 3.0 KW power rating of approved make, shall be provided to fill the water tank. The capacity of the pump shall be suitable to fill the wash tanks in two hours duration. The total head shall be 15 to 20 M. it shall include foot valves, suction piping, non-return valves, isolation valves and common delivery pipe of adequate size. A local panel board shall be provided with starters, etc. near the pump sets. As per standard practice of MJP The location of pump sets may be provided in the control room building on the ground floor. Approved make of MJP

Item No. 8 : By pass Arrangement

The following bypass arrangement shall be incorporated in the plant.

1. Raw water to filter beds, bypassing flocculator and tube settling tank.

2. Settled water to Pure Water Sump bypassing filter beds.

The bypass arrangement may be in the form of RCC channels with M.S. gates or in C.I./M.S. piping of adequate sizes.

The pure water pipe from the treatment plant upto the sump shall be cast iron only.

Contractor No of Corrections Executive Engineer

Page 257: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Item No. 9 : Sludge Drainage and Disposal

Sludge drain chambers of minimum size 1.0 M x 1.0 M and with the required depth shall be provided for all individual drain outlets from various units of the plant. The top of the drain chambers shall be at least 0.25 M above the G.L. The invert level of the chambers shall be at least 300 mm below the drain valves. Rungs shall be provided for access inside the chambers. The chambers shall be covered at the top with easily removable pre cast RCC slab. The BB masonry shall be 0.23 M thick the bottom slab of the chambers shall be of 0.15 M (M100 grade) concrete with a benching of M-150 grade. The inside surface of chambers shall be finished smooth with cement plaster in C.M. 1:3.

Interconnecting piping of 200 mm dia. NP2 class shall be provided upto the final drain chamber as per the design requirement. The pipes shall be jointed with cement mortar 1:2. The pipes below 200 mm dia. shall not be used in the system. The entire design and layout of the sludge and waste water shall be done in such a way so as to avoid back flooding of the chambers/pipe/ gallery. All units from the stilling chamber upto the pure water sump shall be provided with draining arrangement as described in the specifications.

The wash water from filter beds shall be disposed off to the common collection chambers by means of 400 mm dia. RCC NP2 pipe. Further disposal from this chamber shall also be of the same dia. Pipe. The drainage from other units like flocculator, tube settlers and pipe gallery shall be of 200 mm dia. RCC NP2 pipes.

Item No. 10 : Pure Water Sumpa) Design and construction

Capacity of sump shall be minimum 1 hour storage. The construction shall be in R.C.C. depth not less than 3.50 M

b) Allied Requirement

i) The water level indicators one no. mechanical and one no. of electric digital display shall be provided to each compartment. Mechanical and one No. electronic shall be fitted in wash water pump house and one No. of display in the office.

ii) Suitable decorative R.C.C. ventilators shall be provided.

Contractor No of Corrections Executive Engineer

Page 258: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

258

iii) Four No. 1.2 M x 0.9 M.C.I. heavy manhole frame and cover with suitable locking arrangement shall be provided and fixed.

iv) Sufficient No. of access ladders / steps shall be provided.

v) Overflow from pure water sump is necessary upto 15 M length from sump.

Item No. 11 : Pure Water Pump House

Pure water Pump house shall be accommodated by the side of sump and shall have adequate area to accommodate pumps. Height of pump house shall be 4.5 M. minimum Ventilation shall be minimum 20%. The construction should be in R.C.C. frame structure and brick panels of minimum thickness of 23 cm. Top slab thickness should be 12 cm. minimum. Doors shall be in CCTW and steel windows fully glazed shall be provided. Floor shall be provided of 50 mm thick shahabad stone with M-100 bedding. The arrangement of cable tray/trench, location of panel board, etc. shall be got approved from M.J.P. The pump house columns shall be designed with corbels for tones gantry.

Item No. 12 : Electrification

Illumination requirement

For internal illumination, one tube light (40W) and one ceiling fan shall be provided for 20 sqm of enclosed area of the structure. In the chemical house additional two plug pints shall be provided on the ground floor as well on the first floor.

For External illuminations, Six light points with encased HPSV lamp 150W (outdoor type) at four corners of the building one above entrance and it backside of the building at center shall be provided. Two additional tube lights shall be provided for illuminating the tube settling tanks when these are proposed as separate structures. It shall include supply and fixing and testing of approved quality of wire, switches, etc. complete. for area lighting minimum 8 Nos of 1x40 tube light street fixing with GI poles cable etc. will have to be provided.

A common control panel shall be provided for mechanical flocculator, alum tanks, agitators and wash water pump sets. The panel board shall be located at a suitable place on ground floor of chemical house considering of operational convenience. Panel board drawing be got approved from Executive Engineer (M) Four no. of exhaust fan One each for chlorine room, toilet, pump house, & chemical room.

The panel board shall consist of main switches of adequate capacity with HRC fuses, DOL Star Delta starters and single phase preventors. In addition to this, a voltmeter and ammeter shall be provided with phase

Contractor No of Corrections Executive Engineer

Page 259: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

indicator lights. The recommended makes for the materials and equipment’s including electrical motors, cables, etc. shall be as per the enclosed appendices.

The power shall be made available to the Contractor at the Control Room/ Chemical House Building. 2 flood lights 500 W each & 2 post top lanterns 125 W MV to be erected on building and at the gate.

Item No. 13 : Internal road

This shall include designing the works to an attractive layout, leveling of the work & construction of internal WBM road of 3m total width with side gutters. This access road of WBM standard starts from main road at entry to entry of aeration fountain, filter house, chemical house & pure water sump & pump house. The WBM road construction shall include leveling of ground with available excavated stuff, providing & laying 23 cm thick soling with 15 to 23 cm thick brokers stone over which sub grades of 20 cm thick over size metal of 60 mm thickness will be laid followed by 40 mm thick metal of 10 cm thickness. All the layers shall have sufficient thickness murum blindage, which shall be properly watered & compacted with power roller as directed. Total length of the road should be 200 M as per layout.

Item No. 14 : Trial Run

The trial run shall consist of a period of three months for water supply schemes. This shall preferably in the monsoon or when the raw water turbidity will be above the average. The contractor shall be provide a skilled plant operator / supervisor for this duration for satisfactory running of he plant. The Contractor’s staff train the operator/ staff nominated by the Engineer-in-charge during this period. The Contractor shall run the plant round the clock during this period and shall maintain a log book to ascertain the quality and quantity of treated water, consumption of power and chemicals. Any shortcomings in the quality of raw water shall be made good by undertaking appropriate corrective measures. The water, power, and chemicals shall be supplied by the M.J.P. during the period of trail ran.

Note :The drawing enclosed herewith shall be part of the Detailed Specifications and shall be for general guidance to the tender.

Detailed breakup of payment :b.1. For plant capacities up to and including

2.50 MLD, the ratio of civil cost to mechanical cost shall be 50:50 of the bided cost.

b.2. For plant capacities from 2.50 MLD up to and including 5.00 MLD the ration of civil cost to mechanical cost shall be 60:40 of the bided cost.

Contractor No of Corrections Executive Engineer

Page 260: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

260

Item No. Description Civil Cost Mechanical cost

Rs.-------- Rs.-----------1. Design approval 3% 2%2. Aeration fountain Stilling

Chamber & mixing channel 5% -3. Mechanical flocculation tank 13% 15%4. Tube settling tank 18% 20%5. Rapid sand filter beds 15% 20%6&7. Chemical house & wash

Water tank. 18% 15%8. Bypass arrangement - 5%9. Sludge / Wash water disposal

Arrangement 2% 10%10. Pure water sump & P.H. 12% -11. Electrification - 7%12. Hydraulic testing 10% -13. Trail run - 6%

---------- ----------100% 100%

Item wise payment schedule of un-conventional water treatment plant of capacity 2.25 MLD shall be submitted by the Contractor and get approved before starting of works.

Item No. 15 : Providing , supplying & installing Branded Computer system –01 No.

Intel core I-3 Precessar, 2 GB RAM, 500 GB HDD, DVD Writer, 23” LCD Touch Screen TFT monitor, Lan Wi-fi cordless, Key board & Mouse, Web-cam, in buit speaker with Window 7 O/S with Cmputer Table and chair.

Leser Printer Cannon / HP.

Sub Work No.8 - Pure Water Pumping Machinery

Designing ,Providing, erecting, testing, and commissioning of electrically driven Centrifugal Monoblock Pumping Machinery including all electrical and Mechanical Works For Pure Water Pumping

ITEM NO. 1 :- CENTRIFUGAL MONOBLOCK PUMP SETS.

Contractor No of Corrections Executive Engineer

Page 261: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Providing, erecting & testing of centrifugal Monoblock, Pumpset with accessories.

a) Specification for C. F. Monoblock Pump Set :

Supplying, erecting and giving test of Centrifugal Monoblock pumpset confirming to IS 9079 with C.I. impeller, priming funnel, cock, suitable flanges at suction and delivery sides with nuts and bolts. Pumpset shall have common shaft for pump and Motor. The pump should be capable to give discharge 31250 LPH against 11.00 meter head and also operate without over loading in range form 09.00 M to 12.00 M head & shutt off head shall be 14.00 M. The pumpset shall be of sturdy construction for unfavorable and not the ideal site condition as regards to storage, handling, running, maintainance and repairs of pump sets. It should be possible to repair the pumset in departmental / local work shop with easy and minimum cost. It should, there fore be fitted with replaceable wear parts, feature of easy rewind ability and of economy in repairs are of over riding consideration after meeting the basic hydraulic, electrical and mechanical performance.

The casing of pump should be of fine grained high tensile cast iron hydraulically balanced provided with suction and discharge nozzles. Impeller should be of C.I. accurately balanced and all water passage should be hand finished. The shaft should be of high tensile steel accurately grind. It should be liberally proportioned and will transmit maximum power required but the impeller without under stain and deflection. The pump shall be provided with antifriction heavy duty ball bearings with lubrication arrangement. A water deflector shall also be provided between motor and pump part to prevent ingress of water into bearings.

Motor :-

The Motor should be designed for 415 + / - 10% volts, 3 phase, 50 c/s with 0.9 power factor at full load A.C. supply and shall have a synchronous speed of around 29000 R.P.M. depending on motor rating corresponding to synchronous speed. It should be totally enclosed and fan cooled type horizontal solid shaft squirrel cage TEFC induction motor suitable to operate on 415 V, 3Ph, 50 c/s A. C. supply with ball or roller bearings with greasing arrangement, terminal box etc. It shall be a copper wound motor with “B” class insulation. The motor shall be suitable for D.O.L. starting. The Motor H. P. rating shall include 30% reserve H.P. over and above maximum power required at any of the point in the duty range. The motor shall not get over loaded in the range of pump head as specified above. All rotating parts of pump motor shall be dynamically balanced to ensure longer life of bearings and other components.

Priming Arrangement :

Contractor No of Corrections Executive Engineer

Page 262: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

262

The contractor shall have to provide a suitable bye pass arrangement for

priming of all pumps.

Guarantee :

The pump motor set and other equipment shall be guaranteed by contractor against any defect on material and workmanship under normal use and service, for a period of at least 12 months from the date of commissioning or 18 months from the date of supply at site. The tenderer must furnish following documents to enable the buyer to judge the performance of pump set.

1) Performance chart.2) Technical data chart.3) Guarantee card at the time of delivery.

Foundation and Istallation :

The pump is to be installed on sump. The necessary Base frame of channel 75x40x40mm. of required size and foundation bolt etc shall be provided by contractor with as per cost on Kg basis specified vide item no. 10 of this sub work. The pumpset shall be mounted on the base frame of milled steel with sufficiently reinforcement. The base frame shall be fixed in cement concrete foundation in 1:2:4 of minimum required size as per instructions of Engineer-in-charge. The base frame should be properly aligned. Material required for foundation such as foundation bolts, wash

Field Test & Test Certificate :

After installation, commissioning ,trial running and 30 days minimum operation or 200 Hrs running whichever is earlier the contractor shall arrange field test of the pumps. During field test only discharge will be measured by available means and accuracy at duty point. If in the field test , necessary corrections in installation or equipment is needed the same shall be done by the contractor to the satisfaction of Engg-in-charge with no extra cost. Manufacturer test certificate with test results shall be furnished along with supply of each pumpset.

ITEM NO. 2 – L.T. PANEL BOARD

The L.T. panel board should be enclosed in Godrej type cupboard of size as per table, switches & other electrical equipment shall be mounted on angle iron frame & will be fixed up in the cupboard. The cupboard should be made of 20 SWG M.S. sheet with locking arrangement, sufficient space with 10 mm thick plywood board for fixing MSEB power meter kitkat shall be inside the panel board it consist following equipment.

Contractor No of Corrections Executive Engineer

Page 263: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

I.C.T.P. and I.C.D.P. heavy duty switch fuse unit, inter lock type having capacity as mentioned in statement with rewireable fuses, dust and vermin proof, and of best quality.

L.T. panel board shall be provided with 1 No. voltmeter 0 to 500 volts range 100 mm dia flush type complete for measuring the voltage between phases and ammeter of required Amps. Range 100 mm dia flush type one for each motor. Both meters shall be of approved make and best quality only 3 Nos. of Bakelite lamps for indication of phases etc. complete, and extra 5 Amp plug & bulb holder with T switch shall be provided inside the panel board on T.W. board.

The single phasing preventer should have following functions i.e. protect the motor against I) Single phase / phase failure, ii) Reverse running (due to change of phase sequence), iii) Voltage fluctuations, iv) Over loading.

Capacitor bank of required capacity as per table and of approved make. The capacitor shall be confirming to IS : 2831 / 1964 with discharge unit and duly tested from M.S.E.B. authority.

Danger board in English and Marathi and earthing terminal provision shall be provided to the panel board as per IE rule. All components shall be properly earthed.

Motor starter shall be MK1 DOL type suitable for controlling Centrifugal motor at Item No. 1. The starter shall be with build in start and stop push buttons, with thermal bia – metallic over load relay. Under voltage relay, single phasing preventer relay with NO + NC contacts and enclosed in sheet metal box dust and vermin proof for giving protection as per IS 1247 suitable to operate on A.C. supply and duly connected in L.T. panel board circuit etc complete E.L.C.B. of required capacity 4 pole shall be provided.

Cement, Metal, Sand required for foundation block to install the panel should be supplied by contractor with no extra cost. The details of W.S.S. and pump set should be painted on panel board.

The components in the panel board are as follows –

Sr. No. Item Capacity Quantity

1. Incoming I.C.T.P.N. 16 Amp. 1 No.

2. Outgoing I.C.T.P. 16 Amp. 2 No.

3 Isolator for Capacitor I.C.T.P. 16 Amp. 1No.

4 ICDP switch for vaccum pump-

2No& for lighting -1No

16 Amp. 3No

Contractor No of Corrections Executive Engineer

Page 264: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

264

5. Volt meter (96 x 96 mm ) 0 To 500 V. 1 No.

6. Ammeter (96 x 96 mm ) 0 TO 15 A. 2 No.

7. Capacitor 2 KVAR 1 Bank

8. Single phasing preventor --- 2 No.

9. Starter MK1 DOL 2 No.

10. E.L.C.B. 4 Pole 16 Amp. 1 No.

11. Indicating Lamp --- 1 Set

12. Plug 5 Amp. 1 No.

13. Earthing Terminal --- 1 No.

14. Danger Board --- 1 No.

15. Locking Arrangement --- 1 No.

16. Panel (Size 66” x 36” x 18”) in 20

SWG

--- 5.4 Sq. Mtr.

17. Panel wiring --- 1 Job

18. Single phase Starter for Vaccum

pump.

Suitable for 1 HP 1 No.

ITEM NO. 3 : SLUICE VALVE (PN-1)

The sluice valve shall be C.I. double flanged water works quality having inside non rusting spindle and screw, with C.I. hand wheel for manual operation and confirming to IS 2906/14846 and having PN-1 rating. The valve shall be subjected to the close valve test at manufacturer’s work before dispatch. All jointing materials such as nuts, bolts 1/8 rubber packing white lead etc. are to be provided by the contractor. Necessary cement concrete supporting block in 1:2:4 mix for supporting these valves shall be provided as per direction of Engineer in charge. The valves shall have been painted with two coats of best quality paints after erection.

ITEM NO. 4 : REFLUX VALVE (PN-1) –

The reflux valve shall be C.I. double flanged water works quality and PN-1 rating the valve shall be confirming to IS 5312Part I (1984) and shall have ISI mark this shall be single door to be free acting giving rapid non close and low head losses characteristics when in open position. The valves shall be subjected to the seats test and body test etc.at manufacturer work for which test certificate are to be provided by the contractor. Necessary cement concrete supporting block in 1:2:4

Contractor No of Corrections Executive Engineer

Page 265: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

mix for supporting the reflux valve shall be provided The valves shall have been painted with two coats of best quality paints after erection.

ITEM NO. 5 :- C.I/MS. SPECIALS –

The items includes providing and fixing of required quantity of C.I.D.F. specials 100 mm dia i.e CIDF Bends,Tee, duckfoot bend, flanges, including rubber packing nut bolts, required for jointing of these C.I. specials. Duckfoot bend and delivery pipe should be fixed in decent manner. The scope of contract will be upto duckfoot bend in respect of this subwork.

The entire delivery & suction connections made by CIDF specials as above shall be tested hydraulically for complete water tightness.

MODE OF MEASUREMENT FOR PAYMENT iv) Payment will be made on the basis of actual weight of pipes and specials as

per ISI.v) Nut bolts will not be considered for weight calculation. vi) The payment for concrete block will be made as per actual quantity

executed as per rate given under ‘‘ Concrete Foundation in schedule ‘’B``

ITEM NO. 6 :- GI PIPE –

The vertical drop pipe should be 100 mm dia ‘B’ class heavy duty and erected in 3 mtr./ 1.0 m,/ 0.5 m,/ 0.25 mtr. In length as per requirement at site with heavy duty couplings / flanges. All vertical drop pipes with joints shall be hydrostatically tested to shut off head for leak proffness. All jointing materials such as rubber packing of 1/8 thickness nut bolts, washers, white lead and all sundry materials required for jointing to flanged pipe shall be provided by the contractor at his own cost.

If required suitable heavy duty flanged or threaded G.I. / M.S. enlarger shall be provided for suction & delivery outlets without any extra cost. Any length of G.I. pipe, that will remain spare after installation of pump the same shall be handed over to the department.

ITEM NO. 7 (a) :- SUBMERSIBLE WATERPROOF CABLE –

Providing, laying, jointing and testing of PVC water proof copper conductor, submersible cable of 1 x 3 x 2.5 Sq.mm size for connecting motor to starter. The job includs providing and jointing cable kits. The individual cable shall be laid in pump house as well as in ground in very decent and engineering manner. The cable with piping shall be laid in provided deep trenches in ground as directed.

Contractor No of Corrections Executive Engineer

Page 266: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

266

The cable length provided in tender is single length and tentative. However this shall be provided as per actual requirement on site which may be more or less than the estimated quantity. The payment will be made to the contractor for actual quantity of cable provided as per tendered rates subjected to other payment conditions.

ITEM NO. 7 (b) :- G.I. CABLE IN CASING PIPE –

Providing, laying, jointing of G.I. pipe ‘A’ grade 40 mm dia erected for enclosing the PVC flat flexible submersible copper cable in provided trench on flooring of sump with clamps and upper end enclosed with T.W. bush and sealed with compound as directed including the cost of all jointing material required for above pipe laying and jointing.

ITEM NO 8 :- FOOT VALVE.

Foot valve shall provided & fixed to the suction pipe connections of the pump sets. Foot valve shall have single flap gun metal seating with suitable leather flap. All required jointing materials & hardware shall be supplied for fixing of valve. Foot valves shall be of flange type & of 100mm dia .

ITEM NO 9 :- VACCUM PUMP.

This item includes designing, providing, erecting, commissioning and giving test and trial of “kirloskar” make vacuum pump 1 H.P. single phase monoblock KV-20 required for the pumps under above item No 1, and it shall be provided as under

The pumpset with base plate including C.C. foundation / cross channel / RSJ frame and foundation bolts, all piping works with required G.I. pipes, G.M.Sluice valve, G.I. Special, PVC submersible cable. are also incorporated under this item. The motor shall be TEFC squired cage motor, working on single phase, 50 c/s, 230 V AC supply. Required starters and switch gears for this vacuum pump are covered under control panel board . All piping work shall be so designed that, all centrifugal pump set installed in pump house including stand bye set shall facilitate priming by the vacuum pump .

ITEM NO 10:- IRON WORKS :- Iron works covers Fabrication of foundation frames for pumping machinery

installation as stated in the schedule ‘ B `. It shall be provided and erected at site as per instruction of Engineer in charge .. The RSJ /,channels etc. shall be of mild steel. The fabricated structures shall be grouted firmly in the concert block as instructed by the Engineer – in – charge . (Mech.)

This Job included cutting , drilling ,welding etc. and erection in position with necessary materials ,hardware`s etc. duly painted with one coat of red oxide and two coats of enameled paint to match associated equipment `s.

Contractor No of Corrections Executive Engineer

Page 267: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

MODE OF MEASUREMENT FOR PAYMENT

I) Payment will be made on Kg. basis .II) For calculating the weight for payment on rate per KG. basis , following

parameters will be applicable .III) Weight of fabricated item shall be based on finished / fabricated

components wastage will not be paid ..IV) Thickness shall be average thickness of basic components supplied will be

taken.V) Nut bolts and any sundry materials will not be considered for weight

calculation VI) Specific weight of M.S . is assumed as 7850 Kg./m3 VII) The payment for concrete block will be made as per actual quantity & as

per rate given in schedule ‘B`.

ITEM NO. 11 :- EARTHING –

Earthing in GI. strip of suitable size is to be provided to complete installation such as main panel, starters, motors etc, in very decent manner without making obstacle to the movement to operating staff & as per IE rules & confirming to IS 3043/1966 as below.

Providing Earthing from Galvanized cast iron earth plate of size 60x60x0.6 cm. buried in specially prepared earth pit 1.60 below ground level with 40 Kg. Charcoal and salt inalternate layers necessary length of double GI strip of suitable gauge bolted with lug to the plate and covered in 25 mm. diameter G.I. pipe 2.60 m. long complete connected to the switch gear with sealing of pipe end socket by bituminous compound as per direction and duly tested by earth tester and recording the results.

The job includes providing of 19mm dia GI pipe 1.5 Mtr long with funnel & mesh at top for watering and brick masonry chamber of clear inner side 25x25x25 cm having CI cover on top confirming to IS 3043

Name of Sub Work 9:– Providing, Lowering, Laying,

Contractor No of Corrections Executive Engineer

Page 268: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

268

Jointing and Testing of H.D.P.E. Pipes line for p / main.

Item No.1:- Providing H.D.P.E. Pipes.

This Indian Standard lays down requirements for high density polyethylene pipes from 16mm to 1000mm nominal diameter of pressure rating from 0.25 MPa to 1.6 MPa in material grades of PE63, PE 80, PE 1000, for use for buried water mains and services and for water supply above ground, both inside and outside buildings (as per IS 4984 / 1995 .

1.1 References.The Indian Standards listed below are necessary adjuncts to this standard.

IS No. Title.

2530 : 1963 Methods of test for polyethylene moulding materials and polyethylene compounds.

4905 : 1968 Methods for random sampling.

7328 : 1991 High density polyethylene materials for moulding and extrusion (First revision).

9845 : 1968 Method of analysis for the determination of constituents of plastics materials and articles intended to come into contact with foodstuffs (First revision)

10141 : 1982 Positive list of constituents of polyethylene in contact with foodstuffs, pharmaceuticals and drinking water.

10146 : 1982 Polyethylene for its safe use in contact with foodstuff, pharmaceuticals and drinking water.

1.2 Designation

1.2.1 Pipes shall be designated according to the grade of material (see 3.2 ) followed by pressure rating (see 3.3) and nominal diameter (see 3.4 ) for example, PE 63, PN 10, DN,200 indicates a pipe pertaining to material grade 63, pressure rating 1.0 MPs and outside nominal diameter 200mm. in blue color. These stripes shall be executed during pipe manufacturing and shall not be more than 0.2 mm in depth. The material of the strips shall be of the same type of resin, as used in the base compound for the pipe.

1.6 Material

Contractor No of Corrections Executive Engineer

Page 269: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1.6.1 General

The material used for the manufacture of pipes should not constitute toxic hazard, should not support microbial growth and should not give rise to unpleasant taste or odour, cloudiness or discoloration of water. Pipe manufacturers shall obtain a certificate to this effect from the manufacturers of raw material.

1.6.2High Density Polyethylene.

High density polyethylene (HDPE) used for the manufacture of pipes shall conform to designation PEEWA-45-T-006 of IS 7328: 1991. HDPE conforming to designation PEEWA-45-T-012 of IS 7328 m: 1992 may also be used with the exception that melt flow rating (MFR) shall not exceed 1.10 Kg / 10 minutes. In addition the material shall also conform 5.6.2 of IS 7328: 1992 (See A-1) 1.6.3 The specified base density shall be between 9405 Kg / m3 and 946.4 kg / m3 (both inclusive) when determined at 270 C according to procedure prescribed in Annex A of IS 7328 : 1992 . The value of the density shall also not differ from the nominal value by more than 3 Kg / m3 as per 5.2.1.1 of IS 7328 : 1992. 1.6.4 The MFr of the material shall be between 0.41 and 1.10 (both inclusive) when tested at 1900 with nominal load of 5 Kgf as determined by method prescribed in 7 of IS 2530: 1993. The MFR of the material shall also be within – 20 percent of the value declared by the manufacturer.1.6.5 The resin shall be compounded with carbon black. The carbon black content in the material shall be with in 2.5 = 0.5 % and the dispersion of carbon black shall be satisfactory when tested according to the procedure described in IS 2530:1963.

1.7 Anti-oxidant

The percentage of anti-oxidant used shall not be more than 0.3 percent by mass of finished resin. The anti-oxidant used shall be physiologically harmless and shall be selected from the list given in IS 10141: 1982.

1.8 Reworked Material

The addition of not more than 10 percent of the manufacturer’s own rework material resulting from the manufacture of pipes is permissible. No other reworked or recycled material shall be used.

1.9 Dimensions of pipes.

Contractor No of Corrections Executive Engineer

Page 270: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

270

1.9.1 Wall Thickness.The minimum and maximum wall thickness of pipes for the three grades of materials, namely, PE 63, PE 80, and PE 100 shall be as PW IS 4984 / 1995.

1.10 Method of Measurement.

1.10.1 The outside diameter of the pipe shall be taken as the average of two measurements taken at right angles for pipes up to 110 mm diameter. Alternatively and for high sizes, the diameter shall be measured preferably by using a flexible pit tape or micrometer, having an accuracy of not less than 0.1 mm. The wall thickness shall be measured by a dia. vernier or ball ended micrometer. The resulting dimension shall be expressed to the nearest 0.1 mm.

Notes :

1. The outside diameter shall be measured at a distance of at least 300 mm from the end of the pipe.

2. In the case of dispute, the dimension of pipes shall be increased after conditioning at room temperature for 4 hours.

1.11 Length of Straight Pipe.The length of straight pipe shall not be less than 6.0 m.

1.12 Coiling.

The pipes supplied in coils shall be coiled on drums of minimum diameter of 25 times the nominal diameter of the pipe ensuring that kinking of pipe is prevented.

1.13 Visual Appearance.

The internal and external surfaces of the pipes shall be smooth, clean and free from grooving and other longitudinal grooves or irregularities in the wall thickness shall be permissible provided that the wall thickness remains within he permissible limits.

1.14 Performance Requirements.

Contractor No of Corrections Executive Engineer

Page 271: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

1.14.1 Hydraulic Characteristics.

Then subjected to internal pressure creep rupture test in accordance with procedure given in Annexure of IS 4985 / 1995 the pipes under test shall show no signs of localized swelling, leakage or weeping, and shall not burst during the prescribed test duration. The temperatures, duration of test and induced stresses for the test shall conform to those specified in Table as below.

Sr.No. Test Test Temp 0 C

Test Duration (Minimum Holding Time)

Induced Stress, or in MPa for

PE 63 PE 80

PE 100

1 2 3 4 5 6 7

i) Type Test 80 165 3.5 4.6 5.5

ii) Acceptance test.

48 48 3.8 4.9 5.7

1.15 Reversion Test.

When tested according to the procedure given at Annex C, IS of 4985 / 1995 the value of the longitudinal reversion shall not be greater than 3 percent.

1.16 Overall Migration Test.

When tested from a composite sample of minimum 3 pipes as per IS 9845: 1986, the overall migration of constituents shall be within the limits stipulated in IS 10146: 1987.

1.17 Density.

When tested from a composite sample of minimum three pipes as per Annex A of IS 7328: 199, it shall meet the requirement as given in 5.2. 1 of IS 4985 / 1995.

1.18 Melt Flow Rate (MFR).

When tested from a composite sample of minimum three pipes as per IS 2530: 1963 at 1900 C with nominal load of 5 kg, MFR shall be

Contractor No of Corrections Executive Engineer

Page 272: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

272

between 0.4 to 1.1 kg / 10 minutes and also shall not differ by more than 30% of the MFR of the material used in manufacturing pipes.

1.19 Carbon Black Content and Dispersion.

When tested from a composite sample of minimum three pipes, in accordance with IS 2530:1963, the carbon black content shall be within 2.5 = 0.5 percent and the dispersion of carbon black shall be satisfactory.

1.20 Sampling, Frequency of tests and criteria for conformity.

1.20.1 Type Test.

The tests are intended to prove the suitability and performance of a new composition, a new technique or a new size of a pipe. Such tests, therefore, need be applied only when a change is made in polyer composition or method of manufacture, or when a new size of pipe is to be introduced. Even if no change is envisaged type test shall be done at least once in two years on each pressure rating and grade of pipe of the highest size manufactured during the period.

1.21 Acceptance Tests.

Acceptance tests are carried out on samples selected from a lot for the purpose of a acceptance of the lot.

1.22 Lot.All pipes of the same size, same pressure rating and same grade and also manufactured essentially under similar conditions of manufacture, shall constitute a lot. For ascertaining conformity of the lot to the requirements of this specification, samples shall selected in accordance with the provisions.

Item No. 2 Providing C.I. / H.D.P.E. Specials of all types.

The specials shall confirm to I. S. 5531 - 1969I.S. 1538 - 1986I.S. 4985 - 1988

This item included all types and class of C.I. specials / P.V.C. specials required for all types of pipe line works. The cost of the specials shall be inclusive of all taxes, transportation to site of work with necessary loading, unloading and stacking etc. complete.

Contractor No of Corrections Executive Engineer

Page 273: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

The Contractor should produce manufacturers test certificate as well as RITES / SGS / CEI test certificate for the material brought by him on site of work. The specials to be used shall be of approved make only.

6.1 Mode of payment for specials.

The payment for P.V.C. / H.D.P.E. specials on number basis.

Item No. 3 & 6 Providing, lowering, laying and fixing in position C.I. D./F Sluice Valve - - - -etc. complete.

Item shall be executed as per Item No. 10 of Sub Work No.1.

Mode of payment :

85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 4 Excavation for pipe trenches the classification for excavation met with shall be in one category only and is as under.

The item should be executed as per standard specification of item No. 3 of sub work No. 5.

Item No. 5 Lowering, Laying, Jointing H.D.P.E. Pipes.

HDPE pipes jointing shall be made by using hot plate machine on field with required temperature given as per relevant IS. The joint shall be hold together for a minimum time of 15 seconds to ensure that the pipe does not move a back out of the socket.

1. Flanged Jointing.

For jointing metal flanges and flanged fitting, the same shall be fitted by using soft rubber gasket to the full face of flange. Suitable nuts, bolts should be fitted to flanges for interconnections and shall be tightened diametrically apposite each other to avoid breaking of H.D.P.E. tail pieces and also flanges. For making flanged joints payment shall be done separately.

Contractor No of Corrections Executive Engineer

Page 274: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

274

All the exposed faces of pipes and fittings shall be covered with cloth or similar polythene wrapper.

2. Hydraulic Test.Standard specification No.Bd-V-2.6 Page No.544.

Suitable section as directed by the Engineer-in-charge shall be taken for such testing from time to time during progress of the work and satisfactory test given for that section. All testing apparatus, gauges, connections etc. and water required for testing shall be arranged by the contractor at his cost. The M.J.P. does not undertake any responsibility to supply water for testing which the contractor has to arrange from the municipality otherwise by paying the required charges directly. The M.J.P. shall have the right to recover such charges from his bills if complaints are received that contractor has not paid the charges thereof. If there is delay in testing, the contractor shall refill the trenches for the time being and reopen them at time of testing at his own cost , failure of which shall entitle the MJP to do the refilling and reopening of trenches at the risk and cost of the contractor. If the trenches are filled due to any reason whatsoever before testing, the contractor shall have to open them for testing at no extra cost.

After a convenient section of the pipe line is jointed, the same shall be tested for water tightness under the specified head. The length of section to be tested shall be not more than 300 meters at a time. All the joints at the time of testing shall be wiped dry with fine dust or powder of Brick to check each and every joint for leakage of water. The test pressure shall be normally 50% higher than the highest working pressure for that particular section.

The test pressure shall be maintained for minutes without working the test pump. There shall be absolutely no leakage thorough out the pipe length under test. If the pressure does not remain steady all the section and particularly the joints shall be inspected and repaired and section shall be tested hydraulically. The process shall be repeated till the specified pressure is maintained as per specifications. After completion of the test, pressure in the pipeline shall be retain to the working in the section and maintained there till refilling of the trenches is over.

The results shall be recorded n the register showing the section under test with changes, working pressure, test pressure recorded, date etc and signed by the contractor and representative of the department not below the rank of Sub Divisional Officer / S.D.E. , such results shall be recorded at site only and at the time as soon as test is conducted.

Contractor No of Corrections Executive Engineer

Page 275: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

If during the test, it is found that any portion of the joints or the pipes or specials have developed such defects which cannot be repaired, then those pipes, specials etc. shall be removed at contractor’s cost.

No extra payment shall be made to the contractor for relaying and jointing the pipe if the pipes are found damaged or burst during the hydraulic test 10% payment of respective sub work shall be with held till hydraulic test is given, which shall be released only on giving satisfactory test and certificate recorded in Measurement book by the Sub Divisional Officer.

3. Mode of Measurement.

Standard specification No.Bd-V-1.7 Page No.509.

No payment shall be made for Tyton joints, coupler joints (P.V.C.) and detachable joints. Making of lead joints and flanged joints will be paid for separately.

The risk of handling, loading, unloading and fixing the pipes, specials and valves etc. and their maintenance up to the completion of the Drilling and threading to the pipes if required.

DewateringAll lead and lifts.

Hydraulic Testing.

The cost of providing and fixing vertical pipe pieces as per requirement. The air valve shall be brought above G.L. by extending vertical pipe.

The item does not include the cost of chamber.

4. Mode of payment

85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 7 Refilling in pipe line trenches with compaction - - - - etc complete.

The item shall be executed as per standard specification No.Bd-A-10 Page No.262, for filling purpose, approved quality of excavated materials from foundation shall be used. Refilling shall be done in layers of 15 to 20 cm. Each

Contractor No of Corrections Executive Engineer

Page 276: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

276

layer should be watered and compacted properly. After hydraulic testing the trench shall be refilled in layers and should be rammed manually. The filling should be kept above the G.L. @ 8 Cm. / m. of the depth of trench for subsequent settlement. In case of trench in rock, cushioning of murum shall be provided on the top and the side of the pipe line. The item includes free lead of 50 Mtr. for actual operation. Though the contractor is required to do if any before the hydraulic testing to avoid traffic hurdle, no payment for refilling of the trenches of pipe shall be payable till satisfactory hydraulic testing is given. Re-excavation required if any during testing shall be done by the contractor at his own cost. The minimum cover on top of pipe shall be maintained 0.75 mtr.

Item No. 8 Providing constructing brick masonry chamber clear in side with B.B. masonry in C.M. 1:6 , 1:3:6 cement concrete - - - -etc. complete.

Item shall be executed as per standard specification of Item No. 8 of Sub Work No.5.

Contractor No of Corrections Executive Engineer

Page 277: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Sub Work 10:– Providing, Lowering, Laying, Jointing and Testing of H.D.P.E. Pipes line for Gravity Main.

Item No.1:- Providing H.D.P.E. Pipes.

Item shall be executed as per standard specification of Item No.1 of Sub Work No.9.

Item No. 2 & 8 Providing, lowering, laying and jointing RCC pipes . . . . . . etc complete.

The RCC pipes shall be of ISI standard & of NP-3 Class. The pipes shall be jointed with rubber rings joints.

Item No. 3 Providing C.I. / H.D.P.E. Specials of all types.

The specials shall confirm to I. S. 5531 - 1969I.S. 1538 - 1986I.S. 4985 - 1988

This item included all types and class of C.I. specials / P.V.C. specials required for all types of pipe line works. The cost of the specials shall be inclusive of all taxes, transportation to site of work with necessary loading, unloading and stacking etc. complete.

The Contractor should produce manufacturers test certificate as well as RITES / SGS / CEI test certificate for the material brought by him on site of work. The specials to be used shall be of approved make only.

Mode of payment for specials.

The payment for P.V.C. / H.D.P.E. specials on number basis.

Item No. 4 & 9 Providing, lowering, laying and fixing in position C.I. D/F Sluice valve-------- etc. complete.

Item should be executed as per the details specification of item No.10 of Sub work No.1.

Contractor No of Corrections Executive Engineer

Page 278: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

278

Item No. 5 Providing, lowering, laying and fixing in position double ball flange type air valve - - - - minimum working pressure 150m head of water.

Item shall be executed as per standard specification of Item No.2 of Sub Work No.5.

Item No. 6 Excavation for pipe trenches the classification for excavation met with shall be in one category only and is as under.

The item should be executed as per standard specification of item No. 3 of sub work No. 5

Item No. 7 Lowering, Laying, Jointing H.D.P.E. Pipes.

Item shall be executed as per standard specification of Item No.5 of Sub Work No.9.

Mode of payment

85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 10 Refilling in pipe line trenches with compaction - - - - etc complete.

Item shall be executed as per standard specification of Item No.7 of Sub Work No.9.Item No. 11 Air Valve Shaft. Providing and fixing in position air

valve shaft including providing and fixing GI medium class or 6 mm thick - - - - - - - -- etc complete.

Item shall be executed as per standard specification of Item No.9 of Sub Work No.5.

Mode of payment :85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given. Item No. 12 Providing and fixing in position M.S. Air valve

boxes. . . . . . . . . . . .etc complete.

Item shall be executed as per standard specification of Item No.10 of Sub Work No.5.

Contractor No of Corrections Executive Engineer

Page 279: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Name of Sub Work 11:– Providing, Lowering, Laying, Jointing and Testing of H.D.P.E. Pipes line for Gravity Main.

Item No.1:- Providing H.D.P.E. Pipes.

Item shall be executed as per standard specification of Item No.1 of Sub Work No.9.

Item No. 2 &8 Providing, lowering, laying and jointing RCC pipes . . . . . . etc complete.

Item shall be executed as per standard specification of Item No.2 & 8 of Sub Work No.10.

Item No. 3 Providing C.I. / H.D.P.E. Specials of all types.

Item shall be executed as per standard specification of Item No.3 of Sub Work No. 10.

Mode of payment for specials.

The payment for P.V.C. / H.D.P.E. specials on number basis.

Item No. 4 & 9 Providing, lowering, laying and fixing in position C.I. D/F Sluice valve-------- etc. complete.

Item should be executed as per the details specification of item No.10 of Sub work No.1

Item No. 5 Providing, lowering, laying and fixing in position double ball flange type air valve - - - - minimum working pressure 150m head of water. (IVI make only)

Item shall be executed as per the details specification Item No.5 of Sub Work No.10.

Contractor No of Corrections Executive Engineer

Page 280: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

280

Item No. 6 Excavation for pipe trenches the classification for excavation met with shall be in one category only and is as under.

The item should be executed as per standard specification of item No. 3 of sub work No. 5

Item No. 7 Lowering, Laying, Jointing H.D.P.E. Pipes.

Item shall be executed as per the details specification Item No.5 of Sub Work No.9.

Mode of payment85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 10 Refilling in pipe line trenches with compaction - - - - etc complete.

Item shall be executed as per the details specification Item No.7 of Sub Work No.9.

Item No. 11 Air Valve Shaft. Providing and fixing in position air valve shaft including providing and fixing GI medium class or 6 mm thick - - - - - - - -- etc complete.

Item shall be executed as per the details specification Item No.9 of Sub Work No.5.

Mode of payment :85% payment shall be payable after supply lowering, laying and jointing & remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

Item No. 12 Providing and fixing in position M.S. Air valve boxes. . . . . . . . . . . .etc complete.

Item shall be executed as per the details specification Item No.10 of Sub Work No.5.

Item No. 13 Providing and constructing brick masonry chamber clear in side with B.B. masonry in C.M. 1:6, 1:3:6 cement concrete ------- etc Complete.

Item shall be executed as per the details specification Item No.8 of Sub Work No.

Contractor No of Corrections Executive Engineer

Page 281: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

Sub Work No. 12 Designing & Constructing RCC ESR’s-2 No.

OBLIGATORY DATA OF ESR The following data is obligatory for the works of RCC ESR

Sr. No. Location

of ESR

Capacity

in Lakh

Lit

Stagi

ng

Heig

ht in

M

Avg GL in

M

LSL of

ESR

in M

FSL of

ESR in

M

Dia

of

Inlet

in M

Dia of

Outlet in

M

Dia of

Additional

Outlet

No.1 in

MM

Dia of

Overflow

in MM

Dia of

Washout

in MM

Bearing

capacity

of soil

@ 3 M

in depth

in

MT/Sqm

Free

Board in

M

1 2 3 4 5 6 7 8 9 10 12 13 14 15

1. At Yatra

maidan of

Gurukunj

Ashram.

0.50 12.0

0

329.62 341.62 344.62 100

mm

150 mm 100 mm 150 mm 100 mm 5.00

MT/sqm

tr

0.30 m

Page 282: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

2 At

Gurukunj

Ashram

Sansthan

2.50 12.0

0

323.40 335.40 338.40 100

mm

150 mm 100 mm 150 mm 100 mm 5.00

MT/sqm

tr

0.30 m

Page 283: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

283

OBLIGATORY CONDITIONS FOR R.C.C. E.S.R.The contractor will have to submit his tender on his own design. The basic requirements such as capacity, LSL and FSL are obligatory. It is further to point out that the water depth can not be changed. Conditions and the specifications of various items as detailed below will remain same for each reservoir i.e. for Gurukunj Ashram.

1.A) EXTENT OF CONTRACT.

The contract will include designing, providing and constructing R.C.C. E.S.R. 2.5 Lakhs liters capacity & 0.5 Lakhs liters capacity 2 Nos. with testing site condition and bearing capacity be studied and design of reservoir will be got approved by the competent authority before starting of work. Though the tender envisages construction of two ESR, the construction of individual ESR shall be taken up as directed by Engineer-in-charge.

1.B) CHANGES IN THE LOCATION OF SITE OF R.C.C. E.S.R..

It is likely that the site indicated for locating the R.C.C. E.S.R. may be changed for the reason whatsoever before execution of the work and accordingly the prescribed levels and the staging height and the bearing capacity may also be changed. But such a change shall not violate the contract. (In such a case the contractor shall be paid extra or less on the basis of MJP CSR 2010-2011 on which cost put to tender is based considering percentage above or below quoted by the contractor, while tendering. However nothing extra shall be paid for changes in design.)

2A) OBLIGATORY ITEMS UNDER CONTRACT APPLICABLE FOR EACH.

RESERVOIR

1. Storages Capacity :- The storage capacity is for single compartment with minimum free board of 0.30 meters. The free board will be measured from the F.S.L. to soffit of beam if any. In short, there should not be any projection of concrete within 0.30 meter from F.S.L.

Contractor No of Corrections Executive Engineer

Page 284: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

2842. R.C.C. Spiral Stair Case: - Providing and constructing R.C.C. spiral

staircase in M-250 mix. At site of work with consisting of central R.C.C. vertical column in M-250 of 400 mm dia from G.I. to top of roof with R.C.C. steps, tie members at brace levels, RCC parapet wall 80 cms. High including centering, shuttering compacting, curing, finishing, including exaction, leveling course etc complete as directed.

R.C.C. spiral staircase shall be of 1.10 m width clear from G. L. to roof slab level with necessary landing arrangement at suitable floor and roof slab level. The thickness or R.C.C. parapet wall should not be less than 80 mm. Separate gate of approved design with locking arrangement shall be provided for entrance into the staircase.

The gate and the staircase should be so designed that there should not be any other access to the staircase except through the gate.

3. R.C.C. Gallery : Providing and constructing 1.20 m wide R.C.C. gallery all around ESR at Floor level for protection to gallery at base and roof slab 25 mm dia (medium class) G. I. Pipe railing as horizontal in three rows have in well designed and decorative type vertical R.C.C. post of 1.00 m height. The R.C.C. post shall be provided at a distance of 1.50 M center to center with additional posts at every corner. The G.I. pipes and posts should be painted with three coat of approved colour and shade as directed by Engineer-in-charge.

4. Aluminum Ladder :- Providing and fixing of Aluminum ladder 2 Nos. of 0.50 m wide of required section and steps of double rows about 25 cm. c/c including all fixtures, cutting, pipes, reveting, anchoring and applying three coats of anticorrosive silver paint etc complete as directed by Engineer-in-charge in side the container.

5. Ventilation :- 2% of total surface of roofing shall be the ventilating area. Adequate ventilation arrangements with architectural view should be made and got approved from the Engineer-in-charge.Ventilating shaft for ESR of required Nos. in R.C.C. columns, R.C.C. Circular slabs or dome over pillars, with providing and fixing steel or wooden frame with G. I. Fly proof mesh of 26 gauge with applying three coats of oil paint to frame and cement paint to frame and cement paint to concrete structure etc complete.

Contractor No of Corrections Executive Engineer

Page 285: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

285

6. Internal Braces : Internal braces shall have to be provided as per I.S.

7. C.I. manhole frame and Cover :-

Providing and fixing tow nos. of C.I. manhole frame and cover of best quality having size 0.90 M x 0.60 M with locking arrangement weighing not less than 35 Kg. each in roof slab, including 2 coats of anticorrosive paint etc.

8. Water Level Indicator Assembly :-

Providing fixing in position water level indicator on column with M.S. Clamps and as per standard specifications including M.S. enameled guage plate 150 mm wide, 3mm thick, copper float, providing and fixing required accessories such as pointer, pulleys, nylon thread, with painting on gauge, figure of with appropriate size etc complete and as directed by Engineer-in-charge.

9. Lightening conductor :-

Providing and fixing in position lightening conductor as per standard specification and Indian Electricity Rules including copper rod of 20 mm dia upper terminal 1.5 m long with a knob at the end, with a conical spike at top with copper tape conductor, 20 mm x3 mm size copper earth plate 3mm thick and 0.81 sqm. In area with clamps at 1.00 m c/c including necessary excavation, laying and fixing the conductor including charcoal salt filling, refilling, water etc complete.

This shall be taken through G. I. Pipe of 40 mm dia. (medium class) by the side of column G. I. Pipe should be fixed with clamps. The length of G.I. pipe should not be less than 3.00 meter above the average ground level and above 0.5 m below G.L.. This arrangement is required for safety of lightening conductor, Aluminum tape of equivalent section should not be allowed. Lightening conductor shall be provided one number per 500 sqm of surface area.

Contractor No of Corrections Executive Engineer

Page 286: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

28610. B.B. Masonry Chambers :-

Providing and constructing six numbers of brick masonry chambers of suitable size with B.B. masonry in cm 1:6,1:3:6 cement concrete of 0.15 m thick in foundation, finishing etc complete, 13 mm thick cement plaster in cm 1:3 from inside and outside. Providing and fixing in position necessary numbers of M.S. steps and precast R.C.C. cover Depth. of chambers etc are as per actual layout of pipeline.

11. C.I.D.F. Pipe Assembly :-

Providing, fixing, erecting, jointing (for verticals assembly) C.I.D.F. piping assembly, sluice valves, C.I.D.F., specials, mechanical specials for inlet, outlet, washout, overflow and bye pass arrangement. Pig lead joints not allowed in piping work.

Duck foot bends ad per actual requirement for inlet, outlet, overflow and washout with providing and fixing the creep ling flanges with bell mouth for inlet pipe. The contract including cost of pipes and specials and valves required for vertical and horizontal piping assembly including all taxes (Central and Local), railway freight, insurance, loading, unloading stacking necessarily at site of work and also including cost of all jointing materials i.e. rubber packing, nuts and bolts all labours, scaffolding etc complete including hydraulic testing for all pipes, specials, valves etc. The limit for this item will be 5.00 m from outer face of exterior column of R.C.C. ESR. Only flanged specials to be provided.

The contract also includes providing, lowering, laying and jointing of sluice vales, C.I.D.F. pipes specials. The required material for this job will be brought by the contractor. The C.I.D.F. pipes, specials and valves shall be got approved / inspected through QS&S / SGS / IRS. All charges of inspection shall be borne by the contractor. C.I.D.F. Sluice valves should have I.S.I. mark with non rusting stainless steel spindle etc (50 to 300 mm confirming to I.S. 780 and size 350 to 1200 mm confirming to IS 2906) C.I.D.F. Sluice valves should be MJP approved make only. Duck foot bends shall rest on R.C.C. columns casted from foundation.

Contractor No of Corrections Executive Engineer

Page 287: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

287

12. Painting :-

a) Three coats of water proof cement paint of syntax mat manufacture and approved colour scheme by the MJP shade to projected beams, Pattas of bottom and top gallery / slab and white shade to the container columns. Braces and other exposed faces etc of R.C.C. E.S.R. should be provided including scaffolding from G.L. to top of roof in necessary and preparing the surface etc complete as directed Engineer-in-charge.

b) Providing and applying special epoxy paint of standard approved make in tow coats to the inside surface of the container and roof / floor slab / dome, free board including necessary scaffolding etc complete as directed.

13. The face of water container ESR (both inner and outer) shall be finished smooth. All inner faces of container shall be plastered with 20 mm thick with water proof compound in C.M.1:2 mix. and outer face of container of ESR shall be plastered with 12 mm thick in C.M.1:3 mix. including scaffolding and curing etc complete as directed.

14. Painting the letter as directed in “Devangari” such as the location, capacity and other details on the container with oil paint of approved colour and shade as given below. These letters should be of size 0.60 x 0.45 m of approved colour dark blue shade including cost of all required materials for painting and preparing the surface to receive paint including scaffolding if necessary etc complete as directed.

Contractor No of Corrections Executive Engineer

Page 288: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

288

3A). SITE OF RESERVOIR

i] The contractor’s offer shall be based on the bearing capacity ad shown in obligator y data at 3.00 m depth below G.I. The contractor should however ascertain the bearing capacity of the foundation himself before submitting the tender.

ii] Depth of excavation fo foundation below shall be 3.00 meters. If foundation level is more thant 3.00 mtrs, then the extra quantity of steel and concrete only will be paid at prevailing CSR without considering the percentage above / below of the tender over the C.S.R.

3B] METAL, SAND :-

i] The metal required for construction should be black basalt only and only from approved and tested quarry including loading, unloading, stacking etc complete as directed.

ii] Sand required for construction should be brought from Wardha river only Sand from any other source will not be allowed to be used in the work.

4A] EXCAVATION :-

Excavation for foundation in earth, soil of all types, sand, gravel, soft murum, hard murum, with boulders, soft rock, hard rock with blasting and chiseling etc complete. The excavation shall be done as per standard specifications No Bd-A1,A2A3,A4,A5 and A6 page No. 271-272 of 1965 or as per latest edition of the Standard specifications.The excavation shall be done to the required depth and section. Extra excavation done for whatever reasons shall not be paid for under any circumstances. The excavated material shall not be placed nearer than 5.0 meter, from edges of excavated tenches.Necessary shoring and strutting of sufficient strength should be provided to sides of excavation to prevent caving in. The bottom of excavation shall be leveled both longitudinally and transversely or stepped.

Contractor No of Corrections Executive Engineer

Page 289: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

289Removing the excavated materials of all categories including loading, conveying, unloading, spreading or stacking including all leads and lifts etc complete. Surplus excavated materials is the property of MJP and therefore contractor is not empowered to sell this excavated material to any other agency.

Dewatering the excavated trenches and pools of water in construction area by using pumps and other devices, including disposing of the water to a safe distance as directed.

5A) CONSTRUCTION :-

The construction shall be carried out as peri] Current I.S.S.ii] Standard specification 1978 Edition Govt. of Maharastra Publication.

6A] DESIGN.

The contractor shall have to submit his own design with plan and sections.

Reinforcement design should be based considering use of Fe-415 (Tor steel Grade I).

The name of the designer of designing firms has to be informed to the department and it is obligatory for the designer to inspect the work at foundation level and also at the ring beam level and to record his observation in the work order book. Visit charges of designer shall be borned by contractor.

i] Design Reference :

I.S. 456-2000 (Steel) shall be of Grade-II) and I.S. 875-1964 (Latest Edition)

ii] I.S. 3370-1987, Part-I and II, and Part-III and IV and I.S. 1893-1975.

iii] Reynolds’s hand book (Latest Edition and other relevant I.S. Books latest Edition)

Contractor No of Corrections Executive Engineer

Page 290: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

290The design submitted by the contractor should be elaborate. The empirical formula must be supported by reference to standard test book with part No. etc. While submitting the R.C.C. design of the E.S.R., contractor should submit the design of centering which will be checked and got approved form the competent authority. Contractor shall have to submit an estimate of quantities giving quantity of each item on the basis of which tender is based. After acceptance of tender detailed design will have to be got approved from the competent authority without which work will not be allowed to start. Any changes suggested by Department, are to be carried out by the contractor without claiming any extra cost. After final approval of design, the contractor shall have to submit six copies of detailed design calculations and drawings for reference of the Department. Irrespective of the fact that the design is approved by department the responsibility regarding stability and soundness of the structure lies with the contractor. The execution time limit includes the period of approval of the design. The contractor has to submit the design within 15 days from the date of issue of work order.The designs shall be with due consideration of seismic force as per revised I.S.S. for Amravati Zone. The R.C.C. structure should be designed minimum for seismic Zone III that is obligatory. In addition to above, the contractor will have to submit the design based on following conditions which are obligatory. No deviation in these conditions will be considered.

i] Shaft design will not be accepted.

ii] Age factor should not be considered in the design of column or any other part of the structure.

iii] Wind load 150 kg/M2 be considered in internal columns, braces also in addition to external one.

Contractor No of Corrections Executive Engineer

Page 291: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

291iv] Full wind pressure on structure without any reduction for design of columns braces shall be considered.

v] L.S.L. and F.S.L. both are obligatory.

va] If floor dome is provided, the minimum clear distance between inner face of the flooring and the outlet pipe should be 0.5 meter.

vb] Thickness of bottom slab of floor dome shall not be less than 20 cms and thickness of roof slab /dome shall not be less than 15 cms. The wall thickness of container shall not be less than 20 cms.

vc] the outlet in the container shall have flanged and bell shaped, should be covered with M.S. mesh of approved size. This is safety requirement.vi] Effective capacity of the container should be that above the lip of outlet bell mouth. However, the container will have to be designed taking into consideration that, water level may reach upto free board level. This is a obligatory condition. No deviation will be accepted.

vii] First brace should be minimum 3.5 m above G.L.

viii] Ring beam be checked for non cracking for non cracking considering only the rectangular cross section of the beam.

ix] The area of reinforcement required in beam section should be provided only in the rectangular cross section of the beam.

x] The shear reinforcement for a member as adequately designed from the face of support.

xi] In the tank full condition considering full free board and with wind or seismic whichever is maximum. The compressive stresses in columns should not exceed the permissible stresses when working out.

Contractor No of Corrections Executive Engineer

Page 292: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

292xii] Minimum dia of main reinforcement in beam must be 12 mm and in vertical wall, slab it must be 10 mm only.

xiii] The tank design shall be based considering full water depth including free board.

xiv] Column design must be as for short column.

xv] Cross section area of the column shall be worked out considering permissible stresses for mix M-200 but actually columns should be casted in M-250 mix.

For circular columns it is obligatory to provide helical reinforcement without considering increase in strength of columns to tie up the longitudinal bars, it’s pitch should not exceed the following.

A] At Junction :-

Upto 75 cm from center on both sides of Junction ---------------------------- Pitch--------7.5cm.

B] In middle portion of column --------------- Pitch-------15 cm. Similarly all foundation should be cast in M-250. But designed taking into consideration the stresses for M-200 mix. These are obligatory conditions, No rebate of any sort will be considered for any deviations from these conditions.

xvi] Vertical wall of container shall not rest as cantilever projection from supporting tower to create cantilever moments in the member.

7. HYDRAULIC TESTING.

Contractor No of Corrections Executive Engineer

Page 293: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

293The entire structure of reservoir should be watertight. The E.S.R. should be filled up with water upto it’s F.S.L. This test shall be considered as water test and accepted if the structure appears bone dry from outside and filling with water upto full supply level and the drop in water level shall be not more than 40 mm in 7 days. (i.e. the drop in water level should not be more than 6mm in 48 hours) The contractor at his owns cost should arrange water. No sweating, dampness etc should appear on any of the exterior faces of the reservoir.

8. CONTRACTOR’S RESPONSIBILITY ;-

Complete responsibility right from foundation till the hydraulic testing, shall be of the contractor. The department will not be responsible for approval of design, the quality of materials supplied by the Department or for the bearing capacity of the foundation etc. if there is any failure of the reservoir for any reasons what-so-ever, it will be the responsibility of the contractor and rectifications will have to be done by the contractor at his own cost. In case of failure to carry out the rectification work which may include construction of altogether a new reservoir the same will be carried out by the department at contractor’s cost. The cost will be recovered from any other dues from the work that are being carried out by the contractor any where in “Maharashtra Jeevan Pradhikaran “ and also through the revenue authorities.

9. CENTERING WORK ;-

Before starting the work of ESR, the contractor should submit design of centering and it’s detailed drawings for approval by MJP. The set of drawings shall be kept at site. This conditions shall be applicable for the ESR with contractor’s own design.

DETAILED SPECIFICATION FOR R.C.C. WORKS PLAIN AND REINFORCED CEMENT CONCRETE.

Contractor No of Corrections Executive Engineer

Page 294: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

294a] R.C.C. Works.

i) R.C.C. work in contact with water and for all water retaining structures. (M-300).As per I.S.S.3370 part- I and II with RCC 1:1:2 with 12 mm to 20 mm size metal. The water face side of the structure shall be finished with 20 mm thick cement plaster in C.M.1:2 mix with water proofing compound.

b] Mass Concrete work :

i) For concrete below load bearing member below plinth, for mat or leveling concrete C.C.M-150 and 20 mm gauge metal.

c] R.C.C. Roof Slab :

Inner faces of the roof slab / dome etc shall be plastered with approved quality of water proofing compound. The following specification in respect of RCC and PCC shall be made applicable.

i] Materials .

a] Cement :

Contractor shall procure cement of 43 grade only of Ultratech Manikgadh only.

b] Sand :

This will consist of clean, hard, strong, uncoated and well graded particles. The source of sand will be approved by Executive Engineer and in no case clay silt admixtures will exceed 3% by weight or volume. It shall be washed and screened, to remove excess admixtures and coarse and fine particles found in excess. Screening and washing shall be done to sand to confirm specification. All sand shall pass through a screen with 3/16” mesh and shall confirmed to relevant I.S. Code.

c] Coarse Aggregate.

Contractor No of Corrections Executive Engineer

Page 295: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

295All aggregates shall confirm to either I.S. 383-1963, I.S. 515-1969 and should be as specified in I.S. 456-1978 clause 4.2 gauge of metal to be used shall be decided according to the type of work by the Engineer in charge. The metal of approved qualities to be brought from quarry approved by Executive Engineer.

d) Storage of Materials.

Sand and coarse aggregates shall be properly and separately stored at site on hard ground so as to keep them safe from admixtures of foreign materials such as clay, grass etc. it shall be as per I.S. 456-1978 Clause-4.7.

e) Form Work

Steel or plywood centering only shall be used for formwork. This work shall be provided as per I.S. 456-1978 clause. 10.8 form work. The item is covered in the rate either for plain or R.C.C. item. For bottom slab, ring, beam etc P.V.C. or plastic paper should be provided over the centering to make the same water tight.

f] Separators :

From bottom covers of beam, slabs etc separators of precast cement motor blocks of suitable size will be used and tied to the reinforcement by wires. Between layers pr reinforcement separators consisting of pipe of M.S. bars of suitable diameters shall be used. In each case, required cover to the bars will be ensured beyond doubt as per I.S 456-1964 Clause 25.4 and is 3370-1965 part-II Clause-7.2.

g] Water :

The water used shall be as per I.S. 456-1978 clause 4.3 approved measures for water will be provided by the contractor. The amount of water to be used will be decided by the workability and strength consideration which will be assured by the contractor.

h] Concrete Mixing.

The concrete shall be only machine mixed as per stranded practice.

i) Placing :

Contractor No of Corrections Executive Engineer

Page 296: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

296The forms will be just moistened before placing concrete. The concrete shall be placed in position within 20 minutes after adding water to the concrete. It shall be slowly deposited in it’s place in uniform layers. It should generally comply with I.S. 456-1978 Clause 12.2.

j) Tamping :

While concrete is being placed in position, it shall vigorously roded and tamped by bars of appropriate size and other means to ensure dense and complete filling of the forms all round and in between the reinforcement. The efficiency of tamping and consolidation will be judged by complete absence of air pocket and honey combing after removal form and any deficiency in this respect will affected in pulling down and redoing of the affected work at the cost of contractor. For work of any magnitude or importance, mechanical vibratos of both immersion and surface type will be used as a rule and no work without vibrators will be permitted. When concrete is so vibrated, the water cement ratio will be least practicable.

k) Curing :

All R.C.C. Work will be watered and kept constantly wet for at least 20 days after casting by means of wet gunny bags. This operation shall start immediately after initial set of concrete. Electrical or Diesel pump set should be installed for proper curing.

i) Removal of Forms :

Removal of forms will be generally as below subject to the prior approval of Engineer-in-charge in writing.

a] Columns 24 to 48 hrs, as may be directed by the Engineer-in-charge.

b] Side of beam 3 days.

c] Vertical wall 6 days.

d) Bottom of slab 21 days.

e) Bottom of beam upto 5 m span.

21 days.

Contractor No of Corrections Executive Engineer

Page 297: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

297f) Bottom of

beam above 5 m span.

21 days.

a) Inspection :

The work at each stage of operation i.e. completion of form work, completion of assembly and placing reinforcement, concreting, removal of forms must be get inspected by the Engineer in charge or Sub Divisional Officer in-charge of the work who will record necessary certificate to the effect in the work order book. The concreting of RCC, from start to finish will be done in the presence of Engineer in charge or his authorized representative.

n) Finish :

All RCC work will be finished as provided in the item concerned. Surface not in contact with form work and not subjected to any further finish will be finished smooth by a float to present a uniform appearance. Surface to receive plaster or rendering will immediately on removal of forms be roughened by extensive hacking by a pointed temping tool. In all cases where it is required to match with rest of the structure and present harmonious appearance to be decided by Engineer in charge. Such finishing will stand included in the rate of contracts buy will not be measured.

o) Testing :

a) Cubes :

The procedure of taking cubes shall be as per relevant IS / Red book and shall be scrupulously followed.

b) Testing of materials :

The contractor shall test the materials required for R.C.C. work from Government Engineering College at his own cost and submit the results to the department for according necessary approval for the same.

c) The minimum strength of 15x15cm concrete cube shall be as under.

7 Days 28 Days 3 month

Contractor No of Corrections Executive Engineer

Page 298: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

298M-100 70 Kg/Cm2 100 Kg/Cm2 110 Kg/Cm2

M-150 100 Kg/Cm2 150 Kg/Cm2 165 Kg/Cm2

M-200 135 Kg/Cm2 200 Kg/Cm2 220 Kg/Cm2

M-250 168 Kg/Cm2 250 Kg/Cm2 280 Kg/Cm2

2. M. S. Reinforcement :

All reinforcement shall be accurately placed in position with spacing and cover as given on drawing and tied with binding wires of 1.65 mm diameter, spacing of bars shall be maintained by means of stays, blocks, ties, spacers or other approved supports at sufficiently close intervals, so that bars will not sag between supports nor displaced during vibrating or compacting concrete or by any other operation. Binding wire shall be provided for and used at contractor’s cost. Full details of Nos. sizes, lengths, weights, laps, chairs, spacing of the bars placed in position in different parts of the work shall be recorded, certified and signed by the Engineer show all reinforcement has been placed. Correctly as per the sanction drawing or as ordered by Engineer in writing before placing concrete.

The item includes cleaning, cutting, bending and binding with binding wire and placing reinforcement in position and maintaining it clear and in position till the concrete is laid.

3. Cleaning of site :

After completion of the work, the site shall be cleaned in all respect as directed by Engineer-in-charge.

4. Availability of Water ;

Contractor No of Corrections Executive Engineer

Page 299: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

299Contractor has to make his own arrangement for water required for construction purposes. If drinking water supply is available nearby, the department help to get the water supply connection shall be extended. The contractor has to pay necessary charges of meter and water as per prevailing rule. However, this is not obligatory on the part of the department to make the water available for construction and testing.

5. Availability of Power :

The contractor shall have to make his own arrangement for getting power supply form M.S.E.D.C.L.. for construction purpose.

6. Carting of material to site.

The materials issued to contractor as per Schedule-“A” will have to be carted upto the site of works. No extra payment is payable at any time, once the contract is awarded.

SPECIFICATIONS AND DESIGN CRITERIA FOR R.C.C. E.S.R., CONTRACTOR'S OWN DESIGN

Item No. 1 : Design, Providing and Constructing RCC ESRs

1. General Note :

Contractor No of Corrections Executive Engineer

Page 300: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3001.1 The Contractor shall quote his offer in Schedule 'B' for the complete work

of constructing RCC ESR to be carried out as per his own design based on given data i.e. he shall tender the offer in Schedule 'B' for construction of elevated tank of required capacity including fixing pipes, specials, valves and providing and fixing, lightening conductor, C.I. manhole frame and cover, water level indicator ventilator, etc. complete with his own design and drawings. The design shall be got checked from the institutes like Engineering College. Remarks shall be complied and scrutiny charges shall be borne by the Contractor.

1.2 The contractor shall submit the name, qualifications and experience of Design Engineer who has prepared detailed RCC calculations or who will prepare design and drawings on acceptance of the tender. The authorised representative of the designer will have to inspect and certify the works at foundation level and every beam level.

1.3 The design Engineer has to prepare and submit a note on design methodology and construction and drawings in two copies through the contractor.

Contractor No of Corrections Executive Engineer

Page 301: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

301The note should indicate general description, and salient features of the design covering the following points :

1. Capacity

2. Shape and type

3. Staging height of tank indicating various levels

4. Safe bearing capacity assumed in the design or safe bearing capacity of strata based on actual investigation report of laboratory and type of foundation provided with proper justification.

5. Maximum and minimum subsoil water level.

6. Site plan showing location water level.

7. Line diagram showing dimensional and sectional elevation with important levels.

8. Design parameters proposed to be adopted for detailed design.

1.4 This note on design will be subjected to thorough check by the Engineer-in-charge of the owner and the tender will be accepted and work order issued by the competent authority only after verification that the design to be offered will fulfill the requirements of the design as per tender specifications.

1.5 After acceptance of tender, the contractor will have to submit three copies of detailed design and drawings of the structure within 30 days of acceptance of the tender.

1.6 The design Engineer will be required to attend the office of Engineer-in-charge for preliminary discussion for scrutiny remarks, etc. whenever required with all reference data, books, IS specifications, etc. at his own cost.

Contractor No of Corrections Executive Engineer

Page 302: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3021.7 It will be binding on the Design Engineer of contractor to clarify, modify,

redesign and prepare drawing after compliance of scrutiny remarks by the owner or his representative such as an Engineering College, within 15 days of communication of remarks. Even though design will be approved by owner, it will be the entire responsibility of the Design Engineer and the Contractor.

1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design and drawing duly bound for use of the Owner. The Contractor shall also furnish the details of steel requirement along with program of execution for completion of work within the time limit stipulated in the tender.

1.9 Security deposit of the tenderer shall be forfeited if he fails to modify his design as per scrutiny remarks within specified time after levy of compensation as per tender agreement.

1.10 Even though the design and drawing submitted by the Contractor are approved by the Owner/Engineer-in-charge, the Contractor will not be relieved of his contractual obligations to hand over the structure in sound condition, duly tested.

1.11 In case of any damage/failure either during construction, testing or after commissioning, whether due to faulty design or defective construction, all repairs or reconstruction of the structure shall have to be carried out by the contractor, entirely at his risk and cost. No claim for such repairs/reconstruction shall be entertained.

Contractor No of Corrections Executive Engineer

Page 303: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

303

SPECIAL OBLIGATORY CONDITION OF DESIGN FOR WATER RETAINING STRUCTURE

ESRSTORAGE RESERVOIRS WITH OWN DESIGN

Design Conditions. The Contractor can alternatively quote with his own design with following conditions:

1 The design of R.C.C. ESR shall be carried out by a designer having minimum qualification of graduation in Civil Engineering / Structural Engineering. He shall sign the design and affix his name and stamp.

2 The design shall be carried out in conformity with following IS code.

i. IS 456/1978

ii. IS 3370- Part I and IV

iii. IS 875

iv. IS 11682

v. IS 1893 with inclusion of seismic zones as per latest circular.

vi. IS 1786 for cold worked steel high grade deformed bars.(Tor steel of 415 grade and Mild steel grade I shall only be used.)

vii. IS 13920/1993-for ductile detailing, applicable for ESRs under seismic zone III, IV and V.

(Recent editions of IS shall be referred.)viii. B.S.I. publication S.P. 34 (S and T) 1987.

3. The free board shall be included in the depth of water for design purposes.

Contractor No of Corrections Executive Engineer

Page 304: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3044. Minimum free board shall be 300mm; measured below bottom of

roof beam.

5. Maximum actual water depth shall not exceed 5.0 M.

6. Clear cover for reinforcement shall be provided as below :

a) Footing / Raft 50 mm at bottom and sides 40 mm at top.

b) Columns 40 mm

c) Braces, beams, slab (Bottom and roof), vertical wall, gallery.

25mm

7. Minimum thickness of container member shall be as below.

a) Bottom slab and vertical wall 200 MM

b) Roof Slab 120 MM

c) Roof Dome 80 MM

8. The design and casting of container members which includes bottom and roof beams, bottom slab, roof slab, vertical wall and gallery, shall be done in M-30 grade of concrete.

9. For purpose of design stresses shall be assumed as for M-20 instead of M-25.

10 The staging shall be designed for ductile detailing as per IS 13920/1993,wherever applicable.

Contractor No of Corrections Executive Engineer

Page 305: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

30511 The width of braces shall be maximum of the following in case of Earth

Quake Zone III and above. a) 250 mm. or

b) 75% of column side (column diameter in case of circular column)

12 Width to depth ratio in case of braces shall preferably be more than0.30.

13 Increase in permissible stress in braces, for earth quake / wind force design will not be allowed.

14 The center to center distance between braces shall not exceed 4.50 M. at the joints of braces and columns, the links to the column bars shall be tied properly and this shall be thoroughly checked before concreting.

15 All ESR foundation shall be taken to minimum 3.00 m depth. All foundations shall be designed to resist earthquake for Zone-III.

Irrespective of type of foundation proposed in design, one set of bracing be provided at the ground level.

Wherever annular raft is provided, the inside and outside width of raft shall be provided in such a way that the center of gravity of upward reaction shall coincide with column/raft beam center.

16. Uplift pressure on the foundation of structure should be considered as per available water table at site in rainy season. However, minimum uplift upto 50% of depth of foundation below ground level should be considered in the designs.

17. 20mm thick cement plaster with CM 1:2 proportion with water proof compound shall be provided to the container from inside (including roof beams and roof slabs/dome, etc.)

18. The shape of container may be square or circular. Similarly the column shape may also be square or circular.

19. Minimum size of column (width or diameter) shall not be less than 300 mm. Columns, if required to be provided inside container, for supporting roof ring beam/dome/slab, may be provided as per design requirements, following minimum cover requirements. However the size shall not be less than 200 x 200 mm (or 200 dia.)

Contractor No of Corrections Executive Engineer

Page 306: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

306

20. Minimum dia. of main bars in the footing shall be 10 mm and minimum clear distance between reinforcing bars shall not be more than 180 mm.

21. Water density shall be taken as 1000 Kg/Cum and live load on gallery shall be considered as 300 Kg/sqm. Minimum load of water proof treatment on roof slabs shall be taken as 100 Kg/Sqm.

22. The diameter, weight per metre, tensile strength and minimum elongation properties of steel, brought by the contractor/supplied by the department, shall be got tested from the approved laboratory before using it. It shall be used only when the test report indicated that the steel is in accordance with the I.S. specifications and design presumptions.23. i.) The inlet, outlet, overflow and bypass piping shall be of cast iron D.F. pipes only M.S. Pipes will not be allowed.

ii) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall be from top to bottom as a vertical pipe assembly with proper drainage arrangement.

iii) For all duck foot bends for inlet, outlet and overflow arrangements, individual columns with footings resting at foundation level of ESR, columns/raft shall be provided.

iv) The manhole frame and covers, provided in the roof slab, shall be of cast iron only. Mild steel covers shall be allowed.

The above four conditions i.e. 24(i), 24(ii), 24(iii), 24(iv) shall be followed without substitutes and equals. No M.S. piping and spout type overflow arrangement shall be accepted, even if rebates, etc, are offered.

v) Inlet, outlet, bypass and scour valves with chambers shall be provided. The horizontal piping for inlet, outlet, overflow, bypass upto 5 M from outer brace shall be provided and laid without any extra cost.

vi) Lightening conductor, water level indicator, central ventilator and M.S. ladders / RCC stair case shall be provided as per Dept. specifications.

24. Capacity of the container of the tank shall be the volume of the water it can store between the designed full supply level and the lowest supply level.

25 Height of staging shall be the vertical the difference between lowest supply level and the average ground level at the site of tank.

26 Terms of Payment. Contractor No of Corrections Executive Engineer

Page 307: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

307Term the tender is lump sum tender for constructing the ESR as a complete unit, the schedule of payment will be on lumpsum basis at the percentage specified below.

1. Design after final approval 2%

2. Excavation of foundation 5%

3. Footing

a] Lean Concrete b] R.C.C. Footing / Raft

3%6%

4. Column and Brace upto base slab of container. 12%

5. Floor Slab / dome with ring beam and gallery 20%

6. Vertical walla) Half height 11%

b) Full height 11%

7. Roof Slab 8%

8. Plaster and finishing & hydraulic testing 10%

Contractor No of Corrections Executive Engineer

Page 308: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3089. Stair case 3%

10 Erection on inlet, outlet, overflow pipes and bypass arrangement, special and valves, railing.

3%

11. Providing and fixing water level indicator, lightening conductor and Aluminum Ladder.

2%

12 Painting and Miscellaneous works, such as chambers cleaning site etc.

4%

Total 100%

No change in percentage specified above shall accepted. Partial completion of item as quoted above, will not be considered for payment in part.

II CRITERIA FOR DESIGN OF R.C.C. GROUND TANK/ESR

1. The structural design of water tank shall conform to the following standard, specification and codes of Practice of I.S.

IS: 456 Code of Practice for plain and reinforced concrete (Latest edition)

IS: 875 Code of Practice for structural safety of building Loading standards (latest edition)

IS: 3370 Code of Practice for concrete structures for storage of Para I to IV liquids (latest edition)

IS : 1893 Criteria for earthquake resistance design of Structures (latest edition) other ISS

Contractor No of Corrections Executive Engineer

Page 309: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

309

2.1 The tank foundation and other members of the structure shall also be designed for free board full condition.

2.2 Part of the tank in contact with stored water and enclosing water vapor above F.S.L. shall be in concrete M-300 or even in richer grade.

2.3 The allowable bearing pressure or safe bearing capacities are indicated in Schedule 'B'.

The tenderer is, however, advised to verify actual strata before tendering and designing the structure and offer suitable design with full justification.

2.4 Not with standing anything mentioned above if directed by the Engineer-in-charge the contractor shall carry out actual strata exploration as mentioned in para 0.2 of IS 1892-1979 through a Government laboratory and adopt bearing capacity so arrived for the design.

2.5 The factor of safety shall be adopted as per clause 6.1 of IS - 6403-1971.

2.6 If the foundation consists of individual column footing minimum clear distance between centers of column shall be equal to twice the width of footing and clear distance between edges of footing shall be not less than width of footing.

2.7 The foundation should be checked for negative pressure on soil due to combined direct and bending stresses. Negative pressure shall not be allowed on the foundation soil.

2.8 Classification of soil and characteristics of soil relevant to S.B.C. and A.B.B. shall be as per the soil investigation reports of Government institution/Government approved investigators.

2.9 For the design of foundation of the solid raft type, the Plate Theory shall be adopted.

2.10 In normal circumstances, minimum 100 mm thick plain cement concrete with 100 mm projection all around in grade M-100 with coarse aggregate as metal shall be provided as leveling course. Where injurious soils or aggressive water are anticipated the leveling course shall be of grade not weaker than M 150 and if necessary sulphate resisting or other special cement shall be used and the thickness of the leveling course shall be kept not less than 150 mm. The ground level within the foundation area of the structure shall be consolidated properly with suitable slope to drain out rain water outside the foundation zone.

Contractor No of Corrections Executive Engineer

Page 310: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

310

2.11 In the vicinity of mines, collieries and blasting sites or areas which may be subjected to blast or shock, the tank shall be designed for dynamic forces adapted to shock.

2.12 Column may be assumed as fixed at the top of footing.

3. Loads

3.1 For all RCC and PCC components unit weight of concrete shall be taken as 25000 N/Cum and 24000 N/Cum respectively.

3.2 Water load and snow load shall be taken as per IS 875-1964 or its latest revision.

3.3 Seismic forces shall be as per IS 1893 (its latest revision).

4. Design

4.1 Shape of structure shall be the most economical directed by Engineer-in-charge and shall be selected depending upon site conditions.

4.2 Design shall be based on the worst possible combination of various loads, moments, shears, resultant stresses in the tank in following cases.1) Tank Full2) Tank Empty

3) Uplift pressure if any

Tank full means depth of water inside the container is upto full height of the container including free board.

4.3 Design shall be based on accepted bases and methods of design as well as the provisions of IS 3370, IS 456, IS 1343. Code of Practice for pre-stressed concrete IS 2210. (Later edition of IS shall be referred)

However, methods based on experimental investigation as mentioned in para 18.2 'C' in IS 456-1978 shall not be entertained.

4.4 Design of members other than those excluded by Clause 5.4 above (i.e. roof, walls, floor, etc. of the container) shall be based on consideration of adequate resistance to cracking as well as adequate strength. Calculation of stresses shall be as per para 3.3.2. of IS 3370 (Part II) (its latest revision).

Contractor No of Corrections Executive Engineer

Page 311: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3115. Permissible Stresses in Concrete for Resistance to Cracking

5.1 For calculations relating to the resistance of members to cracking the permissible stresses in tension (direct and due to bending) and shear shall conform to the values specified in Table I of IS 337 (Part II). "The permissible tensile stresses due to bending apply to the face of the member in contact with the liquid." In members with thickness less than 225 mm and in contact with the liquid on one side, these permissible stresses in bending apply also to the face remote from liquid.

5.2 For Strength Calculations.

For Strength calculations, the permissible concrete stresses shall be in accordance with Para44 of IS 456-1978 where the calculated shear stress in concrete alone exceeds the permissible value reinforcement acting in conjunction with diagonal compression in the concrete shall be provided to take the whole of the shear. The maximum reinforcement shall conform Clauses 25.5.1.1 and 25.5.1.2 of IS 456 - 1978.

6. Permissible Stresses in Steel.

6.1 For strength calculation (concrete assumed to be cracked) the permissible stresses in reinforcement shall be as per table 2 of IS 3370 (Part II) (its latest revision). For tor steel, the stress shall be as per IS 1786-1979 for cold worked steel high strength deformed bars for concrete reinforcement or its latest revision.

6.2 The modular ratio 'm' for different concrete mixes shall be as under:

Grade of Concrete Modula ratio 'm'

M : 150 19

M : 200 13

M : 250 11

6.3 Modulus of elasticity of concrete Eck shall be taken as 5700 Eck where EC in the characteristic cube strength of concrete in N/Sq. mm. as per clause 5.2.3.1 of IS 456-1978

7. Units : Design should be in Metric units only.

8. DetailingContractor No of Corrections Executive Engineer

Page 312: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

312

8.1 Minimum Reinforcement for Water Retaining Members.

The minimum reinforcement in walls, floors, roofs in each of two directions at right angles shall have an area of 0.3% of the concrete section in that direction for sections upto 100 mm thick. For sections of thickness greater than 100 mm and less than 450 mm the minimum reinforcement in each of the two directions shall be linearly reduced from 0.3% for 100 mm thick sections to 0.2% for 450 mm thick section. For section of thickness greater than 450 mm minimum reinforcement in each direction shall be kept at 0.2%. In concrete sections of thickness 225 mm or more, two layers of reinforcing steel shall be placed one over each face of the section to make up the minimum reinforcement specified in this clause.

8.2 The minimum reinforcement specified in 9.1 above may be decreased by 20% in case of high yield strength deformed bars conforming to IS 1786 or IS 1139 (Latest version of ISS shall be followed.)

8.3 Covers to Reinforcement.

8.3.1 Minimum clear cover to reinforcement shall be per IS 456 and 3370. (Latest version shall be referred.)

8.3.2 For members of structures in contact with water effective cover shall not be more than 60mm. For bars subjected to bending stresses. For bars subjected to pure tension the effective cover shall not be more than 75mm.

Spacing of Reinforcement

8.4.1 Spacing of reinforcement shall be as per para 25.3 of IS 456 1978.

8.4.2 Spacing of lateral ties for column shall satisfy the provisions of para 25.5.3.2 'C' of IS 456-1978.

8.4.3 Reinforcement steel which accounts for resisting moments, tension etc. i.e. other than temperature and shrinkage steel, shall comprises of minimum 8 mm dia. for ribbed bars and 10 mm dia. for mild steel bars. For compressive members, the minimum dia. of main reinforcement shall not be less than 12 mm dia.

Note :1. In case of dispute regarding interpretation of any of the above clauses, the

decision of the owner or his representative will be final and binding on the designer and contractor.

Contractor No of Corrections Executive Engineer

Page 313: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3132. In case of any clause not included in the above criteria, the decision of the owner

or his authorized representative will be final and binding on the designer and contractor.

Item No. 2 & 3 : Providing, erecting, laying and fixing in position CIDF pipes and specials & S/S specials for inlet, outlet, washout, overflow etc.

The item include providing, fixing, laying and jointing pipes and specials for inlet, outlet, washout, overflow etc for tender item 2,3,4,&5. The pipes and specials of any category as specified are to be erected and jointed underground or above either in horizontal or vertical direction as per requirement with all leads and lifts involved in the work.

Erection shall be in perfect line and level. Necessary supporting girder, ropes, chain pully etc if required shall be arranged by the contractor at his own cost.

The item includes cost of all labours and materials for jointing such as nut and bolts rubber packing etc. The materials shall be procured by the contractor from open market at his own cost. The tendered rate includes both flanged & S/S joints depending upon the nature of pipes and specials and no extra claims for any modifications, increase or decrease in joints any category shall be entertained. The cost involved in fixing pipes and specials in wall etc together with leak proof arrangement thereof required is included in the tendered rate and no extra claims for any provision required shall be entertained.

Satisfactory hydraulic test shall be given by the contractor at his own cost. It is included in tender item. During testing if any joints found leaky they shall be repaired at the contractors cost.

Specifications IDS 9 A shall be followed for hydraulic testing. Pipe if found leaky, cracked, during testing they shall be removed, replaced, refix and jointed with good pipes and specials.

Two costs of anticorrosive black paint shall be given to the pipe and specials above ground and cost there of is included in the tender item. The jobs shall included laying of pipes and specials upto ground, sluice valves for inlet, outlet washout, overflow, etc and their interconnection, etc as required and directed by Engineer-in-charge.

The pipes and specials required to be used on the work shall be got inspected by third party. At present the third party agents approved by the Maharastra Jeevan Pradhikaran are QS&S,SGS / Superintendence and hence the third party inspection shall be carried out through an of these agencies only. Any change in the above names of agencies will be communicated to the contractor and the third party inspection shall have to be carried out, even after awarding the tender, through any one of the changed agencies. Contractor No of Corrections Executive Engineer

Page 314: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

314

Item No. 4 : Providing, erecting, laying and fixing in position C.I.D.F. Sluice valve --------------- etc complete.

Item shall be executed as per detailed specification of Item No.10 of Sub Work No.1.

Contractor No of Corrections Executive Engineer

Page 315: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

315

Name of Sub Work 13:– Providing Lowering, Laying, Jointing & Testing PVC pipe for Distribution System.

Item No. 1, 2 &5 Providing and lowering, laying and jointing rigid unplasticised PVC pipes (with solvent cement joint) and coupler and other PVC specials as per IS specification no. 4985 / 1988 including all taxes, freight charges, octroi, loading, unloading conveyance to the departmental stores etc complete.

The P.V.C. pipes shall be rigid type made if un-plasticised poly-vinyl chloride confirming to Indian Standard Specification I.S. 4985-1988.

Contractor shall submit the detailed hydraulic design of existing and proposed distribution network in branch designing software before starting of work. Accordingly the procurement of PVC pipes and it’s laying shall be done as directed by Engineer-in-charge.

Procurement of PVC pipes :

PVC pipes shall be procured only manufactures who have acquired the ISO-9002 certification for consistency in manufacturing process. Preferably the manufacture should have ISO-9001 certification for designing and manufacturing. A copy of the valid ISO-9002 or ISO-9001 certificate acquired by the manufacture must be attached with every consignment dispatched to the site store.

The class of pipe shall be of the working pressure rating as specified in the item of work viz. 4.0 Kg/Cm. Sq or 10 Kg/Cm. Sq. at 27 C as the case may be.

Composition –

The material from which the pipe is produced shall consist substantially of polyvinyl chloride confirming to IS: 1551-1982 to which may be added only those additives that are needed to facilitate the manufacture of sound pipes of good surface finish mechanical strength and capacity under conditions of use.

Dimensions pipes –

The mean outside diameter and outside diameter at any point shall be within the permissible tolerance specified in the I.S. code 4985-1988.

The internal and external surfaces of the pipes shall be smooth and clean and free from grooving and other defects. The ends shall be cleanly cut and shall be square with the axis of the pipe or chamfered at one or both ends. Slight shallow longitudinal grooves or irregularities in the wall thickness shall be permissible provided the wall thickness remains within permissible limits specified in the I.S. code mentioned above. The pipes shall not show blisters, excessive delaminations or cracking or signs of weld line splitting.

Contractor No of Corrections Executive Engineer

Page 316: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

316Handling of UPVC pipes –

Care should be exercised at all times in the handling of pipes to avoid damage to the wall surface. On no account should the pipes be dragged along the ground.

– Normally pipes should be loaded and unloaded by hand and use of skids should be avoided. Hooks and claims should not come in direct contact with the pipe at any time. Pipes should always be laid down gently and should never be dropped on a hard surface. Pipes at the top of a stack should always be first to be removed. Where pipes have been transported one in side another, the innermost pipe should be removed first.

– The pipes should be given adequate support at all times. Pipes should be stored on a reasonably flat surface free from stones and sharp projections so that pipe is supported throughout its length. The pipes should not be stacked more than 2 meters high and pipes of different size and classes should be stocked separately. Pipes showed not be stored one inside another. Pipes should at all times be stored in such a manner that the ends are not exposed to danger of damage. On no account should pipes be stored in as stressed or bent condition or near source of heat. On exposed sites, the stacks should be suitably secured to prevent dislodgment.

Pipe fittings, accessories and cement should be stored so as to avoid damage of any kind or contamination by earth, mud, dirty water, oils, grease etc.

hen not in use, the containers of cement should be kept closed tightly to avoid loss of solvent or entry of dust. Cement, which has gelled or hardened, should be discarded.

Transport –

Only flat-floored vehicle should be used. Its floor should be free from nails or other sharp projections. The pipes should be provided with adequate support and should be effectively secured to avoid relative movement during transport. Such support should be provided at not more than 1.20m. intervals. In no case should the pipes overhang the vehicle by more than 0.6m.

Mode of payment :1) 85% payment shall be payable after supply lowering, laying and jointing &

remaining 15% payment shall be payable after satisfactory hydraulic testing is given.

2) Third party inspection of pipes and specials shall cover following tests invariably.a. Specific gravity test b. Weight per running meter test.c. Ash content test.d. The contractor shall confirm in wiring that those are within prescribed

limits.

Item No. 3&6 Providing, Lowering, Laying and Fixing in position C.I. D/F Sluice valve----------------etc. complete

Contractor No of Corrections Executive Engineer

Page 317: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

317Item shall be executed as per detailed specification of Item No.10 of Sub Work No. 1.

Item No. 4 Excavation for pipe trenches the classification for excavation met with shall be in one category only and is as under.

This item shall be executed as per specification of item No.3 of sub work No.5

Item No. 7 Refilling in pipe line trenches with compaction -------- etc. complete.

Item shall be executed as per detailed specification of Item No.7 of Sub Work No. 9.

Item No. 8 Providing and laying in situ, following grades of P.C.C. 1:3:6 and 1:2:4 form work compacting and curing etc. complete.

This item should be executed as per specification of item No.7 of sub work No.5.

Item No. 9 Providing and fixing C.I. road boxes …… etc complete.

The C.I. road boxes to be provided on various sluice valves of distribution pipe lines including excavation and fixing concrete blocks.

Item No. 10 Making cross connections ------- etc. Complete.

The item includes excavation breaking and removing existing pipes, jointing with existing pipes with required pipes and specials in there position, refilling etc complete.

The works also includes the closing the water supply in the area, dewatering and restarting the water supply etc complete.

Contractor No of Corrections Executive Engineer

Page 318: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

318

Sub Work No. 14 Misc. works

Item No. 1 Providing and erecting 1.20 mt high chain link fencing on B.B. Masonry Wall ------- etc. Complete.

Scope of Work : Item includes.

I. Providing II nd class burnt brick masonry with conventional / I.S. type brick in C.M. 1:6 in foundation and plinth of inner / external walls including bailing of water, sticking and racking out joint etc complete. Below chain link fencing.

Below GL : Width 0.45 M and Height – 0.75 M.Above GL : Width 0.35 M and Height – 0.75 M.

II. Excavation in all types of strata including removing the distance of 50 M beyond the building area, stacking and spreading as directed by Engineer in charge.

Width 0.75 M and Depth – up to 1.00 M.

III. Providing, and laying in situ PCC 1:3:6 of trap / granite / quartzite / gneiss metal for foundation and bedding including formwork, curing cement plaster in CM 1:3 for rendering uneven and honeycombed surfaces.

PCC 1:3:6 in foundation depth 0.15 M and Width 0.75 M.

IV. Providing, and laying in situ CC M-150 of trap / granite / quartzite / gneiss metal for coping of plinth or parapet including formwork, compacting finishes of uneven and honeycombed surfaces curing etc complete.

Coping at Plinth at GL – Depth 0.10 M Width 0.45M.

Coping at Top of BB Masonry valve – Depth 0.10 M Width 0.35 M.

V. Providing rough cost cement plaster externally in two coats to brick masonry surface in all positions with base coat of 12 to 15 m thick in CM 1:4 and rough cast treatment 12 mm thick in proportion 1:1.5:3 including scaffolding making grooves and curing etc complete.

On both Inner and Outer side of brick masonry wall Upto (total depth of 1.20 M)

VI. Providing and erecting 1.20 M high chain link fencing with chain ling having hale size 65mm x 65 mm supported on M.S. angle post of size 50mm x 50mm x 6 mm at 2.40 m c/c including fixing post in capping and brick masonry wall with M.S. flat of size 40mm x 5 mm nut bolted with support angle at top and bottom including all fastenings and oil painting to exposed structural steel work etc complete.

Contractor No of Corrections Executive Engineer

Page 319: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

319

VII. Providing and applying three coats of water proof cement pain to approved colour to the newly plastered surface including scaffolding, necessary cleaning and preparing the surface and watering for tow days etc complete. (Note : Sample and brand is to be got approved from Engineer- in -charge before use)

VIII. Filling in plinth and floors / trenches with contractors approved murum /stone dust as directed by Engineer-in-charge including watering and compaction complete.

Quantity to be supplied - 300 Cum.

IX. Providing and fixing M.S. Gate 2.5 M wide with 40 mm dia M.S. Black pipe medium class, approved grill work, RCC M-150 side pillars of 25 cm x 40 cm x 2.5 M height including its foundation finishing, oil painting in two coats etc complete as directed by Engineer-in-charge.

At WTP Site - 1 No.

X. Providing and fixing Wicket Gate 1.0 M wide for compound with 40 mm dia M.S. Black pipe medium class, approved grill work, RCC M-150 side pillars of 25 cm x 40 cm x 2.5 M height including its foundation finishing, oil painting in two coats etc complete as directed by Engineer-in-charge.

At WTP site - 1 No.At ESR site - 2 Nos.

Total - 3 Nos.

(Note : Rate is inclusive of lead of all material, royalty charges, loading, unloading, stacking of material at site, transporatation, etc complete)

Mode of Measurement : Measurement will be taken as per Rmt basis.

Mode of Payment : Payment will be done only after completion of this work in all respect on per Rmt basis.

Item No.:- 2 Full Bore Electromagnetic Flow Meter :-

This item includes designing, providing, fixing, commissioning & testing of Electromegnetic Flow meter (EMF) for Raw / Pure water with accuracy +/- 0.5% of measured value & protection as per given specifications. Flow meter of suitable size considering maximum velocity of water 2 M/Sec. including sensor, transmitter, surge arrestor 25 M., sensor / transmitter cable, G.I. duct of suitable size for 25 M / each flow meter, including the pipe cutting levelling & installation of flow meter in the pipe lines with necessary tool tackles, cranes etc as may be required at site & based on technical specification mentioned below.

a) Mandatory Accessories with technical specifications :-Contractor No of Corrections Executive Engineer

Page 320: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3201) The sensor should be as per IP-68 protection & with flanges of up to PN 10

rating from CS-1 No.2) The sensor coil housing shall be IP-68. This protected against external

magnetic field.3) The transmitter shall have one current 4 M. A-20 mA output HART.4) The current output shall be galvanically / optically isolated. It shall be fitted

with switched mode power supply capability 85-260 V & 45-65 Hz to cope with power transients without damage.

5) Signal & power cables not more than 50 meters length / each.6) Conduit pipe (PVC plumbing) 25mm diameter with suitable rating :

Suitabled conduite duct for routeing of cable with suitable digging, laying & concealing the duct 25 mtrs. / each.

7) UPS working on 230 V AC, 50 Hz, power supply suitable for 12 hrs continuous operation - 1 No.

8) Data storage capacity with built in or separate for date time, actual flow rate, totaliser and error messages if any with storage capacity of 120 days at 5 minutes interval data logging – 1 No.

9) 21 inch, 80 column Dot Matrix Printer of EPSON, WIPRO or Hewlett Packard make with printer interface unit for printing of stored data as per 8 – 1 No.

10) Proper earthing shall be provided for protection against high voltage surge.11) Suitable over voltage protection unit for protection of instrument from higher

voltage (upto 275 V – 300 V AC)12) Fixing flow meter transmitter to internal walls of buildings in a suitably

designed panel cabinet with proper locking arrangement with glass window on front door for seeing the readings of flow transmitter and data logger without opening of the panel cabinet it should house complete ancillaries and including the provision for connection of electrical power supply from near by apparatus

. ITEM NO. 3:- BULK WATER METER

The scope of work covers providing, erecting & testing Bulk Water Meter on Inlet/ Outlet of MBR/ESR as directed by Engg-in-charge . Bulk Water Meter to be provided shall be mechanical type having EEC mark & removable mechanism with remote reading facility and confirming to IS 779 (1994-6th edition ) or as per ISO 4064 . It shall be suitable for flow of water of conditions minimum , maximum, transitional and shall be installed so as to have liner flow with pipe running full.

Bulk Water Meter shall be suitable for forward and reverse flow of water. Also suitable for pressure rating (Max. Working Pressure) 16 Kg/Sqm and it shall be installed at a distance of not less than 15D down stream i.e. in the direction of flow (D is diameter of pipe)

Related work for installation of Bulk Water Meter i.e. excavation ,cutting of pipe, welding flanges on pipe or erecting mechanical fitting etc. will have to carryout by the tenderer with no extra cost.

Note :- Bulk Water Meter shall be able to give flow readings in kiloliter on dial as Contractor No of Corrections Executive Engineer

Page 321: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

321well as through remote reading facility.

Third party inspection is compulsory by adopting following scope.

i) Review of raw materials test certificates and quality control procedure.ii) Hydrostatic pressure test.iii) Calibration test.

ITEM NO. 4:- STRAINER’S FOR MECHANICAL TYPE FLOW METERS

The scope of works include providing and fixing strainers for Bulk Water Meter of size form 80 mm dia. to 300 mm dia. Including cost of all labour and material, CT “T” (Basket)type with flanged ends with stainless steel or brass mesh with openings of 2.5 to 3 mm and suitable for operating pressure of 16 kg/ sq.cm. and test pressure of 24 kg / sq.cm. It shall have S / S mesh / brass mesh basket and flange drilled in PN 1.0/1.6.

• The strainers shall have minimum head loss.• It shall have the cover having arrangement of 4 screws allowing the perfect removal

of the filter for cleaning.

ITEM NO. 5 :- C.I/MS. SPECIALS –

The items includes providing and fixing of required quantity of C.I.D.F. specials of required Dia as per the side condition for fixing of flow meters at inlet / outlet of ESR, GSR and head works and WTP side.

MODE OF MEASUREMENT FOR PAYMENT 1) Payment will be made on the basis of actual weight of pipes and specials as per ISI.2) Nut bolts will not be considered for weight calculation.

Item No. 6 Providing and constructing brick masonrychamber clear in side with B.B. masonry in C.M. 1:6, 1:3:6 cement concrete ------- etc. Complete.

The valve chamber of clear inside size as mentioned in relevant item of Schedule ‘B’ shall have to be constructed wherever, scour valve / sluice valves are to be provided or as directed by Engineer-in-charge.

The depth of chamber may vary as per site condition. The item includes excavation in all types of strata, cement concrete in P.C.C. 1:3:6, 0.15 m. thick in foundation, B.B. masonry walling of 0.23 m. thick for a depth of 1.20 m. and remaining 0.35 m. for balance depth exceeding 1.20 m. CM 1:5 with 1:4 mix cement plaster 12 cm . thick from inside and outside

Contractor No of Corrections Executive Engineer

Page 322: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

322with providing and fixing steel fiber reinforced concrete (S.F.R.C.) from and cover etc. complete in c.c. 1:2:4 coping 10 cm. thick etc. including providing and fixing in position necessary numbers of S.F.R.C. steps.

The construction shall be done as per standard specification for relevant item as described in schedule ‘B’ and directed by Engineer-in-charge.

Item No. 7 Providing and installing domestic water meter ------- etc. Complete.

The water meter shall be as per IS-779 / 1994 ( VI Revision) with ISI mark along with manufacturer’s test certificate and guarantee certificate. The meter shall be of E.E.C. mark (without Remote Redding facility) Single Jet. The make of water meter’s shall be got approved from Executive Engineer before placing order.

Mode of Measurement : Measurement will be taken as per No. basis.

Mode of Payment : Payment will be done only after completion of this work in all respect on per No. basis.

Item No. 8 Fixing of water meter on Private Connections ------- etc. Complete.

The item shall include fixing of water meter on existing / new private connections of consumers including necessary length of MDPE / GI pipe with required accessories, G.M. ferrule, saddle piece, other required necessary fittings, labour, necessary excavation in all types of strata, refilling and reinstating the road surface etc complete.

Mode of Measurement : Measurement will be taken as per No. basis.

Mode of Payment : Payment will be done only after completion of this work in all respect on per No. basis.

Item No. 9 Operation and maintenance of scheme.

Job includes operation and maintenance of this combined water supply scheme of Gurukunj Ashram, Gurudeo nagar & Mozari Village for a period of 5 Years after the successful trial and run for the period of 3 Months.

Contractor No of Corrections Executive Engineer

Page 323: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

323This includes engagement of all necessary staff such as pump operators, filter

operators, chemical clerk, electrician, watchman at head work and WTP site, engaging valveman and labourers for daily water supply to Gurudeonagar and Gurukunj Ashram and its allied buildings as directed by Engineer-in-charge. Agency has to operate and maintain this scheme as directed by Engineer-in-charge. Job includes rectification of leakages on newly laid pipelines under this work as well as the old pipe lines of distribution system of Gurudeo Nagar and Gurukunj Ashram including all labour and material required. Job also includes rectification on leakages on sluice valves, scour valves and its maintenance including labour and material from headwork to consumer end. Contractor has to collect all the data of existing consumers including their names, address ,tap size, date of connection, present status from the Gram Panchayat for meter data includes in computer including the new connections to be released during the O & M period of this scheme. Taking meter readings and preparing computerized billing (Monthly basis) its distribution to consumers. Job also includes recovery of water bills from consumers, keeping the records in ledger and other relelated operations as directed by MJP and submission of this data & record to MJP at the end of each month & whenever required. Amount of water bills recovered has to be deposited in bank account daily as per guide lines given by MJP.

Agency has to submit all the 5 years master data regarding consumers water assessment, recovery, disconnections etc to MJP office after the completion of O & M period of 5 Years or whenever required.

The energy charges ( Electric Bill) and Chemical charges ( Bleaching Powder and alum) will be borned by the MJP on the basis of actual and authentic bills produced time to time by the contractor.

The scope of work covers operation and maintenance of pumping machinery both on raw water and pure watering stations, plant machinery / equipments at WTP & all flow meters i.e. electromagnetic, bulk water meters and domestic water meters installed on the scheme. It also covers operation and maintenance of internal and external electrification at all destinations on the scheme.

In the operation and maintenance period cost of spares and all job works required in the repairs will have to borne by the tendere. No extra on any account will be paid by the department.

Bye passing of control and protective switch gears in case of defect in all electrical systems on the scheme will not be allowed. If any defective switchgear is found beyond repairs then the same will have to replace by new one by the tenderer.

In the operation and maintenance period if any breakdown occurs then the tenderer shall immediately intimate it to MJP authorities and arrange to rectify it within a short time operiod to avoid major hampering of water supply.

Agency shall maintained a neat & clean records of logbooks for pumping machinery & filter house, stock book for chemicals and their consumption, pumping account book for raw water taken from river and pure water supplied to villages involved in the scheme etc and submit it quarterly to the department.

Contractor No of Corrections Executive Engineer

Page 324: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

324Preventive maintenance of pumping machinery, plant machinery and

equipments at WTP will have to carry out by the agency as per maintenance schedule given by the department after awarding this contract.

All the components of this scheme such as Headwork, WTP site, all ESR’s, Office etc shall be connected through Mobile phone Network for easy communication and smooth maintence of the scheme. Cost for the same shall be borned by the contractor.

The expenditure towords vehicles, transporation, conceyance and mobilization of staff and material for O & M of scheme shall be borned by the contractor.

Leakages on all types of pipes, valves, specials shall be rectified within 48 hrs. after receiving the complaint and record of the same shall be kept uptodate and shall be submitted to MJP monthly and whenever required.

Raw water and pure water, pumping hours and supply hours shall be governed by MJP. Record of the same shall be maintained by the contractor.

Mode of Measurement :

Measurement of work will be taken as per fixed amount per year after the successful O & M of scheme every year.

Mode of Payment :

1. 5% of cost of agreement will be withheld for this work which will be deducted

from each running account bill of this tender.

2. 20% of this amount will be released at the end of each year of O & M of

scheme, after successful running of the scheme for successive year.

3. O & M Cost of scheme per year will be paid at the end of each year after

successful running of the scheme.

4. It is and obligatory to the agency to recover at least 60% amount of total water

assessment every year from the consumers. Otherwise 20% withheld amount

will not be released for that particular year.

Contractor No of Corrections Executive Engineer

Page 325: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

325

DETAILS SPECIFICATIONS FOR CIVIL

ENGINEERING WORKS.1. GENERAL1.1 Application of Specification.

These specifications forms part of the contract and shall be read in

conjunctions with other documents forming the contract. 1.2 Work Included.

The rates for all items unless specifically stated otherwise in contract,

must cover the cost of all materials, labour, tools, machinery, plant,

pumps, explosives, scaffolding, staging, props, bamboos, ropes,

templates, pegs and all appliances and operations whatsoever

necessary for efficient execution of the work. 1.3 Ground Conditions.

The contractor is to visit the site and ascertain local conditions, traffic

restrictions, electricity, water supply, obstructions in the area and

allow for extra likely to be incurred due to any limitations whatsoever. 1.4 Setting out and Leveling.

The contractor is to set out and level the works and will be responsible

for the accuracy of the same. He is to provide all instruments and

proper qualified staff required for checking the contractor’s work. 1.5. Safety code.

The contractor shall take adequate precautions to provide complete

safety for labour staff for prevention of accidents on the site. Barricate

around the ESR site shall be provided and contractor shall provide

safety equipment at site as directed by Engineer-in-charge.1.6 Keeping works free from water.

The contractor shall provide and maintain at his own cost, electrically

or other power driven pumps and other plant and equipment to keep

the site and foundation pits and trenches free from water and continue

to do so till the site is handed over to MJP to the complete

satisfaction.

1.7 Rubbish.The contractor shall clear away all rubbish, vegetation, roots, seeds,

etc and dump them in the area indicated. No separate rate shall be

allowed for eh above work.

Contractor No of Corrections Executive Engineer

Page 326: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3261.7.1 After the work is completed, the contractor shall clear the area

surrounding the structures of all hutments and excess stores and

remnants of building materials, such as brick bats, metal, sand, timber,

steel, etc without any extra cost.1.8 Bench Marks and Groundwater Gauges.

The contractor shall protect surveyor’s bench marks groundwater

gauges, zero line marks and base line marks from damage or

movement during work.1.9 Inspection.

The contractor shall inspect the site of work and ascertain site

conditions and the nature of soil to be excavated. 1.10 Contractor’s Staff.

The contractor must provide at all times efficient staff of trustworthy,

skillful and experience graduate Engineers and their Assistants

capable of carrying out the work in accordance with the drawings and

specifications and to correct levels. The cost of this establishment

should be included in this rates. 1.11 Execution of works.

The contractor is responsible for the correct execution of his work in

accordance with the drawings approved by the department and for all

mistakes due to working to wrong levels or center lines. When levels,

center lines and bench marks have been once given to him, it is his

responsibility to record, Protect and maintain the said marks, and to

work the same, and no complaints can afterwards be attended to for

excess works done in consequence of such levels not having been kept

up and maintained by the contractor. 1.12 Method of Measurement.

Unless otherwise specified, the method of measurement for structural

works shall be as per IS:1200. This is applicable in the tender for

proportionate payment for civil job items. 1.13 Specification Referred To.

The specifications contained here in are not exhaustive and for such

items of work which may arise and which are not covered by these

specifications the provisions in the relevant Indian standards latest

edition shall apply. 1.13.1 A list of few important India standards is given in Schedule-“S”.

Contractor No of Corrections Executive Engineer

Page 327: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3271.13.2 Wherever reference to the Indian Standards mentioned in the

Schedule-“S” appears in this specification, it shall be taken as a

reference to the latest version of the standard. 1.13.3 Work will be carried out as per P.W.D. Hand book (Red Book),

Published by P. W. Department, relevant I.S.S. and stipulations in

N.I.T. and practice in vogue. For building work, relevant specification from Red Book shall be

referred.

2. Earth and Excavation.2.1 General.2.1.1 Applicable provisions of conditions of contract shall govern work

under this section.2.1.2 The Indian Standards wherever referred to here in shall be the latest

edition of such standards.2.2 Excavation for foundation trenches, pits etc.2.2.1 All foundation trenches shall be excavated to the full widths and

depths shown on the drawings or to such greater or smaller depts. As

may be found necessary or so ordered to him.2.2.2 Should any excavation be taken down below the specified levels, the

contractor shall fill in such excavation at his own cost with concrete

as specified for foundations, well rammed in position unit it is brought

up to the level. 2.2.3 The contractor shall notify when the excavation is completed and no

concrete or masonry shall be laid until the strata for each individual

footing, rafts, etc is approved. 2.2.4 The contractor shall keep the site clear of water at all times. To this

end he shall provide arrangements for bailing and pumping or any

special arrangement as required with in his quoted prices. 2.2.5 All foundation pits shall be refilled to the original surface of the

ground with approved material, which shall be suitably consolidated.2.2.6 No extra will be paid for dewatering by any methods in excavation. 2.3 Blasting.

In the event of blasting being necessary, all the principles of blasting,

calculation of charges and particulars of explosives as specified shall

be strictly followed. All Govt. / Local body regulation should be

followed. 2.4 Earth Filling.

Contractor No of Corrections Executive Engineer

Page 328: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

328The space around the foundations in the trenches or sites shall be

cleared of all trash and loose debris and filled with approved

excavated earth, all clods being broken filling shall be done in 200

mm layers; each layers to be moistened and well rammed.2.5 Shoring.2.5.1. Shoring shall be done at no extra cost when sides of excavation do not

stand up by themselves and sloping or stopping is not feasible or

economical. 3. Concrete.3.1. General.3.1.1 Applicable provisions of conditions of contract shall govern work

under this section. 3.1.2 All concrete work, plain or reinforced shall be carried out in strict

accordance with this specification and any working drawing or

instructions given from time to time to the contractor. 3.1.3 The contractor’s rates shall allow for wastage in all materials as well

as for all tests of materials and for concrete.3.1.4. No concrete shall be cast in the absence of the Engineer-in-charge or

any other person duly authorized by him. The contractor’s Engineer

shall personally check that both the formwork and reinforcement have

been correctly placed and fixed, and shall satisfy himself that all work

preparatory to the MJP Engineer for final inspection and approval

and for which purpose at least 24 hours notice shall be given by the

contractor. 3.1.5 The Indian Standards wherever referred to here in shall be the latest

edition of such standards. 3.2. Cement.

Cement shall conform to IS:269, cement tests shall have to be carried

out at Contractor’s expenses as and when directed in his own interest

to satisfy about the quality.3.3. Aggregate.

The fine and coarse aggregates shall conform to IS:383 and IS:515

and shall have prior approval of the Engineer-in-charge Kanhan sand

shall be used only for all components of S.T.P.3.4 Reinforcement 3.4.1. The steel reinforcement shall conform to IS:226, IS:800, IS:1786 &

IS:1139 as per type of Reinforcement approved by MJP.

Contractor No of Corrections Executive Engineer

Page 329: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3293.4.2. The reinforcement shall be bent to the shapes shown on the drawings

prior to placing and all bars must be bent cold. The steel shall be

placed in such a way that it is rigidly held in position while concrete is

being cast. The correct clearance from the form shall be maintained

by either precast mortar blocks or by metal supporting chairs to be

supplied by the contractor free of charge HYHD (TISCO) make

reinforcement shall be used only. 3.4.3 The intersections of rods crossing one another shall be bound together

with soft pliable wire No. 16 to 18 S.W.G. at frequent intervals so that

reinforcement will not be displaced in the process of depositing

concrete. The loops of binding wire should be tightened by pliers. M.

S. pins shall be kept between the bars to avoid honeycombing in

concrete. 3.5 Water

Water shall be arranged by the contractor at his own cost. It shall be

clean and free from alkali, oil or injurious amounts of deleterious

materials. As far as possible, the water should be of such quality that it

is potable. If any chemical analysis of the water is necessary and

ordered, the same shall be got done at an approved laboratory at the

contractor’s expense. 3.6 Concrete Proportioning.3.6.1. The concrete proportion shall be as indicated on the approve drawings

and shall conform to IS:456 and IS:3370.3.6.2 The minimum cover to main reinforcement shall be 25 mm or the

diameter of the bar whichever is greater. In the case of surfaces

exposed to corrosive action of sewage, the cover may be increased

upto 50 mm or ad directed. 3.6.3 Type of joints, spacing of joints, use of all jointing materials and other

features pertaining to the provision of movement joints in liquid-

retaining structures shall be got approved prior to commencement of

construction.3.6.4. All reinforced concreter work shall be thoroughly and efficiently

vibrated during laying.

Contractor No of Corrections Executive Engineer

Page 330: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3303.6.5 For liquid retaining structures whose external faces are exposed, the

same shall be deemed to be satisfactorily watertight if the external

faces show no signs of leakage and remain apparently dry over the

period of observation of 7 days for inspection shall be kept filled with

water for 7 days and thereafter the drop of water over the next 2 days

shall not exceed totally a depth of 6 mm approved corrective

measures, if necessary, shall be undertaken by the contractor at his

own expense. 3.7. Workmanship.3.7.1 All concreting work shall be carried out according to the IS : 456 “

Indian Standard Cord of practice for plain and reinforced concrete for

General Building Construction” and IS:3370 for concrete structures

for storage of Liquids.It should, however, be noted that for every 30 cum of concrete placed

or for every one day’s work, a minimum of 3 (three) cubes shall be

cast for test purposed and tested at the contractor’s expenses. The

number of test cubes may be reduced or increased at the discretion of

Engineer`` in charge and it is restricted to the contractor that the

number of test cubes shall be taken as per recent circular of MJP. 3.8 Form Work :

The form work shall conform to IS:456. Design of form work for

bottom slab and beam shall be got approved from MJP. 3.9. Curing

The concrete shall be cured according to IS:456 or as directed.3.10 Concrete Finish.

The concrete surface on removal of form work shall be such that no

finishing is necessary. If, however, the surface is not satisfactory, the

contractor shall, if so instructed, remove unwanted projecting parts by

chipping and smoothen the surface with cement rendering at his own

expenses. 3.11. Construction Joints.3.11.1. These shall be in accordance with IS :456 or directed.3.11.2. The centering for forming the construction joint shall be firmly fixed

and adequately slotted for reinforcement extending beyond the joint.

If any concrete flows past this slot. It shall be nacked off as soon as

the concrete has set. Care shall be taken not to disturb the

reinforcement steel in casting the second half of a member with a

construction joint and thereby crack the concrete previously placed.Contractor No of Corrections Executive Engineer

Page 331: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3313.11.3. The joints shall be of the ‘Keyed type’ inclined ‘Feather’ or straight

joints, shall not be permitted.3.12 Expansion joints.

Expansion joints shall be provided at positions as directed and shall

comply strictly with more details shown on construction drawings.

Reinforcement shall not extend across any expansion joint and the

break between the tow sections must be completed. Unless otherwise

specified, the gap shall be filled with an elastic joint filler consisting

of the following ingredients (by weight), preheated to a temperature of

190C (357F). a] Very fine Sand - 60%

b] Hot Bitumen emulsion – 33%

c] Cement - 5%

d] Fine chopped hemp - 2%.

3.13. Contractor’s Supervision.The contractor shall provide constant and strict supervision of all the

item of construction during progress of work, including the

proportioning and mixing of the concrete and bending and placing of

reinforcement.4. Brick Masonry4.1.1 The proportion of cement-sand mortar shall be approved.4.1.2. Unless otherwise specified, the proportions of cement sand mortar for

various classes of work shall be as under. Type of work Cement SandA] Ordinary brick work for

building

01 04

B] Brick work in pillars. 01 04C] Half –brick thick or

brick-on edge partition wall

01 03

4.2. Workmanship 4.2.1 The cement and sand shall be thoroughly mixed dry in specified

proportions. Water shall then the added by a sprinkler just sufficient to

make a stiff and workable paste. The mortar shall be used within half

an hour of mixing shall be removed from the site.4.2.2. Brickwork.4.2.2.1 All the bricks shall be kept in water till they are completely soaked

and only thoroughly soaked bricks shall be used in the work.

Contractor No of Corrections Executive Engineer

Page 332: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

3324.2.2.2 The contractor shall set out and build all brickwork to the respective

dimensions, thickness and height, as shown on the approved

drawings.4.2.2.3 The Contractor shall built all brickwork uniformly, no one portion

being raised more that 1 M above another at one time.4.2.2.4. The contractor shall keep wet all brickwork at least 10 days after

laying. The surface of unfinished work shall be cleaned and

thoroughly wetted before joining new work to it. 4.2.2.5 In curved brick work, the bricks shall be dressed to shape to obtain

joints radial to the curve. The joints shall not exceed 12 mm in

thickness and should extend the full thickness of the curved

brickwork.5. Plastering, Pointing and Surface Treatment. 5.1 Cement Plaster.

Unless otherwise specified cement plaster shall be composed of 1 part

of cement and 3 parts of sand. For ceiling plaster, the composition

shall be 1 part of cement and 4 parts of sand. The thickness of ceiling

plaster shall be 12 mm. the thickness of plaster to fair faces of brick

work shall be 12 mm and to rought faces of brick work shall be 20

mm. The contractor shall allow in his rate for any rubbing out due to

the inequalities of brick work. Extra plaster required to be done due to

uneven surface shall not be paid for. The rates shall also include for forming of any throating moulding

drip courses etc, and for extra thickness due to corbelling of brick

work in parapet or at any other place. If required, all internal angles

shall be rounded off as per drawing or as directed by the Engineer-in-

charge without any extra charges.Cement and sand shall be measured and mixed dry thoroughly to a

uniform colour on a platform specially constructed for the purpose.

Care should be taken to see that no foreign matters get mixed to take

the mix workable. The mix shall then be turned over and over again to

a uniform colour and texture. No more cement mortar shall be mixed

at a time than van be used within twenty minutes of mixing.

Contractor No of Corrections Executive Engineer

Page 333: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

333Surface to be plastered are to be brushed clean, wetted for 24 hours

before the plaster is put in and the joints of the brick work racked out

12 mm deep minimum. The concrete faces to be plastered shall be

chipped, roughened and brushed and soaked with water for achieving

required bond with plaster without any extra cost. The surface of the plaster shall be finished absolutely in one plane. If

desired by the Engineer-in-charge, the unevenness shall be rubbed

down by the contractor with carborundum stones. Care shall be taken

to see that no mark remains at the junction of plaster done at different

times. If necessary, the junction shall be rubbed with carborundum

stones to eliminate such undesirable marks. The contractor may be

required to use normal sprinkling of thin cement slurry on the surfaces

for satisfactory finishing of the plaster work for which no extra

payment shall be made.Plaster shall be protected and cured by keeping it thoroughly wet with

sprinkling of water for 10 days continuously.The rate for plaster work shall also include necessary scaffolding,

staging etc for the work. 5.2 Rendering Sand Faced Cement Plaster.

The surface shall be cleaned off, all dust and dirt and brick work

thoroughly watered. The backing coat shall be 12 mm thick of cement

plaster proportion 1:3 (1cement;3Sand) coat sufficiently, the finishing

coat 8 mm thick consisting of grey cement and screened coarse sand

to required gradation (1:3) shall be applied and finished to the desired

texture to the satisfaction of the Engineer in charge. 5.3 Cement Pointing to Exposed Brick Facing.

Exposed brick facing to walls shall be one with stock wire cut bricks

of uniform size and colour and with clean sharp edges as specified in

section.

Contractor No of Corrections Executive Engineer

Page 334: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

334Where shown on drawing or as directed by the Engineer-in-charge,

exposed brick faces shall be cement rule pointed. The mortar shall be

racked out of the joints to a depth of 6mm. The dust shall be brushed

out of the joints and the wall well wetted. The pointing shall be made

with cement and sand mixed in proportion 1:3. The joints of the

pointed work shall be neatly finished truly vertical and horizontal or

ad directed and the lines shall be kept wet till the cementing materials

have set and become hard. If desired, after the joints have been cured,

the whole brick face shall be rubbed and polished with fine grade of

carborundum stones to the satisfaction of the Engineer-in-charge. This

rate shall also include necessary scaffolding etc particular care shall

be taken to see that no brick face or brick edge is damaged during this

work.

5.4 Surface Finishing.The rates of all the items of work under this section will include

necessary scaffolding, staging, preparing sub –base, removing stains

from the floor, skirting, woodwork, glass etc caused through

execution of the work etc and is for the complete works in all

respects.

5.4.1 White Washing.

Contractor No of Corrections Executive Engineer

Page 335: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

335White washing shall be done with 5 parts of stone lime and one part

of shell lime with necessary gum (about 2 or to cft of lime) using a

small quantity of blue as per direction of the Engineer-in-charge. The

lime shall be brought to the site unslaked and shall be slaked at site

with an excess of water and allowed to remain under water for 2 days.

To the mixture fresh water may be added to bring the consistency to

that of a thin cream. When thoroughly mixed, the wash is to be

stained through cleaned before the white washing is applied. Each

coat of the white wash means one continuous strike of brush with the

prepared wash from top to downwards. Another similar strike bottom

upward over first strike followed by another similar strike from right

to left and another from left to right over the first application of brush

before it dried. Each coat must be perfectly uniform when finished

and free from brush marks etc.3 coats of white wash as mentioned in the specification will mean a

minimum of 3 coats to produce an opaque white surface to entire

satisfaction of the Engineer-in-charge. If the surface is blotchy or

otherwise unsatisfactory more number of coats shall be applied till the

desired effect is produced to the satisfaction of the Engineer-in-charge

without any extra cost.

5.4.2 Colour washing.Colour washing shall be carried out in the same manner as that of

white washing, colouring ingredient being added to the prepared

white wash so as to produce the approved colour and shade. The

coloring ingredient shall be obtained by the contractor from an

approved source. Coats of colour wash will mean a minimum of 2 coats to produce the

desired effect to the entire satisfaction of the Engineer-in-charge. If

the surface is blotchy or otherwise unsatisfactory more coats shall be

applied till he satisfactory of the Engineer-in-charge without any extra

cost.5.4.3. “Snowcem” or similar Decorative Cement finish.

Contractor No of Corrections Executive Engineer

Page 336: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

336External surface of ESR’s shall be finished with Three coats of “Snow-Cem” or similar decorative cement finish of approved colour shade and manufacture. The surface to be finished is to be previously cleaned down to remove loose dust or dirt by use of a stiff wire brush. All inequalities to be rubbed down and defects rectified. The surface to be wetted well with water and the surface water is to be allowed well with water and the surface water is to be allowed to run-off. The “Snowcem” or equivalent shall be applied to the surface with a rush of a good quality. The first coat should be well brushed into the surface to form a good bound. Second coat should be applied carefully to give a good bound. Second coat should be applied carefully to give a good finished appearance. Each “Snowcem” or equivalent application shall be wetted at the end of the day with a fine water spray. Under no circumstances should additional water be added to he mix, if site conditions cause delays and the mix can not be applied within one hour of preparation. The “snow-Cem” or equivalent application shall only be done with

trained labourers in order to achieve the high grade finish to the entire

satisfaction of the Engineer in charge. 5.4.4 Painting to steel work.

Any shop coat of paint shall not be considered as a coat of paint for

the purpose of specification.

Ready mixed paint of “Shalimar” or equivalent quality and of

approved colour and shade shall only be used. The primer shall be

best red lead or white lead or nay other anticorrosive priming as

approved and directed by the Engineer in charge. The surface to be painted shall be properly cleaned, de-rusted, all

loose scales removed and smoothed with emery paper. Then a coat of

anticorrosive priming shall be evenly applied. After this has dried up

two successive coats of best quality ready mixed paint shall be given

to the entire satisfaction of the Engineer-in-charge. Brush of approved

size and make shall only be used for application of paint and use of

cloth is definitely prohibited. The tendered rate shall include cost of all preparations mentioned

above and is for the completed work. 6. Damp Proofing work.6.1 Cement concrete Damp Proof Course.

Contractor No of Corrections Executive Engineer

Page 337: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

337Unless otherwise specified, damp proof course shall be 25 mm thick

cement concrete with stone chips proportion 1:2:4 with 3% “Cico” or

specified percentage of “Rela” or similar approved water proofing

compound by weight of cement. The proportioning, mixing, laying etc

shall be done in conformity with specifications for cement concrete

work. Under doors no damp proof course shall be laid. No more

concrete shall be mixed with water proofing compound which can not

be used in 15 minutes. Necessary shuttering for laying concrete shall

be provided to the satisfaction of the Engineer-in-charge. After the

concrete is laid and compacted with “Thappies” the surface shall be

made ribbed for adhesion of mortar for eh brick work over it. The

concrete shall be kept thoroughly wet for 7 days after it is laid. 7. Additional Specifications for Civil Engineering works.

While quoting civil prices on Lumpsum basis on the design of the

tenderer the following specifications in addition to those stated in the

preceding pages shall be considered. 1. All water retaining structure shall be in grade M-25 mix nominal with

stress limitations etc according to IS:3370 and the other RCC

structures not in contract with water excluding domes of digesters,

shall be in grade M-25 as per code IS:456-1976. Domes shall be in

grade M-25 mix or richer.2. Superstructure panel walls of eh building wherever details are not

mentioned shall have 20 mm thick cement plaster (1:4) from inside

and 20 mm thick cement plaster (1:4) sand faced from outside.3. Mass concrete of the following mixes should be placed as specified

below :-a) 1:2:4 In mass concrete under

foundation an in lean

concrete fill between

foundations.

Contractor No of Corrections Executive Engineer

Page 338: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

338b) 1:2:4 Using 20 mm size stone

chips, in foundation of

masonry wall footings,

slabs resting on ground

inannex chamber, in

encasement of pipes under

structures. 4 First class brick work in cement shall be used for following:

5. All external faces of R.C.C. structures above ground level shall have

snowcem paint and all other inside faces all have three coats of

cement wash. Variation to above, if any, will be as per direction of

Engineer-in-charge.

6. The roof of all buildings shall be provided with approved number of

layers of polyurethane water proofing treatment. 7. All ventilators and windows shall be of steel and their patterns shall

be up to date and got approved by Engineer-in-charge. All fastening and fixtures shall be of heavy oxidized brass or chromium plated type. The windows and ventilators shall be fully glazed and fitted with glass s directed by the Engineer-in-charge. Total shutter area of doors, windows and ventilators shall be not less than what has been specified in the drawing.

8. All M.H. covers shall be of heavy duty type of cast iron.9. Structural Concrete.

The nominal mix of concrete should be exercised by the contractor for

a specified strength, and shall be fully agreed upon before

commencement of work.10 Other work.

All other works for which specification is not mentioned either in this chapter or anywhere in the contract document shall be done as per the Maharastra Jeevan Pradhikaran specification, IS specifications on Sewerage and Sewage Treatment, Central Public Health Engineering Organization to the complete satisfaction of the Maharastra Jeevan Pradhikaran.

CEMENT CONSUMPTION

STANDARD CEMENT CONSUMPTION TO BE FOLLOWED FOR VARIOUS

ITEMS OF WORKS.

Contractor No of Corrections Executive Engineer

Page 339: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

339S.N. Item of works Unit Standard Cement

ConsumptionA. R.C.C. Works1. 1 : ½ : 1 (M-300) with finishing in CM 1:3

proportion.Cum 9.20 Bags

2. 1 : 1:2 (M-250) with finishing in CM 1:3 proportion.

Cum 8.50 Bags

3. 1 :1 ½ : 3 (M-200) with finishing in CM 1:3 proportion.

Cum 6.90 Bags

4. 1 :1 ½ : 3 (M-200) with finishing Cum 6.80 Bags5. 1:2:4 (M-150) without finishing in CM 1:3

proportionCum 5.90 Bags

6. 1:2:4 (M-150) with finishing Cum 5.80 Bags

B Brick Masonry Works1 B.B. Masonry-II nd sort in CM 1:6 proportion Cum 1.44 Bags2. B.B. Masonry-II nd sort in CM 1:5 proportion Cum 1.62 Bags3. B.B. Masonry-II nd sort in CM 1:4 proportion Cum 2.30 Bags4 Half brick walls in CM 1:4 proportion Cum 0.22 Bags

C. Half brick walls in CM 1:4 proportion Stone Masonry works.

1. U.C.R. Masonry – II nd sort in CM 1:6 proportions Cum 1.77 Bags2. U.C.R. Masonry – II nd sort in CM 1:4 proportions Cum 2.65 Bags3. Random Rubble Masonry- II nd sort in CM 1:6

proportionsCum 1.77 Bags

4. Random Rubble Masonry- II nd sort in CM 1:4 proportions

Cum 2.65 Bags

5. C.R. Masonry- II nd sort in CM 1:4 proportions Cum 2.45 Bags6. C.R. Masonry- II nd sort in CM 1:6 proportions Cum 1.50 Bags

D. Water Proofing Wroks1. Damp-proof course 50 mm thick in 1:2:4 proportion

with bitumen layer W.P. compoundSqm 0.35 Bags

2. Integral finishing to newly laid said slab in CM 1:3 proportion with W.P. compound.

Sqm 0.06 Bags.

3. Water proofing treatment over old slab with W.P. cement slurry as tack coat 12 mm thick, W.P. plaster in CM 1:3proportion, brick bat coba average 9.50 cm thick in CM 1:6 proportion and 20 mm thick W.P. cement plaster over it in CM 1:3 proportion and finishing with cement slurry with novelling.

Sqm 0.37 Bags.

E. Plastering and Pointing Worksi] 12 mm thick PlasterA] CM 1:2 Proportion Sqm 0.16 Bags

Contractor No of Corrections Executive Engineer

Page 340: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

340B] CM 1:3 Proportion Sqm 0.12 BagsC] CM 1:4 Proportion Sqm 0.10 Bagsii] 20 mm thick PlasterA] CM 1:2 Proportion Sqm 0.34BagsB] CM 1:3 Proportion Sqm 0.25 BagsC] CM 1:4 Proportion Sqm 0.19 Bagsiv] Cement Pointing in CM 1:3 Proportion Sqm 0.03 Bagsv] Tuck Cement Pointing in CM 1:3 Proportion Sqm 0.05 Bagsvi] Sand faced plaster in CM 1:4 proportion including base coat 15 mm thick in CM 1:4 proportion W. P. compound.

Sqm 0.22 Bags

vii] Rough cast cement plaster in CM 1:4 proportion in two coats.

Sqm 0.22 Bags.

F. Flooring Worksi] I.P.S. Flooring – 40 mm thick Sqm 0.30 Bagsii] I.P.S. Flooring – 50 mm thick Sqm 0.37 Bagsiii] Rough Shahabad-any other similar flooring in C.M. 1:4 proportion bedding.

Sqm 0.15 Bags

v] Glazed / ceramic tiles flooring or skirting / dado fixed with plain cement slurry.

Sqm 0.22 Bags.

SCHEDULE-“S”

MODE OF STANDARDS

Following Indian Standard and Codes Shall be treated as guideline for selection of Material.

Wherever the leastest edition is published by Govt. . that should be considred for guidelines.

I.S.No. Description.GeneralIS : 1200 Measurement of Building works.IS: 1642 Method of measurement and details of

construction.CementIS:269 Ordinary, Rapid hardening and low heat Portland

cement.Contractor No of Corrections Executive Engineer

Page 341: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

341SandI.S.:1542 Sand for plaster.AggregateIS:383 Aggregates, Coarse and Fine, from Natural sources

for concrete.IS:515 Aggregates for use in Mass Concrete Natural and

Manufactured.Concrete Plain and Reinforced.IS:456 Code of practice for plain and reinforced concrete

for General Building Construction.IS:3370 For concrete structures for storage of liquids.IS:875 For structural safety of buildings(Loading

Standard).Brick workIS:1077 Common Burnt Clay Building Bricks.Pavings and Floor FinishesIS:1237 Flooring Tiles, Cement concrete.IS:1443 Laying and finishing of cement concrete flooring

tiles.

Plastering and Pointing.IS:1661 Cement and cement lime plaster finished on walls

and ceilings.Steel and Iron works.IS:226 Structural Steel (Revised).IS:1786 ColdTwisted Steel bar for concreteIS:1139 Hot Rolled M.S. Medium Tensile steel and High

Strength Deformed bars for reinforcement in

concrete.IS:800 Code of Practice for use of Structural Steel in

General Building Construction.IS:432(Part-I) –1982 Mild steel and Medium tensile steel bars & Hard

drawn steel wire for concert reinforcement.

Note:-The contractor should keep all above I.S. Codes in office at the site of works during

execution.

Contractor No of Corrections Executive Engineer

Page 342: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

342

MAHARASHTRA JEEVAN PRADHIKARAN

SCHEDULE OF ACCEPTABLE MAKESMake of each & every item must be as per approved list of M.J.P. Acceptable schedule

of makes is as under. If some items not included in this schedule the same shall be

provided after getting approval from Executive Engineer (Mech.) of M.J.P.

1) PUMPS :-

I Monoblock PumpsCentrifugal Monoblock Pump Kirloskar, Jyoti, Cromption Greaves,

Texmo, Aquatex,MBH, CRI, Shakti,

MBH (Upto 50 HP)II Vertical Turbine Pumpsa) No limit Jyoti, WPIL, M + P, FBM, Kirloskarb) Upto 600 H.P. All abovec) Upto 300 H.P. All aboveIII Vaccum Pumpsa) 5 HP and above Kirloskarb) Below 5 HP Kirloskar2 Valvesa) Sluice Valve

Contractor No of Corrections Executive Engineer

Page 343: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

343i) 600mm and above Kirloskar, IVI, IVCii) 400mm dia to 600mm dia All above, Durga, Gavane Patil,

Mayur, Patsoniii) 200mm dia to 400mm dia All above.iv) 50mm dia to 200mm dia All above + BSJ Shahu, Foress,

Sarkar, Minoti only.b) Reflux Valvei) 600mm and above Kirloskar, IVI, IVCii) 400mm dia to 600mm dia All above, Durga, Gavane Patil,

Mayur, Patsoniii) 200mm dia to 400mm dia All above.iv) 50mm dia to 200mm dia All above + BSJ Shahu, Foress,

Sarkar, Minoti only.v) Kinetic Air Valves IVI, IVC, Hawa, Mayur, Durgac) Foot valve up to 80mm dia Kirloskar & makes approved at local

levelAbove 80mm dia Kirloskar

3 Pipesa) G.I. Pipes & Special Zenith, Tata, GST, Suryaprakash,

Jindalb) C.I. Pipes & Special Reputed makes approved at a local

level4 Tools Gedore, Jhalani, Tapraria5 Pressure / Vacuum Gauges Feibig, Uday, H-Guru6 Lifting equipments

Chain pulley block monorail with

traveling trolley

Elephant, W.H. Brady (5 T only)

7 MotorsA) L.T.Motors1 Horizontal Motors Kirloskar, Jyoti, Cromption, Alstom,

NGEF, Siemens, BHEL2 Vertical Solid Shaft Motors Kirloskar, Jyoti, Cromption, Alstom,

NGEF, Siemens, BHEL3 Vertical Hollow Shaft Motors Kirloskar, Jyoti8 Startersa) D.O.L. L & Tb) Star Delta L & T

Contractor No of Corrections Executive Engineer

Page 344: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

344c) Auto transformer starter with air brake

with contactor

Locally fabricated as per M.J.P.’s

specificationd) Power contactor for ATS

Upto 800 Amps SEIL, L&T, Siemens

Upto 600 Amps All above & BCH, Andrew Yule

Havell’sUpto 400 Amps Killburn, C & S, Andrew Yule,

Havell’s

e) Soft Start Starters Instronix, Electrotech System

(Sangli) upto 200 HP Jayshree

(Pune), Innovative (Pune), Jaguar

(Miraj), Crompton Greaves (Nashik)9 Switches & Fusea) Rotary Kaycee, L&T, Siemens, Chandan,

Thaakur Standardb) Iron Clad Stanley, Ashok, KEW, Crompton,

Chadan, JS Standard.c) Metal Clad CPI, L&T, Elecon, Ashok, Standard,

Crompton, Chandand) Fuses Switch L&T, Crompton, Control & Switch

Gear, Indoasiane) Change over switch on load, off load Havell’s, Stanard 1250 A, Indoasian,

JSL, Control & switch

f) HRC Fuses L&T, Alstom, Siemens, Standard 630

A, Indoasian, Control & switchgear10 Moulded Case Circuit Breaka) No Limit L&T, ABB, SEIL, Jyoti, Alstom,

Andrew Yule, Havell’s, Control &

switch gear, standard electrical (upto

800 Amp) Schneidar, JSLb) Upto 630 AMP All above & AEG-NGEF, Indoasian,

BCH11 ELCB Minilec, Datar, LTLK12 Water Level Guard & Single Phasing

Preventor

Minilec

Contractor No of Corrections Executive Engineer

Page 345: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

34513 Protection Relayi) Motor protection relay for HT motors ABB, English Electric, Minilecii) Motor protection relay for LT motors Reputed makes to be approved by

M.J.P. at local level, Softhard,

Minileciii) Over current and earth fault relay high

speed tripping relay

ABB, BCH, Minilec

iv) Static relay Ashida, Minilec14 Ammeters / Voltmeters AE, DIP, IMP, MECO, Rishabh,

Enercon, Nippen.15 Capacitorsi) L.T.Capacitor 25 Kvar & Above Madhav, Savin, Navi Mumbai.ii) L.T.Capacitor 25 Kvar All above and as approved by MSEB.iii) H.T.Capacitor Savin Capacitors, Navi Mumbai,

Prabodhan, Madhav.16 Cablesi) PVC Submersible / Copper Conductor

Cable

Finolex, Perfect

ii) 1.1 Kv armored and unarmored cable Tropodur, Finolex, Asian, Gloster,

Incab, Universal, Polycab, Primecab,

Vardhaman.iii) 1.1 Kv XLPE cable Primecab upto 550 single core / multi

core, Vardhaman 1.5 core upto 630

sq.mm & multicore upto 400 sq.mmiv) 3.3 Kv / 6.6 Kv / 11 Kv / 22 Kv / 33

Kv XLPE cable

Tropodur, Asian, Gloster, Universal,

Bharat Cab, Primecab.v) Control Cable Tropodur, Finolex, Asian, Gloster,

Incab, Universal, Polycab, Marco

(HMT brand)17 Air Blowers Kulkarni blowers, Usha

18 Worm, Helical Gear Shanti Gears, Coimbatore, CPEC,

MumbaiBoxes & Geared Motors Essenpro

19 Multimeter / Meggar Tongtester Nippen, Shanti, Meco, Motwane,

Enercon, Conzerv.20 a) EEC approved water meters

Original Company Registered Authoris Dealer

Contractor No of Corrections Executive Engineer

Page 346: B-1 TENDERmjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Sealed Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer,

346a) Actaric Ltd., Europe Actaric Ind., Mumbaib) Water Tech. s.r.1, Italy Chetas Controll System Pvt.Ltd.,

Punec) “B” Meter s.r.1, Italy Acord Marketing & Services,

Mumbaid) Elster Metering Ltd., UK HI-Tech System & Services Ltd.,

Kolkatta.e) Minol Messtechnic, Germany Keyces Ind.Ltd., Mumbaif) Contor Zenner, Romania. Progressive Thermal Controlls Ltd.,

Faridabad.g) Sappel SA Rajasthan Ind. & Scintific

Corporation, Jaipur.h) Baylan, Turkey Capstan Meter (I) Ltd., Delhii) Elster, U.K. J.V.Gokal & Co., Mumbaij) Arad Ltd., Israel Technochem Agencies (India) Pvt.

Ltd.,b) Full Bore Electromagnetic Flow

Meter

KROHNE (Forbes Marshall, Pune)

21 WTP Process Equipment H.N. Bhatt Pvt.Ltd., Pune22 Accessories of Electrification works Approved by MJP & PWD Deptt.23 Makes not mentioned in this table

but included in tender

As approved by M.J.P.

NOTE :-

The makes included / deleted by M.J.P. while providing of material will be

applicable to the tender.

Contractor No of Corrections Executive Engineer