173
Contractor Executive Engineer For Authorised Use Only. CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN PRADHIKARAN Water Management Thane PRADHIKARAN Water Management Thane PRADHIKARAN Water Management Thane PRADHIKARAN Water Management Thane SUPERINTENDING ENGINEER MAHARASHTRA JEEVAN PRADHIKARAN Water Water Water Water Management Thane Management Thane Management Thane Management Thane. B – 1 TENDER For Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme Tal. Sangola, Dist. Solapur Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump. Tender Notice, Detailed Tender Notice, B-1 Form, Schedule ‘A’, Schedule ‘B’ Additional Specifications & Conditions OFFICE OF THE EXECUTIVE ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN Water Management DIVISION, KOLHAPUR MAHARASHTRA JEEVAN PRADHIKARAN

Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

  • Upload
    others

  • View
    18

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

Contractor Executive Engineer

For Authorised Use Only.

CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN PRADHIKARAN Water Management ThanePRADHIKARAN Water Management ThanePRADHIKARAN Water Management ThanePRADHIKARAN Water Management Thane

SUPERINTENDING ENGINEER MAHARASHTRA JEEVAN PRADHIKARAN Water Water Water Water

Management ThaneManagement ThaneManagement ThaneManagement Thane.

B – 1 TENDER

For

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping

machinery for Raw Water & Pure Water Isbavi Head

Works & Shirbhavi WTP & Manegaon Sump.

Tender Notice, Detailed Tender Notice, B-1 Form,

Schedule ‘A’, Schedule ‘B’ Additional Specifications & Conditions

OFFICE OF THE

EXECUTIVE ENGINEER,

MAHARASHTRA JEEVAN PRADHIKARAN Water Management DIVISION, KOLHAPUR

MAHARASHTRA JEEVAN PRADHIKARAN

Page 2: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

TENDER NOTICE NO. 02 FOR 2012-2013

I N D E X

Sr. No.

Description Page No

Form To 1. Check List 1 3

2. Press Tender Notice 4 5

3. Detailed Tender Notice 6 14

4. Instructions to Tenderer 15 17

5. General Conditions of Contractor 18 27

6. Additional Conditions of Contract 28 34

7. Form B-1 & Clauses 35 96

8 Material Schedules –A 97 98

9 Recapulation Sheet 99 100

10. Scheduled B of B-1 tender 101 113

11 Specification of Pumping Machinery 114 144

12 Detailed Specifications 145 147

13 Upto date list of approved make Raw Water

Pump & Pure Water Pump, Foot Mounted

Motors

148 167

14 Undertaking 168 169

15 Declaration 170 172

Page 3: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

1

Contractor Executive Engineer

CHECK LIST

Page 4: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

2

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

CHECK LIST

List of all documents, forms, statements, specifications, conditions, schedules,

drawings etc. to be submitted with tender.

The tender submission shall contain the following documents particularly without which

the tender shall not be finally decided.

1. Term deposit receipt of FDR for minimum six months, issued by any nationalized

bank towards payment of earnest money.

2. Brief details of the works of similar type and magnitude carried out by the

tenderer.

3. Details of other works tendered for and works in hand along with the value of

work remaining unfinished as on the date of submission of tender.

4. Details of plant and machinery proposed to be used, immediately available and

the manner in which it is proposed to be procured.

5. Details of technical personnel with tenderer.

6. Attested copies of certificates, if any.

7. Full names of all partners of the tenderer, if offered by partnership firm and copy

of partnership deed and power of attorney.

8. The Contractor should fill in the percentage in B-I Form in figures and words. The

Contractor should sign all pages of tender including drawings etc.

9. Attested copy of valid income tax clearance certificate.

10. Attested copy of Registration certificate.

Page 5: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

3

Contractor Executive Engineer

11. Attested Copy of electrical contractors license.

12. Other documents as mentioned in the tender, such as W.C. Tax Registration

Certificate., etc.

NOTE : All the above mentioned documents and this list must be signed by the

tenderer.

Page 6: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

4

Contractor Executive Engineer

Press Tender Notice

Page 7: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

5

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Parent portal : http://maharashtra.etenders.in MJP portal : http://mjp.maharashtra.etenders.in

TENDER NOTICE No. 02 FOR 2012-13

Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Sangli invites the tender from the contractors who are registered with MJP in class “A” (Elect & Mech) and above who fulfill the pre-qualification criteria, for the work of . The estimated cost put to tender is Rs. 1,55,44,207/- ( Rs. One crore fifty five lakh forty four thousand two hundred seven only) To view the tender notice, details time scheduled, pre-qualification criteria for this tender and subsequently to download pre-qualification document kindly visit following e-Tendering Website of Government of Maharashtra.http://maharashtra.etender.in

i) It is essential that the documents required as per pre-qualification criteria

should be duly signed by an officer not below the rank of the Superintending

Engineer or equivalent officer of any other organization. The documents

submitted by the contractor as per pre-qualification criteria will be evaluated

before main tender document to be downloaded.

ii) The dates of download and upload of pre-qualification criteria document and

main tender documents are given below : a) Pre-qualification documents download : 21-05-2012 16:01 To 26-05-2012 17:00 b) Pre-qualification Bid upload : 28-05-2012 16:01 To 2-06-2012 14:00 c) Download of main tender document : 7-06-2012 16:01 To 13-06-2012 17:00 d) Upload of main tender Bid: 15-06-2012 16:01 To 18-06-2012 14:00

Right to reject any or all the tenders without assigning reason thereof is reserved.

Save water, every drop counts.

Sd/- Executive Engineer M.J.P.W.M.Dn. Sangli.

Page 8: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

6

Contractor Executive Engineer

Detail Tender Notice

Page 9: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

7

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

DETAILED TENDER NO. 02 OF 2012-13

Online percentage rate basis in B.1 Form in two envelopes system is invited for the

following works from the Contractors registered in Class- A ( Elect / Mech) with

Maharashtra Jeevan Pradhikaran, Mumbai and pre-qualified by the Chief Engineer,

Maharashtra Jeevan Pradhikaran, Water Management, Administrative Building,

Kanhaiya Nagar, Thane (E). The prequalification criteria are as per Clause 8 of the

Detailed Tender Notice. The application for pre-qualification shall be submitted online

on MJP e-Tendering Portal : http://mjp.maharashtra.etenders.in.

Note : In order to participate in e-tendering process, it is mandatory for new

contractors (first time users of this website) to complete the Online Registration Process for the e-Tendering website. For guidelines, kindly refer to Bidders Tool Kit documents provided on the website.

1. NAME OF WORK : Providing, installing & commissioning of pumping

machinery for Shirbhavi and 81 villages R.W.S.S., Taluka Sangola Dist. Solapur.

2. ESTIMATED COST : Rs. 1,55,44,207/-

3. EARNEST MONEY DEPOSIT : Rs.116582/- ( Rs. One lakh Sixteen thousand

five hundred eighty two Only ) in the form Fixed Deposit Receipt in the name of

Executive Engineer, Maharashtra Water Management Division, Sangli payable

at Sangli from any Nationalized/Scheduled Bank for a minimum 180 days from

the date prescribed for submission of the Tender.

4. SECURITY DEPOSIT

A) 4% of the Estimated cost or Accepted Tender cost whichever is higher

i) Initial Security Deposit.

Page 10: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

8

Contractor Executive Engineer

2% of estimated cost or accepted tender cost whichever is higher in the form of Fixed Receipt or Bank Guarantee.

ii) Deductions through R.A. Bills.

Balance 2% amount will be recovered through each running bill at 5% of the gross amount of R.A. Bill to the extent that total required security deposit is to be recovered.

B) Additional Security Deposit.

If the accepted offer of the contract is below 10% of the cost put to tender,

the additional security deposit shall be furnished by the agency as below

before issue of work order. This security deposit is in addition to initial

Security Deposit.

i) If offer is up to 10% below - Nil

ii) If offer is more than 10% and

up to 15% below - 2%

iii) If offer is more than 15% below - 4%

The initial Security Deposit and additional security deposit may be in the

form of Bank Guarantee issued by a Nationalized/Scheduled Bank or fixed

deposit in the name of “Executive Engineer, Maharashtra Jeevan

Pradhikaran Water Management Division, Sangli and shall be for a

minimum period of 24 months and shall be extended suitably if the work is

not completed within the time limit. The tenderer shall have to furnish this

security deposit with initial security deposit.

5. STAMP DUTY

The contractor shall bear the revenue stamp duty on total security deposit of

the agreement and/or Additional Security Deposit (payable as per tender

condition), as per the Indian Stamp Duty (1985) (latest revision) provision

applicable during contract period.

6. TIME OF COMPLETION

Sixty days including Monsoon. This will be counted from the date of issue of

the work order.

Page 11: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

9

Contractor Executive Engineer

7. NOTICE DETAILS

Tender Reference no. TENDER NOTICE No. _2__ FOR 2012-13

Cost of blank tender document

Rs. 10000/- per set (4% VAT will be charged extra). To be paid by Demand Draft of Scheduled Bank payable at Sangli in the name of “Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Sangli.”

EMD Amount

Rs.116582/- ( Rs. One lakh Sixteen thousand five hundred eighty two Only ) in the form of Fixed Deposit Receipt in the name of Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division Sangli payable at Sangli from any Nationalized/Scheduled Bank for a minimum 180 days from the date prescribed for submission of the Tender.

Last Date and Time of Submission of Demand Draft for Tender Document Fees

_11_-_06_-2012 up to 14:00

Last Date and Time of Submission of Demand Draft for EMD

_13_-06_-2012 up to 14:00

Date ,Time and Place of Pre Bid Meeting

11_-06__-2012 at 15.30 hours in the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran Water Management Circle, New Administrative Building, Kanhaiya Nagar, Thane (East) in presence of the Superintending Engineer,(M).

Venue of online opening of tender

In the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran Water Management, New Administrative Building, Kanhaiya Nagar, Thane (East).

Address for Communication

Executive Engineer, Maharashtra Jeeva Pradhikaran, Water Management Division, Road No. 82, Sai Section, Sangli

Page 12: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

10

Contractor Executive Engineer

Contact Telephone & Fax Numbers

0233-2322884, 0233-2322449

e-Tendering Helpline Support: Monday to Friday - 10:30 AM – 5:30 PM Saturday - 10:30 AM – 4:30 PM

Telephone:

020 - 253 155 55 / 56

022 - 266 111 17 (Ext 25 / 26)

Email:

[email protected]

8. DETAILED TENDER SCHEDULE

Sr. No.

Activities Start Date & Time Expiry Date & Time

1 Online Tender Release 20_05_-2012 10:00 _28-05-2012 16:00

2 Online Pre-qualification Document Purchase

21-05-2012 16:01 26-05-2012 17:00

3 Online Pre-qualification Document Download & Online preparation

21-_05-2012 16:01

28-05-2012 14:00

4 Online Super Hash Generation For Pre-qualification

28-05-2012 14:01 _28-05-012 18:00

5 Online Submission of Pre-qualification

28-05-2012 18:01 02-06-2012 17:00

6 Online Pre-qualification Opening and Short – listing.

02-06-2012 11:00 02-06-2012 17.00

7 Online Main Tender Preparation 02-06-2012 17:01 07-06-2012 16:00

8 Online Tender Document Purchase & Download

07-06-2012 16:01 11-06-2012 17:00

9 Online Tender Document Purchase & Download

07-06-2012 16:01 11-06-2012 17:00

10 Online Technical Bid Preparation 07-06-2012 16:01 13-06-2012 14:00

11 Online Commercial Bid Preparation

13-06-2012 16:01 15-06-2012 14:00

12 Online Bid Closing 15-06-2012 14:01 17-06-2012 18:00

13 Online Submission of Bid 15-06-2012 18:01 17-06-2012 17:00

14 Online Tender Opening (Envelope 1)

18-06-2012 12:00 18-06-2012 17:00

14 Online Tender Opening (Commercial)(Envelope 2)

18-06-2012 12:00 18-06-2012 17:00

Departmental Activity

Bidders Activity

9. PRE-QUALIFICATION

Page 13: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

11

Contractor Executive Engineer

Pre-qualification Documents are available at free of cost, on the MJP portal of

e-Tendering website of Govt. of Maharashtra

http://mjp.maharashtra.etenders.in for aspiring bidders to be downloaded as

per online schedule given above. The bidders have to prepare and upload fill in

/ scanned documents regarding Pre-Qualification online as per online schedule

given above.

Scanned copy of following documents shall be uploaded to fulfilled pre-

qualification criteria. These documents need to be digitally signed by individual

contractor’s digital signature and uploaded during online pre-qualification

preparation stage.

10. PRE QUALIFICATION CRITERIA

The firm/contractor should have successfully completed commissioned at least

one work of the type as mentioned below under one contract in its own name.

1. Providing, erecting & commissioning of V.T. pumping machinery having minimum capacity of 250 HP ( Individual ) and 500 HP ( Total ) & Providing, erecting, & commissioning of centrifugal pump motor set having capacity of 120 HP (individual ) and 550 HP ( Total )

2. The firms registered with MJP in appropriate class and who have independently completed the work satisfactorily.

3. The firm should have to produce the document of VAT Registration No. OR Tin No.

4. The firm should have to produce the document of PAN No.

5. The firm /contractor should have been registered in Class –A (Elect

/Mech) and above with MJP. The firm should produce all the experience

certificates towards the proof of above experience duly certified by the

officer not below the rank of Executive Engineer or equivalent officer of

any other Govt. / Semi Govt. organization. The above five documents

need to be submitted separately online in a folder provided for

prequalification.

Page 14: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

12

Contractor Executive Engineer

11. COST OF BLANK TENDER FORM

a) 10000/- per set (4% VAT will be charged extra). Cost Blank Tender form will be accepted only by Demand Draft of Scheduled Bank payable at Sangli in the name of “Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Sangli.”

b) Blank Tender documents will not be sold by this office. Interested

contractors have to download tender documents from the website. Blank tender form will not be sent by post.

c) Cost of blank tender form shall not be accepted in the form of cash or

cheque. The cost of the tender documents will not be refunded under any circumstances.

12. ISSUE OF BLANK TENDER FORM

The blank tender forms will have to be downloaded, only by the bidders who

have been pre-qualified by the Chief Engineer, Maharashtra Jeevan

Pradhikaran Water Management, New Administrative Building, Kanhaiya

Nagar, Kopari. Colony, Thane (East), from the website http://mjp.maharashtra

.etenders. in as per online schedule.

The contractors have to prepare & upload Pre-qualification Document online on

or before schedule date and again submit (encryption / decryption) on

scheduled period. The same procedure should be repeated for main Tender

document.

13. PRE-TENDER CONFERENCE

Pre-Tender conference is open to all prospective tenderers and will be held on 15-06-2012 at 15.30 hours in the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran Water Management, New Administrative Building, Kanhaiya Nagar, Thane (East), in presence of the Superintending Engineer,(M). wherein the prospective tenderers will have opportunity to obtain clarifications

regarding the work and the tender conditions.

a) The prospective tenderers are free to ask for any additional information

or clarification either in writing or orally and the reply to the same will be given in writing and this clarification referred to as common set of conditions, shall also be common and applicable to all tenderers. The minutes of this meeting along with the letters of tenderers will form the part and parcel of the tender documents.

Page 15: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

13

Contractor Executive Engineer

14. VALIDITY OF THE OFFER

120 days from the date opening of tender.

15. LAST DATE & TIME OF ONLINE SUBMISSION OF TENDER FORM

Dated. 17-06-2012 up to 17:00 Hrs.

16. DATE & TIME OF ONLINE OPENING OF TENDER

_18-06-2012 at 12:00 in the office of the Chief Engineer, Maharashtra Jeevan

Pradhikaran Water Management, New Administrative Building, Kanhaiya

Nagar, Thane (East).

17. SUBMISSION OF TENDER

17.1 The interested contractors / bidders will have to make online payment (using credit card / debit card /net banking) of 1024/- (including service tax) per bid, per tender to online service provider of e-Tendering system at the time of entering online Bid Submission stage of the tender schedule.

17.2 The two envelopes No. 1 & 2 shall be digitally sealed and signed and submitted

online as per the online tender schedule. 17.3 The date and time for online submission of envelopes shall strictly apply in all

cases. The tenderers should ensure that their tender is prepared online before the expiry of the scheduled date and time and then submitted online before the expiry of the scheduled date and time Offers not submitted online will not be entrained.

17.4 If for any reason, any interested bidder fails to complete any of online stages

during the complete tender cycle, department shall not be responsible and any grievance regarding that shall not be entertained.

18. OPENING OF TENDER

The tenders will be opened on the date specified in the tender. Notice in the

presence of the intending bidders or their authorized representative to whom

they may choose to remain present along with the copy of the original

Page 16: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

14

Contractor Executive Engineer

documents submitted for Pre Qualification. Following procedure will be

adopted for opening of the tender.

Envelope No. I

First of all, Envelope No. 1 of the tenderer will be opened online through e-Tendering procedure to verify its as per requirements. Scanned copies of following documents shall be in Envelope No. 1. (1) Earnest Money Deposit Receipt as explained above. (2) Scan copy of Demand Draft for Tender Document Fees (3) Minutes of Pre-bid meeting duly signed by contractor. (4) Copy of Pre-qualification letter (5) Declaration of Contractor in prescribed form. If the various documents contained in this Envelope do not meet the requirements of the MJP as stated above, a note will be recorded accordingly by the tender opening authority and the envelope No. II of such tenderers will not be considered for further action and the same will be rejected.

Envelope No. II

This envelope shall be opened online through e-Tendering procedure immediately after opening of envelope No. 1 only, if the contents of Envelope No. 1 are found to be acceptable to the MJP. The tendered rate shall then be read out by the tender opening authority.

19. RIGHT RESERVED

a) Right to reject any or all tenders without assigning any reason thereof is reserved by the competent authority whose decision will be final and legally binding on all the tenderers.

b) Tender with stipulations for settlement of a dispute by reference to

Arbitration will not be entertained.

Sd/- Executive Engineer

Maharashtra Jeevan Pradhikaran W. M. Division, Sangli.

Page 17: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

15

Contractor Executive Engineer

Instructions of Tenderer

Page 18: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

16

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

INSTRUCTIONS TO TENDERER

1 Source of Funds

Maharashtra Jeevan Pradhikaran has taken up this work through funds made available

by Govt. of Maharastra for scarcity of water in the state.

2 For Special Attention of Tenderer

The tenderer is expected to visit the site before quoting the tender and get him

acquainted with the site conditions and site requirement.

Acquaintance with site and work conditions etc.

The contractor shall study all the site and general conditions in respect of approached,

labours, water supply, climate, quarries and the data included in the tender papers and

get it verified from the actual inspection of the entire site etc. before submitting the

tender. In case or doubt about any item or data included in the tender or otherwise, it

shall be got clarified in pre-tender conference. Once the tender is accepted, it shall be

concluded that the details required for completing the work as per conditions given.

3 Power Supply

Power supply is available at site location and contractor shall be given free power

supply for execution work such as dewatering, welding, lighting etc. However,

Maharashtra Jeevan Pradhikaran does not take any guarantee for continuance power

supply and causes for extension of time limit due to interruption in power supply will not

be entertained. In this case the Contractor may use his own D.G.set. No full fabrication

Page 19: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

17

Contractor Executive Engineer

work shall be allowed at site by using power supply from Maharashtra Jeevan

Pradhikaran.

4 Rates inclusive or all taxes and duties octroi etc

All the taxes and duties such as S.T./C.S.T. Octroi, excise duty, turn over tax on works

contract etc. whatsoever applicable time to time levied by the State and Central

Government and local body shall be fully borne by the contractor and shall not be

reimbursed to him on any account. The tender rates quoted by the contractor for the

items shall be taken as inclusive of all such taxes & duties. Tax concession/ exemption

from will not be issued by the MJP. The term over tax will be deducted from each R.A.

Bill @ appropriate rate and will be remitted to sales tax department and certificate to

that effect will be issued by Executive Engineer.

Statutory changes in taxes shall not be payable to the contractor by the MJP and

hence the offer shall be firm for entire period of operation of the contract.

5 Scope of Contract

Equipment furnished shall be complete in every respect with all mountings fittings,

fixtures and standards accessories, normally provided with such equipments and/or

needed for erection, completion and safe operation of the equipments as required by

applicable codes.

6 Engineering Data

The contractor shall furnish complete engineering data of each set of equipment such

as name of manufacturer, the type of model of each principal item of equipment

proposed to be furnished and erected in the annexure. Standard catalogues and other

documents may be used in the tender to provide additional information and data as

deemed necessary by the tenderer.

Page 20: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

18

Contractor Executive Engineer

General Conditions of Contractor

Page 21: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

19

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

GENERAL CONDITIONS OF CONTRACT

GC1 Contract Documents

The contract document consists of the contract agreement, the notices, the

instruction, the contractor’s tender the tender security, work order, the bonds, the

drawings, the specifications and the agenda.

GC2 Store Shed and Temporary Office

This shall be arranged by contractor at his own cost, with adequate safety for

watching/guarding till handling over the entire works with specified test and trial to

department or as directed by Engineer-in-Charge.

The store shed shall have raised platform and shall have double locking arrangement.

GC3 Supervisory Staff

The contractor shall have a well qualified experienced resident Engineer, who will be

well versed with design and installation aspect of heavy duty electrical pumping

machinery and all allied electrical and mechanical works, to be in, day charge of the

work and he shall be authorized to receive instructions from the Engineer-in-Charge or

the Deputy Engineer-in-Charge of the work. Instructions and orders given to the

resident Engineer shall be deemed to have been given to the contractor.

For the purpose the contractor shall communicate to the department, name

qualifications and experience of such Engineer to be appointed for execution of the

work.

Page 22: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

20

Contractor Executive Engineer

GC4 Programme of Execution of work

The contractor shall furnish in duplicate to the Engineer-in-charge and the SDO within

one week from the date of issue of work order a programme indicating close progress of

work to be achieved for completion within tendered time limit. The progress schedule

shall be in the form of bar charts, statement, forms, periodical out turn of quantities.

Should the programme be found defective in any respect or impracticable, the same

shall be modified as required. Should the actual progress of work lay behind at any

stage, revised programme by accelerating the progress to be achieved shall be drawn

up keeping the target of completing the scheme unaltered.

GC5 Work Order Book

A bound half sheet size order book shall be provided by the contractor and handed over

to the department for maintaining records and instructions the work site. This shall be a

permanent record. The contractor or his resident Engineer shall sign below the orders

recorded by the Engineer-in-Charge in token of having received them. He may take out

a copy thereof if necessary. He shall carry out the orders promptly and report

compliance.

GC6 Drawings and Design submitted with the tender

Acceptance of the tender shall not mean approval to design or drawing, enclosed by the

tenderer while submitting his offer. All tender, drawings will be treated as tentative.

Deficiencies if any found from functional, technical and departmental obligatory

requirements, points of view shall have to be rectified and made good in detailed

working drawing as pointed out by the department without any extra claim.

Detailed hydraulic design, mathematical calculations, flow diagram layout plan and

detailed working drawings as under shall be furnished.

6.1 The Contractor shall submit the detailed calculations for total dynamic load of pump

motor set including all components and accessories. Reference of IS and/or other

authoritative literature with extract of relevant parts signed by the tenderer shall be

submitted by the tenderer in support of dynamic and other factors considered in

calculations. He shall submit detailed working drawings showing plan, elevation,

section etc. for each unit. Detailed calculations for pumping machinery and

equipments such as pumps, motor, electrical hoist, capacitors, sub-station, control

Page 23: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

21

Contractor Executive Engineer

panels, relays, cables, foundations and mounting details etc. in triplicate shall be

submitted to the Executive Engineer (Mech.)

6.2 The design of the various components of work shall be based on prevailing latest

and relevant IS and if there are no such standards then as per equivalent British,

German or American Standards, recognized reference books and shall be as per

standard Engineering Code of Practice and shall be such as to meet functional,

technical, structural and aesthetic requirements.

6.3 Any modification, alteration in design, calculations and detailed drawings, to be

carried out as a result of compliance of scrutiny, remarks of the competent authority,

shall be carried out and submitted afresh by the contractor, if called upon by all

above concerned authorities in the manner indicated above claiming any extra cost.

6.4 The actual execution of work shall be started by the contractor only after recipt of

the technical approval to the above detailed design calculations and detailed

drawings from the competent authority.

6.5 Normally a period of about 15 days would be required for scrutiny of and getting

approval of the competent authority, to the design and detailed drawings from the

date of receipt from the contractor.

The contractor shall be fully responsible for the delay that would be caused in

scrutiny of and giving approval to the design and drawings due to their being

incomplete, shabby and haphazard manner, without illustrative dimensioned

sketches in the design and due to non-submission of extracts of reference books

(duly signed by tenderer) called for. No extra time limit shall be granted on account

of reasonable time required in carrying out the scrutiny as mentioned above by the

department and due to improper designs and drawings submitted by the contractor.

GC7 Responsibility of contractor for design drawing and work

Even though the design and drawings are approved by the competent authority, the

contractor shall be fully responsible for the technical and arithmetical correctness and

soundness of the design and drawings and for the safely of works executed on the basis of

such approved design and drawings and to the damages or failure of the works. It shall

have to be done by the contractor entirely at his cost.

GC8 Discrepancies and Omissions

Page 24: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

22

Contractor Executive Engineer

The tender drawings and specifications shall be considered as explanatory of each other

and together shall form the technical requirements and stipulations of tender documents.

Detailed drawings shall have preference over small scale drawings. Similarly detailed

specifications shall have preference over general specifications. Should any discrepancy

arise as to the meaning, intent or interpretation of any specification of drawing the decision

of the Engineer-In-Charge shall be final and binding equipments shall be furnished.

GC9 Inspection and Testing

All equipments, irrespective, whether specified or not, shall be tested at manufacturer’s

works laboratory and test certificates for all equipments shall be furnished.

Cost for all such tests including all incidental expenses shall be borne by the contractor and

cost for all such test shall be deemed to have been included in the tendered rates.

Inspection fee payable to the third party inspecting agency, if required shall be borne by the

contractor. Where the tests are to be carried out in presence of the MJP Engineer, tour

expenses of the inspecting officer shall be borne by the Department. However, the

equipments shall have to be tested for requirements as specified and field test result as

shall be the deciding factor, wherever specified of relevant items.

GC10 Quality of material and equipments

All materials of construction shall be of best quality confirming to relevant Indian Standards.

All mechanical, electrical and other equipments shall be of approved makes, best quality

and of ISI mark only, where available and acceptable. These shall be got approved from

the Engineer-in-Charge before erection and use. Any provision in B-1 form which is in

contravention of this stipulation shall be treated as superseded.

GC11 Change in site alignment or orientation or Modification

No compensation shall be paid on account of change in site, alignment or orientation of the

proposed work. The department reserves the right to modify the layout, design and any part

thereof, if considered necessary.

GC12 Electric Power Supply

Electric power supply required by the contractor for the purpose of execution of work and

erection of pumping machinery and equipment is available at site and will made available to

agency free of cost. Required power for the purpose of trial run of the machinery would be

Page 25: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

23

Contractor Executive Engineer

arranged free of cost by the department after receipt of necessary test report for electrical

installations.

GC13 Work to be strictly according to tender conditions and specifications and minutes

of pre-tender conference

It should be clearly noted that the tenderer has to strictly comply with the conditions and

specifications laid down in the tender and no variation or deviations are permissible. The

basis principles mentioned in the specifications and conditions of the tender shall be

retained. On no account variations in conditions and specifications shall be carried out

without prior approval of the competent authority of MJP.

GC14 Electrical Installations

All electrical installations shall be carried out as per the provisions of Indian Electricity Act,

Indian Electricity Rules, instructions and requirement of statutory authorities i.e. Electrical

Inspector and Maharashtra State Electricity Board. Necessary test reports shall be given by

the contractor.

GC15 Accidents of the work

The Contractor shall be fully responsible for any accident that may occur to the labour on

his work on duty and report the same to the Engineer-In-Charge and concerned

Government Authority and shall pay all necessary and the same shall be recovered from

the contractor with interest.

GC 16 Income tax

Income Tax as applicable on gross value of each bill shall be deducted towards income tax

and a certificate to that extent shall be issued by Engineer-In-Charge.

GC17 No Interest on dues

No interest shall be payable by the department on the amount, due to contractor’s pending

final settlement of claim.

GC18 Guarantee period and final certificate

Page 26: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

24

Contractor Executive Engineer

Guarantee period shall be of twelve calendar months from the date of issue of final

certificate by the Engineer-In-Charge. Any provisions regarding period in B.1 Form in

contravention of 12 months guarantee period stipulations above shall be ignored. Final

certificate shall be issued only after all works are completed in accordance with contract

agreement and commissioned, site is cleared and specified performance during field test is

obtained. Final certificate will be issued only for the entire works and not for the part works.

Guarantee covers all replacement of defective items free of charge. During the guarantee

period any failure of defects, attributable to manufactures design shall be expeditiously

attended by the contractor free of charge. If such attendance is unduly delayed the

Engineer-In-Charge shall rectify the failure/defects at eh risk and cost of the contractor.

GC19 Record Drawings and designs

After satisfactory completion of the work in all respect the contractor shall submit Three

sets of designs and completions record drawings of each and every work as actually

constructed with all dimensions and levels with the stamp ‘Record Drawings’ along with the

specifications, operation manual and instructions etc. before finalization of the final bill

without claiming any extra cost, failure of which the final bill shall not be paid. The circuit

diagrams of panels, layout details of spares, makes, addresses, phone numbers of firms

shall also be given with illustrative technical literature of manufacturers.

GC20 Loss or Damaged Indemnity Bond

The contractor shall be responsible during the progress as well as maintenance for any

liability imposed by law for any damage to the work or any part thereof or to any of the

materials or other things used in performing the work or for injury to any person or persons

or for any property damaged in or outside the work limit. The contractor shall indemnify &

hold the owner and engineer harmless against any and all liability, claims, loss or injury,

including costs, expenses & attorney’s fees incurred in the defense of same, arising from

any allegation, whether groundless or not, of damage or injury to any person or property

resulting from the performance of the work or from any material used in the work or from

Page 27: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

25

Contractor Executive Engineer

any condition of the work or work site, or from any cause whatsoever during the progress

and maintenance of the work.

GC21 Supervision and Superintendence

Contractors Supervision

The contractor shall supervision amend direct the works efficiently and with his best skill

and attention. He shall be solely responsible for means, methods, techniques, procedures

and sequence of construction. The Contractor shall co-ordinate all parts of the work and

shall be responsible to see that the finished work complies fully with the contract

documents, and such instructions and variation orders as the Engineer may issue during

the progress of the works.

GC22 Care and use of Site

The contractor shall not commence operations on land allotted for work except without prior

approval of the Engineer. If these lands are not adequate the Contractor may have to make

his own arrangements for additional lands required for his use.

The Contractor shall not demolish, remove or alter any of the structure trees or other

facilities on the site without prior approval of the Engineer. All the area of contractors

operation shall be cleared before returning them to the Engineer.

GC23 Overloading

No part of the work or new and existing structures, scaffolding, shoring, strutting,

construction machinery and equipment, or other permanent and temporary facilities shall

be loaded more than its capacity. The Contractor shall bear the cost of correcting damage

caused by loading of abnormal stresses or pressures.

GC24 Manufacturing Instructions

The Contractor shall compare the requirements of the various manufacturer’s instruction

with requirements of the contract documents, shall promptly notify to the Engineer in writing

of any difference between such requirements and shall not proceed with any of the works

affected by such difference shall until an interpretation or clarification is issued pursuant to

article.

Page 28: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

26

Contractor Executive Engineer

The contractor shall bear all costs for any error in the work resulting from his failure to the

various requirements and notify the owner of any such difference.

GC25 Protection

The contractor shall take all precautions and furnish and maintain protection to prevent

damage, injury or loss to other persons who may be affected thereby, all the works and all

materials and equipment to be incorporated therein whether in storage on or off the site,

under the care, custody or control of the contractor or any of his sub-contractors and other

improvements and property at the site or where work is to be performed including building,

trees and plants, pole lines, fences, guard rails, guide posts, culvert and project markers,

sign structures, conduits, pipelines and improvements within or adjacent to streets, right of

way, or easements, except those items required to be removed by the Contractor in the

contract documents. The Contractors protection shall include all the safety precautions and

other necessary forms of protection, and the notification of the owners of utilities and

adjacent property.

The contractor shall protect adjoining site against structural, decorative and other damages

that could be caused by the execution of works and make good at his cost any such

damages that could be caused by the execution of works and make good at his cost any

such damages.

GC26 Utilities and Sub Structures

Before commencing any excavations, the Contractor shall investigate determine the actual

locations, and protect the indicated utilities and structures, shall determine the existence,

position and ownership of other utilities and substructures in the site or before the work is

performed by communication with such property owners, search of records, or otherwise

and shall protect all such utilities and substructures.

GC27 Restoration and repair

Except for those improvements and facilities required to be permanently removed by the

contractor, the contractor shall make satisfactory and acceptable arrangements with the

appropriate owners, and at his expense, shall repair and restore all improvements,

structures, private and public roads, property, utilities and facilities disturbed, disconnected,

or damaged as a result or consequence of his work or the operations of those for whom he

Page 29: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

27

Contractor Executive Engineer

is responsible or liable, including that caused by trespass of any of them, with or without his

knowledge or consent, or by the transporting of workmen, material or equipment to or from

the site.

GC28 Workmen

The contractor shall at all times enforce strict discipline and good order among his

employees and shall not employ on the works any unfit person or anyone not skilled and

experienced in the assigned task. The Contractor shall in respect of labour employed by

him comply with or cause to be complied with the provisions of various labor law and rules

and regulations as applicable to them in regard to all matters provided therein and shall

indemnify the owner in respect of all claims that may be made against the owner for non-

compliance thereof by the Contractor.

GC29 Mode of Payment

Payment towards the work will be made as under for each Sub-work.

1. 80% payment after supply of material at site with submission of test reports

wherever applicable.

2. 10% payment after erection and commissioning.

3. 5% payment after satisfactory test and trial for 30 days from the date of

commissioning.

4. Balance 5% payment after performing discharge test after 60 days from the date of

commissioning and obtaining results as laid in specifications.

Page 30: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

28

Contractor Executive Engineer

Additional Conditions of Contract

Page 31: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

29

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

ADDITIONAL CONDITIONS OF CONTRACT This part covers conditions pursuant of the Contract and will form an integral part of the Contract. AC1 All engineering data submitted by the contractor after final including review and

approval by the Engineer shall form part of the contract document and the entire work covered under these specifications shall be performed in strict conformity, unless otherwise expressly requested by the in writing.

AC2 Drawing

Each drawing submitted by the contractor shall be clearly marked with the name of the owner, the unit designation, the specification number and the name of the project. The contractor may make any changes in the provisions and intent of the contract and such change will be subject to the approval by the Engineer. Approval of contractor’s drawings of work, by the Engineer, shall not relieve the contractor of any of the responsibilities and liabilities under the contract. Drawing shall include all instructions and detailed piping drawing wherever applicable.

AC3 Protection to plant equipment’s in store All coated surface be protected against abrasions, impact discoloration and any other damages. All exposed threaded portion shall be suitably protected with either a metallic protection device. All ends of valves and piping and conduit equipment connections shall be properly sealed with suitable devices to protect 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.

Page 32: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

30

Contractor Executive Engineer

AC4 Preservative Shop Coating Preservative metallic surface subject to corrosion shall be protected by shop application of suitable coatings. All surfaces which will not be easily accessible after the shop assembly shall be treated and protected before the lift of the equipment. Electrical equipments shall be shop finished one or more coats of primer and two coats of high grade resistance enamel. The finished colors shall be as per manufacturer’s standard, to be selected and specified by the Engineer at a later date.

AC5 Material Handling Storage All the equipment furnished under the contract ands arriving at site shall be promptly received unloaded and transported and stored in the storage spaces by the contractor. 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. All electrical, control gears, motor 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 checked to prevent corrosion due to prolonged storage. The motors, electrical switchgear control panel, etc. shall be tested for insulation resistance at least one in 3 months from the date of receipt till the date of commissioning. The consumable and other supplies likely to deteriorate due to storage must be deterioration in quality by storage. The contractor shall be responsible for making suitable indoor storage facilities to store all equipments which require storage. Normally all the electrical equipment such as motors, control gears, generators, exciters and consumable like electrodes, lubricants etc shall be stored in the closed storage space. AC6 Contractor’s Material brought on to site The contractor shall bring to site all equipments, components, parts, materials, including construction equipments, tools and tackles for the purpose of the worked under intimation to the Engineer, but may not on any account be removed or taken away by the contractor or his sub contractors without the written permission of the Engineer. The contractor shall nevertheless be solely liable and responsible for any loss or destruction thereof and damage thereto. After the completion of the works, the contractor shall remove all the materials from the site under direction of the Engineer-in-Charge. AC7 Maintenance Tools and Tackles The contractor shall supply with the one complete set of all special tools, and tackles for the erection, assembly, disassembly and maintenance of the equipment. However, these tools and tackles shall be separately packed and brought on to site. The tenderer shall indicate all the above items in the Annexure. AC8 Facilities to be provided by the owner The contractor shall advise the owner within 30 days from the date of acceptance of the letter of indent, about his exact requirement of space of his office and store and

Page 33: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

31

Contractor Executive Engineer

space will be allotted to the contractor for construction of his temporary structure, like office and storage sheds. AC9 Facilities to be provided by the contractor 9.1 Communication The contractor will make his own arrangement for all his communication needs such as telephone, telex etc at site office and his residential area. 9.2 Cleanliness In area where equipment might drip oil and cause damage to the floor surface, a suitable protective cover of a flame resistant, oil proof sheet shall be provided to protect the floor from such damage. AC10 Construction Management Time is essence of the contract and the contractor shall be responsible for performance of his works in accordance with the specified construction schedule. AC11 Contractors Co-operation with the owner

In cases where the performance of the erection work by the contractor affects the operation of the system facilities of the owner, such erection work of the contractor shall be scheduled to be performed only in the manner stipulated by the Engineer and the same shall be acceptable at all timed to the contractor. The Engineer may impose such restrictions on the facilities provided to the contractor such as electricity, water etc. and strictly adhere to such restrictions and co-operate with the Engineer. The contractor shall also be responsible for flushing and initial of all the oil and lubricants required for the equipment furnished and erected by him, so as to make such equipment ready for operation.

AC12 Co-operation with other contractors and consulting engineer The contractor shall agree to co-operate with the owner’s other contractors and consulting Engineer’s and freely exchange with them such technical information as in necessary to obtain the most efficient and economical design and to avoid un- necessary duplication of efforts. AC13 Field Office Records The contractor shall maintain at his site office up to date copies of all drawings, specifications and other contract documents and any other supplementary data complete with all the latest revisions thereto. The contractor shall also maintain in addition, the continuous record of all changes to the above contract documents drawing specifications supplementary data etc. AC14 Design Co-ordination The contractor shall be responsible for the selection and design of appropriate equipments to provide the best co-ordinate performance of the entire system. All the rotating component shall be so selected that the natural frequency of the complete unit is not critical at our close to the operation range of the unit. AC15 In the work of other contractor

Page 34: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

32

Contractor Executive Engineer

The Engineer shall be notified promptly by the contractor of any defects in the other contractor’s works. The Engineer shall determine the corrective measures, if any, required to rectify this situation after inspection of the works and such decision by the Engineer shall be binding on the contractor AC16 Protective Guards Suitable guards shall be provided for protection of personnel on all exposed rotating and/or moving machine parts. All such guards with necessary space and accessories shall be designed for easy installation and removal for maintenance purpose. AC17 Noise and Vibrations The equipment supplied and erected by the tenderer will comply with best design and erection practice and its working shall be within permissible noise and vibration levels. AC18 Equipment Bases A cast or welding steel plate shall be provided for all rotating equipment which, it to be installed on a concrete base unless otherwise agreed to by the Engineer. Each base plate shall support the unit and its drive assembly shall be neat design with pedestal anchoring the units. AC19 Rating Plates, Name Plates and Labels Each main and auxiliary item of plant is to have permanently attached to it in a conspicuous position a rating plate showing all details of the equipment. AC20 Training of Owners Personnel The contractor shall undertake to train, free of cost, Engineering Personnel selected and sent by the owner at the works of the contractor wherever specified in the technical specifications, to enable those personnel to become familiar with the equipment being furnished by the contractor. All traveling and living expenses of the Engineering Personnel to be trained during the total of training will be borned by the owner. The contractor shall undertake to train free of cost Engineering Personnel selected by the owner for operation and maintenance of the plant during commissioning period. AC21 Foundation Dressing and grouting The surface of foundations shall be dressed to bring the top surface of the foundations to the required level, prior to placement of equipments based on the foundation. The concrete foundation surface shall be properly prepared by chipping, grinding as required to bring the type of such foundation to the required level, to provide the necessary roughness for bondage and to ensure enough bearing strength. AC22 Lubrication Equipment shall be lubricated by systems suitable for duty of the equipment. Lubricant level indicators, wherever provided shall be furnished and marked to indicate proper levels under both stand still and operating conditions.

Page 35: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

33

Contractor Executive Engineer

AC23 Guarantee The cost of any specials or general overhaul rendered during the maintenance period due to defects in the plant of defective work carried out by the contractor, the same shall be borne by the contractor. In the case those parts which are not repairable at site but are essential for the commercial operation of the equipment, the contractor and the Engineer shall mutually agree to a programme of replacement or renewal which will minimize interruption to the minimum extent, in the operation of the equipment. At the end of guarantee period, the contractor’s liability ceases except for latent defects in respect of goods supplied by sub-contractors to the contractor, where a longer guarantee (more than 12 months) is provided by such sub-contract, the owners shall be entitled to the benefit of longer guarantee. AC24 Pre-Commissioning Trials Test Start-up On completion of erection work each time of equipment shall be thoroughly inspected by the Engineer and the contractor for correctness and acceptability for start-up. On completion of inspection, checking and after the pre-commissioning tests are satisfactory over, the complete equipment shall be placed on initial operation during which period the complete equipment shall be operating integral with sub-system and supporting equipments as a complete plant. AC25 Operation Submersible pumping machinery and all allied electrical and mechanical equipments shall then be on trial operation during which period necessary adjustment shall be while operating over the full load enabling the switches to be made ready for performance and guarantee test. The duration of trial operation of the complete equipment shall be 14 day out of which at least 72 hours shall be continuous operation on full load or any other duration as agreed to, between the Engineer and the contractor. The trial operation shall be considered successful, provided that each item of the equipment can operate continuously at the specified characteristics for the period of trial operation. A trial operation report comprising of observations and recordings of various parameters to be measured in respect of the above trail operation. This report includes the date of start and finish of the operation. Based on these observations, necessary modifications/repairs to the plant shall be carried out by the contractor to the full satisfaction of the Engineer to enable the letter to accord permission to carry out performance & guarantee tests on the plant. The commissioning and trial period generally will be continuous, unless otherwise specifically mentioned during the commissioning and trial period, the contractor shall depute his personnel full time to operate maintenance and repair the equipment. During this period, the owner shall make electricity to the contractor all other consumable materials (lubricants and other requirements) shall be provided by the contractor at his cost.

Page 36: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

34

Contractor Executive Engineer

AC26 Performance and guarantee test The final test as to the performance and guarantee shall be conducted at site, by the owner. The contractor will assist owner in conducted such tests free of cost. The specific tests to be conducted on equipments have been brought out in the technical specifications. Performance and guarantee test shall make allowance for instrumentation errors may be decided by the Engineer-in-charge. AC27 Commissioning Spares He contractor shall make arrangements for an adequate inventory at site, of necessary commissioning spares prior to commuting of the equipments furnished and erected. So that any damage or loss during these commissioning activities necessitating the requirements of spares will not come in the way of timely completion of the works under the contract. AC28 Registration and statutory Inspection All registration & statutory inspection feed, in respect of this work pursuant to this contract shall be the account of the contractor. If any such inspection or registration need to be re-arranged due to the fault of the contractor or his sub-contractors, the additions fees for such inspection and/or registration shall be borned by the contractor. AC29 Progress reports and photographs During the various stages of the works in the pursuance of the contract, the contractor shall at his own cost submit periodic progress reports as may reasonably required by the Engineer with such materials as charts, work, photographs, test certificates etc. AC30 Work and safety Regulations The contractor will notify the Engineer of his intention to bring on to site any equipment or any contractor, with liquid or gaseous fuel or other substances which may create hazard. No electric cable in use by the contractor/owner will be disturbed without prior permission. No weight of any destruction will be imposed on any such cable. No work will be carried out on any alive equipment. The equipment must be made safe by the Engineer and a permit to work issued before work is to be carried out. The contractor shall employ the necessary number of qualified, full time electrical to maintain his temporary electrical installations.

Page 37: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

35

Contractor Executive Engineer

FROM B-1

Page 38: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

36

Contractor Executive Engineer

FORM B – 1

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

PERCENTAGE RATE TENDER AND CONTRACT FOR WORK

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

General Rules and 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 M.J.P. 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 by any other documents

required in connection with the work shall 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.

Page 39: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

37

Contractor Executive Engineer

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, it shall be signed

on his behalf by a person holding a Power of Attorney authorizing him to do so.

The bidder shall study he tender carefully and quote their firm and reasonable

offer. The offer quoted by the bidder shall be treated as final and no negotiation

will be held. The decision will be taken as per rules of Maharashtra Jeevan

Pradhikaran and decision will be binding on he contractor. The Contractor shall

pay along with the tender the sum of Rs. 1,16,582/- (Rs. One Lack Sixteen

Thousand Five Hundred Eighty Two only.) as and by way of earnest money. The

contractor pay the said amount by forwarding along with tender a blank challan

for the said amount or call deposit receipt for the like amount in favour of the

Executive Engineer. The said amount of earnest money shall not carry any

interest whatsoever.

i) 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.

ii) 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 MJP hereunder or in law MJP shall can be

entitled to forfeit the full amount of the earnest money deposited by him.

iii) In the even of his tender not being accepted, the amount of earnest money

deposited by the Contractor shall, unless it is prior thereto forfeited under

the provision of sub-clause (iii) above, be refunded to him on his passing

receipt therefore.

3. Receipt for payments made on account of any work, when executed by a firm

should also be signed 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 by some other person having authority

to give effectual receipts of the firm.

Page 40: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

38

Contractor Executive Engineer

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

what rate below or above the rates specified in Schedule ‘B’ (Memorandum

showing items 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 then 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 Executive Engineer on his duly authorized assistant 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 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 MJP unless it is signed by the Executive Engineer.

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

Supplied by the MJP 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 tendered 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.

Page 41: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

39

Contractor Executive Engineer

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

and customs of the M.J.P. 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 be initialed.

13. The Measurements of work will be taken according to the usual methods in use

the M.J.P. and no proposals to adopt alternative methods will be accepted. The

Executive Engineer’s decision as to is “What is the usual method in use in the

M.J.P.” 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 M.J.P. for the purpose of plant and

machinery required for the execution of the work contracted for.

(CGM/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 present of

the M.J.P.’s person. No materials will be allowed to be removed from the site of

works.

Page 42: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

40

Contractor Executive Engineer

18. The Contractor shall also give a list of machinery in their possession which they

propose to use on the work.

19. Successful tenderer will have to produce to the satisfaction of the accepting

authority a valid and current license issued in this 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 M.J.P.

20. The Contractor shall comply with the provisions of Apprentices Act, 1961 and the

rules and orders issued there under from time to time. If he fails to do so, his

failure will be breach of the contract and the Superintending Engineer, may, in

this discretion cancel the contract. The Contractor shall also be liable for any

pecuniary liability arising on account of any violation by him of the provision of

the Act.

Page 43: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

41

Contractor Executive Engineer

TENDER FOR WORKS

I/we hereby tender for the execution, for the Maharashtra Jeevan Pradhikaran

(hereinbefore and hereinafter referred to as ‘M.J.P.’) of the work specified in

the underwritten memorandum within the time specified in such memorandum

at* % ( Percent). . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ) (In

figure 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 hereof and in Clause 12 of the

annexed conditions of the contract and agree that what materials for the work

are provided and agree that what materials for the work are provided by the

M.J.P., such materials and the rates to be paid for them shall be as provided in

Schedule ‘A’ hereto.

If Several sub-works are included, same should be detailed in a separate list.

MEMORANDUM

1. a. General Description

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

b. Estimate Cost

c. Earnest money

Rs. 1,55,44,207/-

Rs. 1,16,582/-

c) The amount of earnest money to be

deposited shall be in accordance with

the provisions of para 206 and 207 of

M.P.W. Manual.

d. Security Deposit d) This deposit shall be in accordance with

paras 213, 214 of the M.P.W. Manual. i. In the form of

TDR/FDR

ii. To be deducted

from the current

bills.

2,33,200/-

2,33,200/-

Total 4,66,400/-

e. Percentage, if any, to

be deducted from bills

so as to make up the

total amount required

as security deposit by

the time, half the work,

as percent measured by

4(Four) Percent

e) This percentage where no

security deposit is taken will

vary from 5% to 10%

according to the

requirement of the case,

where security deposit is

taken. See note to clause I of

* In figures as

well as in words

Page 44: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

42

Contractor Executive Engineer

the costs, is done. conditions of contract.

f. Time allowed for the

work from date of

written order to

commence

2

(Two) Calendar

months including

monsoon.

f) Give schedule where

necessary showing dates by

which the various items are

to 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

unit 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 office of such authority. Bank Challan No. and date of Deposit at

Call Receipt No. and date in respect of the sum of Rs.

3. 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 M.J.P. should I / We fail to (i) abide by the

stipulation 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 (I) above within the time limit laid down in clause

(i) 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

Page 45: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

43

Contractor Executive Engineer

4. Should this tender be accepted. I/We, agree to abide by and fulfil 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 M.J.P. the sums of money mentioned in the

said conditions.

Receipt No. Dated at From the M.J.P. in respect

or Bank 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 M.J.P. 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.

Contractor Signature of Contractor before Submission of tender

Day of 2012

Address

Witness

Address

Signature of Witness to Contractor’ Signature

Occupation

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

Pradhikaran.

Executive Engineer

( or his duly authorized Assistant )

Page 46: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

44

Contractor Executive Engineer

CLAUSES

Page 47: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

45

Contractor Executive Engineer

CONDITIONS OF CONTRACT

Clause I : Security Deposit

(Modification as per the GR PWD No. CAT-1087 / CR-74 /

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 hers,

executors, administrators and assigns) shall (A) within ten days

(which may be extended by the Superintending Engineer

concerned up to 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 M.J.P. 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 money so

payable; such deduction to be held by M.J.P. by way of

security deposit). Provided always that in the event of the

Contractor depositing a lump sum 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 M.J.P. 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 make up all

Page 48: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

46

Contractor Executive Engineer

compensation or other sum of money payable by the Contractor

to M.J.P. 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 M.J.P. 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 the cost may at the

cost of the depositor be converted into interest being securities

provided that the depositor has expressly desired this in

writing.

If the amount of the security deposit to the paid in a lump sum

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 up to 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 M.J.P. shall be released after expiry of

period up to which the Contractor has agreed to maintain the

work in

Page 49: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

47

Contractor Executive Engineer

Good order is over. In the event of the Contractor failing or

neglecting to complete rectification work within the period up

to which the Contractor has agreed to maintain the work in

good order then subject to provision of Clause 17 to 20 hereof

the amount of security deposit retained by M.J.P. shall be

adjusted towards the excess cost incurred by the M.J.P. 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 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 as per Mile

stone stipulated vide special conditions.

1) ¼ of the work in ¼ of the time

2) ½ of the work in ½ of the time

3) 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 contract after taking into

consideration the circumstances of each case.

Page 50: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

48

Contractor Executive Engineer

The following proportion will usually be found

suitable in ¼, ½, ¾ of the time

Reasonable progress of earth of work 1/6, 1/10, 8/10

of the total value of the work to be done. In the event

of the Contractor failing to comply with this

conditions he shall be liable to pay as compensation an

amount equal to 1% of the estimated cost put to tender

or such smaller amount as Superintending Engineer

(Whose decision is in writing shall be final), may

decide of the said estimated cost of the whole work for

every day that the due quantity of work remaining in

complete provide always that the total amount of

compensation to be paid under the provision of these

clause shall not exceed to 10% (Ten Percent) of the

estimated cost of work as shown in the tender.

Superintending Engineer shall be final authority in this

respect irrespective of the fact that the tender is

accepted by Chief Engineer / Superintending Engineer

/ Executive Engineer.

Clause 3

In 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 M.J.P. shall have power to adopt any

Action when whole

of security deposit is

forfeited.

Page 51: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

49

Contractor Executive Engineer

of the following courses, as he may deem best suited

to the interest of the M.J.P.

a) To rescind the contract (for which rescission

notice in writing 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 M.J.P.

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 as to the cost and other allied

expenses so incurred and as to have value of the

work so done departmentally shall be final and

conclusive against the Contractor.

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

Page 52: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

50

Contractor Executive Engineer

staff including the cost of work charges

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 there for 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 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 M.J.P. under the contract or

Page 53: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

51

Contractor Executive Engineer

otherwise howsoever, or from his security

deposit or the sale proceeds thereof,

provided however, that the Contractor shall have no

claim against M.J.P. 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 advance on account of

or with a view to the execution of the work or the

performance of the contract.

Clause 4

If 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.

Action when the

progress of any

particular portion of

the work is

unsatisfactory.

Clause 5

In any case in which any of the powers conferred upon

the Executive Engineer by Clause 3 and 4 hereof shall

have become exercisable and the same shall not have

been exercised the non-exercise there of shall not

Power to take

possession of or sell

contractor’s plant.

Page 54: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

52

Contractor Executive Engineer

constitute a waiving of any of the condition hereof and

such powers shall notwithstanding be exercisable in

the event of any futer 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 liability of the Contractor of

past and future compensation shall remain unaffected.

In the event of the Executive Engineer taking action

under Sub-Clause (a) or (c) of Clause3, 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 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 authorized 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 expenses 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 expenses

of any such sale shall be final and conclusive against

Page 55: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

53

Contractor Executive Engineer

the Contractor.

Clause 6

If the Contractor shall desires an extension of the time

for completion of work on the ground 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 which the cause for asking for

extension occurred, whichever is earlier and the

Executive Engineer in his opinion, or 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

Clause 7

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-

Final Certificate

Page 56: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

54

Contractor Executive Engineer

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 of the same as he think 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 realized by the sale thereof.

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

Page 57: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

55

Contractor Executive Engineer

work actually done and completed, and shall not

preclude the Engineer-in-charge from requiring any

bad, unsound imperfect or unskillful work to be

removed or taken away and reconstructed or re-erected

nor shall any such payment be considered as an

admission of the due performance of the contract or

any part thereof in any respect or the occurring of any

claim nor shall it conclude, determine or affect in any

other way the powers of the Engineer-in-charge as to

the final settlement and adjustment of the accounts or

otherwise, or in any way vary 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 in 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.

Clause 9

The rate for several items of work estimated to cost

more than Rs. 1000/- agreed to shall be valid only

when the items concerned are accepted as having been

completed fully in accordance with the sanctioned

specifications. In case where the items of work are no

accepted as so completed in the Engineer-in-charge

may make payment no account of such items at such

reduced rated as he may consider reasonable in the

preparation of final or on account bills.

Payment of reduced

rates on account of

items of work not

accepted as

completed to be at

the discretion of the

Engineer-in-charge.

Page 58: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

56

Contractor Executive Engineer

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 authorized 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 respect.

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 hereinafter

provided for such work.

Bills to be on printed

forms.

Clause 12

Page 59: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

57

Contractor 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 M.J.P. 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 charges 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 proposals of sale thereof if the security

deposit is held in Government securities. The same on

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

M.J.P. 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.

Stores supplied by

M.J.P.

Any such materials unused and in perfectly good

condition at the time of completion or determination of

the contract shall be returned to the M.J.P. stores if the

Engineer-in-charge so requires by a notice in writing

in given under his hand, but the Contractor shall not be

Page 60: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

58

Contractor Executive Engineer

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.

Clause 12(A)

All stores of control material such as cement, steel etc.

to be supplied by the M.J.P. 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 M.J.P., 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,

drawings, orders

etc.

1. ESR GSR

2. Gravity Main, Rising Main, Switch House,

Installation of Pumping Machinery after

80% work of storage tank is completed.

3. Distribution System

Page 61: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

59

Contractor Executive Engineer

4. Stand Posts

The Contractor shall also confirm 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 Rs.1/- per working drawing

except where otherwise specified.

Clause 14

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 connections which may be given to

him in writing signed by the Engineer-in-charge and

such alternation shall not in validate 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 agreed to do

the main work, and at the same rates as are specified in

Alteration in

specifications and

designs not to invalid

contract.

Rates for work not

entered in estimate

or schedule of rates

of the district.

Page 62: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

60

Contractor Executive Engineer

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 and 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 Rate 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 carryout the work,

inform the Engineer-in-charge in change 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 by notice 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 rate as aforesaid according to

such rate or rates as shall be fixed by the Engineer-in-

charge. In the event of dispute, the decision of the

Superintending Engineer of the Circle will be final.

Where however, the work is to be executed according

Page 63: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

61

Contractor Executive Engineer

to designs, drawings and specifications recommended

by the Contractor and accepted by the Competent

Authority, the alternatives above referred to shall be

within the scope of such design, drawings and

specifications appended to the tenders.

The time limit for the completion of the work shall be

extended in the proportion that the increase in its cost

occasioned by alternations or additions bear to the cost

of the original contract work and certificate of the

Engineer-in-charge as to such proportion shall be

conclusive.

Clause 15

1. If any time after the execution of the contract

documents the Engineer-in-charge shall for

reason whatsoever to other (then default on the

part of the Contractor for which the M.J.P. 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

No claim to any

payment or

compensation for

alteration or

restriction of work.

Page 64: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

62

Contractor Executive Engineer

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.

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 obligations to complete the

remaining unexecuted work under his contract.

On receipt of such notice the Engineer shall

proceed to complete the measurements 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

Page 65: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

63

Contractor Executive Engineer

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 peculiary 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 or

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 or such

suspension or in respect of any suspension

whatsoever occasioned 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-

Page 66: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

64

Contractor Executive Engineer

clause (2) on account of continued

suspension of work for a period exceeding

90 days.

iii) Curtailment in the quantity of items

originally tendered on account of any

alteration, omission or substitutions in the

specifications, drawings, designs or

instructions under Clause15(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 the

tender is more than Rs. 5,000/-.

It shall be open to the Contractor within 90 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 or (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 contracted work before receipt by him of the

notice of stoppage, suspension or curtailment and

require the M.J.P. to take over on payment such

material at the rates determined by the Engineer,

provided, however, that such rated shall in no case

exceed the rates at which the same was acquired by the

Contractor. The M.J.P. shall thereafter take over the

material so offered, provided the quantities offered are

not in excess of the requirements of the unexecuted

Page 67: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

65

Contractor Executive Engineer

work as specified in the accepted tender and are of

quality and specification approved by the Engineer.

Clause 15(A)

The Contractor shall not be entitled to claim any

compensation from M.J.P. for the loss suffered by him

on account of delay by M.J.P. 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 M.J.P.

i) Difficulties relating to the supply of railway

wagons.

ii) Force major.

iii) Act of God.

iv) Act of enemies of the State or any other

reasonable cause beyond the control of M.J.P.

In the case of such delay in the supply of materials,

M.J.P. shall grant 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.

Time limit for

unforeseen claims.

Clause 16

Under no circumstances whatsoever shall the

Contractor be entitled to any compensation from

M.J.P. on any account unless the Contractor shall have

Action of

compensation

payable in case of

Page 68: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

66

Contractor Executive Engineer

subtitled claim in writing to the Engineer-in-charge

within one month of the case of such claim occurring.

bad work.

Clause 17

If at the 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 so 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 continues and in the event of any such

Page 69: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

67

Contractor Executive Engineer

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 therefor.

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 work shall have been given to the Contractor,

either himself be present to receive orders and

instructions or have responsible agent duly accredited

in writing present for that purpose. Orders given to the

Contractor’s duly authorized 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.

Clause 19

The Contractor shall give not less than five day’s

notice in writing to the Engineer-in-charge or his

subordinate in-charge of the work before covering up

Notice to be given

before work is

covered.

Page 70: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

68

Contractor Executive Engineer

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 and 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.

Clause 20

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

Contractor liable for

damage done and for

imperfection for

three months after

certificate.

Page 71: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

69

Contractor Executive Engineer

supervision of 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 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 forth with on

demand pay to the M.J.P. the amount of such costs,

charges and expenses sustained or incurred by the

M.J.P. 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 M.J.P., the same may be

recovered from the Contractor as arrears of land

revenue. The M.J.P. shall also be entitled to deduct the

same from any amount which may then be payable or

which may thereafter become payable by the M.J.P. 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 M.J.P. During defect liability

period, the work of delay 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

Page 72: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

70

Contractor Executive Engineer

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:

1. Head Works

a) River head work including those at storage

dams, infiltration galleries, trench galleries, bank

pitching, intake works, connecting pipes,

approach bridges etc.

b) Anicuts or weir, earthen / masonry dams and

ancillary works.

c) Nalla / canal head works inclusive of infiltration

wells, connecting pipes, production and

percolation wells, etc.

d) Tube wells, bore wells etc.

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

Five years

Five years

Three years

One years

One year.

H. Treatment Plants.

a) Water treatment plant and sewage, treatment

plant based on Contractor's design.

b) Water treatment plant and sewage,

treatment plant based on Departmental designs.

c) Repairs to the treatment plants at (a) and

(b) above.

III. ESR / GSR / BPT, Sump and Pump House etc.

a) Based on Contractor's own design.

b) Based on Departmental design.

Five years

Three years

Two years

Five years.

Three years

Two years

Page 73: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

71

Contractor Executive Engineer

c) Special repairs to ESR/GSR/BPT

d) Ordinary repairs to ESR/GSR/BPT

Sump and Pump House etc.

One year.

IV. Pipe Lines.

a) Pumping Mains, Gravity Mains, Leading

Mains including intercepting outfall sewer in case of

sewerage scheme.

b) Distribution system, laterals, branch sewers of sewerage

system etc.

c) Repairs to pipe lines under the works at (a) and (b)

above.

Two years

One year.

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

The Contractor shall supply at his own cost all material

(except such special materials, if any, as may in accordance

with the contract be supplied from the M.J.P. stores), plant,

tools, appliances, implements, ladders, cordage's, tackles,

scaffolding and temporary works requisite or proper for the

proper execution of the work, in the original, altered or

substituted form and whether included in the specification

or other documents forming part of the contract or referred

to in these conditions or not and which may be necessary for

the purpose of satisfying or complying with the requirements

Contractor to

supply plant

ladders, scaffoldings

etc.

Page 74: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

72

Contractor Executive Engineer

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

there for to and from the work. The Contractor shall also

supply without charge 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 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 possession and which he

proposes to use on the work should be submitted along

with the tender.

And is liable for

Damages arising from

non provision of

tights* fencing etc.

Clause 21 A

The Contractor shall provide suitable scaffolds and working

platforms, gangways and stairways and shall comply with

Page 75: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

73

Contractor Executive Engineer

the following regulations in connection therewith.

a) Suitable scaffolds shall be provided for workmen for all

works that cannot be safely done from a ladder or by

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 by competent workers

possessing adequate experience in this kind of

work.

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 no part thereof can

be displaced in consequence of normal use.

e) Scaffolds shall not be 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

Page 76: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

74

Contractor Executive Engineer

competent person.

h) Before allowing a scaffold 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 :-

ii) be so constructed that no part thereof can sag

unduly or unequally,

iii) 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

iv) be kept free from any unnecessary

obstruction.

j) In the case of working platform, gangways, working

places and stairways at a height exceeding 3 meters (to

be specified).

i) every working platform, gangways shall be

closely boarded unless other adequate measures

are taken to ensure safety.

ii) every working platform, gangway shall have

adequate width, and

iii) every working platform, gangway, working place

and stairway shall be suitably fenced.

k) Every opening in the floor of a building or in a

working platform shall except for the time and so the

extent required to allow the excess of persons or the

transport or shifting of material be provided with

Page 77: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

75

Contractor Executive Engineer

suitable means of prevent the fell of persons or material.

1) When persons are employed on a roof where there is a

danger of falling from a height exceeding 3 meters (to

be specified) suitable precautions shall be taken to

prevent the fell 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

platform and other working places.

o) The Contractor will have to make payments to labourers

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 anchorage's 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 and 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

Page 78: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

76

Contractor Executive Engineer

use and be re-examined in position at intervals to be

prescribed by the M.J.P.

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.

i) 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.

g) In case of every hoisting machine and every chain, ring,

hook, shackle, swivel and pulley block used in

hoisting or lowering or as 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 sale working load and the

conditions under which it is applicable shall be clearly

indicated.

j) No pact 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,

Page 79: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

77

Contractor Executive Engineer

1) Hoisting appliances shall be provided with such means

as will reduce to minimum and the risk of the

accidental descent of load.

m) Adequate precautions shall be taken to reduce to a

minimum the risk of any part of suspended load

becoming accidentally displaced.

Clause 22

The 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 take necessary measures to

prevent such fire spreading to or otherwise damaging

surrounding property.

The Contractor shall make his own arrangements for

drinking water for the labour employed by him.

Clause 23

Compensation for all damages done intentionally or

unintentionally by Contractor's labour whether in or beyond

the limits of the M.J.P. 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

Measures for

prevention of fire.

Liability of

Contractor for any

damage done in or

outside work/area

Page 80: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

78

Contractor Executive Engineer

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 M.J.P. to Contractor under

this contract or otherwise.

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 works in

neighborhood of soldiers barracks should be avoided as far

as possible

Clause 25

No work shall be done on Sunday without the sanction in

writing of Engineer-in-charge.

Work on Sunday the

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 creditors 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

Contract may be

rescinded and security

deposit forfeited for

subletting it without

approval or for bribing

a Public Officer or if

Contractor becomes

insolvent.

Page 81: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

79

Contractor Executive Engineer

employment of M.J.P. in any way relating to his office or

employment or if any such officer or person shall become in

any way directly or indirectly interested in the contract, and

the security deposit of the Contractor shall thereupon stand

forfeited and be absolutely at the disposal of M.J.P. and the

same consequences 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.

Clause 27

All sums payable by a Contractor by way of compensation

under any of conditions shall be considered as a reasonable

compensation to be applied to the use of M.J.P. without

reference to the 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 time 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 out.

Directions and

control of the

Superintending

Engineer.

Clause 30.1

Page 82: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

80

Contractor Executive Engineer

Except where otherwise specified in the contract and

subject to the powers delegated to him by M.J.P. 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 herein be for mentioned

and as to the quality of workmanship, or materials used on

the work or as to any other question, claim right matter or

things whatsoever in any way arising out of or releasing to

the contact designs drawing, 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 work, or after

the completion or abandonment thereof.

Clause 30.2

The Contractor may within thirty days of receipt by him or

any order passed by the Superintending Engineer of the

Circle as 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)

b) amount of claim is not less than Rs.lO lakhs

(Rupees Ten Lakhs)

Clause 30.3

If the Contractor is not satisfied with the order passed by the

Chief Engineer as aforesaid, the Contractor, may within

Page 83: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

81

Contractor Executive Engineer

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 M.J.P. shall

put up to the M.J.P. for suitable decision.

Clause 31

The Contractor shall obtain from M.J.P.'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 therefor or in

connection therewith unless he has obtained permission in

writing from 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

M.J.P.

Clause 32

When the estimate on which a tender is made includes lump

sums 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

Lump sums in

estimates

Page 84: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

82

Contractor Executive Engineer

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 lump sum

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 provisions of this clause.

Clause 33

In the case of any class of work for which there is no such

as is mentioned in Rule 1 of Form B-l, such work shall

specifications. 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 expression 'Work' or 'Works' where used in these

conditions, shall unless there be something in the subject or

context repugnant to such construction, be constructed to

mean the work or work 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 35 The 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

Clause 36

All quarry fees, royalties and ground rent for stacking

materials, if any, should be paid by Contractor instructions

as per circular dated 11/08/2003 should be followed by the

Refund of quarry

fees and royalties.

Page 85: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

83

Contractor Executive Engineer

contractor.

Clause 37

The 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

MJ.P. as principal under sub-section (1) of Section 12 of

the said Act on behalf of the Contractor, it shall be

recoverable by the MJ.P. 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.

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 M.J.P. the same shall be

recoverable from the Contractor forthwith and be deducted

without prejudice to any other remedy of the M.J.P. from any

amount due or that may become due to the Contractor

Clause 37 (B)

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 equipment's

Page 86: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

84

Contractor Executive Engineer

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 provisions of

'The Apprentices Act, 1961' (of 1961), the rules made there

under 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 any special provisions contained

in the specifications prescribing a different percentage of permissible variation

in the quantity of the item does not exceed the tender quantity by beyond this

Page 87: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

85

Contractor Executive Engineer

limit at the rate of the items specified in the tender is not more than Rs. 10,000/-.

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 the market.

The said rates being increased or decreased as the case may be 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 the operation of this

Clause, this cost shall be taken as Rs. 1,55,44,207- (Rs. One Crore Fifty Five

Lacks Forty Four Thousands Two Hundred Seven only) for the year 2011 -

2012.

4. This 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

provisions of Clause 15 only when the amount of such reduction beyond 25%

at the rate of the item specified in the tender is more than Rs. 5,000/-. This

reduction is exclusively the reduction in clause numbers 2, 1,4, of work and

site condition.

5. There is 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. 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 authorized by the Executive Engineer in charge in writing the

Page 88: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

86

Contractor Executive Engineer

contractor should not execute the excess quantity beyond the quantities

specified in the tender.

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 upto Rs.3.00 lakh, Superintending

Engineer upto Rs. 10.00 lakh, Chief Engineer upto Rs.30.00 lakh and

more than Rs.30.00 lakh approval from Member Secretary is essential

(No limit) or it may be payable as per existence of orders of payments at

the time of excess quantities cropped up.

c. Till the approval from appropriate authority is received the Executive

Engineer can make payment to the extent of 50% of the value of the

work (for quantities beyond quantities payable at tender rates) subject

to the condition that the proposal for approval of payment of excess

quantities is at least 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

advance payment against the total payment due after approval from the

competent authority.

Clause 39

The Contractor shall employ any famine, convent 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

Page 89: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

87

Contractor 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 rates are inclusive for hard or cracked soil, the work

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

compartments.

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.

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

emaciation or which is immature shall be employed

on the work.

Minimum age of

persons employed,

the employment of

donkeys and other

animals and the

payment of fair

wages.

iv) The Engineer-in-charge or his agent is authorized 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 M.J.P. for any delay caused in the

completion of the work by such removal.

v) The Contractor shall pay fair and reasonable wages to the workmen

Page 90: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

88

Contractor Executive Engineer

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 M.J.P. at the

sanctioned tender rates.

vi) Contractor shall provide drinking water facilities to the workers. Similar

amenities shall be provide to the workers engaged on large work in urban

areas.

vii) Contractor to take precautions against accidents which take place on account

of labour using loose garments while working near machinery.

Clause 44.

Payment to Contractor shall be make by cheque drawn on

any treasury within the division convenient to them, provided

the amount exceeds Rs.10/-. Amounts not exceeding

Rs.lO/- will be paid in cash.

Method of payment.

Clause 45.

Any Contractor who does not accept these conditions shall

not be llowed 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 villages situated within 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

Employment of arcity

labour.

Page 91: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

89

Contractor Executive Engineer

any person to whom the 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.

Clause 47.

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 provisions 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 Preventing 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 exercise 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 pre4judice to any other action that may be taken

against the Contractor.

Clause 48.

In case of materials that may remain surplus with the

Page 92: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

90

Contractor Executive Engineer

Contractor from those issued, the date of ascertainment of

the materials being surplus will be taken as the date of sale

for the purpose of Sales Tax and the Sales Tax will be

recovered on such sale.

Clause 49.

The 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 there after 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 50.

The Contractor shall pay the labourers 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. The Contractor shall comply with the provision 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 also be liable for any pecuniary liability

arising on account of any violation by him of the provision

of the Act. The Contractor shall pay the laborers skilled

and unskilled according to wages prescribed by Minimum

Wages to be paid to the

skilled and unskilled

labourers engaged by

the Contractor.

Page 93: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

91

Contractor Executive Engineer

wages Act applicable for the area in which the work lies.

Clause 51.

All amounts whatsoever which the Contractor is liable to pay to the M.J.P. 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 M.J.P. to the

Contractor (ii) hie charges in respect of heavy plant, machinery and equipment

given on hire by the M.J.P. to the Contractor for execution by him of the work and /

or for which advances have been given by the M.J.P. to the contractor shall be

deemed to be arrears of land revenue and the M.J.P. may without prejudice to any

other rights and remedies of the M.J.P. recover the same from the contractor as

arrears of land revenue.

Clause 52

The 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

work. In particularly 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 MJ.P. 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 MJ.P. to such workers

Page 94: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

92

Contractor Executive Engineer

shall be deemed to be arrears of land revenue and the MJ.P. shall be entitled to

recover the same as such from the Contractor or deduct the same from the amount

payable by the MJ.P. to the Contractor hereunder or from any other amounts

payable to him by the Maharashtra Jeevan Pradhikaran.

Clause 53

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, Jhabba etc.

Clause 54

The Contractor shall comply with the provision 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 beach 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 55

In view of the difficult position regarding the availability of foreign exchange, no

foreign exchange be released by the MJ.P. for the purchase of the plant and

machinery required for the execution of the contract work.

Clause 56

Price variation Clause ……….. to be delated. ……….

Clause 57

In case of dispute regarding the provision of any items precedence to

decide the provisions will be as below: Provision in Schedule ‘B' Specifications

Drawings Points quoted in the Memorandum of understanding.

Page 95: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

93

Contractor Executive Engineer

Clause 58

Insurance policy — Government of Maharashtra Marathi Resolution No. dated

19/08/1998.

1. 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. Opp. Kalanagar, Bandra ( F), Mumbai 51". (Tel. No.

6438461/16438690) Insurance policy / policies taken out from any other company

will not be accepted. However, if the contractor desire to effect insurance with

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 contractors is not on co-insurance basis ( G. I. F. 60% and Insurance

company 40% ) the same will not be accepted and the amount of premium

calculated by the Director of Insurance will be recovered directly from the

amount payable to the contractors for the executed contract work which shall be

noted by the contractor, from the date of work order for the following events

which are due to the contractor's risk.

a) Loans of or damage to the civil and mechanical and electrical equipment

supplied / installed including the materials such as pipes, valves, specials etc.

brought on site.

b) Loss of or damage to contractor's equipment including his vehicles..

c) Loss of or damage to property ( except the work, plant material and

equipment) in connection with the contractor and ;

d) Personal injury or death due to vehicles of the contractor and / or due to any

accident that may arise at or around site to the contractor personal to the M.J.P.

Page 96: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

94

Contractor Executive Engineer

staffer to any other person not connected with M.J.P. / contractor.

2. Policies and certificates for Insurance shall be delivered by the contractor to

the Engineer for the Engineer's approval before the date of actual starting of

work. All such Insurance shall provide for compensation to be payable in the types

of proportions of currencies required to rectify the loss of damage incurred.

3. If the contractor does not produced any of the policies and certificates

required, the Engineer may effect the Insurance for which the contractor should

have produced the policies and certificates and recover the premiums it has paid

from payments otherwise due to the contractor or, if no payment is due, the

payment of the premiums shall be of debt due.

4. Alteration to the terms of an Insurance shall not be made without the approval

of the Engineer.

5. The minimum Insurance cover for loss and damages to physical property,

injury and death shall be 10% of the contract cost per occurrence with No. of

occurrences as 4 (four). After each occurrence the contractor shall pay additional

premium necessary so as to keep the insurance policy valid always till the defect

liability period is over.

6. No payment will be released to the contractor until the insurance coverage

with the Government Insurance fund, Maharashtra State is provided and unless

the proof of Insurance coverage is produced by the contractor to the Engineer-

in-charge.

C.A.R. (contractor's all risk policy ) Insurance will have to be done before start of

the work.

CLAUSE 59

The contractor shall provide and maintain barricades, guards, guard rails,

temporary bridges and walkways, watchmen, headlights and appliance and

safeguards to protect the work, life, property, the public, excavations,

equipment's and materials, Barricades shall be substantial construction and shall

Page 97: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

95

Contractor Executive Engineer

be painted such as to increase their visibility at night. For any accident arising

out f the neglect of above instructions, the contractor shall 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 owning to neglect of the above

precautions and to pay all damages and costs which may be awarded in any such

suite, action or proceedings to any such person or which may with consent of the

contractor be paid in compromising any claim by any such person.

CLAUSE 60 :

All equipment's / materials shall be supplied and work should be carried out as

per tender specifications, terms and conditions only. If any defects observed during

defect liability period should be attended immediately and shall be rectified as per

the instructions of Engineer-in-charge, otherwise the agency's name will be

reported to the higher authorities for black listing the agency.

Executive Engineer

Maharashtra Jeevan Pradhikaran

Water Management Division,

Sangli.

Page 98: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

96

Contractor Executive Engineer

Material Schedule - A

Page 99: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

97

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

MATERIAL SCHEDULE – A

Sr. No.

Particulars Approximate Quantity

Unit Rate at which material will be

supplied

Place of Delivery

NIL

Executive Engineer

Maharashtra Jeevan Pradhikaran

Water Management Division,

Sangli.

Page 100: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

98

Contractor Executive Engineer

Recapulation Sheet

Page 101: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

99

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

RECAPITULATION SHEET Sr. No Description of Sub

work Cost

A Raw Water Pumping Machinery @ Isbavi

Head Works

84,34,862.00

B Pure Water Pumping Machinery for

Katphal, Mahud, Wanichinchale, MBR @ W.T.P. Shirbhavi & Kole M.B.R> @ Manegaon Pump

House

26,54,401.00

C Pure Water Pumping Machinery for

Manegaon MBR @ WTP Shirbhavi

43,60,958.00

D Pure Water Pumping Machinery fo

Kidbisari ESR @ Kole Pump House

93,986.00

Total Rs. 1,55,44,207.00

Executive Engineer

Maharashtra Jeevan Pradhikaran

W M Division, Sangli.

Page 102: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

100

Contractor Executive Engineer

Schedule “B” of B-1 Tender

Page 103: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

101

Contractor Executive Engineer

Page 104: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

102

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI

Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme, Tal - Sangola, Dist -Solapur.

Providing, erecting, commissioning with satisfactory test & trial of Vertical Turbine Pumping Machinery, At Isbavi Head Works

SCHEDULE " B " of B-1 TENDER

Memorandam showing the items of works to be carried out by the Contractor

SUB WORK NO- A ) Estimated Cost Rs.- 84,34,862.00

Qty Unit Description Rate Per Amount

In Fig In Words

1 2 3 4 5 6 7

Item No-1 ) Removing of 475 HP Motor

2 No Removing of Vertical Solid Shaft 3.3 kV Motor from Vertical Turbine Pump set from Motor Stool as per detailed specifications enclosed.

2,464.00 Rs. Two thousand four hundred sixty four only.

No 4,928.00

Item No-2 ) Removing of 475 HP V.T. Pump Set

2 No Removing of existing 475 HP Vertical Turbine Pump set with all Column Pipes, Line Shaft, discharge head etc complete as per detailed specifications enclosed

13,167.00 Rs. Thirteen thousand one hundred sixty seven only.

No 26,334.00

Page 105: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

103

Contractor Executive Engineer

Qty Unit Description Rate Per Amount

In Fig In Words

1 2 3 4 5 6 7

Item N0- 3 ) Vertical Turbine Pump Set

2 Nos Supply & providing, installing, commissioning & giving satisfactory test and trial @ of V.T. Pump multistage Water lubricated complete with bowl assembly, column pipe & discharge head ,strainer, on provided / RSJ / RCC beam including erecting on sole plate with RSJ base frame blue matching. The pump shall be capable of discharging 131 LPS. against at a total head of 185 M , ERW Colum Pipe of 300 mm diameter. length of column pipe 22.5 Mtr. including bowl assembly & Cast steel bowl, Impeller of CF 8 M, Impeller & Line shaft of AISI 410 , Line shaft bearing of rubber line in bronze shell & SS strainer ,all fasteners shall be of SS only having at a speed of 1500 R.P.M. synchronous suitable for existing 475 HP, 3.3 kW VSS Motor as per detailed specifications enclosed.

41,98,104.00 Rs. Forty one Lacs & ninety eight thousand one hundred & four only.

No 83,96,208.00

Item No-4 ) Re-erection of 475 HP VSS Motor

2 Nos Re-erection of existing 475 HP Vertical Solid Shaft Motor on above Pump & commissioning of Vertical Turbine Pump set & giving satisfactory test & trial as per detailed specifications enclosed.

3,696.00 Rs. Three thousand six hundred ninety six only.

No 7,392.00

Total 84,34,862.00

Page 106: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

104

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI

Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme,

Tal - Sangola, Dist -Solapur.

Providing, erecting, commissioning with satisfactory test & trial of Centrifugal Multistage Pumping Machinery, At Shirbhavi WTP

for Katphal, Wanichinchale, Mahud & Manegaon to Kola.

SCHEDULE " B " of B-1 TENDER

Memorandam showing the items of works to be carried out by the Contractor

SUB WORK – B ) Estimated Cost Rs.- 26,54,401.00

Qty Unit Description Rate Per Amount

In Fig In Words

1 2 3 4 5 6 7

I ) CENTRIFUGAL PUMP SET FOR KATPHAL MBR

Item No-1 ) Removing of 100 HP Motor 1 No Removing & Re-eretion of 100 HP,Horizontal foot Mounted 415V Motor

from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.

1,584.00 Rs. One thousand five hundred eighty four only.

No 1,584.00

Item No-2 ) Centrifugal Multistage Pump Set

1 No Supply & Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set capable of discharging 28 LPS against a total head of 153 Mtr. from all causes along with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 130 to 164 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.

4,98,400.00 Rs. Four Lacs ninty eight thousand four hundred only.

No 4,98,400.00

Page 107: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

105

Contractor Executive Engineer

II )CENTRIFUGAL PUMP SET FOR WANICHINCHALE MBR

Item No-1 ) Removing of 170 HP Motor 1 No Removing & Re-eretion of Horizontal foot Mounted 170 HP,415V Motor

from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.

2,376.00 Rs. Two thousand three hundred seventy six only.

No 2,376.00

Item No-2 ) Centrifugal Multistage Pump Set

1 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set capable of discharging 41 LPS against a total head of 175 Mtr. from all causes along with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 148 to 187 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.

5,94,196.00 Rs. Five Lacs ninety four thousand one hundred ninety six only.

No 5,94,196.00

III ) CENTRIFUGAL PUMP SET FOR MAHUD MBR

Item No-1 ) Removing of 110 HP Motor

1 No Removing & Re-erection of Horizontal foot Mounted 170 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.

1,584.00 Rs. One thousand five hundred eighty four only.

No 1,584.00

Page 108: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

106

Contractor Executive Engineer

Item No-2 ) Centrifugal Multistage Pump Set

1 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pumpset set capable of discharging 30 LPS against a total head of 158 Mtr. from all causes alon with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 134 to 169 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.

4,99,275.00 Rs. Four Lacs ninety nine thousand two hundred & seventy five only.

No 4,99,275.00

IV ) CENTRIFUGAL PUMP SET FOR KOLE MBR ( AT

MANEGAON SUMP )

Item No-1 ) Removing of 180 HP Motor

1 No Removing of existing Horizontal foot Mounted 180 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.

1,056.00 Rs. One thousand fifty Six only.

No 1,056.00

Item No-2 ) Removing of 180 HP C / F Pump

1 No Removing of existing 180 HP Centrifugal Pump Set from base frame as per detailed specifications enclosed.

647.00 Rs. Six hundred forty seven only.

No 647.00

Item No-3 ) Centrifugal Multistage Pump Set

1 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set set capable of discharging 43 LPS against a total head of 181 Mtr. from all causes alon with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 154 to 194 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.

5,94,195.00 Rs. Five Lacs ninety ninty four thousand one hundred & ninety five only.

No 5,94,195.00

Item No 4 ) SPDP Foot Mounted Motor ( 180 HP )

Page 109: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

107

Contractor Executive Engineer

1 Nos Providing, erecting & giving satisfactorily test & trial of Foot Mounted SPDP Motor, 1500 RPM squirrel cage Induction Motor, confirming to IS 325 having continuous rating suitable for operation at 415 Volts, + / - 10 % , 3 Phase, 50 Hz, + / - 3 % with " F " class insulation temperature rise limited to " B " class isulation

4,61,288.00 Rs. Four lacs sixty one thousand two hundred eighty eight only.

No 4,61,288.00

Total 26,54,401.00

Contractor No. of corrections

Page 110: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

108

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI

Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme,

Tal - Sangola, Dist -Solapur. Providing, erecting, commissioning with satisfactory test & trial of Centrifugal Multistage Pumping Machinery, At Shirbhavi WTP for Manegaon

SCHEDULE " B " of B-1 TENDER Memorandam showing the items of works to be carried out by the Contractor

SUB WORK NO- C ) Estimated Cost Rs.- 43,60,958.00

Qty Unit Description Rate Per Amount

In Fig In Words

1 2 3 4 5 6 7

I ) CENTRIFUGAL PUMP SET FOR MANEGAON MBR

( AT SHIRBHAVI WTP )

Item No-1 ) Removing & Re-erection of 240 HP Motor 1 No Removing & Re-erection of existing Horizontal foot Mounted

240 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame & also Re-erection as per detailed specifications enclosed.

3,168.00 Rs. Three thousand one hundred sixty eight only.

No 3,168.00

Item No-2 ) Removing of 240 HP Motor

1 No Removing of existing Horizontal foot Mounted 240 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.

1,408.00 Rs. One thousand four hundred eight only.

No 1,408.00

Page 111: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

109

Contractor Executive Engineer

Item No-3 ) Removing of 240 HP C / F Pump

2 No Removing of existing 240 HP Centrifugal Pump Set from base frame as per detailed specifications enclosed.

740.00 Rs. Seven hundred forty only.

No 1,480.00

Item No-4 ) Centrifugal Multistage Pump Set

2 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set capable of discharging 66 LPS against a total head of 153 Mtr. from all causes along with base frame, coupling, coupling guard, foundation bolt, Casing shall be of Cast steel, Impeller shall be of CF 8 M ( SS ), Pump shaft shall be of SS 410 suitable for working in head range of 130 to 164 M etc. & running @ normal speed of 1500 RPM (Synchronous) as per detailed specifications enclosed.

14,90,337.00 Rs. Fourteen Lacs ninety thousand three hundred thirty seven only.

No 29,80,674.00

Item No 5 ) SPDP Foot Mounted Motor ( 240 HP ) 2 No Providing, erecting & giving satisfactorily test & trial of Foot

Mounted SPDP Motor, 1500 RPM squirrel cage Induction Motor, confirming to IS 325 having continuous rating suitable for operation at 415 Volts, + / - 10 % , 3 Phase, 50 Hz, + / - 3 % with " F " class insulation temperature rise limited to " B " class isolation

6,87,114.00 Rs. Six lacs eighty seven thousand one hundred fourteen only.

No 13,74,228.00

Total 43,60,958.00

Contractor No. of corrections Executive Engineer

Page 112: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

110

Contractor Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI

Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme,

Tal - Sangola, Dist -Solapur. Providing, erecting, commissioning with satisfactory test & trial of Submersible Pumping Machinery,For filling Kidbisari ESR, At Kole Pump House

SCHEDULE " B " of B-1 TENDER Memorandam showing the items of works to be carried out by the Contractor

SUB WORK- D Estimated Cost Rs.- 93986.00

Qty Unit Description Rate Per Amount

In Fig In Words

1 2 3 4 5 6 7

Item No-1I ) SUBMERSIBLE PUMP SET ( 150 mm Dia.)

1 No Providing, Commissioning & giving test & trial of @ site of work Submersible Pump set Con to IS 8034 & motor confirming to IS 9283, with Waterproof winding. Pump shall be suitable for 137 Mtr head & having a discharge of 3.1 LPS with Stainless steel shaft. Motor suitable for working on 415 V + / - 10 %, 3 pase, 50 Hz. A.C. Supply, with cable guard, thrust carbon / fibre bearing to withstand entire hydraulic thrust. The pump set shall be suitable for direct coupling, with suitable suction strainer. Pump should have suitable discharge outlet as per manufacturer's design. Anti thrust streamlined non return valve shall be provided with the pump. 3 m submersible copper conductor cable in single / double run & 2 pairs of suitable size erection clamp 10 mm thick shall be provided as per detailed specifications attached.

35,028.00 Rs. Thirty five thousand Twenty Eight only.

No 70,056.00

Page 113: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

111

Contractor Executive Engineer

20 Mtr I /T No- 2 ) G.I. PIPES

Providing erecting 80 MM dia "B" class G.I. Pipe in pieces of 1.5 Mtr both end flanged for suction & delivery with all jointing materials etc as per detailed specifications enclosed.

366.00 Rs. Three Hundred Sixty six only.

No 7,320.00

80 Mtr Item No-3 ) Submersible Cable

Designing, providing & laying commissioning with satisfactory test & trial of 1 X 3 X 2.5 sqmm PVC sheathed copper conductor flat submersible cable for Motor etc complete as per detailed specifications enclosed..

96.00 Rs. Ninety Six only.

No 7,680.00

Item No-4 ) PVC Pipe

40 Mtr Providing, laying 40 mm dia. PVC pipe underground cable with excavation & refilling etc complete as per detailed specifications enclosed.

40.00 Rs. Forty only.

No 1,600.00

Item No- 5 ) Pressure Gauge 3 No Designing, providing erecting commissioning with satisfactory test

& trial of Pressure gauge of 0 to 10 Kg complete with syphon tube, isolating cock suitable for 12 mm dia. G.I.Pipe. as per detailed specifications enclosed.

659.00 Rs. Six hundred fifty nine only.

No 1,318.00

Item No 6 ) GI / MS Specials

50 kG Providing & erecting M.S. specials of required thickness with 3 coats of approved make epoxy paint from inside & outside including all taxes, transportation to site & stacking etc complete

66.00 Rs. Sixty six only.

No 3,300.00

Page 114: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

112

Contractor Executive Engineer

Item No- 7 ) EARTHING

1 No Designing, Providing, & commissioning with satisfactory test & trial earthing for electric motor, starters, panel boards & capacitors with Galvanized cast iron earth plate size 60 X 60 X 0.6 cms as per I.E. Rule etc complete as per detailed specification attached.

2053.00 Rs Two thousand fifty three only.

No 2053.00

Total 93986.00

Page 115: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

113

Contractor Executive Engineer

Specification of Pumping Machinery

Page 116: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

114

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

Specification of Pumping Machinery

Item No. 1 : Vertical turbine pump set for raw water pumping station (at Isbavi

Head Works) (Water Lubricated) – 2.00 Nos (2 working + 1

Standby)

1) Removing of 475 HP VSS Motor : -

This job includes removing of 3.3 KV, 355 KW VSS Motor from VT pump

set and keeping up safely on the frame as per direction of engineer-in-

charge at HW site at Isbavi, Pandharpur, The details of existing VSS

Motor is as below. The same has to be used for providing and executing

of new V.T. Pump under item.

KW/HP 355/475

Make ALSTOM

Ref BSEM. 60034-1-1995

Volts 3300

Phase Three

Amp 77

RPM 1480

Direction of Rotation Anticlockwise viewed from top of motor.

Page 117: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

115

2) Removing of 475 HP Pump Set :

This job includes removing of existing VT pump set with its discharge

head, column assembly, bowl assembly and stacking up safely as per direction

of engineer-in-charge at HW site at Isbavi, Pandharpur. The details of existing

VT Pump Set is as below.

Make M & P

Discharge 131 LPS, (471.60 m3/Hr.)

Head 184 Meter

Stages Seven

RPM 1480

3) VT Pump Set (Water Lubricated) :

The pumps shall be suitable for operation for worst condition in

countered necessary NPSH curve shall be submitted and minimum

submergence required shall be stated. The system head curve and

performance curve for all level conditions is to be enclosed with the tender

documents by the tenderer for solo operation and parallel operation of two

pumps.

The pumps shall be suitable for satisfactory operation at the duty

conditions. The head range stipulated below includes solo operation and

parallel operation of two pumps at a time under all water level conditions. The

combined discharge of two pumps should not be less than 262 LPS. The pump

shall have following technical parameters.

The pump discharge head shall be designed such a way that the same is

suitable to fix on sole plate of pump and suitable to match the alignment of

header main. It desire contractor may use the existing sole plate of pumps.

This job includes to connect the pump set with required modifications to

connect the existing rising main with MS specials etc with jointing material etc

complete.

Page 118: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

116

150 mm Dia. suitable capacity pressure gauge shall be provided with

pump set.

The pump set shall be suitable for existing 355-KW / 475-HP, 3.3 KV

V.S.S. motor with its existing rotational direction & non-reversible ratchet

alignment. The details of motor given herein above under item No. 1.

Make M & P

Ref BSEM. 60034-1-1995

Volts 3300

Phase Three

Amp 77

RPM 1480

Pump set with following specification and as per IS-1710, IS-5720 & IS-9173

Type Water Lubricated

Discharge 131 Lps (471.60 m3/Hr.) individual.

Head 185.00 Mtr.

Head Range 138 to 204 in M

Shut of head Not less than 224 Mtr. min.

Efficiency 80% Minimum (At duty point)

No of Stages 6 Maximum

Speed 1500 RPM synchronous

Total Suspension Length 22.5 Mtr.

Flanged column Pipe dia 300 mm

Thinkness 10 mm

Dia. of Shaft 70 mm (Not less than 70 mm at rest of

thread)

Page 119: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

117

Thrust bearing and Non In discharge head

Reverse ratchet arrangement

Erection clamps 2 Pairs for each pump

No. of Pumps 2 Nos.

Continuous base frame Existing frame can be used.

Material Construction

Suction / Bowl assembly Cast Steel (WCB)

Discharge Head CS/MS – Suitable for existing sole plate

and alignment of existing mani fold.

Impeller / Bowl Bearing SS (CF8 M)

Line shaft bearing Rubber Lined Bronze shell.

Line shaft coupling & S.S. 410

Discharge head bush

Line Shaft AISI. 410

Pump Shaft AISI. 410

Shaft Sleeve AISI. 410

Fasteners S.S.

Strainer Basket type S.S.

Column Pipe M.S. ERW flanged in 1.5 Mtr. length with

lifting arrangement (M.S. plate welded to

the bottom of the flange)

Page 120: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

118

V.T. Pumps Set :

The vertical Turbine pump sets shall be (self-water lubricated) suitable

for following conditions and specifications.

The pump shall be of MJP approved make and shall conform to IS 1710

& shall satisfy test and trial as per IS 5120 with latest modifications

from time to time.

The pump efficiency shall not be less than 80% at duty point.

Constructional and design details of the set shall be as follows.

a) Impeller

Impellers shall be CF8 M only confirming to Relevant IS shall be

statically and dynamically balanced. Balancing holes in impeller are not

acceptable.

b) Wearing Rings

It shall be of SS conforming to IS : 318 and suitable Grade and shall be

of renewable type. It shall be held in place against rotation by screw in or

locking with pins press fitted locked with pins. The wearing rings shall

be provided on both impeller and casing.

c) Pump Shaft

Pump shaft be of stainless Steel AISI 410 and diameter shall not be less

than 70 mm. @ root of thread

d) Line Shaft

Line shaft with coupling shall be in length specified above with each

pump sets. Each shaft be of S.S. 410. The diameter of shaft shall not be

less than 70 mm. or nearest commercial size @ root of thread. The

coupling shall be stainless steel screwed / muff type. Composite design

of line shaft material and diameter and bearing centers shall ensure that

the entire rotating assembly is brought from stand still to full speed

Page 121: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

119

without any vibration, whipping and shaft deflection and to ensure that

first critical speed is not within 75% to 125% of full speed.

e) Column Pipe Assembly

Column pipe shall be of M.S. ERW Fabricated heavy-duty flanged type.

The column pipe shall not be less than 10 mm thick and length should

not be more than 1.5 m with lifting arrangement (M.S. plate welded to

the bottom of the flange). Each length of column pipe shall be deigned to

accommodate guide-bearing holders and in standard length of 1.5 Mt.

and matching pipe required for the total length of 22.5 Mt. column

length. The top column pipe should be as per actual size shall be as per

actual size shall be provided.

f ) Suction Bell Mouth

Entrance dia of Bell shall be such that the section velocity shall not

exceed 1.5 m/sec. and shall be of Cast Steel heavy duty. The shape and

curvature of the bell mouth shall be deigned for streamlined flow of bowl

suction, the thickness of bell mouth shall not be less than 10 mm.

g) Strainer

Suction strainer basket type shall be of flanged type heavy duty made

from S.S. AISI 410 plate of thickness not less than 10 mm. Total area of

perforations shall not be less than 300% of entrance area of bell mouth.

Stainless steel hardware shall be provided.

h) Bowl Assembly

The pump bowl / bowls shall be flanged type with machined matching of

faces. The suction bell mouth, bowls assembly, column pipe and all joint

shall be of flange joints. The bowls shall be capable of withstanding a

hydrostatic pressure equal to twice the duty-head or 1.5 times shutoff

head whichever is greater.

Page 122: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

120

i) Discharge Head

Discharge head shall be fully flanged type M.S. Cast Steel. It shall

incorporate full diameter redial branch (same as that of column Pipe)

stuffing box with renewable busing and taping for pressure gauge. It

shall be of robust construction and shall be designed to support VSS

motor & entire loading of pump assembly, water column etc. and shall

with stand all static, dynamic, tensional loads hydraulic thrust imposed

during operation from shutoff to stipulated operating conditions and

thrust due to change in direction of flow without any vibration. The

discharge head shall be capable of withstanding hydrostatic pressure

equal to twice the duty head or 1.50 times shut off head whichever is

greater. The discharge head shall be properly supported to eliminate

vibration. An air cock of 25 mm dia with same size of “B” Class GI Pipes

shall be suspended vertically in the well with adequate length to release

air. The discharge head shall be designed in such a way that it shall be

matched for housing on sole plate and suitable for maching the desired

manifold.

j) Thrust Bearing

The thrust bearing shall be antifriction spherical taper roller bearing

type. It shall be capable of withstanding entire weight of rotating parts of

the pump assembly and maximum hydraulic thrust, encountered at

stipulated operating conditions. The bearing shall also be suitable for all

dynamic and static loads imposed during reverse rotation. Mitchell type

thrust bearing will not be accepted. The bearing shall be designed for

minimum operating life of 30000 working hours. Dial type temperature

indicator shall be provided with alarm and trip contacts. The full details

of hydraulic axial thrust and thrust bearing shall be submitted with

detailed design calculations prior ordering the pumps.

The necessary external water cooling arrangement shall be provided with

suitable heavy-duty copper tube coil inside the oil bath. The copper tube

shall be suitable to withstand the pump shut off.

Page 123: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

121

k) Motor stool

Motor stool of robust construction and suitable height shall be designed

to accommodate the thrust bearing and pump motor coupling. The line

shaft of pump shall be coupled to the motor shaft through flexible

coupling, each half of the flexible coupling shall be statically and

dynamically balanced for transmission of power without vibration and

shall be keyed to the respective shaft. The coupling shall consist of

hardness treated steel pin and rubber bush.

l) Sole Plates

M.S. Sole Plate of 40 mm. thickness machined from both the side shall

be provided. The size of sole plate shall cover entire pump supporting

girders (base frame) Suitable opening shall be provided at the center,

considering diameter of bell mouth howl assembly and strainer.

The Sole plate shall be fixed with nut bolts on required size of ISMB

frame and shall be machined finish. The sole plate shall be kept on

girders and blue matched to the extent of least 60% of contact area. If

necessary uneven surface shall be smoothened with polish paper smooth

file. The sole plate shall be perfectly leveled with polish Paper smooth

file. The Sole plate shall be perfectly leveled with straight edge and

precision level. The sole plate shall have tapped holes to receive

discharge head. The bottom and top of sloe plate shall be blue matched

to have at-least 60% contact area.

m) The pump shall be driven by vertical solid shaft motor and shall be

provided with non-reversible ratchet, check nut, flexible coupling etc.

complete.

n) Special tools i.e. two pairs of erection clamps for the column and line

shaft as recommended by manufacturer, adjusting nut spanner &

impeller collate hammer shall be supplied with each pump set.

Page 124: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

122

o) Pre Lubrication Tank & Other Accessories

In order to lubricate line shaft bearing of the pump, lubrication

arrangement comprising the following shall be provided.

i) Lubrication tanks 2 Nos. interconnected with each other common

for all pumps fabricated from M.S. sheet metal of thickness not

less than 5 mm and of capacity not less than 1.5 times of column

pipe volume. The tank shall be cylindrical and shall be installed on

pump mounting floor with concrete saddles or as directed during

execution by / Engineer-in-charge.

ii) Each lubrication tank shall be equipped with the following :

a) W.L. sight gauge.

b) Over-flow lead to sump.

c) Drain valve lead to sump.

d) “B” Class G.I.Pipe connection with isolating valve and

non-return valve to each pump column assembly for

lubrication. The valve shall be located near the tank. the

size of individual pipe and valve to pump shall be 40 mm

diameter.

e) Inlet connection with solenoid operated valve and

suitable removable strainer by suitable tapping from

common leader.

f) Float valve in the tank for control of overflow.

g) Any other item necessarily required for proper

functioning of water lubrication arrangement.

1.3 Testing

All the pumps shall be subject to factory test in presence of Engineer-in-

charge SE ( M ) & Ex. Engr (Mech.) or his representative and third party

Page 125: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

123

inspection agency approved by MJP and bear all expenses including

testing fee etc.

1.4 Factory Test

A) Hydrostatic Test

Following item 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.

Bowl assembly Each.

Discharge Head Each.

Column Pipes At least 20% of total quantity

B) Performance Test.

Performance test of each pump should be carried out. The test

shall generally be carried out as per IS:9137 of acceptance test for

pumps Class B. The test shall be carried out at full load at

manufacturers work. The test shall cover six points i.e.

i) Duty point.

ii) Two points above duty point.

iii) Two points below duty point.

iv) Shut-off head.

v) Power consumption at all above points.

The test at reduced speed will not he accepted.

C) Strip inspection.

Two pump sets of raw water after completion of’ its performance

test and as selected by the Engineer or inspector at random one

pump will be offered for strip-inspection and dimensional

checking. The manufactures / Contractor shall submit all required

Page 126: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

124

dimensional drawings. Minimum points as under shall be

checked.

1) Original dimensions of impeller, neck ring etc.

2) Condition of all components particularly bushes, bearing

and wearing ring to examine for undue rubbing, wear etc.

and verification of dimension after performance test.

3) Dynamic balancing of (a) impeller, (b) Flexible coupling,

Maximum unbalance shah not exceed 32 mm. per kg.

4) Verification of clearance and tolerance between :

a) Wearing rings.

b) Impeller shaft and bearings.

c) Impeller shaft and key.

d) Shaft and flexible coupling.

e) Key and keyway on shaft at (d)

5) Finish of water passage in impeller and diffuser.

6) Review of raw material test certificate and quality control

procedure.

Any’ deviation from tenders specification related IS shall be

pointed out in inspection report.

Material test certificate to the various pump components,

shall be furnished.

1.5 Field performance Test.

Field test shall be witnessed by at least two Engineers of M.J.P. i.e. not

below the rank of Executive Engineer.

The test shall be carried out as per IS 9137 code of acceptance test of

pump class-C, in general and stated below in particular. The purpose of

Page 127: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

125

field test is not to ensure whether pump performance as regards

acceptance limit as per IS 9137, the purpose is to ensure that the pump

performance is generally acceptable or otherwise. Final acceptance shall

he as per following criteria

I) Verification of guarantee for H and Q specified in clause

9.4.1of IS:9137 shall be based on following Liberalized

tolerances.

XHV +0.006

XQV +0.09

ii) As regards P-Q characteristics for acceptance, it shall be

checked whether motor is not getting overloaded within

specified head range.

a) Volumetric.

Volumetric measurement shall be taken on the basis of level in

sump. In addition one ultrasonic calibrated flow meter shall be

arranged by the Contractor at his cost.

b) The head shall be measure with calibrated pressure gauge of

accuracy 1% or better. At least three pressure gauges shall be

used duly calibrated from two different institutions with prior

approved of the Engineer. The calibration shall be point to point

and not mere for percentage error. The gauge shall be fitted at

suitable place on the discharge nozzle. It may be noted that the

stipulated that pressure gauge shall be installed at least two times

diameter away from discharge nozzle and delivery valve be placed

at least four times diameter away from discharge nozzle cannot be

simulated at site conditioned no allowance for this deficiency shall

he considered. The decision of Engineer-in-charge shall be final.

c) The input power to motor shall he measured with 2 Nos. class 0.5

accuracy single phase watt meters with suitable CTs test lid and

Page 128: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

126

PTs provided in panel. The wattmeter CTs and PTs shall be got

calibrated from approved institutions, The calibration shall be for

point to point and not mere for percentage error.

d) The speed shall be measured by at least two numbers. non contact

tachometer with digital display and calibrated from two

institutions, approved by the Engineer.

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 point. two

above. 2 below and shut off). The guarantees for head and

discharge shall be deemed to be fulfilled a per clause 9.4.1 of

IS:9137.

f) The field performance test at site is absolutely essential as above

(a to (e).

The Contractor shall arrange third party inspection as per MJP approved

norm and MJP approved agencies in presence of MJP Superintending

Engineer ( M ) & Executive Engineer (MECH) and his representative and

bear all expense including testing fee etc. complete.

4) Re erection of 475 HP VSS Motor :

This job including re erection of 3.3 KV, 355 KW VSS Motor stool. &

Making cable connections with motor and panel, run the motor attest half an

hour on no load, connect the motor with pump and taken on load. The pump

sets shall be operated for at level one month period in presence of contractors

representative with the help of departmental staff at present at site of work.

VT pump and cable connections as per direction of engineer-in-charge at HW

site at Isbavi, Pandharpur. The details of existing VSS Motor is given here in

above under item no.1.

Page 129: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

127

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

Specification of Pumping Machinery

Centrifugal Multistage pump set for Pure water pumping station (at Shribhavi

WTP) & also @ Manegaon Sump.

Item No. 1 : Removing & Re-erection of 100 HP / 170 Hp / 110 Hp / 180 Hp

Horizontal Motor :

This job including removing of 415V, 3ph, 50cps, 1500 rpm syn. SPDP

pump set and keeping up safely as per direction of engineer-in-charge at WTP,

Shirbhavi site & also re-erection after installation of provided Centrifugal

Multistage Pump set. The details of existing horizontal Motor is as below : The

motor of 180 HP shall be removed and kept as directed by engineer-in-charge.

HP 100 170 110 180

Make ALSTOM ALSTOM ALSTOM ALSTOM

Ref BSEM.60034-1-1995

Volts 415 415 415 415

Phase Three Three Three Three

PRM 1470

I

Page 130: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

128

Item No. 2 : Pure Water Pump for Katphal, Wanichinchale, Mahud &

Kole MBR.

2.1 Design data

Each pump shall be designed to give a discharge as mentioned below

during solo operation. The pump shall have preferably best efficiency point

when operating at duty point. The pumps shall have a stable characteristic

within the operating head range specified. The speed shall not exceed 1500

rpm (syn),

Sr. No.

Pump duty for Duty head (M)

Design discharge

Head range Shutoff head

01 Katphal MBR 153 28 lps 130-164 m 180 m

02 Wanichinchaale MBR 175 41 lps 148-187 m 206 m

03 Mahud MBR 158 30 lps 134-169 m 186 m

04 Kole MBR 181 43 lps 154 – 194 m 213 m

2.2 Constructional Features of Centrifugal Pump :

The pump shall be single suction horizontal centrifugal multi stage

pump. The suction and delivery nozzle of pump shall be provided with a 12

mm tapping for mounting the pressure/vacuum gauge. The make of pump

shall be of approved make by MJP.

The impellers shall be shrouded type and shall balanced both statically

and dynamically to withstand axial thrust load. The interior surfaces and

passage shall be smooth finished.

The shaft shall be of solid type and manufactured from stainless steel

AISI-410. The shaft sleeves shall be of AISI Gr. 410 and shall be securely keyed

to the shaft. The bearing shall be heavy duty, antifriction ring oiled bush

bearing.

The stuffing boxes shall be of such design as to enable replacing without

removal of any part except gland and lantern ring. The lantern ring shall be

axially split grease lubricated type and shall be easily removable. The stuffing

boxes shall be provided with drain hole for connecting drain pipe to drain the

leaked water through gland.

Page 131: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

129

The pump shall be provided with a common bad plate of fabricated steel

for mounting of pump and motor. Bad-plate of fabricated steel shall be

sufficiently rigid and design shall be got approved prior to fabrication. The

fabricated bed plate shall not be acceptable if shims plate is required for

alignment of pump and motor set.

The coupling between pump and motor shall be steel pin and rubber

bush type flexible coupling of adequate size. The coupling shall be dynamically

balanced after being keyed to the shaft.

The suction and delivery connections shall be integrally cast with the

casing, the flanges being flat faces and drilled to IS : 1538.

Each pump shall be provided with suitable capacity 150 mm φ pressure

gauge and 150 mm φ vacuum gauge with siphon tube, isolating cock suitable

for 12 mm φ GI pipe and suitably calibrated to indicate pressure suitable for

shutoff head of pump and vacuum of 0 to 760 mm of Hg.

All other accessories e.g. funnel air vent etc. shall be provided.

Suitable foundation shall be provided to withstand the static and

dynamic load of the pump with due consideration of bearing capacity of

structure/soil. Foundation bolt shall be anchored properly to match and give

rigidity to bed plate.

2.3 Material construction

Pump Casing & diffusers C.I. confirming to Grade 200 of IS:210

Base plate M.S. Channel

Impeller Bronze confirming to IS 318 Gr.-II

Shaft Stainless steel Gr. 410

Shaft Sleeves Stainless steel Gr. 410

Wearing Ring Bronze IS 318 Gr-II or superior

Gland C.I.

Page 132: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

130

Flexible coupling Forged steel confirming to IS : 3445

2.4 Testing

All the pump shall be subject to factory test in presence of Engineer in

charge or his representative and third party inspecting agency approved by

MJP. All expenses shall be borne by the contractor.

2.5 Factory Test

A) Hydrostatic Test

Each pump shall be tested at hydrostatic pressure equal to twice

the duty head of 1.5 times the shut off head whichever is greater

as per IS : 5120

B) Performance Test.

Performance test of each pump should be carried out. The test

shall generally be carried out in as per IS:9137 of acceptance test

for pumps Class B. The test shall be carried out at full load at

manufacturers work. The test shall cover six points i.e.

i) Duty point.

ii) Two points above duty point.

iii) Two points below duty point.

iv) Shut-off head.

v) Power consumption at all above points.

The test at reduced speed will not he accepted.

Three certified copies of test records for each pump shall be

submitted to the Engineer in charge immediately upon completion of the

shop test.

Page 133: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

131

C) Field Test.

Field test shall be taken after a period of minimum six months the

date of commissioning the work and witnessed by at least two Engineers

of M.J.P. not below the rank of Executive Engineer.

The test shall be carried out as per IS 9137 code of acceptance test

of pump class-C, in general and stated below in particular. The purpose

of field test is not to ensure whether pump performance as regards

acceptance limit as per IS 9137, the purpose is to ensure that the pump

performance is generally acceptable or otherwise. Final acceptance shall

he as per following criteria

I) Verification of guarantee for H and Q specified in clause

9.4.1 shall be based on following Liberalized tolerances.

XHV +0.006

XQV +0.09

ii) As regards P-Q characteristics for acceptance, it shall be

checked whether motor is not getting overloaded within

specified head range.

a) Volumetric.

Volumetric measurement shall be taken on the basis of level in

clariflocculator. In addition, one ultrasonic calibrated flow meter

shall be arranged by the Contractor at his cost.

b) The head shall be measure with calibrated pressure gauge of

accuracy 1% or better. At least three pressure gauges shall be

used duly calibrated from two different institutions with prior

approved of the Engineer. The calibration shall be point to point

and not mere for percentage error. The gauge shall be fitted at

suitable place on the discharge nozzle. It may be noted that the

stipulated that pressure gauge shall be installed at two times

Page 134: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

132

diameter away from discharge nozzle and delivery valve be placed

at least four times diameter away from discharge nozzle cannot be

simulated at site conditioned no allowance for this deficiency shall

he considered. The decision of Engineer-in-charge shall be final.

c) The input power to motor shall he measured with 2 Nos. class 0.5

accuracy single phase watt meters with suitable CTs test lid and

PTs provided in panel. The wattmeter CTs and PTs shall be got

calibrated from approved institutions, The calibration shall be for

point to point and not mere for percentage error.

d) The speed shall be measured by at least two numbers. non contact

tachometer with digital display and calibrated from two

institutions, approved by the Engineer.

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 point. 2

above 2 below and shut off). The guarantees for head and

discharge shall be deemed to be fulfilled a per clause 9.4.1 of

IS:9137.

f) The field performance test at site is absolutely essential as above

(a to (e).

Pressure gauge for each pump set delivery pipeline 150 mm dia.

A pressure gauge having range of 0 to 240 Mtr. with heavy duty

S.S. syphon tube, isolating S.s. cock, S.S. Dampner, G.I. pipe etc.

shall be supplied & erected on pump manifold or near to pump.

The meter scale shall be either in Kg/cm2 or in meter of water or

with both. The pressure gauge shall be of 150 mm dia. and should

be capable to with stand 0 to 24 Kg/cm2 pressure.

Approved make : As per list Enclosed, However M & P centrifugal pumps will

also be considered for acceptance as the existing pumps as of M & P make.

This will be applicable for all centrifugal pumps it this tender.

Page 135: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

133

Item No. 3: Horizontal foot mounted motor for Kole MBR pump

The motor shall be designed to drive the pump and to perform under all

conditions described herein to accommodate all loads and stresses during

start-up running and shut down arising from specific operating characteristic

of the pump. The motors should be completely manufactured, assembled,

checked and tested at the factory in accordance with IS – 325 and IS – 1231.

Testing should be carried out in presence of the Engineer in charge or his

representative. Test certificate in triplicate shall be submitted.

The rated horse power of the motor shall be at least 15% more than the

power requirements of the pumps at any point of head range. Motors shall be

designed for high power factor and efficiency.

The motors shall be suitable for operation with the voltage variation of ±

3% with combined variation of ± 10%. The motor shall be screen protected drip

proof. And having degree of protection to IP-23. Motor shall operate

continuously and satisfactorily in an ambient temperature of 50° C.

The amplitude of vibration of each motor shall not exceed as specified in

IS-4729. The rotor of each motor shall be statically and dynamically balanced

and the critical speed of the rotor shall not be within a range of ± 20% of the

rated speed of the motor.

The bearings shall be provided with 90% survival life of more than 30000

working hours for the given conditions of load, speed, mounting etc. specified.

The bearing chamber shall be coated with antirust inhibiting grease. The end

brackets shall include lube fill and relief plugs, which allow re greasing while

motor is running.

The motors shall be suitable for starting with auto transformer starter

and motor must be able to accelerate the driven equipment from zero to rated

speed without overheating at 90% rated voltage.

The rated hose power of the motor shall not be less than 180 HP.

Approved make : As per List Enclosed.

Page 136: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

134

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

Specification of Pumping Machinery

Centrifugal Multistage pump set for Pure water pumping station (at Shribhavi

WTP) & also @ Manegaon Sump.

Item No. 1 : Removing & Re-erection of 240 HP Horizontal Motor :

This job including removing of 415V, horizontal foot mounted Motor from

Centrifugal pump set and keeping up safely on the frame as per direction of

engineer-in-charge at WTP, Shirbhavi site & also re-erection after installation

of Centrifugal Multistage Pump set. The details of existing horizontal Motor is

as below :

HP 240

Make ALSTOM

Ref BSEM.60034-1-1995

Volts 415

Phase Three

PRM 1470

Item No. 2 : Removing of 240 HP Horizontal Motor :

This job including removing of 415V, horizontal foot mounted Motor from

Centrifugal pump set and keeping up safely on the frame as per direction of

Page 137: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

135

engineer-in-charge at WTP, Shirbhavi site. The details of existing horizontal

Motor is as below :

HP 240

Make ALSTOM

Ref BSEM.60034-1-1995

Volts 415

Phase Three

PRM 1470

Item No. 3 : Removing of 240 HP Multistage Motor :

This job including removing of existing 240 HP Centrifugal Multistage e

pump set and keeping up safely at store as per direction of engineer-in-charge

at WTP, Shirbhavi site. The details of Centrifugal Pump is as below :

Make M & P

Discharge 66 LPS

Head 153 M

Stages 3

RPM 1450

Item No. 4 : Centrifugal Multistage Pump.

1.3.0 Centrifugal coupled Pump set. (I/T – 6B )

Pump Duties : - This item includes the Centrifugal Pump for cold clear water

for the following duty conditions for pure water

One working, one standby.

Pump shall be designed to give a total discharge of as follows against total

head as given below. The tenderer shall furnish along with his tender the

characteristic curve for the pumps offered. The pump shall be suitable for

Page 138: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

136

operating range between below & shut off head shall be as follows. The pump

speed shall not exceed 1500 RPM (Synchronous) efficiency of pump shall not

be less 72% at duty point. The pump shall be as per IS-5120.

Head Discharge Head Range Shut-off-Head

1 For Manegaon H = 153M Q-66LPS 130-164m 176M

Construction ‘Features’.

The pump shall be double suction horizontal Multistage centrifugal

pump. The pump shall be confirm to I.S. 5120 and I.S. 1520. The casting shall

be provided with tapping and bronze collared plug for draining and air release

cock shall be provided. Suitable size G.I. piping shall provided as directed for

draining of collected water. The impeller shall be shrouded double suction type

and shall balanced with statically and dynamically. The interior surfaces and

passage shall be smooth finished.

The stuffing boxes shall be of such designed so as to enable replacing

without removal of any part except gland and lantern ring. The lantern ring

shall be axially split grease lubricated type and shall be easily removable. The

stuffing boxes shall be provided with drain hole for connecting the drain pipe

to drain the leaked water through gland.

The pump shall be provided with a common base plate of fabricated mild

steel for mounting of pump and motor.

The coupling between pump and motor shall be steel pined and rubber

bush type flexible of adequate size. The coupling shall be dynamically balanced

after being keyed to the shaft.

The suction and delivery flanges shall be flat faced and drilled to I.S.

1538. Both suction and delivery ends of the casing shall be provided with a 12

mm tapping for mounting to pressure gauges.

Page 139: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

137

Common base plate shall be installed on Concrete block beam on slab

with required foundation bolts fully grouted if required foundation block as

directed at the time of actual erection shall be casted.

Cement shall be brought by the contractor at his own cost. Suitable

coupling guard shall be provided and nut bolted to the base frame firmly.

Material construction

Pump Casing Cast steel (WCB)

Impeller SS (CF8 M)

Shaft Stainless steel Gr. 410

Shaft Sleeves Stainless steel Gr. 410

Flexible coupling Forged steel confirming to IS 3445.

(Pin-bush type)

Wearing Ring S.S.

lantern Ring S.S.

Gland C.S.

Casting

Horizontal centrifugal multistage for suction and discharge nozzle and

supporting feet cast integral with lower half casing.

Impeller

Enclosed type accurately statically and dynamically balanced to balance axial

thrust load.

Shaft

Stainless steel shaft of Gr. 410 solid type accurately machined and ground is

supported by anti friction bearing. The shaft should be protected by shaft

sleeves form wear in stuffing box area, it should be designed to bear all type of

loads such as bending dynamic etc.

Page 140: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

138

Stuffing Box

It should be sealed by gland packing and should suitable for liquid having

temp up to 90° C.

Flexible Coupling

The pump shaft shall be coupled to motor through flexible coupling.

Bearing

Ring oiled Bush bearings shall be provided.

Drive

Pump shall be suitable for coupling with provided electric motor.

Foundation

Pump shall be provided on existing foundation is provided a dutiable base

frame shall be provided to with stand the static and dynamic load of pump

with due consideration of bearing capacity of structure / soil. Foundation bolts

shall be anchored properly to match and give rigidity to the base frame.

Make : Make of the pump shall be accepted as per approved list of MJP.

Item No. 5: SPDP Foot Mounted Motor.

1. General.

The electric motors shall he of 1500 rpm (synchronous) squirrel cage

induction suitable Foot mounted for Pure Water. Motors shall be

suitable for pump under at Item No.3 for Manegaon driving on 415 V, 3

Ph, 50 Hz A.C. supply. The motor shall conform to I.S. 325. The torque

speed and current speed characteristics of motor shall be suitable for

pump starting characteristics and to accelerate the- driven equipment

to full speed without exiting the limit of the starting current at 6 times

full load current.

Page 141: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

139

2. Design.

Rated power of motors shall be such that there shall be margin of 15%

power over maximum power required by the pump in specifically entire

head range specified. The motor shall he of continuous duty I.S. The

class of insulation of the motor shall be minimum ‘F’ class temperature

rise restricted to class B with IP-23 or superior. The motor shall be

suitable for voltage variation of ±10% of rated voltage and frequency

variation of ±3% and combined variation of ± 10%. HP of motor shall not

be less than 240 HP.

3. Construction.

The motors shall be Foot mounted & shall be statically and dynamically

balanced and critical speed shall be ± 20% away from the motor speed.

The motors shall be of screen protected, drip proof construction with

degree of enclosure protection confirming to IP 23 or superior. The motor

shall be provided with heavy duty, Boll/Roller bearings, and friction

bearings, grease lubricated type. The additional big size terminal box

shall be suitable for termination of 3 aluminum armoured cable.

4. Test and Specification.

The motor shall be tested for routine test in factory. The certificates are

to be furnished to the Engineer, to that effect.

5. Documents.

After the award of contract, the following documents shall be

progressively furnished.

1. General arrangement drawing.

2. Instructions manuals for erection, commissioning, operation and

regular maintenance.

3. Test reports.

4. Torque speed curves of motors.

Page 142: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

140

Factory Test

All the pumps & Motor shall be subject to factory test in presence

Superintending Engineer ( Mech ) & Ex. Engr (Mech.) or his authorised

representative and third party inspection agency approved by MJP, The

contactor shall arrange all required test equipments duly calibrated.

The contactor shall arrange third party inspection as per MJP approved

norms & approved by MJP agencies in presence of MJP Engineer &

Engineer-in-charge & bear all expenses including testing fee etc

complete.

A) Hydrostatic Test

The casing shall be tested at hydrostatic pressure equal to 1.5 times of

shut off head or two times working head which ever is higher.

a) Performance Test.

Performance test of each pump should be carried out. The test

shall generally be carried out as per IS:9137 of acceptance test for

pumps Class B. The test shall be carried out at full load at

manufacturers work. The test shall cover six points i.e.

i) Duty point.

ii) Two points above duty point.

iii) Two points below duty point.

iv) Shut-off head.

v) Power consumption at all above points.

The test at reduced speed will not he accepted.

Page 143: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

141

b) Strip inspection.

Three pump sets of raw water after completion of its performance

test and as selected by the Engineer or inspector at random will be

offered for strip-inspection and dimensional checking. The

manufactures / Contractor shall submit all required dimensional

drawings. Minimum points as under shall be checked.

1) Original dimensions of impeller, neck ring etc.

2) Condition of all components particularly bushes, bearing

and wearing ring to examine for undue rubbing, wear etc.

and verification of dimension after performance test.

3) Dynamic balancing of (a) impeller, (b) Flexible coupling,

Maximum unbalance shah not exceed 32 mm. per kg.

4) Verification of clearance and tolerance between :

a) Wearing rings.

b) Impeller shaft and bearings.

c) Impeller shaft and key.

d) Shaft and flexible coupling.

e) Key and keyway on shaft at (d)

5) Finish of water passage in impeller and diffuser.

6) Review of raw material test certificate and quality control

procedure.

Any’ deviation from tenders specification related IS shall be

pointed out in inspection report.

Material test certificate to the various pump components,

shall be furnished.

Page 144: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

142

Motor :

1) Review of raw material test certificates and quality control

procedures.

2) Routine test for all.

Field performance Test.

Field test shall be witnessed by at least two Engineers of M.J.P. i.e.

Superintending Engineer (mech.) & one Executive Engineer

(Mech.)/Civil.

The test shall be carried out as per IS 9137 code of acceptance test of

pump class-B, in general and stated below in particular. The purpose of

field test is not to ensure whether pump performance as regards

acceptance limit as per IS 9137, the purpose is to ensure that the pump

performance is generally acceptable or otherwise. Final acceptance shall

he as per following criteria

I) Verification of guarantee for H and Q specified in clause 9.4.1of

IS:9137 shall be based on following Liberalized tolerances.

XHV +0.006

XQV +0.09

ii) As regards P-Q characteristics for acceptance, it shall be checked

whether motor is not getting overloaded within specified head

range.

a) Volumetric.

Volumetric measurement shall be taken on the basis of Rise or draw

down level in sump. In addition one ultrasonic calibrated flow meter

shall be arranged by the Contractor at his cost.

b) The head shall be measure with calibrated pressure gauge of accuracy

1% or better. At least three pressure gauges shall be used dully

calibrated from two different institutions with prior approved of the

Page 145: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

143

Engineer. The calibration shall be point to point and not mere for

percentage error. The gauge shall be fitted at suitable place on the

discharge nozzle. It may be noted that the stipulated that pressure gauge

shall be installed at least two times diameter away from discharge nozzle

and delivery valve be placed at least four times diameter away from

discharge nozzle cannot be simulated at site conditioned no allowance

for this deficiency shall he considered. The decision of Engineer-in-

charge shall be final.

c) The input power to motor shall he measured with 2 Nos. class 0.5

accuracy single phase watt meters with suitable CTs test lid and PTs

provided in panel. The wattmeter CTs and PTs shall be got calibrated

from approved institutions, The calibration shall be for point to point

and not mere for percentage error.

d) The speed shall be measured by at least two numbers. non contact

tachometer with digital display and calibrated from two institutions,

approved by the Engineer.

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 point. two above. 2 below

and shut off). The guarantees for head and discharge shall be deemed to

be fulfilled a per clause 9.4.1 of IS:9137.

f) The field performance test at site is absolutely essential as above (a to

(e).

Page 146: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

144

Detailed Specifications

Page 147: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

145

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

DETAILED SPECIFICATIONS

Item No. 1 : - Submersible pump set

Submersible pump set with following specification and conforming to IS

8034 and IS 9283, voltage variation +/- 6%, frequency variation +/- 3%,

Discharge 3.1 LPS (individual), Head – 137 m,. Head range 102 m. to 151 m.,

performance curve shall be furnished. The motor shall work on 415 Volts,

50Hz. The pump set shall be erected on sump at kole Taluka Sangola, Dist.

Solapur with 5m. submersible cable channel frame and 50 mm. dia. Clamps

etc. as per direction of Engineer-in-charge.

This job includes erecting the submersible pump on the sump at Kole

pumping station making holes to the sump on top side and removing existing

sluice valve, non return valve etc from the pump house and connecting the

same to this pump manifold and rising main with jointing material etc

complete. Necessary blank flange to be fixed to the end of the rising main.

50 mm GI nipple 200 mm in length with MS flange shall be fixed the

delivery side of the submersible shall be provided with pump set for removing

the pump.

Item No. 2 : G.I. Pipe

The G.I. pipes 50 mm. dia. shall be medium duty ‘B’ class with M.S.

welded flanges in 3m and 1.5 m length with jointing material such as nut bolts

rubber packing etc. complete.

Page 148: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

146

Item No. 3 : Submersible Cable

Submersible cable shall be 1 x 3 x 2.5 sq.m. flat flexible with copper

conductor 1.1 KV grade PVC insulated and PVC sheathed from existing starter

to motor through provided PVC pipe etc. complete.

Item No. 4 : PVC Pipe

40 mm PVC pipe shall be laid in ground for fixing the cable with

excavation refilling etc complete.

Item No. 5 : Pressure gauge

Pressure gauge shall be 100 mm. dia., bourbon type with siphon tube

and cock, with 0-21 kg/ sq.cm. 2.00 No. for submersible pump set and 1.00

No next to radial tee on rising main shall be provided. The arrangement for

fixing pressure gauge either on bend or on pipe shall be made.

Item No. 6 : G.I. / M.S. Specials

GI/MS flanged specials for submersible pump set with jointing material

such as nut bolts, rubber packing and washers etc complete as under.

50 mm. dia. 90 degree G.I. flanged bends.

50 mm. dia. flanged Radial Tee.

50 x 50 x 25 mm Tee for Air valve with 25 mm. dia. G.I. pipe and flange

etc as per requirement.

Item No. 7 : Earthing

G.I. pipe type earthing shall be carried out as per IE rule and connected

with double run & SWG G.I. earth wire to pump set and L.T. panel board etc

complete.

Page 149: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

147

Upto date list of approved make

Page 150: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

148

MAHARASHTRA JEEVAN PRADHIKARN

Updated list of approved makes (Elect. /Mech.) as on Nov-2011

1) PUMPS

Sr.

No.

Pumps Valid

Upto

Name of Co /Brand Manufactured at

I) Submersible Pumps

a) For 100 mm (4”) pumps with

Polypropylene Impellers

Amrut Visnagar (Gujarat) 31-5-14

Waterman Ahmedabad 31-5-14

Falcon Rajkot (upto 5 HP Only) 19-1-14

b) For 150 mm (6”) and above

with bronze impellers only.

Category ‘A’ No limit

Falcon Rajkot 19-1-14

Waterman Ahmedabad 31-5-14

Amrut Visnagar (Gujarat) 31-5-14

Shakti Pithampur ( M.P.) 31-5-14

Unnati (U-Neel) Ahmedabad 19-1-14

MBH Ahamedabad 31-9-12

Unnati (Unnati brand.) Ahamedabad 18-1-13

KSB Pune 31-9-12

La Gajjar ( Varuna ) Ahamedabad 31-5-14

Category ‘B’ HP 30, Q – 1000 LPM, head 100 mtrs

Taro Coimbator (Texmo) 31-9-12

Sabar Ahmadabad 31-5-14

Pullen Ahmadabad 30-10-13

Shakti Ichalkaranji 31-12-14

Category ‘C’ HP – 15 Q-500 LPM, Head-80 mm

Ellen Coimbator 31-9-12

Texmo brand Coimbator (Aquasub.) 31-9-12

Anco Mumbai 30-6-13

Jalganga Rajkot 30-7-13

Duke-Plasto Palanpur 30-10-13

Grundfos Chennai 3-2-13

Samrat, Fitwell Rajkot 30-10-13

Category ‘D’ (7.5 HP, 250 Lpm 65m Head)

Pragati brand Ahmadabad 27-1-13

Uttam Industries Ahmedabad 30-6-13

Madhav (Pragati brand) Ahmedabad 30-6-13

Angel Rajkot ( Gujrat) 31-5-14

Paresh Ahmadabad 31-7-14

Saga Ahmedabad 31-7-14

Page 151: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

149

Techno Ahmadabad 31-7-14

c) Polder Pumps (upto 50 HP) 30-6-13

MBH Ahmdabad 31-9-12

Harision Nagpur 31-9-12

II Monoblock Pumps

a) Centrifugal Monoblock Pump

Beacon (upto 50 HP) 19-1-14

texmo 31-9-12

Aquatex 31-9-12

MBH (upto 50HP) , Kirloskar 31-9-12

Grundfos, Chennai (upto 15 HP) 31-3-12

Windel Ahmadabad ( Upto 5 HP ) 31-7-14

b) Submersible Monoblock

Horizontal

Aqatex 31-9-12

MBH 31-9-12

Waterman 31-5-14

c) Submersible Monoblock

Vertical

Other makers as per MJP norms Aquatex 31-9-12

d) Submersible for dewatering MBH 31-9-12

III Centrifugal Pumps

a) No Limit Flowmore (Gaziabad & Sahibabad) 19-1-14

WPIL 30-6-11

Jyoti 30-6-13

b) Upto 300 HP All above

Beacon 19-1-14

Flowserve (upto 150 HP) 31-9-13

Grundfos , Chennai (upto 100 HP) 31-3-12

IV Vertical Turbine Pumps

a) No Limit

Kirloskar 31-5-14

Jyoti 30-6-13

Flowmore (Gaziabad & Sahibabad) 19-1-14

WPIL 30-7-14

b) Up to 600 HP All above

c) Up to 300 HP All above and

Flowserve (Coimbatore) 31-9-13

V Sewage Pumps

a) Sewage Submersible

i) No Limit Kishor 31-9-12

Kirloskar, Kirloskarwadi 31-5-14

Aqua, Ahmadabad 31-5-14

ii) Upto 250 HP All above

iii) Upto 100 HP All above & Pullen 17-2-13

Flowmore (Gaziabad & Sahibabad) 100HP 19-1-14

MBH --

iv) Upto 50 HP All above --

v) Upto 30 HP All above --

Page 152: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

150

b) Dry Well Installation

No Limit Kishor 31-9-12

Upto 100 HP Flowmore (upto 150HP) 31-3-11

Vert. Non Clog

5 HP and above Kishore (No limit)

Flowmore (upto 25 HP)

Kirloskar

31-9-12

31-3-11

31-5-14

Below 5 HP -- --

2) Valves

a) Sluice valve

i) 600 mm and above Kirloskar 31-12-11

IVI 18-2-13

Durga upto 1000mm 31-9-12

Mayur (upto 1000mm) 8-1-13

ii) 400 mm dia to 600 mm dia. All above And:

Gavane Patil 31-5-14

Jupiter 31-7-14

Kamala Kolkatta 31-7-14

iii) 200 mm dia to 400 mm dia. All above and

Jupiter 31-8-13

Hawa (Marck) 30-9-13

Calsens Kolkatta 31-7-14

Unique Hydrotech Palus, Sangli

( Upto 300 mm )

31-12-14

iv) 50 to 200 mm dia All above and --

Ajanta 30-7-13

Paras Jalamdhar 31-7-14

v ) Sluice Valve ( Glandless ) Paras Jalamdhar 31-7-14

b) Reflux Values

i) 600 mm and above Kirloskar 31-12-11

IVI 18-1-13

Durga upto 1000mm 31-9-12

Mayur (upto 1000mm) 17-2-13

ii) 400 mm dia to 600 mm dia. All above And:

Gavane Patil 31-5-14

iii) 200 mm dia to 400 mm dia. All above and

Hawa (Marck) 30-9-13

Kamala upto 300 mm 31-7-14

Unique Hydrotech Palus, Sangli

( Upto 300 mm )

31-12-14

iv) 50 to 200 mm dia All above --

Ajanta 30-7-13

Paras Jalamdhar 31-7-14

c) Kinetic Air Valves IVI 17-2-13

Mayur 17-2-13

Durga 31-3-11

Page 153: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

151

May

Kirloskar 31-12-11

Jupiter 31-12-11

Paras Jalamdhar ( Upto 200 mm ) 31-7-14

Kamala upto 100 mm 31-7-14

Unique Hydrotech Palus, Sangli

( Upto 100 mm )

31-12-14

d) Foot Valve up to 80 mm dia Kirloskar 31-12-11

i) Above 80 mm dia Kamala, Kirloskar 31-12-11

e) Butterfly Valves

Kirloskar (no limit) 31-12-11

IVI, (no limit) 17-2-13

Karmala (upto 300mm) 31-12-11

Durga upto 1000mm 8-1-13

hawa (Marck)(upto 400 mm) 30-9-13

Jupiter (upto 400 mm) 31-8-13

Calsens Kolkatta ( Up to 400 mm ) 31-7-14

Paras Jalamdhar ( Upto 200 mm ) 31-7-14

Unique Hydrotech Palus, Sangli

( Upto 300 mm )

31-12-14

f) Air Cushion valve / Z.V. Durga 300 mm 3-2-14

g) Actuators

Marsh , Pune Emtork brand, 30-6-13

Limitorque,Faridabad( Electric.

Actuators )

Bharat brand 19-1-14

SDTork (Pune) 30-6-13

3) Pipes

a) G.I.Pipes and special Approved at local level --

b) C.I. Pipes and special Approved at local level or as per civil csr --

4) Tools Approved at local level --

5) Pressure/Vacuum Gauges Approved at local level --

6) Lifting equipments

a) Chain pulley block monorail

with traveling trolley -- --

b) HOT, Cranes Anant (upto 5 ton) 8-1-13

c) EOT, Crances --

7) Motors

A) L.T.Motors

1) Horizontal Motors Jyoti 30-6-13

Siemens (upto 100 HP) 19-1-14

Hindusthan (HM) 30-6-13

Kirloskar 31-7-14

Windel Ahmadabad ( Up to 10 Hp ) 31-7-14

2) Vertical solid shaft motors BHEL

Jyoti

-

30-6-13

3) Vertical hollow shaft motors Jyoti -

Page 154: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

152

Kirloskar 31-7-14

B) H.T. Motors Marathon (Alstom) 24-1-13

Jyoti 30-6-13

8) Starters --

a) D.O.L. HPL 31-9-12

L & T 31-5-14

Siemens 19-1-14

b) Star Delta Siemens 19-1-14

L & T 19-1-14

c) Auto transformer starter with

air brake with contactor

Locally fabricated as per M.J.P.’s

Specification

--

31-5-14

d) Power contactor for ATS -- --

Upto 800 Amps Indo Asian (upto 630 Amp) 14-9-13

L & T ( Up to 1000 Amp ) 31-5-14

Siemens 19-1-14

C & S 31-5-14

Upto 600 Amps All above --

Upto 400 Amps All above --

2)

3)

e) Soft Start Starters -- --

Contronics ( Sangli ) 3-2-13

Electrotech System (Sangli)-FCMA-200HP 30-10-13

Siemens 19-1-14

9) Switches & Fuse C & S ( upto 800 A ) 19-1-14

Siemens 19-1-14

a) Rotary Popullar

L & T

30-6-13

31-5-14

b) Iron Clad Popullar 30-6-13

30-6-13

c) Metal Clad Popullar 30-6-13

d) Fuses Switch Populler

Siemens

L & T

C & S

30-6-13

19-1-14

31-5-14

31-5-14

e) Change over switch on load, of

load

HPL

Popullar

Indo Asian

Siemens

G E

31-9-12

30-6-13

14-9-13

19-1-14

9-5-14

f) HRC Fuses Indo Asian (No limit)

Siemens

L & T

C & S

14-9-13

19-1-14

31-5-14

31-5-14

HPL 31-9-12

10) Oil Circuit Breakers As per MJPs norms --

Page 155: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

153

11) Moulded Case Circuit

Breaker

Siemens 19-1-14

G E 9-5-14

a) No Limit L & T ( 800 A ) 31-5-14

Indo Asian (upto 630 Amp) 14-9-13

C & S (upto 800 Amp) 31-5-14

All above &

b) Upto 630 AMP HPL 31-9-12

MCB

Indo Asian (upto 125 Amp) 14-9-13

G E 9-5-14

Siemens 19-1-14

12) Air Circuit Breaker

a) No Limit L & T 31-5-14

G E 9-5-14

C & S ( 3200 A ) 31-5-14

Siemens 19-1-14

b) Upto 1000 Amp All above

c) Upto 630 Amp

13) Vacuum Circuit Breaker --

L & T 31-5-14

Biecco Lawrie, Calcutta (Indoor & Outdoor 19-1-14

a) 22 Kv/33Kv G E 31-5-14

Normacel / QBN-7 (C&S EFACEC), RMU 19-1-14

b) 11 Kv Power control electro System, Pune ( 11 KV ) 30-10-13

30-10-13

14) Vacuum Contactors -- --

Normacel / QBN-7 (C&S EFACEC), 19-1-14

Power control electro System, Pune (6.6 K 30-10-13

15) ElCB -- --

17) Protection Relay

i) Motor protection relay for HT

motors

siemens 19-1-14

ii) Motor protection relay for LT

motors

siemens 19-1-14

iii) Over current and earth fault

relay high Speed tripping relay Indo Asian

C & S

L & T

GE

14-9-13

31-5-14

31-5-14

9-5-14

iv) Static relay siemens --

Timers siemens 31-5-14

C & S

L & T

GE

31-5-14

31-5-14

9-5-14

Page 156: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

154

18) Transformers

ii) Upto 3000 Kva Transdelta 31-5-14

Kirloskar

Urja

31-7-14

31-12-11

iii) Upto 1600 Kva All above & Urja 31-12-11

Indotech Chennai 19-1-14

iv) Upto 750 Kva All above and

Vivekanand (Banglore) 31-3-11

v) Upto 315 Kva Vasant (VEMPL)Jaysingpur-upto 315 KVA 30-10-13

Khare-Tasgaon-upto 315 KVA 30-10-13

Shri Transformers, new Panvel 31-12-14

19) Ammeters/voltmeters --

20) Capacitors

i) L.T.Capacitor 25 Kvar and above

Subodhan 18-1-13

ii ) L.T.Capacitor 25 Kvar All abobe & MSEB approved --

H.T.Capacitor Subodhan 18-1-13

21) Sub-station equipment

i) Outdoor CT/PT -- --

ii) A.B.Switch (GOD)/Isolators -- --

iii) D.O. Fuse Unit /Horn Gap Fuse

Unit -- --

iv) Lightening arrestor -- --

22) CABLES

i) PVC Submersible/Copper

Conductor Cable

KEI (Delhi) 30-6-13

Primecab(Vardhaman) 30-9-12

Dasdmesh 30-6-13

Feb(Fabcon/Falcon upto 3 core 95 s.mm) 19-8-13

ii) 1.1 kV armored and unarmored

cable

Primecab upto 550 single core/multi Core.

Vardhaman 1.5 core upto 630 sq.mm &

multicore upto 400 sq.mm.

30-9-12

KEI (Delhi) 30-6-13

iii) 1.1 kV XLPE cable Bharat Cab, Primecab, KEI 30-9-12

iv) 3.3 kV / 6.6 kV / 11kV / 22kV /

33kV XLPE cable

As per MJPs norms

KEI (Delhi)

30-6-13

v) Control Cable Minilec, Verdhaman cables 30-9-12

KEI (Delhi) 30-6-13

23) Automatic Control Unit for

Submersible Pump

Bamo, Pune 31-9-12

Automation Products

Messung, Pune (PLC, HMIS, RIOS) 30-10-13

Phoenix Contacts- Faridabad(Scada, ilc

controllers, HM1 Modulers, lighting protection

devices, Relays, surgtrab etc.

9-1-14

24) Voltage Stabilizers

Page 157: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

155

i) Upto 800 kVA As per MJPs norms --

ii) Upto 300 kVA

iii) Upto 150 kVA

iv) Upto 50 kVA

v) Upto 12.5 kVA

25) Blowers

Usha

TMVT 01-9-12

Everest 30-6-13

26) Wormm Helical Gear As per MJP specifications As per MJP

specifications

-

Boxes & Geared Motors As above

27) Sunrise to Sunset time limit

switches for Street Light

Bamo and as per MJPs Specification and

approved equipment’s only

31-9-12

28) L.T. Panel Vidyut Control upto 150 HP

Powerfield(Nasik)

Rekha (Pune)

Electrotech System

As per MJP specifications

17-2-12

30-6-13

30-10-13

31-1-14

29) Cubical metering with CT/PT As per MJP specifications --

30) P.F. Correction Panel LT/HT Electrotech System

As per MJP specifications

--

4)

31) Domestic EEC approved

Water Meters

1 ) Itron ( upto 40 mm )

2 ) Zenner ( upto 20 mm )

3 ) Capston ( upto 20 mm )

31-5-14

31-5-14

31-12-14

32 Electromagnetic Flow Meters

A) Manas, Pune 31-9-12

B) Nivo, Indore 31-9-12

C) Mikamachi, Pune 3-2-13

D) Endros Hauser, Aurangabad 31-9-12

E) Krohne Marshal, Pune 3-2-13

F) Electronet (Pune) 30-6-13

SBEM, Pune(upto 400MM) 19-1-14

Siemens upto 500 mm 31-6-14

33 Ultrosonic Flow Meters A) Chetas Controll, Pune

B) Endros Hauser, Abad

C) Krohne Marshal,Pune

D ) Siemens

E ) Thermofisher Scientific, Navi Mumbai

3-2-13

31-9-12

3-2-13

31-6-14

31-12-14

34 WTP Process Equipment H.N.Bhatt Pvt. Ltd., Pune 31-5-14

35 Domestic Water Meter IS :

779:1994, ISI Mark

Zenner ( upto 20 mm )

Itron Upto 15 mm

31-5-14

31-5-14

Kranti Besto Model’s Jalandhar 19-1-14

Aquamet ( upto 20 mm ) 31-5-14

36 A ) Bulk water meters as per Zenner ( upto 250 mm ) 31-5-14

Page 158: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

156

ISO 4064 Aquamet ( upto 300 mm )

Itrom upto 150 mm

31-5-14

31-5-14

B ) EEC bulk water meters Zenner ( upto 200 mm ), Itron ( upto 150 mm

Capstan Sensus ( upto 300 mm ) 31-5-14

31-12-14

37 Lab Equipments, chemical

analysis instruments

Toshnival Instruments, 19-1-14

38 Chlorination Plants Vacuum

Gas Chlorination

Toshcon Jesco, Rajasthan Vacuum gas Chlorination-upto 200 kg/hr

19-1-14

Seaclor mac & Solar

Mac Electro Clorinator 1) De-Nora, Kundaim Goa

31-12-14

2) Note : In Approved list, if make of the product is not mentioned

the same shall be get approved from Superintending Engineer (M)

Thane.

Page 159: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

157

Table No. 1

Raw Water Pump

01. Pump Type

02. Manufacturer and his type designation

03. Standard to which manufactured

04. Design capacity

05. Design head Lps.

06. Number of stages M.

07. Speed

08. Type of impeller rpm

09. Diameter of impeller mm

10. Minimum submergence required by Vortex free operation at lowest water level

11. Delivery branch size

12. Type of shaft bearings mm

13. Whether pump is suitable for starting Yes/No against a closed sluice valve

14. Inertia of pump rotating parts (Wr2)

15. Weight of pump including discharge head Kg-m2 motor stool column assembly bowl assembly bell mouth and strainer

16. Material for

i) Impeller

ii) All Casing wearing rings

iii) Impeller shaft

iv) Shaft sleeves

v) Bolts, nuts and washes

vi) Pump shaft bearings

Page 160: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

158

17. Sizes

Impeller Shaft mm dia.

Line shaft mm dia.

Column pipe diameter mm dia.

Column pipe thickness mm dia.

Bell mouth diameter mm dia.

Column pipe flange thickness mm dia.

18. Whether hydraulic balancing holes/devices Yes/No

provided

19. Setting Dimension

20. Column pipe length

Standard (each piece)

Make up piece

Bearing spacing

Total Nos. pieces

Page 161: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

159

Table No. 1

Pure Water C/F Pumps

( Kole / Katphal / Mahud / Wani-Chinchale )

01. Pump Type

02. Manufacturer and his type designation

03. Standard to which manufactured

04. Design capacity

05. Design head Lps.

06. Number of stages M.

07. Speed

08. Type of impeller rpm

09. Diameter of impeller mm

10. Minimum submergence required by Vortex free operation at lowest water level

11. Delivery branch size

12. Type of shaft bearings mm

13. Whether pump is suitable for starting Yes/No against a closed sluice valve

14. Inertia of pump rotating parts (Wr2)

15. Weight of pump including discharge head Kg-m2

motor stool column assembly bowl assembly bell mouth and strainer

16. Material for

i) Impeller

ii) All Casing wearing rings

iii) Impeller shaft

iv) Shaft sleeves

v) Bolts, nuts and washes

vi) Pump shaft bearings

Page 162: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

160

17. Sizes

Impeller Shaft mm dia.

Line shaft mm dia.

Column pipe diameter mm dia.

Column pipe thickness mm dia.

Bell mouth diameter mm dia.

Column pipe flange thickness mm dia.

18. Whether hydraulic balancing holes/devices Yes/No provided

19. Setting Dimension

20. Column pipe length

Standard (each piece)

Make up piece

Bearing spacing

Total Nos. pieces

Page 163: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

161

Table No. 2

Foot Mounted Motors

01. i) Make

ii) Reference Standard

02. Frame size

03. Degree of protection (IP Number)

04. Motor shaft (Hollow/Solid)

05. Rated output kW/HP

06. Rated voltage and range

07. Load cycle

08. Full load current continuous

09. Starting current in % of full load current rpm

10. Full load current

11. Starting torque in % full load torque

12. Breakdown torque in % of full load torque

13. Pull up torque in % of full load torque

14. Locked rotor withstand time

i) Under hot condition at 110% of rated voltage S

ii) Under cold condition at normal voltage S

iii) At minimum permissible starting voltage S

15. No load current A

16. Minimum voltage required under starting condition V

to bring the driven equipment upto rated speed.

17. Started time with load at minimum starting voltage

(85% of rated voltage)

i) Under hot condition

ii) Under hot cold condition

iii) Per hour after ascertaining thermal equilibrium

18. Maximum permissible running time with full load at Minimum allowable voltage.

Page 164: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

162

19. Method of starting

20. Power factor

i) At full load

ii) At ¾ load

iii) At ½ load

iv) At ¼ load

21. Class of insulation

22. Temperature rise over an ambient of 48°C while

delivering rated output.

i) By resistance method °C

ii) By thermometer method °C

23. Maximum allowable temperature rise over an

ambient of 48°C

24. Space heaters

a) Number

b) Location

c) Capacity

d) Voltage

25. Terminal boxes for stator winding

a) Phase segregated or not

b) Number provided

c) Fault level upto which terminal box can be used

26. GD2 of motor Kg-m2

27. Total weight of motor Kg

28. No Load Loss.

29. Load Loss.

Page 165: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

163

Table No. 1

Pure Water C/F Pumps

( For Manegaon )

01. Pump Type

02. Manufacturer and his type designation

03. Standard to which manufactured

04. Design capacity

05. Design head Lps.

06. Number of stages M.

07. Speed

08. Type of impeller rpm

09. Diameter of impeller mm

10. Minimum submergence required by Vortex free operation at lowest water level

11. Delivery branch size

12. Type of shaft bearings mm

13. Whether pump is suitable for starting Yes/No against a closed sluice valve

14. Inertia of pump rotating parts (Wr2)

15. Weight of pump including discharge head Kg-m2

motor stool column assembly bowl assembly bell mouth and strainer

16. Material for

i) Impeller

ii) All Casing wearing rings

iii) Impeller shaft

iv) Shaft sleeves

v) Bolts, nuts and washes

vi) Pump shaft bearings

Page 166: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

164

17. Sizes

Impeller Shaft mm dia.

Line shaft mm dia.

Column pipe diameter mm dia.

Column pipe thickness mm dia.

Bell mouth diameter mm dia.

Column pipe flange thickness mm dia.

18. Whether hydraulic balancing holes/devices Yes/No provided

19. Setting Dimension

20. Column pipe length

Standard (each piece)

Make up piece

Bearing spacing

Total Nos. pieces

Page 167: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

165

Table No. 2

Foot Mounted Motors ( For Manegaon )

01. i) Make

ii) Reference Standard

02. Frame size

03. Degree of protection (IP Number)

04. Motor shaft (Hollow/Solid)

05. Rated output kW/HP

06. Rated voltage and range

07. Load cycle

08. Full load current continuous

09. Starting current in % of full load current rpm

10. Full load current

11. Starting torque in % full load torque

12. Breakdown torque in % of full load torque

13. Pull up torque in % of full load torque

14. Locked rotor withstand time

i) Under hot condition at 110% of rated voltage S

ii) Under cold condition at normal voltage S

iii) At minimum permissible starting voltage S

15. No load current A

16. Minimum voltage required under starting condition V

to bring the driven equipment upto rated speed.

17. Started time with load at minimum starting voltage

(85% of rated voltage)

i) Under hot condition

ii) Under hot cold condition

iii) Per hour after ascertaining thermal equilibrium

18. Maximum permissible running time with full load at Minimum allowable voltage.

Page 168: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

166

19. Method of starting

20. Power factor

i) At full load

ii) At ¾ load

iii) At ½ load

iv) At ¼ load

21. Class of insulation

22. Temperature rise over an ambient of 48°C while

delivering rated output.

i) By resistance method °C

ii) By thermometer method °C

23. Maximum allowable temperature rise over an

ambient of 48°C

24. Space heaters

a) Number

b) Location

c) Capacity

d) Voltage

25. Terminal boxes for stator winding

a) Phase segregated or not

b) Number provided

c) Fault level upto which terminal box can be used

26. GD2 of motor Kg-m2

27. Total weight of motor Kg

28. No Load Loss.

29. Load Loss.

Page 169: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

167

UnderTaking

Page 170: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

168

MAHARASHTRA JEEVAN PRADHIKARAN

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

UNDERTAKING FOR GUARANTEE

I / WE GUARANTEE THAT :

1. I / We will replace, repair and adjust free of all charges to the employer,

any part of the work, which fails to comply with the specifications or

amendment to such specifications as referred to in our specifications

attached to tender fair wear and tear excepted until the completion and for a

period of 12 months from the date of Acceptance Certificate issued under

Article – 20 of General Conditions of Contract.

2. All the work will be reliable.

3. All the work will be of a type, which has been proved in service to be

suitable for the duty required by the specifications and will be

manufactured and tested in accordance with the appropriate standard

specifications approved by the Engineer-in-charge.

4. I / We accept and abide by the clause relating to quality and guarantee of

work.

Page 171: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

169

Declaration

Page 172: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

170

MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI

Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme

Tal. Sangola, Dist. Solapur

Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.

DECLARATION BY CONTRACTOR

A) I / We hereby agree that this offer shall remain open for acceptance for a

minimum period of 120 days from the date fixed for opening the same and

the latter until it is withdrawn by me / us by notice in writing duly

addressed to the authority opening the tenders and sent by registered A.D.

or otherwise delivered at the office of such authority.

Term deposit receipt No. Date :

In respect of the sum of Rs. (In words)

Rs.

Representing the earnest money is herewith submitted. The amount of

earnest money shall not bear interest and shall be liable to be forfeited to

the Maharashtra Jeevan Pradhikaran, should I / We fail to abide by the

stipulation to keep the offer open for the period mentioned above of (2) pay

the security deposit to sign the agreement as specified in item (d) of the

memorandum contained in paragraph 1 above within the time limit laid

down in clause (i) of General conditions of 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 of thereof

has been forfeited as aforesaid.

Page 173: Final Shirbhavi Modified 06 06 2012mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender63.pdf · Contractor Executive Engineer MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE

171

B) DECLARATION BY THE CONTRACTOR

0.I / We hereby declare that I have made my self / our selves thoroughly

conversant with the local conditions regarding all materials such as stones,

murum, sand, availability of water, power etc. and labour on which I have

based my rates for this work. The specifications and requirements for this

work have been carefully studies and understood by me before submitting

the tender. I / We will not make any claim for any extra lead charges /

transportation charges at the time of execution. The rates quoted will

include all lead / transportation charges. I / We undertake to use only best

materials approved by the Executive Engineer Civil/Mechanical MJP

Circle, Sangli / or his duly authorized assistant before starting the work and

to abide by his decision.

Contractor’s Signature,