nashik mjp (main tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/tender... · 2012. 6....

452
Contractor No. of Corrections Executive Engineer CHIEF ENGINEER MAHARASHTRA JEEVAN PRADHIKA WATER MANAGEMENT THANE SUPERINTENDING ENGINEER, M.J.P. WATER MANAGEMENT CIRCLE, AURANGABAD B-1 TENDER FOR Name of Scheme: - Malmatha 25 villages R.R. Water Supply Scheme, Tal. Malegaon, Dist- Nashik Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme for 1 year. (B-1/ ______ for 2012-13) Tender Notice, Detailed Tender Notice, B-1 Form, Schedule ‘A’, Schedule ‘B’ & Specifications OFFICE OF THE EXECUTIVE ENGINEER, WATER MANAGEMENT DIVISION, NASHIK

Upload: others

Post on 01-Sep-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CHIEF ENGINEER

MAHARASHTRA JEEVAN PRADHIKA WATER MANAGEMENT THANE

SUPERINTENDING ENGINEER,

M.J.P. WATER MANAGEMENT CIRCLE, AURANGABAD

B-1 TENDER

FOR

Name of Scheme: - Malmatha 25 villages R.R. Water Supply Scheme,

Tal. Malegaon, Dist- Nashik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional

Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying &

jointing Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S,

Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works &

Trial Run of scheme for 1 year.

(B-1/ ______ for 2012-13)

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

Schedule ‘A’, Schedule ‘B’ & Specifications

OFFICE OF THE

EXECUTIVE ENGINEER,

WATER MANAGEMENT DIVISION, NASHIK

Page 2: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water Supply Scheme, Tal.

Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional

Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying &

jointing Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S,

Providing, lowering, Laying & Jointing of PVC Distribution System, Miscellaneous works &

Trial Run of scheme for 1 year.

Sr. No. Particular Description

1 Estimated Cost Put to Tender Rs 92682960/-

2 Earnest Money Rs 463415/-

3 Class of Contractor Class I A & Above ( Civil )

4 Cost of Tender Form Rs. 5000/- + VAT 5%

5 Type of Tender B -1

6 Date & Time of Submission of sealed

tender

On 13/07/2012 17.01 hrs

to 17/07/2012 18.00 hrs

7 Date of opening of tender 17/07/2012 18.01 Hrs to

20/07/2012 @ 18.00.00

Hrs.

Issued To _________________________________________________

Registered in Class ____________________________________________

On ______________________________________________________

Divisional Accountant

Maharashtra Jeevan Pradhikaran

Water Management Division Nasik

Page 3: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water Supply Scheme, Tal.

Malegaon, Dist- Nashik

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure

Water Pumping Machinery, Lowering, Laying & jointing Connecting

Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C.

G.S.R.S, Providing, lowering, Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

I N D E X

Sr. No. Particulars Page No.

From To

1 Check List

2 E Tender Notice

3 Detailed Tender Notice

4 Declaration of the contractor

5 Details of work of similar type and

magnitude carried out by the contractor

6 Details of other works tendered for and in

hand on the date of submission of the

tender.

Page 4: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

7 Details of plants and machinery

immediately with the Tenderers for the use

of this work

8 Details of technical personal with the

Tenderers

9 Instructions for the guidance to the

Tenderers

10 Undertaking for guaranty of contractor

11 MODEL FORM OF BANK GURANTEE BOND

12 Form B -1

13 Schedule “A “

14 Condition of schedule A

15 Schedule “ B “

16 Notes of Schedule B

17 Bar Chart & Strata percentage

18 General Conditions.

19 Special Conditions of Contract

20 Sub work wise & Item wise Detailed

Specifications.

21 Drawings.

Pages of this Volume I are from ………….. to ………. are verified by me

Issue to …………………………………………………………………

Registered class…………………….On ………………………………

Divisional Accountant

Page 5: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CHECK LIST

Page 6: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water Supply Scheme, Tal.

Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure

Water Pumping Machinery, Lowering, Laying & jointing Connecting

Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C.

G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

CHECK SHEET

List of all documents, forms, statements, specifications, conditions, schedules, drawing etc. are

to be submitted with the tender in two envelope systems along with followings.

Fix deposit receipt, valid for six months from date of opening from Nationalized / Scheduled

Bank in support of having paid the earnest money duly pledged in the name of Executive

Engineer, Maharashtra Jeevan Pradhikaran. Water Management Division Nasik

Initial Security deposit shall be in the form of fixed deposit of Nationalized Bank pledged in the

name of Executive Engineer, Maharashtra Jeevan Pradhikaran. Water Management Division

Nasik

Details of work similar type and magnitude carried out by the Tender.

Details of other works tendered for and in hand (with value of remaining unfinished work) as on

the date of submission of tender.

Page 7: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Details of plant and machinery immediately available with the tender for use on this work.

Details of machinery proposed to be used for work but not immediately available and the

manner in which it is proposed to be procured.

Details of technical personnel of the tender.

Copies of certificates if any.

Full name of all partners if the tender is offered by partnership firm, copies of partnership deed

and power of attorney.

Income Tax clearance certificate in original of a date not more than three months period prior to

the last date fixed for receipt of the tender.

A true copy of the registration certificate duly attested, including that of renewal etc. (Original

will have to be produced when called for clarification.)

Any other documents such as additional drawings, design and specification sheet deemed

necessary by the tender in justification of his offer based on the data given by the MJP and

framed with in specified limits laid down by the MJP.

The contractor should fill in the percentage in B-1 form in figure and words.

Declaration of the contractor

The contractor, if he is not experienced shall submit the J.V. agreement with the experienced

firm.

Note: - All above documents must including this list signed by the Tenderers. The Tenderers

shall also return along with the tender drawing enclosed here with duly signed.

Page 8: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon,

Dist- Nasik

Repairs to dam, Designing, Providing, Constructing &

Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying &

jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of

PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year.

.

DETAIL TENDER NOTICE

Page 9: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

For Authorized use only B-1 Tender Form

MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI

CHIEF ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT THANE

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE,

AURANAGABAD

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION,

NASIK

TENDER NOTICE

Name of Work :- Malmatha 25 Villages R.R. Water Supply Scheme Tal. Malegaon Dist

Nasik.

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure

Water Pumping Machinery, Lowering, Laying & jointing Connecting

Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C.

G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

CHIEF ENGINEER,

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT THANE

Estimated Cost Put to Tender : Rs. 9,26,82,960 /-

Page 10: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN Maharashtra Jeevan Pradhikaran Water Management Circle, Aurangabad

Maharashtra Jeevan Pradhikaran Water management Division , Nashik

DETAILED E-TENDER NOTICE NO. 1 FOR THE YEAR - 2012-2013.

On line percentage rate basis tenders in B-1 form in two envelopes system are invited

from contractors registered in Class-I A & Above (Civil) with Maharashtra Jeevan

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

Water management , Thane Dist, Thane. The Pre-qualification criteria is as per clause

10 of the Detailed Tender notice. The application for pre qualification shall be submitted

on line on MJP e-Tendering Portal; https://mjp.maharashtra.etenders.in.

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

first time users of this web site to complete the Online Registration Process for the e -

Tendering web site .For guidelines, kindly refer to Bidders Tool Kit document provided

on the web site.

NAME OF WORK : Malmatha 25 Villages R.R. Water Supply Scheme.

Tal, Malegaon & Dist. Nashik

Stage-I Repairs to Dam, Lowering, laying and jointing Raw Water

Connecting Main 450 mm dia DI K-9 L= 50 m, Un

Conventional Water Treatment Plant of 5.00 MLD Cap, Pure

Water Pumping Machinery 10 BHP Centrifugal Mono block

pump set 2 Nos, Lowering, laying and jointing Pure Water

Gravity main from dia 400 mm to 100 mm dia D.I K- 7

L=53395 M

Stage-II RCC GSR 2 Nos, RCC ESR 17 No’s of Various capacities ,

Providing, lowering, laying and jointing Distribution System, 75

mm to 160 mm dia G.I./ PVC 4 kg/cm2 Total Length 23400 m

Chain link fencing at WTP& ESR Site. Repairs to Staff Quarter,

Trial run of the scheme & Maintaining the scheme for 1 year

etc..

Page 11: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

2. ESTIMATED COST PUT TO TENDER : Rs. 9,26,82,960 /-

3. EARNEST MONEY : Rs. 4,63,415/-

a) Rs Four Lakh sixty three thousand four hundred fifteen only in the form of Fixed

Deposit Receipt in the name of Executive Engineer, Maharashtra Jeevan

Pradhikaran Water Management Division, Nashik from any Nationalized Bank or

Scheduled Bank of minimum Six month period from the date prescribed for

submission of tender

b) The earnest money shall be refunded in the case of tenderers whose tender are not

accepted, except for first three lowest offer. Earnest money of other two lowest

bidders & successful bidder will be refunded after completion of contract documents

& payment of security deposit.

c) Certificate of exemption from payment of earnest money deposit issued by public

works department or any other authorities will not be accepted instead of earnest

money deposit.

4. SECURITY DEPOSIT

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

i) Initial Security Deposit.

2% of estimated cost or accepted tender cost whichever is higher in the

form of Fixed Deposit 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 RA Bill to the extent that total required security

deposit is to be recovered.

B) Additional Security Deposit

Page 12: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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 more than 10% and - 2%

up to 15% below

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

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

form of Fixed Deposit Receipt or Bank Guarantee issued by a

Nationalized/Scheduled Bank in the name of ''Executive Engineer

Maharashtra Jeevan Pradhikaran Water Management Division, Nashik''

and shall be for a minimum period of 36 months and shall be extended

suitably if the work is not completed within the time limit. If the Bank

Guarantee is submitted for initial security Deposit, then it will be entire

responsibility of the contractor for the extension of Bank Guarantee till

completion of work.

5. STAMP DUTY

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

of the agreement and 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

30(Thirty) Calendar months, including Monsoon. This will be counted from

the date of issue of the work order & it Includes running of scheme for 12

months.

Page 13: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

7. DETAILED TENDER SCHEDULE

Sr.

No. Activities Start Date & Time -- Expiry Date & Time

1 Online Tender Release 11/06 /2012 10:00 Hrs To 11/06/2012 18:00 Hrs

2 Online Pre-qualification

Document Purchase 11/06/2012 18.01 Hrs To 14/06/2012 18:00 Hrs

3

Online Pre-qualification

Document Download &

Online Preparation

11/06/2012 18.01 Hrs To 22/06/2012 14:00 Hrs

4 Online Hash Generation

For Pre-qualification 22/06/2012 14:01 Hrs To 22/06/2012 17:00 Hrs

5 Online Submission of Pre-

qualification 22/06/2012 17:01 Hrs To 25/06/2012 13:00 Hrs

6 Online Pre-qualification

Opening and Short listing 25/06/2012 13:01 Hrs To 29/06/2012 15:00 Hrs

7 Online Main Tender

Preparation 29/06/2012 15:01 Hrs To 2/07/2012 18:00 Hrs

8 Online Tender Document

Purchase & Download 2/07 /2012 18:01 Hrs To 6/07/2012 14:00 Hrs

9 Online Technical Bid

Preparation 2/07/2012 18:01 Hrs To 13/07/2012 14:00 Hrs

10 Online Commercial Bid

Preparation 2/07/2012 18:01 Hrs To 13/07/2012 14:00 Hrs

11 Online Bid Closing 13/07/2012 14.01 Hrs To 13/07/2012 17:00 Hrs

Page 14: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

12 Online Submission of Bid 13/07/2012 17:01 Hrs To 17/07/2012 18:00 Hrs

13 Online Tender Opening 17/07/2012 18:01 Hrs To 20/07/2012 18:00 Hrs

8. PRE-QUALIFICATION

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

Tendering web site of Govt. of Maharashtra https://mjp.maharashtra.etenders.in

for aspiring bidders to download from 11/06/2012 to 22/06/2012. The bidders

have to prepare and upload filled in scanned documents regarding Pre-

Qualification online on or before 25/06/2012 up to 13:00 hrs on web site.

Scanned copy of following documents shall be uploaded to fulfill pre-qualification

criteria. These documents need to be digitally signed by individual contractor’s

digital signature and uploaded during online pre-qualification preparation stage.

9. PRE-QUALIFICATION CRITERIA

a) The contractor shall have successfully completed & commissioned the

following mentioned works with Government/Semi Government/ Municipal

Corporation or any other Government organization.

1) The work of designing, constructing & commissioning with

satisfactory water tightness test of Unconventional /

conventional W.T.P of capacity of not less than 2.50 MLD in a

single tender.

2) Lowering, laying, jointing & satisfactory hydraulic testing, of 250

mm dia D.I./C.I. pipe of minimum Length -13.36 K M. in a single

tender.

3) Providing, erecting & commissioning in a single tender pumping

machinery of total installed capacity not less than 10 BHP. This

shall include individual centrifugal mono block pumping

machinery of capacity not less than 5 BHP.

4) Designing, constructing & commissioning R.C.C. GSR of

capacity not less than 0.25 Lakh Liters & RCC ESR minimum 9

nos of Capacity not less than 0.75 Lakh liters with satisfactory

water tightness test.

Page 15: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

5) Providing, lowering, laying and jointing and giving hydraulic

testing of 90 / 80 mm dia P.V.C../ G.I. pipe of minimum length of

7.74 K m. in single tender.

Apart from the above experience certificates following documents are to be submitted online.

6) The firm shall to produce the Document of VAT Registration No.

OR Tin No.

7) The firm shall produce the document of PAN No.

8) Copy of registration with MJP in Class-I A (civil) and above The validity of registration should be valid at least the last date of submission of tender, then only pre-qualification application will be considered. It is necessary to renew the registration before issue of work order..

9) The list of work in hand in MJP, with the date of work orders and

the current status of these works.

The contractor having more than 7 work in hand excluding 3

works costing less than 2 cores with MJP, shall not be

considered for pre-qualification. However the works completed

80 % of cost & further progress held up due to reasons for

which contractor is not responsible such as land acquisition

problem, non availability of electricity, non availability of funds,

floods, earth quake, or public agitation. This shall be certified by

the Superintending engineer.

Contractor shall ensure that information furnished in the

document at Sr. No.8 above, is correct, failing which

contractor shall be liable for disqualification.

10) Contractor shall have his bidding capacity not less than

Rs 308.91 Lakh per year which should be worked out by the

formula given below.

BID CAPACITY:-

Page 16: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

formula:-

Bidding Capacity = ( 3 x N x A - B)

Where

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

year upgraded to present year (i.e. tender accepting year) by adding 10% per

year for execution of the year

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

(For this project 2 Years)

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

next N years.

BID Capacity Calculation

Year

Max value

of Civil

Engineering

works

executed in

last 5 year

‘A’

No of year

presented for

completion of

work for which

tender is invited

Value of

existing

commitment of

ongoing work to

be completing

in next N year

Bid Capacity

(3NA –B)

2007-08

2008-09

2009-10

20010-11

2011-12

Note:- Since all the data is pertaining to the contractors own performance the

contractors are required to provide its bidding capacity for this work by furnishing the

Page 17: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

calculations and supporting documents to prove it contents. He has to upload scan

copies of supporting documents to prove Bid Capacity online. If support document are

not found uploaded, bid capacity will not be taken into account which will result in

disqualification for this tender.

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

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

Engineer-in-charge not below the rank of an Executive Engineer. Also has to

upload scan copies of these Certificates.

The firm shall produce all the experience certificates towards the proof of the

above experience duly certified by the officer not below the rank of

Superintending Engineer or equivalent officer of any other organization

The above ten documents need to be submitted separately online in a folder

provided for pre-qualification.

10. COLLABORATION AND JOINT VENTURE :

a) COLLABORATION:

The contractor who is interested to have blank tender form and if he is not

having experience of work of Mechanical and Electrical works i.e. Pumping

Machinery is allowed to get collaboration with another agency for pumping

machinery work who is registered with Maharashtra Jeevan Pradhikaran and having

experience as per above for pumping Machinery. And the contractor with whom

above collaboration is done shall be responsible for successful completion of

pumping machinery work with test and trial. However, it will be the responsibility of

principal contractor to get the work done.

Also in case of civil contractor who do not have the necessary experience of

particular sub work then, he is allowed to have collaboration with another agency OR

contractor who has an experience of that particular sub work.

Moreover with whom collaboration is made will only be binding to carry out the

work to the effect of principal contractor & should submit an agreement on Rs.100/-

stamp paper duly notarized at the time of pre-qualification of bidder.

Page 18: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

b) JOINT VENTURE:

The contractor who is interested to have blank tender form and if he do not have

necessary experience of particular sub work / sub works then he is allowed to have

Joint Venture with another agency OR contractor.

If there is Joint Venture, the same shall be in appropriate format. And it shall be

clearly mentioned in the agreement that both the contractor will be jointly and

severally responsible for the successful completion of works included in the tender

with all test and trial for full tender period. It is necessary to enclose the registration

certificate of Joint Venture firm with the Registrar of the Partnership Firm or the

receipt of payment made to Registrar of the Partnership Firm on account of fees

toward Joint Venture firms. Then only pre-qualification application will be considered.

In the case of Joint Venture the contractor having higher class of registration will

only be considered.

Chief Engineer, Maharashtra Jeevan Pradhikaran, Water Management, Thane

will be the final authority for deciding eligibility for pre-qualification.

11. COST OF BLANK TENDER FORM

a) Rs. 5250/- per set (Rs.5000/-+5% VAT). Cost of Blank Tender form will be

accepted only by Demand Draft of Scheduled Bank payable at Nashik in the

name of ''Executive Engineer, Maharashtra Jeevan Pradhikaran Water

Management Division, Nashik''.

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 Engineer, Maharashtra

Jeevan Pradhikaran Water Management ,Thane. from the web site

Page 19: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

http://mjp.maharashtra.etenders.in from 02/07/2012 to 06/07/2012

The contractors have to prepare & upload Pre-qualification Document

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

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

document.

13. PRE-TENDER CONFERENCE

a) Pre-Tender conference is open to all prospective tenderers who are

pre qualified for this work and will be held on 06/07/2012 at 12.00 hours

in the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran

Water Management ,Thane. where in the prospective tenderers will

have opportunity to obtain clarifications regarding the work and the

tender conditions.

b) 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.

14. VALIDITY OF THE OFFER

120 days from the date of opening of tender

15. LAST DATE OF ONLINE SUBMISSION OF TENDER FORM

As per tender schedule provided.

16. DATE OF ONLINE OPENING OF TENDER

Page 20: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

As per tender schedule in the office of the Chief Engineer, Maharashtra

Jeevan Pradhikaran Water Management, Thane.

17. SUBMISSION OF TENDER

17.1 The interested contractors / bidders will have to make online payment (using

credit card/debit card/net banking) of Rs.1038/- (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 and 2 shall be digitally sealed and signed and

submitted online as per the online tender schedule.

17.3 The date and time for onl ine 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 entertained.

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

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 Tenderers will be opened online through

e-Tendering procedure to verify its contents as per requirements. Scanned

copies of following documents shall be in Envelope No. 1. (1) Earnest Money

Page 21: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Deposit Receipt as explained above. (2) Minutes of pre-bid meeting duly signed

by contractor. (3) Copy of Pre-qualification letter (4) Declaration of Contractor in

prescribed format.

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. The tender shall upload in envelope II online

page of the tender on which offer is quoted.

19.

a) Though the tender are invited for whole work the work order will be given for

first phase after the acceptance of tender. After completion of the works of first

phase, work order for IInd phase will be given. After the completion of the

scheme & its trial run, the contractor has to run the scheme for one Year

period.

b) The payment of work done will be made as per availability of funds for this

scheme.

c) Right to reject any or all tenders without assigning any reason thereof is

reserved by the competent authority of M.J.P. whose decision will be final and

legally binding on all the tenderers.

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

will not be entertained.

Page 22: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Executive Engineer,

Maharashtra Jeevan Pradhikaran

Water Management Division, Nashik.

MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI

Page 23: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

SUPERINTENDING ENGINEER WATER MANAGEMENT CIRCLE, AURANAGABAD

EXECUTIVE ENGINEER, WATER MANAGEMENT DIVISION, NASIK

E-Tendering Tender Notice

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

MJP Portal: mjp.maharashtra.etenders.in

TENDER NOTICE NO : 1 for 2012-2013

Executive Engineer, Water Management Division Nasik. Dist. Nasik invites the tender from the contractors who are registers with MJP in Class I A ( civil) and above and who fulfills the pre qualification criteria, for the Malmatha 25 Villages R.R. Water Supply Scheme Tal. Malegaon Dist Nasik. The estimated cost put to tender is Rs 9,26,82,960/-( Rs Nine Crores Twenty six lakhs eighty two Thousand nine hundred sixty only.)

1) Two view the tender notice, detailed time schedule, prequalification criteria for this tender and subsequently to down load prequalification document kindly visit above e tendering web site of Govt of Maharashtra.

2) It is essential that the documents required as per pre qualification creitria should be duly sign by an officer not the below the rank of Superintending Engineer or equivalent officer of any other organization. The document submitted by the contractor as per prequalification criteria will be evaluated before main tender document to be downloaded.

3) The dates of download and upload of prequalification criteria documents and main tender documents are given below

a) Prequalification document download Date 11/06/2012 to 22/06/2012

b) Prequalification document upload Date 22/06/2012 to 25/06/2012

c) Download of Main Tender document Date 02/07/2012 to 06/07/2012

d) Upload of Main Tender document Date 13/07/2012 to 17/07/2012

Right to reject any or all the tenders without assigning reasons there of is reserved by the competent authority of M.J.P.

EXECUTIVE ENGINEER

Maharashtra Jeevan Pradhikaran

Water Management Division Nasik.

Page 24: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

ßßßß ‾‾‾‾ ´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö ¾Ö–Ö ¾Ö–Ö ¾Ö–Ö ¾Ö–Ö ÖÏÖ׬ÖÖÏÖ׬ÖÖÏÖ׬ÖÖÏÖ×¬Ö Ú¸ÜÚ¸ÜÚ¸ÜÚ¸Ü Ö Ö Ö Ö

ßßßßÚÖµÖÔÚÖµÖÔÚÖµÖÔÚÖµÖÔ ÚÖ¸ÜÚÖ¸ÜÚÖ¸ÜÚÖ¸Ü †×†×†×†×³³³³ÖµÖÓŸÖÖ , ÖµÖÓŸÖÖ , ÖµÖÓŸÖÖ , ÖµÖÓŸÖÖ , ´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö�¾Ö´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö�¾Ö´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö�¾Ö´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö�¾Ö–Ö–Ö–Ö–Ö ‾‾‾‾ ‾‾‾‾ÖÏÖ׬ÖÖÏÖ׬ÖÖÏÖ׬ÖÖÏÖ×¬Ö Ú¸ÜÚ¸ÜÚ¸ÜÚ¸Ü Ö •Ö»Ö¾µÖ¾ÖãÖÖÖ •Ö»Ö¾µÖ¾ÖãÖÖÖ •Ö»Ö¾µÖ¾ÖãÖÖÖ •Ö»Ö¾µÖ¾ÖãÖÖ ÖÖÖÖÖÖÖÖ–Ö–Ö–Ö–Ö

×¾Ö×¾Ö×¾Ö×¾Ö³³³³ÖÖÖÖÖÖÖÖ Ö Ö Ö Ö –ÖÖ–ÖÖ–ÖÖ–ÖÖ ×¿Ö׿Ö׿Ö×¿Ö ÚÚÚÚ

‡Ô‡Ô‡Ô‡Ô---- ××××–Ö–Ö–Ö–Ö×¾Ö¤ÜÖ ÃÖÆ“Ö×¾Ö¤ÜÖ ÃÖÆ“Ö×¾Ö¤ÜÖ ÃÖÆ“Ö×¾Ö¤ÜÖ ÃÖÆ“Ö–Ö–Ö–Ö–Ö Ö Ö Ö Ö ÎÚ´ÖÖÓÎÚ´ÖÖÓÎÚ´ÖÖÓÎÚ´ÖÖÓ Ú Ú Ú Ú 1111 à à à ÃÖÖÖÖ–Ö–Ö–Ö–Ö 2012201220122012----13131313

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

MJP Portal: http://mjp.maharashtra.etenders.in

ßÚÖµÖÔ ÚÖ¸Ü †×³ÖµÖÓŸÖÖ, ´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö�¾Ö–Ö ‾ ‾ÖÏÖ×¬Ö Ú¸Ü Ö •Ö»Ö¾µÖ¾Ã£ÖÖ ÖÖ–Ö

×¾Ö³ÖÖ Ö –Ö ÖÖ×¿Ö Ú ¤Ãܸܬ¾Ö–Öß ÎÚ´ÖÖÓ Ú 0253/2232088 ÆÊÜ ´ÖÖÔÛ´ÖÖ£ÖÖ 25 ÖÖÓ¾ÖÊ

‾ ß ‾ ß ‾ÖÏÖ¤ÊÜ¿Ö Ú ÖÖ Ö Öøܾ֊ÜÖ µÖÖÊ•Ö–ÖÖ ßŸÖÖ.´ÖÖ»ÖÊ ÖÖÓ¾Ö ×•Ö. –ÖÖ×¿Ö Ú µÖÖ ÚÖ´ÖÖÃÖÖŠÜ

¹Ý. 9999,,,,26262626,,,,82828282,,,,960/960/960/960/---- ‾ ß ß( ¹Ý ÖµÖÊ –Ö‰Ú ÚÖ檆 ÃÖ¾¾Ö ÃÖ »ÖÖ Ö ²µÖÖοÖ� ÆÜ•ÖÖ¸Ü –Öˆ¿ÖÊ ÃÖÖŠÜ ´ÖÖ¡Ö )

ß ß‡ŸÖŒµÖÖ Ø Ú´ÖŸÖ “Ö ²Ö�- 1 –Ö´ÖÖµÖÖŸÖ�»Ö †ÖÒ–Ö»ÖÖ‡Ô–Ö ×–Ö×¾Ö¤ÜÖ, ´ÖÆÜÖ¸ÜÖ™ÒÜ •Ö�¾Ö–Ö ‾ ‾ÖÏÖ×¬Ö Ú¸Ü ÖÖ Ú›ÊÜ ¾Ö ÖÔ 1 † ãÖÖ ÖŸµÖ ¾Ö

ß ßŸµÖÖ¾Ö¸Ü »Ö ¾Ö ÖÖÔŸÖ »Ö –ÖÖÊ ß Ó¤Ü Ö ÉÚŸÖ ‾ ß ‾ ŠÊÜ ÊÚ¤ÜÖ¸Ü, •ÖÊ ÖþÖÔ †ÆÔÜŸÖÖ †™Ü Öà ÖÔ

ڸܟÖᯙ †¿ÖÖ ŠÊ Ü ÊÚ¤ÜÖ¸ÜÖ Ú›ÆÜ–Ö ´ÖÖ Ö×¾Ö µÖÖŸÖ µÖÊŸÖ †ÖÆÊÜŸÖ. µÖÖ

×–Ö ‾ ß×¾Ö¤ÊÜ“µÖÖ ÖþÖÔ †ÆÔÜŸÖÖ †™Ü ¾Ö ÃÖ×¾ÖÃŸÖ¸Ü ×–Ö×¾Ö¤ÜÖ ÃÖÆ“Ö–ÖÖ ÆÜ� ´ÖÆÜÖ¸ÜÖ™ÒÜ ¿ÖÖÃÖ–ÖÖ“µÖÖ http://maharashtra.etenders.in

Page 25: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

µÖÖ ÃÖÓ ÊÚŸÖãÖÔÛÖ¾Ö¸Ü ×¾Ö–ÖÖ´ÖûµÖ ›ÜÖ‰Ú-–Ö »ÖÖÊ›Ü Ú¸ÜŸÖÖ µÖʇԻÖ.

‾ ßÃÖ¤Ü¸Ü ÖþÖÔ †ÆÔÜŸÖÖ †™Ü ¾Ö ¿ÖŸÖÁ-–Ö ß ÃÃÖÖ¸Ü ŸµÖÖÃÖÖŠÜ ŠÊÜ ÊÚ¤ÜÖ¸ÜÖ Ú›Æ–Ö •Ö� ‾ ‾ ß ß ß ß ß ß ÖÏ´ÖÖ Ö Ö¡ÖÊ ×¤Ü»Ö •ÖÖŸÖ »Ö ŸÖ Ú´Ö ŸÖ Ú´Ö †¬Ö Ö Ú

†×³ÖµÖÓŸÖÖ / ŸÖŸÃÖ´Ö ¤Ü•ÖÖÔ“µÖÖ †×¬Ö ÚÖ- ß ß µÖÖÓ“µÖÖ Ã¾ÖÖ Ö¸Ü “Ö †ÃÖ ÖÊ † Ö¾Ö¿µÖ Ú †ÖÆÊÜ.

µÖÖ ×–Ö ß Ö×¾Ö¤ÊÜ Ú¸Ü ŸÖÖ ŠÊÜ¾Ö µÖÖŸÖ †Ö»ÖÊ»µÖÖ ‾ ßÖþÖÔ †ÆÔÜŸÖÖ †™Ü ¾Ö ¿ÖŸÖÁ ¾Ö �ÖþÖÔ

‾ ߆ÆÔÜŸÖÖ ÖÖ¡Ö ŠÜ¸Ü»ÖÊ»µÖÖ ŠÊÜ ÊÚ¤ÜÖ¸ÜÖÓ–Ö ´ÖÃÔÛ ‾ ×–Ö×¾Ö¤ÜÖ ›ÜÖ‰Ú–Ö »ÖÖÊ›Ü ¾Ö † Ö»ÖÖÊ›Ü Ú¸Ü µÖÖ“µÖÖ

ß ‾ ŸÖÖ¸Ü ÖÖ ÖÖ»Ö »Ö ÖÏ´ÖÖ ÖÊ †ÖÆÊÜŸÖ.

1) ‾ÖþÖÔ †ÆÔÜŸÖÖ ß †™Ü ›ÜÖˆ–Ö »ÖÖÊ›Ü Ú¸Ü ÖÊ. פÜ. 11/06/2012 ŸÖÊ 22/06/2012

2) ‾ ß ‾ÖþÖÔ †ÆÔÜŸÖÖ †™ÜÀ“Ö ÚÖ Ö¤Ü Ö¡ÖÊ ‾ † Ö»ÖÖÊ›Ü Ú¸Ü ÖÊ ×¤Ü. 22/06/2012 ŸÖÊ

25/06/2012

3) ´ÖÃÔÛ ×–Ö×¾Ö¤ÜÖ ›ÜÖ‰Ú–Ö »ÖÖÊ›Ü Ú¸Ü ÖÊ ×¤Ü.02/07/2012 ŸÖÊ 06/07/2012

4) ‾ ×–Ö×¾Ö¤ÜÖ † Ö»ÖÖÊ›Ü Ú¸Ü ÖÊ ×¤Ü. 13/07/2012 ŸÖÊ 17/07/2012

ß ßÚÖÊ ÖŸÖ ÆÜ †£Ö¾ÖÖ ÃÖ¾ÖÔ ×–Ö×¾Ö¤ÜÖ ŸµÖÖÃÖÖŠÜ� Ú ß ÚÖÊ ÖŸÖÊÆÜ ÚÖ¸Ü Ö –Ö

¤Ü¿ÖÔ×¾ÖŸÖÖ –ÖÖ ÚÖ¸Ü µÖÖ“ÖÖ ÆÜŒ Ú ß‾ ‾ ´Ö.•Ö . ÖÏÖ “µÖÖ ÃÖ Ö´Ö ÖÏÖ×¬Ö Ú¸Ü ÖÖ–ÖÊ

¸ÜÖ ÖÃ–Ö ŠÊÜ¾ÖŸÖ †ÖÆÊÜ.

Page 26: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

ÚÖµÖÔ ÚÖ¸Ü�

†×³ÖµÖÓŸÖÖ,

´ÖÆÜÖ¸ÜÖ™ÒÜ

•Ö�¾Ö–Ö ‾ ÖÏÖ×¬Ö Ú¸Ü Ö

•Ö»Ö¾µÖãÖÖ�ÖÖ–Ö

×¾Ö³ÖÖ Ö –Ö Ö×¿Ö Ú.Ü

Page 27: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Page 28: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE, AURANGABAD

MAHARASHTRA JEEVAN PRADHIKARAN WATER MAMAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of

5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main.

Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

STATEMENT NO.1

DETAILS OF OTHER WORKS TENDERED FOR AND IN HANDS ON THE DATE OF SUBMISSION OF THIS TENDER.

Sr.No. Name of

Work.

Place of

Work

Works in hand Works tendered for Remarks

Tender

Cost

Rs.

Cost of

remaining

works Rs

Anticipated

date of

completion

Estimated

cost and

date Rs.

Probable date

when decision

of tender is

expected

Stipulated

date and

period of

completion

1 2 3 4 5 6 7 8 9 10

Page 29: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE, AURANGABAD

MAHARASHTRA JEEVAN PRADHIKARAN WATER MAMAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of

5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main.

Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

STATEMENT NO.

DETAILS OF WORKS SIMILAR TYPE AND MAGNITDE CARRIED OUT BY THE CONTRACTOR

Sr.

No.

Name of Work. Capacity of

JW/ESR/PM/Pipe

line

Cost of

work

Date of

starting

of works

Stipulated

date of

completion

Actual date

of

completion

Time in

which

completed

Remarks

1 2 3 4 5 6 7 8 9

Page 30: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE, AURANGABAD

MAHARASHTRA JEEVAN PRADHIKARAN WATER MAMAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water

treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing

Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing,

lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme

for 1 year.

STATEMENT NO.3

DETAILS OF PLANT AND MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR THE USE OF

THIS WORK

Sr.N

o.

Name of Equipments No. of units

plants.

Kind and

make.

Capacity Age and

condition

Present location

and Conditions.

Remarks

1 2 3 4 5 6 7 8

Page 31: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE, AURANGABAD

MAHARASHTRA JEEVAN PRADHIKARAN WATER MAMAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of

5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main.

Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

STATEMENT NO.4

DETAILS OF TECHNICAL PERSONNEL AVAILABLE WITH THE CONTRACTOR

Sr.

No.

Name of Person Qualification Whether

working in

the field or

office

Experience

of execution

of similar

type of work

Period for which the

person is working

with the tenderer

Remarks

1 2 3 4 5 6 8

Page 32: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply

Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing &

Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying &

jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing

of PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year.

DECLARATION

I / We hereby declare that I/We have made my self thoroughly

conversant with local conditions regarding all materials such as stones,

murum, sand availability of water etc. and labour, on which I / We have

based my / our rates for this work. The specifications and requirements

of lead for this work have been carefully studied and understood by me

/ us before submitting the tender. I undertake to use only the best

materials, to be approved by the Executive Engineer in charge of the

work or his duly authorised representative, before starting the work and

also to abide by his decision.

I hereby undertake to pay the labours engaged on the work as per

Minimum Wages Act, 1984 applicable to the zone concerned.

Contractor's Signature

Page 33: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply

Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water

Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity

main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing,

lowering , Laying & Jointing of PVC Distribution System, Miscellaneous

works & Trial Run of scheme for 1 year.

FURTHER INSTRUCTION FOR THE GUIDANCE TO TENDERS

( C.M.P.W.NO. CAT/1259/28820/S, Dated 26-05-1959)

The tender will be liable to be rejected outright if for the conditions mentioned

below arise individually or cumulatively while submitted it.

1. The tender proposes any alterations in the work specified in the tender or

in the time allowed for carrying out the work or any other conditions.

2 Any of the pages of the tender are removed and/ or replaced.

3. In the case of item rate the rates are not entered in ink in figure and in

words and the total of each item and grand total are not struck by the

Tenderers in ink in the last column of schedule “B” under his signature.

4 Any errors are made by him in the tender.

Page 34: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

5 All conditions and additions or paste slips are not initiated by the tenders.

6 The Tenderers or in the case of a firm each partner thereof does not sign or

the signature is/ are not attested by witness on the pages of the tender in the

space provided for the propose.

Page 35: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Work :- Malmatha 25 Villages R.R. Water Supply

Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing &

Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying &

jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing

of PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year.

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 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 a period of 12 months from

the date of Acceptance Certificate issued under Article 20 of

General Condition of Contract.

2. All the work will be reliable.

3. All the work will be of 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 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.

Contractor's Signature

Page 36: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

For Authorized use only

CHIEF ENGINEER (WATER MANAGEMENT)

MAHARASHTRA JEEVAN PRADHIKARAN, THANE

SUPERINTENDING ENGINEER,

WATER MANAGEMENT CIRCLE, AURANGABAD

B-1 TENDER

FOR

Name of Scheme: - Malmatha 25 villages R.R. Water Supply

Scheme,

Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping

Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const.

of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC

Distribution System, Miscellaneous works & Trial Run of scheme for 1 year.

FORM – B-1

Page 37: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

FORM B-1

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

Percentage Rate Tender and Contract for Works

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

DEPARTMENT :- Maharashtra Jeevan Pradhikaran

CIRCLE :- Water management Aurangabad

DIVISION. :- Maharashtra Jeevan Pradhikaran

Water management Nasik

Name of Work :- Malmatha 25 Village R.R. Water Supply

Scheme. Tal. Malegaon, Dist. Nasik.

Repairs to dam, Designing, Providing,

Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0 MLD

capacity, Pure Water Pumping Machinery,

Lowering, Laying & jointing Connecting Main,

Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering

, Laying & Jointing of PVC Distribution System,

Miscellaneous works & Trial Run of scheme for

1 year.

Page 38: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

General Rules and Directions for the Guidance of Contractor

1. AII the works proposed to be executed by contract shall by

noticed in a form of invitation to tender pasted on a notice board

hung up in the office of the Executive Engineer and signed by

the Executive Engineer.

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

submitting and opening tenders, and the time allowed for carrying out

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

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

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

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

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

and drawings, estimated rates, scheduled rates and any other

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

Executive Engineer for the purpose of identification and shall also be

open for inspection by Contractors at the office of the Executive

Engineer during office hours.

Where the works are proposed to be executed according to the

specifications recommended by contractors and approved by a

competent authority on behalf of the Maharashtra Jeevan Pradhikaran,

such specification with designs and drawings shall form part of the

accepted tender.

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

signed by each partner there of 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.

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

463415/- (Rupees Four Lakh sixty three thousand four hundred

fifteen only) as and by way of earnest money. The contractor may pay

the said amount by forwarding along with the tender a TDR from

Page 39: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Nationalized / Schedule Bank for the like amount in favor of the

Executive Engineer M.J.P. Water Management Division Nashik. The

said amount of earnest money shall not carry any interest whatsoever.

(ii) In the event 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 condition of General Conditions of Contract.

(iii) If, after submitting the tender the Contractor withdraws his offer or

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

Contractor neglects to furnish the balance amount of security deposit

without prejudice any other rights and powers of the MJP hereunder or

in law, MJP shall be entitled to forfeit the full amount money deposited

by him.

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

earnest money deposited by the Contractor shall, unless it is prior

there to forfeited under the provisions of sub-clause (iii) above be

refunded to him on his passing receipt therefore.

3. Receipts for payments made on account of any work, when

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

where the Contractors are described in their tender as-firm, in which

case the receipt shall be signed in the name of the firm by one of the

partners, or by some other person having authority to give effectual

receipts for the firm.

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

from stating at what rate below or above the rates specified in

Page 40: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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 rate/scheduled rates shall be named. Tender

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 condition of any sort, will be liable to rejection.

No printed from of tender shall include a tender for more than one

work, but if Contractor who wish to tender for two or more works, they

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

outside the envelope.

5. The Competent Authority or 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 comparatives

statement in a suitable from. In the event of a tender being accepted,

the Contractor shall, for the purpose of identification, sign copies of the

specification and other documents mentioned In Rule 1. in the event of

tender being rejected, the Divisional Officer shall authorized to refund

the amount of earnest money deposited to the Contractor making the

tender, in his giving a receipt for the return of the money.

6. The officer competent to dispose off the tenders 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 signed by the Executive

Engineer

Page 41: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

of Material to be supplied by the Pradhikaran 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 Tenderers

has not be been so filled in and completed, he shall request the said

office to have his done before he completes and delivers his tender.

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

according to the rules and customs of the Pradhikaran and without

reference to any local custom.

10. Under no circumstances shall any Contractor be entitled to

claim enhanced rate for Items in this contract.

11. Every registered contractor should produce along with his

tender, Certificate of Registration as approved Contractor in the

approved class and renewal of such registration with date of expiry.

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

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

methods in the Pradhikaran and no proposals to adopt alternative

methods will be accepted. The Executive Engineer's decision to what

is "the usual method in use in the Pradhikaran will be final

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

tender showing all works for which for he has already entered into

contact and the value of the work that remains to be executed in each

case on the date of submitting the tender.

Page 42: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

Pradhikaran for the purchase of plant and machinery required for the

execution of the work contracted for {GCM/PWD/CFM/1058/62517 dt.

of 26.5.1959).

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

and valuable materials issued to him under Schedule "A" of the

agreement, at work site, having double locking arrangement. The

materials will be taken for use in the presence of the Pradhikaran

person. No materials will be allowed to be removed from the site of

works.

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

possession on which they propose to use on the work.

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

showing previous experience and technical staff employed by him.

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

accepting authority a valid and current license issued in his favor under

the provisions of Contract Labour (Regulation and Abolition) Act,1973

before starting work falling which acceptance of the tender will be liable

for withdrawal and earnest money will be forfeited to the Pradhikaran.

21. The Contractor shall comply with the provision of Apprentices

Act, 1961 and the rules and order issued there under from time to time

Page 43: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

Superintending Engineer, may in his discretion cancel the contract.

The Contractor shall also be liable for any pecuniary liability arising on

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

Page 44: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

TENDER FOR WORKS

I/We hereby the tender for execution for the

Maharashtra Jeevan Pradhikaran (Here in before &

hereinafter referred to as “MJP “) of the work

specified in the underwritten memorandum within the

time Specified in such memorandum at”_________%

( _________________________________________

_________________________________ ) [ in

figures as well as in words ] percent below / above

the estimated rates entered in schedule B,

(memorandum showing items of work to be carried)

and in accordance with all respects with the

specification, design. drawing & instructions in writing

refereed to in rule 1 hereof & in clause 12 of the

annexed conditions of the contracts and agree that

when materials for the work are provided by the

board such materials & the rates to be paid for them

shall be provided in schedule A , hereto

* In figures as well as

in words

a) If several sub

works are included

same should be

detailed in a separate

sheet

b) The amount of

earnest to be

deposited shall be in

accordance with

provisions of pares

208,207 of the MPW

manual.

MEMORANDUM

General Description :-

Name of work: - Malmatha 25 Village R.R. Water Supply

Scheme. Tal. Malegaon, Dist. Nasik.

Repairs to dam, Designing, Providing,

Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping

Machinery, Lowering, Laying & jointing

Page 45: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Connecting Main, Gravity main. Designing,

Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S,

Providing, lowering , Laying & Jointing of PVC

Distribution System, Miscellaneous works &

Trial Run of scheme for 1 year.

b) Estimated Cost. : Rs. 92682960/-

c) Earnest Money : Rs. 463415/- c) The amount of earnest money to be deposited shall be in accordance with provision with provision of para 206 and 207 of M.P.W. Manual.

d) Security Deposit : Rs. 3707320/-

4% of estimated cost or contract value

whichever is more

i) 2% initial security deposit in the form of

Bank Guarantee or fixed Deposit receipt of

Nationalised /Scheduled bank in prescribed

form provided in the tender documents.

Annexure ‘B’

d) This deposit shall be in accordance with para 213 and 214 of the M.P.W. manual.

ii) To be deducted from current bills at the rate

of 2% amount.

e) Percentage if any, to be deducted from bills

so as to make up the total amount required as

security deposit ( 5% ) five percent.

e) This percentage where no security deposit is taken will very from 5% to 10% according to the requirement of the case where security deposit is taken. See note to Clause 1 of Conditions of Contract.

Page 46: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

f) Additional security Deposit.

For offer up to 10% below – Nil

For offer up to 10% to 15% below – 2%

For offer more than 15% below – 4%

(security Deposit shall be based on estimated

cost put to tender )

The Additional Security Deposit in full in the

form of FDR will have to be deposited at the

time of agreement along with 50% of original

security deposit.

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

g) Time allowed for the work from date of written

order to commence. 30 (Thirty ) Calendar months

including monsoon & Trial Run Period of 1 year

2) I / We agree that the offer shall remain open for acceptance for a minimum period of 180 days from the date fixed for opening the same and thereafter until it is with drawn by me/us by notice in writing duly addressed to the authority opening the tender and sent by registered post A.D. otherwise delivered at the office of such authority. Term Deposit receipt No./Demand Draft No. _____________ dated _________ And date in respect of Rs. ____________ in words ________________ ______________________________________ ) is enclosed. The amount of earnest money shall be liable to be forfeited to the MJP should I/We fail to (i) abide by the stipulated to keep the offer open for the mentioned above or (ii) sign and complete the contract documents as required by the Engineer and furnish the Security Deposit as specified in item (d) of the memorandum contained in paragraph (1) above within the time limit laid down in clause (1) of the annexed general conditions of 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 a foresaid.

* Amount to be Specified in words & figures

3) Should this tender be accepted. I / We agree to

abide by and fulfill all the terms and provisions of the

Name of Bank to be specified.

Page 47: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Conditions of Contract annexed hereto so far as

applicable and in default thereof to forfeit and pay to

the Maharashtra Jeevan Pradhikaran ( MJP) the

sums of money mentioned in the said conditions.

Term D. Receipt No. ___________ Dated ________

from .

Bank at Rs. _________in respect of the sum Rs.

__________________________________ is

herewith forwarded representing the earnest money

(a) the full value of which is to be absolutely forfeited

to the MJP. should. I / We, do not deposit in full

amount of security deposit specified in the

memorandum in accordance with (d) of Clause (1) of

the tender for works shall be refunded

Strike out (a) if no such security deposit is to be taken

Contractor : Signature of Contractor before submission of

tender

Address :

_______ day of 20_____

Witness :

Signature of Witness

to Contractor’s Signature

Address :

Occupation :

Page 48: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

Maharashtra Jeevan Pradhikaran

Dated _________ day of __________

Date :

Executive Engineer

Maharashtra Jeevan Pradhikaran

Water Management Division Nasik

Page 49: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

n.

CONDITIONS OF CONTRACT

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION NASIK

Name of Work :-Malmatha 25 Village R.R. Water Supply Scheme. Tal.

Malegaon, Dist. Nasik.

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping

Machinery, Lowering, Laying & jointing Connecting Main, Gravity main.

Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering ,

Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run

of scheme for 1 yea

CONDITIONS OF CONTRACT

Page 50: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Work :-Malmatha 25 Village R.R. Water Supply Scheme. Tal.

Malegaon, Dist. Nasik.

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping

Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing,

Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying &

Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme

for 1 year

CONDITIONS OF CONTRACT

CLAUSE 1 :

SECURITY DEPOSIT:

The person/persons whose tender may be accepted (here

in after called the Contractor, which expression shall

unless excluded by or repugnant to the context include

his heirs, executors, administrators and assignors) shall

(A) within 10 days (which may be extended by the

Superintending Engineer concerned up to 15 days, if the

Superintending Engineer thinks to do so) of the receipt by

him of the notification of the acceptance of his tender

deposit with the Ex. Engineer in cash or Government

Securities endorsed to the Executive Engineer. (if

deposits for more than 12 months) of sum sufficient which

will made up the full security deposit specified in the

tender or (B) (permit Pradhikaran at the time of making

any payment to him for work done under the contract to

deduct such as will amount to 5 % of all moneys so

payable such deduction to be held by Pradhikaran 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 lawful for

Pradhikaran at the time of making

Page 51: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

any payment to the contractor for the work done under

the contract to make up the full amount of percent by

deducting a sufficient sum from every such payment as

last aforesaid until the full amount to the security deposit

is made- up.

All compensation or other sums of money payable by the Contractor to Pradhikaran under the terms of his contract may be deducted from or paid by the sale of sufficient part of his security deposit or from the interest arising there from, from any sums, which may be due or may become due by Pradhikaran to the Contractor under any other contract or transaction of any nature by account whatsoever and in the event of his security deposit reduced by reason of any such deduction or sale aforesaid, the Contractor shall, with in ten days, thereafter make good in cash or government securities endorsed as aforesaid any sum which may have been deducted from or raised by sale of his security deposited or any part thereof. The security deposit referred to when paid in cash may, at the cost of the depositor be converted into interest bearing securities provided that the depositor, has expressly desired this in writing. If' the amount of the security deposit to be paid in a lump sum within the period specified at (A) above is not aid the tender/contract already accepted shall be considered as canceled and legal steps take against the contractor for recovery of the amount. The amount of the 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 Pradhikaran shall be released after expiry of period up to which the contractor has agreed to maintain the work in good order is over. In the event of the contractor failing or neglecting to complete rectification work within the period up to which the contractor has agreed to maintain the work in good order, then subject to provision of clause 17 & 20 then the amount of security deposit retained by the

Page 52: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Pradhikaran shall be adjusted towards the excess cost incurred by the department on rectification work.

NOTE :- This will be the same percentage as that in the

tender at (e) above.

CLAUSE : 2

The time allowed for carrying out the work as entered in

the tender shall be strictly observed by the contractor and

shall reckoned from the date on which the order to

commence work is given to the contractor. The work shall

through the stipulated period of the contract be proceeded

with, with all due diligence ( time being deemed to be

essence of the contract on the part of the contractor) and

the contractor shall pay as compensation an amount

equal to the percentage or such smaller amount as the

Superintending Engineer (whose decision in writing shall be

final ) may decide of the amount of the estimated cost of

the whole work as shown by the Tenderers for every day

that the work remains uncommented or unfinished after

the proper dates. And further to ensure good progress

during execution of the work the contractor shall be bound

in all cases in which the time allowed for any work

exceeds one month to complete.

The progress of the work shall abide by the program of

detailed progress laid down by the executive engineer.

Note: The quantity of the work to be done within a

particular time to be specified above shall be fixed

inserted in the blank spaces kept for the purpose by the

Compensation

for delay

Page 53: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

officer competent to accept the contract after taking into

consideration of each case.

The following proportion will usually be found suitable.

1/4of the work ¼ of the time

½ of the work in ½ of the time

¾ of the work in ¾ of the time

Reasonable progress of earth work, 1/4 ½ ¾ of the total

value of the work to be done.

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

total value of the work to be done.

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

(The Minimum physical & financial work program given in bar chart attached.)

CLAUSE 3 :

In any case in which under any clause or clauses of this

contract the contractor shall have rendered himself liable

to pay compensation amounting to the whole of his

Security Deposits, (whether paid in one sum or deducted

by installments) or in the case of abandonment of the

Page 54: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

work owing to serious illness or death of the contractor or

any other cause, the Executive Engineer, on behalf of the

Maharashtra Jeevan Pradhikaran shall have power to

adopt any of the following courses, as he may deem best

suited to the interest of Pradhikaran.

Action when whole of security deposit is forfeited.

[a] To rescind the contractor (for which rescission notice in

writing to the contractor under the hand of Executive

Engineer shall be conclusive evidence ) and in that

case the security Deposit of the Contractor shall stand

forfeited and be absolutely at the disposal of

Pradhikaran.

[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 and plant and charges on additional supervisory staff including the cost of work charge 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 had been carried out by the Contractor under the terms of his contract. The certificate of the Executive Engineer as to the costs & other allied expenses incurred and as to the work so done departmentally shall be final and conclusive against the contractor.

[c] To order that the work of the contractor be measured up and to take such part thereof as shall be unexecuted, out of his hands and to give it to another contractor to complete, in which case all expenses incurred on advertisement for fixing a new contracting agency, additional supervisory staff including the cost of work charged and the cost of the work executed by the new contract agency will be debited to the contractor and 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 cost 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.

Page 55: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

In case the contract shall be rescinded under clause [a] above, the contractor shall not be entitled to recover or be paid, any sum for any work therefore actually performed by him under his contract unless and until the Executive Engineer shall have certified in writing the performance of such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified in the event of either of the courses referred to in clause [b] or [c] being adopted and the cost of the work executed departmentally or through a new contractor and other allied expenses exceeding the value of such work credited to the contractor, the amount of excess shall be deducted from any money due to the contractor by Pradhikaran under the contract or otherwise how so ever or from his security deposit or sale proceeds thereof provided, however that the Contractor shall have no claim against Pradhikaran if the certified value of the work done departmentally or through new contractor exceeds certified cost of such a work and allied expenses, provided always that whichever of the three courses mentioned in clauses [a], [b], [c] is adopted by the Executive Engineer, the Contractor shall no claim to compensation for any loss sustained by him by reason of not having purchased or procured any materials, or entered into any engagements or made any advances on account of or with a view of the execution of the work or the performance of the contract. Action will be taken if Progress of work is not found satisfactory as per MJP circular No 108 dated 09.12.2005

CLAUSE 4 :

If the progress of any particular portion of the work is

unsatisfactory the Executive Engineer shall

notwithstanding 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 day's 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.

Page 56: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 5 :

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

Contractor remain liable to pay compensation if action not taken in Cl. 3 & 4

Power to Take Possession of or sale Contractor’s

plant

CLAUSE 6 :

If the Contractor shall desire an extension of the time for completion of work on the ground of his having been unavoidable hindrance in it's execution or on any other

Extension of Time.

Page 57: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

ground, he shall apply in writing to the Executive Engineer before the expiry of the period, stipulated in the tender or before the expiration of 30 days from the date on which he was hindered as aforesaid or on which the cause for asking for extension occurred, whichever is earlier and the Executive Engineer or in the opinion of Superintending Engineer or Chief Engineer as the case may be if in his opinion, 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.

CLAUSE 7 :

On the completion of the work the Contractor shall be furnished with a certificate by the Executive Engineer ( here in after 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 had possession for the purpose of executing the work, nor until the work shall have been measured by the Engineer in charge or where the measurements have been taken by his subordinate until they have received approval of the Engineer in charge, the said measurements being binding and conclusive against the contractor. If the contractor shall fails to comply with the requirements, of this clause as to the removal of scaffolding, surplus materials and rubbish and cleaning of dirt on or before the date fixed for the completion of the work the Engineer-in-charge may at the expenses of the Contractor, remove such scaffolding, surplus materials and rubbish, dispose of the same as he thinks fit and clean off 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.

Final Certificate.

Page 58: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 8 :

No payment shall be made for any on work, estimated to cost less than rupees one thousand till after the whole of the work shall have been completed and a certificate of completion to 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 payment 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 shall be regarded as payments by way of advance against the final payments only, and not as payments for work actually done and completed and shall not preclude the Engineer – in - charge from requiring bed, unsound imperfect or unskillful work to be removed or taken away and reconstructed, or re-erected nor shall any such payment be considered as admission of the due performance of the contract or any part thereof in any respect or the accruing of any claim, nor shall it conclude, determine, or affect in any way the powers of the Engineer-in-charge as to the final settlement and adjustment of the accounts or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the contractor within the one month of the date fixed for the completion of the work, otherwise the Engineer-in-charge's certificate of the measurement and of the total amount payable for the work shall be final and binding on all parties.

Payment On intermediate Certificate to be Regarded as Advance.

CLAUSE 9 :

The rates for several items of works estimated to cost more than Rs. 1,000/ - agreed to within shall be valid only when the item concerned are accepted as having been completed fully in accordance with the sanctioned specification. In cases where the items of work are not accepted as so completed the Engineer-in-charge may make payment on account of such items at such reduced rates as he may consider reasonable in the preparation of final or on account bills.

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

Page 59: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 10 :

A bill shall be submitted by the contractor 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 measurement 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 of 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 respects.

Bills to be Submitted Monthly.

CLAUSE 11 :

The contractor shall submit all Bills on the printed forms to be had on application on printed at the office of the Executive Engineer-in-charge forms. 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 provide for in the tender, at the rates-hereinafter provided for such work.

Bills to be on Printed forms.

CLAUSE 12 :

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 Pradhikaran or if it is required that the Contractor shall use certain stores to be provided by the Contractor shall used certain stores to be provide by the Engineer-in-charge ( such material and stores, and the prices to be charged therefore as hereinafter mentioned being so fair as practicable for the

Stores supplied by MJP

Page 60: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

convenience of the Contractor but not so as in any way to control the meaning or effect of this contract specified in the schedule of 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 the contract only, and the value of the full quantity of the materials and stores so supplied shall be set off or deducted from and sums then due, or thereafter to become due to the Contractor under the contract, or otherwise, or from the security Deposit or the proceeds of sale thereof, if the security deposit is held in Government Securities, the same or sufficient portion thereof shall in that case be sold for all purpose. All materials supplied to the Contractor shall remain the absolute property of the Pradhikaran and shall on no account be removed from the site of the work and shall at all times be open to inspection by the Engineer-in-charge. Any such materials unused and in perfectly good condition at the time of completion or determination of the contract shall be returned to Pradhikaran store. If the Engineer-in-charge so required by notice in writing given under his hand, but the Contractor shall not be entitled to return any such materials except with consent of the Engineer-in-charge 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 to any such materials.

CLAUSE 12-A :

All stores of controlled materials such as cement, steel etc. supplied to the contractor by Pradhikaran should be kept by the contractor under lock and key and they will be accessible for inspection by the Executive Engineer his agent at all times.

CLAUSE 13 :

The contractor shall execute the whole and every part of the work in the most substantial and workman like manner, and both as regards materials, and every other respect in strict accordance with specifications. As per norms of the Pradhikaran, after ascertaining the

Works to be Executed in Accordance with Specifications,

Page 61: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

recuperation test of the percolation well and portability of water, the work of percolation well shall be continued and completed. The further sub works shall be taken up as under.

Phase I Repairs of Dam, Raw water Connecting Main

,Construction of WTP, Pure water Gravity main,

Pure water Pumping Machinery.

Phase II R.C.C. E.S.R,S & G.S.R.S , Distribution

system, Chain link fencing and M.S. Gate , Test

& Trial Run of Scheme for 1 year period

The Contractor shall also confirm exactly, fully and

faithfully to designs, drawings and instructions in

writing relating to the work signed by the Engineer-in-

charge and lodged in his office and to which the

Contractor shall be entitled to receive have access for

the purpose of inspection at such a office or on the site of

work during office hours the contractor will receives 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.100/- per set of

contract drawing and Rs.50/- per working drawing

except where otherwise specified.

drawings, orders, etc.

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 connection which may be

Alterations in Specifications and design not to Invalidate Contractor

Page 62: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

given to him in writing signed by the Engineer –in-charge and such alteration shall not invalidate the contract, and any additional work which the Contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in al respects on which he agreed to do the main work, and at the same rates as are specified in the tender for the main work. And if the additional and altered work includes any class of work for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in the Schedule of Rates of the Division or at the rates mutually agreed upon between the Engineer- in-charge and the Contractor, whichever are lower. If the additional or altered work, for which no rate is entered in the Schedule of rates of the Division, is ordered to be carried out before the rates are agreed upon then the Contractor shall within seven days of the date of receipt by him of the order to carry out the work, and if the Engineer-in-charge of the rate which order to carry out the work, inform the Engineer-in-charge of the rate which is his intention to charge for such class of work, and if the Engineer-in-charge does not agree to this rate, he shall by notice in writing be at liberty to cancel his order to carry out such class of work and arrange to carry out in such manner as he consider advisable, provided always that if the Contractor shall commence work or in cure any expenditure in regard thereto before the rates shall have been determined as lastly herein before mentioned, then in such case he shall only be entitled to be paid in respect of the 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 a dispute, the decision of the Superintending Engineer of the Circle will be final. Where, however, the work is to be executed according to the designs, drawings and specifications recommended by the Contractor and accepted by the Competent Authority, the alterations above referred to shall be within the scope of such designs, drawings and specifications appended to the tenders. The time limit for the completion of the work shall be extended in the proportion that the increase in its cost occasioned by alterations or additions bears to the cost of the original contract work, and the certificate of the Engineer-in-charge as to such proportion shall be conclusive.

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

Page 63: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 15 :

[1] If at any time after the execution of the contract documents the Engineer-in-charge shall for any reason whatsoever ( other than default on the part of the Contractor for which the Board is entitled to rescind the contract ) desires 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 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 already done or endanger the safety thereof provided that the decision of the Engineer-in-charge as to the stage at which the work or any part of it could be or could have been safely stopped or suspended shall be final and conclusive against the Contractor. The contractor shall have no claim to any payment or compensation whatsoever by reason of or in pursuance of any notice as aforesaid on account of any suspension, stoppage or curtailment except to the extent specified herein after.

[2] Where the total suspension of work ordered as aforesaid continued for a continuous period exceeding 90 days the Contractor shall be a liberty to withdraw from the contractual obligations under the contract so far as it pertains to the unexecuted part to the work by giving a 10 day's 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 gives such a notice the Contractor shall be deemed to have been discharged from his obligation to complete the remaining unexecuted work under his contract. On receipt of such notice the Engineer shall proceed to complete the measurement and make such payment as may be finally due to the contractor with in a period of 90 days from the receipt of such notice in respect of the work already done by the contractor. Such payment shall not in any manner prejudice the right of the contractor to any further compensation under the remaining provisions of this clause.

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

Page 64: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

[3] Where the Engineer required the Contractor to suspend the work for 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 pecuniary loss suffered by him in respect of working machinery rendered idle on the

site or on the account of his having and 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, salary or wages for the first 30 days whether consecutive or in the aggregate of such suspension or in respect of any suspension whatsoever occasioned by unsatisfactory work or any other default on his part. The decision of the Engineer-in-charge 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 (I) in that behalf.

[ii] With drawl by the Contractor from the contractual obligations to complete the remaining unexecuted work under sub clause (2) on account of continued suspension of

work for a period exceeding 90 days.

[iii] Curtailment in the quantity of item or items originally tendered on account of any alterations, commission or substitutions in the specifications, drawings, designs or instructions under clause 14 (I) where such curtailment exceeds 25 % in quantity and the value of the quantity curtailed beyond 25 % at the rate for the item specified in the tender is more than Rs. 5,00/-

It shall be open to the Contractor, within 90 days from the service of (i) the notice of withdrawal from the contractual obligations under the contract on account of the continued suspension of work or (iii) notice under clause-14 (1) resulting in such curtailment to produce to the Engineer satisfactory documentary evidence that he had purchased or agreed to

No Claim to Compensation on account of loss due to delay in supply of materials by MJP.

Page 65: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

purchase materials for use in the contracted work, before receipt by him of the notice of stoppage: Suspension or curtailment and require the Pradhikaran to take over on payment such material at the rates determined by the Engineer provided however such rates shall in no case exceed the rates of which the same required by the Contractor. The Board shall thereafter take over the material so offered. Provided the quantities offered are not in excess of the requirements of the unexecuted work as specified in the accepted tender and are of quality and specifications approved by the Engineer.

CLAUSE 15 ( A ) :

The contractor shall not be entitled to claim any compensation

from Board for the loss suffered by him account of delay by

Board in the supply of materials entered in schedule - A delay

in where such delay is caused by :

[i] Difficulties relating to the supply of railway wagons,

[ii] Force Measure.

[iii] Act of God.

[iv] Act of enemies of the state of any other reasonable cause beyond the control of Board.

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

No Claim to Compensation on account of loss due to delay in supply of materials by MJP.

CLAUSE 16 :

Under no circumstances whatever shall be contractor be entitled to any compensation from Pradhikaran on any account unless the contractor shall have submitted a claim in writing to the Engineer in charge within one month of the case of such claim occurring.

Time Limit for Unforeseen Claims.

Page 66: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 1 7 :

If at any time before the Security deposit is refunded to the Contractor, it shall in appear to the Engineer in charge or his subordinate in charge of the work, that any work has been executed with unsound, imperfect or unskillful 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 & 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 forth with 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 so specified and provide other proper and suitable materials providing or articles at his own cost, and in the event of his failing to do so within a chargeable cost and 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 every days, not exceeding ten days, during which the failure so continues, and in the event of any such failure as aforesaid the Engineer in charge may rectify or remove and re-execute or remove or 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 described above may be accepted or may use of, it shall be within his discretion be accept the same at such reduced rates as he may fix therefore.

Action and Compensation Payable in case of Bad Work.

CLAUSE 18 :

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

Work to be open for Inspection

Contractor or responsible agent to be present

Page 67: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 19 :

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

Notice to be given before Work is Covered.

CLAUSE 20 :

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 whatsoever, the Contractor shall forthwith on receipt of notice in that behalf from the Executive Engineer, duly commence execution and completely carry out at his costs in every respect all the work that may be necessary for rectifying and setting right the defects specified therein including dismantling and reconstruction of unsafe portion strictly in accordance with and in the manner prescribed and under the supervision of the Executive Engineer. In the event of the contractor failing or neglecting to commence execution of the said rectification work within the period prescribed therefore in the said notice and / or to complete the same as aforesaid as required by the same notice the Executive Engineer may get the same executed and carried out departmentally or by any other agency at the risk on account and at the cost of the contractor. The contractor shall forthwith on demand pay to the Pradhikaran the amount of such costs, charges and expenses sustained or incurred by the Pradhikaran 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

Contractor liable for damage done and for imperfections for certain period after Certificate.

Page 68: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the Pradhikaran the same may be recovered from the contractor as arrears of land revenue. The Pradhikaran shall also be entitled to deduct the same from any amount which may then be payable or which may thereafter become payable by Pradhikaran 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 Pradhikaran. During defect liability period, the work of daily maintenance and general repairs and expenses thereon would be out of scope of the tender. However, if any defects in the sub works or in the material are found, the same will be rectified by the Contractor at his cost and will be binding on him, failing to which legal action would be taken as per tender clauses. Ten percent amount will be withheld from security deposit depending upon the nature of work, till the defect liability period is over.

Annexure A

1) Head Works

a) River head work including those at storage dam’s infiltration galleries, trench galleries, bank pitching, and intake well, connecting pipes, approach etc.................................................. Five years.

2) Ani cuts or weirs earthen / masonry dams & ancillary works ................................................................................ Pipe lines

Pumping mains, gravity mains, leading mains, distribution system including intercepting out fall sewer in case of sewerage schemes.

..................................................................

3) WTP/ESR/GSR/BPT/ Sump & Pump House Etc

a) Based on contractors own design .............

b) Based on departmental own design ..........

4) Pumping Machinery…… from the Date of Commissioning.

Five Years

Two Years

Five years

Three years

12 month

Page 69: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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 Pradhikaran stores, plant, tools, appliances, implements, ladders, cordage, tackle scaffolding and temporary works requisite or proper for execution of the work whether, in the original, altered or substituted form, and whether included in the specification or other documents forming part of the contract of referred to in these conditions or not which may be necessary for the purpose or satisfying or complying with the requirement of Engineer-in-charge as to any matter as to which under this condition he is entitled to require together with carriage therefore to and from the work the Contractor shall also supply without charge the requisite number of person with the means and materials necessary for the purpose of setting out works and counting weighing and assisting in the measurement and examination at any time and from time to time of the work or the material.

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

Contractor to supply plant, ladder, scaffoldings, etc.

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

CLAUSE 21 (A) :

The Contractor shall provide suitable scaffolds and working

platform gangways and stairways and shall comply with the

following regulation in connection therewith -

(a) Suitable scaffolds shall be provided for workman for all work

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

(b) A scaffold shall not be constructed taken down or

Page 70: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

substantially altered except

(1) Under the supervision of the competent and responsible person; and

(2) As far as possible by competent workers possessing adequate experience in this kind of work.

(c) All scaffolds and appliances connected therewith and ladder shall

(1) be of sound material.

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

(3) be maintained proper condition.

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

(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed.

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

(g) Scaffolds shall be periodically inspected by a competent person.

(h) Before allowing a scaffold to be used by the workmen the contractor shall, whether the scaffold shall be erected by his workmen or not take steps to ensure that it complies fully with the regulation here specified.

(i) Working platform gangways stairways shall ---

1) be so constructed that no part thereof can sag unduly or unequally.

Page 71: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

2) be so constructed and maintained having regard to the prevailing conditions as to reduce as far as practicable risks of person tripping or slipping and

3) be kept free from any unnecessary obstruction.

(j) In the case of working platform gangways, working places and stairways at the height exceeding 3.0meters (to be specified).

i) every working platform and every gangway shall be closely boarded unless other adequate measures are taken to ensure safely.

ii) every working platform and gangway shall have adequate width and

iii) every working-platform gangway, working place and stairway shall be suitably in need.

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

(l) When person are employed on roof where there is a danger of falling from a height exceeding 3.0 meters (to be specified) suitable precautions shall be taken to prevent the fall of persons or material.

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

(n) State means of access shall be provided to all

working platform and other working places.

The Contractor will have to make payments to labours as per

minimum wages act.

Page 72: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 21 (B) :

The Contractor shall comply with the following regulation as regards the hoisting appliances be used by him :-

(a) Hoisting machine and tackle, including their attachments anchorage's and supports, shall

1) be of good mechanical construction, sound material and adequate strength and free from patent defect, and

2) be kept in good repair and good working order.

(b) Every rope used in hoisting or lowering material or as a means of suspension shall be of suitable quality and adequate strength and free from patent defect.

(c) Hoisting machines and tackle shall be examined and adequately tested after erection on the site and before use and be reexamined in position at interval to be prescribed by the Pradhikaran.

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

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

(f) No person who is below the age of 18 years shall be control of any hoisting machine, including any scaffold which , or give signal to the operator.

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

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

Page 73: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

(I ) In the case of hoisting machine having a variable safe

working load each safe working load and the conditions

under which it is applicable shall be clearly indicated.

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

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

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

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

Liability of

contractor

for any

damage

done in or

outside

work area

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 permit is given and also in all cases when destroying cut or dug up trees, brushwood, grass etc. by the fire, the Contractor shall take necessary measure 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.

Measure for prevention of fire

CLAUSE 23

Compensation for all damages done intentionally or unintentionally by Contractor's labour whether in or beyond

Liability of Contractor for

Page 74: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

the limits of the Pradhikaran property including any damage caused by the spreading of the fire mentioned in 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 as demand, failing which the same will be recovered from the Contractor as damage in the manner prescribed in clause 1 or deducted by the Engineer-in-charge from any sums that may due or become due from Pradhikaran to Contractor under this contract or otherwise. The Contractor shall bear the expenses of defending any action or other legal proceeding 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.

any damage done in or outside work area.

CLAUSE 24 :

The employment of female laborers on works in neighborhood of soldiers, barracks should be avoided as far as possible.

Employment of female labour.

CLAUSE 25 :

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

Work on Sunday

CLAUSE 26 :

The contract shall not be assigned or sublet without the written approval of the Engineer-in-charge. And if the Contractor shall assign or sublet his contract, or attempt to do so, or become insolvent or commence any proceedings to get himself adjudicated and insolvent or make any composition with his creditors, or attempt so to do 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 of person in the employment of Pradhikaran 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, the Engineer- in- charge may there-upon by notice in writing rescind the contract, and the security deposit of the Contractor shall thereupon stand forfeited and be

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

Page 75: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

absolutely at the disposal of Pradhikaran, and the same consequences shall ensure as if the contract has been rescind under clause 3 thereof and in addition the Contractor shall not be entitled to recover or be paid for any work therefore actually performed under the contract.

CLAUSE 27 :

All sums payable by a Contractor by way of compensation under any of these conditions shall be considered as a reasonable compensation to be applied to the use of Pradhikaran 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 work.

CLAUSE 28 :

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

Changes in the Constitutional 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 on.

Direction and

control of the

Superintending

Engineer.

CLAUSE 30 :

[1] Except where otherwise specified in the contract and subject to the powers delegated to him by Pradhikaran under the code, rules then in the force, the decision of the Superintending Engineer of the Circle for the time being shall be final, conclusive

Page 76: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

and binding on all parties of the contract upon all questions relating to the meaning of the specifications, designs, drawings and instruction hereinafter / before mentioned and as to the quality of workmanship, or materials used on the work, or as to any other question, claim, right, matter or thing whatsoever, in any way arising out of or relating to the contract, specifications, designs, drawings, estimates, instruction, 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.

[2] The Contractor may within thirty days of receipt by him of any order passed by the Superintending Engineer of the Circle as aforesaid appeal against it to the Chief Engineer, concerned with the contract 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. 1.00

lakh ( Rupees One Lakh).

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

CLAUSE 31 :

The contractor shall obtain from the Pradhikaran stores, all

Stores of

European or

American

manufacture to

Page 77: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

stores and articles of European or American manufacture

which may be required for the work, or any part thereof or in

making up any articles required thereof or in connection

therewith unless he has obtained permission in writing from

the Engineer-in-charge to obtain such stores and articles

elsewhere. The values of such stores and articles as may be

supplied to the contractor by the Engineer-in-charge will be

debited to the contractor in 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 then purpose of the contract shall include

the cost of carnage and all other expenses whatsoever which

shall have been incurred in obtaining delivery of the same at

the store aforesaid.

be obtained from

MJP.

CLAUSE 32 :

When the estimate on which the tender is made includes lump sum in respect parts of 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 items , or if the part of work in question is not in the opinion of the Engineer-in-charge capable of measurement, the Engineer-in-charge may as 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 provision of this clause.

Lump sums in

estimate.

CLAUSE 33 :

In the case of any class of work for which there is no such specification as is mentioned in rule 1 of Form B1 such work shall be carried out in accordance with the detailed specifications and in the event of there being no detailed specification, then in such case the work shall be carried out in all respects in accordance with all instructions and requirement of Engineer-in-charge.

Action where no

specification.

Definition of

Work.

Page 78: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 34 :

The expression "Works" or "Work" 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 and works contracted to be executed under or in virtue of the contract, whether temporary or permanent and whether original, altered, substituted or additional.

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.

CLAUSE 36 :

All quarry fees, royalties, and ground rents for stacking materials, if any, should be paid by Contractor . No reimbursement will be allowed for the same.

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). ( herein after called the said act) for injuries caused to the workmen. If such compensation is payable/paid by Pradhikaran as principal under sub-section (1) of section 12 of the said Act on behalf of the Contractor, it shall be recoverable by Pradhikaran from the Contractor under sub-section (2) of the said section, such compensation shall be recovered in the manner laid down in Clause I above.

Contractor’s

percentage

whether applied

to net or gross

amount of bill.

Refund of quarry

fees and

royalties.

Compensation

under

workmen’s

Compensation

Act.

CLAUSE 37 (A) :

The Contractor shall be responsible and shall pay the

Page 79: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

CLAUSE 37 (B) :

The Contractor shall provide all necessary 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 so

provided by the Contractor shall take adequate

steps to ensure proper use of the equipment by

those concerned.

(b) When work is carried on the proximity to any place

where there is risk or drawing all necessary equipment

shall be provided and kept ready or 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" ( LII of 1961) the rules made there under and the orders that may be issued from time to time under the Act and the said rules and his failure or neglect to do so, he shall be subject to all the liabilities and penalties provided by the said Act and the 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.

Page 80: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

(2) Quantities in respected of the several items shown in the tender of approximate and no revision in the tendered rate shall be permitted in respect of any of the items so long as, subject to any special provision contained in the specifications prescribing a different percentage of permissible variation the quantity of the item does not exceed the tender quantity more than 25% and so long as the value of the excess quantity beyond this limit at the rate of the item specified in the tender, is not more than Rs. 5000.

(3) The Contractor shall, if ordered in writing by Engineer to do so, also carry out any quantities in excess or the limit mentioned in sub clause

(1) hereof on the same condition as and in accordance with the specification in the tender and at the rates (a) derived from the rates entered in the current schedule of rates and in the absence of such rates. (b) at the rate prevailing in the market, the said rates being increased or decreased as the case may be by the percentage which the total tender amount bears to the estimate cost of the work as put to tender based upon the schedule of rates applicable to the year in which the tender were invited for the purpose of operation of this clause, this cost shall be taken to be Rs.10,21,13,160 /-in words Rs. Ten crore twenty one Lakh thirteen thousand one hundred sixty only). Cost as per CSR 11-12.

(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 provision of clause 15 only when the amount of such reduction beyond 25% of the rate of the item specified in the tender is more than Rs. 5000/-. This reduction is exclusively of the reduction mention in the clause 14 & 15 of the 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 tender rates does not

Claim for

quantities

entered in the

estimates.

Page 81: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

exceeds Rs. 5000/-.

6) The quantities to be paid at the tendered rate shall include :-

(a) Tendered quantity plus,

(b) 25% excess of the tendered quantity or the excess quantity of the value of Rs. 5000/- at the tendered rate whichever is more.

(7) (a) Unless authorized by the Executive Engineer in writing the 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 only after getting approval from the appropriate authority viz. I) Executive Engineer when the cost of excess is up to Rs. 300000/-(Rupees Three Lakh only). II) Superintending Engineer, when the cost of excess is (i) up to Rs. 10, 00,000/-(Rupees Ten Lakh only). The Chief Engineer will be the appropriate authority for the proposals of excess quantities costing Rs. 30, 00,000/- (Rs. Thirty Lakh) and Member Secretary of MJP in consultation with Financial Advisor and Chief Accounts Officer of MJP will be authority of proposals for payment of excess quantity more than above amount.

Till the approval from appropriate authority is received, the Executive Engineer can make payment to the extent of 50% of the value of work (for quantities beyond quantities payable at tendered 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.

Page 82: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 39 :

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

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 with the sanction of estimate.

CLAUSE 41 :

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

CLAUSE 42 :

The Contractor shall not enter upon or commence any

portion of work except with the 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 the measurements of or

payment for the work.

CLAUSE 43 :

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

(b) No Contractor shall employ donkeys or other animals with breaching of string or thin ropes. The breaching must be at least 3 inches wide and should be of tape (Newer).

Employment of

Famine labour

etc.

Claims for

compensation

for delay in

starting the

work.

Claims for

compensation

for delay in

starting the work

Entering upon or

commencing any

portion of work.

Minimum age of

persons

employed the

employment of

donkeys and for

other animals

and the payment

of fair wages.

Page 83: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

(d) The Engineer-in-charge or his agent 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 Pradhikaran for any delay caused in the completion of the work by such removal.

(e)The Contractor shall pay fair and reasonable wages to the workmen employed by him in the contract undertaken by him. In the event of any dispute arising between the Contractor and his workmen on the ground that the wages paid are not fair and reasonable the dispute shall be refereed 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 condition in the contract regarding the payment to be made by the Pradhikaran at the sanctioned tender rates.

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

(g) Contractor to take precaution against accidents which taken place on account of labours using loose garments while working near machinery.

CLAUSE 44 :

Payment to contractors shall be made by cheque drawn on any bank with in the division convenient to them provided the amount exceed Rs. 10/- Amount not exceeding Rs. 10/ - will be paid in cash.

CLAUSE 45 :

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

Method of

payment.

Page 84: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 46 :

If Government declares a state of scarcity or famine to exist in any village situated within 16Kms. of the work, the Contractor shall employ upon such parts of the work, as are suitable for unskilled labour, any person certified him by the Executive Engineer or be 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 which Government may have fixed in this behave. Any dispute 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.

Acceptance of

conditions

compulsory

before tendering

for work.

Employment of

scarcity labour.

CLAUSE 47 :

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

CLAUSE 48 :

The tendered rate shall be inclusive of all taxes, rates and

Page 85: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

octroi and shall also be inclusive of tax liable in respect of works contract under the provision of Maharashtra Sales Tax on transfer of property in goods involved in the execution of works contract Act. 1985 [Mah. Act XIX of 1985 ] as amended from time to time and the works contract will be deducted as T.D.S. as per circular of sale tax department. Tender rate is also inclusive of VAT and Service Tax if any.

CLAUSE 49 :

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

CLAUSE 50 :

The Contractor shall employ at least 80% of the total no. of unskilled labour to be employed by him on the said work from out of person ordinary residing in the district in which site of the said work will be located. Provided however, if the required no. of unskilled labour from that district is not available, the Contractor shall in the first instant employ such number of person as is available and thereafter may, with previous permission in writing of the Executive Engineer-in-charge of the said work, obtain the rest of requirement of unskilled labour from outside district.

CLAUSE 51 :

The Contractor pay the labours skilled and unskilled according to the wages prescribed by the Minimum wages Act applicable to the area in which the work of the Contractor are located. The Contractor shall comply with the provisions of the 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 a breach of the contract and the Superintending Engineer, may in his discretion ,

Wages to be paid to the skilled and unskilled labours engaged by the Contractor.

Page 86: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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 Act. The Contractor shall pay the labours skilled and unskilled according to wages prescribed by minimum Wages Act applicable to the area in which the work lies.

CLAUSE 52 :

All amount whatsoever with the Contractor is liable to pay to the Pradhikaran in connection with the execution of the work including amount payable in receipt of (1) materials and/or stores supplied/issued hereunder by the Pradhikaran to the Contractor (2) hire charges in respect of heavy plant, machinery and the equipment given on the hire by the Pradhikaran to the Contractor for execution by him of the work and/or on which advances have been given by the Pradhikaran to the contractor shall be deemed to be arrears of the Land Revenue and the Pradhikaran may without prejudice to any other right and remedies of the Pradhikaran recover the same from the Contractor of arrears of land revenue.

CLAUSE 53

The successful tenderers will be required to produce to the satisfaction of the specified concerned authority a valid and consequent license issued on 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 the withdrawn and also 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 status and statutory provisions concerning payments of the wages particularly to workmen employed by the Contractor and working on the site of the work. In particular the Contractor shall pay wages to each worker employed by him on the site of the work at the rates prescribed under the Maharashtra Contract Labour (Regulation and Abolition ) Rules 1971. If the Contractor

Page 87: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

fails or neglects to pay wages at the said rates and makes short payment and the Pradhikaran makes such payment or wages in full or part thereof less paid by the Contractor, as the case may be, the amount paid by the Pradhikaran to such workers shall be deemed to be arrears of land Revenue and the Pradhikaran shall be entitled to recover the same as such from the Contractor or deduct same from the amount payable by the Pradhikaran to the Contractor hereunder or from any other amount payable to him by the Pradhikaran.

CLAUSE 54 :

Where the workers are required to work near the

machine and are liable to accident they should not be

allowed to wear loose cloths like Dhoti, Jhabba etc.

CLAUSE 55 :

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

CLAUSE 56 :

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

CLAUSE 57 : Price Variation Clause

Not applicable

Page 88: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

If during the operative period of the Contract as defined in condition (i) below , there shall be any variation, in the consumer Price Index (New series) for Industrial Workers for Nasik Center as per the Labour gazette published by the Commissioner of Labour , Government of Maharashtra and/or in the whole sale Price Index for all commodities prepared by the Office of Economic Adviser, Ministry of Industry, Government of India, or in the price of Petrol/ Oil and Lubricants and major constructions materials like bitumen, cement, steel, various types of metal pipes etc., then subject to the other conditions mentioned below, price adjustment on account of

(0) Labour Component

(1) Material Component

(2) Petrol , Oil and Lubricants Component

(3) Bitumen component

(4) HYSD & mild Steel Component

(5) Cement Component

(6) C.I. and D.I Pipes Component

Page 89: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Calculated as per the formula hereafter appearing , shall be made . Apart from these, no other adjustments shall be made to the contract price for any reasons whatsoever. Component percentage as given below are as of the total cost of work put to tender, Total of Labour , Material & POL components shall be 100 and other components shall be as per actual.

(1) Labour Component - K1 ( NA )

(2) Material Component - K2 ( NA )

(3) POL Component - K3 ( NA )

(4) Bitumen component ( NA )

(5) HYSD & mild Steel Component ( NA )

(6) Cement Component ( NA )

(7) C.I. and D.I Pipes Component ( NA )

Note : If Cement , Steel, bitumen, C.I. & D.I Pipes are supplied on Schedule ‘A’ , then respective component shall not be considered . Also if particular component is not relevant same shall be deleted.

1] Formula For Labour Component : ( N.A.

V1 = 0.85 P [ K1 X L1-L0 ]

100 L0

Where :

V1 = Amount of Price variation in Rupees to be allowed

for Labour component.

P = Cost of work done during the period under

consideration

minus the cost of Cement , HYSD and Mild Steel,

bitumen, C.I. & D.I. Pipes calculated at the basic star rates

as applicable for the tender, consumed during the quarter

under consideration.

Page 90: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

The star rates are as under : -

1) Basic rate of cement – Rs. - per M.T

2) Basic rate of HYSD and MS – Rs. - per M.T.

3) Rates of pig iron for CI / DI pipes component – Rs. ................. per M.T.

K1 = Percentage of Labour component as indicated above.

Lo = Basic Consumer Price Index for Nasik centre shall be average

consumer price index for the quarter proceeding the month in which

the last date prescribed for receipt of tender falls.

Ll = Average Consumer Price Index for Nasik Centre for the quarter under

consideration.

2] Formula For Material Component :- ( N.A. )

V 2 = 0.85 P [ K2 X M1- M0 ]

100 M0

Where :

V2 = Amount of Price variation in Rupees to be allowed for Material

Component.

P = Same as worked out for labour component.

K2 = Percentage of material component as indicated above.

Mo = Basic wholesale Price Index shall be average wholesale price index

for the quarter proceeding the month in which the last date

prescribed for receipt of tender falls.

Ml = Average wholesale Price Index during the quarter under consideration.

3] Formula For Petrol, Oil, Lubricant Component . ( N.A. )

V 3 = 0.85 P [ K3 X P1- P0 ]

100 P0

Where :

V3 = Amount of Price variation in Rupees to be allowed for POL Component.

Page 91: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

P1 = Average Price of H.S.D. at Mumbai during the quarter under consideration.

4] Formula For Bitumen Component . ( N.A. )

V 4 = QB [ B1 - B0 ]

Where :

V4 = Amount of Price variation in Rupees to be allowed for Bitumen

Component

QB = Quantity of bitumen (grade ) in metric tones used in the permanent

works and approved enabling works during the quarter under

consideration.

B1 = Current , average ex-refinery price per metric tone of bitumen (Grade ..)

under consideration including taxes (Octroi, excise sales tax) during the

quarter under consideration.

Bo = basic rate of Bitumen in rupees per metric tone as considered for

working out value of P or average ex-refinery price in rupees per metric

ton including taxes ( octroi, excise sales tax) of bitumen for the grade of

Bitumen under consideration prevailing quarter for receipt of tender ,

falls,

Whichever is higher

5] Formula For HYSD and Steel Component . ( N.A. )

V 5 = S0 (Sl1 - Sl0 ) X T

SI0

Where :

V 5 = Amount of Price variation in Rupees to be allowed for HYSD/Mild Steel

Component.

Page 92: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Sl0 = Average Steel Index as per RBI Bulletin for the quarter preceding the

month in which the last date prescribed for receipt of tender falls.

T = Tonnage of steel used in the permanent works for the quarter under

consideration.

6] Formula For Cement Component . ( N.A. )

V 6 = C0 (Cl1 - Cl0 ) X T

Cl0

Where :

V 6 = Amount of Price variation in Rupees to be allowed for Cement

Component.

C0 = Basic rate of Cement in rupees per metric tone as considered for

working out value of P

Cl1 = Average Steel Index as per RBI Bulletin during the quarter under

consideration.

Cl0 = Average Steel Index as per RBI Bulletin for the quarter preceding the

month in which the last date prescribed for receipt of tender falls.

T = Tonnage of steel used in the permanent works for the quarter under

consideration.

7] Formula For C.I./ D.I. Pipe Component . ( N.A. )

V 2 = Qd (D1 - D0 )

Where :

V = Amount of Price escalation in Rupees to be allowed for C.I. / D.I. pipe

Page 93: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Q0 = Tonnage of C.I. / D.I. pipes used in the works during the quarter under

consideration.

The following conditions shall prevail

Conditions Above Referred To In Paragraph 1

[i] The operative period of the contract shall mean the period commencing from the date of the work order issued to the Contractor and ending on the date when the time allowed for the work specified in the Memorandum under 'Tender for works expense taking into consideration the extension of time if any, for completion of the work granted under the relevant clause of the conditions of contract in cases other than those where such extension is necessitated on account of default of the Contractor. The decision of the Engineer in-charge as regards the operative period of the contract shall be final and binding on the Contractor. Where compensation for liquidated damages is levied on the Contractor on account of delay in completion or inadequate progress under the Relevant Contract provisions, the escalation amount for the balance work from the date of levy of such compensation shall be worked out by paging the indices C-l, 1-1, and P-l to levels corresponding to the date from which such compensation is levied.

[ii] This Price variation clause shall be applicable to all contracts in B-

l,B-2 forms but shall not apply for piece works.

[iii] Price variation shall be calculated, in accordance with the formula mentioned above, separately for labour, material and POL components.

[iv] The price variation under this clause shall not be payable for the extra

items required to be executed during the completion of the work and also

on the excess quantities payable under the provisions of clause 38/37 of

the contract form B-1/ B-2 respectively, since the rates payable for the

extra items or the extra qualities under clause 38/37 are to be fixed as per

the current DSR or as mutually agreed, subject to yearly revision till

completion of such work. In other works, when the completion/execution

of extra items as well as extra quantities under clause 38/37 of the

contract form B-I/B-2 extends beyond the operative date of the DSR, the

rates payable for the same beyond that date shall be revised with

reference to the next current DSR prevalent at that time on year to year

Page 94: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

[v] This clause is operative both ways, i.e. if the price variation in the said

wholesale Price Index for all commodities, consumer Price Index (New

Series) or Price of HSD variation for Bombay is on the plus side,

payment on account of the price Variation shall be allowed to the

contractor and if it is on the negative side, the Government shall be

entitled to recover from the contractor bill for the respective period in

which there are fluctuations.

CLAUSE 58 :

In case of dispute regarding the provisions of any items precedence to decided

the provision will be as below :-

i) Provisions in Schedule ‘B’

ii) Specifications.

iii) Drawings

CLAUSE 59 :

Insurance policy – Govt. of Maharashtra Marathi resolution dated 19-8-98

1. Contractors shall take out necessary Insurance Policy/ policies so as to

provide adequate insurance cover for execution of the award contract

work from the director of Insurance Maharashtra State, Mumbai –51

only. Its postal address for correspondence is “264, Ist floor, Mahada ,

Opp. Kalanagar, Bandra (E) , Mumbai-51” (Tel. No. 6438461/ 6438690)

a) Loss 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.

Page 95: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

equipment) in connection with the contractor and,

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

any accident that may arise at or around site to the contractor personal or

to the M.J.P. staff or to any other person 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 polices 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 Insurance shall not be made without the approval

of the Engineer.

5. The minimum insurance cover for loss and damage to physical property,

injury and depth 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 Govt. Insurance fund, Maharashtra State is provided and unless

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

engineer-in-charge.

Page 96: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 61 :

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 and materials, Barricades shall be substantial construction and

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

arising out of the neglect of above instructions, the contractor shall be bound

to bear the expenses of defenses 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 suit, action or proceedings to any such

person or which may with the consent of the contractor be paid in

compromising any claim by any such person.

CLAUSE 62 :

If contractor fails to keep satisfactory progress of work even after

implementing action under provision of clause 2 of B-1 form along with

other actions to be adopted deem best suitable under any clause of this

agreement , on sending appropriate notice of fifteen days his name will be

recommended for black listing / removal as registered contractor to

concerned authority.

Additional Clause

CLASUE

Following additional clauses are now incorporated and there supersede

respective

clause in B-1 form and are obligatory

Page 97: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Rate for additional lift

Basic rate for excavation in all types of strata are for 0 to 1.5 M. lift. For

further excavation lift additional rates are to be added as per C.S.R. In any

case no extra item will be payable due to change in lift/ depth of strata. If lifts

are not available in NIT than specified for any strata additional lift beyond 1.5

M. will be paid as an excess quantity under Clause-38 of item available in

NIT.

Page 98: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Page 99: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Scheme :- Malmatha 25 villages Regional Rural Water Supply Scheme,

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme for 1 year

Schedule 'A'

Schedule showing ( Approximately) the materials to be supplied from the Departmental Stores for the work contracted, to be executed and preliminary and ancillary works and the rates at which they are to be charged for .

Sr.No. Particular of Material to be issued Qty unit Rate at which the material will be charged to the contractor

Place Of Delivery

In Fig. In Word .

1 450mm dia DI K 9 Class pipe 50 Rm Free of cost

Malmatha Dam store @

Village Virane Tal Malegaon

2

400 mm dia D.I. K-7 Class Pipes

200 Rm Free of cost

3

350 mm dia D.I. K-7 Class Pipes 900 Rm Free of cost

4

250 mm dia D.I. K-7 Class Pipes

230

Rm

Free of cost

Page 100: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

5

150 mm dia D.I. K-7 Class Pipes

14865

Rm

Free of cost

6 100 mm dia D.I. K-7 Class Pipes 37200 Rm Free of cost

Note:- The person or firm submitting the tender should see that the rates in the above schedule are filled up by the Executive Engineer- in-charge on the issue of the form prior tto the submission of the tender.

Executive Engineer

M.J.P. Water Management Division

Nashik

Page 101: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISIONNASIK

Name of Work :- Malmatha 25 Village R.R. Water Supply

Scheme.Tal. Malegaon, Dist. Nasik.

Repairs to dam, Designing, Providing,

Constructing & Commissioning, of Un

Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping

Machinery, Lowering, Laying & jointing

Connecting Main, Gravity main. Designing,

Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S,

Providing, lowering , Laying & Jointing of

PVC Distribution System, Miscellaneous

works & Trial Run of scheme for 1 year.

.

CONDITION OF SCHEDULE 'A'

1) All materials in schedule 'A' as may be required for the work

shall be taken from the Department only.

2) The quantities in schedule 'A' are approximate and shall vary

according to actual bonafied use. The materials issued by the

Maharashtra Jeevan Pradhikaran shall be used only for

Maharashtra Jeevan Pradhikaran bonafied work.

Page 102: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

3) Materials shall be made available for delivery on working days

only, during the official hours

4) All the materials remaining unused after the construction is

completed are to be returned to the Maharashtra Jeevan

Pradhikaran store at the cost of the contractor.

5) The persons or firms submitting the tender should see that the

quantities, issue rate per unit and place are filled up by the

Executive Engineer, prior to the submission of the tender.

6) The contractor shall provide a pacca store which should be

sufficient for stacking adequate quantities of cement and other

materials, so as to protect them from rains, deterioration,

damage or losses etc. The capacity of store for stacking

cement shall be sufficient to store at Least 15 days requirement

of cement. Double locking arrangements should be provided

for cement store one key will be kept with MJP's person and

the other with contractor.

7) Other materials provided by the contractor for ancillary and

temporary works i.e. not covered under this contract shall not

be stored in this store.

8) The manner of stacking shall be such as would permit of easy

counting of cement and other materials issued from

Maharashtra Jeevan Pradhikaran stores at any time. The

stacking of cement shall be such that fresh stock would

facilitate and ensure use of old cement.

9) Materials other than mentioned in Schedule 'A' required for

works shall be procured by the contractor at his cost shall be

got approved by the Engineer-in-charge before its use if

required by Executive Engineer, the samples of such materials

shall be tested at contractors cost in any approved laboratory

by the MJP, material not confirming shall be removed at once

from site of work at contractors expenses.

Page 103: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

10) Once the materials are issued to the contractor at the

contractors cost, he shall convey the same immediately to his

store from the MJP store, failing which rent at 1% of the cost of

material supplied to him shall be received from the Contractor.

The contractor shall inspect the material before taking delivery

of the same and shall sign the receipt in token of having

received the materials in sound and good conditions.

11) Once the materials are issued to the contractor he shall be

responsible for the safe custody of the material and prevent it

from damage or losses. Damage and losses noticed after the

materials are issued shall be debited to contractors account.

12) The contractor shall make proper and economic use of all

materials supplied to him. By the MJP as Schedule 'A' material

for the contracted works. Proper day to day account of

consumption of all such materials shall be maintained in

register showing receipt, use and balance and he shall submit

extract thereof monthly to the Engineer In-charge.

The Engineer In-charge, reserves the right to stop further issue

of materials to contractor, if the monthly account of the

previously used material is not submitted by him and he shall

be fully responsible for the consequences arising out of this,

Surplus materials supplied to the contractor free of cost shall

be fully returned by the contractor to the MJP and delivered at

the place as directed at his cost if any shortages are noticed, or

material found damaged or unserviceable conditions, such

materials would be recovered from the contractor at the same

would be binding on the contractor.

Page 104: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

13) The notes and conditions of Schedule 'A' will also form a part of

agreement.

14) If any other materials such as pipes, specials etc. are available

with MJP and separable, they will be supplied at MJP's issue

rate plus storage charges at Executive Engineers discretion at

MJP's stores.

15) MS Steel or HYSD Bars and bare required for casting pre-

stressed pipe will have to be brought by Contractor at site at

his cost and it should be tested steel.

16) Sales tax and general tax as per Government rates shall be

recovered from the contractor over the cost of the surplus

materials on returned.

17) Issue rate of the materials are inclusive of sales tax and

general tax.

18) The delay in supply of material mentioned in Schedule 'A' shall

not be considered a cause for non completion of work within

stipulated time limit.

Page 105: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISIONNASIK

Name of Work :- Malmatha 25 Village R.R. Water

Supply Scheme.Tal. Malegaon, Dist.

Nasik.

Repairs to dam, Designing, Providing, Constructing &

Commissioning, of Un Conventional Water treatment Plant

of 5.0 MLD capacity, Pure Water Pumping Machinery,

Lowering, Laying & jointing Connecting Main, Gravity main.

Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S,

Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1

year.

SCHEDULE 'B'

Page 106: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Page 107: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT CIRCLE,AURANGABAD.

MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION NASHIK

NAME OF WORK :- MALMATHA 25 VILLAGES R.R. WATER SUPPLY SCHEME TAL MALEGAON .DIST. NASHIK

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD

capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year

RECAPUTULATION SHEET OF SHEDULE 'B'

SR NO NAME OF SUBWORK Amount

1) Repairs to Dam 584000.00

2) Un Conventional Water Treatment Plant ( 5.00 MLD) 11000000.00

3) Pure Water Pumping Machinery 313000.00

4) Connecting main, Gravity Main 41344600.00

5) Construction of R.C.C. G.S.R 1028660.00

Page 108: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

6) Construction of R.C.C. E.S.R 15204600.00

7) Distribution system 20446200.00

8) Miscellaneous works 740800.00

9) Repairs to Staff Quarter 345200.00

10) Trial Run for One Years 1675900.00

Total Cost Put To Tender Rs . 92682960.00

I / We hereby agree to execute the above work at _________ % above / below the estimated rate

Signature of the contractor.

.

Page 109: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Work :- Malmatha 25 Villages Water Supply Scheme . Tal malegaon. Dist Nashik.

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year

Sub Work No:- 1 Repairs to Dam

Memorandum showing items of works to be carried out by the

contractor.

Estimated cost put to Tender :

Rs.

584000/-

QUANTITY ITEM RATE UNIT AMOUNT

IN

FIGURE IN WORDS

Item No.1:-

Providing dry rubble stone pitching 23 cm thick

including packing with quarry spell and hard murum

etc as directed by engineer in charge.

7500 61.00 Rupees sixty-one and paise nil

only sqm 457500.00

Page 110: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.2:-

Providing and fixing water level indicator up to 5 M

height including M.S. enameled gauge plate 150

mm wide 3 mm thick, P.V.C. float, providing and

fixing required accessories such as pointer, pulleys,

nylon thread including cost of all material, labour,

etc. complete.

1.00 5 M Height 4500.00 Rupees four thousand five

hundred and paise nil only No 4500.00

Item No. 3 :-

1725 Royalty Charges

70.67 Rupees seventy and paise

sixty-seven only Cum 121906.00

Total of Sub Work no - 10 583906.00

584000.00

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Page 111: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year

SCHEDULE ' B' OF B-1 TENDER

Sub Work No. 2:- Construction of Water Treatment Plant

Memorandum showing items of works to be carried out by the contractor. Estimated cost put to Tender

Rs. 11000000.00

QUANTITY ITEM RATE UNIT AMOUNT

IN FIGURE IN WORDS

Designing (aesthetically), providing and

constructing high rate Unconventional Water

Treatment Plant i.e. Simplified Water Treatment

Plants consisting of Civil Works, including cost of

providing and applying Epoxy paint to inside surface

of water retaining structures in contact with Chlorine

and providing anti-termite treatment to entire

structure below ground level, Mechanical and

Electrical components of various sub-works as

Page 112: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

given below : including necessary hydraulic testing,

structural testing and trial run for 3 months, etc.

complete as directed by Engineer-in-charge .

( turn-key job ).

1) Aeration fountain

2) Inlet arrangements

3) Mixing channel with venture flume and flow

measuring arrangement.

4) Inlet channel

5) Flocculator- Confirming to I.S. 7208-1974

( Type-C ) with detention period of 30 minutes.

6) Tube Settlers - " Designing, fabricating and

construct Tube Settlers with square or any other

shaped tube like Circular, Chevron, Hexagonal etc.

having proven performance."

7) Rapid sand gravity filters.

8) Filter house

Page 113: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

9) Chemical house

10) Alum tanks 2 Nos. with mixing, carrying and

dosing arrangement with piping.

11) Gravity feed gas chlorinator with 100%

standby.

12) TCL solution tank with mixing, carrying and

dosing arrangement with piping.

13) Bye-pass arrangement

14) External and internal electrification

15) Laboratory equipments

16) Wash water tanks of capacity equal to 2% of

designed quantity of filtered water in a day ( + ) 10%

17) Wash water pumps with 100%standby

18) Pure water sump capacity equal to 1 hour

pumping capacity

19) Pure water pump house over the sump / by

Page 114: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

the side of sump

20) Drainage arrangements

21) Alum store

22) Sanitary block with necessary water supply

and drainage arrangement and internal WBM roads

23) Air Blowers: Capable of delivering 600 LMP

per square meter of free air, of filter area at 0.40 kg/

square cm at the under drains ( 100 % stand by)

24) These rates are applicable for seismic

zones 2, 3, and 4

25) Rates given below are inclusive of uplift

pressure if any and dewatering during the entire

work

26) All RCC structures shall be constructed in M-

300

27) Unconventional Treatment Plants less than 1

MLD capacity shall not be constructed

Page 115: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

28) As per Latest IS code 456 ( Latest edition ) ,

water retaining structure / water container shall

be constructed in M300 and remaining structure

shall be constructed in M 250

Note:- Conditions from Sr.No. 1 to 26 shall form a

part and parcel of the

tender and must be included in draft tender papers

for the work of unconventional treatment plants.

1 Un Conventional Water Treatment Plant Cap. 5.00

MLD

11000000.00 Rs One Crore Ten Lakhs

only. No

11000000.00

Total of sub work No. 2 11000000.00

Page 116: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of

5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of

R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial

Run of scheme for 1 year

SCHEDULE ' B' OF B-1 TENDER

Sub Work no :- 3 Providing , Installing And Commissioning Pumping Machinery at Dam Site

Memorandum showing items of works to be carried out by the

contractor.

Estimated cost put to Tender : Rs. 313000.00

Qty Item Of Work Rate Unit Amount

In Fig. In Words

Item No. 1 :- ( A )

2

Providing , installing and commissioning Centrifugal

Mono block Pump motor Set having 35000 LPH at

37 Mtr. head With satisfactory test and trial as per

detailed specifications.

30224 Rs. Thirty Thousand Two

Hundred Twenty Four Only Set 60448

Page 117: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No. 2 :-

2

Providing , installing and commissioning Vaccum

Pump Motor set with satisfactory test and trial as per

detailed specifications. 3 H.P.

48469 Rs.Eighty Six Thousand Two

Hundred Nine Only. Set 96938

Item No. 3 :-

2

Providing and installing and commissioning 100 MM.

Dia. Sluice Valve as per detailed specification with

satisfactory test and trial

8017 Rs. Twelve Thousand One

Hundred Fourty Eight Only No. 16034

Item No. 4 :-

2

Providing and installing and commissioning 100 MM.

Dia. Reflux Valve as per detailed specification with

satisfactory test and trial

6982 Rs.Eleven Thousand Eight

Hundred Three Only No. 13964

Item No. 5 :-

700

Providing and installing and commissioning M. S.

Flanges as per detailed specification with satisfactory

test and trial

62 Rs.Fifty One Only. Kg. 43400

Page 118: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No. 6 :-

1

Providing and installing and commissioning L. T.

Cubical Panel Board with accessories and as per

detailed specification with satisfactory test and trial

39146 Rs. Fourty Four Thousand

Twelve Only No. 39146

Item No. 7 :- ( A )

15

Providing and installing and commissioning 3.5 Core

25Sq. MM. Aluminium conductor PVC insulated

armoured Cable from Point of Supply to LT Panel as

per detailed specification with satisfactory test and

trial

324 Rs. Three Hundred Seventy

Eight Only RM 4860

Item No. 7 :- ( B )

60

Providing and installing and commissioning 3 Core 6

Sq. MM. Aluminium conductor PVC insulated

armoured Cable from LT Panel to Starter of Pump

Motor Set as per detailed specification with

satisfactory test and trial

158 Rs. One Hundred Fifty Eight

Only RM 9480

Page 119: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No. 7 :- ( C )

30

Providing and installing and commissioning 3 Core

4Sq. MM. Aluminum conductor PVC insulated

armored Cable from LT Panel to Starter of Vacuum

Pump Motor Set as per detailed specification with

satisfactory test and trial.

141 Rs. One Hundred Fourty One

Only RM 4230

Item No. 8 :-

1

Providing and Supplying set of Tools as per detailed

specification with satisfactory test and trial

19903 Rs. Nineteen Thousand Nine

Hundred Three Only Lot 19903

Item No. 9 :-

3

Providing and installing and commissioning Earthling

arrangements as per detailed specification with

satisfactory test and trial

1500 Rs. One Thousand Five

Hundred Only. No. 4500

Total Rs. 312903.00

313000.00

Page 120: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme for 1 year

SCHEDULE ' B' OF B-1 TENDER

Sub Work No. 4:- Lowering , laying & Jointing Connecting main, Pure Water Gravity Mains & R/Main

Memorandum showing items of works to be carried out by the contractor. Estimated cost put to Tender : Rs. 41344600.00

QUANTITY ITEM RATE UNIT AMOUNT

IN FIGURE IN WORDS

Item No.1:-

Providing and supplying ISI standard CI flanged / S& S specials including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to departmental store/ site, unloading stacking etc. complete.

8334.00 60.00 Rupees sixty and paise nil only Kg 500040.00

Item No 2:- Manufacturing, Supplying of C.I mechanical compression flanged / socket Specials suitable for making flanged connection with the plain barrel of C.I. spun pipes (As per I.S. 1536/2001) & D.I. pipes (As per I.S. 8329/2000) The tail piece to be supplied complete with sealing rubber gasket of S.B.R.cast iron follower glands & mild steel nut-bolts

Page 121: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

.The whole assembly should be mechanically & hydraulically tested to the provision as laid down in I.S. 1538/1993. The rates are inclusive of cost of material, forwarding charges, sale tax, loading, transportation & unloading at departmental store. etc complete as directed.

Flanged Socketed Tailpiece

62 100 mm dia C.I. 1314.00 Rupees one thousand three hundred fourteen and paise nil only

No 81468.00

14 150 mm dia C.I. 2366.00 Rupees two thousand three hundred sixty-six and paise nil only

No 33124.00

16 200 mm dia C.I. 3065.00 Rupees three thousand sixty-five and paise nil only

No 49040.00

8 250 mm dia C.I. 4623.00 Rupees four thousand six hundred twenty-three and paise nil only

No 36984.00

8 300 mm dia C.I. 5175.00 Rupees five thousand one hundred seventy-five and paise nil only

No 41400.00

8 350 mm dia C.I. 6826.00 Rupees six thousand eight hundred twenty-six and paise nil only

No 54608.00

2 400 mm dia C.I. 8910.00 Rupees eight thousand nine hundred ten and paise nil only

No 17820.00

Page 122: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

2 450 mm dia C.I. 10458.00 Rupees ten thousand four hundred fifty-eight and paise nil only

No 20916.00

Coller Coupling

72 100 mm dia C.I. 779 Rupees seven hundred seventy-nine and paise nil only

No 56088.00

26 150 mm dia C.I. 1400 Rupees one thousand four hundred and paise nil only

No 36400.00

55 200 mm dia C.I. 1598 Rupees one thousand five hundred ninety-eight and paise nil only

No 87890.00

25 250 mm dia C.I. 2562 Rupees two thousand five hundred sixty-two and paise nil only

No 64050.00

25 300 mm dia C.I. 3279 Rupees three thousand two hundred seventy-nine and paise nil only

No 81975.00

10 350 mm dia C.I. 4041 Rupees four thousand forty-one and paise nil only

No 40410.00

8 400 mm dia C.I. 6289 Rupees six thousand two hundred eighty-nine and paise nil only

50312.00

2 450 mm dia C.I. 7061 Rupees seven thousand sixty-one and paise nil only

No 14122.00

Bend 900 Degree

Page 123: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

108 100 mm dia 2395 Rupees two thousand three hundred ninety-five and paise nil only

No 258660.00

39 150 mm dia 4399 Rupees four thousand three hundred ninety-nine and paise nil only

No 171561.00

51 200 mm dia 5838 Rupees five thousand eight hundred thirty-eight and paise nil only

No 297738.00

21 250 mm dia 8690 Rupees eight thousand six hundred ninety and paise nil only

No 182490.00

10 300 mm dia 10576 Rupees ten thousand five hundred seventy-six and paise nil only

No 105760.00

9 350 mm dia 17510 Rupees seventeen thousand five hundred ten and paise nil only

No 157590.00

24 400 mm dia 23866 Rupees twenty-three thousand eight hundred sixty-six and paise nil only

No 572784.00

1 450 mm dia 30462 Rupees thirty thousand four hundred sixty-two and paise nil only

No 30462.00

Bend 450 Degree

72 100 mm dia 2135 Rupees two thousand one hundred thirty-five and paise nil only

No 153720.00

26 150 mm dia 3706 Rupees three thousand seven hundred six and paise nil only

No 96356.00

Page 124: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

34 200 mm dia 4881 Rupees four thousand eight hundred eighty-one and paise nil only

No 165954.00

14 250 mm dia 7160 Rupees seven thousand one hundred sixty and paise nil only

No 100240.00

13 300 mm dia 8639 Rupees eight thousand six hundred thirty-nine and paise nil only

No 112307.00

6 350 mm dia 14411 Rupees fourteen thousand four hundred eleven and paise nil only

No 86466.00

16 400 mm dia 17782 Rupees seventeen thousand seven hundred eighty-two and paise nil only

No 284512.00

1 450 mm dia 24804 Rupees twenty-four thousand eight hundred four and paise nil only

No 24804.00

Bend 22.500Degree

36 100 mm dia 2049 Rupees two thousand forty-nine and paise nil only

No 73764.00

13 150 mm dia 3479 Rupees three thousand four hundred seventy-nine and paise nil only

No 45227.00

17 200 mm dia 4362 Rupees four thousand three hundred sixty-two and paise nil only

No 74154.00

7 250 mm dia 6596 Rupees six thousand five hundred ninety-six and paise nil only

No 46172.00

Page 125: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

6 300 mm dia 7962 Rupees seven thousand nine hundred sixty-two and paise nil only

No 47772.00

3 350 mm dia 12570 Rupees twelve thousand five hundred seventy and paise nil only

No 37710.00

8 400 mm dia 16115 Rupees sixteen thousand one hundred fifteen and paise nil only

No 128920.00

1 450 mm dia 20386 Rupees twenty thousand three hundred eighty-six and paise nil only

No 20386.00

All Socketed Tee

1 200 X200X150 mm dia 6774 Rupees six thousand seven hundred seventy-four and paise nil only

No 6774.00

7 200 X200X100 mm dia 5687 Rupees five thousand six hundred eighty-seven and paise nil only

No 39809.00

1 150 X150X150 mm dia 5866 Rupees five thousand eight hundred sixty-six and paise nil only

No 5866.00

4 100 X100X100 mm dia 3330 Rupees three thousand three hundred thirty and paise nil only

No 13320.00

2 350 X350X350 mm dia 19270 Rupees nineteen thousand two hundred seventy and paise nil only

No 38540.00

Page 126: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

1 300 X300X100 mm dia 8881 Rupees eight thousand eight hundred eighty-one and paise nil only

No 8881.00

4 250 X250X100 mm dia 8096 Rupees eight thousand ninety-six and paise nil only

No 32384.00

2 150 X150X100 mm dia 4730 Rupees four thousand seven hundred thirty and paise nil only

No 9460.00

Item No. 3:-

Providing , and supplying double flanged short body pattern type manually operated Sluice Valve having body, disc and end cover in graded cast iron to IS 210 Gr. CF 200 generally conforming in BS 5155, Synthetic rubber faced ring secured on disc by retaining ring with stainless steel screw stub shaft of stainless steel riding in teflon bearings excluding C. C. foundation/ structural steel support confirming to IS 13095-1991,

92.00 100 mm dia C.I.D.F. Sluice Valve PN-1 6307 Rupees six thousand three hundred seven and paise nil only

No 580244.00

5.00 150 mm dia C.I.D.F. Sluice Valve PN-1 9460 Rupees nine thousand four hundred sixty and paise nil only

No 47300.00

13.00 200 mm dia C.I.D.F. Sluice Valve PN-1 17901 Rupees seventeen thousand nine hundred one and paise nil only

No 232713.00

Page 127: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

5.00 250 mm dia C.I.D.F. Sluice Valve PN-1 27697 Rupees twenty-seven thousand six hundred ninety-seven and paise nil only

No 138485.00

1.00 300 mm dia C.I.D.F. Sluice Valve PN-1 34903 Rupees thirty-four thousand nine hundred three and paise nil only

No 34903.00

2.00 350mm dia C.I.D.F. Sluice Valve PN-1 49516 Rupees forty-nine thousand five hundred sixteen and paise nil only

No 99032.00

5.00 400 mm dia C.I.D.F. Sluice Valve PN-1 66760 Rupees sixty-six thousand seven hundred sixty and paise nil only

No 333800.00

1.00 450 mm dia C.I.D.F. Sluice Valve PN-1 81655 Rupees eighty-one thousand six hundred fifty-five and paise nil only

No 81655.00

Item No. 4:-

Providing and supplying Air Valves as per IS-10845 and MJP’s standard specifications of approved make and quality of following diameters including all taxes (Central and local), railway freight, inspection charges, un loading from railway wagons, loading into truck, transportation up to departmental stores / site, un loading and stacking etc. complete.

170 50 mm dia Double Ball 5253 Rupees five thousand two hundred fifty-three and paise nil only

No 893010.00

64 80 mm dia Double ball 7001 Rupees seven thousand one and paise nil only

No 448064.00

Item No. 5:-

Page 128: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft murum, hard murum, soft rock and old cement and lime masonry foundation, asphalt road by controlled blasting, in hard rock by controlled blasting, including trimming and leveling the bed by chiseling by mechanical means where necessary, in Slush Muddy/ Marshy /Slushy /Soil including use of poclain, labour for dewatering during execution including removing the excavated material up to a distance of 50 meters, stacking and spreading as directed, including all lifts, preparing the bed for laying of pipe, but excluding back filling etc. complete.

52430.00 ( For All Lead & Lifts) 409.09 Rupees four hundred nine and paise nine only

cum 21448778.00 21998458

Item No. 6:-

Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation 15cm to 20cm layers including watering and compaction complete.

6056.000 50.00 Rupees fifty and paise nil only cum 302800.00

Item No. 7:-

Page 129: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Lowering laying and jointing with SBR rubber gaskets C.I. S/S pipes of various classes with CI / MS specials of following diameter in proper position, grade and alignment as directed by Engineer-in-charge including conveyance of material from stores to site of work, including cost of jointing materials and rubber rings labour, giving hydraulic testing etc. complete.

Note : Only S.B.R. Rubber gasket to be used

C.I. "LA"CLASS / D.I.-K-9/K-7 Mortar Lined as per IS 5382 & IS 12820

50 450 mm dia D.I. k-9 pipes for connecting main 276.00 Rupees two hundred seventy-six and paise nil only

Rm 13800.00

200 400 mm dia D.I. k-7 pipes 262.00 Rupees two hundred sixty-two and paise nil only

Rm 52400.00

900 350 mm dia D.I. k-7 pipes 212.00 Rupees two hundred twelve and paise nil only

Rm 190800.00

230 250 mm dia D.I. k-7 pipes 154.00 Rupees one hundred fifty-four and paise nil only

Rm 35420.00

14865 150 mm dia D.I. k-7 pipes 90.00 Rupees ninety and paise nil only Rm 1337850.00

37200 100 mm dia D.I. k-7 pipes 67.00 Rupees sixty-seven and paise nil only Rm 2492400.00

Item No.8:-

Page 130: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Lowering, laying and jointing in position following C.I. D/F Reflux valves, Butterfly valves and Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc. complete. (Rate for all class of valves.)

92 100 mm dia C.I.D.F. Sluice Valve PN-1 1710 Rupees one thousand seven hundred ten and paise nil only

No 157320.00

5 150 mm dia C.I.D.F. Sluice Valve PN-1 2688 Rupees two thousand six hundred eighty-eight and paise nil only

No 13440.00

13 200 mm dia C.I.D.F. Sluice Valve PN-1 2796 Rupees two thousand seven hundred ninety-six and paise nil only

No 36348.00

5 250 mm dia C.I.D.F. Sluice Valve PN-1 3644 Rupees three thousand six hundred forty-four and paise nil only

No 18220.00

1 300 mm dia C.I.D.F. Sluice Valve PN-1 3780 Rupees three thousand seven hundred eighty and paise nil only

No 3780.00

2 350mm dia C.I.D.F. Sluice Valve PN-1 4658 Rupees four thousand six hundred fifty-eight and paise nil only

No 9316.00

5 400 mm dia C.I.D.F. Sluice Valve PN-1 5620 Rupees five thousand six hundred twenty and paise nil only

No 28100.00

1 450 mm dia dia C.I.D.F. Sluice Valve PN-1 6685 Rupees six thousand six hundred eighty-five and paise nil only

No 6685.00

Item No. 9 :-

Page 131: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing and fixing in position air valve shaft including providing and fixing GI Medium Class or 6 mm thick M.S. pipe shaft 2.70 M long over branch flange of air valve tee, providing PCC block of M-150 concrete 150 mm thick around the air valve tee including encasing of vertical shaft in PCC M-150 as shown in type design together with providing and making flanged joints wherever required and fixing of air valve over the shaft excluding cost of air valve and branch flanged air valve tee. etc. complete as per type design and as directed by Engineer-in-charge for following diameters of pipe lines (type design attached.)

126 Up to 150mm 4636.00 Rupees four thousand six hundred thirty-six and paise nil only

No 584136.00

108 200 mm to 400 mm 5431.00 Rupees five thousand four hundred thirty-one and paise nil only

No 586548.00

Item no :- 10

Providing and constructing B.B. masonry valve chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in C.M. 1:5 Proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.

Note: Wall thickness : 0.23 M for depth of 1.2 M and 0.35 M for balance depth exceeding 1.2 M )

6 120cm x 120cm x120cmm 9194.00 Rupees nine thousand one hundred ninety-four and paise nil only

No 55164.00

Page 132: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

6 90cm x 90cm x1.20 m 6843.00 Rupees six thousand eight hundred forty-three and paise nil only

No 41058.00

48 90cm x 60cm x1.20 m 5706.00 Rupees five thousand seven hundred six and paise nil only

No 273888.00

58 90cm x 45cm x1.20 m 5245.00 Rupees five thousand two hundred forty-five and paise nil only

No 304210.00

Item No.11-

Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete.

44634 50.00 Rupees fifty and paise nil only CUM 2231700.00

Item No. 12:-

Providing and laying in situ Cement concrete of trap/granite/quartzite/ gneiss metal for PCC work including normal dewatering, form work, compaction, finishing and curing, etc, complete.

963.482 PCC 1 :2:4 3536.00

Rupees three thousand five hundred thirty-six and paise nil only

CUM 3406872.00

Item no :- 13 Making cross connection to existing L/Main, Connecting Main & Rising main & Distribution system of any type

Page 133: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

including excavation, breaking and removing exiting pipes, lowering, laying of specials and pipes in their position, refilling, closing the water supply in that area, dewatering and restarting the water supply, etc. complete as directed by Engineer-in-charge for following diameters of existing pipeline, irrespective of diameter of branch line (the number of joints involved will be paid separately depending upon the nature of joints and required pipes, valves and specials will be supplied free of cost at stores).

22 100 mm 1607.00 Rupees one thousand six hundred seven and paise nil only

Nos 35354.00

12 150 mm 2016.00 Rupees two thousand sixteen and paise nil only

Nos 24192.00

12 200 mm 2113.00 Rupees two thousand one hundred thirteen and paise nil only

Nos 25356.00

4 250 mm 2506.00 Rupees two thousand five hundred six and paise nil only

Nos 10024.00

2 300 mm 3047.00 Rupees three thousand forty-seven and paise nil only

Nos 6094.00

2 350 mm 3714.00 Rupees three thousand seven hundred fourteen and paise nil only

Nos 7428.00

2 400 mm 4329.00 Rupees four thousand three hundred twenty-nine and paise nil only

Nos 8658.00

2 450 mm 5003.00 Rupees five thousand three and paise nil only

Nos 10006.00

Total of sub work No. 4

41344541.00 97068496

41344600.00

Page 134: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD

capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S &

R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme for 1 year

Page 135: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Sub Work No :- 5 Construction of R.C.C. G.S.R @ Various Villages

Memorandum showing items of works to be carried out by the contractor. Estimated cost put to Tender : Rs. 1028660.00

QUANTITY ITEM RATE UNIT AMOUNT

IN

FIGURE IN WORDS

ITEM NO - 1

Designing (aesthetically) and constructing RCC ground

service reservoirs / RCC sumps in M-300 mix. of required

capacity including excavation in all types of strata,

foundation concrete, container walls, bottom slab top RCC

roof slab / or dome, 20 mm thick cement plaster with water

proofing compound in CM 1:3 proportion. to inside face of

the container, including epoxy paint from inside including

refilling and disposing of surplus stuff within lead of 50 M,

all labour and material charges, for laying and jointing of

pipe assembly for inlet, outlet washout, over flow and bye-

pass arrangement consisting of C.I./ M.S. D/F. pipes,

specials and valves of given diameters.

Page 136: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

providing and fixing accessories such as M.S. ladder inside

and outside, C.I. Manhole frame and cover, at top slab,

B.B. masonry chamber for all valves, ventilating shafts,

including giving satisfactory hydraulic test and water

tightness test as per IS code and providing three coat of

cement paints to all expose surface of structure including

roof surface etc. complete as per design data, criteria,

obligatory requirements and detailed specifications. Anti-

termite treatment shall be given for underground portion of

the structure.

Note:-

1. The designing shall be in accordance with various

relevant I.S. specification ( I.S. 456/2000, I.S. 875- 1987,

I.S. 3370-1965 or revised

2. Only M.S bars grade I confirming to I.S. 432 Part_I or

high yield strength deformed bars confirming to I.S. 1786 or

I.S. 1139 shall be used grade II M.S. bars shall not be used

3) Entire structure shall be in M-300 only.

Page 137: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

4) The scope of pipe assembly work shall be up to 5 Meter

beyond outside face of the wall, cost of pipes valves and

specials is not included in the rate but labour cost for laying

and jointing is included

5) The G.S.R./ Sump above 15 lakh liter capacity shall be in

two compartment

6) The job includes designing the structure for uplift

pressure and dewatering if require during entire execution

and disposal of surplus excavated stuff with in lead of 50

Meters as directed by Engineer-in-charge. If up lifts

considered in design then these rate shall be increased by

7.5%

7) G.S.R. outlets shall be with bell mouth of approved

pattern in bottom slab and cost of designing bell mouth is

included in the rate Sump well includes cost of suction pit

required at bottom.

8. For pipes diameters up to 300mm only CI pipes and CI

specials shall be used. For pipe diameters above 300mm

M.S. pipes and specials of thickness minimum 10mm shall

be used with proper anticorrosive epoxy treatment from

Page 138: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

inside and outside

9) Cost of pump house is not included in these rates.

10) Above rates are applicable for seismic

zones- 2,3, and 4

11) 75% part rate shall be payable for reinforcement,

concrete and plastering items of all types of G.S.R's and

sumps till satisfactory hydraulic testing for water tightness

test is given ; and till that work shall be treated as

incomplete.

Note:-1) Condition from Sr.No.1 to 11 shall form a part and

parcel of tender and must be included in the Draft tender

papers for work of RCC GSRs and sump.

Rates for RCC GSRs or sumps.

Capacity in liter

1 For Dahidi Village 70,000 Lit 508000.00 Rupees five lakhs eight No 508000.00

Page 139: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

thousand and paise nil only

1 For Kaulane Village 40,000 Lit

348000.00

Rupees three lakhs forty-

eight thousand and paise nil

only

No 348000.00

ItemNo.2:-

Providing and supplying ISI standard CI double flanged

pipes including all taxes (Central and local), railway freight,

insurance, unloading from railway wagon, loading into truck

transport to stores / site, unloading etc. complete as

directed by Engineer-in-charge.

11 150 mm

2479.00

Rupees two thousand four

hundred seventy-nine and

paise nil only

M 27269.00

22 100 MM

1525.00

Rupees one thousand five

hundred twenty-five and

paise nil only

M 33550.00

Page 140: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

30 80 mm

1235.00

Rupees one thousand two

hundred thirty-five and paise

nil only

M 37050.00

Item No.3:-

Providing and supplying ISI mark CI D/F Sluice valves

confirming for IS 2906/1984 including, warn gear

arrangement as per test pressure, stainless steel spindle r

caps, of following dia including all taxes (Central and

Local), railway freight, inspection charges unloading from

railway wagon, loading into truck, transportation upto

departmental stores/ site, unloading, stacking etc.

complete.

2 150 mm PN-1 9460.00

Rupees nine thousand four

hundred sixty and paise nil

only

M 18920.00

2 100 MM PN-1 6307.00

Rupees six thousand three

hundred seven and paise nil

only

M 12614.00

Page 141: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

2 80 mm 4737.00

Rupees four thousand seven

hundred thirty-seven and

paise nil only

M 9474.00

Item No.4:-

Providing and supplying ISI standard CI flanged / S& S

specials including all taxes (Central and local), railway

freight, insurance, unloading from railway wagon, loading

into truck transport to departmental store/ site, unloading

stacking etc. complete.

563 60.00 Rupees sixty and paise nil

only

kg 33780.00

Total of Sub Work no - 5

1028657.00

1028660.00

Page 142: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme

for 1 year

Sub Work No:- 6 Construction of RCC MBR / ESR @ Various Villages

Memorandum showing items of works to be carried out by the contractor. Estimated cost put to Tender : Rs. 15204600.00

QUANTITY ITEM RATE RATE UNIT AMOUNT

IN FIGURE IN WORDS

Item No.1:-

Designing (aesthetically), and constructing RCC

elevated service reservoirs of following capacity with

RCC staging consisting of columns, internal and

external bracings spaced vertically not more than 4.5

meters centre to centre for E.S.R. having capacity 500

m3 & not more than 6 m c/c for E.S.R. having

capacity above 500 m3 including excavation in all

types of strata, foundation concrete, cement plaster

with water proofing compound to the inside face of the

Page 143: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

container including refilling disposing of the surplus

stuff within a lead of 50 meters, all labour and material

charges including lowering, laying, erecting, hoisting

and jointing of pipe assembly of inlet, outlet, washout,

overflow and bypass arrangements as per

departmental design.

providing and fixing accessories such as M.S. ladder,

C. I. manhole frame and covers water level indicators,

lightening conductor, G. I. pipe railing around walk

way and top slab, providing spiral satire case from

ground level to roof level, M.S.G rill gate of 2 Meters

height with locking arrangement, B.B. masonry

chambers for all valves, ventilating shafts, providing

and applying three coats of cement paint to the

structure including roof slab and epoxy paint to

internal surface & anti-termite treatment for

underground parts of the structures and giving

satisfactory water tightness test as per I.S. code, The

job to include painting the name of the scheme and

other details on the reservoir as per the directions of

Engineer-in-charge.

Page 144: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Notes:

1. The design of the structure be in accordance with

relevent (I.S.3370 - 1965 or revised)

2. The design shall satisfy the stipulation as per IS

1893-1984 and I.S. 13920/1993 for seismic force and

I.S.- 11682/1985 for R.C.C. staging of overhead tanks.

3. For design having more than 6 columns, Providing

of internal bracing is obligatory,. External bracing is

also obligatory.

4.. The entire structure shall be in M 300 mix only.

5. Plain round mild steel bars grade - I confirming to

I.S,432 Part-I or high yield strength deformed bars

confirming to I.S. 1786 or I.S. 1139 shall be used,

grade-II mild steel bars will not be allowed.

6. Irrespective of the type of foundation proposed in

the design, one set of bracing be provided at the

ground level.

7. These rates include providing, M.S. ladder for

E.S.R's upto 2 lakhs liters capacity and providing

Page 145: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

spiral staircase for E.S.R. above 2 lakhs liters

capacity.

8. Staging shall have to be designed with stresses of

M-200 for ESR. However all RCC construction should

be done in M-250

9. These rates are including the cost of uplift pressure

if any and entire dewatering during execution. In case

of water logging area where water is struck at shallow

depth extra provision of dewatering shall be made as

per site condition.

10. All condition given in the Member Secretary’s

Circular No.MJP/TS-I/350/1668 dt. 2.8.97 and MJP/S-

I/350/2127 dt. 13.7.99 shall be strictly followed and

additional cost, if any due to these conditions is

included in the rates mentioned below.

11.. 75% part rate shall be payable for reinforced

concrete and plastering items of containers of E.S.R.

till satisfactory hydraulic testing for water tightness is

given ; and till that work shall be treated as

incomplete.

Page 146: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

12. Following rates are for seismic zone-III for Zone-IV

these rates shall be increased by 5% and for Zone-II,

these rates shall be decreased by 5% concerned

Executive Engineer shall confirm the seismic zone for

the scheme from seismic zones plan before estimation

and adopt appropriate rates as per actual seismic

zones( Seismic maps attached in this C.S.R.)

Note:- 1) Condition from Sr.No.1 to 11 shall form a

part and parcel of the tender papers and shall be

included in the DTP for works of R.C.C.E.S.R.

for Seismic Zone- III

Capacity in litres

Capacity 150,000 Litr

1 1) Lulle 1450000.0

0

Rupees fourteen lakhs fifty

thousand and paise nil only No 1450000.00

Capacity 75,000 Litr

1 1) Khadaki 936000.00 Rupees nine lakhs thirty-six

thousand and paise nil only No 936000.00

Page 147: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Capacity 70,000 Litr

1 1)Rajamane 935000.00 Rupees nine lakhs thirty-five

thousand and paise nil only No 935000.00

Capacity 60,000 Litr

2 1) Hatane 2)Tokade 820800.00

Rupees eight lakhs twenty

thousand eight hundred and

paise nil only

No 1641600.00

Capacity 60,000 Litr

1 1)Dongarale 855000.00 Rupees eight lakhs fifty-five

thousand and paise nil only No 855000.00

Capacity 50,000 Litr

4 1)Dasane 2) Vanapat 3) Lonwade 4) Kandhane 744000.00 Rupees seven lakhs forty-four

thousand and paise nil only No 2976000.00

Page 148: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Capacity 40,000 Litr

1 1) Jalku 638400.00

Rupees six lakhs thirty-eight

thousand four hundred and

paise nil only

No 638400.00

Capacity 30,000 Litr

2 1) Ghanegaon 2) Sayane Kh 532800.00

Rupees five lakhs thirty-two

thousand eight hundred and

paise nil only

No 1065600.00

Capacity 25000 Litr

3 1) Mohapada 2 )Lakhane 3) Astane 480000.00 Rupees four lakhs eighty

thousand and paise nil only No 1440000.00

Capacity 25000 Litr

1 1) Karanjgavan 480000.00 Rupees four lakhs eighty

thousand and paise nil only No 480000.00

Item No.2:-

Providing and supplying ISI standard CI double

flanged pipes including all taxes (Central and local),

railway freight, insurance, unloading from railway

wagon, loading into truck transport to stores / site,

Page 149: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

unloading etc. complete as directed by Engineer-in-

charge.

18 200 mm Dia C.I.D.F Pipes 3803.00

Rupees three thousand eight

hundred three and paise nil

only

M 68454.00

120 150 mm Dia C.I.D.F Pipes 2479.00

Rupees two thousand four

hundred seventy-nine and

paise nil only

M 297480.00

880 100 mm Dia C.I.D.F Pipes 1525.00

Rupees one thousand five

hundred twenty-five and paise

nil only

M 1342000.00

270 80 mm Dia C.I.D.F Pipes 1235.00

Rupees one thousand two

hundred thirty-five and paise nil

only

M 333450.00

Item No.3:-

Page 150: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing and supplying ISI mark CI D/F Sluice valves

confirming for IS 2906/1984 including, warn gear

arrangement as per test pressure, stainless steel

spindle r caps, of following dia including all taxes

(Central and Local), railway freight, inspection charges

unloading from railway wagon, loading into truck,

transportation up to departmental stores/ site,

unloading, stacking etc. complete.

1 200 mm Dia C.I.D.F Sluice Valve PN 1 17901.00

Rupees seventeen thousand

nine hundred one and paise nil

only

No 17901.00

4 150 mm Dia C.I.D.F Sluice Valve PN 1 9460.00 Rupees nine thousand four

hundred sixty and paise nil only No 37840.00

49 100 mm Dia C.I.D.F Sluice Valve PN 1 6307.00

Rupees six thousand three

hundred seven and paise nil

only

No 309043.00

18 80 mm Dia C.I.D.F. Sluice Valve PN 1 4737.00

Rupees four thousand seven

hundred thirty-seven and paise

nil only

No 85266.00

Page 151: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.4:-

Providing and supplying ISI standard CI flanged / S&

S specials including all taxes (Central and local),

railway freight, insurance, unloading from railway

wagon, loading into truck transport to departmental

store/ site, unloading stacking etc. complete.

4925 60.00 Rupees sixty and paise nil only kg 295500.00

Total of Sub work no :- 7 15204534.00

15204600.00

Note :-

Dismantling of following Existing ESR's @

Various Villages of various capacities and

heights using crane (10 MT capacity) The

dismantled material of ESR ie. steel , C. I.D.F.

pipes and valves to be taken by the contractor free

of cost. No additional charges will be paid for the

Page 152: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

dismantling ESR's including clearing the site.

Name of Village

Lulle, Dongrale, Ghanegaon, Dahidi, Vanpat,

Kaulane, Rajmane, Kandhane, Lakhane, Jalku,

Tokde, Hatyane, Kahadki, Dasane, Lonawade,

Syane Kh

Page 153: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Name of Work: - Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD

capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of

R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works &

Trial Run of scheme for 1 year

SCHEDULE ' B' OF B-1 TENDER

Sub Work No:- 7 Distribution System

Memorandum showing items of works to be carried out by the contractor. Estimated cost put to Tender : Rs. 20446200.00

QUANTITY ITEM RATE UNIT AMOUNT

IN

FIGURE IN WORDS

ITEM No. 1 :-

providing and supplying in standard lengths ISI

mark rigid un plasticized PVC pipes suitable for

potable water with solvent cement joints

including cost of couplers, as per IS

specification no.4985 /1988 including all local

and central taxes, transportation, freight

charges, loading ,inspection charges,

unloading, conveyance to the departmental

Page 154: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

stores and including cost of jointing material i.e.

solvent cement, etc. complete.

Complete.

120.00 160 mm dia (4 kg/sq cm.) 210.00 Rupees two hundred ten and paise nil only Rm. 25200.00

54.00

140 mm dia ( 4 kg/sq cm.)

159.00

Rupees one hundred fifty-nine and paise nil

only

8586.00

630.00 110 mm dia (4 kg/sq cm.) 95.00 Rupees ninety-five and paise nil only

Rm. 59850.00

828.00 90 mm dia (4 kg/sq cm.) 77.00 Rupees seventy-seven and paise nil only Rm. 63756.00

21582.00 75 mm dia (4 kg/sq cm.) 55.00 Rupees fifty-five and paise nil only Rm. 1187010.00

Item No.2:-Providing and supplying ISI mark

standard PVC / CI flanged s & s specials

suitable PVC / CI pipes as per IS specification

including all local and central taxes,

transportation, freight charges, loading

Page 155: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

,unloading, conveyance to the departmental

stores and including cost of jointing material i.e.

solvent cement, etc. complete.

1000 a) C.I. Specials 60.00 Rupees sixty and paise nil only Kg 60000.00

2500 b) M.S. Specials 62.00 Rupees sixty-two and paise nil only Kg 155000.00

b) PVC Specials

a) Tee

2 160mm x160mm x160 mm dia 209.00 Rupees two hundred nine and paise nil only No 418.00

15 140mm x140mm x140 mm Dia 168.65 Rupees one hundred sixty-eight and paise

sixty-five only No 2530.00

30 110x110x110 mm Dia 110.00 Rupees one hundred ten and paise nil only No 3300.00

50 90x90x90 mm Dia 70.00 Rupees seventy and paise nil only No 3500.00

75 75x75x75 mm Dia 40.00 Rupees forty and paise nil only No 3000.00

Bend

5 160 x 45 0 362.00 Rupees three hundred sixty-two and paise

nil only No 1810.00

5 160 x 90 0 362.00 Rupees three hundred sixty-two and paise No 1810.00

Page 156: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

nil only

10 140 x 45 0 268.00 Rupees two hundred sixty-eight and paise

nil only No 2680.00

5 140x 90 0 268.00 Rupees two hundred sixty-eight and paise

nil only No 1340.00

10 110 x 45 0 111.00 Rupees one hundred eleven and paise nil

only No 1110.00

5 110 x 90 0 111.00 Rupees one hundred eleven and paise nil

only No 555.00

10 90 x 45 0 68.00 Rupees sixty-eight and paise nil only No 680.00

15 90 x 90 0 68.00 Rupees sixty-eight and paise nil only No 1020.00

125 75 x 45 0 43.00 Rupees forty-three and paise nil only No 5375.00

60 75 x 90 0 43.00 Rupees forty-three and paise nil only No 2580.00

Reducer

5 160 x 140 mm Dia 110.25 Rupees one hundred ten and paise twenty-

five only No 551.00

5 160 x 110 mm Dia 88.00 Rupees eighty-eight and paise nil only No 440.00

5 160 x 90 mm Dia 69.35 Rupees sixty-nine and paise thirty-five only No 347.00

Page 157: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

10 140 x110 mm Dia 54.45 Rupees fifty-four and paise forty-five only No 545.00

15 140 x 90 mm Dia 50.25 Rupees fifty and paise twenty-five only No 754.00

15 140 x 75 mm Dia 54.35 Rupees fifty-four and paise thirty-five only No 815.00

35 110 x 90 mm Dia 48.70 Rupees forty-eight and paise seventy only No 1705.00

15 110 x75 mm Dia 41.50 Rupees forty-one and paise fifty only No 623.00

100 90 x 75 mm Dia 29.50 Rupees twenty-nine and paise fifty only No 2950.00

End Cap

5 160 mm Dia 88.20 Rupees eighty-eight and paise twenty only No 441.00

5 140 mm Dia 53.70 Rupees fifty-three and paise seventy only No 269.00

5 110 mm Dia 25.60 Rupees twenty-five and paise sixty only No 128.00

5 90 mm dia 16.00 Rupees sixteen and paise nil only No 80.00

225 75 mm dia 11.95 Rupees eleven and paise ninety-five only No 2689.00

Tail Piece

20 160 mm With Flange 132.45 Rupees one hundred thirty-two and paise No 2649.00

Page 158: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

forty-five only

5 140 mm With Flange 106.35 Rupees one hundred six and paise thirty-

five only No 532.00

34 110 mm With Flange 78.75 Rupees seventy-eight and paise seventy-

five only No 2678.00

134 90 mm With Flange 50.65 Rupees fifty and paise sixty-five only No 6787.00

5 75 mm With Flange 40.80 Rupees forty and paise eighty only No 204.00

Item No.3:-

Providing ISI mark G.I. pipe of following class

and dia. Including all local and central taxes,

octroi, inspection charges, transportation to

stores, etc. complete as per I.S. 1239/2004

Note:- One coupler shall be provided with each

full length pipe cost which is included in the

rates)

100 100 mm dia G.I.Pipe Medium Class 754.00 Rupees seven hundred fifty-four and paise

nil only Rm 75400.00

2062 80 mm dia G.I.Pipe 505.00 Rupees five hundred five and paise nil only Rm 1041310.00

Page 159: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.4:-

Providing and supplying ISI Standard CI

flanged /S&S special including all taxes

(Central and local ) railway freight ,insurance

,unloding from railway wagon,loding into truck

transport to department store /site unloding

stacking etc.

G.I. Specials

Tee

5 80 x 80 x 80 mm Dia 300.00 Rupees three hundred and paise nil only No 1500.00

5 100 x100 x 100 mm Dia 495.00 Rupees four hundred ninety-five and paise

nil only No 2475.00

2 150 x150 x 150 mm Dia 595.00 Rupees five hundred ninety-five and paise

nil only No 1190.00

5 100 x100 x 80 mm Dia 495.00 Rupees four hundred ninety-five and paise

nil only No 2475.00

5 150 x150 x 100 mm Dia 595.00 Rupees five hundred ninety-five and paise

nil only No 2975.00

Page 160: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Bend

10 80 x 900 395.00 Rupees three hundred ninety-five and paise

nil only No 3950.00

10 80 x 450 395.00 Rupees three hundred ninety-five and paise

nil only No 3950.00

5 100 x 900 750.00 Rupees seven hundred fifty and paise nil

only No 3750.00

5 100 x 450 750.00 Rupees seven hundred fifty and paise nil

only No 3750.00

5 150x 900 900.00 Rupees nine hundred and paise nil only No 4500.00

5 150x 450 900.00 Rupees nine hundred and paise nil only No 4500.00

Union

2 100 mm Dia 565.00 Rupees five hundred sixty-five and paise nil

only No 1130.00

5 80 mm Dia 410.00 Rupees four hundred ten and paise nil only No 2050.00

Item No.5:-

Page 161: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing and supplying ISI mark CI D/F Sluice

valves confirming for IS 2906/1984 including,

warn gear arrangement as per test pressure,

stainless steel spindle r caps, of following dia

including all taxes (Central and Local), railway

freight, inspection charges unloding from

railway wagon, loading into truck, transportation

up to departmental stores/ site, unloading,

stacking etc. complete.

10 150mm dia Sluice Valve P.N.-1 9460.00 Rupees nine thousand four hundred sixty

and paise nil only No 94600.00

17 100 mm dia Sluice Valve P.N.-1 6307.00Rupees six thousand three hundred seven

and paise nil only No 107219.00

67 80 mm dia Sluice Valve P.N.-1 4737.00Rupees four thousand seven hundred

thirty-seven and paise nil only No 317379.00

Part-II LABOUR

Item No.1:-

Excavation for foundation / pipe trenches in

earth, soils of all types, sand, gravel and soft

murum, hard murum, soft rock and old cement

Page 162: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

and lime masonry foundation, asphalt road by

controlled blasting, in hard rock by controlled

blasting, including trimming and leveling the

bed by chiseling where necessary, in Slush

Muddy/ Marshy /Slushy /Soil including use of

poclain, labour for dewatering during execution

including removing the excavated material up

to a distance of 50 meters, stacking and

spreading as directed, including all lifts,

preparing the bed for laying of pipe, but

excluding back filling etc. complete.

17092.70 388.39 Rupees three hundred eighty eight and

paise thirty-nine only cum 6638634.00

Item No.2:-

Filling in plinth and floors murum bedding in

trenches with approved murum from

excavated materials from foundation in 15 to

20 cm layers including watering and

compaction complete.

Page 163: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

800 Murum Brought From Out Side 525.00 Rupees five hundred twenty-five and paise

nil only

Cum 420000.00

1867 Murum Brought From Trench 50.00 Rupees fifty and paise nil only Cum 93350.00

Item No.3:-

Lowering, laying, and jointing PVC pipes and

specials of following class and diameter

including cost of conveyance from stores to

site of works including cost of all labour,

material, except cement solvent, giving

satisfactory hydraulic testing as per IS code,

etc. complete.

120 160mm dia (4 kg/sqcm.) 32.00 Rupees thirty-two and paise nil only Rm 3840.00

54 140 mm dia (4 kg/sqcm.) 29.00 Rupees twenty-nine and paise nil only Rm 1566.00

630 110 mm dia (4 kg/sqcm.) 25.00 Rupees twenty-five and paise nil only Rm 15750.00

Page 164: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

828 90 mm dia (4 kg/sqcm.) 21.00 Rupees twenty-one and paise nil only Rm 17388.00

21582 75 mm dia (4 kg/sqcm.) 18.00 Rupees eighteen and paise nil only Rm 388476.00

Item No.4:-

Lowering, laying and jointing G. I. pipes and

specials of following class and diameter

including conveyance from stores to site of

works, all labour, giving satisfactory hydraulic

test, etc. complete either underground or in

vertical position, as directed by Engineer-in-

charge.

For G.I.Pipe

100 100 mm dia G.I.Pipe 87.00 Rupees eighty-seven and paise nil only Rm 8700.00

2062 80 mm dia G.I.Pipe 83.00 Rupees eighty-three and paise nil only Rm 171146.00

Page 165: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.5:-

Lowering, laying and jointing in position

following C.I.D/F Sluice valves including cost

of all labour, jointing material, including nut

bolts and giving satisfactory hydraulic testing

etc. complete.

10 150mm dia 2688.00Rupees two thousand six hundred eighty-

eight and paise nil only No 26880.00

17 100 mm dia 1710.00Rupees one thousand seven hundred ten

and paise nil only No 29070.00

67 80 mm dia 1309.00Rupees one thousand three hundred nine

and paise nil only No 87703.00

Item No 6 :-Providing and fixing C.I. road box

including loading, unloading and carting to site

of work including all necessary excavation in

all types of strata and fixing in murum packing,

etc. complete.

50 225 mm x 300 mm (40 kg) 2244.00 No 112200.00

Item no :- 7

Page 166: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing and constructing B.B. masonry valve

chamber with 15 cm thick 1:3:6 proportion

PCC bedding, additional excavation

B.B.masonry in CM 1:5, 23 cm thick; precast

RCC frame and cover etc complete as directed

by Engineer -in charge

3 120 cm x 120 cm internal size and depth up to

1.2 m 9194.00

Rupees nine thousand one hundred

ninety-four and paise nil only No 27582.00

30 90 cm x 60 cm internal size and depth up to

1.2 m 5706.00

Rupees five thousand seven hundred six

and paise nil only No 171180.00

40 90 x 45 cm internal size and depth up to 1.2 m 5245.00Rupees five thousand two hundred forty-

five and paise nil only No 209800.00

1 90 x 90 cm internal size and depth up to 1.20

m 6843.00

Rupees six thousand eight hundred forty-

three and paise nil only No 6843.00

Item No.8:-

Page 167: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing, and laying in situ C.C. for P.C.C.

work of following grades of trap/ granite/

quartzite/ gneiss metal for PCC work below

foundation and bedding including compaction

dewatering, plywood form work, finishing and

curing etc complete as directed by Engineer In

charge

For Concrete road

218.36 PCC 1:2:4 3536.00Rupees three thousand five hundred

thirty-six and paise nil only Cum 772116.00

Item No.9:-

Refilling the trenches with available excavated

stuff with soft material first over pipeline and

then hard material in 15 to 20 cm layers

including consolidation, surcharging etc.

complete.

14086 50.00 Rupees fifty and paise nil only Cum 704300.00

Mechanical Part

Item no :- 1

Page 168: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing , installing and commissioning EEC

mark removing mechanism type without

remote reading facility mechanical flow meter

of various dia.

1 450 MM. Dia 274869 Rupees two lakhs seventy-four thousand

eight hundred sixty-nine and paise nil only No. 274869.00

( Raw Water Connecting Main )

1 400 MM. Dia EEC Mark 251108 Rupees two lakhs fifty-one thousand one

hundred eight and paise nil only No. 251108.00

Pure Water Leading Main

1 350 MM. Dia EEC Mark 206991 Rupees two lakhs six thousand nine

hundred ninety-one and paise nil only No. 206991.00

Pure Water Leading Main near MBR @

Dahadi Karanjgavan Road

1 200 MM. Dia EEC Mark 34515 Rupees thirty-four thousand five hundred

fifteen and paise nil only No. 34515.00

Pure Water Leading Main near MBR @ Lulle

Page 169: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

3 150 MM. Dia EEC Mark 26428 Rupees twenty-six thousand four hundred

twenty-eight and paise nil only No. 79284.00

Various ESR's

23 100 MM. Dia EEC Mark 20627 Rupees twenty thousand six hundred

twenty-seven and paise nil only No. 474421.00

for Various ESR's

Item No. 2

Providing and installing C. I. Strainer on up

stream side of flow meter of various dia.

1 450 MM. Dia 146040 Rupees one lakhs forty-six thousand forty

and paise nil only No. 146040.00

1 400 MM. Dia 125234 Rupees one lakhs twenty-five thousand two

hundred thirty-four and paise nil only No. 125234.00

1 350 MM. Dia 96153 Rupees ninety-six thousand one hundred

fifty-three and paise nil only 96153.00

Page 170: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

1 200 MM. Dia 29981 Rupees twenty-nine thousand nine

hundred eighty-one and paise nil only No. 29981.00

3 150 MM. Dia 16189 Rupees sixteen thousand one hundred

eighty-nine and paise nil only No. 48567.00

23 100 MM. Dia 8950 Rupees eight thousand nine hundred fifty

and paise nil only No. 205850.00

Item No. 3

Providing and installing mechanical

compression Flanges of various dia.

2 450 MM. 10458 Rupees ten thousand four hundred fifty-

eight and paise nil only No. 20916.00

Page 171: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

2 400 MM. 8910 Rupees eight thousand nine hundred ten

and paise nil only No. 17820.00

2 350 MM. 6826 Rupees six thousand eight hundred twenty-

six and paise nil only No. 13652.00

2 200 MM. 3065 Rupees three thousand sixty-five and paise

nil only No. 6130.00

6 150 MM. Dia 2366 Rupees two thousand three hundred sixty-

six and paise nil only No. 14196.00

46 100 MM. Dia 1314 Rupees one thousand three hundred

fourteen and paise nil only No. 60444.00

Item No. 4 :-

6234 House Connection with domestic meter 825 Rupees eight hundred twenty-five and

paise nil only No. 5143050.00

Total of Sub Work no - 7 20446146.00

20446200.00

Page 172: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASIK

Name of Work: - Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of

5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of

R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run

of scheme for 1 year

SCHEDULE ' B' OF B-1 TENDER

Sub Work No :- 8 Miscellaneous Work ( Barbed wire, chain link fencing, Repairs to Intake Tower )

Memorandum showing items of works to be carried out by the contractor. Estimated cost put to Tender :

Rs.

740800.00

QUANTIT

Y ITEM RATE UNIT AMOUNT

IN FIGURE IN WORDS

ITEM No. 1 :- A

Providing and erecting Chain link fencing

1.6 m height with G.I. chain link of size 50

x 50 mm 8 gauge thick and fixed 75 mm

above ground level vertical M.S. angle of

Page 173: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

size 40 x 40 x 6 mm embedded in C.C.

block of 1:4:8 mix of size 450 x 450 x 670

mm at 1.75 m c/c with iron bar 16 mm dia

a hold fast including welding link with

angle frame at 30 cm c/c nut and bolts and

horizontal M.S.angles at top and bottom of

25 x 25 x 5 mm size and vertical M.S. flat

35 x 5 mm and 25 x 5 mm horizontal

including cross support of 40 x 40 x 6 mm

Angles both sides at every corner or bends

embedded in concrete blocks of 1:4:* of

size 450 x 450 x 670 mm including 3 coats

of oil painting etc. complete.

100 961.00 Rupees nine hundred sixty-one and

paise nil only Rm 96100.00

Item No.2

Providing and erecting 1.5 meter high wire

fencing with seven rows of barbed wire

supported on M.S. Angles (50 mm x 50

mm x 6mm) at 2.5 Meters, centre to centre

including excavating pits for foundation,

fixing post in cement concrete of size 45 x

45 x 45 cm., fastening the wire and

Page 174: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

painting the M.S. Angles with one coat of

red lead primer and two coats of painting

etc. complete. Spec. No. : Bd.W.3 Page

No. 583

1177.50 317.00 Rupees Three hundred seventeen

only Rm 373268.00

Item No.3

Providing and fixing M.S. gate 2.5 M wide

for compound with 40 mm dia M.S. black

pipe medium class, approved grill work,

RCC M - 150 side pillars of 25 cm x 40 cm

x 2.5 M height, its foundation, finishing,

painting etc. complete.

6.00 23000.00 Rupees twenty-three thousand and

paise nil only No 138000.00

Item No.4

Providing and fixing Wicket gate 1.0 M

wide for compound with 40 mm dia

M.S.block pipe medium class, approved

grill work, RCC M-150 side pillars of 25 cm

Page 175: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

x 40 cm x 2.5 M height, its foundation,

finishing painting, etc. complete.

6.00 14000.00 Rupees fourteen thousand and paise

nil only Nos 84000.00

Item No.5

Providing and fixing double leaf paneled

door with pressed steel sheet door frame

of size 60 x 105 mm and 1.25 mm thick

shutter 35 mm thick as per detailed

drawing consisting C.C.T.W. vertical style

and top rail 100 mm x 35 mm and bottom

rail 200 x 35 mm and paneled with 12 mm

thick particle board (Confirming I.S.3097)

including iron oxides fixtures and fastening

and T.W. beading at junction of panel

insulted including 3 coat of ole painting

complete.

2.88 a) M.S. door of required size. 4770.00 Rupees four thousand seven

hundred seventy and paise nil only Sqm 13738.00

Page 176: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.6

Providing and fixing steel windows of

various size as per detailed drawing

welded square bar 12 mm at 100 mm c/c

without hot dip zinc coating including

fabrication, glazing with plain obscured

glass panes of approved type and quality

and fixtures and fastenings without teak

wood boxing and architraves & finishing

with oil painting in two coats etc. complete

as directed by the Engineer in charge.

3.00 a) Window 2440.00 Rupees two thousand four hundred

forty and paise nil only Sqm 7320.00

Item No.7

Providing and applying plastic emulsion

paint of approved quality, colour and

shade to old / new surfaces in two coats

including scaffolding, preparing the

surface. (excluding the primer coat)

complete. Spec. No. :

Page 177: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Bd.P.6 Page No. 414

54.17 Two Coat Inside 47.00 Rupees forty-seven and paise nil

only Sqm 2546.00

Item No.8

Providing and applying two coats of

polymer based external paint of standard

manufacture like Apex from Asian Paints,

Excel from Nerolac paints of approved

colour to the plastered surfaces including

scaffolding if necessary, cleaning and

preparing the surface etc. for specified

buildings complete. (Sample and brand is

to be got approved from Executive

Engineer before use) (Prior specific

permission of S.E. shall be obtained

before inclusion of this item in the

estimate.)

106.76 Two Coat outside 145.00 Rupees one hundred forty-five and

paise nil only Sqm 15480.00

Page 178: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.9

Providing and applying two coats of

synthetic enamel paint of approved colour

to new / old structural steel work and wood

work in buildings, including scaffolding if

necessary, cleaning and preparing the

surface (excluding primer coat) complete.

(Sample and brand is to be got approved

from Executive Engineer before use)

236.26 Two Coat 43.50 Rupees forty-three and paise fifty

only Sqm 10277.00

Total Amount= 740729.00

740800.00

Page 179: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASHIK

Name of Work :- Malmatha 25 Villages Water Supply Scheme . Tal Malegaon. Dist Nashik.

Name of Work :- Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme

for 1 year

Sub Work No:- 9 Repairs to Staff Quarter

Memorandum showing items of works to be carried out by the

contractor.

Estimated cost put to Tender :

Rs.

345200.00

QUANTITY ITEM RATE UNIT AMOUNT

IN

FIGURE IN WORDS

Item No.1:-

Excavation for foundation in earth, soil of all types,

sand, gravel and soft murum, including removing the

excavated material up to a distance of 50 m. beyond

the building area & stacking and spreading as

directed, dewatering, preparing the bed for the

foundation and necessary backfilling, ramming,

Page 180: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

watering including shoring and strutting etc.

complete.

0.932 82.50 Rupees eighty-two and paise

fifty only

cum 77.00

Item No.1b:-

Excavation for foundation in hard murum and

boulders including removing the excavated materials

up to a distance 50 meters, beyond the building area

and stacking and spreading as directed, dewatering,

preparing the bed for the foundation and necessary

backfilling, ramming, watering including shoring and

strutting etc. complete. With Lift up to 1.5 m.

0.932 111.00 Rupees one hundred eleven

and paise nil only

cum 103.00

Item No.1c:- Excavation for foundation in soft rock or

old cement or lime masonry foundations including

removing the excavated materials up to a distance of

50 meters beyond the building area

Page 181: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

and stacking as directed including dewatering,

preparing the bed for the foundation and necessary

back filling with available earth murum, ramming,

watering including shoring and strutting etc.

complete. With Lift up to 1.5 m.

1.863 198.00 Rupees one hundred ninety-

eight and paise nil only

cum 369.00

Item No.1d:-

Excavation for foundation in hard rock by chiseling,

wedging, line drilling, etc. including trimming and

leveling the bed, removing the excavated materials

up to a distance of 50 meters beyond the building

area, stacking as directed, dewatering and backfilling

with available earth / murum ramming, watering

complete. With Lift up to 1.5 m.

1.863 616.00 Rupees six hundred sixteen

and paise nil only

cum 1148.00

Item No.2:- Providing and laying in situ, cement

concrete M-15 / 1:2:4 of trap / granite / quartzite /

Page 182: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

gneiss metal for foundation and bedding including

bailing-out water manually, formwork, compacting

, covering newly laid concrete by gunny bag, plastic

or tarpaulin, curing etc. complete. (Wooden planks /

shuttering will not be allowed) Spec. No. : Bd.E.1

Page No. 287 / IS 456:2000

1.00 a) lead up to 50m.

1) From Departmental land & Other sources

2924.00 Rupees two thousand nine

hundred twenty-four and paise

nil only

cum

2924.00

Item No.3:-

Providing Bricks masonry in cement mortar 1:6 using

Second class burnt bricks in superstructure including

striking joints, raking out joints, watering and

scaffolding complete.

2.50 2532.00 Rupees two thousand five

hundred thirty-two and paise

nil only

cum

6330.00

Page 183: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.4:- Providing internal cement plaster 12mm.

thick in single coat in cement mortar 1:3 without

neeru finish to concrete or brick surfaces, in all

position including scaffolding and curing complete.

Spec. No. : Bd.L.2 Page No. 368

169.00 103.00 Rupees one hundred three

and paise nil only

sqm 17407.00

Item No.5:-

Providing internal cement plaster 20mm. thick in two

coats in cement mortar 1:3 without neeru finish, to

concrete, brick surface, in all positions including

scaffolding and curing complete. Spec. No. : Bd.L.4

Page No. 368

10.50 146.00 Rupees one hundred forty-six

and paise nil only

sqm 1533.00

Item No.6:- Providing rough cast cement plaster

externally in two coats to concrete, brick or stone

masonry surfaces in all positions with

Page 184: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

base coat of 12 to 15mm thick in C.M. 1:4 and rough

cast treatment 12mm thick in proportion 1:1 1 / 2:3

including scaffolding and fourteen days curing

complete. Spec. No. : Bd.L.8 Page No. 370

8.50 200.00 Rupees two hundred and

paise nil only

sqm 1700.00

Item No.7:-

Providing and fixing in position after hoisting, precast

1:2 cement mortar reinforced Jali of 80 mm thickness

of approved design fixing in cement mortar 1:3 and

curing complete (including 3mm diameter mild steel

bar reinforcement). Spec. No. : Bd.F.19 Page No.

307

2.10 537.00 Rupees five hundred thirty-

seven and paise nil only

sqm 1128.00

Item No.8:- Providing tuck pointing with cement

mortar 1:3 for stone masonry including scaffolding

and curing complete. Spec. No. : Bd.L.16 Page No.

373

Page 185: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

112.00 52.00 Rupees fifty-two and paise nil

only

sqm 5824.00

Item no:- 9

Providing and fixing white cement base marble

mosaic tiles 25cm x 25cm of approved colour and

pattern with white and coloured marble chips

85.00 397.000

Rupees three hundred ninety-

seven and paise nil only

sqm 33745.00

Item no :-10

Providing and laying polished Shahabad Stone

flooring 25mm to 30mm thick and of required width in

plain / diamond pattern with black polished Kadappa

stone slab for border etc

60.00

460.00

Rupees four hundred sixty

and paise nil only

sqm

27600.00

Item No.11

Page 186: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing and laying grey cement base marble

mosaic tiles 25cm x 25cm of approved colour and

pattern with white and coloured marble chips upto the

maximum size of 6mm for flooring in required position

set on a bed of 1:6 cement mortar / 1:1 1 / 2 lime

mortar including neat cement float, filling joints with

neat coloured cement slurry, curing, polishing and

rubbing complete. Spec. No. : Bd.M.14 Page No. 386

40.00 386.00 Rupees three hundred eighty-

six and paise nil only

sqm 15440.00

Item No.12

Providing and fixing coloured glazed tiles 200 mm. x

100 mm. in size and about 5 to 6 mm thick for dado

and skirting in required position on plaster of 1:4

cement mortar including filling joints with neat cement

slurry mixed with pigment to match the colour of tiles,

curing, rubbing and polishing complete. Additional

Item Spec. No. : As directed by Engineer in charge.

13.50 920.00 Rupees nine hundred twenty

and paise nil only sqm 12420.00

Page 187: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.13

Providing and laying 35mm thick precast polished

chequered coloured cement tiles and pattern for

treads of size 20cm x 32cm and 20mm thick plain

cement tiles for risers of steps and staircase with

nosing of treads moulded as per drawing or as

directed on a bed of 1:4 cement mortar in required

position including neat cement float, filling joints with

neat cement slurry mixed with approved shades of

pigment to match the colour of the tiles, curing and

polishing complete.

1.00 339.00

Rupees three hundred thirty-

nine and paise nil only sqm 339.00

Item no :- 14

Providing sills of polished Kadappa stone 40mm to 50

mm thick, on a bed of 1:4 cement mortar including

cement float, filling joints with slurry, curing polishing

and cleaning complete.

Page 188: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

5.00 405.00

Rupees four hundred five and

paise nil only sqm 2025.00

Item No.15:-

Providing and fixing factory made precast door /

window frames of C.C. M-40 grade of section 100

mm x 60 mm including reinforcement as per I.S.

6523:1983 As directed by Engineer-in-charge.

11 355.00 Rupees three hundred fifty-

five and paise nil only No 3905.00

Item No.16:-

Providing and fixing country teak wood double leaf

2nd class fully panelled door for exterior walls without

fanlight as per detailed drawings,

16.00 2533.00

Rupees two thousand five

hundred thirty-three and paise

nil only

sqm 40528.00

Page 189: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.17:-

Providing and fixing box framed steel windows of

various sizes as per detailed drawings with welded

square bars 12 mm at 10 cm centre to centre without

hot dip zinc coating

9.00 2833.00 Rupees two thousand eight

hundred thirty-three and paise

nil only

sqm

25497.00

Item No.18:-

Providing and applying 3 coats of lead / zinc base oil

paint / bituminous paint of approved colour to new

structural steel work and iron work

12.00 45.00 Rupees forty-five and paise nil

only

sqm 540.00

Item No.19:-

Providing and applying two coats of water proof

cement paint of approved manufacture and of

approved colour etc complete.

Page 190: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

114.00 22.00 Rupees twenty-two and paise

nil only

sqm 2508.00

Item No.20:-

Providing and applying white-wash in two coats on

old / new plastered or masonry surfaces and

asbestos cement sheets including scaffolding and

preparing the surface by brushing & brooming down

complete. Spec. No. : Bd.P.1 Page No. 411

45.00 3.00 Rupees three and paise nil

only

sqm 135.00

Item No.21:-

Providing & applying washable oil-bound distemper of

approved colour and shade to old & new surfaces

inthree coat including scaffolding, preparing the

surfaces. (excluding the primer coat.) complete.

Spec. No. : Bd.P.5 Page No. 413

160.00

30.00

Rupees thirty and paise nil

only

sqm

4800.00

Page 191: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.22:-

Providing & fixing on walls / ceiling / floors, medium

grade having embossed ISI Mark _____ diameter

galvanised iron pipes with screwed sockets, joints &

necessary galvanised iron fittings etc. complete.

50.00 15mm dia 135.00 Rupees one hundred thirty-

five and paise nil only

Rm. 6750.00

25.00 20 mm dia 167.00 Rupees one hundred sixty-

seven and paise nil only

Rm. 4175.00

Item No.23:-

Providing and laying in trenches medium grade

having embossed ISI Mark ______ diameter

galvanised iron pipes with screwed sockets, joints,

necessary galvanised iron fitting etc. complete.

250.00 20 mm dia pipe 172.00 Rupees one hundred seventy-

two and paise nil only

Rm. 43000.00

Item No.24:-

Providing and fixing 15 mm diameter screw down bib

cock (Standard) of symet type etc. complete.

Page 192: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

4

Bib cock standard 169.00 Rupees one hundred sixty-

nine and paise nil only

No 676.00

4

Bib Cock Long body 203.00 Rupees two hundred three

and paise nil only

No 812.00

2

Bib cock piller cock 209.00 Rupees two hundred nine and

paise nil only

No 418.00

Item No.25:-

Providing and fixing 1st class white glazed

earthenware "Orissa type" W.C. Pan 600 x 400 mm

size including `P' or `S' trap UPVC soil and vent pipe

upto the outside face of the wall, 1:5:10 cement

concrete bedding,

1.00

a) without flushing cistern with flush cock and

necessary fittings. Spec. No. : As directed by

Engineer in charge.

3325.00

Rupees three thousand three

hundred twenty-five and paise

nil only

No 3325.00

Item No.26:-

Page 193: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Providing and fixing coloured glazed earthenware

Wash Hand Basin of Size 55 x 40 cm. including pillar

tap, brackets, rubber plugs and brass chain, stop tap

and necessary pipe connections including UPVC

waste pipe and UPVC bottle trap upto the outside

face of the wall making good damaged surface,

testing etc. complete.

a) with UPVC Bottle trap

1.00 i) Size 55 x40 cm

2073.00

Rupees two thousand

seventy-three and paise nil

only

No 2073.00

Item no :- 27

Providing and fixing stainless steel sink of Size 600

mm x 450 mm x 250 mm size including all

connections of G.I. supply and UPVC waste pipe and

trap upto outside face of wall,

a) with UPVC Bottle trap

1.00

i) Size 600 mm x450 mm x250 mm

3927.00

Rupees three thousand nine

hundred twenty-seven and

paise nil only

No 3927.00

Page 194: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.28:-

Providing and fixing centrifugally spun cast iron

nahani trap (long arm) of 10 cm. x 5 cm. x 30 cm.

size including symet / steel grating bend and

connecting piece of C.I. pipe upto the outside face of

the wall, making good damaged surface, testing etc.

complete. Spec. No. : Bd.V.32 Page No. 567

1.00 10 cm x5 cmx 30 cm

532.00 Rupees five hundred thirty-two

and paise nil only No 532.00

Item No.29:-

Providing and fixing 110 mm dia UPVC soil / vent /

waste SWR pipe of required diameter conforming to

I.S.-13592, and I.S.- 4985 to withstand continuous

internal hydraulic pressure of 2.5 kg / cm2 including

necessary fixtures and fittings, As directed by

Engineer-in- charge.

20.00 a) 110 mm dia

192.00 Rupees one hundred ninety-

two and paise nil only Rm. 3840.00

Page 195: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No.30:- Providing & Fixing electric fitting with all

required material ie wire, switches, fuse, etc

complete.

30.00 340.00 Rupees three hundred forty

and paise nil only

Point 10200.00

Item no :- 31

Guniting by dry mix process as per IS 9012 (1978) to

ceiling soffit etc. in C.M. 1:3, 25mm thick under

pressure of 2.1 kg to 2.8 kg per sq.cm.

71 243.00 Rupees two hundred forty-

three and paise nil only

sqm 17253.00

Item no :- 32

Providing and casting in situ cement concrete of

M-20 grade of trap granite / quartzite / gneiss metal

for R.C.C. slabs and landings as per detailed designs

and drawings or as directed

0.5 RCC Slab / landing / chajja 5195.00 Rupees five thousand one

hundred ninety-five and paise

nil only

cum

2598.00

Page 196: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No :- 33 Providing and fixing in position T.M.T.

steel bar reinforcement of various diameters for

R.C.C. work.

0.05 56026.00

Rupees fifty-six thousand

twenty-six and paise nil only

M.T.

2801.00

Item no :-34

Providing cement based water proofing treatment to

terrace (India water proofing or alike) with brick bats

laid in required slope to drain the water for any span

after cleaning the base surface, applying a coat of

cement slurry and mixed with approved water

proofing compound and laying the brick bats on

bottom layer of c.m. (1:5) and mixed with approved

water proofing compound, As directed by Engineer in

charge.

71 490.00 Rupees four hundred ninety

and paise nil only

sqm 34790.00

Page 197: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Total of Sub Work no - 11 345195.00

345200.00

Page 198: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MAHARSHTRA JEEVAN PRADHIKARN WATER MANAGEMENT DIVISION NASIK

Name of Work: - Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water treatment Plant of 5.0

MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity main. Designing, Const. of R.C.C.

E.S.R.S & R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of

scheme for 1 year

SCHEDULE ' B' OF B-1 TENDER

Sub Work No :- 10 Trial Run

Memorandum showing items of works to be carried out by the

contractor.

Estimated cost put to Tender : Rs.

1675900.00

QUANTITY ITEM RATE UNIT AMOUNT

IN

FIGURE IN WORDS

Item no :- 1 Commissioning running and

maintaining the scheme to quantities, rated

capacity, including managing necessary personnel

such as operator, valve man, etc. as per

requirements of the scheme and who should also

administer chemical dose for a period of 1 year

Page 199: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

for regional scheme, together with training of

personnel spared by MJP/ Local Body and handing

over the scheme to Local Body after completion of

the above period as directed by Engineer-in-

charge.

Note. : Required chemicals to be supplied by

Department free of cost and electricity bill will also

be paid by the Department.

1

a) For regional schemes more than 3 villages,

trial period shall be One year with raw water

pumping , one treatment plant with pumps, raw

water pumping main, leading main, ESR, BPT and

distribution system etc. ( for One year)

1675840

Rupees sixteen lakhs

seventy-five thousand eight

hundred forty and paise nil

only

Year 1675840.00

Total of S.W. No - 10 1675840.00

1675900.00

Page 200: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

RECAPUTULATION SHEET OF SHEDULE 'B'

NAME OF SUBWORK Amount

Repairs to Dam 584000.00

Un Conventional Water Treatment Plant ( 5.00 MLD) 11000000.00

Pure Water Pumping Machinery 313000.00

Connecting main, Gravity Main 41344600.00

Construction of R.C.C. G.S.R 1028660.00

Construction of R.C.C. E.S.R 15204600.00

Distribution system 20446200.00

Miscellaneous works 740800.00

Repairs to Staff Quarter 345200.00

Trial Run for One Years 1675900.00

Total Cost Put To Tender Rs . 92682960.00

I / We hereby agree to execute the above work at _________ % above / below the estimated rate

Signature of the contractor.

Page 201: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

NOTES OF SCHEDULE 'B'

1) Rates mentioned in schedule are inclusive of the following.

a) Carting of the materials including loading and unloading of the

same at the site of the work.

b) Dewatering during entire construction and diversion of flow of

water till the completion of work.

c) All the taxes and royalty etc for providing materials by the

contractor on site.

2) Keeping safe custody of materials issued to him or procured by

him and

Payment received for such delivery till the completion of work.

3) All the works shall be carried-out as per the P.W.D. red book of

standard specifications (Latest edition) detailed specifications or

as directed by the

Engineer-in-charge.

4) The work is inclusive of clearance of site prior to the

commencement of the work, and on its completion in all respect

shall hold good for all conditions of

Weather and approach road conditions etc.

5) Water for construction and testing purpose shall be arranged by

the contractor at his own cost. The MJP will not supply water

nor any responsibility there of.

6) The quantities indicated are likely to vary or minus side, for

which extra claim shall be entertained, subject to the provision

of clause-38 of the agreement form. Quantities exceeding over

estimated quantities as per clause-38 will be paid after approval

Page 202: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

from the competent authority.

7) In case of contactors supply for all types of materials,

manufactures test certificate, third party inspection report etc

should invariably be submitted, when materials brought by

contractor on site of works. All materials brought on site of work

should confirm to relevant 1.8. Specification (Latest edition)

Only certified goods shall be accepted.

8) In case of E.I.R.L., if the item is not included' in M.J.P. D.S.R,

related department D.S.R. will be used.

9) Other material such as cement, steel metal, sand etc shall be

confirming to relevant I.S.S... Testing shall be done from the

same from the nearest Polytechnic I College of Engineering.

Testing charges for above materials shall be borne by the

contractor.

10) Cement should be supplied as per IS 8112-1989 of 43 grade

ordinary Portland cement in HDPE bags. The cement samples

should be got tested by the contractor in Govt. laboratory at his

own costs. Till satisfactory test certificate is submitted to office

he will not be allowed to use cement

11.) For concrete works, metal should be used of following sizes.

M 100 proportion (1:3:6) 25 mm to 40 mm size

M-150 proportion (1:2:4) 10 mm to 20 mm size

Page 203: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

: M-200 proportion (1:1:5:3) 10 mm to 20 mm size

M-250 proportion (1:1:2) 10 mm to 20 mm size

12) All the materials required for the work shall be obtained by the

contractor only after written permission of the Engineer-in-

charge. The payment for supply of cement shall be given only

after its use i.e. only on consumed quantity and not on whole

quantity brought on site. Any kind of excess, material shall be

removed from the site of work only after written permission of

the Engineer-in-charge.

13) The balance material shall be taken back by the contractor and

payment will recover for the same at accepted tender rates.

14) Contractor should submit his own hydraulic, structural design for

W.T.P.as per obligatory data attached. And got approved from

Reputed / Govt. Engineering College and from The

Superintending Engineer, Maharashtra Jeevan Pradhikaran

Water Management Circle. Aurangabad '

15) 10% of cost of total sub work of pipe line work shall be retained

till satisfactory hydraulic testing is given as per l.S.code

16) 0.50% of payment will be withheld for smooth finishing of all

exposed surfaces till satisfactory smooth finishing as satisfied

by Engineer – in- charge

18) 5% payment will be withheld for cement, steel, cube testing till

Page 204: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

satisfactory results are obtained from every R.A. Bill & will be

forfeited if agency does not produce the results.

19) Only plain offer will be accepted and condition or conditional

rebates will not be accepted

20) In case of Supply of pipes valves etc by contractor, only 85%

Payment shall be released after supply & duly inspected by third

party of Quality services and solution (a) M/S Iteng Engineering

(A Division of Dr. Amin Controllers PVT Ltd) (b) M/S SGS India

Ltd. (c) M/S Superintendence Company of India Pvt. Ltd. and

15% after satisfactory hydraulic testing.

21) 25% of cost of item of water retaining structure such as

WTP/ESR/ Sump shall be retained till satisfactory hydraulic

testing is given as per I.S. Code

22) For pumping machinery items 80 % payment shall be made on

supply of materials, 10% after erection, installation and

remaining 10% will be released only after test and trial run of

whole pumping machinery unit is given.

23) Contractor should submit his own structural design for

R.C.C.E.S.R.S AND G.S.R.S , as per obligatory data attached,

& got approved from Reputed / Government Engineering

College & from the Superintending Engineer, Maharashtra

Jeevan Pradhikaran Water Management Circle. Aurangabad

24) All types of pipes, valves, and special will be accepted after duly

inspection of third party. The charge for same shall be born by

the contractor.

Page 205: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

25) Other materials such as cement, Tor steel etc shall be

conforming to the relevant ISS. Testing charges for the same

shall be born by the contractor.

26) ESR shall be based on contractors own design & contractor

should bound to execute structural design for the above work on

IS. recently in forced and seismic zone for Malegaon District as

per IS 13920-1993

27) The contractor is required to do refilling of the pipe line trenches

before hydraulic testing to avoid traffic hurdles, no payment for

refilling of trenches of the pipe line shall be payable till

satisfactory hydraulic testing is given. Re-excavation required if

any during testing shall be done by the contractor at his own

cost.

28) Line out for work shall be given subject to the availability of

popular contribution from concern Gram Panchayat.

29) Any changes in component of WTP the payment will be reduced

& the new item provided will be paid at DSR Rate of tender.

Page 206: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon, Dist-

Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water

Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity

main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing,

lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works

& Trial Run of scheme for 1 year.

UNITWISE OBLIGATORY DETAILS FOR HYDRAULIC DESIGN FOR W.T.P. (A)

I AERATION FOUNTAIN

a) Capacity (ultimate) 5.0 MLD or 208.33 CUM/Hr

b)Area to be provided At the rate of 0.60 sq m./ML or 0.0270 SqM / cum / hr. whichever is more

c) Min. number of cascade 4

d) Minimum Drop 0.80 to 1.00 m

Minimum rise of step 20 Cms

e) Collecting Channel Peripheral to the aeration fountain (free fall from last step to channel shall be 20 Cm)

f) Free board Not less than 30 cms

g) Velocity 1 m/sec to 1.25 m/sec (Max)

h) Inlet of fountain 600 mm dia (I.D.) CI or MS / RCC central shaft as per detailed specification.

i) Lip RL of A.F. 504.00 m

j) Peripheral walkway 1.20 m wide (Minimum) connected to other component.

k) Structure RCC (M-250)

Page 207: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

II VENTURI FLUME

a) Capacity 5.0 MLD or 208.33 CUM/Hr

b) Velocity in channel Not more than 0.6 m/sec.

c) loss of head 0.75 m (Maximum)

d) Free Board 0.30m (Minimum)

e) Access 1.0 m wide (Minimum) gallery connected to other component.

f) Structure RCC (M-30)

g) Measuring Device Simple flow meter with dial type indicator for

measuring the flow of water for minimum 100

cum/hr & maximum 500 cum / hr accurate in

reading up to 20 cum/hr shall be provided &

fixed. Float chamber can be controlled by inlet,

outlet valve arrangement.

III DDISTRIBUTIONCHAMBER:

A distribution chamber shall be provided after flash mixer for ultimate stage

requirement with a provision to divert the additional flow in ultimate stage.

Suitable outlet with valve shall be provided.

IV FLASH MIXER:

a) Type RCC Circular –1 No.

b) Detention period Not less than 60 seconds flow 208.33 CUM/Hr

c) Outlet in separate RCC chamber with proper discharge regulating arrangement

2 Nos. designed to carry 5.0 MLD discharge with

maximum velocity of 1.80 m/sec. and minimum

0.8 m/sec (One no. shall be kept closed)

d) R.P.M. of blade 100 to 150 RPM

e) Free Board 0.30 to 0.50 m for normal flow

f) Value of G to be achieved

G = 300 / Sec-1

g) Prime mover Of adequate HP of maintain speed of 150 RPM of blade (Designed for ultimate stage flow of 0.208 ML/hr)

h) Loss of head 0.40 m (Maximum)

i) Side water depth 3.50 m (Maximum)

j) Shaft and blade Stainless steel

k) Access 1.00 wide (minimum peripheral walkway

Page 208: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

connected with other component.)

l) M.S. cover for Motor 6.0 mm thick M.S. Sheet cover for motor

V) TUBE SETTLERS

Capacity 5.00 MLD

Rate of flow 90,000 Ilt/hr.

No. of units 2. Two ( 2.5 MLD and above)

Surface loading Maximum 4750 lit/sqm/hr.

(on tubes area of tank) (0.50 MLD to 2.50 MLD)

Maximum 5000 lit/sqm/hr.

( 2.5 MLD and above)

Detention time of tank Minimum 35 Min.

Side water depth Minimum 3.0 M (above hopper top)

Free Board 0.50 M

No. of hoppers One no. per unit (0.50 to 1.25 MLD)

Two 005. per unit (Above 1 .25 MLD)

Minimum slope of hopper 500 to horizontal plane

Minimum hopper depth 1.50 M

Page 209: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Inlet (From flocculation tank) 200 mm OD Rigid PVC pipes,

perforated, minimum nos. = 2,two per

unit.

Velocity through inlet pipes Not more than 0.25 M/Sec.

(for the normal flow rate)

Dia. of perforations 40/50 mm

Velocity through perforations less than 0.10 M/Sec.

Depth of water below modules Minimum 1.50 M

Height of modules Minimum 0.50 M

Depth of water above modules Maximum 1.0 M

Size of tube 50 mm x 50 mm, square conduit or other

shaped tube like circular. cheveron,

Hexajonal etc. having proven

performance.

Material of tubes Rigid PVG

Page 210: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Length of individual tube 0.60 M

Angle of inclination of tube 60" to horizontal plane

Settled water collection pipes 200 mm dia. Rigid PVG, perforated

Spacing of pipes Maximum 1.0 M c/c

Depth of water in pipes Less than half the radius of pipe

Collection orifices 40/50 mm dia. holes

Weir loading less than 300 cum/AM/day

The difference between F.S.L. of Tube settling tank and filter bed shall be

minimum 0.30 M.

Note :- Design, fabricate and construct tube settlers with square or any other shaped

tubes like circular, chevron, hexagonal. etc. having proven performance.

VI. FILTERS

Type Rapid Sand Gravity

Design Flow 5.0 mld (208.33 CUM/Hr)

a) No. of beds & type 2 Nos. of rapid gravity flow closed type with closed control bay at one side of battery with one unit as 100% standby.

b) Depth of filter sand 0.60 to 0.75m

c) Minimum depth of gravel 0.45 M

d) Rate of filtration 5000 Lit/SqM/hr

Page 211: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

e) Overloading to be guaranteed

20% of above rate.

f) Carpet area of filter

house including entrance

hall, main panel board,

office laboratory meeting

hall, rest room etc.

Not less than 125+75 SqM. for two floors as per

layout sketch. With prominent location of

administrative block including filter beds with

operating and walkway.

g) Free Board Not less than 0.50 m

h) Rate of back wash water

Duration time of back wash

600 Lit/Sqm/min. of filter area.

10 Minutes.

i) Minimum free fall from

outlet weir to pure weir to

pure water channel

30 cms

j) Velocity in pure water

channel

1 to 1.5 m/sec with 20% over loading capacity

k) Under drain system Conventional A.C. pipe of designed dia. Class-

15 with C.I. header tees.

I) Lateral travel of wash

water up to the edge of

wash water gutter

Maximum 1.20m

m) Constant water level

above sand surface

Minimum 1.30m

n) Uniformity coefficient of

sand

1.30 to 1.70 mm

0) Effective size of sand with Sp.Gr. 2.55 to 2.65

0.45 mm to 0.70 mm

p) Inlet sluice valve

dia for each filter bed (Minimum)

300 mm Dia Min.

q) All outlet sluice valve

dia. for each filter bed

To be designed by agency to fulfill the

requirement

r) Drain valve of each filter

bed.

To be designed by agency to fulfill the

requirement

s) Min. control valves for

each filter unit

Filter inlet -1 No.,

Filter water outlet -1 No.

Wash water inlet -1 No.

Wash water outlet -1 No.

Page 212: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

t) Loss of head Maximum 1.80 to 2.0 m

VII CHEMICAL HOUSE AND CHEMICAL STORES

a) Structure RCC Framed with brick panels in two

Storey with necessary gantry, chain pulley arrangement.

b) i) Carpet area of

chemical house

Not less than 75 SqM on each floor i.e. ground

and first floor. Total 150 SqM. (Minimum)

ii) Carpet area of

chemical house (to

be constructed separately)

50 SqM. Total carpet area of should be

constructed separately.

c) Head room[UPTO SLAB Top]

4 m for G.F. & 4.5m for F.F.

Units to be accommodate:

a) Ground floor

Chemical store / Entrance room / meeting room.

b) First Floor Alum / lime / TCL solution tank, laboratory room

& toilet etc.

c) Alum solution tank 2 Nos. each of size not less than 8 hours dosing + 0.3 m free board.

d) Lime solution tank 1 Nos. each size not less than 8 hrs dosing

capacity + 0.3 m free board.

e) TCL Solution tank 1 No. of size not less than 8 hours dosing

capacity + 0.3 m free board

VIII WASH WATER TANK

a) Construction RCC. The distance (clear vertical) between filter house, roof slab and wash water tank, base slab should be 2m.

b ) Capacity Capacity of 2 % of filtered quantity of Design stage

c) F.S.L According to hydraulic design having min.,

residual head of 8 meter

d) Wash water outlets,

inlet, washout

arrangement

To be designed in CIDF pipes according to the

requirements.

e) Outlets To be designed in CIDF pipes according to the

Page 213: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

requirements.

f) Wash water consumption With maximum duration 10 minutes, 2 % of total flow in a day.

IX WASH WATER PUMP FOR BACK WASH WATER TANK

(Capacity to fill wash water tank in Two hours with 100 % stand bye.)

a) Type Electricity driven-centrifugal

b) BHP To be designed by agency to the requirement.

c) Discharge As per requirement.

d) Total Head 15m

e) No. of Pumps 2 Nos. One to work at a time (with 100%

standby)

f) Gantry Suitable for lifting facility of minimum 2 MT capacity. .

X CHLORINATOR

a) No. of Units 2 No. for post-chlorination.

b) Dose Post-chlorination - 3 PPM.

c) Rated Discharge 5.00MLD

d) Type Vacuum feed type of required capacity of dosing

e) Injector Booster pumps suitable for working and standby. 2 nos each for post-chlorinator with 2.0 No. of 900 kg capacity tanner.

XI TCL DOSING INSTALLING (EMERGENCY)

a) No. of units

b) Total rated capacity

c) Capacity of tank.

d) Drive for mixing

One No. to suit 4 ppm dosing.

5.0 MLD for all tanks.

To suit 4.0 PPM dosing.

By electric power

XII BYE PASS ARRANGEMENT

As per Schedule "B" and as per standard specification.

XIII DRAINAGE ARRANGEMENT

Page 214: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

As per Schedule "B" and as per standard specification.

XIV ELECTRIC ARRANGEMENT

As per detailed specifications, internal as well as external.

XV LABORATORY EQUIPMENT

As per detailed specification.

XVI SANITARY BLOCK As per detailed specification to be constructed

separately.

XVII PURE WATER SUMP / G MBR

a) Capacity One hour.

b) Type R.C.C: M30

c) L.S.L.

d) Length of suction trench of 1.0 m depth

498.00 m (obligatory) including suction pit and /

or drawl pit.

For full length of sump of 1.0 m width having slope 15 cm (total) towards drainage chamber.

e) Outlet B / F / valves To be designed by agency to suit the

requirement

XVIII PURE WATER PUMP HOUSE

a) Floor area

b) Location

c) Height

40 SqM (Min) 8 x 5 m ( Approximate)

Above sump or suitably located

5.00 m minimum

XIX OBLIGATORY LEVELS

1) Lip of aeration fountain - RL. 504.00 m

2) Lip of outlet weir of inspection chamber of filter beds shall be less than 30 cms above FSL of pure water channel at the point.

3) F.S.L. of launder of Tube settler at outlet not less than 30 cm above F.S.L. of filter bed.

4) F.S.L of flash mixer should be at least 40 cm above F.S.L. of clarifier.

5) L.S.L. of PWS at RL.

498.00 m

LSL below 498.00 M will not be accepted.

Note :- The above levels and minimum limits stipulated are obligatory and no reductions are

permissible, however other levels proposed shall be justified with supporting hydraulic design

subject to approval from Engineer-in-charge.

Page 215: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

XX VVELOCITIES .

1) Velocity of wash water in wash water pipe line may be restricted to 2 to 3.0 m per second and this be justified by supporting calculations.

2) Peripheral velocity of flocculation blades shall be within the range of 0.4 to 0.45 m/sec.

XXI LIMITS OF THE CONTRACTED WORKS

a) The raw water main will end about 1.0 m below G.L. at the point 15.0 m from

the center of 300 mm dia. Duck foot bend at vertical pipe of the aeration

fountain.

b) Drainage arrangement collecting the waste water from filters, washout and

sludge from aeration fountain, flash mixer, Tube settlers, sanitary block septic

tank, solution tanks etc. to be laid 100 mtr. In RCC NP-2 class pipes with

required diameter from common chamber is included in contract.

c) The limits of P.W. outlets are 15 m down stream of pure water sump.

Name of Wok : - Malmatha 25 villages R.R. Water Supply Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of Un Conventional Water

treatment Plant of 5.0 MLD capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing

Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing,

lowering , Laying & Jointing of PVC Distribution System, Miscellaneous works & Trial Run of scheme

for 1 year.

Page 216: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Obligatory Data of ESR'S

Sr No. Perticulars RCC ESR RCCESR RCCESR RCCESR

Name of Village Lulle Khadki Karanjgavan Hatane

1 Capacity to be constructed 150000 75000 25000 60000

2 Capacity to be dismantaled 120000 40000 100000 40000

3 Safe Bearing Capacity in T/M2 20.00 20.00 20.00 20.00

4 Ground Level 503.600 449.00 469.100 451.80

5 L.W.L. 515.600 459.00 479.100 461.80

6 F.S.L.. 518.600 462.00 482.900 464.80

7 St.Height 12.00 m 10 m 10 m 10 m

8 Providing and supplying ISI

standard CI "B'' Class double

flanged pipes

Inlet Out let, Overflow, By pass

Diameter 200 mm 18 m 0 0 0

Diameter 150 mm 48 m 0 56 m 0

Page 217: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Diameter 100 mm 0 56 m 0 56 m

Diameter 80 mm 15 m 15 m 15 m 15 m

9 Providing and supplying ISI mark

CI D/FSluice valves of following

dia

Diameter -200mm 1 0 0 0

Diameter 150 mm 2 0 1 0

Diameter -100 mm 0 3 2 3

Diameter -80 mm 1 1 1 1

10

Providing and supplying ISI

standard CI flanged / S& S

specials

As per

requirement

As per

requirement

As per

requirement

As per

requirement

11 Providing and fixing in position

M.S. ladder 0.50 M wide etc.

complete

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

12 Providing and constructing RCC

ventilating shaft etc. complete

1No of 600

mm Dia

1No of 600

mm Dia

1No of 600

mm Dia

1No of

600 mm Dia

13 Providing and installing mercury

water level indicator for RCC

ESR and wash water tank charge.

1 No 1 No 1 No 1 No

14 Providing, hoisting and fixing in

position C.I. manhole, frame and

cover of best quality etc. 1 No 1 No 1 No 1 No

Page 218: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

complete

i ) 90 x 60 cm size and weight 35

kg

15

Providing and applying water

proof cement paint of approved

colour & shadeetc. complete

Yes Yes Yes Yes

16 Providing and fixing in position

copper lightening conductor 1 No 1 No 1 No 1 No

17

Providing and fixing G.I. pipe

railing having 1.0 M height

consisting 50 x 50 x 6 mm thick

M. S. angles as verticals at 1.5 M

c/c, etc. complete.

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

18 Providing and constructing B.B.

masonry valve chamber

900 x 600 x 1200 MM 4 Nos 4 Nos 4 Nos 4 Nos

19

Name plate by painting the lettera

in marathi language indicating the

name of water supply scheme and

capacity of reservoir with

approved colour of paint and size

of letter as directed by engineer in

charge.

On Tank Wall On Tank Wall On Tank Wall On Tank Wall

Obligatory Data of ESR'S

Sr No. Perticulars RCCESR RCCESR RCCESR RCCESR

Page 219: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Name of Village Tokde Jalku Dasane Lonawade

1 Capacity to be constructed 60000 40000 50000 50000

2 Capacity to be dismantaled 70000 30000 30000 30000

3 Safe Bearing Capacity in T/M2 20.00 20.00 20.00 20.00

4 Ground Level 430.80 421.90 439.20 438.50

5 L.W.L. 440.80 431.90 449.20 448.50

6 F.S.L.. 443.80 434.90 452.20 451.50

7 St.Height 10 m 10m 10 m 10 m

8 Providing and supplying ISI

standard CI "B'' Class double

flanged pipes

Inlet Out let, Overflow, By pass

Diameter 200 mm 0 0 0 0

Diameter 150 mm 0 0 0 0

Diameter 100 mm 56 m 56 m 56 m 56 m

Diameter 80 mm 15 m 15 m 15 m 15 m

Page 220: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

9 Providing and supplying ISI mark

CI D/FSluice valves of following

dia

Diameter -200mm 0 0 0 0

Diameter 150 mm 0 0 0 0

Diameter -100 mm 3 3 3 3

Diameter -80 mm 1 1 1 1

10 Providing and supplying ISI

standard CI flanged / S& S specials

As per

requirement

As per

requirement

As per

requirement

As per

requirement

11 Providing and fixing in position

M.S. ladder 0.50 M wide etc.

complete

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

12 Providing and constructing RCC

ventilating shaft etc. complete

1No of

600 mm Dia

1No of

600 mm Dia

1No of

600 mm Dia

1No of

600 mm Dia

13 Providing and installing mercury

water level indicator for RCC ESR

and wash water tank charge.

1 No 1 No 1 No 1 No

14 Providing, hoisting and fixing in

position C.I. manhole, frame and

cover of best quality etc. complete 1 No 1 No 1 No 1 No

i ) 90 x 60 cm size and weight 35 kg

15

Providing and applying water proof

cement paint of approved colour &

shadeetc. complete

Yes Yes Yes Yes

Page 221: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

16 Providing and fixing in position

copper lightening conductor 1 No 1 No 1 No 1 No

17

Providing and fixing G.I. pipe

railing having 1.0 M height

consisting 50 x 50 x 6 mm thick M.

S. angles as verticals at 1.5 M c/c,

etc. complete.

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

18 Providing and constructing B.B.

masonry valve chamber

900 x 600 x 1200 MM 4 Nos 4 Nos 4 Nos 4 Nos

19

Name plate by painting the lettera in

marathi language indicating the

name of water supply scheme and

capacity of reservoir with approved

colour of paint and size of letter as

directed by engineer in charge.

On Tank Wall On Tank Wall On Tank Wall On Tank Wall

Obligatory Data of ESR'S

Sr No. Perticulars RCCESR RCC ESR RCC ESR RCC ESR

Name of Village Rajmane Mohpada Astane Kandhane

1 Capacity to be constructed 70000 25000 25000 50000

2 Capacity to be dismantaled 50000 NIL 75000 50000

Page 222: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

3 Safe Bearing Capacity in T/M2 20.00 20.00 20.00 20.00

4 Ground Level 436.10 438.40 425.50 410.20

5 L.W.L. 448.10 448.40 435.50 420.20

6 F.S.L.. 451.10 451.40 438.50 423.20

7 St.Height 12 m 10 m 10m 10 m

8 Providing and supplying ISI

standard CI "B'' Class double

flanged pipes

Inlet Out let, Overflow, By pass

Diameter 200 mm 0 0 0 0

Diameter 150 mm 0 0 16 m 0

Diameter 100 mm 56 m 56 m 40 m 56 m

Diameter 80 mm 15 m 15 m 15 m 15 m

9 Providing and supplying ISI mark

CI D/FSluice valves of following

dia

Diameter -200mm 0 0 0 0

Diameter 150 mm 0 0 1 0

Page 223: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Diameter -100 mm 3 3 2 3

Diameter -80 mm 1 1 1 1

10

Providing and supplying ISI

standard CI flanged / S& S

specials

As per

requirement

As per

requirement

As per

requirement

As per

requirement

11 Providing and fixing in position

M.S. ladder 0.50 M wide etc.

complete

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

12 Providing and constructing RCC

ventilating shaft etc. complete

1No of

600 mm Dia

1No of

600 mm Dia

1No of

600 mm Dia

1No of

600 mm Dia

13 Providing and installing mercury

water level indicator for RCC

ESR and wash water tank charge.

1 No 1 No 1 No 1 No

14 Providing, hoisting and fixing in

position C.I. manhole, frame and

cover of best quality etc.

complete 1 No 1 No 1 No 1 No

i ) 90 x 60 cm size and weight 35

kg

15

Providing and applying water

proof cement paint of approved

colour & shadeetc. complete

Yes Yes Yes Yes

16 Providing and fixing in position

copper lightening conductor 1 No 1 No 1 No 1 No

Page 224: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

17

Providing and fixing G.I. pipe

railing having 1.0 M height

consisting 50 x 50 x 6 mm thick

M. S. angles as verticals at 1.5 M

c/c, etc. complete.

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

18 Providing and constructing B.B.

masonry valve chamber

900 x 600 x 1200 MM 4 Nos 4 Nos 4 Nos 4 Nos

19

Name plate by painting the lettera

in marathi language indicating the

name of water supply scheme and

capacity of reservoir with

approved colour of paint and size

of letter as directed by engineer in

charge.

On Tank

Wall

On Tank

Wall

On Tank

Wall

On Tank

Wall

Obligatory Data of ESR'S

Sr No. Perticulars RCC ESR RCC ESR RCC ESR RCC ESR

Name of Village Vanapat Dongrale Ghanegaon Syane kh

1 Capacity to be constructed 50000 60000 30000 30000

2 Capacity to be dismantaled 40000 100000 40000 NIL

Page 225: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

3 Safe Bearing Capacity in T/M2 20.00 20.00 20.00 20.00

4 Ground Level 422.40 461.60 401.44 424.15

5 L.W.L. 432.40 473.60 411.44 434.15

6 F.S.L.. 435.40 476.60 414.44 437.15

7 St.Height 10m 12m 10 m 10 m

8 Providing and supplying ISI

standard CI "B'' Class double

flanged pipes

Inlet Out let, Overflow, By pass

Diameter 200 mm 0 0 0 0

Diameter 150 mm 0 0 0 0

Diameter 100 mm 56 m 56 m 56 m 56 m

Diameter 80 mm 15 m 15 m 15 m 15 m

9 Providing and supplying ISI mark

CI D/FSluice valves of following

dia

Diameter -200mm 0 0 0 0

Diameter 150 mm 0 0 0 0

Page 226: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Diameter -100 mm 3 3 3 3

Diameter -80 mm 1 1 1 1

10

Providing and supplying ISI

standard CI flanged / S& S

specials

As per

requirement

As per

requirement

As per

requirement

As per

requirement

11 Providing and fixing in position

M.S. ladder 0.50 M wide etc.

complete

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

12 Providing and constructing RCC

ventilating shaft etc. complete

1No of

600 mm Dia

1No of

600 mm Dia

1No of

600 mm Dia

1No of

600 mm Dia

13 Providing and installing mercury

water level indicator for RCC

ESR and wash water tank charge.

1 No 1 No 1 No 1 No

14 Providing, hoisting and fixing in

position C.I. manhole, frame and

cover of best quality etc.

complete 1 No 1 No 1 No 1 No

i ) 90 x 60 cm size and weight 35

kg

15

Providing and applying water

proof cement paint of approved

colour & shadeetc. complete

Yes Yes Yes Yes

16 Providing and fixing in position

copper lightening conductor 1 No 1 No 1 No 1 No

Page 227: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

17

Providing and fixing G.I. pipe

railing having 1.0 M height

consisting 50 x 50 x 6 mm thick

M. S. angles as verticals at 1.5 M

c/c, etc. complete.

As per

Requirement

As per

Requirement

As per

Requirement

As per

Requirement

18 Providing and constructing B.B.

masonry valve chamber

900 x 600 x 1200 MM 4 Nos 4 Nos 4 Nos 4 Nos

19

Name plate by painting the lettera

in marathi language indicating the

name of water supply scheme and

capacity of reservoir with

approved colour of paint and size

of letter as directed by engineer in

charge.

On Tank

Wall

On Tank

Wall

On Tank

Wall

On Tank

Wall

Obligatory Data of ESR'S

Sr No. Perticulars

RCC ESR RCC

ESR

RCC

ESR

RCCESR

Name of Village Lakhane Tingri Galne Manke

1 Capacity to be constructed 25000

Page 228: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2 Capacity to be dismantaled 30000 50000 40000 25000

3 Safe Bearing Capacity in T/M2 20.00

4 Ground Level 416.20 440.60 496.30 408.80

5 L.W.L. 426.20 446.50 505.30 418.80

6 F.S.L.. 429.20 448.00 508.30 421.80

7 St.Height 10 m 5.90 m 9.00 10.00

8 Providing and supplying ISI

standard CI "B'' Class double

flanged pipes

Inlet Out let, Overflow, By pass

Diameter 200 mm 0

Diameter 150 mm 0

Diameter 100 mm 56 m

Diameter 80 mm 15 m

9 Providing and supplying ISI mark

CI D/FSluice valves of following

dia

Page 229: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Diameter -200mm 0

Diameter 150 mm 0

Diameter -100 mm 3

Diameter -80 mm 1

10

Providing and supplying ISI

standard CI flanged / S& S

specials

As per

requiremen

t

11 Providing and fixing in position

M.S. ladder 0.50 M wide etc.

complete

As per

Requireme

nt

12 Providing and constructing RCC

ventilating shaft etc. complete

1No of

600 mm

Dia

13 Providing and installing mercury

water level indicator for RCC

ESR and wash water tank charge.

1 No

14 Providing, hoisting and fixing in

position C.I. manhole, frame and

cover of best quality etc.

complete 1 No

i ) 90 x 60 cm size and weight 35

kg

15

Providing and applying water

proof cement paint of approved

colour & shadeetc. complete

Yes

Page 230: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

16 Providing and fixing in position

copper lightening conductor 1 No

17

Providing and fixing G.I. pipe

railing having 1.0 M height

consisting 50 x 50 x 6 mm thick

M. S. angles as verticals at 1.5 M

c/c, etc. complete.

As per

Requireme

nt

18 Providing and constructing B.B.

masonry valve chamber

900 x 600 x 1200 MM 4 Nos

19

Name plate by painting the lettera

in marathi language indicating the

name of water supply scheme and

capacity of reservoir with

approved colour of paint and size

of letter as directed by engineer in

charge.

On Tank

Wall

Obligatory Data of GSR'S

Sr No. Perticulars RCCESR RCCESR

Name of Village Dahidi Kaulane

Page 231: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

( GSR ) ( GSR )

1 Capacity to be constructed 70000 40000

2 Capacity to be dismantaled NIL NIL

3 Safe Bearing Capacity in T/M2

4 Ground Level 477.00 419.50

5 L.W.L. 479.20 421.50

6 F.S.L.. 482.20 424.50

7 St.Height 2.20 2

8 Providing and supplying ISI

standard CI "B'' Class double

flanged pipes

Inlet Out let, Overflow, By pass

Diameter 200 mm 0 0

Diameter 150 mm 5 6

Diameter 100 mm 11 11

Diameter 80 mm 15 15 m

Page 232: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

9 Providing and supplying ISI mark

CI D/FSluice valves of following

dia

Diameter -200mm 0 0

Diameter 150 mm 1 1

Diameter -100 mm 1 1

Diameter -80 mm 1 1

10 Providing and supplying ISI

standard CI flanged / S& S specials

As per

requirement

As per

requirement

11 Providing and fixing in position

M.S. ladder 0.50 M wide etc.

complete

As per

Requirement

As per

Requirement

12 Providing and constructing RCC

ventilating shaft etc. complete

1No of

600 mm Dia

1No of

600 mm Dia

13 Providing and installing mercury

water level indicator for RCC ESR

and wash water tank charge.

1 No 1 No

14 Providing, hoisting and fixing in

position C.I. manhole, frame and

cover of best quality etc. complete 1 No 1 No

i ) 90 x 60 cm size and weight 35 kg

15

Providing and applying water proof

cement paint of approved colour &

shadeetc. complete

Yes Yes

Page 233: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

16 Providing and fixing in position

copper lightening conductor 4 No 5 No

17

Providing and fixing G.I. pipe

railing having 1.0 M height

consisting 50 x 50 x 6 mm thick M.

S. angles as verticals at 1.5 M c/c,

etc. complete.

As per

Requirement

As per

Requirement

18 Providing and constructing B.B.

masonry valve chamber

900 x 600 x 1200 MM 7 Nos 8 Nos

19

Name plate by painting the lettera in

marathi language indicating the

name of water supply scheme and

capacity of reservoir with approved

colour of paint and size of letter as

directed by engineer in charge.

On Tank Wall On Tank Wall

Page 234: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE NASHIK

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION MALEGAON

NAME OF SCHEME:- Malmatha 25 villagesRegional Rural Water Supply Scheme Tal.

Malegaon Dist.Nashik.

SCHEDULE OF INTERMEDIATE PAYMENT

FOR SUBWORK OF SUMP / GSR

Sr No PARTICULARS PERCENTAGE

1 Submission & Approval of Structural Design &

Drawing 2%

2 Excavation 8%

3 Bed Concrete/ Bottom slab 25%

4 Vertical Wall

a ) Half Height 15%

b ) Remaining Height 15%

5 Roof Slab 10%

6 Plaster, Finishing. Painting 7%

7 Water tightness Test 10%

8 Miscellaneous Such as Errection of Inlet, Outlet,

Overflow Pipes, Construction of Chamber, M.S.

Ladder, Ventilator Etc.

8%

Total 100%

Note - 75% part rate shall be payable for reinforced concrete and plastering items of

containers of E.S.R. till satisfactory hydraulic testing for water tightness is given ; and

till that work shall be treated as incomplete.

Page 235: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE NASHIK

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION JALGAON

NAME OF SCHEME:- Malmatha 25 villages Regional Rural Water Supply

Scheme Tal. Malegaon Dist. Nashik.

BREAK OF PAYMENT FOR ESR

FOR SUBWORK OF ELEVATED SERVICE RESERVOIR

Sr

No Particulars

PERCENTAGE

BREAKUP

1 Submission & Approval of Structural Design & Drawing 2%

2 Excavation of Foundation 3%

3 Footing & Column Up to G.L. 9%

4 Columns & Braces Up to Bottom of Container 20%

5 Floor Slab & Gallery 20%

6 Vertical Wall

a )Half Height 10%

b ) Remaining Height 10%

7 Roof Slab 8%

8 Plaster, Finishing. Painting 2%

9 Water tightness Test 10%

10 Miscellaneous Such as Errection of Inlet, Outlet, Overflow

Pipes, Construction of Chamber, M.S. Ladder, Ventilator Etc. 6%

Total 100%

Note - 75% part rate shall be payable for reinforced concrete and

plastering items of containers of E.S.R. till satisfactory hydraulic

testing for water tightness is given ; and till that work shall be treated

as incomplete.

Page 236: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE NASHIK

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION JALGAON

NAME OF SCHEME:- Malmatha 25 villages Regional Rural Water Supply Scheme Tal.

Malegaon Dist. Nashik.

SCHEDULE OF INTERMEDIATE PAYMENT(FOR ITEM NO1 OF SUBWORK NO 2

FOR SUBWORK OF UN CONVENTIONAL WATER TREATMENT PLANT

CAPACITY 5.0 MLD

Rs. 11000000/-

Sr

No Particulars

PERCENTAGE AMMOUNT OF

BREAKUP

1 Aeration Fountain 1% 110000.00

2 Raw Water Channel with Parshal

Flume 5% 550000.00

3 Flash Mixer 3% 330000.00

4 Tube settler 14% 1540000.00

5 Rapid sand Filter & Filter House 19% 2090000.00

6 Wash water Tank, Pumps,Air Blower 13% 1430000.00

7 Chemical House & Alum Store 13% 1430000.00

8 Chemical Tank 2% 220000.00

9 Pump House 3% 330000.00

10 Chlorination Room , Chlorinators 7% 880000.00

11 Electrification 4% 440000.00

12 Laboratory Equipment 1% 110000.00

13 Bypass Arrangement 2% 220000.00

14 Drainage Arrangement 3% 330000.00

15 Sanitary Block 1% 110000.00

16 Administrative Block & Internal Road 4% 440000.00

17 Trial Run 5% 550000.00

Total 100% 11000000.00

Page 237: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Ratio of Works

1 Civil Works --- 60 % Cost of sub work ( Rs 6600000 /- )

2 Mechanical Works --- 40 % Cost of sub work ( Rs 4400000/-

Note :- 1) The Contractor should submit item wise detailed breakup of Civil &

Mechanical works at the time of execution & got approved from Superintending

Engineer.

1) 75% part rate shall be payable for reinforced concrete and plastering items

of containers of E.S.R. till satisfactory hydraulic testing for water tightness is

given ; and till that work shall be treated as incomplete.

Page 238: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE NASHIK

MAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION MALEGAON

NAME OF WORK:- Malmatha 25 Villages Water Supply Scheme Tal. Malegaon

Notes for ESR/GSR

1 The Contractor should Quote his offer on own Design Subject to Obligatory

Data.

2 10 % Payment for R.C.C. Work of water retaining Portion will be withheld till

Satisfactory Hydraulic testing given by Agency.

3 0.5 % Payment will be held for smooth finishing to all Exposed Surfaces

4

5 % payment will be with held for Cube & Steel testing till Satisfactory results

are Obtained for Every R.A. Bill & will be Forfeited if the Agency does not

Produce the Result.

5 The Snowchem Painting should be done only after hydraulic testing & finishing

works is Completed.

6 The Centering for base Beam & Slab should be got approved from Engineer In

Charge before fabricating Reinforcement.

7 Bracing at G.L. level shall be Provided.

8 The Break Up of Payment shall be as per Enclosed Statement.

Page 239: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

9 Only Plain Offer will be accepted & Condition Or Conditional Rebates / Offers

Will not be Accepted

10

Only tested cement, Steel as per relevant IS shall be used by the contractor.

The Contractor shall arranged & produced test Certificates' of Cement, Steel,

Concrete Cubes from Govt. Engineering College at his own Costas per

direction of Engineer in Charge.

11 Excess or saving in the Quantities will be paid or deducted as per D.S.R. Rates

of 2010-11

Page 240: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

WATER MANAGEMENT CIRCLE AURANGABAD

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon, Dist-

Nasik

Repairs to dam, Designing, Providing, Constructing &

Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD

capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing

Connecting Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S &

R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC

Distribution System, Miscellaneous works & Trial Run of scheme

for 1 year

GENERAL CONDITIONS

Unless otherwise specifically provided for either in tender items or in

specifications on the schedule of supply of materials, all items in the tender

are inclusive of cost of all materials required for the execution of the items

and these, as, are provided as per relevant ISS on standard specifications.

All the materials used in the work shall be of best quality and any materials

rejected shall be removed from the site within 24 hours.

All other rules regarding Workmen's Compensation, etc. shall be binding on

the Contractor.

All items to be executed in the course of the work have to be executed by the

Contractor as specification in the P.W.D. Hand books, the books of standard

specifications, published by the Public Works of Government of Maharashtra,

relevant I.S. specifications, latest editions, and practice in vogue, at the rates

Page 241: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

as per rules of the M.J.P. and conditions of agreement in this respect. The

Contractor shall be responsible and liable to pay for damage to public

property caused by him. He should keep the accounts of such materials in

suitable book which would be available for inspection to the Engineer in

charge. The Contractor shall be responsible for proper handling and safe

custody of all material delivered by him for use on work. The material

including pipes shall be procured by the Contractor as per requirement of

work and no excess material shall be procured. Only used material shall be

paid to the Contractor.

For all accidents on the contracted works the Contractor shall be responsible

to pay the compensation to the sufferer or his legal dependents as per the

Legal Compensation Act in force.

The Contractor shall engage an authorized agent or an experienced qualified

supervisor for the work capable of managing and guiding the work on his

behalf.

He shall take such orders as may be given to him by the Engineer in charge from

time to time and shall be responsible to carry them out promptly.

A work order book shall be maintained at the works site. The Contractor shall

sig .

the orders given by the Engineer in charge & Sub-Divisional Officer and shall

carry them promptly. After completion of the work, the work order book shall

be surrendered to the M.J.P.

Quantities given in the tender are approximate and are liable for variation.

Excavation of the trenches will be according to actual strata met with. The

Contractor shall have no claim for compensation on account of any variation in the

quantities and also for any variation in the depth for trenches shown in the drawings.

The Contractor shall at his own expenses make all necessary provisions for

housing, water supply and sanitary arrangements for his employees and for

the work under tender shall pay direct to the authorize concerned all taxes

and other charges. The Contractor shall also comply with all requirement of

the Health Department in regard to anti-malaria

Page 242: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

All items occurring in the work and as found necessary in actual execution

shall be carried out in workmanship like manner as per specifications given in

P.W.D. Hand Book and as per the current specifications prevalent in M.J.P as

per orders .

of the Engineer in charge as stated above.

It must clearly under stood that the conditions of the contract and

specifications are intended to be rigidly enforce and no relaxation on the

ground of conditions prevailing is to be allowed.

The Contractor shall be entirely responsible for breach of laws of local bodies,

Government etc. while using private or public conveyance procuring and stacking

materials. Employment of labour etc. and he will meet out- all expense in this

contract without any claim whatsoever on the M.J.P. and the M.J.P shall not take

any responsibility on this account before entering any property, plot, land, premises

or areas etc. the Contractor shall make his own independent investigation through

the Collector or Inspector of Land Records, etc. on his own about the ownership of

the plot, etc. and he will be liable for action for act of encroachment, trespass, etc.

committed by him or his labour or for the steps taken by the party concerned.

The Contractor shall have to clear the site of work before the commencement of

work and after the completion of the work without any extra cost. The Contractor

shall construct at his cost a temporary shed of about 20 sq. m. As per specification,

carpet area for use as office for inspection of the work by officers and for discussing

the details of work writing work order, etc. Necessary furniture such as chair's

tables, wooden box, etc. will be constructed and provided for within fifteen days from

the date of receipt of work order. It will be maintained properly till the work is

completed. The shed and furniture will be allowed to be taken back by the

Contractor after the work is completed. The M.J.P shall not pay any rent, charges

for the shed, etc. and no M.J.P. ’s materials will be issued by the M.J.P. for his shed.

A jeep able service road, wherever necessary shall be provided and

maintained by the Contractor as his cost till the completion of the work.

The Contractor shall arrange for final lineout of works at his own cost under

supervision of responsible representatives of the M.J.P.

All cement concrete shall be weigh batched, machine mixed and machine

vibrated unless otherwise instructed by the Executive Engineer.

Page 243: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The Contractor shall furnish a list of machinery in his possession, which he

proposes to use on the work.

The contractor shall follow the instructions in general under notes for

guidance of page 1 & 2 of the P.W.D. Hand Book Volume-1

LABOUR REGULATION.

The Contractor will have to abide by the provisions made under the

Contract Labour (Regulations and Abolition) Act 1970 and Rules made there

under by Government of Maharashtra, License shall have to be produced

prior to starting of work.

No refund of quarry fees and Royalties. The Rate’s quoted shall be inclusive

of all quarry fees and Royalties for minor mineral, such as stone, Murum soils, sand

etc. after getting no objection certificate from Revenue Department for clearance of

Royalties and fees of materials, minor mineral etc. on completion of works the

security deposit will be release only.

Rates of the item of supply of pipes and valves mentioned in Schedule 'B'

are inclusive of Third Party Inspection.

C.P.M. chart shall be submitted by the contractor. To whom allotted the tender & get

approved by Engineer in charge.

Page 244: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

MAHARASHTRA JEEVAN PRADHIKARAN

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon, Dist-

Nasik

Repairs to dam, Designing, Providing, Constructing &

Commissioning, of Un Conventional Water treatment Plant of 5.0 MLD

capacity, Pure Water Pumping Machinery, Lowering, Laying & jointing

Connecting Main, Gravity main, Designing, Const. of R.C.C. E.S.R.S &

R.C.C. G.S.R.S, Providing, lowering , Laying & Jointing of PVC

Distribution System, Miscellaneous works & Trial Run of scheme for 1

year.

GENERAL CONDITIONS OF CONTRACT

GC 1 PROCUREMENT OF MATERIALS AND PAYMENT OF TAX

Unless and otherwise specifically provided for in the schedule 'A' of

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

completion of the work as per specification, shall be procured by the

contracting firm. The rate quoted for the items shall inclusive of all costs of

materials and labour and it shall also cover all taxes viz. sales tax, (VAT) &

local taxes such as octroi etc, that are payable by the firm under the law .

GC 2 IMPORT LICENSE AND PROCUREMENT OF IMPORTED

MATERIALS

The contractor, however may offer the imported materials and goods

which are readily available in the market or which can be made available in

the course of execution, on approval of competent authority but importing the

spares and assembling Indigenously is not acceptable unless backed by

Page 245: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

warranty of original manufacturer of parts who shall take responsibility for the

assembled equipment’s I machines etc.

GC 3 ACQUAINTANCE WITH SITE CONDITIONS AND WORKS

CONDITION, ETC.

The contracting firm shall study and investigate the site in general, the

conditions in respect of approaches, labour, water supply, climate, quarries

and the data included in the tender papers and get it verified from the actual

inspection of site etc. before submitting the tender. In case of any doubt about

any item or data included in the or otherwise it shall be got clarified by

applying in writing to the S.E. M.J.P. Water management Circle Aurangabad,

3 days in advance before the date of pre- tender conference.

Once the tender is submitted, it shall be concluded that the firm has

verified and made itself conversant with all the details required for completing

the work as per tender conditions and specifications.

All the items have to be executed in the course of work as per

specifications in the PWD handbook, the books of standard specifications

published by the PWD or MJP or the Govt. of Maharashtra, relevant IS

specifications, latest editions and practice in vogue and as per the rules of the

MJP and conditions of the agreement in this regard

The contractor shall be responsible & liable to pay for damage to public

property caused by him. [The contractor shall be responsible for proper

handling and safe custody of all materials delivered by him for use on the

work. The material including pipes shall be procured by the contractor as per

requirement of the works and no excess material shall be procured], only

used material shall be paid to the contractor. The contractor should keep the

accounts of such material in suitable book, which will be available for

inspection to the Engineer in Charge.

Quantities given in the tender are approximate and are liable for

Page 246: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

variations. Excavation of the trenches will be according to actual strata met

with. The contractor shall have no claim for compensation because of any

variation in the quantities and for any variation in the depth of trenches shown

in the drawings. It must be clearly understood that the conditions of contract

and specifications are intended to be rigidly enforced and no relaxation on the

ground of conditions prevailing is allowed.

The contractor shall be entirely responsible for breach of laws of local

bodies, State or Central Government etc while using public or private

conveyance for procuring and stacking materials, employment of labours etc.

He will meet out all the expenses in this context without any claim whatsoever

on the M.J.P. and M.J.P. shall not take any responsibility on this account.

GC 4 CHANGE IN SITE ALIGNMENT OR ORIENTATION

No compensation shall be paid because of changes in site, alignment

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

attached to the tender.

GC 5 SITE INVESTIGATION &TEMPORARY OFFICE ARRANGEMENTS

Before entering the plot, property, land, premises etc, the contractor

shall make his independent investigation regarding plot, land, premises etc

through the Collector, Inspector of land records etc on his own about the

ownership of the plots. He will be liable for action for act of encroachment,

trespass etc committed by him or his personnel or for the steps taken by the

party concerned.

The contractor shall have to clear the site of work before

commencement of work & after the completion of the work without any extra

cost.

The contractor shall construct at his cost a temporary shed/office

having area 20 sq.m. with adequate, office furniture such as chairs, tables,

wooden box etc at site of work for use as office for inspection of work by

officers and for discussing the details of work, writing work order etc.

It shall be constructed and provided within 15 days from the date of

receipt of work order. It shall be maintained properly till the work is completed.

Page 247: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The shed & furniture will be allowed to be taken back by the contractor after

the work is completed. The M.J.P. will not pay any rent, charges for the shed

and no M.J.P’s materials will be issued by the M.J.P. for this shed

A jeep-able service road, wherever necessary shall be provided and

maintained by the contractor.

GC 6 WATER SUPPLY FOR CONSTRUCTION AND HYDRAULIC

TESTING

The M.J.P. has no water supply arrangement at site. The Contractor has

to make his own arrangement at his cost for water required for construction,

testing, filling etc either from local bodies or from elsewhere by paying the

charges directly and arranging tankers etc as per necessity. No claim for

extra payment on account of non availability: of water nearby or extra lead for

bringing water shall be entertained All required piping arrangements and

pumping if required for water shall be made by-him at his cost. If contractor

fails to pay the water charges to local bodies or private parties, these shall be

recovered by the MJP from his bills. In case M.J.P’s water supply is available,

a connection at suitable place may be sanctioned but all further arrangements

of pumping if required, piping etc shall be done by him at his cost and water

charges in such case shall be paid by the contractor at the rates decided by

the Engineer in Charge, shall be final and binding on contractor.

Whenever Schedule 'B' provides for any dewatering item, payment

shall be admissible under that item. But apart from that item, no extra claims

for dewatering required for executing various tender items, and for executing

such items in wet conditions shall be entertained; as all these expenses are

deemed to be included in the dewatering item. Similarly, power supply

required by the Contractor for execution of work shall be arranged by himself

at his cost.

For hydraulic testing of Leading mains, Rising mains, Distribution

mains (pipelines), a Suitable section as directed by Engineer in Charge shall

be taken for such testing from time to time during progress of the work &

satisfactory test given for that section. All testing apparatus, gauges,

connections, etc and water required for testing shall be arranged by the

Page 248: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Contractor at his cost. M.J.P. does not take any responsibility to supply water

for testing. If there is any delay in testing, the contractor shall refill the

trenches for the time being and reopen them at the time of testing at his own

cost. The refilling shall not be paid till satisfactory hydraulic test is given.

Satisfactory Hydraulic test shall be regarded when this section under

test shall withstand the specified pressure as directed by Engineer in Charge

for about 15 minutes without operating the pump.

During the hydraulic testing the entire pipeline specials and all joints in

that section appears to be dry. The test pressure shall be as per MJP's

circular No. MJP/RCC/332 dated 31.12.97. During testing if any joint/any

special/any valve/any packing are found leak, they shall be repaired or

redone by the contractor at his cost till the test is found satisfactory. Similarly

any pipe, collars, specials show hair cracks, leaks etc during testing, the

contractor shall replace them with sound pipes and specials together with

new joints entirely at his own cost till satisfactory hydraulic testing is given.

GC 7 SUPERVISORY STAFF

The Contractor shall have a well-qualified Public Health Engineer and

water and wastewater chemist on his establishment. He shall also engage an

experienced qualified Resident Engineer who is well versed with design

aspect of RC.C. work, to be in touch with day-to-day progress of the work and

he should be authorized to receive instructions form the Engineer-in-charge

from time to time and shall act on them promptly. The contractor shall; during

working hours, maintain Engineers, supervisors having sufficient training and

experience to supervise the various items and operations of the work.

Orders and directions given to such Engineers, supervisors or other

staff of the Contractor shall be deemed to have been given to the contractor.

For this purpose the contractor shall communicate to the M.J.P. The name,

Qualification and Experience of such Engineer to be appointed for execution

of this work. The Engineer of the contractor who will be responsible for this

work, by whatever designation he may be known, will be specified on award

of the contract shall at least once in a fortnight inspect the work and discuss

with the Engineer-in-charge on the conduct and progress of the work.

Page 249: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

GC 8 LABORATORY

The Contractor shall have a laboratory for carrying out tests required to

be conducted in connection with tender arrangement. Such as compression

testing (Cube testing machine) sieve analysis equipment, soundness tests

equipment for bricks etc. Other tests should be carried out in the Govt.

Laboratory at the cost of contractor.

GC 9 WORK ORDER BOOK

A bound work order book shall be maintained at the work site by the

contractor, which will be in the custody of the M.J.P. This will be a permanent

record. The Resident Engineer of the. Contractor shall sign below the orders

recorded by the Engineer in Charge, and higher departmental officers in

token of having received them. He may take out a copy there of if required.

Will not record any remark in the work order book but may take up the

matters recorded therein.

GC 10 JOINT SURVEY

The contractor shall satisfy himself regarding the correctness of the

layouts, levels etc. as are shown in the drawings or given in the

specifications. Before starting the work he shall also carry out, at his own

cost, survey of the whole work-site jointly with departmental (M.J.P.)

representative. Major discrepancies, if any, noticed between departmental

(M.J.P.) drawings and the joint survey shall be informed in writing to the

Engineer-in-charge and got set-right by him where necessary. Such

deviations as may arise out of the joint survey shall not vitiate the provisions

of contract and shall not entitle the Contractor to any extra claims in any way.

L-section in 2 sets should be submitted before starting of the work.

While tendering, the Contractor should study the site condition and

strata to be met with and the deviation in the data given by the MJP and cover

the actual requirement of the jobs to be provided for quoting the rate of the

item. The safe bearing capacity for any strata will be decided by the Engineer

-in-charge generally with reference to the value given in the Public works

Page 250: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Department Hand Book for respective strata or by actual tests in case of

doubt at the cost of the Contractor. The maximum permissible bearing

capacities of different strata should not exceed the following limits. Trial pit

results are indicative.

i) Soil 5 M.T./sq.m.

ii) Average murum 20 M.T./sq.m.

iii) Average Soft rock. 30 M.T./sq.m.

GC 11 LAYOUT CHECKING

The Contractor shall provide all labour, skilled and unskilled and all

materials needed and shall himself carry-out the line-out & checking of works,

taking measurement, testing of hydraulic and other structures, as directed,

without any extra cost. The contractor will also provide proper approach and

access to all the works under execution and stores without any extra cost.

GC 12 REFERENCE POINTS

After the joint survey has been plotted and approved by the Engineer-

in-charge, permanent base lines and bench marks shall be established by the

Contractor so as to serve as reference points and dimensional control of

works. He should prepare and submit a plan showing such reference points

with their full description.

GC 13 PROGRAM OF WORK

The programmed of work as envisaged by the Department is given in

the form of bar chart. Both physical as well as financial programmed is given

in it. This is the minimum programmed required to be achieved for

implementation of clause-2 of the tender, however the Contractor shall furnish

to the Engineer-in-Charge within 15 days from the date of work order to start

the work, a program indicating progress to be achieved for completion as per

contract agreement. This shall not be less than the one envisaged by M.J.P.

and shall be got approved.

Page 251: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The progress schedule shall be in the form of bar charts, Statement

forms, Daily out-turn of quantities etc. If the program is found defective in any

respect or impracticable the same shall be modified as required, if the actual

progress of work lag behind at any stage, revised program by accelerating the

progress to be achieved shall be drawn up, keeping the target of completion

unchanged. The program schedule in the form of bar chart is attached

separately.

Normally, a period of about 3 to 4 weeks will be required for scrutiny

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

from the date of receipt from the Contractor by all concerned authorities. The

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

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

incomplete, shabby and haphazard manner without any illustrative

dimensioned sketches in design and due to non-submission of reference

book called for. No extra time limit shall be granted on account of legitimate

time required in carrying out scrutiny as mentioned above by the Project

implementing Authority and due to improper design and drawing submitted by

the contractor.

GC 14 APPROVALS FOR MATERIALS TO BE USED

Samples in large enough quantity of materials and descriptive data

therefore requiring prior approval shall be furnished to the Engineer-in-charge

in good time before the collection of such materials and equipment so as

permit testing.

The samples shall be properly marked. to show the name of the

materials name of manufacturer, place of origin and item for which it is to be

used. Only on approval, the material of approved quality shall be brought on

site. Samples approved shall be on exhibition at all time, properly stored and

prevented from deterioration for purposes of comparison with the materials

brought on site of work from time to time for use on work. While materials are

being brought on site samples there of will continuously be tested to verify if

they are according to specifications and such lots of them which are below

Page 252: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

specification shall be rejected and shall forth with be removed from the site of

work. All the materials used in the work shall be of best quality and any

material rejected shall be removed from site within 24 hours.

GC 15 SATISFACTORY COMPLETIONS OF VARIOUS ITEMS

The sub works included in the schedule of works are job work’s. The

various items of the sub-works are to fit in perfectly in the whole plant

physically, hydraulically and architecturally to form effective working part of

the whole plant as per specifications. Each sub-work will be considered as

complete when it is completed as per specification and put in to commission

as per standard as a successful component part of the whole plant. The

contractor will have to use on site best quality of material approved by the

Engineer-in-charge and no claim shall be entertained in case desired quality

of material is required to be brought from the longer distance.

GC 16 CHECKING QUALITY OF WORK

The Contractor shall, at any time during continuance of the contract

offer of work done or, if necessary, pull down a reasonable part work enough

for such inspection and testing as the Engineer-in-charge without any extra

cost. Sampling and testing of routine concrete work and other civil work, items

shall be done in accordance with NBC practice and ISS up to the satisfaction

of Engineer-in-charge.

GC 17 INSPECTIONS

Though the offer is on lump sum basis, the Contractor shall give not

less than seven day's notice in writing to the Engineer-in-charge about the

work, which is proposed to be covered or placed beyond the reach of

inspection and verification of sizes for doing the same. If any work is covered

without such written notice, the same shall be uncovered at the cost of the

Contractor and in default there of on payment or allowances shall be made for

such work. These requirements apply for the component items executed for

the sub-work for which lump sum is quoted.

Page 253: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

GC 18 USE OF STEEL

The contractor shall use Tor / mild steel conforming to IS 1786-1979 or

latest edition etc. that shall be of standard tested quality and grade-I type,

acceptable to the M.J.P. The Engineer in charge of M.J.P. shall get the steel

tested at the cost of Contractor and permit its use if the stresses are within

limits as per relevant ISS, steel not satisfying the requirements shall be

rejected and shall have to be replaced with quality steel. The mild steel plate

to be used for manufacture of pipes should be of tested quality and

manufacturing of pipe should be as per I. S. 3589 of 2000 or IS 5504 of 1969

with latest modifications.

GC 19 EXTRA ITEM

It is binding on the Contractor to carry out such extra work pertaining to

the completion of work and as will be ordered by the Engineer -in-charge. The

payment for this would be decided on the basis of sanctioned schedule of

rates of the Division or accepted rate analysis on actual cost basis as would

be a roved by the competent authority. In this regard, the decision of the

Superintending Engineer will be final and binding on the Contractor.

GC 20 NO INTEREST ON DUES

No interest will be payable by the M.J.P. on the amount due to

Contractor pending final settlement of claims

GC 21 DISPOSAL OF THE EXCAVATED MATERIALS

All materials obtained from any excavation as required to be carried out

under this contract will be the property of M.J.P. and the contractor shall not

have claim on it. The excavated stuff if approved by the M.J.P. can be used

by the Contractor free of cost for the construction of this work. The surplus

excavated materials remaining after the use of other items shall be

transported outside within a lead of 5 Kms. and disposed off as directed by

the Engineer-in -Charge without any extra cost

Page 254: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

GC 22 ACTIONS IN CASE OF NON-COMPLIANCE

Failure to comply with the foregoing conditions will result in M.J.P. taking

action at the risk and cost of the Contractor. Submission of the tender binds

the Contractor for complying with the requirements of the M.J.P. conditions

and specifications without any extra payment.

GC 23 TENDER TO BE STRICTLY ACCORDING TO THE TENDER

CONDITIONS AND ALL OTHER SPECIFICATIONS

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

conditions and specifications laid down in this document and the clarifications

given in writing on and after the pretender conference.

No variations are permissible at the time of tendering.

GC 24 HOUSING AND FOODGRAINS FOR LABOUR

The Contractor will have to abide by the provisions made under the

Contract Labour (Regulation and Abolition) Act 1970 and Rules made there

under by Government of Maharashtra, License shall have to be produced

prior to starting of work. All the rules regarding minimum wages act,

Workman's compensation and other labour acts etc. shall be binding on the

Contractor without any claim on the M.J.P.

The Contractor shall be fully responsible for making arrangement

entirely at his own cost for housing all labour employed by him and make

necessary and satisfactory arrangements such as water supply, sanitation

etc. for them as required under Rules and Laws of State, Central Govt. or

Local body. The Contractor shall also arrange for food grains for the labour

where it is not available in open market. The Contractor shall also comply with

all requirements of health in view .of anti-malaria.

GC 25 ACCIDENTS ON WORKS

The Contractor shall be fully responsible for any accidents that may

occur to the labour on his work on duty and report the same to the Engineer-

in-charge and concerned Government Labour Department and Authority and

shall pay necessary compensation as per rules. The Contractor shall insure

Page 255: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

the work site as well as the labour as per rules.

GC 26 NO REFUND OF OCTROI DUTY AND ROYALTY CHARGES

In respect of provisions made in clause NO.36 of the printed conditions

of agreement form it is to be made clear that octroi duty and royalty charges

paid to the local body or Govt. on materials brought against this tendered

work will not be refunded.

GC 27 INCOME TAX

2.2 % on gross value of each bill or the rate, additional surcharge

educational cess etc. as per income tax law in vogue from time to time shall

be deducted towards income Tax and certificate to that extent shall be issued

by the Engineer -in-charge.

GC 28 ACCEPTANCES BY DESIGNERS / CONSULTANTS / EQUIPMENT

SUPPLIERS

Contractor while submitting the tender shall furnish name / names of

the process designers / consultants for the hydraulic and process design of

the plant as also the names of the structural designers along with their

qualifications, experience in the field, addresses and written consent letters

from the designers for agreeing to design the treatment plant. (Please refer

Appendix "H"). This will also be applicable for the sub work of designing

providing constructing RCC E.S.R.S.

Consent letters from the process designers / consultants should

indicate the work of such type of capacity not less than 4.0 MLD water

treatment plant at one place & 0.42 ML ESR at one place designed by them

and satisfactorily commissioned with documentary evidence of having done

so and reference certificates from the authorities for designing and

satisfactorily commissioning of such filtration plants, etc.

The contractor should indicate also the names of the manufacturers

and erectors of mechanical equipment for water treatment plant of capacity of

at least 4.0 MLD. At one place together with their consent letter of having

agreed to supply, erect or supervise erection with satisfactory commissioning.

The contractor should indicate the name of Consultant for the design and

Page 256: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

implementation of Automation of the plant and SCADA system and enter into

agreement with' such consultant and shall submit the same with tender. The

Contractor and such Automation Consultant shall be jointly and severally

responsible for the fully automatic functioning of the plant with SCADA.

The contractor, process designers / consultants and manufacturers of

mechanical equipment should produce an agreement on stamp paper worth

Rs. 100 (minimum) having agreed to jointly design, construct and satisfactorily

commission the water treatment plant and take joint responsibility to rectify

the defects during Defect Liability Period.

GC 29 RESPONSIBILITY OF CONTRACTOR FOR DESIGN, DRAWING

AND WORK

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

authority of the M.J.P. the contractor shall be fully responsible for the

technical and arithmetical correctness and soundness of the design and

drawings and for the safety of the works executed on the basis of such

approved design and drawings and for the damages and failure etc. of the

works so constructed whether due to bad workmanship or faulty design and

shall on account claim any compensation and repairs or reconstruction to

such damages or failure of the work. It shall have to be done by the contractor

entirely at his cost.

GC 30 DESIGNS AND CONSTRUCTION OF RCC WORKS

1) RCC design shall be based on IS. Code of practice and following are

the relevant IS for safe permissible stresses and other details. Detailed

criteria are enclosed separately.

a) IS 456-2000 Table VI:-IS code of practice for PCC and RCC (IInd

Edition)

b) IS 875:- Code of practice for structural safety of building and loading

standards (revised.)

c) IS 3370-2009 Part I to IV :- Code of practice for water containers.

d) IS 1893 -1984, IS13920 -1993 for seismic Loadings (latest edition. ).

Page 257: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

e) IS 800 (Latest edition - Code of practice for structural steel and steel

work.

f) I.S. 13920-1993

NOTE: -Modular ratio 'M' shall not be greater than 280/(3σcbc)

where 'σcbc ' is permissible compressive stress in concrete Clue to

bending in

N/sq.mm.

The basic design requirement, criteria and dimensions mentioned

hereafter should

be strictly adhered to.

The intending tenderer should acquaint himself thoroughly with

conditions as well as needs of M.J.P. before tendering and designing the

structure.

Grade of cement concrete for RCC works for various items shall be as under:

Item Grade. Nominal Mix.

For all the members such as columns M-300 1:1/2:1

Braces beams and the members coming in

contact with water.

2) RCC slab shall not be less than 125 mm in thickness.

3) The above Indian standards current on the date of tender shall be

applicable to the design of structure. Items not specifically covered by the

Indian Standard code of Practice reference shall be made to relevant

standard specifications. If none of the standard have provision on any item

relating to design, in such matters the decision of the M.J.P. will be final

and binding on the Contractor.

4) Wind-Loading.

Page 258: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Provision shall be made in the design for the basic wind loading at

The rate of 100 kg/sq. m. of exposed area of water tank and staging.

5) Seismic Loading.

Provision shall be made in the design for seismic loading as per the

zone III of IS 1893 (Latest edition) & IS 13920 - 1993 for which the seismic

acceleration coefficient is 0.04 and the importance factor 1.5 is applied to

this. Thus, the basic seismic acceleration coefficient to be adopted in the

design is 0.06G and this is obligatory.

6) The minimum depth of foundation for individual footing should not be less

that 1.50 m.

7) Free Board.

Minimum free board required from soffit of beam / slab should not be

less than 30 cm. The tank foundation and other members shall be

designed for free board full condition.

8) Age factor.

Age factor should not be considered for design.

9) For structure having more than 6 columns internal braces are obligatory.

One set of brace shall be provided at G.L., which is obligatory.

10) For wash water tank, 1.2 m. wide gallery should be provided at floor level,

which should be designed, for a load of 500 Kg/sq. m.

11) One RCC staircase shall be provided up to gallery and the roof level of

ESR / wash water tank.

12) Thickness of container member shall be checked for non-cracking check.

13) All cement concrete shall be machine mixed and machine vibrated unless

otherwise instructed by Engineer- in - Charge.

Page 259: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

For Authorized Use Only

WATER MANAGEMENT CIRCLE AURANGABAD

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon, Dist-

Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure

Water Pumping Machinery, Lowering, Laying & jointing Connecting

Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C.

G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

SPECIAL CONDITIONS OF CONTRACT

Page 260: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

WATER MANAGEMENT CIRCLE AURANGABAD

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon, Dist-

Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure

Water Pumping Machinery, Lowering, Laying & jointing Connecting

Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C.

G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

SPECIAL CONDITIONS OF CONTRACT

SC 1 GENERAL

a) The quoted rate shall be total rate for the completed item of work as per

the specifications and shall be inclusive of all incidental charge such as lifts.

Leads for material, water for construction etc. The rates for excavation are

inclusive of the fine edge of excavated pit beyond foundations.

b) The tenderer must obtain on his own responsibility and his own expenses

all the information, which may be necessary for the purpose of making a

tender and for entering into a contract and must consider and satisfy himself

with all local conditions, sites and quarries, means of accesses, the nature of

rock material to be met with in all execution and all materials pertaining to

Page 261: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

work.

c) All the items occurring in the work & as found necessary in actual

execution shall be carried out in workmanship like manner as per

specification given in PWD handbook and as per the current specifications

prevailing in MJP and as per orders of Engineer-in-Charge.

Specifications of items stipulated for other sub works, shall be made

applicable, where relevant.

SC 2 OUTLINE OF WORKS.

a) The work will be executed on the lines of plans attached to tender

documents. The plans are, however, liable to be changed and a stratum as

shown there is approximate. The sub works of Water Treatment Plant,

Elevated Service Reservoirs is on the Own design of contractor and hence

the approved designs and plans after complete exploration shall constitute

the plan for execution.

..

b) The item of work and their approximate quantities are given in Schedule

"B' of the tender.

c) The rate quoted by the Contractor are supposed to be inclusive of all taxes

and duties, octroi, works contract tax, and no payment on this account or on

account of any increase in taxes duties/octroi etc during the implementation

period will be allowed.

d) In case of dispute regarding the provisions of any item precedence to

decide provision will be as follows.

i) Provisions in the Schedule- 'B'

ii) Specifications.

iii) Drawings.

Page 262: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

SC 3 UNIT

_ a) The rates quoted for each item are for units mentioned in Schedule-B

against each item.

SC 4 SITE CONDITIONS

a) It shall be presumed that the Contractor has satisfied himself as to nature

and location of the works, general and local conditions, particularly those

bearing on transport, handling. storage of material, availability of labour

weather conditions and has estimated the cost and quoted his rates

accordingly M.J.P. will bear no responsibility for lack of such acquaintance

with site conditions and consequences thereof.

b) Set of tender documents and conditions (up to a maximum of three sets) at

the discretion of the Engineer in Charge, will be supplied to the Contractor

after acceptance of tender.

SC. 5 EXTRAS, OMISSIONS AND DISCREPANCIES

In all cases of the omissions, doubts or discrepancies in the dimensions in

the drawing and item of work reference shall be made to the Engineer in

Charge, whose elucidating and elaboration shall be considered final.

SC. 6 SUPPLY OF MATERIAL BY THE CONTRACTOR.

a) The Contractor shall supply all materials mentioned in Schedule 'B' and for

all excess quantities, extra items etc. This shall be confirming to relevant ISS.

CI/DI/PVC/BWSC/MS/GI pipes and its joints, All valves etc. will be accepted,

only after due inspection by third party inspection agencies appointed by

M.J.P. The charges for the same shall be borne by the Contractor. Items

Page 263: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

such as specials, etc. shall be as per relevant ISS, third party Inspection shall

not be insisted.

b) Other material such as cement, tor steel, metal, sand etc. shall be

confirming to relevant ISS. Testing charges for cement, tor steel,

reinforcement steel shall be borne by the Contractor. Ultratech cement and

O.P.C. (43 Grade) shall preferably used for water retaining structure.

c) 85% of procurement price will be paid to the Contractor on receipt of pipes,

valves, etc. with due inspection, 15 % amount will be release after lowering,

Laying, Jointing & Hydraulic testing of pipe line.

d). The Contractor shall provide, at the site of work satisfactory storage for

not less than one month's average consumption of works. The Cement shall

be stored in a manner that will satisfy the Engineer in Charge The

arrangement of storage and utilization of cement shall be in the order of its

arrival at the stores and the Contractor shall maintain satisfactory records,

which would at any time show the dates of receipt and proposed utilization of

cement lying in the storage.

e) The Engineer-in-charge shall at all the times have access to the stores and

sites, method of storage records, and security provided by the Contractor.

The Contractor shall comply with instruction that will be given by Engineer in

Charge, in this behalf.

f) The rate quotated by the contractor are supposed to be inclusive of all

taxes & duties, octroi, work contract tax & no payment on this account or on

account of any increased in tax, duties, octroi etc. during the implementation

period will be allowed.

The Contractor shall further at all times satisfy the Executive engineer

on demand by production of books, of submission of returns in Performa as

directed, other proofs, that the cement supplied is being used for the purpose

for which it is supplied and the Contractor shall at all times keep his records

up to date and make available to the Engineer in Charge

SC 7 MATERIALS.

Page 264: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

a) The Contractor shall make his own arrangements for obtaining rubble,

khandki, headers, metal, sand, murum etc. from M.J.P. or private quarry.

Applications of the Contractor for reasonable area of Government land

required for this purpose can be recommended to Revenue Authorities

without and guarantee for making the land for quarry available. All the

materials involved in the construction shall be of best quality and

specifications and shall be got approved from the Engineer-in-charge before

use. If necessary, materials shall be got tested from the Laboratory at his

cost. Samples requiring approval shall be submitted by the Contractor, to the

Engineer-in-charge in good time before the use of each material. The

samples shall be properly marked to show the name of the materials place.

b) The Contractor shall provide all labour, skilled as well as unskilled, pegs,

lime, strings, site rails (wooden as well as steel, etc.) as and when required

as per approved design and make available such other materials for

surveying, lining out, setting out, checking of work, taking measurements,

testing hydraulic and other structures, without any payment by the M.J.P. to

him. He will also provide proper approach and access to all his works and

stores without any extra cost over his tendered rates for the items to be

inspected.

c) Rates quoted include clearance of sit (prior to commencement

of work and its closure) in all respects and hold good for work under all

conditions of sites, moisture, weather etc.

d) Failure to comply with any of the above instructions will result in the M.J.P.

doing the needful at the risk and cost of the Contractor, These conditions are

for all items and as such no extra payment shal1 be made for observing

these conditions.

e) The Contractor shall make his own arrangements for quarrying of rubble,

stone, and murum sand, lime, metal etc

f) Overburden in a quarry will have to be removed by the Contactor at

Page 265: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

his own cost.

g) Unless a separate item is provided in Schedule 'B' minor

dewatering of foundations in excavation and during the construction if

required shall be done by the Contractor without claiming extra cost.

h) Masonry shall be kept wet for at least 21 days and concrete work shall be

kept wet for at least 28 days commencing from the date of its final laying in

position. In case during execution curing is found inadequate, it will be carried

out by M.J.P. & the cost there of shall be recovered from the Contractor. The

Contractor shall make his own arrangements for getting water at site at his

own cost. .

i) The proportions of cement concrete specified in the Schedule 'B' are nominal

and are only an indication of approximate proportion of cement, fine

aggregate and coarse aggregate which may have to be altered suitably at

site to obtain the desired strength and work-ability. However quantity of

cement shall not be less than the one specified below.

Nominal Mix (By Weigh Batching)

1: 1:2 (M 250) 8.5 bags/one cum of Cement Concrete

1: 1 ½: 3 (M 200) 6.9 bags/one cum of Cement Concrete

1:2:4 (M 150) 5.9 bags/one cum of Cement Concrete

Nominal Mix (By Volume Batching)

1: 1:2 (M 250) 9.2 bags/one cum of Cement Concrete

1: 1 ½: 3 (M 200) 8.10 bags/one cum of Cement Concrete

1:2:4 (M 150) 6.30 bags/one cum of Cement Concrete

Page 266: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

In case of major items of concrete for RCC works the Contractor shall

prepare test blocks as per IS Specifications for testing its tensile and

compressive strength at his own cost. These blocks will be tested in any of

the Government test laboratories at the cost of the Contractor. The

number of the test block frequency etc shall be as per I.S. 456-2000 &

acceptance criterion of concrete shall be as per I.S. 456-2000.

SC 8 PAYMENT AGAINST EXCESS QUANTITIES OF

VARIOUS ITEMS

a) Before making payment of excess quantities as per rules, the

concerned Engineer in Charge should get himself satisfied regarding

genuineness of the claim and he should also exercise a compulsory check

minimum 10% of measurements for a particular item. Responsibility of

information regarding _ the excess beyond quantities as per Schedule 'B' of

the tender for approval to Superintending Engineer & also for correctness of

claims to be submitted in future shall rest with junior Engineer/ Deputy

Engineer! Engineer in Charge/ Auditor and Divisional Accountant also

scrutinise the proposal for approval and concerned authorities should

consider the exact position of the revised estimates, if necessary due to this

excess.

b) For executing any quantity, the excess over the quantity specified in

the tender, the Contractor should be authorised by the Engineer in Charge in

writing.

c.) Failure to comply with any of the above instruction will result in the

M.J.P.’s doing the needful at the risk & cost of the contractor. These

conditions are for all items & as such no extra payment shall be made for

observing these conditions.

d) While asking' the Contractor to execute such excess quantity, the

concerned Engineer in Charge should inform the Contractor in writing

specifically that the payment in excess of quantities specified in the tender

will be made only after following concerned prescribed rules.

Page 267: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

SC 9 DAMAGE BY FLOODS OR ACCIDENT.

The Contractor shall take all precautions against damage by floods

and from accidents. No compensation will be allowed to the Contractor for his

plant, material and work, etc. lost or damaged by floods or from other causes.

The Contractor shall be liable to make good any part of material which is in

charge of the Contractor and which is lost or damaged by floods or from any

other cause. If the work executed is damaged, trenches filled due to any

reason. Contractor shall have to make it good at his cost only.

SC 10. TESTING OF STRUCTURE

In case of works which creates reasonable doubts about the quality of

workmanship or of materials used in the construction, the Superintending

Engineer may order the Contractor to satisfy the M.J.P. by carrying out a

suitable load test or test of the structure or parts there of, in the manner as

prescribed in IS 456-2000, Code. of Practice for plain and reinforced concrete

for general building construction in clause-l7, on page-30, or as may be.

approved by him, in regarded to the sufficiency of the strength as, designed

and in the event of any deficiency being noticed as a result of the test, the

Contractor shall carry out necessary strengthening or dismantling as may be

directed by the Superintending Engineer. >

The load test and strengthening or dismantling whenever directed

shall be carried out by the Contractor entirely at his risk and cost and to the

entire satisfaction of Engineer-in-charge or his authorised agent and till then

the work shall not be considered to have been completed. No payment for

dismantled work shall be made.

SC 11 RATE ANALYSIS IN CASE OF EXTRA ITEMS.

In case of the EIRL the Contractor shall supply Rate Analysis based

on labour and material in case he is called upon to do so. Extra charge of

claims in respect of extra work shall not be allowed unless the work to which

Page 268: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

they relate are in the spirit and meaning of the specification or unless such

work arc ordered in writing by the Engineer-in-charge and claimed for in the

specified manner before the work is taken in hand.

SC 12 WATER REQUIRED FOR CONSTRUCTION & DEWATERING

The Contractor has to make his own arrangement at his cost for water

required for construction, testing, filling, structures, etc. either from local

bodies or from elsewhere by paying the charges directly and arranging

tankers, etc. as per necessary. No claim for extra payment on account of non

availability of water nearby, or extra lead for bringing water shall be

entertained. All required piping arrangements and pumping if required for

water shall be made by the Contractor at his cost. If Contractor fails to pay

the water charges to local bodies or private parties these shall be recovered

by the M.J.P. from his bills.

In Case M.J.P.’s water supply is available a connection at suitable

place may be sanctioned but all further arrangement of pumping if required,

piping etc. shall be done by the contractor at his cost & water charges in such

a case shall be paid by the contractor at the rate as decided by the Executive

Engineer which shall be final & binding on the contractor.

Whenever Schedule 'B' provides for any dewatering item payment

shall be admissible under that item, but apart from that item, no extra claims

for dewatering required for executing various tender items, and for executing

such items in wet condition shall be entertained as well these expenses are

demand to be included in the dewatering item.

SC13 LEADS AND LIFTS

Unless otherwise specifical1y mentioned in the tender item, the

tendered rate for all items in tender shall cover all lifts and leads encountered

for the execution of the work as directed and no extra claims for additional

lifts and leads shall be entertained.

Page 269: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

SC 14 REFILLING THE TRENCHES

Unless otherwise specifically provided for in the tender or a separate

item is provided in Schedule 'B' all the sides of excavated trenches after the

work is completed or in progress are to be filled by the Contractor to the

original ground level from excavated stuff at no extra cost to the M.J.P.

SC 15 DIMENSIONS FOR PAYMENT OF RCC / PCC

MEMBERS

Unless otherwise specifically mentioned in tender items, the net

dimensions of RCC or CC Members actually cast are only admissible for

payment under RCC or plain CC items. No increase in dimensions due to

plastering or finishing shall be admissible for payment under RCC or plain CC

items.

SC 16 CEMENT TO BE USED

Cement that will be supplied by the Contractor shall be in Jute / PVC

bags and shall be of 43 Grade of Ultratech, Ambuja, ACC, Birla Gold,

Manikgarh make etc.

SC 17 NO CLAIMS FOR DESILTING OR DEWATERING OF

TRENCHES.

No claims for any de-silting of trenches, foundation. etc. filled due to

floods, untimely rains or any other reasons whatsoever shall be entertained

and Contractor shall have to do this de-silting operation together with

Page 270: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

dewatering operations entirely at his cost.

SC 18 ELECTRICITY REQUIRED FOR CONSTRUCTION

Electricity supply required for construction of work and for labour

camp, etc. shall be arranged by the Contractor at his own cost.

SC 19 PERFORMANCE PERIOD

",

After completion of successful completion of hydraulic testing in all

respect, the performance period shall start from the date of regular

commissioning. During the performance period which shall be of 24 months,

the contractor shall supervise the maintenance and performance of the WTP,

Pumping Machinery. ESRs, Leading Mains, Rising Mains & distribution mains

etc with all its installation to its full designed capacity.

SC 20 DEFECT LIABILITY PERIOD

The contractor shall stand for defect liability for the successful

operation and maintenance of the WTP plant, for the period of 5 years

inclusive of successful performance period of 24 months from the date of

starting of the performance period. The contractor shall stand for defect

liability for the successful operation and maintenance of the pumping

machinery, ESRs, Leading Mains, Rising Mains & distribution mains etc with

all its installation to its full designed capacity for the period of 2 years

inclusive of successful performance period of 24 months from the date of

starting of the performance period. During defect liability period any defects

and short coming noticed due to faulty design of the plant, structure, defective

mechanical and electrical equipment, electronic equipments, measuring

equipments, process control equipments, data acquisition system, sensors,

automation system, computer software and hardware or defective

construction will have to be made good to the entire satisfaction of the M.J.P.

Page 271: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

without claiming any extra cost.

SC 21 MECHANICAL EQUIPMENTS

All the mechanical equipment required for working of the plant shall

be provided of robust and durable type conforming to relevant IS specified for

the constituent material and construction

It shall be noted that the equipment shall be compatible for actuations

electrically and automated operations using sensors. This is prime important

while selecting the different equipments. This includes the cost of labour,

skilled and unskilled, tools, lifting tackle, valves, controlling devices prime

movers, etc.

SC 22 PERMISSION OF VARIOUS GOVT DEPARTMENTS WHILE

EXECUTION

The work will be executed on the line of plans attached to

tender documents. The plans are, however , liable to be changed. The

major portion of the works to be executed is within the jurisdiction of

Malegaon Tahshil, however prior to start of the work, the agency shall

seek necessary permission from respective department of MJP.

While execution of these sub works , it is necessary to take

legal permission from Government Departments such as MSEDCL,

Telephone Dept., Private Telephone operators, FOREST Dept. , PWD

Dept., National Highway (NHAI) etc. , or private owners in the vicinity

of the proposed work ( wherever necessary ) . The tender / contractor

will be totally responsible to take all the required legal permissions

from respective Government Departments wherever necessary during

execution. Necessary required documents for getting the permissions /

approvals to carry the work will be provided by the MJP to the

Page 272: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

contractor

The expenditure incurred for granting permission from the

respective Government Department shall have to be borne by the

contractor.

The material used for the various items shall be specially

selected for the job and should be durable and of best quality and

proof against physical and chemical ill-effects as a result of the quality

of weather coming in its contact. The valves of filter operation shall be

Electric Actuators driven and others shall be manually operated. The

torque selection calculations, Design of the actuator, gear box (spur /

worm) shall be got approved from the Engineer-in-charge . All the C1

head stocks/wheels of valves etc. shall be smooth finished so that on

painting they present a smooth appearance. They should be painted

with synthetic enamel paint of approved quality.

Page 273: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

For Authorized Use Only

WATER MANAGEMENT CIRCLE AURANGABAD

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water Supply

Scheme, Tal. Malegaon, Dist- Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning, of

Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure Water

Pumping Machinery, Lowering, Laying & jointing Connecting Main, Gravity

main. Designing, Const. of R.C.C. E.S.R.S & R.C.C. G.S.R.S, Providing,

lowering , Laying & Jointing of PVC Distribution System, Miscellaneous

works & Trial Run of scheme for 1 year.

SPECIFICATIONS

WATER MANAGEMENT CIRCLE AURANGABAD

Page 274: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

WATER MANAGEMENT DIVISION, NASIK

Name of Wok : - Malmatha 25 villages R.R. Water

Supply Scheme, Tal. Malegaon, Dist-

Nasik

Repairs to dam, Designing, Providing, Constructing & Commissioning,

of Un Conventional Water treatment Plant of 5.0 MLD capacity, Pure

Water Pumping Machinery, Lowering, Laying & jointing Connecting

Main, Gravity main. Designing, Const. of R.C.C. E.S.R.S & R.C.C.

G.S.R.S, Providing, lowering , Laying & Jointing of PVC Distribution

System, Miscellaneous works & Trial Run of scheme for 1 year.

DETAILED ITEMWISE SPECIFICATION

SUBWORK NO 1 :- REPAIRS TO DAM

Item no :- 1 Providing Dry Rubble Pitching

The dry rubble shall be properly hand packing with quarry spell

and hard as directed. Unless otherwise specifically mentioned in

the tender item of the cost of rubble included in this item .& if

rubble is available in excavation, the same shall be used by the

contractor after getting approved the quality of rubble selected

from the excavated stuff by the Engineer-in Charge. This rubble

is considered to be used free of cost for use on the work only.

This shall be as per specification of P.W.D.( Hand Book)

and as directed by Engineer -in - charge only. Trap stone

shall be used other than the specification for this item in

Page 275: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

standard specification Book. The mode of measurement of

payment shall be on Sqm basis.

Item no :- 2 Providing and fixing water level indicator.

This items includes providing and fixing in position water

level indicator up to 5 .00 m height. Including all required

material. The mode of measurement of payment shall be on

No basis.

SUB WORK NO 2 :- DESIGNING,CONSTRUCTING, AND COMMISSIONING UN CONVENTIONAL WATER TREATMENT PLANT AND SUMP.

Item No 1 A) Designing , constructing ,and commissioning Unconventional

Water treatment plant Capacity 5.00 MLD etc Complete.

Specification Of Unconventional water treatment plant

These specification shall be applicable to the Unconventional water treatment

plants having capacity from o.50 MLD to 5 MLD .The plant shall be simple in

every accept from construction up to maintenance .The plant shall be

compact in nature various hydraulic process units and ancillary structures

shall integrate and merge with each other to produce an esthetically pleasing

effect .

The top priory shall be given to operational and Maintenance convenience

while making layout of the plant The use of mechanical equipments in the

process shall be minimum and wherever essential only

And finally the overall engineering and execution efforts shall ultimately

ensure a high quality ,safe potable drinking water from the treatment plant

The Hydraulic and process design of the plant shall be in accordance with the

various parameters given in the obligatory data and the detailed

specifications.

Page 276: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The structural design of various civil components shall be as per the design

criteria enclosed in the appendices.

The main units of the plant shall be as follows

1. Aeration Fountain

2. Inlet arrangement

3. Mixing Channel

4. Inlet channel

5. Mechanical flocculation tanks

6. Tube setting tanks with hopper bottom

7. Rapid feed sand gravity filter beds.

8. Filter House

9 Chemical House

10. Alum tanks

11. Gravity feed Gas chlorinator

12. TCL Solution tank

13. Bye pass arrangement

14. External and Internal electrification

15. Lab. Equipment

16. Wash water tank

17 Wash water pump

18 Pure Water Sump

19. Pure water Pump House.

20. Drainage arrangement

21. Alum store

22. Sanitary block with internal road

ITEM NO.1: AERATION FOUNTAIN. This shall be of cascade type and shall

be designed as per the obligatory data. The central shaft shall be in RCC of

Page 277: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

minimum dia. as specified in the obligatory data. The raw Water main shall be

connected to the central shaft at the bottom minimum 0.60 M below pond

level. The raw water main shall be connected to the RCC shaft by providing a

crippling flange in a puddle pipe. In case the central shaft is of CI/MS pipe,

then the maximum velocity through it shall not be more than 0.60 M/Sec. A

duck foot bend shall be provided at the bottom over a foundation block and a

bell mouth opening at the top. The bell mouth of Inlet shaft / M.S pipe should

be covered by M.S. grill jali.

There, shall be minimum three nos. of cascades with rise of each cascade as

0.15 M. The tread of each cascade shall not be less than specified in the

obligatory data. The cascade shall be covered with aesthetic patterns made

of broken glazed tiles. The edges of the cascades shall be preferably

rounded.

A peripheral collection launder shall be provided around the cascades. The

depth of water in collection launder shall not be less than 0.30 M and

freeboard shall be 0.30 M. The width of the launder shall be minimum 0.60 M

a RCC walkway of width 1.0 M shall be provided cantilevered to the collection

launder on the outer side. The walkway shall be provided with railings. The

walkway of the aeration foundation shall be accessible from other units of the

plant or from the chemical house.

ITEM NO.2,3,4 : STILLING CHAMBER ARRAGEMENT, MIXING CHANNEL

WITH VENTURY FLUME AND FLOW MEASURING ARRAGEMENT,INLET

CHANNEL

INLET ARRAGEMENT

The size of Stilling Chamber shall be as per the design criteria mentioned in

the obligatory data. The function of this unit is to receive raw water from

aeration fountain and to dampen the turbulence before passing the water over

the measuring weir. Sometimes the chamber is designed to arrest heavier

particles like sand and grit.

The Stilling Chamber shall be in a form of channel with horizontal flow this

channel shall start from the aeration fountain and terminate at the mixing weir.

The minimum width of the chamber/channel shall be 0.6 M. The water depth

Page 278: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

in channel shall be minimum 0.60 M. The channel chamber shall be designed

to give detention time of 1 to 2 minutes to the designed flow rate.

An underflow baffle shall be constructed at the inlet of the chamber about 1.0

M from the collection launder of aeration fountain, the velocity through

opening below the baffle shall be less than 0.10 M/sec. the baffle shall be part

of turbulence dampening arrangement as the flow has to be passed over the

measuring cum mixing weir.

The freeboard provided in the Stilling Chamber shall be minimum 0.30 M. The

channel shall be covered with pre-cast slabs as an access to the aeration

fountain. A drain pipe of size 100 mm dia with a sluice valve shall be provided

to the chamber/channel.

MIXING CHANNEL

The mixing channel shall be cantilevered to the wall of the plant. The channel

shall extend up to the inlet of flocculation tank. It shall have minimum width a

specified in the obligatory data and freeboard of 0.3 M. Nominal slope shall

be provided to the channel towards the discharge side so that the water

doesn't remain stagnant over the channel bed.

The mixing promotion arrangement in channel shall comprise of80/100 mm

dia AC pipe pieces embedded in the bottom slab of the channel in vertical

position. The height of the pipes shall be 200 mm above the invert of the

bottom of the pipes shall be properly anchored in the bottom slab and then

shall be filled with concrete slurry. The pipes shall be arranged in a staggered

fashion along the length of the channel to achieve maximum mixing by

sacrificing a very small head.

If there is a necessity of lime addition or pr-chlorination, then the same shall

be done in the Stilling chamber. The feeder pipe with a diff. user head shall

be located before the baffle wall at the inlet to the chamber.

The Stilling chamber and the mixing channel shall be accessible from the

other units of the plant and from the chemical house for the maintenance and

observation purpose.

It is essential to note that the rapid dispersal or mix of alum solution shall take

place in the mixing basin, immediately on the down stream side of mixing

Page 279: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

weir. Mixing channel is essentially provided to ensure the completion the

reaction. The· mixing channel in itself is not a rapid mix device.

i) Design:

The flume shall be designed as the open channel type for flow of 5.00MLD.

With free board of not less than 30 cm. The measuring flume shall have a

baffle wall, stilling chamber & side chamber for float. This item shall include

construction of entire length of channel starting from launder of aeration

fountain to the receiving part of the mechanical flocculation Tank. Reference

I.S.I. to be followed I.S.I. 6059 and I.S.I. 9117 latest edition shall be followed.

B) Accessories:

The walkway at one meter width with 32 mm G.I. pipe railing in three rows

at the outer edge as specified in mechanical Engineering works

specifications shall be provided.

C) Electrical & Mechanical Equipments:-

Float operated open channel flow indicator shall be provided and installed

near the flume with transmitting device to transmit reading to an

Integrator & recorder to be installed in first floor of Chemical House. The later

will operate on 220/230 volts single phase electric supply. The 1000 Nos. of

standard chart (daily) to read in suitably digital liters 5 tracing pens, ink and all

necessary accessories will be provided. The measuring devices shall have a

capacity of measuring minimum flow 100 cum/hour maximum flow of 500

cum/hour correct up to a rate of 20 cum/hour as per I.S.I. 6756, 6-6 and 2032

of latest edition.

In order to reduce head loss, the measuring device shall be on venture flume

principle. It shall have, however, to be ensured that the channel does not

head up due to churning of water in the mechanical flocculation tank. There

should be clear over fall from channel to further unit. The channel and

aeration fountain channel shall be provided with a drain pipe with valve for

Page 280: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

purpose of washing. At this time channel shall be provided with penstock gate

in M.S. to separate out from wash mixer.

ITEM NO.5: MECHANICAL FLOCCULATION TANK

GENERAL DESCRIPTION

The size of this tank shall be as per the design criteria mentioned in the

obligatory data. The shape of the tank shall be square in the plan. It shall

have one common wall with the tube settling tank and shall be of the same

width. The depth of the water in tank shall be minimum 3.5M with freeboard of

O.5M. The bottom of the tank shall be at least 0.5M below the top of the

hopper of the tube settling tank. There shall be a drain channel at the center

of the tank through which periodical draining of the sludge shall be possible.

There shall be a minimum slope of 1: 10 to the bottom slab from side walls

towards the drain channel. The drain channel (pit) shall have minimum width

and depth of 0.2 M. A 100 mm dia drain pipe with a cast iron sluice valve shall

be provided to the drain channel.

INLET ARRANGEMENT

The inlet to the flocculation tank shall comprise of a square opening of

adequate size with limiting velocity of 0.3 M/sec. The opening shall be

designed as submerged inlet. The location of the inlet to the tank shall be at

the centre. The inlet opening may be provided with a M.S. Sluice gate if the

inlet channel is designed as the part of flow bypass arrangement.

OUTLET ARRANGEMENT

The outlet to the tank shall comprise of adequate size/nos of openings for

flocculated water distribution pipes extending into the tube settling tank. The

design criteria shall be as per the obligatory data. The outlet openings shall

be located diagonally opposite to the inlet of the tank. The invert of the outlet

Page 281: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

pipes shall be at the top of the hoppers of the tube settling tank. A RCC baffle

wall shall be provided on the outlet side protecting the outlet openings to

ensure that short circuiting of the flow does not occur through the Tank. The

baffle wall shall be closed at the top with a sloping slab. The bottom of the

wall shall be minimum 300 mm above the bottom of the tank. The wall shall

be located 500 mm away from the outlet openings. The wall shall be designed

in such a way that flocculated water enters from the bottom opening to enter

into the outlet pipes. The velocity through this horizontal slit opening shall be

less than 0.05 M/sec. The flocculated water shall enter smoothly into the

outlet pipes without transferring any eddies or circular motion of the water

generated due to the mechanical agitator.

DRIVE MECHANISM AND AGITATOR.

The drive mechanism for electrically driven agitator shall mount on the RCC

walkway provided at the top of the tank. The walkway shall have minimum

with of 1.2 M and shall be provided with railings on both the sides. The

electrical motor, gear box and pulleys assembly shall be mounted on a base

frame of ISMC 100 channel sections. The base frame shall be anchored to

the RCC walk way/platform properly. The drive mechanism and motor shall

be protected with a light weight, easily removable tin weather shed.

The electrical motor shall be of minimum 1 KW rating. The Flocculator shall

be designed to impart velocity gradient of 30 to 60 /sec. It shall have flexibility

of operating at least three different speeds by providing a tapered pulley or

three different sets of pulleys with drive belts. The tangential velocity at the tip

of the arm shall not be more than 0.6 M/sec. The speed of the agitator shall

be between 4 to 6 RPM. The top of the blades of the agitator shall be 150 mm

below the FSL. The height of the blades shall not extend more than 1.25 M

from the bottom of the tank. Apart from these particular details the design for

the agitator shall be generally confirming to the guidelines of the CPHEEO

Manual (Edition 1991) .

. The shaft of the agitator shall be of minimum dia 80 mm (M. S.) The blades

shall be either MS flats or cut from the plate of minimum thickness 6 mm. All

Page 282: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

the MS parts shall be painted with two coats of red oxide and anticorrosive

epoxy paint. The agitator preferably shall have four arms with two sets of

shorter lengths. (Swastika shaped in plan) for efficient slow mixing process.

The shaft and blades assembly shall be preferably supported over a thrust

bearing at the walkway level The walkway/platform supporting the machinery

shall be accessible from other units of the plant.

The design of the agitator and the outlet arrangement of the tank shall ensure

that easily settleable flow is formed in the tank and it is efficiently transferred

to the tube settling tank without fragmentation or appreciable deposition in the

flocculation tank.

The rung ladder or rungs shall be provided on the vertical wall of the tank for

access up to the bottom.

ITEM NO.6: TUBE SETTLING TANK

GENERAL Description

The size of this tank/tanks shall be as per the design criteria mentioned in the

obligatory data. Normally the size of an individual hopper shall not exceed

3.75 M x 3.75 M as plan area at top. If the plan area requirement exceeds

14.0 Sqm then it shall be advisable to adopt a rectangular tank with two

hoppers at the bottom. In some cases rectangular hoppers with maximum

length to width ratio 1:33: 1 could be adopted. It is essential to understand

that while deciding the shape and size of the tank, the flocculation tank which

has a common wall with tube setting tank shall be taken into consideration.

The side water depth (swd), above the hopper shall be minimum 3.0 M with

0.5 M as freeboard. The hopper or hoppers which shall be provided below the

swd, shall have minimum slope of 50 degrees to the horizontal. In case of

rectangular hoppers no individual wall shall have slope less than 45 degree.

The hopper shall have a sludge pit at the bottom of size 0.3 M x 0.3 M x 0.2 M

height.

DRAINAGEARRANGEMENT -

Each hopper shall be provided with a individual drain pipe and valve. The

drain pipe shall be of 150 mm dia. cast iron. The drain pipe from hopper shall

Page 283: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

be laid horizontally from the bottom of the hopper for gravity disposal of

sludge. However it is essential to ensure that the nature drain with adequate

depth is available near the site through which the further disposal of sludge is

possible under gravity head.

Only in case where such gravity disposal arrangement is not feasible the

hopper drain with hydrostatic head arrangement may be provided after getting

approval of the Engineer in charge. The effective head for hopper drain shall

not be less than 3.0 M in any case. The insert piece embedded in the

concrete shall be necessarily of double flanged cast iron or mild steel. The

drain pipe shall be laid along the inclined surface of the hopper (need not be

exactly parallel.) It shall extend from hopper pit to the top of the hopper,

where it shall be provided with a bend of suitable degree to lay through the

vertical side wall in a horizontal position.

The pipe shall be provided with a cast iron sluice valve, outside the vertical

wall of the tank. The valve shall be located at a distance minimum 300 mm

from the vertical wall in a drain chamber. Valve keys with extended stems

shall be provided for operating the valves from the ground level.

INLET ARRANGEMENT

The inlet to the rube settling tank shall comprise of 200 mm OD Rigid PVC (6

Kg/cm2) perforated pipes. These pipes are provided to distribute the

flocculated water uniformly below the tube zone. The pipes shall be laid along

the length of the tank; from common wall with Flocculator up to the other end

of the tube settling tank .The velocity of water in these flock distribution pipes

shall not exceed 0.25 M/sec for the designed flow rate. The minimum number

of pipes shall be two and maximum up to four. The pipes shall be laid at a

centre to centre (c/ c) distance not exceeding 1.5 M and not less than 0.60 M.

The inlet side of the pipe shall rest in the opening provided in the common

wall with the flocculation tank. It shall be properly grouted in the vertical wall.

The dead end of the pipe shall rest on a concrete corbel and shall be properly

anchored to the same. The pipes shall be bid at the hopper top or at about

100 mm above the hopper.

Page 284: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

For distribution of the water, perforations or holes of size 40 to 5O mm dia

shall be drilled on the bottom half of the pipe. These holes shall be provided

in the two rows, 120 degrees apart and shall be uniformly spaced. The

velocity through an individual hole shall not exceed 0.10 M/sec in any case.

The spacing of holes in a single row shall not be less than 150 mm c/c and

shall not be more than 300 mm c/c. In addition to this, the drain holes of size

50 mm dia shall be provided to each pipe at the bottom, with c/c spacing as

300 mm. At the top of the pipe, air vents of size 6mm shall be provided at the

spacing of 300 to 500 mm c/c. It is essential that the pipe is properly fixed or

anchored at the hopper top.

SUPPORT FOR MODULES

The beams or corbels supporting the tube modules shall be provided at least

1.5 M above top of the hopper. The modules are simply supported at the two

ends over the corbels which shall be provided along the length of the wall.

The corbels shall be 100 mm in width to provide sufficient bearing to the end

of the modules. The top of both the corbels shall be in one level and shall

have a smooth finish. The corbels shall be designed for self load of modules

and reasonable live load of the maintenance staff (During erection and

maintenance the people are required to stand on the modules)

TUBE MODULES

The tube modules shall be manufactured out of 50 ± 2 mm x 50 ± 2 mm I. D.

square or any other shaped tubes like circular, chevron, horizontal etc. rigid

PVC pipes/tubes having proven performance. The average wall thickness of

the tubes shall not be less than 1.0 mm. The material for the tubes shall be

virgin rigid PVC granules. The pipes shall be carbon black in color to prevent

the growth of algae. The material shall be as per the IS specifications. This

individual tube in a module shall have length of 600 mm. The tubes shall be

cut in such a fashion that when pasted at a 60 degree inclination, the top and

bottom surfaces of the modules shall present a smooth and uniform surface.

The modules shall be manufactured by pasting the tubes to each other with a

high grade cement solvent. One individual module may comprise of five or

seven layers, alternate layers shall have tubes in opposite direction to

Page 285: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

achieve a good physical bond. In no case an individual tube shall have

inclination less than 60 + degrees to the horizontal. The ends of the modules

shall be plugged with tube pieces to prevent short circuiting of water. Any

individual module shall have strength to withstand the weight of 60 Kg (one

person) at the mid span when the module is supported at the two ends over

the depth axis. The maximum span of modules shall not be more than 3.50M.

The modules shall be fabricated in the dry environment only. The modules

shall be stored in a shed / godown having cement sheet roofing. The modules

shall not be exposed to the extreme climatic conditions. The modules during

transportation, storage and erection shall be handled on the depth axis only.

During the installation of the modules in the tank, no gap shall be left in

between the modules. Any small gap between the modules may lead to

potential short-circuiting of the flow. The two individual modules shall not be

pasted to each other during installation. For access to the bottom of the tank

(hoppers) two adjoining modules shall be provided with MS bar lifting

hook/rings for easy lifting and removal of the same.

SETTLED WATER COLLECTION

The settled water collection arrangement shall comprise of uniformly spaced

perforated pipes or MS reinforced FRP troughs. The collection pipes shall be

of 200 mm OD Rigid PVC pipes (6 Kg/sq cm) The pipes shall always be

provided along the length of short span of the walls. They shall be provided

with collection orifices of 40 mm to 50 mm dia in two rows diametrically

opposite to each other in a horizontal plane. The spacing of orifices shall not

be less than 150 mm c/c and not more than 250 mm c/c in each row. In case

of FRP troughs, the section of the troughs shall not be less than 150 mm x

200 mm height.

One end of the pipe shall be plugged and fixed over a supporting corbel The

discharging end of the pipe shall be embedded in the vertical wall through the

opening. The pipes or troughs shall not deflect + - 5 mm at the mid span

under the hydraulic loading. The inverts of collection orifices of the pipes shall

be perfectly in one level after installation and erection of the pipes. The entire

Page 286: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

collection system shall be designed, fabricated and installed in such a way

that any individual pipes collects settled water uniformly along as length. The

other criteria are all the pipes shall collect and discharge roughly equal

amount of water.

The settled water may be discharged into a RCC collection channel which

shall be located outside the tank.

When the number of tube settling units is more than one, the collection

channel shall be provided on the common wall of both the units. There shall

be a clear distance of 300 mm from top of the modules to the soffit of the

channel. The width of the channel shall not be less than 0.50 M.

The tube settling tank shall be provided accesses in the form of walkways

from other units. The rungs shall be provided in the tank for access to the

modules and the bottom hoppers. The collection channel shall be covered

with pre-cast slabs with railings provided on both the sides.

ITEM NO.7 & 8 : RAPID SAND FILTER AND FILTER HOUSE .

GENERAL DESCRIPTION

The size of filter bed/beds shall be as per the design criteria mentioned in the

obligatory data. The filter bed shall he designed and operated on the

principle of "Constant Rate filtration With Split flow Weirs and shall l confirm to

the guidelines as per the CPHEEO Manual (Edition 1991). The filter, beds

shall be 'open to sky'. Only the portion of pipe gallery shall be covered with a

roof slab.

The configuration of filter beds shall be as per the plant capacity as specified

in the obligatory data.

Two independently working beds are essential each bed shall comprise of

two sections separated by the central wash water disposal gutter.

The width of side wash water disposal gutter shall be 0.6 M. The height shall

extend from bottom slab of the filter up to 0.1 M above the level of weir edges

of the cross troughs. In no case the gutter shall have an overhang above the

filter media. For primary collection of wash water, cross troughs shall be

Page 287: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

employed. The cross troughs shall discharge the wash water to the side

gutter from where it shall be connected to the drainage system.

'The outlet chamber to the filter bed shall have a rectangular sharp crested

weir of similar to that like mixing weir in the stilling chamber. The lip of the

weir shall be

0.15 M. above the top of sand media. The depth of water over sand media

shall not be less than 2.30 M. The minimum free board shall be 0.50 M.

FILTER INLET ARRANGEMENT

Wherever two or more beds are provided, split flow weirs shall be essential

The weir shall be housed in a RCC weir box at the inlet to the filter. The weir

may be constructed in RCC and shall have a sharp edge. The weir shall

discharge the water into outlet compartment of the box. from where it shall be

introduced into filter bed, by a vertical pipe of suitable size. The inlet pipe

shall extend up to the top of side gutter. The location of weir box shall be

directly above the disposal gutter. The lip RL of weir shall be 0.05 M below

the FSL of filter bed.

FILTER OPERATION AND CONTROL

At the start of the filtration cycle, the bed will operate at a low water level. The

outlet valve to the filter shall be completely open; hence there will be no

control on the outlet side. As the bed will get clogged, the head loss will start

building up in terms of water head over the bed. As a result, the water level in

the bed will start rising. At the end of the filter runs. The water level shall

reach the split flow weir and the filter will be due for cleaning/backwashing.

At the outlet weir of the filter bed is provided over the sand top, the accidental

dewatering of bed is not possible and hence the filter shall never run dry.

This type of filter control is known as constant rate type filtration without any

mechanical control devices. The split flow weirs are provided to distribute

water equally if more than one bed is provided. The CPHEEO Manual,

Page 288: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

(Edition 1991) -may be referred to for the additional details (Page No. 225,

Clause 7.6.8.1 (a) )

FILTER MEDIA

The depth of filter sand shall be 0.75 M. The effective size of sand (E.S.) shall

be 0.55 mm to 0.60 mm. The uniformity coefficient of sand (D.C.) shall be 1.5

to 1.7. The sand shall be free of fines, dust and foreign material. The filter

sand shall be of quartzite variety and shall satisfy following conditions:

a) Sand shall be hard and resistant quartz or quartzite.

b) Ignition loss shall not extend 0.7% by weight.

c) Soluble fraction in HCL (40%) shall not exceed by 50% by weight.

d) Specific gravity shall be 2.55 to 2.65.

e) Wearing loss shall not exceed 3%.

Preferred sources of filter media: Godhra, Bhandara, Belgaum

The sand shall be supported by graded gravel. The gravel shall be as far as

possible rounded Angular gravel or cut pieces shall be avoided.

The gravel size and grading shall be as follows :

Sr No Size ( In mm ) Depth (In mm)

1 2 to 6 100 –Top most layer

2 6 to 12 100

3 12 to 25 200

4 25 to 60 200 – bottom layer

During commissioning of the filter bed, the fines from the sand shall be

scrapped by ,giving successive backwashes to the media. A rough cast sand

plaster shall be provided to the side walls of filter in contact with the media.

FILTER UNDER DRAIN SYSTEM

The filter under drain shall be of manifold-lateral type. The manifold pipe shall

be of adequate size with 6 mm wall thickness. The manifold pipe shall be

Page 289: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

placed inside manifold pit of size 400 mm x 300 mm height. The pipe shall be

provided with two coats of red oxide paint and two coats of anticorrosive bit

mastic paint before placing it into the pit. It shall be fixed in the position by

grouting it with thin concrete slurry. The laterals shall be provided on both the

sides of manifold pipe. The laterals shall be of preferably 50 mm/ 63 mm O.D.

Rigid PVC pipe (6 kgcm2). One end of the lateral shall be plugged with a

Rigid PVC end cap. The other end shall be connected to the rigid PVC

threaded adapter. The threaded adapter in turn shall be fitted to the heavy

duty G.I. elbow. The G.I. elbows shall be welded at the top of the manifold

pipe in alternate direction at the desired spacing on both sides. The size of

the perforations for lateral shall be preferably 6 mm to 8 mm dia. The total

area of the perforations shall be 0.30% to 0.35% of the bed area. Apart from

these details the design shall generally confirm to the guidelines mentioned in

.the CPHEEO Manual (Edition 199 I). The invert of the laterals shall be

minimum 25 mm above the invert of the bottom slab of the filter bed.

An air vent pipe of 15 mm dia (G. I.) shall be extended above the FSL of filter

bed from the manifold pipe. Due care shall be taken regarding the line and

level of laterals while fabricating, fixing and laying of manifold pipe. One no. of

overflow pipe sleeve with bend (200 mm dia.) shall be provided at the FSL of

the filter as per the design.

The filter under drain consisting of manifold and lateral shall be provided for

each section of the bed separately.

WASH WATER COLLECTION AND DISPOSAL.

The filter back wash shall be sectional backwash only. Each section of the

bed shall be back washed independently.

The filter shall be backwashed with hard wash only. The wash water shall be

collected by cross troughs and shall be disposed off to the side wash water

disposal gutter. Normally, two nos. of uniformly spaced cross troughs shall be

sufficient for the small beds. The size of cross troughs shall preferably be 0.3

M x 0.35 M. height. The weirs of all cross troughs shall be perfectly in one

level. The distance between the top of the sand up to weir of the cross trough

shall be about 0.6 M. to 0.65 M. The bottom slab of the troughs shall not be

Page 290: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

provided any slope in the direction of discharge. The wash water shall be

disposed off to the plant drainage system through a cast iron sluice valve.

The disposal valve shall be provided outside the filter bed in a separate drain

chamber.

The entire filtration system and backwash arrangement shall be designed and

provided in such a efficient way that backwash water consumption (calculated

over a period of twelve calendar months) shall not exceed 2 to 3% of treated

raw water quantity.

FILTER PORTS, PIPING AND PIPE GALLERY

Normally, the filter bed shall have one inlet port, one filtered water outlet per

section, one wash water inlet port per section and one wash water disposal

port per bed A drain of 100 mm dia. with a sluice valve shall be provided to

drain the filter completely. The inlet to the filter shall be provided with a mild

steel sluice gate. All other ports shall be provided with cast iron sluice valves.

The filter ports and isolating or controlling gates/valves shall be designed as

per the velocity norms given in the obligatory data. It shall-be advisable to do

the plinth filling and flooring of filter control room after laying and jointing of

pipelines.

The filter control piping, located in the pipe gallery shall be of either cast iron

or mild steel (8mm thick) double flanged piping. The mild steel piping shall be

provided with two coats of red oxide and two coats of anti-corrosive epoxy

paint. The pipe gallery shall be provided with suitable drainage arrangement.

The control valves shall be cast iron sluice valves only. The width of pipe

gallery shall be minimum 3.5 M.

The outlet chamber to filter shall be provided with white glazed tiles in the

second compartment only. The chamber shall be covered with removable

glazed shutters fixed to either wooden or mild steel frame with or without

hinges. An electric bulb of 60 Watts shall be provided in the second

compartment of the chamber at suitable location.

To operate the valves from the upper level walkway. For this purpose filter

control piping and valves shall be housed in a separate structure. The filtered

water shall be conveyed from outlet chambers to the pure water channel. The

Page 291: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

roof slab of filtered water channel shall act as a lower level walkway and the

minimum width shall be 1.0 M. The total width of pipe gallery including the

lower level walkway shall not be less than 3.5 M. The filter control valves shall

be operated from the upper level walkway by providing them with extended

spindle and headstocks. The width of upper level walkway shall not be less

than 2.25 M. The pipe gallery including the lower level walkway shall be

covered with the roof slab. The height of the roof slab above upper level

walkway shall minimum 3.50 M. Access shall be provided to the upper level

walkway from the chemical house. A M. S. ladder shall be provided from

lower level walkway to the upper level walkway.

Access shall be provided from the upper level walkway to the filter beds. The

width of walkway provided for the filter bed shall not be less than 1. 0 M. The

pipe gallery shall be provided with windows and doors for adequate

ventilation.

HEAD LOSS INDICATOR

There shall not be any rate of flow indicator or loss of head manometer gauge

as they are redundant in this type of filter. A simple water level indicator with

float shall be provided to read the water depth in the filter bed, which will

indicate the head loss in the bed. In addition to this a graduated scales of 2. 5

M. length shall be fixed on the side wall of filter bed itself for indicating the

head loss. The 2.5 M. mark on the scale shall correspond with the lip of split

flow weir with 'zero' on the scale at the bottom The scale shall be chrome

plated or of S.S. 318 grade steel. The graduations shall be at the interval of

50 mm and shall be visible from the walkway level.

ITEM NO.9 & 21 : CHEMICAL HOUSE BUILDING & ALUM STORE .

The chemical house building shall be a multi - purpose structure, consisting

of:

a) Ground floor.

Page 292: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Housing chemical store, chlorination arrangement, toilet block, wash water

tank Pumps.

b) First Floor.

Housing chemical mixing and dosing tanks, laboratory and office space.

The building shall be RCC framed structure with 0.23 M. thick B.B. masonry

side/ partition walls. The clear height of the floors shall not be les than 4.00 M.

The plinth of ground floor shall be preferably minimum 0.50m above the

ground.

The doors/window openings shall be about 20% of the floor area. The doors

shall be of CC TW and windows shall be of mild steel section, fully glazed or

Aluminum sliding type. The floor shall be of good quality mosaic tiles. The

building shall be provided with adequate architectural features to make the

entire structure aesthetically pleasing, which include a porch and canopies

over door and windows. Access to the first floor shall be in the form of a RCC

staircase. Access to the wash water tank shall be M.S. ladder.

a) GROUND FLOOR

The ground floor shall have a carpet area as mentioned in the obligatory data.

The minimum head room shall be 4.00M. It shall house chemical store

chlorination arrangement backwash water pumps.

The toilet block provided on the ground floor shall have two W. C. unit, three

urinals and one washbasin with a mirror. A small septic tank of adequate size

shall be provided for the toilet block. Separate toilet block on the location as

directed by Engineer-in-charge should also be accepted.

b) FIRST FLOOR

The carpet area of the chemical house cum laboratory shall be as per the

obligatory data. The minimum head room shall be 4.00M. The access to the

treatments units shall be provided from the first floor in the form of walkway.

The walkways interconnecting all the units shall be arranged and provided so

that the operator has access to all the units from the first floor. Wherever

Page 293: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

required, the channels shall be covered with pre-cast slabs to use as

walkways. All walkways shall be of 1.0 M. width and shall be provided with

hand railing, consisting of two rows of G.I. Pipes of 32 mm dia. The height of

the vertical posts shall be 1. 0 M. and shall be of M. S. angle section 50 x 50 x

6 mm size. The railings and posts shall be duly painted with red oxide and

enamel paint.

ITEM NO. 10.:- ALUM TANKS

Two nos. of alum tanks of effective capacity mentioned in the obligatory data

shall be provided in the chemical house to feed the alum solution to raw water

by gravity. The size of the tanks shall be square in plan. A dissolving tray

compartment of size 0.3 M x 0.3 M shall be provided along the length of the

tank to place alum blocks. The dissolving tray shall have adequate number of

perforations of 25 mm dia. in the bottom slab. The arrangement shall be done

to spray the water along the length of the tray over the alum lumps by means

of a perforated pipe. The service water connection shall be given to this pipe,

with a 25 mm dia. G.M. gate valve. A suitable walkway/ platform shall be

provided on one side of the tank for convenience of operation. The width of

the walkway shall be 0.6 M. and shall be guarded with hand railing. A mild

steel ladder shall be provided to approach the walkway from floor level.

An electrically operated mechanical stirrer shall be provided to each tank to

keep the solution of uniform strength. The electrical motor shall not be less

than 0.5 KW rating. The drive mechanism shall be mounted on the ISMC 100

sections, which shall be supported on side walls of the tanks at the top.

The speed of the agitator shall be 100 to 150 RPM. The shaft and blades of

the agitator shall be of S. S. 304 grade material. The shaft of the agitator shall

extend up to half of the height of the tank.

The outlet piping and drains shall be of rigid PVC pipes and shall be of 40 mm

dia. Each tank shall be provide with one no. of 40 mm dia. rigid PVC or

Polypropylene Y' type valve or diaphragm type valve on the outlet side. Each

tank shall be provided with an overflow and drain arrangement 40 mm dia.

rigid PVC pipes.

CONSTANT HEAD DOSING TANKS

Page 294: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

A manually operated constant head dosing tank of 25 to 50 liters capacity

shall be provided to feed the alum solution at uniform rate to the mixing

channel The tank shall be rectangular in shape. It shall be provided in BB

masonry or shall be of anticorrosive material like PVC or FRP. A 150 V notch

cut into an acrylic/plastic sheet shall be provided as a partition wall for

measurement of flow. The notch shall be calibrated for consumption of 1000

liters of solution in one shift of 8 hours. Maximum strength of solution shall be

5%. The inlet to this constant dosing tank shall be the common outlet header

pipe from alum tanks. From constant dosing tank, the solution shall be

conveyed to the raw water in the mixing channel by a 40 mm dia. rigid PVC

pipe. This pipe shall introduce the alum solution into the alum feeder pipe

described earlier in the 'stilling Chamber'.

A platform of size 0.75 M x 1. 5 M in Kadappa stone shall be provided in the

chemical house for the laboratory instruments. A wash basin shall be

provided with 15 mm dia. service water connections, etc. Proper draining

arrangement shall be provided for the waste water.

An opening of size 0.8 M x 0.8 M shall provided in the first floor slab to lift

alum and bleaching powder sacks from the ground floor. A manually operated

chain pulley of 1Ton. capacity shall be employed for the purpose.

ITEM No. 11 GRAVITY FEED CHLORINATORS.

A ) Design ; Two numbers of gravity feed chlorinators having a capacity to

treat 3.25 mld at dose of 4 P.P.M. should be provided one for pre-

chlorination and one for post chlorination.

B) Construction

Disinfection will be achieved through chlorine gas for this purpose. Not less

than 2 Nos. of gravity type chlorinators of reputed make with all accessories

shall be provided and erected as per maker’s specifications. Dosing capacity

of each shall be up to 5 Kg/ hour up to 5 mld cylinders.

Page 295: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The arrangement of storing shall be a confirming to provision of

bylaws prepared for Gas storage by the Central Govt. 1981. The piping

conveying gas to chlorination room shall be concealed below detachable false

flooring.

The offer of the character shall include cost of tested chlorine cylinders 2

numbers toner of 100 kg capacity with first fill chlorine gas. to be installed

before commission and also the cost includes to take necessary permission

from Dept. of Explosive etc. as required

C) Piping.

This shall be provided form the chlorinators up to the point of application and

shall be of PVC with suitable specials. Piping shall also be provided for supply

of pure water to the chlorinator from a suitable tapping point.

I) The safety equipment for chlorine gas cylinder/ toners handling such as gas

mask with artificial in-hailing arrangement of a reputed company in 3 sets to

be provided. Chlorine leak detection and control equipment shall also be

provided in 3 sets. Chlorine tank of required size shall be provided for supply.

ITEM NO -12 CHLORINATION ARRANGEMENTS

One no. of bleaching powder solution dosing tank of capacity mentioned in

the obligatory data with rigid PVC piping and valves shall be provided near

the filter outlet chamber for gravity dosing. The solution shall be added

directly into the second compartment of the filter outlet chamber. The size of

piping and valves shall be minimum 40mm in diameter. A hand operated as

well as electrically operated agitator shall be provided to stir the solution

intermittently. The agitator blades and shaft shall be of S.S. 318 grade

materials. The tank shall be either RCC or BB masonry. The location of the

tank shall be as near to the filter outlet chamber as possible. The tank shall

be provided with connections of P.W. inlet, outlet and drain.

A weighing balance/scale - 500 Kg. capacities - shall be provided in the store

room for weighing alum and bleaching powder. A wash basin shall be

provided on the ground floor along with service water connections.

Page 296: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

ITEM NO.13: BYE PASS ARRANGEMENT

The following bye pass arrangements shall be incorporated in the plant.

1. Raw water to filter beds bye passing mechanical Flocculator and tube

settling tank.

2. Settled water to Pure Water Sump bye passing filter beds.

The bye pass arrangement may be preferably in the form of RCC channels

with M. S. gates or in C.I./M. S. piping of adequate sizes.

The pure water pipe from the treatment plant up to the sump shall be either

cast iron or concrete class PI only.

ITEM NO. 14 : ELECTRIFICATION

ILLUMINATION REQUIREMENT

For internal illumination, one tube light (40 W) and one ceiling fan shall be

provided for 20 sq.m of enclosed area of the structure. In the chemical house

additional two plug points shall be provided on the ground floor as well on the

first floor.

For external illumination, four light points with encased tube lights (outdoor

type) at four comers of the building shall be provided. Two additional tube

lights shall be provided for illuminating the tube settling tanks when these are

proposed as separate structures. It shall include supply and fixing and testing

of approved quality of wire, switches, etc. complete.

A common control panel shall be provided for mechanical Flocculator, alum

tanks, agitators and wash water pump sets. The panel board shall be located

at a suitable place on the ground floor of chemical house considering the

operational convenience.

The panel board shall consist of main switches of adequate capacity with

HRC fuses, DOL. Start Delta starters and single phase preventers. In addition

to this a voltmeter and ammeter shall be provided with phase indicator lights.

The recommended makes for the materials and equipments including

electrical motors, cables, etc. shall be as per the enclosed appendices.

Page 297: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The power shall be made available to the Contractor at the Contractor

Room/Chemical House Building.

15. LIST OF LABORATORY EQUIPMENTS

1)Turbidity Rod 1 No.

2) A turbidity meter specially to measure the turbidity of pure water with digital

display along with the two no of spare kits

3. Photoelectric turbid meter 1 No.

with known-standard samples

(Nephelo meter-Systronics type)

4) One electrically operated digital PH meter (Aqua scope) with full range of

comparator discs with necessary reagents

5. Residual chlorine comparator 1 No.

(up to 5 ppm dose)

6. Glassware and chemicals 6 Nos. 1 Set

of beakers of 500 ml each included.

7. Table of size 1.5 x 0.75 M 1 No.

8. Chairs 6 No.

9. Plastic buckets (7 to

10 Lit cap.) 6 No.

10) Stainless steel toros of 200 mm size 2 No

11) Test Tubes 15 to 20 cm size 12 No

12) Volumetric pipettes range varying

From 1 cc to 100cc with stand 12 No

13) Measuring flask range varying from

100 cc to 1000 cc 10 No

14) Funnels 75 mm -150 mm size 4 No

15) Burettes 25 CC 6Nos

16) Godrej large size Almaries 1 No

Page 298: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

17) Quartz type batten operated 1 No

30 cm wall cock.

Two Number of computer sets with printer and UP branded Computer

set of HCL,H.P,ACCER,DEL with core to duo 2.93 processor, 2 GB ddr.

3GBRAM, HDD-320GB DVD writer, Windows7, HB Operating System,

18.50” LCD Moniter ( Screen) Lazar printer of Canon, HP, TVS brand,

UPS of Digital Sine wave type of well known brand.

The chemical house shall be provided with a service door on the side of

mixing channel. The room shall be provided with proper ventilation

arrangements. Railings shall be provided to safeguard the open terrace if

available on the first floor after construction of the chemical house.

Through the pre chlorination requirement vary from plant to plant and source

to source, a tank of adequate capacity shall be provided on the first floor of

chemical house to feed the bleaching powder solution by gravity to the Inlet

chamber. The inlet, outlet and drain arrangement shall be provided for the

same so that it the need arose intermittent pre chlorination shall be possible.

The tank shall be provided with a electrically as well as manually operated

stirrer. The tank may be provided B.B. masonry or R. C. C (M-300).

ITEM NO.16: WASH WATER TANK

A wash water tank of capacity mentioned in the obligatory data shall be

provided above the plant (over first floor) of chemical house. 0.50m free board

shall be provided from the FSI. Up to the roof slab. The staging height of the

tank shall be as per the design criteria mentioned in the obligatory data.

The inlet, outlet and overflow shall be in C.I or M.S. double flanged pipes

only. The access to the tank shall be in the form of M.S. ladders or spiral.

Stair case. If provided above the first floor, then the tank shall have walkways

at least of two sides. A float operated water level indicator shall be provided

for measurement of water level in the tank. M. S. ladders shall be provided for

access from roof slab to the bottom of the tank. Two nos. of manholes with

Page 299: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

covers and adequate no. of ventilators shall be provided over the roof slab of

the tank. The overflow from tank may be connected to the Stilling chamber of

the plant.

One number of lightening conductor as per the relevant I. S. specifications

shall be provided to the wash water tank. The entire wash water structure

should be constructed in RCC M-300 as per IS.3307-2009.

ITEM NO.17 ) WASH WATER PUMP SETS

Two nos. of electrically driven mono block pump set (one working and one

standby) with a minimum 5 H.P power rating, of approved make, shall be

provided to fill the wash water tank. The capacity of the pump shall be

minimum 30,000 liters per hour. The total head shall be 12 to 15 M. It shall

include foot valves, suction piping, non-return valves, isolation valves and

common delivery pipe of adequate size. A local panel board shall be provided

with starters, switches, etc. near the pump sets. The location of pump sets

may be provided in the control room building on the ground floor.

ITEM No. 18 : PURE WATER SUMP

The capacity of pure water sump shall be equivalent to one hour

detention time of the design flow rate of the plant the sump may be in circular

or rectangular in shape the water depth in sump shall be limited up to three

meter with a free board of 0.50 M however the plinth of the pump house

(Overhead the sump )shall be preferably minimum 0.50 M above the ground

level

A suction trench of size 1 M X 1M shall be provided at the bottom of the

sump along its length. The overflow arrangement shall be in the form of

rectangular weir are Bail mouth pipe opening of adequate size discharging

the over flow in to the drain chamber . a drain valve of size 150 MM dia shall

be provided to drain the sump completely up to the bottom of suction pit

.Wherever it shall not be possible to drain the sump completely by gravity.

Page 300: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

(Due to lack of natural drain in the near vicinity of plant ) a small pump shall

be provided for the purpose.

0ne no of manholes of size 0.60 X 0.90 M shall be provided in roof slab of the

pure water sump with C.I. manhole cover .A M.S. ladder shall be provided

from one of the manholes to have access to bottom of the sump . A float

operated water level indicator shall be provided with its indicator board at a

suitable location. The structure should be in M-300.G.I.pipe railing at roof

slab of sump should be provided access in the form of R.C.C. Stair case

from G.L. to floor level of pump house shall be provided.

ITEM No. 19 : PURE WATER PUMP HOUSE

Design and Construction

Pure water pump House shall be located on P.W. Sump suitably or

separately and shall have 50 sq m(fifty sq m) as minimum area. Height of

pump house shall be 5.00 m minimum. Ventilation shall be minimum 20%.

The construction should be In R.C.C. frame structure and brick panels of

minimum thickness of 23 cm. Top slab thickness should be 12 cm minimum

.Doors shall be steel rolling shutter and steel window fully glazed aluminum

sliding shall be provided flooring shall be provided 50 mm Thick polished

Shahabad stones flooring with M100 bedding The pump house column shall

be designed with corbel for 3 tone capacity

ITEM NO.20: SLUDGE DRAINAGE AND DISPOSAL

Sludge drain chambers of minimum size 1. 0 M. x 1. 0 M and with the

required depth shall be provided for all individual drain outlets from various

units of the plant. The top of the drain chambers shall be at least 0.25 M

above the G.L. The invert level of the chambers shall be at least 300 mm

below the drain valves. Rungs shall be provided for access inside the

chambers. The chambers shall be covered at the top with easily removable

pre-cast RCC slab. The BB masonry shall be 0.23 M. thick. The bottom slab

of the chambers shall be of 0.15 M (M-100 grade) concrete with a benching

ofM.I50 grade. The inside surfaces of chambers shall be finished smooth with

cement plaster in C.M. 1:3.

Page 301: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Interconnecting piping of 200 mm dia. and 400 mm dia. Np2 class shall be

provided up to the final drain chamber as per the design requirements. The

pipes shall be jointed with cement mortar 1:2 . The pipes below 200 mm dia.

shall not be used in the system. The entire design and layout of the sludge

and waste water shall be done in such a way so as to avoid back flooding of

the chambers pipe gallery. All units from the stilling chamber upto the pure

water sump shall be provided with draining arrangement as described in the

specifications.

The wash water from filter beds shall be disposed off to the common

collection chambers by minimum 400 mm dia. RCC NP2 pipe. Further

disposal from this chamber shall also be of the same dia. pipe. The drainage

from other units like Flocculator, tube settlers and pipe gallery shall be of

minimum 200 mm dia. RCC NP2 pipes.

ITEM No.22 : SANITARY BLOCK ,

Design and Construction

These should be two identical units and accommodated suitably on each

floor of filter house. It shall be completely closed structure, constructed in

brick masonry with R.C.C. roof slab. The area of the block shall be as per

standard requirements of and factory act provisions.

This block shall consists of

i) 600 mm size Water closets (Indian type) : 2 Nos. 2.50 sq.m. each

ii) Urinals: Separated by Kadappa partition, 3 Nos. 525 mm. size, coloured

iii) Wash hand basin with mirror: 2 Nos.

iv) Bath room with showers, towel rod 1 No. 3 sq.m. Mirror, shelf etc.

iv) All the provisions in the sanitary block shall be of high quality and make

and shall be got approved form the Engineer-in-charge.

Page 302: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The area of the each sanitary block shall be 10 sq m The floor of the entire

block shall be provided with approved glazed tiles.

Dados in glazed tiles shall be provided for all units, for a height of 2.00 M.

Adequate ventilation with exhaust fans shall be provided.

C) Allied Items

Water feeding connection: G.I. pipe lines of required size and lengths

with specials, valves etc. shall be provided for all the units.

ii) Flushing Tank: :- Flushing tank of 14 liters. Capacity shall be provided for

each water closet and urinal respectively.

iii) Sewage effluent connection All units shall be provided with suitable size

3rd length of outlet connection to septic tank.

Septic tank R.C.C. septic tank of 50 person’s capacity shall be provided.

There should be one unit of instant geyser and a shower in bath room.

INTERNAL ROADS

The item shall include designing the works to an attractive layout leveling of

the works site and construction of internal W.B.M. roads of 6 M total width

with carriage way 3.50 Mtr. Width with asphalt topping 40 mm thick. With

side gutters and approachable to each Unit of the plant. Total length of such

a road should be minimum from entrance gate on and ending on exit gate

on.

The construction of roads shall include laying foundation, soling, necessary

for the sub-base, compacting and finally laying the premix bituminous carpet

of 3.5 M ,width and 40 mm compacted thickness to proper grade, camber

and alignment on 400 mm thick compacted sub base including all labour and

material etc., complete as per standard specifications and as directed by

Engineer-in-charge

Page 303: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

TRIAL RUN

The trial run shall consist of a period of 1 year for R.R.Water supply schemes.

This shall preferably in the monsoon or when the raw water turbidity will be

above the average. The contractor shall provide a skilled plant

operator/supervisor for this duration for satisfactory running of the plant. The

Contractor's staff shall train the operator/staff nominated by the Engineer-in-

charge during this period. The Contractor shall run the plant round the clock

during this period and shall maintain a log book to ascertain the quality and

quantity of treated water, consumption of power and chemicals. Any

shortcomings in the quality of raw water shall be made good by undertaking

appropriate corrective measures.

If the trial run of WTP will not started in monsoon then the contractor shall be

give additional 3 months test & trial run of WTP in monsoon with performance

of WTP as per relevant IS.

The raw water, power, and chemicals shall be supplied by the M.J.P. during

the period of trial run.

NOTE:

The drawings enclosed herewith shall be part of the Detailed Specifications

and shall be for general guidance to the tenderer.

Page 304: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

ANNEXTURE A

Specification for Civil Engineering works

C.E.S.-1. General

The following specification shall be applicable to all the civil Engineering works under this contract. Items which are not covered under the following description shall be carried out as per relevant specification in ISS or book of standard specifications 1972 ( Government of Maharashtra Publication) and as mentioned in the proceeding pages.

C.E.S.-2 Materials

1 All the materials shall be of best and standard type as laid down in

P.W.D. hand book volume I and II Red book of public works Department.

I.S. specifications and shall have to be approved by Engineer in

charge.

a) Labour

All skilled and unskilled labour, supervisors site Engineers etc shall be provided as directed by the Engineer in charge

Page 305: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

C.E.S.-3 General Requirements

a. PC.C. Course

All structures shall be provided with minimum 10 cms thick leveling course of P.C.C. M-150 preceding the floor slabs or foundation slabs. This course shall have an offset of 15 cms on all sides and it shall rest on strata of appropriate bearing capacity as per design.

b. Refilling of Excavated stuff

Sides of the structure below G.L. shall be refilled wherever necessary with selected murum from the excavated stuff duly watered and rammed in 15 cms layers.

c. Plinth fillings

The plinth shall be filled up with hard murum in 15 cms layers duly watered and rammed properly.

d. Super structure

The walls shall be in second class T.M. brick masonry in C.M. 1:6 in a framed structure, unless otherwise specifically mentioned panel wall shall be 23 cms. thick while partition wall shall be 12 cms thick.

e. Plaster

All the faces of structure shall be provided with 20 mm thick cement plaster with neeru finish. External surface shall be in C.M. 1:4 while internal in C.M. 1:5. All water retaining faces shall however be in cement plaster in C.M. 1:3 with water proofing compound .

f. Flooring

All floors of building except chemical store and chlorine rooms shall be provided with thick marble mosaic tiles flooring of approved quality and shade. Risers trader, of all R.C.C. stair cases shall also be provided with mosaic or chequered tiles. Tiles shall be laid on 12 cms thick P.C.C. in M. 100 grade for ground floor. At upper floor it may directly laid on R.C.C. slabs skirting of mosaic tiles of one tile height for all in side faces of walls of the building.

g. Doors and windows

All building shall be provided with adequate numbers of doors and windows and ventilators as under.

1. The total shutter area all external doors, windows, ventilators shall not be

less than 20% of the carpet area of structure. All external doors shall be

Page 306: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

provided with C.C. ramps steps for access inside or exit outside the

buildings.

2. All the external and internal windows, ventilators and doors except the

central main door of the filter house shall be of steel and as per I.S.

specification. External door shall have a fan light of 45 cm height. Width of

the main door shall not be less than 1.2 M. and that of others shall not be

less than 0.90 M.

3. The doors shall be half paneled and half glazed windows and ventilator

shall be fully glazed. The glass fitted shall not weight less than 3305

gram/sqm.

4. All fastenings and fixtures shall be strong and of heavy oxidized brass.

Proper locking arrangement shall provided for each unit.

5. All exterior doors, windows, ventilators shall be provided with 75 cm wide

R.C.C. chajja in a box or any other suitable architectural form

6. All window sills shall consist of approved polished kadappa stone of 40

mm thick.

7. The central main external teak wood door of the chemical house shall be

fully panelled and having shutter thickness not less than 40 mm and shall

be of decorative type. The size and type should be provided suitably as

would prove to be a decorative feature. This door shall have a beautiful

R.C.C. canopy. The door shall be provided with best quality of three coats

of French polish of approved shade.

8. All steels doors, windows and ventilators shall be painted with 2 coats of

synthetic enamel paint of approved colour and shade as per standard

specifications.

9. All windows and ventilators shall be provided with M.S. grill of approved

design from the Engineer in charge.

8. Colour snow-chem painting and distempering

(b) All internal plastered and finished faces of the walls, columns, etc shall be

given three coats of oil bound distemper of approved quality and shade.

The ceiling shall be given 3 coats of white cement paint.

Page 307: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

(c) All external plastered and finished faces of wall columns etc shall be given

3 coats of cement paint of approved shade. The finish of exterior face

shall give an aesthetic appearance to the buildings. The external painting

of offsets , pardis ,or as directed by engineer in charge should be in

(Appex Paint )

(d) The colour scheme shall be got approved from the Engineer in charge

9. PVC/ AC rain water pipe lines shall be provided to all the building of required diameters and lengths so as to carry rain water to the side drains of the approach roads.

Page 308: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

ANNEXTURE – B

Specifications for Mechanical Engineering works

General

The following specification shall be applicable to all the mechanical and miscellaneous engineering works under the contract. Items which are not covered under the following description shall be carried out as per the relevant ISS specifications code of practice. In addition to the specifications given below or elsewhere the material shall comply with relevant IS specifications.

M.E.S.-1 Pipes and specials

All pipes and specials unless otherwise stated and except for sludge drainage arrangement shall be of M.S. or C.I. ‘LA’ class pipes. For sludge drainage arrangement R.C.C. NP2 class pipes shall be used. Diameter below 150 mm of R.C.C. pipes shall not be used anywhere.

The filter control piping in pipe gallery shall be double flanged fastened with nut bolts and washers of good quality. Mild steel pipes and specials shall be made out of 8 mm thick plates. All M.S. pipes and specials shall be epoxy painted from outside surface 3 mm thick ply rubber packing with hub-bock shall be used in between the flanged joints.

The material shall be as per respective I.S.S. M.S. or C.I. pipe inserts with crippling flanges for insertion in concrete for sleeves, outlets etc shall be provided by the contractor. All pipes and specials which shall be laid below the floors, walls, foundations etc of plant structures shall be specifically of cast iron and shall be embedded in C.C. 1:2:4 (M.150)

M.E.S.-2 Valves/ Pen stocks/ sluice Gates

All the valves shall be C.I.D.F. type valves shall be of kirloskar / IVC/ BSJ shahu or such other reputed and approved make. Valves shall have the certificate of I.S.I. and shall be as per the relevant IS codes. All valves having diameter 300 mm and above shall have spur gear arrangement for manual operations. dia. below 300 mm shall be with hand wheel for operation.

All sluice gates shall be of approved make and with brass lining. It shall be provided hand wheel for easy manual operation.

All pen stocks shall be brass lined and provided with suitable arrangement for easy and smooth manual operation.

Page 309: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

M.E.S.-3 Pipe Railing

The railing shall consist of 25 mm .dia. G.I. (Medium) pipes in two number of row. The vertical posts shall be or M.S. angle 50x50x6 having attractive appearance placed at 2 M. centre to centre. Its height shall be 90 cm. IT shall be painted in 2 coats of anticorrosive paint of approved quality and shade.

M.E.S.-4 M.S. Stair case

The M.S. stair case shall be fabricated out of 30 cms wide stringers of 12 mm thick plates. The steps shall 1.2 M. wide of chequared plate or C.I. standard type.

M.E.S.- 5 M.S. Ladder

The M.S. Ladder shall be 0.45 M. wide consisting of 65 mm x 12 mm flat stringers with 16 mm dia. M.S. bars in double row at 30 mm c/c. The items shall include all fixtures and painting with 2 coats of anticorrosive paint.

M.E.S.- 6 Water level Indicator

The indicator shall be of 15 cm wide brass plate mounted on C.T. wood frame with necessary graduation. All allied fixtures such as copper float guide chain pulleys, counter weight, indicating arrow, etc shall be provided. The entire unit shall be got approved from the Engineer in charge. The water level indicator shall be able to read water depth up to 3.0 M.

M.E.S.- 7 Rolling shutters

The rolling shutters shall be fabricated from 16 gauge steel lath with side guide, bottom rails, bracket, door suspension, shaft housing box at top, including mechanical gear operation arrangements, locking arrangement shall be provided at bottom at both ends. The shutters shall be painted with 3 coats of anticorrosive paint of approved quality and shade.

M.E.S.- 8 Umbrella type ventilator :- The roof slab of wash water tank shall be provided Umbrella type ventilator .

M.E.S.- 9:- Finishing After entire completion of plant all the mechanical equipment fixture fastening shall be first thoroughly scrapped and clean and then shall be applied with 2 coat of anticorrosive paint of approved quality and color and shade.

Page 310: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

M.E.S.- 10:- LIGHTENING CONDUCTOR

The Contractor shall ensure that any structure, must or other installation

provided by him is adequately designed to minimize damage to the works

from lightening strike.

Any lighting conductors shall be designed in accordance with the latest

edition of the appropriate Indian Standard Code of Practice ISS 2309-

1969.

Earthling systems throughout the works shall be isolated and separate

from lighting conductors.

M.E.S.- 11:-FIRE EXTINGUISHERS

The Contractor shall provide two Nos. of fire extinguishers of approved

make and and as per I.E. rules of capacity of 10 litres.it shall have

approved by department One in panel board and other in laboratory . .

M.E.S.- 12 :-Manhole cover :- C.I. manhole cover and frame shall be 900

mm X 450 mm rectangular as per IS 1726-1991.

M.E.S.- 13 :-Reduction gear box :- The speed reduction gear box for agitator

shall be of reduction gear Elcon or Shakti make it shall be as per relevant IS

specification .

Page 311: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

ANNEXTURE – C

Specification for electrical installations

M.E.S.- 1 General

I. All the electrical installation both internal and external shall be carried out as

per Indian. Electricity rules 1956 and subsequent amendments made to it

from time to time.

II. The work shall be carried out through a licensed electrical contractor

registered with the Government of Maharashtra.

III. All the electrical installation shall be got approved tested and certified from

the Electrical inspector of Govt. of Maharashtra by the contractor at his

own cost.

IV. The damages caused to the civil structures etc during electrical installation

shall be made good by bringing such locations to their normal conditions

i.e. original finish, at no extra cost.

V. All the materials used for electrical installations shall be of standard type and

of reputed make as specified at relevant places hereafter.

VI. All safety measures shall be adopted for all the installations as per Indian

electrical rules i.e. Providing adequate ear thing, proper insulation etc.

VII. The general layout of internal and external electrification

of the entire plant shall be got approved from the Engineer in charge well

in advance. Necessary modifications shall have to be carried out as per

instructions of the Department at no extra cost. The tender drawing, if

provides, is indicative, however, the contractor shall justify his layout with

tender specifications.

VIII. All the external and internal electrical installations shall

be properly screwed to poles and walls respectively to with stand storm,

rains etc.

IX. The electrical installation internal and external shall be adequate and should

have decorative finish keeping in view of architectural beauty of the civil

structures.

Page 312: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

X. The entire electrical installations, both internal and external shall be

commissioned to the satisfaction of the Engineer in charge without any

extra cost and shall be covered with guarantee fro calendar months for its

performance, design equipments and workmanship, from the date of

commissioning.

M.E.S.- 2 Scope of work

The job involved in this consists of providing erecting and commissioning of electrification necessary allied equipment with its fixtures and accessories for the entire plant structures as per schedule ‘B’ of the Tender both external and internal including yard premises of the treatment plant. Adequate electrical power in 400/440 volts 50 c/s shall be made available for such work to the contractor, who will design and install and panel board for entire internal and external electrification and power requirement to the prime movers of all mechanical equipment of treatment plant i.e.flash mixer, clariflocculator including its flocculator, mechanism and end carriage, alum solution tank equipment wash water pumps and air blowers, sampling table etc.

The contractor shall have to install his panel board in a separate room in the filter house to be constructed by him.. Adequate illumination shall be provided both internal and external sufficient number of plug points shall be provided. The external electrification will be done by laying underground cables as per Indian Electricity rules. The scope be also includes the essential items of work and material required but not specified anywhere in specifications.

M.E.S.- 3 Item wise Requirements

1. Motor

All the prime movers required for mechanical equipment of water treatment plant should be of suitable H.P. 3 phase squirrel cage induction motors working on 440 volts 50 c/s rpm 1440 class of insulation B.I.S.I. mark.

Recommended Makes:- Kirloskar, siemens, jyoti, Crompton.

2. Starters

Direct on line starters for motors up to 7.5 H.P. star delta starters for 7.5 H.P. to 20 H.P. shall be provided . These starters shall be fully automatic.

Page 313: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Recommended Makes :- As per MJP’ s approved list.

3. Panel board

All Pannel board should be box type

A) Common panel board

The panel board shall be designed for the complete electrical load of treatment work i.e.. for prime movers or mechanical equipments of mechanical flocculator with its end carriages, agitators of chemical tanks , alum solution tanks, bleaching powder solution and wash water pumps, etc and for entire load of internal and external electrification, ceiling fans etc.

It shall consist with main in-coming switch of adequate capacity of bus bars of suitable section of copper designed for capacity considering above electrical load. Ammeters and voltmeters of suitable range with rotary selectors’ switches, phase indicator lamps with switches, ICTPN switches of adequate capacity with re wire able fuses. The panel board shall be of 14 swg thick MS sheet cubical type closed type with panel opening from rear side for carrying out inspection operation and maintenance. Suitable ICTPN re-wirable fuse units of adequate capacity shall be provided for lighting load. This panel board shall be housed in a separate room as per direction of the Engineer in charge.

Individual local push buttons :- The local push button control in Flocculator wash water pump and agitators shall consist of main switch of adequate capacity with HRC fuse DOL starter /Star delta starter capacitor and single phase preventer . The location of local push button switch shall be near the application points.

The panel board shall be reputed make e.g. Siemens, L.T. and switch gear and all other allied equipments of L.T. and L.K. or of other reputed make should be used subject to approval of department .

c) Panel board for wash water pump

The panel board for wash water pumps shall have bus bar chamber phase indicator lamps with switches, ammeter and voltmeter of suitable range with rotary switches, starter with single phase preventer, ICTP switches of adequate capacity with fuses etc. and shall be housed as per direction of Engineer in charge. The panel should be fixed with integrated hour counter.

Page 314: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

f) Panel board for Alum mixing Mechanism

The panel board shall also include main switch of adequate capacity with rewirable fuses, DOL starter and single phase preventer.

Note:-

The location of all above panel boards shall be at places considering the operating convenience and shall be properly installed as per directions of the Engineer in charge. Suitable starters, DOL, Star-delta or auto transformer starter as the case may be, shall suitably install in panel board. All materials, panel board drawing showing all necessary switches & equipments, Drawing of internal & external electrification etc. shall be got approved from competent authority before supply.

Recommended Makes

The panel board shall be of factory finished and switch- gears and all other allied equipments of L.T. and L.K. OCB of LTLK meters- AEI make & lamps, fans, flood lights M.V. lamps should be of crompton, Bajaj, Philips make only.

4. Cables

For connecting motor of various H.P. and panel board suitable 3.5 / or 3 core aluminum cable of adequate capacity with regard to starting current of motor shall be provided and shall be reputed make ( I.S.I. makes) confirming to I.S. 1554-1964 and laid as per standard practice in a channel as per Indian Electrical Rules. All cables shall be sized considering duct rating and shall have minimum 10% current margin above duct rating. The voltage drop should be restricted to 10 volts.

Recommended make:- I.C.C., Siemens, Gloster, Tropodur with I.S. Mark

5. Wiring

a) Internal

Point wiring with 2 x 1.5 sq m PVC aluminum wire shall be provided in a M.S. conduit of 16 gauge and 25 mm. dia. with continuous G.I. earth wire of 14 S.W.G. complete with shock proof accessories erected on Formica topped. T.W. Block. The M.S. conduits pipes and all necessary conduit specials e.g. bends, tees, and crosses, elbows, inspection and distribution covers cut out etc shall be provided.

Recommended make

I. PVC sheathed wires- Aluminum conductors 250/440 volts Henlay, Gloster,

Finolex

II. Conduit pipes :- I.S.I. mark

Page 315: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

b) External

All the external wiring will be done using cable of suitable section 2 core aluminimum armored cable suitably erected with earthling in ground below 60 cm. With necessary screened, Sand column of 15 x 15 cm and cable placed exactly at centre or the sand column and bricks placed at both sides and top of the sand column as per I.E. Rules suitable on top cable and cable boxes Gland shall be provided.

Recommended makes :- I.C.C., Siemens, Floster, Tropodur I.S.I. mark

c) Poles ( Minimum 10)

6. Illumination

i) Internal

White enameled industrial type fluorescent fitting of 22 gauge M.S. sheet open ended reflector with 1.2 M ( 4 ft) x 40 watts tube, starter and polyester heavy duty chokes, with decorative cover completely wired up with holders erected on T.W. block. It shall be mounted with two ball suspension places and flush with ceiling with all its accessories i.e. ceiling rose. etc at places as directed. It shall be mounted in zig zag pattern on walls where suspension type is not possible but exclusively as per direction of the Engineer in charge. The rate of illumination shall be 40 watt/ 10 sqm. or as approved.

ii) External

Whether proof and water proof street light industrial type fluorescent for single 1.2 M ( 4 ft) tube consisting of coat aluminum body finished in silver gray enamel and M.S. sheet flat reflector in white store enamel complete with one piece mounded plastic cover enclosed in a metallic frame with rubber lining etc complete polyester heavy duty choke and lock type holders erected in decorative manner on poles. The fluorescent lights on street shall be spaced not more than 20 M centre to centre around the structure.

Recommended make

Fluorescent fittings with tube rods of 40 watts and 1.2 M ( 4 fit) long polyester heavy duly choke lock type holders starters, etc. should be of same make e.g. Philips G.E.C. bajaj, crompton

v) Automatic Emergency Lighting

8 Nos. of automatic emergency light units with flexible cord and 3 pin plug of reputed make suitable for 230 volts shall be provided.

Recommended make :- Quality, Marlex, Bajaj or as per approved.

Page 316: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

a) Ceiling Fans

Ceiling fans as per requirements & as per approval of competent authority. ceiling fans of approved type with condenser, A.C. 50 cycles/ second. 230 volts and 1400 mm sweep complete with all fixtures e.g. fan clamps M.S. flat nuts and bolts and with regulator canopy and down rod of required length.. The down rod shall be long enough so that a clear distance between the floor and the fan blades shall not exceed 2.6 M. The ceiling fans shall be provided as per I.S. and relevant practice as per directions of the Engineer in charge. Ceiling fans shall be provided to all the buildings of the plant, stores and the portion of filter house. All ceiling fans should be of one make only.

Recommended makes :- GEC, Usha, Rally, Crompton, orient fans with regulators of same make.

8) Ear thing

Ear thing for electrical installation both internal and external including panel board and motors with adequate capacity of aluminum wire of suitable gauge shall be provided at all suitable places and all ear thing stations shall be inter connected so as to ensure maximum safety and G.I. plate charcoal, salt etc. shall be used as per Indian Electrical rules and as per IS 3043/1966. The ear thing wires will run along conduits up to plug points and as per the direction of the Engineer in charge.

9) Switch Boards with switches for building wiring

Piano type switches and three pin plugs shall be provided and properly fixed in T.W. block of suitable size with sun mica top. Sufficient number of such switch boards for operating convenience shall be provided with indications of fans lights etc. on it.

10) Power wiring

Power wiring with 6 No of plug points and switches of 15 amps. 230 volts suitable for operation of electric power drilling machine and grinder shall be provided only, in wash water pump house, re- circulation pump house, and blower rooms 2 No. in each. This shall be addition to the general plug points provided.

Page 317: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

General, Specifications, Technical Specifications and Design

Criteria.

7) General Note

1.1 Design Criteria, Structural and General.

1. 1.1 The contractor shall quote his offer in Schedule 'B' for the

complete work of

constructing unconventional Water Treatment Plant to be carried out as

per his own design based on the data furnished in this document.

He shall tender the rates in Schedule 'B' for construction of complete

unconventional Water Treatment Plant including commissioning. trial run.

water tightness etc. complete.

The work shall he carried out as ISS the relevant ISS (latest edition). "Red

Book" published by PWD department of Government of Maharashtra and

practice in vogue in Maharashtra Jeevan Pradhikaran. The structures shall

he designed for seismic forces as per the recent declaration of zones

wherever necessary.

1.1.2 The work or providing and constructing unconventional WTP ESR

Wash water drainage arrangement. Including providing. Designing.

Constructing. Giving water tightness test. Trial run shall he carried out as

per relevant ISS. Standard specifications (Red Book published by PWD of

Governrnent of Maharashtra and practice in vogue in Maharashtra Jeevan

Pradhikaran).

Page 318: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The contractor shall submit the name. qualifications and experience of

Design Engineer who has prepared detailed RCC calculations or who will

prepare design and drawings on acceptance of the tender. The authorized

representative of the designer will have to inspect and certify the works at

foundation level and every beam level.

1.1.3 The Design Engineer has to prepare and submit a note on design

methodology and construction and drawings in two copies through the

contractor.

The note should indicate. general description. and salient features of the

design covering the following points:

1 Capacity: General layout site of structures.

2 Shape and type of wash water tank.

3 Staging height of tank indicating various levels

4 Safe hearing capacity assumed in the design or safe hearing capacity

or strata based on actual investigation report of laboratory and type of

foundation provided with proper justification.

5 Maximum and minimum subsoil water level.

6 Site plan showing location of WTP, ESR. Sump.

7 Line diagram showing dimensional and sectional elevation with

important levels.

8 Design parameters proposed to he adopted for detail design.

Page 319: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

1. This note on design will be subjected to thorough check by the

Engineer-In-Charge of the owner and the tender will he accepted and

work order issued by the competent authority only after verification that

the design to be offered will fulfill the requirements or the design as per

tender specification.

1.1.5 After acceptance of tender. the contractor will have to submit six copies of

detailed design and drawings of the structure within 30 days of

acceptance of the tender.

1.1.6 The Design Engineer will he required to attend the office of Engineer in

Charge for preliminary discussion for scrutiny remarks. etc. whenever

required with all reference data. Books. IS specifications. Etc. at his own

cost.

1.1.7 It will he binding on the design Engineer of contractor to clarify. modify.

redesign and prepare drawing after compliance of scrutiny remarks by the

owner. or his representative such as an Engineering College within 15

days of communication of remarks.

.

i. On approval of the design, contractor shall supply free of cost six sets of

design and drawing duly bound for use of the owner. The contractor shall

also furnish the details of steel requirement along with programe of

execution for completion of work within the time limit stipulated in the

tender.

1.1.9 Security Deposit of the tenderer shall be forfeited if he fails to modify his

design as per scrutiny remarks within specified time after compensation as

per tender agreement.

Page 320: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

1.1.0 Even though the design and drawing submitted by the contractor are

approved by the owner/Engineer-in-Charge. the contractor will not be

relieved or his contractual obligation to hand over the structure in sound

condition duly tested. .

In case or any damage/failure either during construction. testing or after

commissioning whether due to faulty design or defective construction. all

repairs or reconstruction of the structure shall have to he carried out by

the contractor entirely at his risk and cost.

No claim for such repairs/reconstruction shall he entertained.

2 Common Conditions

1.2.1 The contractor at his own cost shall provide necessary housing

accommodation and the sanitary arrangement for his staff and lahour and

shall pay direct to the authorities concerned all rates. taxes. Royalties and

other charges. The contractor shall also comply with the requirement of

the Health Department as regards anti-malaria measure etc.

1.2.2 A work order hook-shall be maintained on site of work and the orders

given by the Engineer-In-Charge shall be signed and carried out by the

contractor.

The contractor shall construct a temporary shed of about 20 sq.m for use

as office for inspection of works within _30 days of work order. The shed

shall he the properly of the contractor.

1.2.3 Water required for execution of the work and for the water tightness lest of

the reservoir shall he supplied by the contractor at his own cost in the

manner satisfactory to the Engineer-In-Charges of work.

1.2.4 All materials to he used shall conform to the relevant specifications as per

latest version of Indian Standards. Unless otherwise stated in the detailed

specifications of items of work.

1.2.5 Wherever a reference to any I.S. appears in specifications. it shall he

taken to mean as a reference to the latest versions of the standard.

1.2.6 The work under this contract includes the supply of material at site of work

Page 321: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

including railway freight. loading., carting unloading stacking-as directed.

insurance. local taxes. etc.

1.2.7 The contractor shall he responsible for observing the laws. rules and

regulations under the "Minor Mineral Act" and such other laws and rules

prescribed by the Government from time to time.

1.2.8 The hydraulic test of water retaining structure: shall have to be given by

the contractor without any extra cost. The filling of the reservoir WTP or

any other water retaining structure shall be carried out gradually at the

rate not exceeding 30 cm rise in water level per hour and shall not exceed

2.0 meters in 24 hours and total period of 72 hours. Records of leakages

starting at different level of water in the reservoir if any. shall be kept. The

reservoir once filled shall he allowed to remain filled for seven days before

any readings drop in water level arc recorded. The level of water shall be

recorded again at subsequent intervals of 24 hours over a period of seven

days. The total drop in surface level over a period of 7 days shall he taken

as an indication of the water tightness of the reservoir. which for all

practical purposes shall not exceed 40 mm.

If the structure does not satisfy the condition of test and the daily drop in

water level is increasing the period of test may be extended for a period of

seven days and if the specified limit is then reached the structure may he

considered as satisfactory. 10 % payment shall he with held till

satisfactory test is given.

1.2.9. If even after extending the period of test. the drop is more than

permissible. the contractor should empty the reservoir. Rectify the rectify

1n tank by re-plastering whenever necessary. Applying water proofing

paint. etc. and give the water tightness test till the drop in level is within

permissible limits. This shall he repeated at the cost of the contractor

without claiming extra cost.

Page 322: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Any delay in giving water tightness test will invite penal action under

relevant clauses of tender agreement.

1.2. 10 The contractor shall provide cement plaster to the external faces of the

structure in CM (1:4) 12 mm thick. if required or otherwise smooth finish

until satisfaction of Engineer in charge will be accepted.

2. Criteria For Design of Water Treatment Plant

2.1 The structural design or water contained water tank shall conform to' the

following standards, specification and Codes of Practice of I.S.I.

IS: 456 Code of Practice for plain and reinforced concrete latest

Edition)

IS: 875 Code or Practice for Structural safety of building. Loading

Standards (latest edition)

IS: 3370 Code of Practice for concrete structures for storage of

Part I to IV liquids (latest edition)

IS: 1893 Criteria for earthquake resistance design or structures

(Latest edition)

IS: 13928 Ductile detailing or RCC structures

IS: 13920 seismic forces

Page 323: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2.1. 1 General

Hydraulic design or various components shall he as per capacity of the

container of the tank shall be the volume of the water it can store between

the designed full supply level and the lowest supply level.

2: 1.2 Free Board is the indication of space provided above full supply level

and shall he measured at a vertical distance above F.S.L. up to soffit or

beam supporting the roofs slab/dome. or the top wall for a open water

retaining structure. It shall he normally 50 cm. unless permitted otherwise

of specified in obligatory data.

2.1.3 Height or staging shall be the vertical difference between lowest supply

level and the average ground level at the of tank.

2.1.4 The walls of container shall he designed for free hoard full condition.

2.1.4.1 The tank foundation and other members of the structure shall

also be designed for free board full condition.

2.1.5 Parts of the tanks in contact with stored water and enclosing water

hoper above F.S.L. shall be in concrete M.300 or even in richer grade.

2.1.6 The supporting structure shall be designed in M. 250 grade or

in richer grade if specified and casting should be in M 300 only .

2.1.7 The allowable bearing pressure of safe bearing capacities are

indicated. Bill of quantities. The tenderer is, however, advised verify actual

strata before tendering and designing the structure and offer suitable

design with full justification.

Page 324: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2.1.8 Not with standing anything mentioned above if directed by the

Engineer in Charge the contractor shall carry out actual strata exploration

as mentioned in para 0.2 of IS 1892-1979 through a Government

laboratory and adopt bearing capacity so arrived for the design.

2.18 The factor of safety shall he adopted as per clause 6.1 (a) of IS

6403-1971.

2.1.9 If the foundation consists of individual column footing clear

distance between edges of footing shall he not less then width of footing.

2.1.11 The foundation should he checked for negative pressure on soil

due to combined direct and bending stresses. Negative pressure shall

not he allowed on the foundation soil.

2.1.12 For special type of foundation. like pile foundation under reamed pile

foundation. etc decision of the owner/Engineer-in-Charge shall be final

and binding on the designer.

2.1.13 Classification of soil and characteristics of soil relevant to S.B.C. and

A.B.B. shall be as per the soil investigation reports of Government

institution/ Government approved investigators.

2.1.14 For the design of foundations of the solid raft type the Plate Theory

shall he adopted.

Page 325: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2.1.15 In normal circumstances, minimum 100 mm thick plain cement concrete

with 100 mm projection all around in grade M.100 with coarse aggregate

as metal shall be provided as leveling course unless specified otherwise.

Where injurious soils or aggressive water arc anticipated the leveling

course shall be of grade not weaker than M 150 and if necessary sulphate

resisting or other special cement shall be used and the thickness of the

leveling course shall be kept not less than l50mm. The ground level within

the foundation area of the structure shall be consolidated properly with

suitable slope to drain out rain water outside the foundation zone.

2.1.16 In the vicinity of lines collieries. and blasting sites m areas which may he

subjected to blast or shock, the tank shall he designed for dynamic forces

adopted to shock.

2.1.17 Member of tower which are primarily subjected to dynamic stress shall

he checked for ductility of the members at joint.

2.1.18 For wash water tank/water containers at the base of the tower (i.e. ground

level) all columns shall be tied together just above foundation level by a

structural member such as brace or a tie ring beam. Internal braces shall

he provided for staging having 6 columns or more at each brace level.

Braces shall he invariably provided at G.L. The centre to centre distance

between braces shall not exceed 4.5 M.

2.1.19 Column may he assumed as fixed at the top of footing.

2.1.20 Following shall be the minimum thickness of various members of the tank

container.

Roof slab 120 mm

Bottom slab 200 mm

Page 326: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Roof dome 100 mm

Vertical wall of container 200 mm

Inclined wall or shall 200 mm

Shuttering on both sides 200 mm

i)Slope with the horizontal more than 30 deg. 200 mm

ii) Slope with the horizontal less than 30 deg. 200 mm

2.2 Loads

2.2.1 For all RCC and PCC components unit weight of concrete shall

be taken as 25000 N/Cum and 24000 N/cum respectively.

2.2.2 Water load and snow load shall be taken as per IS. 875-1964 or

its latest revision.

2.2.3 Live load on gallery all round the elevated tank shall be

considered as 5000 N/sq m.

2.2.4 No live load may be assumed, while designing the staging ( or

tower) and

foundation for seismic loads and wind loads, in tank empty

condition.

2.2.5 Wind load as per Fig. I.A. i.e. Basic maximum wind pressure

map of India

Including winds of short duration as in squalls as per IS 875-1964. Code of

practice for structure safety of buildings. Loading standards or it’s latest

revision shall be considered. Reduction factor as per Note 3 of Clause

4.4.2 shall not be applied to water towers.

Page 327: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2.2.6 Seismic forces on the tower shall as per IS 1893-1975 or its

latest revision. Wind and seismic forces shall not be assumed be act

simultaneously.

2.3 Increase in permissible stresses

2.3.1 Where stresses due to wind or earthquake temperature and

shrink effects

are combined with those due to dead, live and impact loads the stresses

specified in tables 13, 16 and 17 of I.S. 456- 2000 may be increased up to

a limit of 33 1/35.

2.4 Design

2.4.1 Shape of structure shall be the most economical as directed by Engineer-

In-Charge and shall he selected depending upon site conditions. .

2.4.2 Design shall be based on the worst possible combination of various loads,

moments, and shears. Resultant stresses in the tank following cases.

1) Tank full

2) Tank Empty

Tank full means depth of water inside the container is up to full height of the

container including free hoard.

2.4.3 Design shall be based on accepted bases and methods of design as well

as the provisions of IS 3370 IS 456, IS 1343. Code of Practice for pre-

stressed concrete. IS 2210. Latest version of ISS shall be referred.

However methods based on experimental investigation as mentioned in

para 18.2 ‘C’ in IS 456-2000 shall not be entertained.

2.4.4 The parts of the structure neither in contact with the liquid on any face nor

enclosing the space above the liquid as in the case of staging of a tower

on working stress method in accordance with the requirement of IS 456-

Page 328: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2000 staging should be further checked for ultimate load conditions to

ensure the desired margin of safety as per Clause 46.300 of IS 456-2000

Design of members other than those excluded by Clause 2.4.4 above (i.e.

roof, walls. floor. etc of the container) shall be based on consideration of

adequate resistance to cracking as well as adequate strength. Calculation

or stresses shall be as para 3.3.2 of IS 3370 (Part iv) or its latest revision.

2.5 Permissible Stresses in concrete for Resistance to Cracking

For calculation relating to the. Resistance of members to cracking the

permissible stresses in tension (direct and due to bending) and due to

bending) and shear shall conform to the values specified in Table I of IS

3370 (Part iv ). "The permissible tensile stresses due to bending apply to

the face of the member in contact with the liquid. In members with

thickness. Less than 225 mm and in contact with the liquid on one side.

These permissible stresses in bending apply also to the face remote from

liquid.

2.5.1 For strength Calculations

For strength calculations. the permissible concrete stress. shall be in

accordance with para- 44 of IS 456-2000 where the calculated shear

stress in concrete alone exceeds the permissible value reinforcement

acting in conjunction with diagonal compression in the compression in the

concrete shall he provided to take the whole of the shear. The maximum

reinforcement shall conform clause.

a) 25.5.1.1

b) and 25.5.1.2 of IS 456-2000

2.5.2 The permissible compressive stress (direct) in shells (i.e. Top dome.

conical wall and bottom dome) shall be reduced by 43% for 10 cm thick

shells. For thickness more than 30 cm the compressive stress shall be

reduced by 15% and for intermediate thickness i.e. 10 cm 30 cm linear

Page 329: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

interpolation shall be done.

2.6 Permissible stresses in steel

2.6.1 For strength calculations (concrete assumed to he cracked) the

permissible stresses in reinforcement shall he as per table 2 of 3370 (part

iv) (its latest revision). For tor steel, the stress shall be as IS 1786-1979

cold Worked steel high strength deformed bars for concrete reinforcement

or its latest revision. .'

2.6.2 The modular ratio 'm' for different concrete mixes shall be as under:

Grade of Concrete Modular ratio ‘m’

M: 150 19

M : 200 13

M .250 11

M 300 10

2.6.3 The analysis of staging of the tank shall he done by using any established

method such as portal frame method. etc. The staging shall be analyzed

for combination of dead leads. live loads and wind or seismic loads. The

effect of continuity or beams at the junctions shall he properly accounted

and column reaction worked out for different combinations of loading, axial

forces. shear forces. bending moments and torsion be calculated in the

members.

2.6.4 Modules of elasticity of concrete Ec shall be taken as 5700 Eck where Ec

is the is the characteristic cube strength of concrete in N/sqm. as per

Page 330: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

clause 5.2.3.1 of IS 456- 2000.

2.6.5 Columns shall be checked for tensile stress for both the conditions

mentioned in para above. in combination with axial tension and bending

due wind and seismic loads and shall he checked for maximum tensile

stress arrived.

2.6.6 Stability or the structure shall he checked as per provisions or clause 19 of

IS-1978.

2.7 Age Factor

2.7.1 Age factor for increasing strength shall not be considered for the design.

2.8 Units

Design should be in Metric units only

2.9 Detailing

2.9.1 Minimum Reinforcement for water retailing members

The minimum reinforcement in walls, floors, roofs in each of two directions

at right angles shall have an area of 0.3% of the concrete section in that

direction for sections up to 100 mm thick. For sections of thickness greater

than 100 mm and less than 450 mm the minimum reinforcement in each of

the two directions shall be linearly reduced from 0.3 % for 100 mm thick

sections to 0.2 % for 450 mm thick section. For section of thickness

greater than 450 mm minimum reinforcement in each layers of reinforcing

steel shall be placed one over each face of the section in make up the

minimum reinforcement specified in this clause.

2.9.2 The minimum reinforcement specified in 2.9.1 above may be

decreased by 20 % in case of high yield strength deformed bars

conforming to IS 1786-1966 or 1139-1966.

2.9.3 Covers to Reinforcement

2.9.3 Minimum clear cover to reinforcement shall be as per ISS 3370 ( I to

IV) and 456

2.9.4 For members of structure in contact with water effective cover shall not be

Page 331: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

more than 60 mm for bars subjected to bending stresses. For bars

subjected to pure tension the effective cover shall not be more than 75

mm.

2.10 Spacing of Reinforcement

2.10.1 Spacing of reinforcement shall be as per para 25.3 of IS 456-2000

2.10.2 Spacing of lateral ties for column shall satisfy the provisions of para

25.5.3.2 ‘C’ of IS456-2000

2.10.3 Reinforcing steel which accounts for resisting moments, tension etc. i.e.

other than temperature and shrinkage steel, shall comprise of minimum 8

mm.dia. for ribbed bars and 10 mm. dia. for mild steel bars For

compressive members the minimum dia of main reinforcement shall not

be less than 12 mm.dia.

2.11 Note

a) In case of dispute regarding interpretation of any of the above clauses, the

decision of the owner or his representative will be final and binding on the

designer and contractor.

b) In case of any clause not included in the above criteria, the decision of the

owner or his authorized representative will be final and binding on the

designer and contractor

3. Technical Specification

General

3.1 The tender is inclusive of necessary excavation in all types of soft and

hard strata, lean concrete below foundation, foundation concrete, RCC

footing, container tank covered with RCC roof slab/ dome, with RCC

ventilator in the roof R.CC stair case or M.S. ladder, lightning conductor

G.I. pipe railing, fixing of pipe assembly, valves, construction of B. B.

Masonry chambers. providing and laying R.CC pipe line for drain, cement

plaster for tank from inside with waterproofing material neat finishing

cement based paint from outside painting capacity, name of scheme, etc.

Page 332: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

on body wall of tank, etc. complete as per detailed specifications for all

units of WTP, Sump Pump house, etc. complete;

3.2: Clearing of Site

Before starting the work the site shall he cleared of all shrubs. grass and

.other vegetations including large and small bushes, all stumps, removal

of roots, cutting and disposal of small trees up to 300 mm girth, etc, (The

girth shall he measured at a height of 1.5 meters above (1.1) The site to

be cleared shall consist of the entire area required to be cut down to

accommodate. The contractor shall make himself familiar with the local

rules and regulations pertaining to land clearance, special requirements of

forest areas, wherever applicable, and the work shall be carried out in

strict accordance therewith.

3.3 Excavation

The sick slopes of the cutting shall generally have the following slopes

for stability:

a) 1:1 slopes for excavation in earth, murum, boulders, etc.

h) 1 :2: 1 slope for excavation in hard murum,

c) No slope will be allowed for soft and hard rock.

If. however, the strata met with can sustain safety, steeper slopes than

those mentioned above may he permitted with the prior written permission

of the Engineer-'In-Charge of the work. .

3.4 Dewatering or Pumping

If pumping or dewatering of water is required to be done at any time

during excavation, the contractor shall arrange for such draining by

excavating channels, pumping or otherwise and shall maintain such

arrangements the satisfaction or the Engineer-In-Charge for such a period

as may be required The discharge of the dewatering pumps shall be

conveyed to drains and shall not be allowed to be spread in the vicinity of

the work site. All cost for such arrangements including pumping shall be

borne by the contractor and no extra payment shall be admissible for such

Page 333: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

operations. .

Open cutting shall be suitably shored, sheeted and braced, if required by

the Engineer or by site conditions or to meet local laws. For protecting lift

property adjoining work site.

Adequate shoring and strutting shall be provided by the contractor at his

own cost warped or deformed timber shall not be used. The shoring shall

project a least 150 mm above ground level and shall extent to a suitable

depth below and bottom. Wherever necessary the planks or struts shall be

driven by compressed air pile drivers. The planks shall be fixed close

enough to avoid running in of sand or earth through the joints. The shoring

materials shall not be size less than those specified below, unless steel

sheet piling is used or unless approved by the Engineer in writing.

a) Planks 5 cm thick

b) Walling pieces 10 cm x 20 cm

c) Struts 15 cm 20 cm

For walling pieces round timber shall not be allowed in a vertical plane,

there shall be at least three struts or more as directed by the Engineer.

They shall rest on walling pieces. The spacing of the struts shall be as per

equipments. At the bottom, extra struts shall have to be provided if

ordered by the Engineer in charge.

1. The excavated material shall be transported by the contractors

and stacked at suitable places as directed by the Engineer in charge. The

stacks shall be made outside the area of excavation and shall not

endanger the work in any way and shall avoid the obstruction to footpaths,

road- driveways, hydrants, access to the properties and work sites. Gutter

shall be kept clear. Natural water courses shall not be obstructed.

Separate stacks shall be formed for

1. rubble considered suitable for masonry work or road work

2. rubble of inferior quality and boulders

3. soft rock, earth murum

Page 334: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

d) road spoils up to 150 mm size.

3.6 General Requirements

3.61 Cement concrete shall be in accordance with IS 456-2000 lime and coarse

aggregates shall be conforming to IS 383-1970 or its latest revision. The

selection of the type of fine and coarse aggregates to be actually used shall be

as directed by the Engineer in charge. The proportion of fine and coarse

aggregates and water to be actually used shall be such as to produce dense

concrete to the required standard.

3.7 C.I/M.S Pipe Assembly or Flanged and Sand S Pipes and Specials

and Sluice Valves

3.7.1 Detailed drawing showing the pipe assembly with pipes. specials. valves

etc. shall be obtained from the owner before fixing the pipes. specials.

valves vertically and horizontally. The drawing shall also shown bye pass

arrangement from incoming main to distribution as also the draining of

overflow and washout.

3.7.2 For duck foot bend plain concrete block of adequate size and in M 150

grade shall be provided by the contractor. These concrete blocks shall rest

on firm ground (and not on refilled soil) or on the raft shall and shall have

to minimum depth of 600 mm. The width of the block shall he such that it

should have an off set of 150 mm on all sides.

3.7.3 Thrust blocks of adequate size and in M-150 grade shall also he provided

wherever required or as directed by the Engineer-In-Charge.

3,7.4 All the C.I./M.S. flanged pipes. S and S pipes. specials. and sluice valves.

M.H. Frame and covers as per requirement will have to be provided by the

contractor. Jointing material shall he provided by the contractor at his own

cost and got approved from the Engineer-In Charge before using. Pig lead

if required shall he procured by the contractor. Material shall he as per

respective ISS. MS or C.I. pipe insert with middle flanges for inspection in

concrete for inlet. outlet. overflow. etc. shall also he provided by the

contractor without claiming extra cost. Material shall he as per respective

I55 M.S. or C.I. pipe inserts with crippling flanges for insertion in concrete

Page 335: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

for inlet outlet overflow. etc. shall be provided by contractor.

3.7.5 The pipes before using shall he cleaned properly from inside. The vertical

pipes shall be fixed exactly in pump. The horizontal flanged and/or Sand

Spires shall be laid to proper grade and alignment. The flanged pipes and

specials and sluice valves shall be jointed by means of nuts and bolts

washers. and 3 mm thick three ply rubber packing with hub block The S

and S joints shall he made with rubber gasket or pig lead as directed.

The sluice valves shall be fixed on horizontal pipe line for inlet and outlet.

washout and bye pass. Pipes sha1l have to be cut by the contractor if

required without claiming extra cost.

The vertical pipes specials and valves sha1l he painted with three coats of

Anticorrosive paint after jointing and testing.

For draining the washout R.C.C. NP2 class. pipes as specified in the

drawing shall he provided laid and jointed by the contractor.

This work includes giving satisfactory hydraulic test to the required head of

water and all material. equipment and labour shall he arranged by the

contractor at his own cost.

1.7.6 The horizontal pipes shall have minimum cover of 1.0 M

chambers of adequate size and height / depth as required shall

be constructed for sluice valve in brick masonry 225 mm thick in

C.M. 1.6. The foundation concrete shall 150 mm thickness in

C.C. M.100. The inside shall bb cement plastered in C.M. 1:3.

The outer side shall he pointed in 1:2 P.C.C. coping 100 mm

thick cast in situ in CC M.150 (1::2:4) and including providing and

fixing of C.I. M.H. frame and Cover medium duty of size 0.9 M x

0.5 M as per 25-1726-1997.

1.7.7

• Water level Indicator

A water level indicator shall be provided and fixed, reading depth of water

in meters up to 10 cm. The system shall consist of un corrodable materials

Page 336: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

and shall be simple and easy in maintain. The water level indicator shall

be provided and fixed as approved and directed by Engineer in Charge.

The indicator shall be full scale to up to 3.0 meters and ratio type above

3.00 meters height. Alternatively man metric gauge or electric water level

indicator call he offered.

• Access to Roof

Access to the roof and entry to the inside of the tank shall he provided by

MS ladder of 45 cm width at roof of tank. The access to roof manhole

shall be provided with parapet or (i.1. pipe railing. At ground level or at

walk-way level. the access for going up shall be provided with a M.S. door

and locking arrangement.

6, G.I. Pipe Railing

G,I. Pipe railing at roof !eve! shall be provided as per details given in para

7.22.

7. Painting

Name of the project and capacity of RCC GSR/ESR/WTP shall be painted

on contractor.

8. At least two C.I. manholes frame and cover with locking arrangement

shall be provided diagonally in opposite directions with ladder for entering

into the container for maintenance purpose. The size or manhole frame

and cover shall he 900 mm x 450 mm rectangular as per IS 1726-1991

9. Lightning Arrestor

Lightning arrestor shall he provided at the highest level on the roof of the

tank as per IS 2309-1969. Code of Practice for protection of buildings and

allied structures against lightning. Position and height of lightning arrestor

shall be such that the whole structure shall be enclosed within cone

having it apex at tor end of the arrestor and generated by a line inclined at

60 deg. to the vertical. The arrestor shall be suitably earthed. .

a) Ventilator

The roof of the tank shall be ventilated by providing cowls or shaft

Page 337: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

ventilator 1.00 meter x 1.5 meter height with mosquito-proof net for

ventilators. The net shall fixed with proper framing. Ventilation area shall

not be less than 0.04% of the free water surface when cowl type

ventilators are provided.

b) Waterproof Plaster

20 mm thick water proof plaster in CM 1:3 shall be provided on the inner

sides of the container and top of the floor slab of the container using

minimum 1 Kg. of water proofing powder per bag of cement or as per

manufacturer's specifications used for preparing motor for plastering,

c) M.S. Ladder

The contractor shall provide and fix 450mm wide M.S. ladder for gelling

inside the tank fabricated from M.S, flats 65 mm x 12 mm with 2 Nos. of

16 mm dia. double mild steel bars for each step at 300 mm c/c . The

ladder shall be fixed by stay of 10 mm x 50m flat fixed 3 M c/c,

d) Spiral Staircases

The contractor shall provide RCC circular 1.0 M wide spiral case with

central circular column with 1.00 M high parapet in M-150 as per criteria

for capacities greater than 200000 litters. M.S. ladders shall he provided

for smaller capacity tanks.

14, Jointing Material

All necessary jointing materials for pipe assembly. G.I. pipe railing. M.S.

ladder etc. such as nuts bolts. rubber packing and any other

miscellaneous materials required shall be provided by the contractor at his

cost.

15. Colour Wash

Snowcem paint or approved shade shall he applied in three coats of

whole structure externally.

16. M.S. Door

M.S. steel door for stair case entrance shall be provided and fixed as per

instructions of Engineer or his representative.

Page 338: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

17. 25 mm dia. G..I. pipes railing with two horizontal rows of pipes and posts

of RCC 15cm x 15 cm at bottom and 10 cm x 10 cm at top or angle iron of

size 65 mm x 65 mm x6 mm and placed at 1.5 M C/C interval including

painting two coals and anchorage in c.c. etc. shall be provided al top of

tank and at intermediate gallery.

18. Staging

18.1 The supporting staging shall he in the form of columns. braces. staging

on hollow cylindrical shall not he accepted. unless otherwise specially

asked in NIT. If shaft staging is permissible, the following specifications

will apply for the shaft portion and specifications for other items remain the

same as specified in the foregoing paras.

For load bearing shaft minimum thickness should he 200 mm. Shaft

should be designed in M 300 mix.

18.2 Shaft supporting a water tank must he designed as given under the

para “Stresses in circular supporting walls’ at page 84 of the book

"Concrete Water Towers Bunkers Silos and other elevated structure.'" by

Gray and Manning (5th edition). published by Cement and Concrete'

Association. The vertical load causes direct compression. Under wind

load. the wall acts as a vertical cantilever of hollow circular section and

has to resist bending moment and shearing forces. In addition to main

stresses. caused by the wall acting as a hollow circular vertical cantilever.

the wind flowing on one face tends to flatten that face. distorting the circle

into an oval. Horizontal reinforcement to resist a bending moment. M = +

0.035 PD² producing tension on the inside face and a moment M = -0.031

PD² causing tension on the outside face. where P = Unit wind pressure in

KN/M and D=e/c diameter of shaft in meters.

The reinforcement arrived as above should be provided on both. inside

and outside faces. However minimum horizontal reinforcement in the shaft

Page 339: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

shall be 0.3% of the gross concrete area provided. In case of towers in

high seismic zones (i.e. Zone - IV and V) minimum horizontal

reinforcement shall be 0.4% of the gross concrete area provided.

Minimum vertical reinforcement in the shaft shall he 0.4% of gross

concrete area required and it shall he provided equally on both the faces

of the load bearing shaft.

Shaft shall he checked for combined axial load and bending due to wind or

seismic loads and satisfy the provisions of IS 456- 2000 and tank empty

conditions.

Horizontal construction joints ill shaft shall he as minimum as possible.

Age factor for increasing strength shall not he considered.

Shaft should be checked for tensile stress in worst condition for

combination of axial tension on bending axis due to wind or seismic load

for tank full and tank empty conditions.

On account to minor inaccuracies in construction of the shaft the allowable

direct compressive stress shall be reduced by multiplying with a factor of

0.85. On account of buckling reduction factor if any shall be multiplied by

the factor of 0.85. For the calculation of direct compressive stress the

contribution of steel shall be neglected.

For buckling calculations reduced value of modules of elasticity due to

creep shall be maximum 0.4 times its value as per IS 456-2000.

At the plinth panel 50 mm thick M 150 grade shall he provided.

Rectification of Defective Members

If it is found that certain members arc defective and arc found giving

acoustical or vibrational disturbances event though these may be

structurally sound, rectification of such members should be done by the

contractor free of charge and to the satisfaction of Engineer in charge.

Page 340: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Break up of Payment

FOR SUBWORK OF WATER TREATMENT PLANT CAPACITY 5.00 MLD

Rs. 11000000.00

Sr

No

Particulars

Civil works

Cost

Rs.6600000.00

Mechnical works Cost

Rs. 4400000.00

1 Design Approval 3.00% 2%

2 Aeration Fountain 5.00% 0

3 Inlet arrangement, Mixing

Channel with Venturi Flume &

flow measuring arrangement &

Flocculator.

10.00% 2.50%

4 Tube settler 22.5% 30.0%

5 Rapid sand filters& Filter house 22% 28%

6 Chemical House , Alum Store

Alum tank , TCL tank, Wash

Water Tank, Wash water Pump

,Sump & pump house ,Lab

Equipments., Gravity feed

chlorinator, Sanitary block,

internal WBM road etc.

30.00%

25%

7 Electrification 0% 5%

8 Bypass Arrangement 0% 2.5%

9 Drainage Arrangement 2.5% 2.5%

10 Hydraulic Testing 5.00% 0.00%

11 Trial Run 0% 2.5%

Total 100% 100%

Page 341: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Ratio of Works

1 Civil Works --- 60 % Cost of sub work ( Rs 6600000 /- )

2 Mechanical Works --- 40 % Cost of sub work ( Rs 4400000/- )

Note :- The Contractor should submit item wise detailed breakup to Civil &

Mechanical work at the time of execution & got approved from Superintending

Engineer Decision regarding detailed item wise breakup of WTP, of

Superintending Engineer is binding with Contractor.

SUB WORK NO :-3 PURE WATER PUMPING

MACHINERY

Item No. 1: Centrifugal Monoblock Pumps

Page 342: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Providing, erecting, testing and commissioning centrifugal mono block pump

set operating on 415 volts, 50 Hz., 3 Phase AC supply pump set shall be

suitable to give discharge & total head by all causes given in Schedule "B"

Item No. 1 at 2900 RPM. Impeller shall be of C.I. common shaft for pump and

motor. Pump shall have end suction and top delivery connection with flanges

cast iron shall be grey cast iron of IS 210/1978 and with standard fitting such

as C.I. impeller rings, shaft sleeve of C.I. to grade IS 318. The pump shall be

confirming to IS 9079/17979 and suitable for +10% to -25% variations. The

pump shall have suitable flange at suction and delivery side and priming

funnel with cock. Motor shall be totally enclosed type fan cooled mounted on

same shaft on common base plate.

The characteristic curve / performances chart shall be furnished with the offer.

The sets shall be erected on C.C. foundation block of M.S. channels frame to

be fixed on sump-well, as per site condition and as directed by the Engineer

in-charge. Suitable size bends of G.I./ C.I. and nipples as per requirements

shall be provided at suction and delivery. Technical leaflet, selection chart

curve shall be furnished along with the offer.

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 2 : Vacuum Pump

The vacuum pump shall be single stage suction with double delivery

centrifugal displacement type. It should be coupled to a motor (TEFC) of

suitable HP, operating on 415V, 3 phase, 50 Hz A.C supply as per IS 325,

RPM shall be 1500 (synchronous). The motor and pump shall be mounted on

common base frame, MS fabricated / CI and coupled through self aligning

set. The complete unit shall be installed on suitable concrete foundation block

with necessary foundation bolts etc as directed. It shall be connected to all

centrifugal pump under item No.1 with 40 mm dia. GI pipe 'B' class fitting and

valves etc. as per directed by Engineer-in-charge. The pump shall be suitable

of KV 30 Model

Page 343: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Direct on line starter under item No.3(B) of this sub-work shall be connected

in circuit from panel switch to starter and starter to vacuum pump in this item.

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 3: SLUICE VALVE

The CIDF sluice valves of shall be of approved make & of double flanged

heavy duty water works pattern100 mm dia, inside screw, non rising spindle

type shall be fitted with double faced gun metal taper wedge made in on piece

& having two machined facing rings securely fixed into machined recases in

the wedge. The guides & the lugs shall be provided to guide. The wedge

trough its full travel & the lugs & guides shall be lined with bronze. The bronze

liner provided on guides & lugs shall be secured by counter sunk screw per

rivets of non ferrous metal with hand wheel. The sluice valve shall confirm IS

780 PN 1. The valve shall be installed as directed by the Engineer In-charge,

including of all jointing material and with concrete support. Cost of the C.C.

block is deemed to be included in the quoted rates. Manufacturers test

certificate shall be furnished along with the supply of valve.

Material of construction:-

Body, dome cover hand wheel confirming to IS 780.

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 4 : REFLUX VALVE

The CIDF reflex valves of shall be of approved make & heavy duty water

works quality 100 mm dia with by pass arrangement with G.M. seat single

door type, free action quick opening, giving rapid non slam closure and with

low head loss characteristic when in open position. The valve shall be of PN 1

rating and confirming to I.S. The valve shall be installed as directed by the

Engineer in-charge. Including of all jointing material and with concrete

support. Cost of the C.C. block is deemed to be included in the quoted rates.

Manufacturers test certificate shall be furnished along with the supply valve.

Material of construction:-

Page 344: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Body ring & door faces. Leaded gun-metal Gr-318.as per IS 5312

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 5 : M.S. SPECIALS

This item includes providing, erecting, jointing, welded MS pipes and specials

including all jointing materials. All specials shall be give two coats of anti-

corrosive paint and suitably supported by C.C. block is deemed to be included

in the quoted rate. The delivery shall be connected to existing delivery pipe

directed by Engineer in charge. Quantity mentioned is tentative payment will

be made on Kg basis as per actual quantity provided and fixed. The work of

making flanged joints with required material will be measured.

MS special and piping required should be fabricated from 6 mm thick MS

plate conforming to IS 226. All flanges should be 20 mm thick drilled as per IS

1538.

The welding of MS pipes and flanges shall be generally by any of the

processed described in IS 3589 and welding standard shall confirm to IS 822

& 823. All the MS pipe and specials shall be painted with two coats of anti-

corrosive paints.

Item No. 6- Panel Board. ( L.T. Cubical type )

Providing, fabricating, installing, testing and commissioning cubical type panel

board fabricated out of 16 SWG MS sheet, 50 X 50 X 6 mm MS angle iron

frame with free standing MS channel base frame of ISMC 100 x 50 mm.

1) (A) Angle Iron Work ISA size – 50 x 50 x 6mm & 50 kg.

ISMC 100 x 75mm (L = 0.3 x 2 Nos)

( B) Fabrication of CRCA Sheet for metering Box. Suitable box

2) Main incoming ICTPN switch.

32 Amp. x 500 Volts 1 No.

Page 345: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

3) Change over switch.

d) for pump.

32 Amp x 415 volts 1 No

4) ICTP Switch 32 Amp x 500 Volts. 3 Nos.

Out going switch for individual pumps.

5) ICTP Switch 32 A x 500 Volts. 2 Nos for Vacuum

pump.

6) Out going switch for capacitor bank.

ICTP Switch 16 Amp x 500 Volts. 2 Nos.

7) Out going switch for lighting.

ICDP16A x 250 Volts 1No

8) Meters.

9 Volt meter, 100 Sq mm.

Cap. range 0-500 volts. 1No

with selector switch

10 Ammeter, 100Sqmm. with CT operated

& selector switch. (100/5 Amp)

Cap. range 0-60 Amp. 2No

9) Phase indicating neon pilot lamp set. 1set

10) L.T. Power shunt Capacitor 2 x4KVAR. 8 KVAR

Page 346: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

11) Control and Protection Equipments.

A) ELCB

4 Pole (3+N) 32Amp x 500 V 1 No

12) A) Fully automatic star Delta

Starter & DOL starter for 2 Nos Each

Control motors of item No.1 & 2

13) Phase indicating neon pilot lamp set (3Nos). 1set

14) Danger board.( Caution board ) 1No

16) Rubber matting 6 mm thick, 11 kv grade. 2 sq mtr.

17) Self locking arrangement. 2 No

Make of all accessories :- As per MJP approved list.

18) Internal Wiring for panel board wiring with

colour coding & accessories complete. Job

The front and the rear door shall be provided with hinges and locking

arrangement. The indicating devices and operating switch gear shall not be

Page 347: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

mounted above 1.6 meter from floor level. The panel board shall be painted

with one coat of red lead paint and two coats of enamel paint of approved

shade.

The panel board shall be fitted with the following

Item No. 8 (A) : CABLE

This includes the work of providing, laying & jointing PVC sheathed, PVC

insulated aluminum conductor armored cable 3.5 x 25 sq mm of approved

make. Cable shall satisfactorily withstand without damage due to

transportation to site, installation at site, cabling from control switch board to

different motors, capacitors and operation under normal and short circuit

condition of various system to which the respective cables are connected

when operating under climatic conditions prevailing at the site & cable shall

be suitable to carry full load current continuously at 0.90 P.F.

The cable shall be aluminum conductor, PVC insulated and sheathed

galvanized flat steel wire armoured cable. Cable shall confirm with IS 1554.

The cable shall be suitable for satisfactory performance when laid on trays or

through conductor under a power supply system, voltage variation of +/- 10%

& frequency variation +/- 5%. The size and length estimated for cables as per

cable schedule are indicative only. The cable shall be connected to the

equipment's with the help of water tight flange type cable glands.

All cable shall be supported by conduits or cable trays, trenches run in air or

in cable duct channel. This shall be installed in exposed & run parallel or

perpendicular to dominant surface with right angle turn made of symmetrical

bend of fittings. When cables are run on cable trays that they shall be

Page 348: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

clamped at minimum intervals of 2000 mm or otherwise as directed by the

Engineer-in- charge.

Each cable whether power or control, shall provide with a metallic or plastic

tag of an approved type, bearing of cable reference number indicated in the

cable and a conduit list (prepared by the contractor) at every 5M run or part

thereof and at both ends of the cable adjacent to the terminations. Cable

routing is to be done in such a way that cables are accessible to any

maintenance and for easy identification. Sharp bending and kicking of cable

shall be avoided. The minimum ratio of PVC insulated cable 1100 V grade

shall be 1.5 D where 'D' is overall diameter of the cable. Installation of other

cables like high voltage co-axial screened, compensating, mineral insulated

shall be in accordance with the cable manufacturers recommendations,

wherever cables cross the roads and water, special care should be taken or

the protection of the cables in designing the cable channel. In each cable run

some extra length shall be kept at suitable point.

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 8 ( B ) : CABLE

Supplying & erecting flat flexible submersible cable with copper conductor

PVC insulated and PVC sheathed. 3 Core, 6 sqm. PVC insulated, PVC

sheathed copper conductor flat submersible cable.

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 8 ( C ) : CABLE

Page 349: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Supplying & erecting flat flexible submersible cable with copper conductor

PVC insulated and PVC sheathed. 3 Core, 4 sqm. PVC insulated, PVC

sheathed copper conductor flat submersible cable.

The makes shall be approved by MJP as per Annexure 'A'.

Item No. 9 : TOOLS

Providing hand tools as mentioned below

1) Double ended open jaw fix spanner set size.(6mm - 32 mm)

(Set of 12 pieces) 1set

2) Bi–hexagon ring spanner set size.

(6mm to 32 mm)(Set of 12 pieces) 1Set

3) Ball pen hammer 800gm, capacity with handle. 1No

4) Insulated combination side cutting plier size 200mm,

KDPE Coated. 1No

5) Screw driver Engineering pattern size 5 x 200mm 1No

6) Screw driver Engineering pattern size 5 x 300mm 1No

8) Screw driver with green neon bulb line tester. 1No

Page 350: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

9) Pipe wrench stillson pattern carban steel size

450mmdia - 60 mm. 1 No

9) Hacksaw frame 300mm size with heavy duty blade. 1No

10) Tool box fabricated from M.S.Sheet of 18 SWG

of size-50 x 30 x 30cm with locking arrangement. 1No

11) Chain pipe wrench, Size-6 inch,IS 54123-210 1No

12) 25mm dia heavy duty 1.2 mtr long crow bar. 1No

13) Bearing puller three legs – 12” 1No

14) Insulation tester ( Megger ) cranking type having metal

body of range 100 volts,1000 Ohms. 1No

15) Tong tester ( clip on meter) of range 0-10-30-100-1000

Amps & 0-300-600 volts. 1No

15) Tubular box spanner set with tommy bar 8 pieces, (6-22 mm) 1 set

16)

Item No. 10 : EARTHING

Page 351: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Supplying & erecting Galvanized cast iron earth plate of size 60X60X0.6 cms

buried in specifically prepared earth pit 1.5 Mt. below ground level with

alternate layers of charcoal and salt with upto 1 mtr. 20 mm dia G.I pipe with

funnel with a wire mesh for watering and brick masonry chamber 30cm X

30cm & 25 cm deep with C.I. cover complete as per para 73 of IS 3043 with

necessary length of earth strip bolted with lug to the plate and connected to

the nearest switch gears with socket as per direction and duly tested by earth

tester and recording the results as per I.E. rule.

Page 352: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

SUBWORK NO 4 :- Pure Water Gravity Main, Connecting Main.

Item No 1& 2 :- Providing and supplying C.I. / D.I. Specials etc. complete.

This item includes providing specials for C.I. pipe etc as described in

tender item. The specials of any category are to be

erected and joined under ground or above either in horizontal or vertical

or inclined direction as per requirements with all leads and lifts involved in

the work. Also the D.I. specials required for the works shall be supplied

by the contractor as per instruction from the Engineer In Charge, excess

D.I. specials will not be accepted at the time of final bill.

Item No 3& 8 :- Providing and supplying Sluice Valves , Air Valves etc Complete.

The items includes providing Sluice Valves as per IS 2906/14486.

Unless otherwise specifically mentioned in the tender items are required

sluice valves, scour valves, air valves etc shall be supplied by the

contractor as per I.S. The materials supplied shall be as per requirement.

The valves are to be carted to the site from supply place, lowered in the

trenches and jointed to the pipeline as directed with cost of all jointing

materials, such as lead aloe-rope rubber packing nuts and bolts fire wood,

etc. and the labour cost, which included in the tender items. The joints may

be either flanged or S & S lead joints depending upon the nature of valves

supplied and contractor shall have no extra claims for any particular type

of joint required to be done. The required number of jointing fixing these

valves is included in the tender item. If there is delay in supply of these

materials by the M.J.P. on account of their non availability, no claims for

any compensation shall be entertained. The measurement will be per

number of valve and the length for tail pieces will be payable under item of

laying and jointing 90% amount will be paid on its supply and remaining

amount will be released on completion of fixing and testing. The mode of

Page 353: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

measurements of payment shall be on number basis.

Item No 4 :- Providing and supplying Air Valves etc. complete.

The Item includes supply of Air valves as per I.S. 10845 and of approved

make of M.J.P Also. Specification as per item No 3 of this work.

Item No 5 :- Excavation in all types of strata etc. complete.

EXCAVATION FOR PIPE TRENCHES

(For all types of pipe materials and for transmission mains. Leading mains,

distribution system etc.)

1.1 The classification for all excavation met shall be only in one category as

under. Excavation in all types of strata met with during excavation of pipe

trenches which may include (but shall not restricted to) following types of

strata such as all types of earthy of sandy materials, soil’s-of-all types clay

mud, soft, average of hard murum i.e. all kinds of disintegrated rock.

shingles, sand made-up soils bricks, bars and isolated boulders of any

size all types of rock including soft and hard rock & Manjra type of rock

which may be removed by blasting chiseling and /or by use of mechanical

means, Excavation required in WBM "roads. concrete, roots of trees etc,

included under this item. Blasting will not be permitted in inhabited

localities or in vicinity of proportions where damage of human life and

property will involved in the opinion of the Executive Engineer, or by Police

authorities. Necessary permission for by the contractor at his cost and in

case he does not get permission for blasting or gets such permission only

for the part length of pipe line in that case work will have to be done by

Page 354: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

chiseling and / or by mechanical means at the quoted rates only.

1.2 The excavation may be done manually usual types of tools such as pick

axe, phavra, crow bars, chisels, hammers, wedges, hammers etc. and for

mechanical means such as power driller, flock cutter, pavement breaker

etc. driven with the, help of air compressor / tractor etc. and / or with the

help of modern equipment's available for excavation such as JCB, Pock

land etc. attached with required types of attachments and / or tools to take

up the excavation work. In short the excavation required to be done for

pipe line work which shall also include the excavation required for pipe

supporting structures; pipe line protection, measures such as pipe

encasing, thrust block, fixity blocks, welding pits or similar excavation work

required in connection with laying and securing the pipe line of any pipe

materials etc, ill all types of strata met with at the site and carried out by

whatever required means shall be treated as covered under this item and

not be payable under any other item of the tender (unless specifically

mentioned to that effect) or shall not be payable at separate rate based on

Schedule of Rate or market rate by treating the same as extra work. In

case big boulders are lifted with the help of cranes or any other suitable

manual / mechanical means, the same shall also be deemed to have been

included-under this item.

1.3 The excavation shall be taken down to such depths as shown in Schedule-

B, L - Section of pipe lines, specifications, drawings and / or as directed

and shall be done in extra sections shown in drawings and stipulated in

specifications elsewhere herein. Extra excavation done over and above

specified for whatever reasons shall not be paid for, The bottom of the pits

shall be perfectly leveled before laying of pipe line or laying of concrete or

masonry and shall be watered and thoroughly rammed.

1.4 The section of excavation, however may be increased correspondingly, if

necessary as directed by the Executive Engineer, for such extra depths

and such increased section as directed by Executive Engineer. shall be

Page 355: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

admissible for payment at respective tendered rates.

1.5 All foundation pits shall be filled on the sides of masonry and concrete by

the excavated stuff to the original surface of ground as required, watered

and rammed in 20 cm, thick layers and the tendered rate includes this

operation.

1.6 Excavated material from pipe trenches / foundations shall not be placed

nearer than 1.2 m from the edges of excavation. If the tender item

specifies any specific limits for placing of excavated material than the

material shall not be stored within that specified limit of 1.2 m from the

edge of the trenches whichever is more.

In case of excavation in town and inhabited places it shall be strongly

fenced and lighted during night by red lights in charge of watchman at

Contractor's cost. Material should not be dumped on road. if the pipe line

work is through a busy traffic then necessary arrangements for controlling

the traffic by engaging required proper type of persons at both the ends of

blocked road with red and green flags shall be engaged to avoid traffic

congestion.

Unless otherwise specific lifts and are mentioned in the tendered item the

tendered rate shall be for all lifts an leads involved in the work. The

Contractor shall provide shoring and strutting of approved size and type of

normal conditions wherever necessary excavation in soft materials without

extra cost unless otherwise provided for in separated tender item.

1.7 Excavation carried out in excess of the width specified shall be at

Contractor's own risk and shall not be measured, so also the excavation

carried out in excess of the required depth shall be made good to the

required level by selected excavated material, concrete or masonry of

proportion as directed by the Executive Engineer without extra cost. The

tendered rate for excavation items shall include lifting and removing / the

excavated material for proper disposal in the vicinity of 50 m from centre of

the trench as directed by the Engineer-in-Charge.

Page 356: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

1.8 Unless otherwise provided in the contract the work of refilling of the

trenches. shall be treated as included under this item. At the time of

refilling of trenches, the top of refilled surface shall be adequately above

the original ground level to accommodate settlements of the refilled

material. The refilling shall be done in Layers of 25 to 30 cm duly watered

and properly rammed.

1.9 If there is no separate item of dewatering in the tender, the Contractor's

tendered rate shall include all required for dewatering (either manually or

through Diesel / Electric/ Petrol, Kerosene driven pump sets. No separate

payment will be admissible even for dewatering in nalla and/or river portion

1.10 In case of pipe trenches, the Engineer-in-Charge may reduce the width of

trench wherever a hard strata is met with, if the feels adequate width to lay

the pipe line is avail able in order to reduce the quantity, In such cases. the

Contractor will be paid on the actual measurement basis.

Any damage arising out of such damages to cable, pipe lines, or private

public institutions shall be made good by the contractor at his cost and if

he fails to make good such losses than the Engineer may recover the

same from tile contractor from any payment due to him.

The excavation for foundation of chairs and / or pedestal etc. shall be as

per drawing and details specified or as per instructions of Engineer in

charge and the refilling of sides of foundation shall be treated as included

in the item.

If blasting is permitted by appropriate and competent authority & also by

the Engineer in charge then only the blasting shall be resorted to & the

conditions specified by the competent authority while granting which

permission and the safety measures specified for explosive use shall be

strictly adhered to for blasting operation. .

Mode of Measurement of Payment

Excavation for trenches shall be measured correct to nearest centimeters.

The quantity shall be worked out in cubic meter for payment purposes.

Page 357: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Measurement for payment shall be made as per dimensions shown on the

drawings or as directed by Engineer-in-Charge or as per actual whichever

is minimum. Excavation to dimensions in excess of the above will not be

measured or paid for. If as per instructions of Engineer in charge

excavation depth have to carry below the level shown in drawing, the

additional depth will be paid at the same rate only. Dimensions shall be

measured correct to two places of decimals of a meter and individual

quantity shall be calculated corrected to two places of decimals of cubic

meter. In case of pipe trenches, the Engineer in charge may reduce the

width of trench wherever a hard stratum is met with. If he feels adequate

and just sufficient to lay the pipeline in order to reduce the hard quantity. In

such cases the Contractor will be paid on the actual measurement.

No extra cost will be paid for putting the pipe all along the trenches before

laying in the trenches.

Average width of excavation trenches that shall be admissible for payment

for various diameters of pipeline (excepting PVC pipes) shall be as under.

S.N. Internal dia of

pipe

Width of

excavation

of

Nature of Strata

trench.

1 80 mm.dia.

below 0.70M. In soft and hard material

2 100 mm 0.75M. In soft and hard, material

3 150 mm 0.75M In soft and hard material

4 200 nun 0.85M In soft and hard material

5 250 mm 0.85M In soft and hard material

Page 358: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

6 300 mm 0.90M In soft and hard material

7 350 mm 0.95M In soft and hard material

8 400 mm 1.10 M In soft and hard material

9 450 mm - 1.15 M In soft and hard material

10 500 mm 1.20M In soft and hard material

11 550 mm 1.25 M In soft and hard material

12 600 mm 1.25 M

In soft and hard material

13 650 mm 1.30 M In soft and hard material

14 700 mm 1.30 M In soft and hard material

15 750 mm 1.40 M In soft and hard material

16 More than 750

mm Dia O. D.+0.60 M In soft and hard material

In Case of PVC Pipes Following trench Width shall be Adopted.

Sr. No. Outside Dia of

Pipes

Width of Excavation

of Trench Nature of Strata

1 Up to 110 MM 0.70 M In Soft & Hard Material

2 140 MM 0.75 M In Soft & Hard Material

3 160 MM 0.75 M In Soft & Hard Material

4 I8O MM 0.80 M In Soft & Hard Material

5 200 MM 0.80 M In Soft & Hard Material

6 225 MM 0.80 M In Soft & Hard Material

7 250 MM 0.85 M In Soft & Hard Material

Page 359: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

8 0.90 M In Soft & Hard Material

9 315 MM 0.90 M In Soft & Hard Material

Any width excavated more than above shall not be measured and paid for.

The Contractor shall carry out extra excavation for collar pits at joints

wherever necessary and such extra collar pit excavation shall not be

admissible for payment and will not be measured.

During excavation and till the trenches are properly refilled, if any

public or private water tap connections, telephone wires, cables etc. are

damaged, the Contractor shall reinstate them at his cost.

Any damage arising out of such damages to cables, pipelines or private

public institutions shall be made good by the .contractor at his cost and if

he fails to make good such losses then the Engineer-in-charge may

recover the same from the contractor from any payment due to him or by

other way.

The Contractor shall at his own cost give the satisfactory hydraulic testing

which shall include all labour cost of water to feed and while testing,

repairs required shall have to be carried out by the Contractor. No extra

cost shall be paid. The mode measurement of payment shall be on cubic

meter basis.

Item No 6 :- Filling in plinth and floor murum bedding in trenches etc. complete.

The murum to be used shall be of approved quantity soft murum to be laid

in 15 cms average thickness to the grade as directed by the Engineer in

charge The width admissible for payment shall be the same as per

excavation trench width admissible under excavation item. The murum

bedding shall be provided where there is black cotton soil or hard material

Page 360: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

below pipes or wherever directed and it shall be well rammed so as not to

sink the pipe line. Extra excavation for murum bedding, wherever required

as above shall be admissible for payment under excavation tender items.

The mode of measurements of payment shall be on Cubic meter basis.

Item No 7 :- lowering ,laying and jointing C.I. / D.I. pipes etc. complete.

Jointing the pipes with rubber gasket joints (Viz. Tyton joints)

The tender item covers providing, lowering, laying and jointing of CI/DI

pipes as well as CI specials, pipe pieces, etc. as per requirement and as

directed by the Sub Divisional officer, by rubber gasket joint viz Tyton

joints

The cost of conveyance of these materials from place of the. site of work is

also included in the tender item.

Tender rate includes jointing CI/DI pipes with providing rubber gasket joints

including laying and jointing CI specials with lead joints. The method of

tyton joint ( i.e. rubber Gasket) is as under.

The rubber gasket is inserted in the socket of the pipe which is facilitated

by applying a thin film of lubricating oil in such a way that the bulb of

gasket is forward at the back and the socket and the groove in the gasket

should be firmly fixed in the projecting rings inside the socket. The gasket

has to be properly cleaned before inserting and it has to be ensured that it

fits evenly around the whole circumference of the socket, removing any

bulges which would prevent the entry of spigot end, them a thin film of

lubricant should be applied to the gasket, inside surface and outside

surfaces of entering spigot end for one inch distance after cleaning it. . The

pipe to be jointed should be supported centrally by the tackle, so that it is

Page 361: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

clear of trench bottom. The spigot of the pipe shall be carefully aligned and

inserted in the adjoining socket, until it makes contact with the rubber

gasket. The spigot shall be forced inside the socket past the gasket (which

is thus compressed) until the spigot reaches the end of the socket. The

forceful insertion has to be achieved with crowbars, jacks and lowers, etc

as per details given in the literature of TISCO or any other suitable method

as directed.

However, before lowering of pipes in trenches a layer of murum bedding

from

the excavated stiff or brought from outside as mentioned in schedule “B”

will have to be provided below the pipeline for proper grading and

alignment and also to act as cushion and support to pipe. The murum

bedding will be paid under item of refilling as it forms a part of refilling item.

The mode of measurements of payment shall be on Running meter Basis.

Note :

Above procedure with relevant changes will be applicable for the item of

lowering, laying and jointing of A.C., R.C.C. pipes also lead required for the

work should be brought by the contractor at his own cost and quality of the

same should be got approved. The quantity of lead required per joint shall

be as detailed below.

For 80 mm 1.81 kg

For 100 mm 2.20 kg

For 150 mm 3.47 kg

For 200 mm 4.60 kg

For 250 mm 6.74 kg

For 300 mm 7.33 kg

For collar joints measurements will be allowed as two joints

Page 362: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item No 9 :- Providing and fixing Air Valve shaft etc. complete.

Specification as per Item 3 of This sub work. And Also item includes

providing 6 mm thick M.S. pipe shaft or G.I. pipe of medium class of 2.7 m

Long ,branch flange tee of Air valve, P.C.C. M150 bed concrete of 150 mm

thick and PCC M 150 concrete encasing around the vertical shaft as

shown in the drawing as per departmental design & drawing, items include

labour charges for fixing the Air Valve over the shaft & laying jointing of

flanges etc ,Item does not include the cost of valves as well as cost of

branch flange tee & as directed by the Engineer In Charge. The mode of

measurement of payment shall be on Number basis.

Item No 10 :- Providing and constructing B. B. Masonry chamber etc. complete.

The work is to be done in workmanlike manner as per type designs of the

M.J.P. and as directed .The cost of excavation in all strata which is in

addition to the pipeline trench excavation is included in this item, while the

excavation covered under the pipeline trenches coming inn the chamber

is admissible for payment separately under respective tender item of

excavation for pipeline trenches. the tender items cover 1:3:6 C.C bedding

15 cm thick on the well rammed bottom 23 cm thick B. B. masonry walls in

CM 1:6 cement plaster 12 mm thick in CM 1:2 from inside & cement

pointing 1;2 from outside. 1:2:4 C.C. either plain or RCC as required 10

mm thick for coping & providing & fixing manhole frame & cover 1Mx 0.5 M

This is a completed item & any Incidentals not mentioned above but are

necessary as per type design are deemed to be included in this item.

Page 363: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

The finished top of chamber shall be flushed with road surfaces and shall

not cause any hindrance to the traffic.

The measurement shall be on the basis of completed number of chamber.

Item No 11 :- Refilling the trenches etc Complete.

In No case the contractor shall be allowed to refill the trenches in hard

excavated portion be filled by the boulder or the excavated stuff. the soft

murum & soft strata from excavated stuff from distance place shall refill

this portion of trench, No extra cost shall be paid.

After the pipelines are laid , tested, the refilling of trenches with excavated

stuff shall be done approximately in 20 to 30 cm layers, higher than road

or natural ground level, to allow for sinking afterward ,this refilling shall be

done in15 cm thick layers, duly watering, compacting each layers

immediately in contact on or under pipe shall have no stones or chips, but

only soil or soft murum selected from the excavated stuff after refilling of

it is sunk below road level after some time till completion of work the

contractor shall have make good at his cost

Before lowering of all pipe in trenches a layer of murum selected from

excavated stuff shall be provided below pipeline for proper grading and to

act as cushion etc. The mode of measurement of payment shall be on

Cubic meter basis.

Item No 12 :- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.

GENERAL SPECIFICATIONS

GS 1 SAND AND METAL

Page 364: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Sand and coarse aggregate (metal) shall be stored separately on site on

hard ground so as to keep them free from foreign materials such as soil,

clay, glass etc. In case of machine crushed metal separate depot shall be

prepared for different sizes of metal and suitable proportion to form a

dense mix as directed by the Engineer in charge shall be taken from these

different sizes of metal.

GS 2 FORM WORK

2.1 The wooden shuttering planks shall be not less than 40 mm thick or such

other thickness as may be allowed by the Engineer in charge for a

particular job. The entire form work, whether of steel, plywood or wooden

planks, shall be very strongly proposed and braced with sufficiently strong

vertical and horizontal members and the entire supporting structure shall

be sufficiently strong to take up the load of concrete and all stresses it may

be subjected to without any deflection. The Contractor shall be wholly and

fully responsible for any defects in the entire form work and its supporting

structure.

2.2 The formwork shall be very smooth and entirely free from any dust particles

direct and its inner surface shall be oiled for the easy facility of form

removal and shall be watertight.

GS 3 MIXING

3.1 Good clean water shall only be used for mixing. Arrangements for

bringing such water shall be done by the Contractor at his cost. The

quantity of water to be used shall be as directed by the Engineer in

charge on the basis of correct water cement ratio & site conditions.

The water measuring apparatus shall be provided by the Contractor

Page 365: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

at his cost.

3.2 For R.C.C. Reservoirs and for other works which in the opinion of the

MJP are important the concrete shall be only machine mixed. The

mixing shall be continued for at least 8 minutes after all materials and

water are placed in the drum which shall revolve for 14 to 18 revolutions

or as specified by the manufacturers of the cement The mixer for this

purpose shall be brought by Contractor at his cost and MJP does not take

any responsibility for supply of mixer which could be conveniently spared

to the Contractor, will be issued to him on hire basis Contractor's request.,

as per rules in force from time to time. If as a result of break down of mixer

during concreting hand mixing has to be resorted to temporarily. Only such

work which is considered absolute essential by the Engineer In-charge

shall be allowed to be done by hand mixing and the entire operation of

hand mixing and precaution thereof shall be taken as will be directed by

the Engineer. in charge. For hand mixing first cement and sand will be dry

mixed in required proportions by turning over the mixture for sufficient time

till it is of uniform color The required quantity of aggregate shall then be

added and the mixture again turned over for at least five times. the

required quantity of water shall then be added gradually through rose

pieces attached to the can until process of turning is in progress and till is

of uniform consistency where such hand mixing is allowed as a result of

area requirement and no extra payment for this excess cement shall be

admissible.

3.3 For works other than mentioned in above paragraph, hand mixing will be

allowed only after written permission of MJP in such cases, cement to be

used shall be as per standard requirement only.

3.4 Normally the standard cement consumption will be as under: For one cum

of concrete

Page 366: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

1: 2: 4 (M-150) 1: 1.1/2 : 3 (M-200) 1: 3 :6 ( M100)

5.90 bags 6.90 bags 4.42 bags

For any other mix the cement consumption shall be as decided by the

Engineer In-charge . The consumption as mentioned above shall be for

the gross RCC column actually cast. The cement required for finishing,

rendering cement, wash, etc. shall be in addition to above.

GS 4 CONCRETE LAYING

4.1 The forms shall first be lightly moistened before laying concrete. The

concrete shall be placed in position within 20 minutes after adding water to

the mix and shall be slowly deposited in its place and not thrown or

dumped from a height shall be placed in uniform layers. For vertical walls

or water retaining structure water stoppers shall be provided.

4.2 For columns the concrete shall be laid in maximum 1.2 M height at a time.

For vertical walls of reservoir it shall be laid in maximum 0.6 M height only

at a time.

GS 5 TAMPING, RAMMING AND CONSOLIDATING

5.1 For all RCC Reservoirs and other works which are considered by the MJP

to be important mechanical vibrators shall invariably be used by the

Contractor at his cost. The Contractor shall provide at least 2 vibrators in

good working condition, so as to have one as a standby and to prevent

interruption in work. The concrete being laid shall be vigorously vibrated

during laying and also loaded by bars where vibrator cannot reach so that

dense and complete filling is assured. The Contractor shall make his own

arrangements for procuring vibrators at his cost and the MJP does not

guarantee that they will be supplied on hire. .

Page 367: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

5.2 For all other works consolidation and tamping shall be manual labour by

Roding vigorously by M.S. bars, throughout for a sufficient time and in

such manner as directed by the Engineer in charge. Adequate number of

_labours shall be set apart specifically for tamping and ramming with

relievers.

5.3 The efficiency of tamping and consolidation shall be judged by absence of

any air pockets and absence of honey combing Any defective

consolidation and tamping shall be entirely on Contractor's risk and

costing will have to be entirely pulled down if so directed and redone

properly entirely at the cost of the Contractor.

GS 6 CURING

6.1 All RCC work will be watered and kept constantly wet for 28 Days

after initial setting curing shall be done by means of wet gunny bags

and pounding as directed by the Engineer- In –Charge. This

operation shall start immediately after initial setting of the concrete. If

the contractor fails to water the concrete continuously ,it will be done

immediately at contractors Cost.

6.2 REMOVAL OF FORM

It shall be generally as under, subject to the written approval and

modification by the Engineer- In- charge

1) Column and Beam Sides 3 Days

2) Vertical Walls 6 Days

3) Bottom of Slabs and Domes 10 Days

Page 368: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

4) Bottom of Beams. 14 Days

Bottom of Beams of Span 4.5 M and above 21 days

GS 7 INSPECTIONS

The work of each category of operation i.e. completion of form work

placing, reinforcement, concreting, removal of formwork, etc. must be got

inspected by the site Engineer of the MJP before commencing and

succeeding operation in case of RCC elevated reservoir and major.

RCC jobs. In all cases, however, before the concrete is laid it must

be got inspected and approved by the Deputy Engineer the

concreting shall be commenced with approval of the Deputy Engineer.

In case of RCC reservoirs and other major works concreting must be

done in presence of Deputy Engineer. In case of failure to comply with

above specifications, the work is liable to be pulled down if directed by

Engineer in charge and redone at full cost of the Contractor. No

measurements will be recorded for any work which is done Contrary to

specifications and no payment thereof shall be admissible.

GS 8 FINISH AND QUALITY OF CONCRETE.

8.1 The RCC work cast shall be of dense mix, homogenous without any

honey combing true in size alignment and shape. Any defective work shall

not be entitled for full tendered rates for payment and if the defects are

major no measurements and payment are admissible and Contractor shall

have to pull down such defective work and redo at his cost. The decision

of the Executive Engineer-in - charge regarding such defective work and

the decision. viz. pulling it down or reducing rates as may be necessary

shall be final and binding on the Contractor.

Page 369: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

8.2 All RCC work shall be finished as directed by the Engineer in charge. It

should be clearly understood that the finishing is not meant to cover the

casting defects but only to give a smooth appearance. In case of RCC

reservoirs and other major RCC works Contractor shall not commence

finishing unless and until Engineer in charge has inspected the casting of

concrete after removal of form and has satisfied about its quality failing

which it shall be regarded that casting was defective and action deemed fit

as per clauses mentioned some where else in this tender, will be taken

since finishing has to commence immediately after removal of forms. The

form work removal in RCC reservoirs and other major work shall be done

in presence of Engineer- in- charge/ Deputy Engineer.

8.3 Surfaces not in contact with form work and not subject to any plaster shall

be finished by a float to present a smooth and uniform appearance.

Surfaces which are in contact of form work but for which no plastering is

provided as per plan and estimate -shall also be finished smooth, and

sand faced as directed. Surfaces for which plastering is to be done, as per

separate provision of plastering plans and estimates, shall immediately in

removal of forms, be roughened for bond by a pointed tamping tool.

8.4 In case, whether would be specified in the tender item or not the finish

shall be such as to match with the rest of the structure to present a

harmonious appearance. It shall consist of 3 coats of cement wash,

rendering, plastering float finished faced. etc. as per the requirement at

site and as directed by the Engineer in charge. and Contractor shall have

to do it at his own cost. Failure to do proper finishing as directed shall

result in payment at reduced rates only to the Contractor and the decision

of the Engineer- in- charge. in this respect shall be final and binding on

the Contractor.

GS 9 TESTING.

9.1 All structures meant to hold water shall be tested for water tightness test

at contractor's cost, by filling them to desired level. The water tightness

test shall be considered satisfactory when the fall in water level after the

Page 370: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

container is filled to the FSL is not more than 6mm in 24 hours or 40 mm in

7 days and there is no sweating from outside or bottom whatsoever.

9.2 Contractor's has to make his own arrangements for water for testing at his

cost and these arrangements shall be such that immediately after initial

setting of plaster, the containers are filled with water. After the satisfactory

water tightness test the container shall be kept .constantly filled with water

at contractor's cost till the completion of work.

9.3 Till satisfactory water tightness test is given by the contractor at his cost, to

the satisfaction of Engineer- in - charge only 90 % tendered rates shall be

admissible for payment for RCC concrete items.

9.4 In case of RCC elevated reservoirs and other major RCC works from

batches or concrete mix actually being laid, testing cubes shall be cast

periodically as directed by Engineer in charge .in presence of his

representative and these cubes shall be got tested after they have attained

their full. strength from a suitable testing laboratory and obtaining test

results at full cost of contractor.

The charges of this viz. moulds, labour for casting, materials, conveyance

charges to and fro laboratory including TA of staff members and laboratory

test charges, etc are included in the tender rates and they shall be

recovered from contractor's bill . The ultimate compressive strength as

revealed from these test shall not be less than as below

28 days Test :

1:2:4 1:1.5:3 1 : 1 :2

150 kg/cm 200 kg/cm2 250 Kg/cm2

Page 371: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Cube casting appearance of concrete will be as specified in I.S 456 -2000

relevant ISS . Unacceptable quality concrete shall be demolished and

redone without any extra cost by contractor.

The Executive Engineer at his discretion consider sub standard work at a

suitable reduced rate, provided such weak concrete is restricted to such

members and in such quantities which in the opinion of Engineer will not

endanger the safety of the structures Executive Engineer decision in such

cases shall be final and binding on the contractor.

GS 10 MEASUREMENTS

10.1 The measurements shall be the units as mentioned in the schedule B' and

break up schedule..

10.2 Mode of measurements Shall be :

a) Columns :- Height from top of footing to bottom of beams shall be

measured as columns.

b) Braces for column shall be measured as net between column faces.

c) For straight beams duly ribs between column Top & slab Bottom surface

shall be measured to beams and rest in slabs.

d) For ring beams the full section of beams from bottom to top shall be

measured in beams and quantities laying outside the full beam section in

beams slant walls, slabs, etc as the case may be shall be measured in the

respective slant wall, vertical wall, flat slabs etc as the case may be.

Page 372: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

e) Vertical wall shall be measured for net quantity outside columns,

beams, slabs.

f) No deductions shall be made for reinforcement in RCC work.

10.3 The measurement under RCC works for net dimensions cast as directed

without any allowances for rendering, finishing etc. The mode of

measurement of payment shall be on cubic meter basis.

SUBWORK NO 5 :- Construction G.S.R.

Designing and constructing RCC GSR/ESR etc complete.

a) Constructing Storage Reservoirs viz. ESR, GSR on Contractor own

Design.

1) The Reservoir will be a covered RCC container supported on RCC

column with footing and intermediate braces, etc. as per drawings.

2) Suitable MS ladders spiral stair for ESR of capacity 2,00,000 liters and

above with landing at regular intervals for approach to the gallery and top

slab of ESR shall be provided.

RCC cantilever catwalk (Gallery O of 1.0 meter width GI pipe railing shall

be provided a floor level. preferably at junction of floor slab and vertical

walls.

Ventilators shall be provided on top slab of ESR.

One number of CI Manhole frame and cover shall be provided and fixed in

the roof of tank and at catwalk way.

One M.S. ladder shall be provided and fixed for access into the tank

through manhole left in the roof. Ladders shall be provided as per

specifications. Water level indicator assembly of approved type shall be

Page 373: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

provided and installed.

Lightening arrestor as per IS specifications and conforming to I.E. Rules

shall be provided and fixed .Vertical and horizontal piping of C.I. flanged

,pipes, C.I. specials of required sizes for inlet, outlet and overflow

arrangements together with suitable sluice valves shall be provided as per

drawings. For washout one tee shall be fixed on the outlet pipe with one

valve of suitable .Diameter

Sluice Valve of required size shall be fixed for inlet, outlet and washout.

These valves shall supplied by the Contractor conforming to relevant ISS

and of makes approved by M.J.P .Required no. of B.B .masonry

chambers of size 0.45 x 0.9 M with manhole frames and covers shall be

provided and constructed at suitable locations for sluice valves.

Water proof cement plaster of CM 1:2 proportion 20 mm thick shall be

provided for inside surface of the tank; including roof slab bottom.

outside surface of tank, exposed faces of columns, braces, beams catwalk

bottom portion slab and any exposed surface of the tank shall be provided

with smooth finish and then three coats of approved shade of Snowcem

paint as per colour scheme approved by the MJP shall be rendered.

Letters indicating capacity of tank, name of scheme and year of

construction shall be .either embossed or engraved on vertical wall of tank

and shall be painted with suitable shade of oil paint in two coats.

On completion of work hydraulic test or water tightness test shall be given

as per standard specifications. Therefore, required water arrangements

shall be made by Contractor at his own cost.

3) Since this is lump sum offer, the interim payments will be given as per

standard specifications. Therefore, required water arrangements shall be

made by Contractor at his own cost.

Since this is water retaining structure, Contractor shall give a satisfactory

hydraulic test of the tank. This test shall be considered as water tightness

test and accepted if the structure appears bone dry form outside after filing

Page 374: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

with water up to full supply level and the dram in water levels is not more

than 40 mm in 7 days. For this purpose the water filling arrangements shall

be made by the Contractor at his own cost including cost of water pumping

arrangements. etc.

If during testing and damages occurs to the structure, it will be the

responsibility of the Contractor to rectify the same. Until satisfactory

water tightness test is given on completion of work, interim payments to be

made at different stage of works, up to 90% shall be released on

completion of work and remaining 1 0% after giving required water

tightness test.

MATERIALS REQUIRED FOR CONSTRUCTION

1)SAND METAL AND BRICKS.

sand, metal and bricks of best variety within a lead of 30 km. will be

insisted. Samples of these will have to be got approved prior to use on

work

2 ) CEMENT

Ultra tech OPC ( 43 Grade) cement in Jute/PVC bags (weighing 50 kg.

each) shall be_ used for all water retaining structures.

3 ) REINFORCEMENT,

The steel to be used shall be of grade Fe-250. Fe 450 as per design. The

Contractor shall have to procure the steel form open market. The steel

procured by Contractor shall be only tested one and the Contractor shall

produce manufacture's test certificate without which it shall not be

accepted. further the Contractor shall .arrange to get tested any samples

from steel brought at site by him in Laboratory at his cost and result should

by submitted to the MJP. Defective steel brought by Contractor shall be

rejected and will not be allowed to be used. .

Page 375: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

At least three samples of each diameter should be tested from every 5

tones or part thereof. Tested lots only will- be permitted to be used.

4 ) CONCRETE

The PCC ( and RCC works shall be as per IS 456/2000 Concrete mixer

shall be used for preparing concrete. Vibrator shall be used to consolidate

concrete while placing in position.

While concreting. Representative’s samples in form of test cubes shall be

taken by the MJ.P. Supervisor and shall be tested under his supervision.

Charges of testing shall be borne by the Contractor and will be recovered

from bills payable to him

5 )WATER LEVEL INDICATOR ASSEMBLY.

Mercury water level indicator with 15mm dia, required G.I. pipes (Medium

Duty) stop cocks ( 2 Nos). Necessary fixtures. Suitable for staging height up

to 15 M and water depth up to 5 M to represent depth of water in tank; etc.

shall be. provided-and ,fixed by the Contractors as per direction of MJ.P.

The indicator should be fixed to exterior face of column at about 1.5 m

above ground level at site or as per requirement of Engineer in charge.

6 ) LIGHTENING ARRESTOR

Lightening arrestor conforming to IS and Indian Electricity Rules shall be

provided. The lowermost portion of tape for 2 meter above ground level and

2 meters below ground level shall be enclosed by 50 mm GI pipe of Medium

class.

7 ) PIPE RAILING AT FREE END OF CATWALK

. .

Railing shall be of GI pipes B class not less than 25 mm diameter in the

three rows and shall be fixed in position to RCC posts or M.S. angle posts

of size 65mm x 65 mm x 6 mm. 1.0. meter in height, located at a maximum

distance of 1 M. clc. The railing and the posts shall be provided with two

Page 376: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

coats of oil paint of approved shade.

8 ) M.S.LADDER

One number of M.S. ladders shall be provided and fixed to give access into

to tank through manhole in the roof slab. The ladder shall be comprising of

65 mm x 6mm M.S. angles placed at 45 cm. apart with 16 mm diameter

M.S. bars in double rows as steps at 20 cm. clc .

9 ) CENTERING WORK

Before starting the work of ESR, the Contractor should submit design of

centering and its detailed drawings for approval by MJP. This set of

drawings shall be kept at site. This conditions shall be applicable for the

ESR with Contactor's design.

Item No 2:- Providing & supplying C.I.D.F Pipes etc. complete.

The items includes supply of pipes as per IS 1536/1989 including loading, unloading ,&

carting of pipes at sites of works Mode of measurement of payment shall be on Running

meter basis.

Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,

overflow etc.

The item included erecting, fixing and jointing pipes and specials for inlet, outlet,

washout, overflow etc as described in tender item. The pipes and the specials of any

category are to be erected and joined under ground or above either in horizontal or

vertical or inclined direction as per requirements with all leads and lifts involved in the

work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,

chain-pulley, etc if required shall be arranged by the contractor at his own cost.

The item includes cost of all labour and materials for jointing such as lead, nuts

and bolts, rubber packing etc. The materials shall be procured by the contractor from

open market at his own cost. The tendered rate includes both lead and flanged joints

depending upon the nature of pipes and specials and no extra claims for any

modification, increase or decrease in joints of any category shall be entertained. In case

Page 377: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

of lead joints the standard lead consumption for lead shall be as per specifications of

item of pipe line . works.

The cost involved in fixing pipes and specials in walls, etc together with leak proof

arrangements thereof required is included in the tendered rate and no extra claims for

any provision required shall be entertained.

Satisfactory hydraulic test shall be given by contractor at his cost which is

included in tender item. During testing if any joints are found leaky they shall be repaired

at the contractor's cost.

Pipes are found leaky, cracked, during testing they shall be removed, replaced re fixed

and jointed with good pipes and specials.

Two coats of anti-corrosive black paint shall be given to the pipes and specials

above ground and cost thereof is included in the tender item. The job shall include

laying of pipes and specials up to ground, sluice valves for inlet, outlet washout,

overflow, etc and their interconnection, etc as required and directed by the MJP.

Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,

overflow etc.

The item included erecting, fixing and jointing pipes and specials for inlet, outlet,

washout, overflow etc as described in tender item. The pipes and the specials of any

category are to be erected and joined under ground or above either in horizontal or

vertical or inclined direction as per requirements with all leads and lifts involved in the

work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,

chain pulley etc if required shall be arranged by the contractor at his own cost.

The item includes cost of all labour and materials for jointing such as lead, nut

and bolts, rubber packing etc. The materials shall be procured by the con tractor from

open market at his own cost. The tendered rate includes both lead and flanged joints

depending upon the nature of pipes and specials and no extra claims for any

modification, increase or decrease in joints of any category shall be entertained. In case

of lead joints the standard lead consumption for lead shall be as per specifications of

item of pipe line . works. The mode of measurement of payment for pipes are on

Page 378: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Running meter basis & Specials on Weight ( Kg ) Basis.

Item No 3:- Providing & supplying C.I.D.F. Specials etc. complete.

Specification as per S.W. NO 4 Item No 3 above.

Item No 4:- Providing & supplying Sluice valve etc. complete.

Specification as per S.W. NO 4 Item No 4 above.

SUBWORK NO 6 :- CONSTRUCTION OF R.C.C. E.S.R.

Item No 1 :- Designing & constructing R.C.C.E.S.R.S

Specification as per Sub work No 2.

SPECIAL OBLIGATORY CONDITIONS OF DESIGN FOR WATER RETAINING STRUCTURE

ELEVATED STORAGE RESERVOIR WITH OWN DESIGN

DESIGN CONDITIONS

The Contractor can alternatively quote with his own design with following

1.The design of RCC ESR shall be carried out by a designer having minimum

qualification of graduation in Civil Engineering / Structural Engineering. He shall sign the

design and affix his name and stamp.

2. The design shall be carried out in conformity with following IS code. (Latest

Revisions.)

1) IS 456/2000

2) IS3370-Part I and IV

3) IS 875

4) IS 11682

5) IS 1893 with inclusion of seismic zones as per latest circular.

Page 379: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

6) IS1786 for cold worked steel high grade deformed bars. (Tor steel of 415 grade and

Mild steel grade I Shall only be used.)

7) 13920/1993 - for ductile detailing, applicable for ESR under seismic zone III, IV and

V. (Recent editions of IS shall be referred.)

8 )B.S.F . Publication S.P. 34 (S and T) 1987.

3 . Minimum free board shall be 500 mm measured below the bottom of the roof beam.

The free Board shall be included in the depth of water for design purposes.

4. Maximum actual water depth shall not exceed 5.0 M.

5. Clear cover for reinforcement shall be provided as below:

Footing I Raft ……………. 50 mm and bottom sides,40mm at top.

Column …………………… 40mm

Braces, Beams, slab (Bottom and Roof)…………..25mm

vertical wall, gallery

6. Minimum thickness of container members shall be as below.

a) Bottom slab and vertical wall _ 200 mm.

b) Roof slab 120 mm.

c) Roof dome 100 mm

7 . All members of container should be designed as "un cracked section" as per I.S.

3370.

8 The staging shall be designed for ductile detailing as per I.S. 13920-1923, where

applicable.

9 Column should be designed by "working stress method" and as per IS 456. it can be

checked by limit state method. Is: 11682-1985 should be followed for design of staging.

10 Maximum center-to-center vertical distance between braces shall be as below.

(a) ESR/MBR of capacity 5.0 lakhs liters and above 6 m

(b) ESR/ MBR of capacity less than 5.0 Lakh liters 4 m

Page 380: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

11. Brace at G.L. shall be provided without exception.

12 .Minimum diameter of column should be 400 mm for staging and 200 mm for

columns inside container.

. Design of staging shall be done in M-20 grade of concrete. However, casting shall be

done in M-25 grade of concrete.

14 The minimum width of braces shall be as below_

a) 250mm or 75% of column side (column diameter in case of circular column) for ESR

s In earth quake zone III and above.

b) 200 mm for ESR. in earth quake zone I and II.

15 Width to depth ratio in case of braces shall preferably be more than 0.3.

16 Increase in permissible stresses in braces for earthquake I wind force design shall

not be allowed.

17 Whenever annular raft is provided, the inside and outside distances of raft shall be

designed in such a way that the center of gravity of upward reaction coincides with

center of the columns I raft beam.

18 Uplift pressure on the foundation shall be considered as per water table of site, in

rainy season. However, minimum uplift pressure at 50 % of depth of foundation below

ground level shall be considered in the design.

19 20 mm thick cement plaster with cement mortar in 1:2 proportion, with water proof

compound, shall be provided to the container from inside (including roof beams and roof

slabs I Dome etc.)

20 The shape of container may be square or circular. Similarly, the column shape may

also be Square or circular. Wherever possible, the bottom and top of the container shall

be in the form of a dome.

21 Minimum diameter of main bars in the footing shall be 10 mm and minimum clear

distance between reinforcing bars shall not be more than 180 mm.

22 Minimum size of steel bars for bottom slab and vertical wall shall be 10 mm diameter.

23 Water density shall be taken as 100 Kg/m3 and live load on gallery shall be

Page 381: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

considered at 300 Kg/m_ Minimum load of waterproofing treatment on roof slabs shall

be taken as 100 Kg/m3

24 The diameter, weight per meter, tensile strength and minimum elongation properties

of steel, brought by the contractor I supplied by the department, shall be got tested from

the approved laboratory, before its use. Steel shall be used only when the test report

indicates that the steel is accordance with the I.S.S. and design presumptions.

25. Minimum size of column (width or diameter) shall not be less yhan 300 mm, column

if required to be provided inside container, for supporting roof ring beam/dome/slab may

be provided as per design requirement following minimum cover requirements however

the size shall not be less than 2000x200 mm ( or 200 mm dia )

FOUNDATION

1 All columns shall have the same foundation level, as far as possible, in any case

the foundation level difference between any two columns shall not exceed 1.5 m .in

such case “Sway Analysis “ of the staging shall be done and additional reinforcement 'or

increase in the sizes shall be provided, if necessary.

2 when Safe Bearing capacity at foundation level less than _15 MT/m² isolated column

footing shall not be allowed. In such case, only raft foundation should be provided.

GENERAL

1 The inlet, outlet, overflow & bye-pass piping shall be provided as below

a) For ESR only C.I. double flanged pipes shall be provided.

b) For ESR the vertical assembly & horizontal pipe line from duck foot bend of vertical

pipe up to a distance of 8 m beyond external face of nearest column & bypass

arrangement shall be in cast iron double flanged pipes.

c) For ESR the horizontal piping for inlet, outlet, overflow & bypass shall be provided up

to

d) 5 m from outer, brace.

d) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall

be from top to bottom in the form of a vertical pipe assembly with proper drainage

arrangement.

Page 382: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

e) For all duck foot bends for inlet, outlet & overflow arrangement, individual columns

with footing resting at foundation level of columns of ESR shall be provided.

2 The manhole frame & covers, provided in the roof slab shall be of cast iron only with

proper locking arrangement. Mild steel covers shall not be allowed.

3 Lightening conductor, water Level indicator, central ventilator & M.S. ladder RCC

staircase shall be provided as per departmental specifications.

4 The design submitted by the contractor shall be got checked from the nearest

Government Engineering College I IT/ VJTI / VRCE / WCE, for which the scrutiny

charges shall be borne by the contractor. The delay in checking design from third party

as above shall be treated as the delay on the part of contractor for operation of tender

clauses.

5 Every ESR should be properly fenced I protected by compound wall & gate with

proper locking arrangement.

6. Reinforcement of foundation ring beam, bottom slab, slab, joints of brace column

junction between cylindrical wall & bottom slab should be invariably checked by

competent authority.

7 .Rectification of defective member:-

If it is found that certain members are defective and are found giving acoustical or

vibration disturbance even though these may be structurally sound rectification of such

member should be by the contractor free of charges and to the satisfaction of Engineer

in Charge.

7 MATERIALS

1 Cement

In practice, only the strength of the concrete is checked rather than W/C ratio which

Page 383: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

affects durability of the concrete. Hence only 43 Grade cement shall be used. 53 Grade

cement is not recommended since it increases the W/C ratio. Super plasticizer in the

proportion of 0.5 % (0.25 Kg of cement bag) should be used. The advantage of using

super plasticizer is that it does not allow W/C ratio to increase. .

2 Steel:-

Fe-415" CTD bars, conforming to I.S.: 1780-1985, shall be used. In costal areas,

3 Centering

Centering should be designed by the contractor. 'The same should be approved.

4 Mix of Concrete .

Following concrete grades should be used for various components of E.S.R.

1 Container M-25

2. Staging M-25

3. Foundation M-25

4. P.C.C. M-20

Item No 2:- Providing & supplying C.I.D.F Pipes etc. complete.

The items includes supply of pipes as per IS 1536/1989 including loading, unloading ,&

carting of pipes at sites of works Mode of measurement of payment shall be on Running

meter basis.

Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,

overflow etc.

The item included erecting, fixing and jointing pipes and specials for inlet, outlet,

washout, overflow etc as described in tender item. The pipes and the specials of any

category are to be erected and joined under ground or above either in horizontal or

vertical or inclined direction as per requirements with all leads and lifts involved in the

work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,

chain-pulley, etc if required shall be arranged by the contractor at his own cost.

The item includes cost of all labour and materials for jointing such as lead, nuts

Page 384: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

and bolts, rubber packing etc. The materials shall be procured by the contractor from

open market at his own cost. The tendered rate includes both lead and flanged joints

depending upon the nature of pipes and specials and no extra claims for any

modification, increase or decrease in joints of any category shall be entertained. In case

of lead joints the standard lead consumption for lead shall be as per specifications of

item of pipe line . works.

The cost involved in fixing pipes and specials in walls, etc together with leak proof

arrangements thereof required is included in the tendered rate and no extra claims for

any provision required shall be entertained.

Satisfactory hydraulic test shall be given by contractor at his cost which is

included in tender item. During testing if any joints are found leaky they shall be repaired

at the contractor's cost.

Pipes are found leaky, cracked, during testing they shall be removed, replaced re fixed

and jointed with good pipes and specials.

Two coats of anti-corrosive black paint shall be given to the pipes and specials

above ground and cost thereof is included in the tender item. The job shall include

laying of pipes and specials up to ground, sluice valves for inlet, outlet washout,

overflow, etc and their interconnection, etc as required and directed by the MJP.

Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,

overflow etc.

The item included erecting, fixing and jointing pipes and specials for inlet, outlet,

washout, overflow etc as described in tender item. The pipes and the specials of any

category are to be erected and joined under ground or above either in horizontal or

vertical or inclined direction as per requirements with all leads and lifts involved in the

work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,

chain pulley etc if required shall be arranged by the contractor at his own cost.

The item includes cost of all labour and materials for jointing such as lead, nut

and bolts, rubber packing etc. The materials shall be procured by the con tractor from

open market at his own cost. The tendered rate includes both lead and flanged joints

Page 385: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

depending upon the nature of pipes and specials and no extra claims for any

modification, increase or decrease in joints of any category shall be entertained. In case

of lead joints the standard lead consumption for lead shall be as per specifications of

item of pipe line . works. The mode of measurement of payment for pipes are on

Running meter basis & Specials on Weight ( Kg ) Basis.

Item No 3:- Providing & supplying C.I.D.F. Specials etc. complete.

Specification as per S.W. NO 4 Item No 3 above.

Item No 4:- Providing & supplying Sluice valve etc. complete.

Specification as per S.W. NO 4 Item No 4 above.

Page 386: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

B)- SPECIFICATIONS AND DESIGN CRITERIA FOR RCC ESRS/ GSRS /

SUMP WITH CONTRACTOR'S OWN DESIGN.

DESIGNING. PROVIDING AND CONSTRUCTING RCC E.S. R.

1 GENERAL NOTE

1.1 The contractor shall quote his offer in Schedule 'B' for the

complete work of con strutting RCC ESR to be carried out as per

his own design based on given data i e he shall tender the offer in

Schedule 'B' for construction of elevated tank of required capacity

including fixing pipes, specials, valves and providing and fixing,

lightning conductor, C.I manhole frame and cover, water level

indicator ventilator, etc. complete with his own design and

drawings. The design shall be got checked from the institutes like

Engineering College remarks shall be complied and scrutiny

charges, shall be borne by the Contractor.

1.2 The contractor shall submit the name, qualifications and

experience of design Engineer who has prepared detailed RCC

calculations or who will prepare design and drawings on

acceptance of the tender. The authorized representative of the

designer will have to inspect and certify the works at foundation

level and every beam level.

1.3 The design Engineer has to prepare and submit a note on

design methodology and construction and drawings in two copies

though the contractor.

The note should indicate general description, and salient features

of the design covering the following points.

1. Capacity

2. Shape and type

3. Staging height of tank indicating various levels

Page 387: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

4. Safe bearing capacity assumed in the design or safe bearing

capacity of strata based actual investigation report of laboratory

and type of foundation provided with proper with proper

justification.

5. Maximum and minimum subsoil water level.

6. Site plan showing location of ESR.

7. Line diagram showing dimensional and sectional elevation with

important levels.

8. Design parameters proposed to be adopted for detailed design.

1.4 This note on design will be subjected to thorough check by the

Engineer in charge of the owner and the tender will be accepted

and work order issued by the competent authority only after

verification that the design to be offered will fulfill the requirements

of the design as per tender specification.

1.5 After acceptance of tender, the contractor will have to submit

three copies of detail design and drawings of the structure within

30 days of acceptance of the tender.

1.6 The Design Engineer will be required to attend the office of

Engineer in charge for preliminary discussion for scrutiny remarks,

etc. whenever required with all reference data books, IS

specifications, etc. at his own cost.

1.7 It will be binding on the design Engineer of contractor to

clarify, modify redesign within 15 days of communication of

remarks. Even though design will be approved by owner, it will

be the entire responsibility of the Design engineer and the

Contractor.

1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design. and drawing duly bound for use of the Owner. The Contractor shall also furnish the details of steel requirement along, with program of execution for completion of work within the time limit stipulated in the tender.

1.9 Security deposit of the tendered shall be forfeited if he fails of modify design as per scrutiny remarks within specified time after Levy_ of compensation as per tender agreement.

Page 388: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

1.10 Even though the design and drawing submitted by the

Contractor are approved by the Owner/ Engineer-in-Charge, the

Contractor will not be relieved of his contractual obligations to

hand over the structure in sound condition, duly tested.

1.11 In case of any damage/ failure either during construction,

testing or after commissioning ., whether due to faulty design or

defective construction, all repairs or reconstruction of the

structure shall have to be carried out by contractor entirely at his

risk and cost. No claim for such repairs/ reconstruction shall be

entertained.

SPECIAL OBLIGATORY CONDITIONS OF DESIGN FOR WATER

RETAINING STRUCTURE/GSR/SUMPS-STORAGE RESERVOIRS WITH

OWN DESIGN

DISIGN CONDITION

The Contractor can alternatively quote his own design with

following conditions.

1 The design of R.C.C. ESR shall be carried out by a designer

having minimum qualification of graduation in Civil Engineering /

Structural Engineering. He shall sign the design and affix his

name and stamp.

The design shall be carried out in conformity with following IS

code.

a) IS 456/2000

b) IS 3370-Part I and IV

c) IS 875

d) IS 11682

e) IS 1893 with inclusion of seismic zones as per latest circular.

f) IS 1786 for cold worked steel high grade deformed bars.

(Tor steel of 415 grade and Mild steel grade I shall only be

used.)

g) IS 13920/1993 for ductile detailing? Applicable for ESR under

Page 389: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

seismic zone III,IV and V (recent edition of IS shall be referred.)

h) B.5.1. Publication S.P. 34 (5 and T) 1987.

3. The free board shall be included in the depth of water for design purposes.

4 Minimum free boards shall be 500 mm measured below bottom

of roof beam.

5 Maximum actual water depth shall not exceed 5.0 M

6 Clear Cover for reinforcement shall be provided as follow:

a) Footing / Raft …………. 50 mm at bottom and sides 40mm at top

b) Columns………………. 40 mm

c) Branches, beams, slab (Bottom and roof) …………… 25 mm

vertical wall, gallery

7 Minimum thickness of container members shall be as below.

a) Bottom slab and vertical wall 200 mm

b) Roof slab 120 mm

8 The design and casting of container members which includes

bottom and roof beams ,bottom Slab ,roof slab, vertical wall and

gallery, shall be done in M 25 grade of concrete(1:1: 2 proportion)

9 The staging of ESR (column, braces , footing / raft) shall be

designed in M 20 Grade of concrete( 1:1.5:3 Proportion.)

however, casting shall be done in M 25 grade of Concrete (1:1 :

2proportion)

10. The staging shall be designed for ductile detailing as per IS

13920 /1993, whenever applicable.

11 The width of braces shall be maximum of the following in case

of Earth Quake Zone III & above.

Page 390: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

a) 250mm or

b) 75% of column side (column diameter in case circular column)

12. Minimum width of braces in case of Earth Quake Zone I and II

shall be 200mm

13. Width to depth ratio in case of braces shall preferably be more

than 0.30

14. Increase in permissible stresses in braces, for earth Quake

/wind force design, will not be allowed. .

15. The centre to centre distance between braces shall not

exceed 4.50 M. At the joints of braces and columns, the links to

the column bars shall be tied properly and this shall be thoroughly

checked before concreting.

16. Wherever annular raft is provided, the inside and outside

width of raft shall be provided in such way that the centre of

gravity of upward reaction shall co-inside with column/ raft -beam

centre.

17. Uplift pressure on the foundation of structure should be

considered as per available water table at site in rainy season

however, minimum uplift up to 50% of depth of foundation below

ground level should be considered in the design.

18. 20 mm thick cement plaster with CM 1:2 proportion with water

proof compound shall be provided to the container from inside

(including foot beam slab/ dome etc.)

19. The shape of container may be square or circular. Similarly

the column shape may also be square or circular.

20. Minimum size of column (width or diameter) shall not be less

than 300mm Columns, if required to be provided inside container,

for supporting roof ring beams/dome/slab, may be provided as per

design requirements, following minimum cover requirements.

Page 391: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

However the size shall not be less than 200 x 200 mm (or 200

mm dia)

21. Minimum dia of main bars in the footing shall be 10 mm and

minimum clear distance between reinforcing bars shall not be

more than 180 mm.

22. Water density shall be taken as 1000 Kg l Cum and live load

on gallery shall be considered as 300 Kg / Sqm. Minimum load of

water proof treatment on roof slabs shall be taken as 100 Kg/Sqm.

23. The diameter, weight per meter, tensile strength and minimum

elongation properties of steel, brought by the contractor! supplied

by the department, shall be got tested from the approved

laboratory before using it. It shall be used only when the test report

indicates that the steel is in accordance with the 1.5. Specification

and design presumptions.

24 I) the inlet, outlet, overflow and by pass piping shall be of cast

D.F. pipes only M.S. pipes will not be allowed.

ii) Spout type overflow arrangement shall not be allowed. Overflow

arrangement shall be from top to bottom as a vertical pipe

assembly with proper drainage arrangement.

iii) for all duck foot bends for inlet, outlet and overflow

arrangement, individual columns with footings resting at foundation

level of ESR. column/ raft shall be provided.

Page 392: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

iv) The manhole frame and covers, provided in the roof slab, shall

be of cast iron only. Mild steel covers shall not be allowed.

The above four condition i.e. 24(i), 24(ii), 24(iii), 24(iv) shall be of

followed without substitutes and equals. No M.S. piping and spout

type overflow arrangement shall be accepted, even if rebates, etc.

are offered.

V )Inlet outlet. Bye pass and scour valves with chambers shall be

provided. The horizontal piping for inlet, overflow, bye pass up to 5

M from outer brace shall be provided and laid without any extra

cost.

vi) Lightening conductor, water level indicator, central ventilator

and M.S. ladders/ RCC staircase shall be provided as per Dept.

specifications.

25 The design submitted by the Contractor, shall be got checked

from the nearest Government engineering College/ Government

Polytechnic/ reputed Engineering College / reputed consultants,

for which the scrutiny charges shall be born by the Contractor.

The delay in checking design from the third party as above shall

be treated as the delay on the part of contractor for operation of

tender clauses.

26 The Contractors who have already successfully constructed

tested, as per provisions of 1.5. 3370, and commissioned

minimum three no of ESR shall only be allowed to quote for

alternative offers for the work on own design basis. The

Contractor desiring to quote for alternative offer, based on their

own design, will be required to submit a certificate to above effect,

at the time of pre-qualification. The certificate shall be signed by

an officer of rank not below Executive Engineer. The tenders shall

Page 393: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

be invited, based on the departmental designs only, while those

pre-qualified as above, may quote alternative offer. The alternative

offers shall be in the form of additional amount / rebate in terms of

fixed sum over the main offer. The main offer (Departmental

Design based) shall essential be quoted. The officer accepting the

tender shall be competent to decide whether to accept the

alternative offer shall be accepted only in cases where it is

beneficial to the Maharashtra Jeevan Pradhikaran.

27 Size of inlet, outlet, overflow, bye pass piping and valves

including scour valve shall be specified as per actual requirements

and makes of valves shall also be specified as per standard

practice.

28 Capacity of the container of the tank shall be volume of the

water it can store between the designed full supply level and the

lowest supply level.

29 Height of staging shall be the vertical difference between

lowest supply level and the average ground level at the site of

tank.

NOTE :- Above condition shall also be applicable for design of

RCC E5R s of capacity , more than 5.0 Lakh liters and above

except for condition at Sr. No.26 and with a change in condition at

Sr. no. 9, that the design as well as construction of staging shall

be in M 250 only( i.e. 1: 1: 2 Proportion)

RECTIFICATION OF DEFECTIVE MEMBERS

If it is found that certain members are defective and are found

giving acoustical or vibrational disturbance even though these

may be structurally sound, rectification of such member should be

done by the contractor free of charge and to the satisfaction of

Engineer in Charge

Page 394: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

CRITERIA FOR DESIGN OF R.C.C. GROUND TANK /ESR

The structural design of water tank shall conform to the following standards,

specifications and codes of Practice of 1.S.

I.S. 456 Code of Practice for plain and reinforced concrete (latest edition)

IS: 875 Code of practice for structural safety of building, loading, standards

(latest edition)

IS: 3370 Code of Practice for concrete structures for storage of liquids

Pare I to IV (latest edition)

IS: 1893 Criteria for earthquake resistance design of structures (latest

edition) Other ISS (latest edition)

2. GENERAL

Capacity of the container of the tank shall be volume of the water it can store

between the designed full supply level and the lowest supply level.

2.1 Free Board is the indication of space provided above full supply level and

shall be measured at a vertical distance above FSL up to soffit of beam

supporting the roofs slab/ dome. Free Board shall be minimum 50 cm below

soffit of beam or slab, in case of domed roof, free board may be reduced up to

15 cm.

2.2 The walls of container shall be designed for free board full condition.

Page 395: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

2.3 The tank foundation and other members of the structure shall be also

designed for free board full condition.

2.4 Parts of the tank in contact _with stored water and enclosing water vapour

above F.S.L. shall be in concrete M 250 even in richer grade.

2.5 The allowable bearing pressure Or safe I bearing capacities are indicated

in Schedule B. The tenderer is, however advised to verify actual strata before

tendering and designing the structure and offer suitable design with full

justification.

2.6 Not with standing anything mentioned above if directed by the Engineer in

charge the contractor shall carry out actual strata exploration as mentioned in

Para 0.2 of IS 1892 1979 through a Government laboratory and adopt bearing

capacity so arrived for the design.

2.7 The factor of safety be adopted as per clause 6.1 (a) of 15-6403-1971.

2.8 If the foundation consists of individual column footing minimum clear

distance between centre of column shall be equal to twice the width of footing

and clear distance between edges of footing shall be not less than width of

footing. .

2.9 The foundation should be checked for negative pressure on soil due to

combined direct and bending stresses. Negative pressure shall not be

allowed on the foundation soil.

2.10 Classification of soil and characteristics of soil relevant to S.B.C. and

A.B.B. shall be as per the soil investigation reports of Governments institution

Page 396: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

/Government approved investigators.

2.11 For the design of foundation of the raft type, the Plate Theory shall be

adopted.

2.12 In normal circumstances, minimum 100 mm thick plain cement concrete

with 100 mm projection all around in grade M.100 with coarse aggregate as

metal shall be provided as leveling course. Where injurious soils or aggressive

water are anticipated the leveling course shall be of grade not weaker than M-

150 and if necessary sulphate resisting or other special cement shall be used

and the thickness of the leveling course shall be kept not less than 150 mm.

The ground level within the foundation area of the structure shall be

consolidated properly with suitable slope to drain out rain water. outside the

foundation zone. .

2.13 In the vicinity of mines, collieries and blasting sites or areas which may

be subjected to blast or shock, the tank shall be designed for dynamic forces

adopted to shock.

2.14 Column may be assumed as fixed at the top of footing.

2.15 Following shall be the minimum thickness of various members of the tank

container:

Roof slab 120 mm

Bottom slab 200 mm

Roof dome 80 mm

Vertical wall of container 200 mm

3 LOADS

Page 397: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

3.1 For all RCC and PCC components unit weight of concrete shall be takes

as 25000 N/Cum and 24000 N/ Cum respectively.

3.2 Water load and snow load shall be taken as per IS 875-1964 or its latest

revision.

3.3 Seismic forces shall be as per IS 1893 (its latest revision)

4. DESIGN

4.1 Shape of structure shall be most economical as directed by Engineer in

charge and shall be selected depending upon site conditions.

4.2 Design shall be on the worst possible combination of various loads,

moments, shears, resultant stresses in the tank following cases.

i) Tank full

ii) Tank Empty

iii) Uplift pressure if any

Tank full means depth of water inside the container is up to full height of the

container including free boards. .

4.3 Design shall be based on accepted bases and methods of design as well

as the provisions of .IS 3.3.70, IS 456, IS 13.43, Code of Practice for pre-

stressed concrete IS 2210. (Latest edition of IS shall be referred)

However, methods based on experimental investigation as mentioned in para

18.2 C in IS 456 1978 shall not be entertained.

4.4 Design of members other than those excluded by Clause 5.4 above (i.e.

Page 398: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Roof ,walls ,floor, etc. of the container) shall be based on consideration of

adequate resistant to cracking as well as adequate strength . Calculation of

stresses shall be as per Para 3.3.2 of IS 3370 Part, II) (its latest revision). .

5. PERMISSIBLE STRESSES IN CONCRETE FQR RESISTANCE TO CRACKING

5.1 For calculations relating to the resistance of members to cracking the

permissible stresses in tension (direct and due to binding) and shear shall

conform to the values specified in Table 1 of IS 3370 {Part II}.he permissible

tensile stresses due to bending apply to the face of the member in contact

with the liquid. In members with thickness less than 225 mm and in contact

with the liquid on one side, these permissible stresses bending apply also to

the face remote from liquid.

5.2 FOR STRENGTH CALCULATIONS

For strength calculations, the permissible concrete stresses shall be in

accordance with Para 44 of IS 456/2000 where the calculated shear stresses

in concrete alone exceeds the permissible value reinforcement acting in

conjunction with diagonal compression in the concrete shall be provided to

take the whole of the shear. The maximum reinforcement shall confirm

Clauses 25.5.1.1. and 25.5.1.2 of IS 456/2000

6. PERMISSIBLE STRESSES IN STEEL.

6.1 For strength calculations (concrete assumed to be cracked) the

permissible stresses in reinforcement shall be as per table 2 of IS 3370 (Part

II) (its latest revision) For to steel. the stress shall be as per IS 1786-1979 for

cold worked steel high strength deformed bars for concrete reinforcement or

Page 399: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

its latest revision.

6.2 The modular ratio 'm' for different concrete mixes shall be as under:

Grade of concrete Modular ratio 'm'

M: 150 19

M: 200 13

M250 11

6.3 Modulus of elasticity of concrete EC shall be taken as 5700 Eck where

EC is the characteristic cube strength t of concrete in N/Sq. mm as per

clause 5.2.3.1 of IS 456/2000

7. AGE FACTOR

Age factor for increasing strength shall not be considered for the design.

8. UNITS:

Design should be in Metric units only.

9 .DETAILING

9.1 MINIMUM REINFORCEMENT FOR WATER RETAINING MEMBERS

The minimum reinforcement in walls, floors, roofs in each of two directions at

right angles shall have an area of 0.3% of the concrete section in that

direction for sections up to 100 mm thick. For sections of thickness greater

Page 400: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

than 100 mm and less than 450 mm the minimum reinforcement in each of

the two directions shall be linearly reduced form 0.3% for 100 mm thick

sections to 0.2% for 450 mm thick section. For section of thickness grater

than 450 mm minimum reinforcement in each directions shall be kept at 0.2%.

In concrete sections of thickness 225 mm or more, two layers of reinforcing

steel shall be placed one over each of the section to make up the minimum

reinforcement specified in this clause.

9.2 The minimum reinforcement specified in 9.1 above may be decreased by

20% in case of high yield strength deformed bars conforming to IS 1786 or IS

1139 (Latest revision of 155 shall be followed.)

9.3 COVERS TO REINFORCEMENT

Minimum clear cover to reinforcement shall be as per is 456 and 3370 (Latest

revision shall be referred.)

For members of structure in contact with water effective cover shall not be

more than 60 mm. for bars subjected to bending stresses. For bars subjected

to pure tension the effective cover shall not be more than 75 mm.

9.4 SPACING OF REINFORCEMENT

9.4.1 Spacing of reinforcement shall be as per Para 25.3 of IS 456 /2000

9.4.2 Spacing of lateral ties for column shall satisfy the provisions of Para

25.5.3.2 'C’ of IS 456/2000

9.4.3 Reinforcing steel which accounts for resisting moments, tension etc. i.e.

other than temperature and shrinkage steel, shall comprise of minimum 8 mm

dis. for ribbed bars and 10 mm dia. for mild steel bars. For compressive

members, the minimum dia of main reinforcement shall not be less than 12

Page 401: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

mm dia.

NOTE :- 1) In case of dispute regarding interpretation of any above clauses,

the decision of the owner or his representative will be final and binding on the

designer and contractor.

2) In case of any clause not included in the above criteria, the decision of the

owner or his authorized representative will be final and binding on the

designer and contractor.

Page 402: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

SUBWORK NO 7 :- DISTRIBUTION SYSTEM

Item No 1 :- Providing and supplying P.V.C. pipes etc. complete.

The items includes Supply of PVC Pipes as per I.S. 4985/1988 with cost of

third party Inspection from agency Approve by M.J.P. ( third party Agencies

are following

1) M/S Iteng Engineering ( A Division of Dr Amin Controllers Pvt Ltd.)

2) M/S SGS India Pvt Ltd.

3) M/S Super intendance Company of India Pvt Ltd .

PVC PIPES :-

The PVC Pipes Shall be Confirming to the latest IS No 4985/1988 & Should

be get Inspected From Third Party Approved by the Maharashtra Jeevan

Pradhikaran. In case of PVC Pipes the above relevant Specifications shall

apply the Cost of Jointing Material is included in the item of lowering, laying &

jointing of PVC Pipes. The Pipes & Couplers should be cleaned thoroughly,

cement solvent should be applied quickly as it is fast drying. The Pipes

Should be Self fit Types, The Surface temperature should not be more than

45 degree C. Assembly Jointing should be done till male & Female ends of

Pipes are soft & Wet with Solvent cement, & Excess cement should be

removed. Following Setting time should be observed for newly jointed Pipes

30 Min Minimum @ 60 To 100 Degree F & Above ( 15 To 40 Degree C) .

1 Hours Minimum @ 40 TO 60 Degree F & Above (5 To 15 Degree C)

2 Hours Minimum @ 20 To 40 Degree F & Above (-5 To 5 Degree C )

4 Hours Minimum @ 0 TO 20 Degree F & Above (-20 To -5 Degree C )

Hydraulic Test

Suitable section as directed by the Engineer in charge shall be taken for such

testing from time to time during progress of the work and satisfactory test

given for that section. All testing apparatus, gauges, connections, etc and

Page 403: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

water required for testing shall be arranged by contractor at his cost. The

M.J.P. does not undertake any responsibility to supply water for testing, which

the contractor has to arrange from the municipality or otherwise by paying the

required charges directly. The M.J.P. shall have the right to recover such

charges from his bills if complaints are received that contractor has not paid

the charges thereof. If there is delay in testing, the contractor shall refill the

trenches for the time being and reopen them at time of testing at his own cost,

failure of which shall entitle to do the refilling and reopening of trenches at the

risk and cost of the contractor. If the trenches are filled due to any reason

whatsoever before testing the contractor shall have to open them for testing

at no extra cost.

1. Satisfactory hydraulic test shall be regarded when the section under test

shall withstand the pressure as specified by the Engineer in charge for about

15 minutes without operating the test pump, the test pressure being

maintained at the specified figures during that 15 minutes interval.

2. The entire pipe line, specials and all joints in that section appear to be dry.

The test pressure shall be normally 50% higher highest working pressure for

that particular section.. The test pressure shall be as per circular no.

MJP/RCC/322/ Dt. 31/12.97 vide appendix IV

3. The criteria for maximum pressure up to which hydraulic test should be

given as per provision in the rei event latest I.S..S. for different types of pipes

such as C.I./ M.S./ P.S.C.I P.V.C.I A.C. D.I. etc.

During testing if any joints are found leaky they shall be repaired and! or

redone by the contractor at his cost till the test is found satisfactory similarly,

any pipes, collars, specials, show hair cracks, leaks, etc. during testing, the

contractor shall replace them with sound pipes and specials together with

new joints, entirely at his own cost, till a satisfactory test is given. The pipe,

specials etc which crack during testing will, however, be supplied by the

contractor, replacement free of cost. The hydraulic test shall be given in the

presence of the Engineer in charge..The mode of measurement of payment

shall be on Running meter basis.

Page 404: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Item No 2 :- Providing and supplying P.V.C. /C.I./ M.S. Specials etc.

complete.

Specification as per item no 1 Above and also , The items include supply of

P.V.C specials of required pressure & of required diameter of standard

P.V.C pipe manufacturing Company FOR C.I. & M.S. Specials for C.I. pipes

as describe in tender item the specials of any category are to be erected item

will be measured and PVC specials paid on Number basis & C.I./ M.S

Specials on Kg Basis Excess specials will not be accepted after completion of

work at the time of final bill...

Item No:- 3 Supply Of G.I. Pipes etc complete.

The items include supply G.I. pipes of required class & of

required diameter of standard G.I. pipe manufacturing Company. Item will be

measured and paid on Number basis. Excess specials will not be accepted

after completion of work at the time of final bill...

Item No:- 3 Supply Of G.I. Specials etc complete.

The items include supply G.I. Specials of required Class & of

required diameter of standard G.I. pipe manufacturing Company. Item will be

measured and paid on Number basis. Excess specials will not be accepted

after completion of work at the time of final bill...

Item no 4:- Providing and supplying C.I. Specials

This item includes providing specials for C.I. pipe etc as described in tender

item. The specials of any category are to be erected and joined under ground

or above either in horizontal or vertical or inclined direction as per

requirements with all leads and lifts involved in the work. Also the D.I.

specials required for the works shall be supplied by the contractor as per

instruction from the Engineer In Charge, excess D.I. specials will not be

Page 405: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

accepted at the time of final bill.

Item No 5:- Providing and supplying , lowering, laying and jointing

Sluice Valves etc. complete.

The item includes providing Sluice Valves as per IS 2906/14486.

Unless otherwise specifically mentioned in the tender items are required

sluice valves, scour valves, air valves etc shall be supplied by the contractor

as per I.S. The materials supplied shall be as per requirement. The valves are

to be carted to the site from supply place, lowered in the trenches and jointed

to the pipeline as directed with cost of all jointing materials, such as lead aloe-

rope rubber packing nuts and bolts fire wood, etc. and the labour cost, which

included in the tender items. The joints may be either flanged or S & S lead

joints depending upon the nature of valves supplied and contractor shall have

no extra claims for any particular type of joint required to be done. The

required number of jointing fixing these valves is included in the tender item. If

there is delay in supply of these materials by the M.J.P. on account of their

non availability, no claims for any compensation shall be entertained. The

measurement will be per number of valve and the length for tail pieces will be

payable under item of laying and jointing 90% amount will be paid on its

supply and remaining amount will be released on completion of fixing and

testing. The mode of measurements of payment shall be on number basis.

LABOUR

Item No 1:- Excavation in all types of strata.

EXCAVATION FOR PIPE TRENCHES

(For all types of pipe materials and for transmission mains leading mains

distribution system etc.)

1.1 The classification for all excavation met shall be only in one category

as under. Excavation in all types of strata met with during excavation of pipe

trenches which may include (but shall not restricted to) following types of

Page 406: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

strata such as all types of earthy of sandy materials, soil’s-of-all types clay

mud, soft, average of hard murum i.e. all kinds of disintegrated rock. shingles,

sand made-up soils bricks, bars and isolated boulders of any size all types of

rock including soft and hard rock & Manjra type of rock which may be

removed by blasting chiseling and /or by use of mechanical means,

Excavation required in WBM "roads. concrete, roots of trees etc, included

under this item. Blasting will not be permitted in inhabited localities or in

vicinity of proportions where damage of human life and property will involved

in the opinion of the Executive Engineer, or by Police authorities. Necessary

permission for by the contractor at his cost and in case he does not get

permission for blasting or gets such permission only for the part length of pipe

line in that case work will have to be done by chiseling and / or by mechanical

means at the quoted rates only.

1.2 The excavation may be done manually usual types of tools such as

pick axe, phavra, crow bars, chisels, hammers, wedges, hammers etc. and

for mechanical means such as power driller, flock cutter, pavement breaker

etc. driven with the, help of air compressor / tractor etc. and / or with the help

of modern equipment's available for excavation such as JCB, Pock land etc.

attached with required types of attachments and / or tools to take up the

excavation work. In short the excavation required to be done for pipe line

work which shall also include the excavation required for pipe supporting

structures; pipe line protection, measures such as pipe encasing, thrust block,

fixity blocks, welding pits or similar excavation work required in connection

with laying and securing the pipe line of any pipe materials etc, ill all types of

strata met with at the site and carried out by whatever required means shall

be treated as covered under this item and not be payable under any other

item of the tender (unless specifically mentioned to that effect) or shall not be

payable at separate rate based on Schedule of Rate or market rate by

treating the same as extra work. In case big boulders are lifted with the help

of cranes or any other suitable manual / mechanical means, the same shall

also be deemed to have been included-under this item.

1.3 The excavation shall be taken down to such depths as shown in

Page 407: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Schedule-B, L - Section of pipe lines, specifications, drawings and / or as

directed and shall be done in extra sections shown in drawings and stipulated

in specifications elsewhere herein. Extra excavation done over and above

specified for whatever reasons shall not be paid for, The bottom of the pits

shall be perfectly leveled before laying of pipe line or laying of concrete or

masonry and shall be watered and thoroughly rammed.

1.4 The section of excavation, however may be increased correspondingly,

if necessary as directed by the Executive Engineer, for such extra depths

and such increased section as directed by Executive Engineer. shall be

admissible for payment at respective tendered rates.

1.5 All foundation pits shall be filled on the sides of masonry and concrete

by the excavated stuff to the original surface of ground as required, watered

and rammed in 20 cm, thick layers and the tendered rate includes this

operation.

1.6 Excavated material from pipe trenches / foundations shall not be placed

nearer than 1.2 m from the edges of excavation. If the tender item specifies

any specific limits for placing of excavated material than the material shall not

be stored within that specified limit of 1.2 m from the edge of the trenches

whichever is more.

In case of excavation in town and inhabited places it shall be strongly fenced

and lighted during night by red lights in charge of watchman at Contractor's

cost. Material should not be dumped on road. if the pipe line work is through a

busy traffic then necessary arrangements for controlling the traffic by

engaging required proper type of persons at both the ends of blocked road

with red and green flags shall be engaged to avoid traffic congestion.

Unless otherwise specific lifts and are mentioned in the tendered item the

tendered rate shall be for all lifts an leads involved in the work. The

Contractor shall provide shoring and strutting of approved size and type of

normal conditions wherever necessary excavation in soft materials without

extra cost unless otherwise provided for in separated tender item.

1.7 Excavation carried out in excess of the width specified shall be at Contractor's

Page 408: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

own risk and shall not be measured, so also the excavation carried out in

excess of the required depth shall be made good to the required level by

selected excavated material, concrete or masonry of proportion as directed by

the Executive Engineer without extra cost. The tendered rate for excavation

items shall include lifting and removing / the excavated material for proper

disposal in the vicinity of 50 m from centre of the trench as directed by the

Engineer-in-Charge.

1.8 Unless otherwise provided in the contract the work of refilling of the trenches.

shall be treated as included under this item. At the time of refilling of trenches,

the top of refilled surface shall be adequately above the original ground level

to accommodate settlements of the refilled material. The refilling shall be

done in Layers of 25 to 30 cm duly watered and properly rammed.

1.9 If there is no separate item of dewatering in the tender, the Contractor's

tendered rate shall include all required for dewatering (either manually or

through Diesel / Electric/ Petrol, Kerosene driven pump sets. No separate

payment will be admissible even for dewatering in nalla and/or river portion

1.10 In case of pipe trenches, the Engineer-in-Charge may reduce the width of

trench wherever a hard strata is met with, if the feels adequate width to lay

the pipe line is avail able in order to reduce the quantity, In such cases. the

Contractor will be paid on the actual measurement basis.

Any damage arising out of such damages to cable, pipe lines, or private

public institutions shall be made good by the contractor at his cost and if he

fails to make good such losses than the Engineer may recover the same from

tile contractor from any payment due to him.

The excavation for foundation of chairs and / or pedestal etc. shall be as per

drawing and details specified or as per instructions of Engineer in charge and

the refilling of sides of foundation shall be treated as included in the item.

If blasting is permitted by appropriate and competent authority & also by the

Engineer in charge then only the blasting shall be resorted to & the conditions

specified by the competent authority while granting which permission and the

safety measures specified for explosive use shall be strictly adhered to for

Page 409: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

blasting operation. .

Mode of Measurement of Payment

Excavation for trenches shall be measured correct to nearest centimeters.

The quantity shall be worked out in cubic meter for payment purposes.

Measurement for payment shall be made as per dimensions shown on the

drawings or as directed by Engineer-in-Charge or as per actual whichever is

minimum. Excavation to dimensions in excess of the above will not be

measured or paid for. If as per instructions of Engineer in charge excavation

depth have to carry below the level shown in drawing, the additional depth will

be paid at the same rate only. Dimensions shall be measured correct to two

places of decimals of a meter and individual quantity shall be calculated

corrected to two places of decimals of cubic meter. In case of pipe trenches,

the Engineer in charge may reduce the width of trench wherever a hard

stratum is met with. If he feels adequate and just sufficient to lay the pipeline

in order to reduce the hard quantity. In such cases the Contractor will be paid

on the actual measurement.

No extra cost will be paid for putting the pipe all along the trenches before

laying in the trenches.

Average width of excavation trenches that shall be admissible for payment for

various diameters of pipeline (excepting PVC pipes) shall be as under.

S.N. Internal dia of pipe Width of

excavation of Nature of Strata

trench.

1 80 mm.dia.

below 0.70M. In soft and hard material

2 100 mm 0.75M. In soft and hard, material

3 150 mm 0.75M In soft and hard material

4 200 nun 0.85M In soft and hard material

5 250 mm 0.85M In soft and hard material

Page 410: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

6 300 mm 0.90M In soft and hard material

7 350 mm 0.95M In soft and hard material

8 400 mm 1.10 M In soft and hard material

9 450 mm - 1.15 M In soft and hard material

10 500 mm 1.20M In soft and hard material

11 550 mm 1.25 M In soft and hard material

12 600 mm 1.25 M

In soft and hard material

13 650 mm 1.30 M In soft and hard material

14 700 mm 1.30 M In soft and hard material

15 750 mm 1.40 M In soft and hard material

16 More than 750 mm

Dia O. D.+0.60 M In soft and hard material

In Case of PVC Pipes Following trench Width shall be Adopted.

Sr.

No. Outside Dia of Pipes

Width of Excavation of

Trench Nature of Strata

1 Up to 110 MM 0.70 M In Soft & Hard Material

2 140 MM 0.75 M In Soft & Hard Material

3 160 MM 0.75 M In Soft & Hard Material

4 I8O MM 0.80 M In Soft & Hard Material

5 200 MM 0.80 M In Soft & Hard Material

6 225 MM 0.80 M In Soft & Hard Material

7 250 MM 0.85 M In Soft & Hard Material

Page 411: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

8 0.90 M In Soft & Hard Material

9 315 MM 0.90 M In Soft & Hard Material

Any width excavated more than above shall not be measured and paid for.

The Contractor shall carry out extra excavation for collar pits at joints

wherever necessary and such extra collar pit excavation shall not be

admissible for payment and will not be measured.

During excavation and till the trenches are properly refilled, if any public

or private water tap connections, telephone wires, cables etc. are damaged,

the Contractor shall reinstate them at his cost.

Any damage arising out of such damages to cables, pipelines or private

public institutions shall be made good by the .contractor at his cost and if he

fails to make good such losses then the Engineer-in-charge may recover the

same from the contractor from any payment due to him or by other way.

The Contractor shall at his own cost give the satisfactory hydraulic testing

which shall include all labour cost of water to feed and while testing, repairs

required shall have to be carried out by the Contractor. No extra cost shall be

paid. The mode measurement of payment shall be on cubic meter basis.

Item No 2 :- Filling in plinth and floor murum bedding in trenches etc.

complete.

The murum to be used shall be of approved quantity soft murum to be laid in

15 cms average thickness to the grade as directed by the Engineer in charge

The width admissible for payment shall be the same as per excavation trench

width admissible under excavation item. The murum bedding shall be

provided where there is black cotton soil or hard material below pipes or

wherever directed and it shall be well rammed so as not to sink the pipe line.

Page 412: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Extra excavation for murum bedding, wherever required as above shall be

admissible for payment under excavation tender items. The mode of

measurements of payment shall be on Cube

Item No 2 B :- Filling in plinth and floor murum bedding in trenches with

contractors Murum. etc. complete.

Specification as per item no 6A above in addition to this murum has be

brought by the contractor at his cost including loading, unloading, carting,

spreading and compacting the murum in pipe trenches. item will be measured

and paid on cubic meter basis . Royalty charges will be born by the contractor

at his cost

Item No 3 :- Lowering laying and jointing PVC pipes

The items includes Supply of PVC Pipes as per I.S. 4985/1988 with cost of

third party Inspection from agency Approve by M.J.P. ( third party Agencies

are following)

1) M/S Iteng Engineering ( A Division of Dr Amin Controllers Pvt Ltd.)

2) M/S SGS India Pvt Ltd.

3) M/S Superintendence Company of India Pvt Ltd .

Item No 4 :- Lowering laying and jointing G.I. pipes

The items includes Lowering , laying and jointing of G.I. Pipes as per I.S.

standards with cost of all jointing material.

Item No 5 :- lowering ,laying and joining C.I.D.F Sluice Valves etc.

complete.

The items includes providing Sluice Valves as per IS 2906/14486.

Page 413: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Unless otherwise specifically mentioned in the tender items are required

sluice valves, scour valves, air valves etc shall be supplied by the contractor

as per I.S. The materials supplied shall be as per requirement. The valves are

to be carted to the site from supply place, lowered in the trenches and jointed

to the pipeline as directed with cost of all jointing materials, such as lead aloe-

rope rubber packing nuts and bolts fire wood, etc. and the labour cost, which

included in the tender items. The joints may be either flanged or S & S lead

joints depending upon the nature of valves supplied and contractor shall have

no extra claims for any particular type of joint required to be done. The

required number of jointing fixing these valves is included in the tender item. If

there is delay in supply of these materials by the M.J.P. on account of their

non availability, no claims for any compensation shall be entertained. The

measurement will be per number of valve and the length for tail pieces will be

payable under item of laying and jointing 90% amount will be paid on its

supply and remaining amount will be released on completion of fixing and

testing. The mode of measurements of payment shall be on number basis.

Item no 6 :- Providing and fixing C.I.Road Boxes etc. complete.

The items includes providing & fixing 225x300MM CI road Box including

necessary excavation, supporting RCC pipes or B.B. Masonry etc

Completely.

The Mode of measurement shall be on basis of each number of completed

Item.

SURFACE ROAD BOXES WITH CHAMBER The Road Box should be of C I

and trapezoidal having a size of 22.5 CM x 30 CM at height. The weight of the

road box should not be less than 18 Kg. The Road box should have a hinged

corner fixed to the body. The Contractor shall Produce sample of Road box &

get it approved & producer the entire number as per approved sample. The

item includes necessary excavation refilling, supporting, RCC pipe (450 MM

Dia ) or B.B. Masonry etc Completely.

The Mode of measurement shall be on basis of each number of completed

Item.

Page 414: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Item No 7 :- Providing and constructing B.B. Masonry chamber etc.

complete

The work is to be done in workmanlike manner as per type designs of the

M.J.P. and as directed .The cost of excavation in all strata which is in addition

to the pipeline trench excavation is included in this item, while the excavation

covered under the pipeline trenches coming inn the chamber is admissible

for payment separately under respective tender item of excavation for pipeline

trenches. the tender items cover 1:3:6 C.C bedding 15 cm thick on the well

rammed bottom 23 cm thick B. B. masonry walls in CM 1:6 cement plaster 12

mm thick in CM 1:2 from inside & cement pointing 1;2 from outside. 1:2:4

C.C. either plain or RCC as required 10 mm thick for coping & providing &

fixing manhole frame & cover 1Mx 0.5 M This is a completed item & any

Incidentals not mentioned above but are necessary as per type design are

deemed to be included in this item.

The finished top of chamber shall be flushed with road surfaces and shall not

cause any hindrance to the traffic.

The measurement shall be on the basis of completed number of chamber

Item No 8 :- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.

As per s.w.no 4 item no 12

Item No 9 :- Refilling the trenches etc Complete.

In No case the contractor shall be allowed to refill the trenches in hard

excavated portion be filled by the boulder or the excavated stuff. the soft

murum & soft strata from excavated stuff from distance place shall refill this

portion of trench, No extra cost shall be paid.

After the pipelines are laid , tested, the refilling of trenches with excavated

stuff shall be done approximately in 20 to 30 cm layers, higher than road or

Page 415: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

natural ground level, to allow for sinking afterward ,this refilling shall be done

in15 cm thick layers, duly watering, compacting each layers immediately in

contact on or under pipe shall have no stones or chips, but only soil or soft

murum selected from the excavated stuff after refilling of it is sunk below

road level after some time till completion of work the contractor shall have

make good at his cost.

Before lowering of all pipe in trenches a layer of murum selected from

excavated stuff shall be provided below pipe line for proper grading and to act

as cushion etc. The mode of measurement of payment shall be on Cubic

meter basis.

Page 416: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

SUBWORK NO 8 :- Miscellaneous work ( Chain link , Barbed wire fencing,

Repairs to intake tower & Bridge

Item No 1 :- Providing and Erecting chain link fencing etc. complete.

As per standard Specification of Public Works department and as directed by

Engineer In Charge. And as per details item of the work . As directed by

Engineer- in charge.

Item no :- 2 Providing and Erecting Barbed wire fencing etc. complete

As per standard Specification of Public Works department and as directed by

Engineer In Charge. And as per details item of the work .

Item No 3 :- Providing and fixing M.S. Gate etc. complete

Providing and fixing wrought iron I mild steel gate as per the detailed

drawing including hinges, pivot, locking arrangement with lock and painting.

General :- The item pertains to the provision and fixing of wrought iron or

steel gate as mentioned in the item as per the drawings including hinges, pivot

blocks, locking arrangement and lock and painting.

Materials :- The wrought iron or mild steel sections shall conform to A.14

or A.11 as relevant. The sections shall be of the dimensions and shapes as

shown on the drawings. Standard revets and welding rods shall be used. Stone

pivot blocks shall be of hard compact, fine grained and durable stone without

any defect. They shall be as approved by the Engineer.

Oil paint shall conform to A.17 . The priming coat shall be of red lead and

the subsequent two coats shall be of approved shade. Cement concrete 1:2:4

shall conform to specification No.B.6.

Construction:- The hinges flat shall have been embedded in the pillars as

indicated on the drawings at specified heights. There shall be one such hinge to

each of the shutters. The hinges shall comprise of mild steel flat bent through

180 with a radius sufficient to hold the end vertical bars of the gate. A square

bar piece with curved end shall be used as a spacer and stopper at the time of

Page 417: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

fixing. This piece shall be fixed to the flats with nuts and bolts.

The fabrication of the gate shall conform to specifications Nos. B.19,

B.18, and B.10.

The design of the gate shall be as per the drawings. The joints shall be

riveted and welded as shown on the drawings or as ordered by the Engineer.

The gate shutters shall be fixed on the the hinges and the lower ends of

the outer verticals shall be supported on stone pivot blocks 20cm x 20cm x

20cm fixed into 1:2:4 cement concrete block of 45 cm x 45cm x 45 cm with its

top flush with the ground.

The central vertices of the two shutters shall have to rollers 40mm x 6mm

mild steel flat shall be bent to the required curvature and fixed with welded pins

over 1:2:4 cement concrete bed 15cm thick and 10cm wide perfectly level. The

rollers shall roll over these flats.

The gate shall be painted with one coat of red lead oil paint and two

coats of approved shade of oil paint. Painting shall conform to B.21.

Item to include : -1) All wrought iron of mild steel sections of specified

dimensions and shape oil paint, rivets, welding rods locking arrangement with

lock, rollers, cement concrete 1:2:4 hinges on stone pivot blocks.

2)Fabrication of gate to the required design, fixing stone pivot blocks and

sliding flat rails in cement concrete and fixing gate to the pillars, Locking

arrangement with lock and painting.

Also the items includes providing 2.5 m wide M.S.gate with 40 mm dia

M.S. black pipe of medium class with approved grill work with two coats of

anticorrosive paint ,with side pillar in RCC M150 of size 25x40x2.5 M height its

foundation as per as per departmental design and drawing and as directed by

Engineer In Charge.

3) AII necessary labour, materials and use of tools, plant and equipment.

Mode of measurement and payment:- The contract rate shall be for number

basis

Page 418: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

The measurements shall be for the net area covered by the gate.

the height being inclusive of the tips and toes of the vertical if extending beyond

the top and bottom/ rails. The horizontal width shall be measured outside to

vertical of side rails. The dimensions shall be measured correct up to a cm and

the area calculated correct up to three places of decimals of a square metre.

Item No 4 :- Providing and fixing M.S. wicket Gate etc. complete

Specifications as per Item No 3 Above.

Item no 5 :- Providing and fixing double leaf paneled door with pressed

sheet door

As per standard Specification of Public Works department / as per

I.S 3097 and directed by Engineer In Charge. The mode measurement of

payment shall be on square meter basis And as per details item of the work

Item no 6 :- Providing and fixing steel Windows

As per standard Specification of Public Works department and directed by

Engineer In Charge. The mode measurement of payment shall be on square

meter basis And as per details item of the work

Item no 7 :- Providing and applying Plastic emulsion paint

As per standard Specification of Public Works department and directed by

Engineer In Charge. The mode measurement of payment shall be on square

meter basis

Page 419: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No.of correction Executive Engineer

Item no 8 :- Providing and applying Polymer based external paint

As per standard Specification of Public Works department and directed by

Engineer In Charge. The mode measurement of payment shall be on square

meter basis and as per Specification Bd. 0.50 Page No 405

Item no 9 :- Providing Synthetic enamel paint

As per standard Specification of Public Works department and directed by

Engineer In Charge. The mode measurement of payment shall be on square

meter basis

Page 420: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

SUBWORK NO 9 :- REPAIRS TO STAFF QUARTER

Item No 1A,1B, 1C&1D :- Excavation in all types of strara etc. complete.

Specification as per item No 5 of Sub work No 4

Item No 2 :- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.

Specification as per item No 4 of Sub work No 12

Item No 3 :- Providing and Constructing B.B. Masonry etc Complete.

UCR/ CR, BRICK MASONRY,KHANDKI FACING ETC.

3.1 The masonry shall be either UCR/ Cr Khandki facing, B B masonry etc as

specified in the respective tender items.

3.2 For stone masonry either UCR/CR or khandki facing with 1:4 Proportion

cement mortar, which has to retain water, the percentage of mortar

shall be between 40% to 45 % of the gross built- up masonry and in no

case less than 40 % The cement to be used in masonry shall be on the

basis of this percentage. If less cement is used proportionate

reduced rate shall only be paid and if the masonry is constructed with

less percentage of the mortar than specified above and if in the

opinion of MJP it is not suitable to retain water pressure, it shall have to

be dismantled and redone at contractors cost with correct percentage

of mortar.

3.3 For all other masonries viz. UCR/CR/BB etc the percentage of mortar shall

be as per P.W.D. hand book specifications and cement to be used

shall be based on these percentages.

3.4 For CR masonry, khandki facing masonry etc all courses shall be of equal

height, to be specified by the Engineer in charge and only one row of

khandki shall be allowed in one course.

3.5 Tender rates of masonry item, unless otherwise mentioned specifically in

the tender items, shall include scaffolding, watering, curing and

cement pointing in C.M. 1:2 to the exposed faces, where necessary and

as directed.

Page 421: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

3.6 For masonries meant for water retaining structures, the contractor

shall give a satisfactory water tightness test at his cost to

the satisfaction of MJP till such as satisfactory water tightness test is

given. only part rates (90%) as directed by the Engineer in charge shall

be admissible for payment and the decision of Executive Engineer for

such part regarding reduced rates, shall be final and binding on the

contractor. It shall be contractor's responsibility to give the water

tightness test and he may use standard waterproofing compounds at his

cost in the morta

3.7 In all other items viz materials like sand, stones, joints, headers, khandkies

etc, the PWD hand book specifications ( latest edition) and

specifications given in standard specification Book ( Red book) shall

apply.

3.8 The wall of masonry should be truly vertical on both faces or should

be truly as specified grade. The height of masonry should not

be raised at more than 1 M. per day. The mode of measurement

of payment shall be on Cubic meter basis.

Item no – 4 , 5 , 7 Providing and applying cement plaster 12/20 MM

thick etc. complete.

Plastering

4.1 12 mm and 20 mm cement plaster either plain or waterproof.

The plastering items shall be executed in thickness and cement

mortar of proportions as detailed in respective tender items, Similarly ,

plastering shall be either ordinary or waterproof as specified in tender

item.

4.2 In case of waterproof plaster, standard and approved waterproofing

compounding shall- be mixed in cement mortar in required

percentage as directed and then the plaster is

applied. Unless and until the water tightness test is

given by the contractor to the satisfaction of the Engineer-

in- charge only part rates shall be paid.

4.3 The finishing shall be either smooth or rough cast as may be directed by the

Page 422: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Engineer -In –charge Unless otherwise specifically mentioned in the

tender item.

4.4 Neeru finish wherever directed by the Engineer in charge. shall be

done from inside as mentioned in schedule B of tender.

4.5 Specification given for this item in standard specifications Book

(Red book) published by B and C Department shall

be followed.

4.6 Curing and watering shall be done as directed and plaster shall be

in alignment and level. Any substandard work is liable to be

rejected and shall have to be redone at contractor's cost, sand to used

shall be of approved quality only.

4.7 Cost of all scaffolding is included in the tender rate. The mode of

measurement of payment shall be on Square meter basis.

Item no :- 8 Providing pointing with cement mortor1:3 as per Spec. no BdL 16

Page No 373

Item no :- 9 Providing and fixing white cement base marbale mosaic tiles

As specified in schedule B and as directed by engineer – in charge

Item no :- 10 Providing and laying polished Shahabad stone flooring

As specified in schedule B and as directed by engineer – in charge

Item no :- 11 Providing and laying grey cement base marble mosaic tiles

As per Spec. No. : Bd.M.14 Page No. 386 and as directed by engineer

in charge

Item no :- 12 Providing and fixing coloured glazed tiles. :

As directed by Engineer in charge.

Item no :- 13 Providing and laying 35mm thick precast polished chequered

coloured cement tiles . Spec. No. : Bd.M.33(b) Page No.

392 & As directed by Engineer in charge.

Page 423: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item no :- 14 Providing sills of polished Kadappa stone 40mm to 50 mm thick, on

a bed of 1:4 cement mortar including cement float, filling

joints with slurry, curing polishing and cleaning

complete. Spec. No. : Bd.M.29 Page No. 391& As directed

by Engineer in charge.

Item no :- 15 Providing and fixing factory made precast door / window frames of

C.C. M-40 grade of section 100 mm x 60 mm

including reinforcement as per I.S. 6523:1983 As

directed by Engineer-in-charge.

Item no :- 16 Providing and fixing country teak wood double leaf 2nd class fully

panelled door for exterior walls without fanlight as per detailed

drawings, As directed by Engineer-in-charge.

Item no :- 17 Providing and fixing box framed steel windows of various sizes as

per detailed drawings with welded square bars 12 mm at 10 cm

centre to centre without hot dip zinc coating

Item no :- 18 Providing and applying 3 coats of lead / zinc base oil

paint / bituminous paint of approved colour to new

structural steel work and iron work As directed by

Engineer-in-charge.

Item no :- 19:- Providing and applying water proof cement paint

etc complete.

The work shall be carried out as per the description of the tender

item and as directed by Engineer in charge. It shall be

whitewashing, distempering and/or snow chem painting shade

and make shall be as directed by the MJP and for decorative

purpose. Engineer in charge. may ask for different shades to be

provided for different components or different parts of the same

Page 424: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

component which the contractor shall have to do within his

tendered rate only at no extra cost. cost of priming coat as

directed scaffolding etc is included in the tender item. The work

shall be executed as per the specifications of P.W.D. Hand Book

latest edition and specification for painting in standard

specification Book ( Red Book) published by B and C Department.

The mode of measurement of payment shall be on Square Metre

basis.

Item no :- 20 Providing and applying white wash etc complete.

Color WASHING WHITE- WASHING AND DISTEMPERING

Providing and applying white-wash in 1/2/3 coats on old / new

plastered or masonry surfaces and asbestos cement sheets

including scaffolding and preparing the surface by brushing and

booming down complete.

General- The item refers to white washing over old and new

concrete, stone masonry brick or plastered surfaces and asbestos

cement sheets.

White-wash- White- wash shall be prepared from fresh burnt white

stone lime or shell lime. This lime shall be of class C type as given

in specification NO.A.1 Surkhi lime or lime of equivalent quality

may be used. The lime shall be dissolved in a tub with sufficient

quantity of water (about 4.5 liters/Kg. of lime) and the whole well

and thoroughly mixed and stirred until it attains the consistency of

thin cream. The wash shall be taken out in small quantities and

stained through a clean course cloth. Alternatively read-were

whiting complying with I.S. 63-1964 may also be used. clean gum

dissolved in hot water shall then be added in suitable proportion of

2gm. of gum Arabic to a liter of lime or whiting (2 ozs. of gum

amebic to 1cft. of lime) to prevent the white wash coming off easily

Page 425: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

when rubbed. Rice size may be used instead of gum.

Scaffolding- This may be double or single according to requirement

and shall conform to B.9.11. If ladders are used, pieces of old

gunny bags or cloth rags shall be tied on their tops to avoid

damage or scratches to the wall. Proper stage scaffolding shall be

erected when white-washing ceiling. The contractor shall be

responsible for accidents if any take place.

Preparation of surface: - The surface shall be prepared by

removing all mortar dropping and foreign matter and thoroughly

cleaned with wire or fiber brush or other means as may be ordered

by the Engineer to produce an approved clean and even surface.

All loose pieces and scales shall be scraped off and hole stopped

with mortar. In case where the surface have been previously colour

washed the old colour wash must be entirely removed before the

before the white wash is applied. In the case of surfaces which

have once been white washed the old loose white-wash shall be

broomed down. In case, the loose white wash cannot be removed

by booming, the Engineer may order scraping of the surface.

After cleaning the surface as specified above, the unwanted nails

shall be removed and all nail holes cracks and crevices stopped

with mortar similar in composition to the surface to be stopped.

The mortar should be cured.

Application of white wash - On the surface so prepared, the white-

wash shall be laid. Each coat shall be laid on with a brush. The first

stroke of the brush shall be from the top downwards, another from

bottom upwards over the first stroke and similarly, one stroke from

the right and another from the left over the first brush before it

dries. This will form one coat. Each coat must be allowed to dry

and shall be subject to inspection before the next coat is applied.

When dry, the surface shall show no signs of cracking. It shall

present a smooth and uniform finish free from brush marks and it

should not come off easily when rubbed with a finger

No portions in the surface shall left out initially, to be patched up

later on For new work, the white washed surface shall present a

Page 426: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

smooth and uniform finish For old work, patches and repairs shall

be white washed first. Thereafter, the whole surface shall be white

washed with the required number of coats.

Doors, windows, floors and other articles of furniture, etc. shall be

protected from being. splashed upon. Splashing and droppings if

any, shall be removed and the surfaces cleaned.

Item to include- The rate shall include all labour, materials,

equipment and devices to carry out the following

operations. .

1) Scaffolding including erection and removal.

2) Providing and preparing the white wash.

3) preparing the surface for white including the scaffolding.

4) Applying the white wash in required number of coats as specified

above and prior white washing of repaired patches.

Mode of measurement and payment. At specified in Bd.L.1.7,

Bd.L.6.5 shall apply for cornices, string courses, moldings, ribs, are

hit raves on walls and ceiling. The mode measurement of

payment shall be on Square meter basis.

Item no :- 21 Providing and applying washable Oil bound Distemper etc

complete.

Bd.P.4 Providing and applying washable distemper of approved co

lour and Shade to old and new surface in 1/2/3 coats, including

scaffolding preparing the surface to receive the priming and

finishing coats complete.

Distemper :- Washable distemper of' approved make, co lour and

shade shall be used. It shall conform to I.S. 427-1965. Approved

quality distemper like Shalimar, Lakaki or of equivalent type shall be

used.

Page 427: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Scaffolding - This may be double or single as per Bd.P.1.3.

Preparing the surface :- The surface to be distempered shall be

cleaned

and all cracks, holes and surface defects shall be repaired

with gypsum and allowed to set hard. All irregularities shall be

sand papered smooth and wiped clean. The surface so prepared

must be completely dry and free from dust before distempering

is commenced. In the case of walls newly plastered, special

care shall be taken to see that it is completely dry before any

treatment is attempted.

For the old surface which had earlier been distempered :- The

surface shall be cleaned of grease, dust etc. The flakings of

previous coatings if any, shall be taken off. All cracks, holes and

surface defects shall be repaired with gypsum and allowed to set

hard and then send papered smooth and wiped clean. But in case

the surface are colored or white washed, the wash must be

removed thoroughly first. Priming coat :- The priming coat shall be

applied over the completely dry surface in the manner

recommended by the makers in the case of patent distempers

.when no priming coat is specified by the manufacturer a finely

powdered chalk mixed with a thin solution of glue shall be

applied to prepare a good, hard background, the coating when

dry being rubbed as clean and smooth as possible.

Application of distemper :- The instruction of the makers shall be

followed regardi preparation of the surface and application of

priming and finishing coats. Distemper shall not be mixed in a larger

quantity than is actually required for a day's work. Hot water should

be used to. prepare the mixture. Distemper shall be applied in dry

weather with a board stiff brush in long parallel strokes. The treated

surface shall, be allowed to dry and harden. The next coat of

distemper shall laid on in exactly the same manner as the first one

but only after the earlier coat laid has thoroughly dried. The number

of coats of distemper to be applied shall be as mentioned in the

Page 428: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

item. The brushes used should never be allowed to rest on the

bristles and after the use they should be carefully and thoroughly

cleaned. .

Item to include :- the rate shall include all labour, materials,

equipments and tools for carrying out the following operations

1) Providing the primer and distemper and mixing the distemper.

2) scaffolding.

3) Preparing the surface to receive the priming and finishing coats.

4) Applying the priming coat.

5) Applying the distemper as specified above in the number of coats

mentioned in the item. Bd.P.4.7

Mode of measurement and payment Same as for item No.Bd.P.1

Providing and applying washable oil bound distemper of approved

colour and shade to old and new surfaces in 1/213 coats, including

scaffolding, preparing the surface to receive the priming and

finishing coats complete.

General :- The specifications for this item shall be the same as for

item No.Bd.P.4 except that washable oil bound distemper of

the approved shade of colour conforming to I. S. 428-1969 shall

be used after applying priming coat of petrifying liquid or other

primer a way be recommended by the manufacturers of the

distemper.

Mode of measurement and payment :- As per Item Bd.P.51.& on

Square meter basis.

Item no ;- 22 Providing & fixing on walls / ceiling / floors, medium

grade having embossed ISI Mark _____ diameter galvanised iron

pipes with screwed sockets, joints & necessary galvanised iron

fittings As directed by engineer incharge & as specifications Per

P.W.D. Hand book

Page 429: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item no ;- 23 Providing and laying in trenches medium grade

having embossed ISI Mark ____diameter galvanised iron pipes with

screwed sockets, joints, necessary galvanised iron fitting etc.

complete. As directed by engineer incharge & as specifications Per

P.W.D. Hand book

Item no :- 24 Providing and fixing 15 mm diameter screw down bib

cock (Standard) of symet type etc. complete. As directed by

engineer incharge & as specifications Per P.W.D. Hand book

Item no :- 25 Providing and fixing 1st class white glazed

earthenware "Orissa type" W.C. Pan 600 x 400 mm size including

`P' or `S' trap UPVC soil and vent pipe upto the outside face of the

wall, 1:5:10 cement concrete bedding, As directed by engineer

incharge & as specifications Per P.W.D. Hand book

Item no :- 26 Providing and fixing coloured glazed earthenware

Wash Hand Basin of Size 55 x 40 cm. including pillar tap, brackets,

rubber plugs and brass chain, stop tap and necessary pipe

connections including UPVC waste pipe and UPVC bottle trap

upto the outside face of the wall making good damaged surface,

testing etc. complete. As directed by engineer incharge & as

specifications Per P.W.D. Hand book

Item no :- 27 Providing and fixing stainless steel sink of Size 600

mm x 450 mm x 250 mm size including all connections of G.I.

supply and UPVC waste pipe and trap upto outside face of wall,

Page 430: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

As directed by engineer incharge & as specifications Per P.W.D.

Hand book

Item no :- 28 Providing and fixing centrifugally spun cast iron

nahani trap (long arm) of 10 cm. x 5 cm. x 30 cm. size including

symet / steel grating bend and connecting piece of C.I. pipe upto

the outside face of the wall, making good damaged surface, testing

etc. complete. Spec. No. : Bd.V.32 Page No. 567

Item no :- 29 Providing and fixing 110 mm dia UPVC soil / vent /

waste SWR pipe of required diameter conforming to I.S.-13592,

and I.S.- 4985 to withstand continuous internal hydraulic

pressure of 2.5 kg / cm2 including necessary fixtures and fittings,

As directed by Engineer-in- charge. As directed by engineer

incharge & as specifications Per P.W.D. Hand book

Item no :- 30 Providing & Fixing electric fitting with all required

material ie wire, switches, fuse, etc complete. As directed by

engineer incharge & as specifications Per P.W.D. Hand book

Item no :- 31 Guniting by dry mix process as per IS 9012 (1978) to

ceiling soffit etc. in C.M. 1:3, 25mm thick under pressure of 2.1 kg

to 2.8 kg per sq.cm. As directed by engineer incharge & as

specifications Per P.W.D. Hand book

Item no:- 32 Providing and casting in situ cement concrete of M-20

grade of trap granite / quartzite / gneiss metal for R.C.C. slabs and

landings as per detailed designs and drawings or as directed As

directed by engineer incharge & as specifications Per P.W.D. Hand

book

Page 431: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Item no :- 33 Providing and fixing in position T.M.T. steel bar

reinforcement of various diameters for R.C.C. work. As directed by

engineer incharge & as specifications Per P.W.D. Hand book

Item no :- 34 Providing cement based water proofing treatment to

terrace (India water proofing or alike) with brick bats laid in

required slope to drain the water for any span after cleaning the

base surface, applying a coat of cement slurry and mixed with

approved water proofing compound and laying the brick bats

on bottom layer of c.m. (1:5) and mixed with approved water

proofing compound, As directed by Engineer in charge.

SUBWORK NO 10 :- TRIAL RUN OF THE SCHEME.

Item No 1 :- Commissioning ,Running & maintaining the scheme etc.

complete.

MAINTAINING RURAL WATER SUPPLY SCHEME FOR ONE MONTH ON TRIAL

RUN BASIS FOR INDIVIDUAL SCHEME AND THREE MONTHS FOR R.R.W.S.

SCHEME.

1 On completion of scheme the contractor should commission the

schemes to its rated capacity for three month including cost of all

labour items attending execution, defect noticed including cost of

material & labour for above period.

2 The contractor should employ necessary staff such as operator,

valve man. It should be the. Responsibility of the contractor to see

the regular supply shall maintained which should be disinfected by

T.C.L/Chlorine Gas & the Village Panchayat is made aware of day

Page 432: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

to day maintenance. The running charges exclude the cost of T.C.L.

& cost of Electric bill. The defects noticed during this period arising

out of defective workmanship should be attended by the contractor,

without any extra cost.

3. The Contractor should maintain necessary log book of pumping &

chemical doses etc. up to date,

2.2 SATISFACTORY RUNNING OF THE SCHEME FOR ONE YEAR

PERIOD (AS PER GOVT. G.R.NO. GRAPADHO/1109/PRAKRA-104 (A)

/WS-07 DT.17.3.2010

After satisfactory completion of the scheme for trial run period of three

month the contractor has to run the scheme for one year. For this one year

period contractor should employ necessary staff such as Valve man, Filter

pump Operator etc. & it is responsibility of contractor to see the regular

water supply shall maintain water should be disinfected by T.C.L./ Chlorine

gas & village Panchayat is made aware of day to day maintenance the

running charges exclude the cost of TCL/ chlorine & cost of electricity bill

the defect noticed during this period arising out of defective workman ship

should be attended by the contractor without any extra cost. During this

period Contractor should maintain necessary log book of pumping &

chemical doses etc. up to date,

Contractor has to run the scheme for one year period at his cost for which

no extra amount will be payable to the contractor.

After satisfactory completion of running the scheme for one year period

contractor has to handed over the scheme to the concern village

Panchayat. The joint inspection of the committee member shall be

arranged as decided by the Executive Engineer & regular handing over

note shall be signed by the concerned authority the responsibility of the

contractor shall cease only after signing of such a documents.

Page 433: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

ANNEXTURE I

DETAILS OF RESPECTIVE ISS AND APPROVED MAKES FOR MATERIAL

TO BE USED FOR EXECUTION OF WATER SUPPLY SCHEMES

LATEST VERSION OF ISS SHALL BE REFERRED

S.N. Material ISS No. Approved Make

1 2 3 4

1 Cement 26(a) Approved manufactures

2 Tor Steel 1786(Fe-415) Approved manufactures

3 M.S. Round Bar 432 ( Part-I & II) / 1982

Approved manufactures

4 A) D.I Pipes

B) C.I. pipes

8329/2000

1536/1989

Firms on Rate contract of D.G.S. & D.S.S.I. Units registered with Government of Maharashtra and holding valid BIS license Manufactures holding valid BIS License

5 A.C. Pipes & CID Joints

1592/1989

8794/1978

6 G.I.Pipes For pipes 554/1975

For thread

1239/1990

7 PVC pipes and specials

IS 4985/1988 S.S.I. units registered with Government of Maharashtra and holding valid BIS license

8 A Sluice Valves

50 to 300 mm dia.

2906/14846

Makes approved by M.J.P

8 b Above 300 mm dia.

2906/1984

GNK catalogue

Makes approved by M.J.P

9 Air valves Firms approved by MJP under letter No.

Makes approved by M.J.P

Page 434: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

MWSSB/ 1091/ 33 / store/ 5284 dated 17.7.92

10 C.I. Specials for CI pipes

1538/1960 Manufactures approved by M.J.P

C.I. Specials for AC pipes

5531/1969 Manufactures approved by M.J.P

11 Tyton rubber rings

5382/1985

12820/1989

Approved manufactures

12 Reflux valves IS 5312 (Part-I) 1984

Approved manufactures

13 Jiffy Mech. Joints

13282/1992 Manufactures approved by M.J.P

Note:- 1 In case of cement and steel, contractor shall submit manufacturer`s test

certificate . However samples of the materials supplied by the Contractor will

be tested from Government Engineering college/ Recognized Institutes.

2. All types of pipes i.e. CI/ D.I . / P.V.C./ P.S.C./ M.S. / G.I. etc. shall be tested by Third party approved by MJP. before dispatches from Manufacturer’s places

at contractor’s cost.

1. The contractor shall purchase AC/PVC pipes, CID Joints at R C rates from

any RC holder SSI unit of his choice through MSSIDC only.

Page 435: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

ANNEXTURE II

REFERENCE OF TECHNICAL SPECIFICATIONS

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

S.N. Short Description of Tender items Specifications reference

from

book of standard

specification of Govt. of

Maharashtra (Red Book)

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

1 2 3

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

1. Excavation in all sorts Sp. No. B-1 on page No.24 to 28

Spn

of material IDS-I

2. Plain Cement Concrete Sp.No. B-6 on page No. 33 to 38 of

Volume I and Bd-EP No.287 to 291

of

Volume II Spn. GS-1 to GS-11

3. Masonry work Sp. No. B-9 page No.55 to 60 of Volume

( Stone Masonry) I and BH and page of Volume II Spn.

GS-12

4. Murum Bedding Sp. No. Bd. A.P.No. 262 to 265 of

Volume VI, IDS-6, GS-22

5. M.S. Reinforcement Grade-II Stresses as per IS-456-1976 and

or Tor Steel ( Fe415) Sp. No. B-10. Spn. GS-3

6. C.C. 1:2:4 proportion & Page No.62 to 65 of Vol. I, IS 3370

1:1. ½:3 proportion for RCC Works Part I and Part II. Sp. No. Bd-F-P

No. 297 to 309 and ISA 456-1976

Spn. GS-1 to GS-11

7. B.B. Masonry work Sp. No. 88 (b) page No.42, Volume

I,

Spn. GS-13

8. Dewatering Sp. No. BR-4 page no. 103 to 104

9. Cement Plasters Sp. No. B-11 page No. 60 to 66, Spn.

GS-15

10. Whitewash and colour washing Sp.No. BD-P-1, page No. 411 to 414

Spn. GS-18

Page 436: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

11. Oil Bound Distemper, etc. Sp. No BD-P ii S.P.No. 431, 414

Spn. GS-18

12. T.W. Doors and windows As per Sp. No. B and C 7, page No.

418 and Sp. Bd-1-4 page No. 479

Spn. GS-14

13. Structural steel Sp.No.Bd-C-6, Page No. 277 Spn.

GS- 21

14. Rough Shahabad Stone Flooring Sp.No.BD-M-1, page No.379

Spn.GS-16

15. Lowering, laying and Jointing As per Departmental Specifications,

of all types of pipes IDS 7, IDS-8, IDS-9

Erecting flanged pipes, etc. Spn. IDS-12

16. Road surface Boxes As per type design and Departmental

Specifications Spn. IDS-16

17. B.B. Masonry chamber As per type design and Departmental

Specification Spn. IDS-11

18. Fixing of valves, Air valves etc. As per type design and Departmental

Specification Spn. IDS-10

19. Constructing Standpost As per type design and Departmental

Specification Spn. IDS-13

20. Refilling As directed by the Engineer-in-

Charge Spn. IDS-2 A

21. Storage Reservoirs Spn. IDS-17

22. Fixing of Inlet, Outlet As per Departmental Drawing and

Overflow and Washout Designs & Specifications.

23. Lighting Conductor As per Departmental Drawing and

Designs & Specifications

24. M.S. Ladder Sp.No. BD-V-19, page No. 559

Spn. GS-19, IDS-3

25. G.I. pipe Hand Railing Sp. No. BR-51 (a), Page No. 136 and

with RCC bars 139 Spn. GS-20

26. Providing, lowering, laying Spn. IDS-2

slotted pipe gallery.

27. Providing and fixing weep Spn. IDS-4

holes

28. Dapuri type steps Spn. IDS-5

Page 437: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

29. Providing and fixing C.I. Spn. IDS-15

MH frame and cover

30. Plastering Spn. GS-15

31. IPS Flooring Spn. GS-16

32. Rubble Filling Spn. GS-23

33. Maintaining of scheme Spn. GS-24

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

Note :- Specifications mentioned above are for reference only. Other relevant

specifications shall be referred.

Page 438: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Field Test pressure for pipe line

No. MJP/QCC/TB/ 322 Date 31/12/1997

TECHNICAL CIRCULAR

After laying and jointing any pipe line, the pipe line must be pressure

tested to easure that pipes and joints are strong enough to withstand the

maximum pressure likely to be developed under working condition. In this

respect G.O.I. Manual on water supply and Treatment (IIIrd Edition March

1991) describes the field test pressure to be imposed on pipe lines. In this

respect, for different types of pipes concerned paras from this manual are

as follows.

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

S.N. Type of pipe Page No. Page No.

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

1. M.S. pipe Para 6.5.2 As per Para 6.4.4.2

2. Ductile Iron pipes Para 6.5.2 As per Para 6.4.4.2

3. Concrete pipes Para 6.8.3 As per Para 6.4.4.2

4. Prestressed pipes Para 6.9.3 As per Para 6.4.4.2

5. P.V.C. pipes Para 6.10.5 As per Para 6.4.4.2

6. C.I. pipe Para 6.4.4.2 As per Para 6.4.4.2

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

Thus, for above 6 types of pipes, field test pressure is as per para 6.4.4.2.

As per this paragraph the field test pressure to be imposed should be not

less than the maximum of the following.

a) 1.5 times the maximum sustained operating pressure.

Page 439: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

b) 1.5 times the maximum static pressure in the pipe line

c) Sum of maximum sustained operating pressure and the maximum

surge pressure.

d) Sum of maximum pipe line static pressure and the maximum surge

pressure subject to a maximum equal to the work test pressure for any

pipe fittings incorporated.

Here it is to be noted specifically that, while determining the class of

pipe along with other conditions, aspect of above field hydraulic test

pressure should also be contested

Para 6.7.1 of the Manual refers to A.C. pipes lines and there is no

specific mention about field hydraulic test pressure and it is not clear

whether it should be as per para 6.4.4.2 or not. Hence there were

doubts in the minds of some field officers about field hydraulic test

pressure of A.C. pipe line. It is also seen that the idea of operating

pressure and working pressure is also not very clear in the field. Hence

these points are clarified as under.

About working pressure, it is clarified that working / operating pressure

is the maximum sustained internal pressure, excluding the one coming

in abnormal conditions such as surge (water hammer) to which the

pipe line may be subjected to when in use. When we consider A.C.

pipe lines as Gravity Mains, then maximum internal pressure occurs

when water in tank is at the F.S.L. (Full supply level of full tank level)

and the sluice valve, located at lowest level in the section under

consideration, Is in closed position. In such case, the static head i.e.

the difference between the F.S.L. of source and lowest invert level of

pipe line in that section, is the maximum, head in that section. Thus

here as for as test pressure and class of pipe is concerned maximum

Page 440: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

operating pressure is the static pressure. When we refer to I.S. 6530/

1972, the field hydraulic test pressure for A.C. pipe line should be 1.5

times the operating pressure and as explained about, considering the

definition of operating pressure A.C. pipe Gravity main should be

tested for 1.5 times the operating pressure i.e. for 1.5 times the static

pressure. In other words, this is the condition given in G.O.I. Manual

para 6.4.4.2 for gravity mains. For deciding the class of A.C. Gravity

main, maximum static pressure shall not exceed 50% of pressure

defining class of pipe 9Ref. App. 6.4)

All the field tests should be carried out for the pressure as clarified

above only.

Single we are not using A.C. pressure pipes for large/ long rising

main no mention of A.C. pipe rising mains is made in the above

circular.

Page 441: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 57 : Price Variation Clause

Not applicable

If during the operative period of the Contract as defined in condition (i) below , there shall be any variation, in the consumer Price Index (New series) for Industrial Workers for Nasik Center as per the Labour gazette published by the Commissioner of Labour , Government of Maharashtra and/or in the whole sale Price Index for all commodities prepared by the Office of Economic Adviser, Ministry of Industry, Government of India, or in the price of Petrol/ Oil and Lubricants and major constructions materials like bitumen, cement, steel, various types of metal pipes etc., then subject to the other conditions mentioned below, price adjustment on account of

(7) Labour Component

(8) Material Component

(9) Petrol , Oil and Lubricants Component

Page 442: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

(10) Bitumen component

(11) HYSD & mild Steel Component

(12) Cement Component

(13) C.I. and D.I Pipes Component

Page 443: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Calculated as per the formula hereafter appearing , shall be made . Apart from these, no other adjustments shall be made to the contract price for any reasons whatsoever. Component percentage as given below are as of the total cost of work put to tender, Total of Labour , Material & POL components shall be 100 and other components shall be as per actual.

(8) Labour Component - K1 ( NA )

(9) Material Component - K2 ( NA )

(10) POL Component - K3 ( NA )

(11) Bitumen component ( NA )

(12) HYSD & mild Steel Component ( NA )

(13) Cement Component ( NA )

(14) C.I. and D.I Pipes Component ( NA )

Note : If Cement , Steel, bitumen, C.I. & D.I Pipes are supplied on Schedule ‘A’ , then respective component shall not be considered . Also if particular component is not relevant same shall be deleted.

1] Formula For Labour Component : ( N.A.

V1 = 0.85 P [ K1 X L1-L0 ]

100 L0

Where :

V1 = Amount of Price variation in Rupees to be allowed

for Labour component.

P = Cost of work done during the period under

consideration

minus the cost of Cement , HYSD and Mild Steel,

bitumen, C.I. & D.I. Pipes calculated at the basic star rates

as applicable for the tender, consumed during the quarter

under consideration.

Page 444: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

The star rates are as under : -

4) Basic rate of cement – Rs. - per M.T

5) Basic rate of HYSD and MS – Rs. - per M.T.

6) Rates of pig iron for CI / DI pipes component – Rs. ................. per M.T.

K1 = Percentage of Labour component as indicated above.

Lo = Basic Consumer Price Index for Nasik centre shall be average

consumer price index for the quarter proceeding the month in which

the last date prescribed for receipt of tender falls.

Ll = Average Consumer Price Index for Nasik Centre for the quarter under

consideration.

2] Formula For Material Component :- ( N.A. )

V 2 = 0.85 P [ K2 X M1- M0 ]

100 M0

Where :

V2 = Amount of Price variation in Rupees to be allowed for Material

Component.

P = Same as worked out for labour component.

K2 = Percentage of material component as indicated above.

Mo = Basic wholesale Price Index shall be average wholesale price index

for the quarter proceeding the month in which the last date

prescribed for receipt of tender falls.

Ml = Average wholesale Price Index during the quarter under consideration.

3] Formula For Petrol, Oil, Lubricant Component . ( N.A. )

V 3 = 0.85 P [ K3 X P1- P0 ]

100 P0

Where :

V3 = Amount of Price variation in Rupees to be allowed for POL Component.

P = Cost of work done during the period under consideration.

Page 445: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

P1 = Average Price of H.S.D. at Mumbai during the quarter under consideration.

4] Formula For Bitumen Component . ( N.A. )

V 4 = QB [ B1 - B0 ]

Where :

V4 = Amount of Price variation in Rupees to be allowed for Bitumen

Component

QB = Quantity of bitumen (grade ) in metric tones used in the permanent

works and approved enabling works during the quarter under

consideration.

B1 = Current , average ex-refinery price per metric tone of bitumen (Grade ..)

under consideration including taxes (Octroi, excise sales tax) during the

quarter under consideration.

Bo = basic rate of Bitumen in rupees per metric tone as considered for

working out value of P or average ex-refinery price in rupees per metric

ton including taxes ( octroi, excise sales tax) of bitumen for the grade of

Bitumen under consideration prevailing quarter for receipt of tender ,

falls,

Whichever is higher

5] Formula For HYSD and Steel Component . ( N.A. )

V 5 = S0 (Sl1 - Sl0 ) X T

SI0

Where :

V 5 = Amount of Price variation in Rupees to be allowed for HYSD/Mild Steel

Component.

Page 446: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Sl0 = Average Steel Index as per RBI Bulletin for the quarter preceding the

month in which the last date prescribed for receipt of tender falls.

T = Tonnage of steel used in the permanent works for the quarter under

consideration.

6] Formula For Cement Component . ( N.A. )

V 6 = C0 (Cl1 - Cl0 ) X T

Cl0

Where :

V 6 = Amount of Price variation in Rupees to be allowed for Cement

Component.

C0 = Basic rate of Cement in rupees per metric tone as considered for

working out value of P

Cl1 = Average Steel Index as per RBI Bulletin during the quarter under

consideration.

Cl0 = Average Steel Index as per RBI Bulletin for the quarter preceding the

month in which the last date prescribed for receipt of tender falls.

T = Tonnage of steel used in the permanent works for the quarter under

consideration.

7] Formula For C.I./ D.I. Pipe Component . ( N.A. )

V 2 = Qd (D1 - D0 )

Where :

V 2 = Amount of Price escalation in Rupees to be allowed for C.I. / D.I. pipe

Component.

Page 447: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Q0 = Tonnage of C.I. / D.I. pipes used in the works during the quarter under

consideration.

The following conditions shall prevail

Conditions Above Referred To In Paragraph 1

[i] The operative period of the contract shall mean the period commencing from the date of the work order issued to the Contractor and ending on the date when the time allowed for the work specified in the Memorandum under 'Tender for works expense taking into consideration the extension of time if any, for completion of the work granted under the relevant clause of the conditions of contract in cases other than those where such extension is necessitated on account of default of the Contractor. The decision of the Engineer in-charge as regards the operative period of the contract shall be final and binding on the Contractor. Where compensation for liquidated damages is levied on the Contractor on account of delay in completion or inadequate progress under the Relevant Contract provisions, the escalation amount for the balance work from the date of levy of such compensation shall be worked out by paging the indices C-l, 1-1, and P-l to levels corresponding to the date from which such compensation is levied.

[ii] This Price variation clause shall be applicable to all contracts in B-l,B-2 forms but shall not apply for piece works.

[iii] Price variation shall be calculated, in accordance with the formula mentioned above, separately for labour, material and POL components.

[iv] The price variation under this clause shall not be payable for the extra

items required to be executed during the completion of the work and also

on the excess quantities payable under the provisions of clause 38/37 of

the contract form B-1/ B-2 respectively, since the rates payable for the

extra items or the extra qualities under clause 38/37 are to be fixed as per

the current DSR or as mutually agreed, subject to yearly revision till

completion of such work. In other works, when the completion/execution

of extra items as well as extra quantities under clause 38/37 of the

contract form B-I/B-2 extends beyond the operative date of the DSR, the

rates payable for the same beyond that date shall be revised with

reference to the next current DSR prevalent at that time on year to year

basis or revised in accordance with mutual agreement thereon , as

provided for in the contract, which is less.

Page 448: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

[v] This clause is operative both ways, i.e. if the price variation in the said

wholesale Price Index for all commodities, consumer Price Index (New

Series) or Price of HSD variation for Bombay is on the plus side,

payment on account of the price Variation shall be allowed to the

contractor and if it is on the negative side, the Government shall be

entitled to recover from the contractor bill for the respective period in

which there are fluctuations.

CLAUSE 58 :

In case of dispute regarding the provisions of any items precedence to decided

the provision will be as below :-

i) Provisions in Schedule ‘B’

ii) Specifications.

iii) Drawings

CLAUSE 59 :

Insurance policy – Govt. of Maharashtra Marathi resolution dated 19-8-98

1. Contractors shall take out necessary Insurance Policy/ policies so as to

provide adequate insurance cover for execution of the award contract

work from the director of Insurance Maharashtra State, Mumbai –51

only. Its postal address for correspondence is “264, Ist floor, Mahada ,

Opp. Kalanagar, Bandra (E) , Mumbai-51” (Tel. No. 6438461/ 6438690)

e) Loss 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.

Page 449: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

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

equipment) in connection with the contractor and,

h) Personal injury or depth due to vehicles of the contractor and / or due to

any accident that may arise at or around site to the contractor personal or

to the M.J.P. staff or to any other person 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 polices 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 Insurance shall not be made without the approval

of the Engineer.

5. The minimum insurance cover for loss and damage to physical property,

injury and depth 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 Govt. 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

Page 450: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

CLAUSE 61 :

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 and materials, Barricades shall be substantial construction and

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

arising out of the neglect of above instructions, the contractor shall be bound

to bear the expenses of defenses 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 suit, action or proceedings to any such

person or which may with the consent of the contractor be paid in

compromising any claim by any such person.

CLAUSE 62 :

If contractor fails to keep satisfactory progress of work even after implementing

action under provision of clause 2 of B-1 form along with other actions to be

adopted deem best suitable under any clause of this agreement , on sending

appropriate notice of fifteen days his name will be recommended for black listing /

removal as registered contractor to concerned authority.

Additional Clause

CLASUE

Following additional clauses are now incorporated and there supersede

respective

clause in B-1 form and are obligatory

Page 451: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer

Rate for additional lift

Basic rate for excavation in all types of strata are for 0 to 1.5 M. lift. For

further excavation lift additional rates are to be added as per C.S.R. In any

case no extra item will be payable due to change in lift/ depth of strata. If

lifts are not available in NIT than specified for any strata additional lift

beyond 1.5 M. will be paid as an excess quantity under Clause-38 of item

available in NIT.

Page 452: Nashik MJP (Main Tender)mjp.maharashtra.etenders.in/tpoimages/mjp/tender/Tender... · 2012. 6. 29. · necessary by the tender in justification of his offer based on the data given

Contractor No. of Corrections Executive Engineer